0% found this document useful (0 votes)
83 views109 pages

Final Corrige ND Um

The document is a corrigendum to the RCF/Proj/ETP-2024/01, addressing various queries and revisions related to the tender for the Effluent Treatment Plant project. Key updates include the addition of a monthly payment schedule, specifications for work permits, and clarifications on labor cess deductions and unit rates for power and steam. Additional vendor approvals and technical specifications are also provided in the annexures.

Uploaded by

sunil3srp
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
83 views109 pages

Final Corrige ND Um

The document is a corrigendum to the RCF/Proj/ETP-2024/01, addressing various queries and revisions related to the tender for the Effluent Treatment Plant project. Key updates include the addition of a monthly payment schedule, specifications for work permits, and clarifications on labor cess deductions and unit rates for power and steam. Additional vendor approvals and technical specifications are also provided in the annexures.

Uploaded by

sunil3srp
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 109

CORRIGENDUM TO RCF/PROJ/ETP-2024/01:

Sr. NIT Clause no. Clause published in NIT Bidder’s Query Proposed Revised Clause

Part I, Section- Price for evaluation’ will be Subject clause 14.15 specifies Monthly payment schedule
1.
1.0, discounted at the rate of 10.0% that Bidder to furnish the is added in Excel Format.
Instructions to p.a., as per the Monthly Payment monthly Payment Schedule (S- As per Annexure no. 1.
Bidders, Clause Schedule submitted by the Bidder curve) as per the given BOQ
28.2.1 for the implementation period excel format. Since Monthly
using NPV formula. The Price Bid Payment Schedule is not
Format (Excel BOQ) shall also be provided in the Tender & Excel
provided with a spread sheet for BOQ, we understand that it is
filling up the month-wise % (up to not applicable. Kindly confirm.
two decimal places) in above
Monthly Payment Schedule (MPS)
Part I, Section- Labour Cess / BOCW Cess shall be Since “P-III” could not be found Reference of P-III of BOQ for
2.
1.0, Special deducted at source as per the rate in Excel BOQ provided with civil and structural works
Conditions of in force from time to time from bills Tender, we understand that may be ignored. BOCW cess
Contract, of contractor (for total value in P-III BOCW cess shall be deducted at shall be deducted at source
Clause 12.12.4: of BOQ for civil & structural Works) source by RCF at 1% of total by RCF at 1% of total value
Building and and remitted to labour dept. of the value quoted by bidder at Sr. quoted by bidder at Sr. no.
Construction concerned state by the paying no. 1.07 (Civil Works) and at Sr. 1.07 (Civil Works) and at Sr.
cess authority i.e. RCF Ltd. Current rate no. 1.08 (Structural Works) no. 1.08 (Structural Works)
of BOCW cess in Maharashtra state only. of BOQ. Notification for
is 1%.” BOCW Cess is added as per
Annexure no. 2.

BOQ  Power – Rs. 9.25 /KWH as per Unit rate mentioned in clause Unit rates mentioned in
3.
28.2.2 clause whereas in price bid no. 28.2.2 and price Bid BOQ clause 28.2.2 shall prevail.
BOQ its mentioned Rs. 10.00 are different for Power and These rates shall be
/KWH Steam. considered for evaluation
 Steam – Rs. 5379/MT as per purpose.
28.2.2 clause whereas in price
bid BOQ its mentioned Rs.
4500/MT
New clause General query, Work Permit As it is working plant Please General Requirements for
4.
confirm work permit work permit are added as
requirements. per Annexure no. 3.
Bidder to also refer “HSE
Requirement” given in Part
1 of the NIT.
New clause i. Instrumentation and Auto --- New instrumentation is
5.
Diversion facility on DM water added as per Annexure no. 7.
production line.
ii. Engineering station/ operator
station specifications
New clause Control valve spares (mandatory for --- List of Control valve spares
6.
two years’ operation) required with (mandatory for two year’s
each valve operation) is added as per
Annexure no. 8
CORRIGENDUM TO RCF/PROJ/ETP-2024/01:
Part II, Section Please provide specification, Specifications and data
7.
3.3b, Design (f) Separate Remote Control Panel datasheets for Busduct and sheet for Bus duct and
Specifications – for remote operation of 11 KV and specification, datasheets and PA&FDA system is added as
Electrical MV Breakers Block Diagram for PA & FDA per annexure no. 9
Particular (o): Fire Detection & Alarm (FDA) systems
Requirements, System.
Clause no. 1.3B (p): Public Address (PA) System
Appendix 2 - list Vendor List Request for additional vendors
8.
of approved  Clarifiers Mechanism-
suppliers M/s Ion Exchange

 Clariflocculator (HRSCC)
Mechanism- M/s Ion
Exchange

 Ultra Filtration
membranes- M/s Ion
Exchange

 Reverse Osmosis
Membranes- M/s Ion
Exchange, M/s SR
Paryavaran Engineers Pvt
Ltd

 MEE system- M/s


Paramount Ltd

General Replies/clarifications to the queries asked by bidders during pre-bid meeting are attached at
9.
Clarifications for Annexure-10
various clauses (From Sr. 1 to Sr. 432)
DOC NO. RCF/Proj/ETP/2024/01/Annexure 1
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 1 to Corrigendum Page 1 of 3

Part III: MONTHLY PAYMENT SCHEDULE. This is to be submitted along with technical bid duly
filled.

FOREIGN FOREIGN FOREIGN INDIAN


PROPOSED CURRENCY CURRENCY CURRENCY CURRENCY
REMARKS
SL.
PROJECT
N. (----) (----) (----) (INR)
SCHEDULE
% % % %

ETP Upgradation

MONTH-1
1.
MONTH-2
2.
3. MONTH-3

4. MONTH-4

5. MONTH-5

6. MONTH-6

7. MONTH-7

8. MONTH-8

9. MONTH-9

10. MONTH-10

11. MONTH-11

12. MONTH-12

13. MONTH-13

14. MONTH-14

15. MONTH-15

16. MONTH-16

17. MONTH-17

18. MONTH-18
DOC NO. RCF/Proj/ETP/2024/01/Annexure 1
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 1 to Corrigendum Page 2 of 3

19. MONTH-19

20. MONTH-20

21. MONTH-21

22. MONTH-22

23. MONTH-23

24. MONTH-24

25. MONTH-25

26. MONTH-26

27. MONTH-27

28. MONTH-28

29. MONTH-29

30. MONTH-30

31. MONTH-31

TOTAL 100%

Note:

1. The above payment schedule shall be prepared assuming that payment will be effected by Owner
one month after the relevant invoice issue Kindly note that the final payment would be made
after preliminary acceptance and final bill. Hence the final payment will get reflected in 31th
month. The above payment curve is relevant to the LSTK Price set forth in BOQ. which shall
include taxes and duties including such taxes which are payable by OWNER on reverse charge
mechanism.
2. The above payment percentages are to be given payee wise. In case the required information is
not given payee wise, the actual payment shall be made on first come first served basis subject
to overall monthly cap.
3. Advances are payable only against BG as per NIT and further clarifications.
4. The “S- curve” shall represent the breakup of the LSTK price & should include all the taxes &
duties including the taxes, duties & CESS payable on reverse charge basis. The value of GST
shall be taken directly from BOQ for the purpose of giving credit while evaluating the bids.
5. Bidder to indicate the % in respective column of Monthly Payment schedule while submitting the
unpriced copy of Price schedule in “Techno-commercial unpriced Bid”.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 1
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 1 to Corrigendum Page 3 of 3

For and on behalf of : ………………………………

Stamp & Signature : ………………………………

Name : ………………………………

Designation : ………………………………

Date : ………………………………
DOC NO. RCF/Proj/ETP/2024/01/Annexure 2
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 2 to Corrigendum
Page 1 of 1
DOC NO. RCF/Proj/ETP/2024/01/Annexure 3
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 3 to Corrigendum Page 1 of 1

General Requirements for Work Permit

1. The project site boundaries shall be clearly marked and demarcated by RCF. The
Permit system with in the defined limits needs to be aligned as per the guidelines of
RCF, Thal. All the permits within the project boundary must be initiated and authorized
by Bidder’s project personnel.
2. The Bidder must allocate a Safety officer for the project site who possesses minimum
Qualifications and Experience for Safety officer as defined in THE MAHARASHTRA
SAFETY OFFICERS (DUTIES QUALIFICATIONS AND CONDITIONS OF SERVICE)
RULES,1982, Rule 3 as per FACTORIES ACT 1948, Sec. 40B.
3. The existing permit system of RCF Thal Unit shall be applicable for any job which is to
be undertaken outside the defined project site i.e. Shall be initiated and issued by RCF
Authorities.
4. The bidder must submit an undertaking to RCF taking complete responsibility for Safe
execution of the jobs planned in the defined project site.
NOTE:
LOC-SCADA ROOM
PROCESSOR OF THE EXISTING PLC SYSTEM
IS ROCKWELL CONTROLLOGIX 5572
LED SCREEN (PART NO-1756- L72), ETHERNET
60" COMMUNICATION MODULE IS 1756-EN2TR &
A3/A4 A3/A4 ETHERNET SWITCH
BLACK & WHITE COLOR
OPERATOR WORKING STATION OPERATOR WORKING STATION PRINTER PRINTER STRATIX 5700 (PART NO 1783- BMS10CGP)
EWS
OWS 1 OWS 2

PRINTER PRINTER

ETHERNET RING NETWORK

REDUNDANT
UPS
ETHERNET

REDUNDANT
UPS

(OPERATOR WORKING STATION) (ENGINEERING WORKING STATION)


ETHERNET RING NETWORK
OWS HMI EWS

ESW

ETHERNET

ETHERNET
CPU 1

ESW
ETHERNET
ETHERNET
ETHERNET

SWITCH
CPU 2

EXISTING PLC (ETP UPGRADATION)

I/O

R0 05-07-24 SYSTEM ARCHITECTURE A SM SYS


MEE AREA (RIO) PANEL
REV DATE DESCRIPTION ISSUED DRN CHK
FOR
ISSUE ABBR. : `P'=PRELIMINARY, `T'=TENDER, `A'=APPROVAL, `C'=CONSTRUCTION, `AB'=AS BUILT

(OPERATOR WORKING STATION)


CLIENT:
FOC
OWS
R.C. F. LIMITED THAL UNIT
I/O RIO
CONSULTANT:
FOC OFC NJS ENGINEERS INDIA PVT. LTD.

OFC PROJECT:
EFFLUENT TREATMENT PLANT AT RCF
LTD., THAL
SWITCH
TITLE:
SCADA SYSTEM ARCHITECTURE

DRAWN CHECKED APPROVED


SM SYS SGS
ELECTRICAL FIELD INSTRUMENTS DATE 05-07-2024 SHEET 1 OF 1

DRAWING NO. REVISION

DRAFT R0
DOC NO. RCF/Proj/ETP/2024/01/Annexure 5
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 5 to Corrigendum Page 1 of 1

Utility / Service Northing Easting

Steam pipeline with insulation from steam generation plant to ETP 18°41’58”N 72°52’18”E
battery limit including pipe clamps, isolation valves, fittings, steam
traps, IBR approval

DM water pipeline from ETP to water treatment plant including pipe 18°41’58”N 72°52’15”E
clamps, isolation valves, fittings

Instrument air pipeline from Guard pond N-E Corner plant to ETP 18°41’49”N 72°52’23”E
(considering air requirement for ETP plant and DAF installed in ETP)
including pipe support, isolation valves, fittings

RO reject water pipeline from existing ETP upgradation project to new 18°41’42.34”N 72°52’27.19”E
ETP battery limit including pipe support, isolation valves, fittings

Treated ammonical effluent pipeline from existing ETP upgradation 18°41’43.87”N 72°52’23.77”E
project to battery limit of new ETP including pipe support, isolation
valves, fittings

Pipeline from existing Effluent Treatment Unit to battery limit of new 18°41’41.26”N 72°52’28.66”E
ETP including pipe support, isolation valves, fittings

Process water pipeline from existing ETP upgradation project to new 18°41’44.54”N 72°52’28.19”E
ETP battery limit including pipe support, isolation valves, fittings

Pipeline for Lamella separator outlet water to existing ETP upgradation 18°41’41.01”N 72°52’27.84”E
project permeate tank including pipe support, isolation valves, fittings

From ETP upgradation RO permeate to proposed ETP 18°41’41.16”N 72°52’27.86”E

Chlorinated water line from ETP upgradation project to chlorine contact 18°41’41.01”N 72°52’27.84”E
tank of new ETP

Plot “C” (centre co-ordinates) 18°41’46.21”N 72°52’28.60”E

Plot “D” (centre co-ordinates) 18°41’00.74”N 72°52’22.27”E

Plot “E” (centre co-ordinates) 18°41’00.45”N 72°52’17.77”E

New guard pond – southeast corner 18°41’44”N 72°52’23”E

New guard pond – northwest corner 18°41’49”N 72°52’20”E


DOC NO. RCF/Proj/ETP/2024/01/Annexure 6
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL REV. 0

Annexure 6 to Corrigendum
Page 1 of 5

PIPING AND VALVE MATERIAL SPECIFICATION

1 STANDARDS AND CODE REFERENCES

Sr. No. Standard Number Title

1.1 American Petroleum Institution (API) Standards

API 594 Check Valves - Flanged, Wafer, Lug and Butt-Welding


API 598 Valve Inspection and Testing
API 599 Metal Plug Valves - Flanged, Threaded and Welding Ends
API 600 Steel Gate Valves - Flanged and Butt-welding Ends, Bolted Bonnets
API 602 Steel Gate, Globe and Check Valves for Sizes DN100 and Smaller for the Petroleum and Natural Gas Industries
API 607 Fire Test for Quarter-turn Valves and Valves Equipped with Non-Metallic Seats
API 608 Metal Ball Valves - Flanged, Threaded and Welding Ends
API 609 Butterfly Valves - Double-Flanged, Lug and Wafer-Type

1.2 American Society of Mechanical Engineers (ASME) Standards

B1.20.1 Pipe Threads, General Purpose


B16.5 Pipe Flanges and Flanged Fittings NPS ½ Through NPS 24 (DN15 Through DN600)
B16.9 Factory Made Wrought Butt-Welding Fittings
B16.10 Face to Face and End to End Dimensions of Valves
B16.11 Forged Fittings, Socked Welding and Threaded
B16.20 Metallic Gaskets for Pipe Flanges - Ring Joint, Spiral Wound and Jacketed
B16.21 Non-Metallic Flat Gaskets for Pipe Flanges
B16.25 Butt Welding Ends
B16.34 Valves - Flanged, Threaded and Welding End
B16.36 Orifice Flanges
B16.47 Large Diameter Steel Flanges NPS 26 Through NPS 60 (DN650 to DN1500)
B16.48 Steel Line Blanks
B18.2.1 Square, Hex, Heavy Hex and Askew Head Bolts and Hex, Heavy Hex, Hex Flange, Lobed Head and Lag Screws
(Inch Series)
B18.2.2 Nuts for General Applications - Machine Screw Nuts, Hex, Square, Hex Flange and Coupling Nuts (Inch Series)
B31.1 Power Piping
B31.3 Process Piping
B36.10M Welded and Seamless Wrought Steel Pipe
B36.19M Stainless Steel Pipe

1.3 Manufacturer’s Standardization Society Standard Practices (MSS) Standards

SP-97 Integrally Reinforced Forged Branch Outlet Fittings - Socket Welding, Threaded and Butt Welding Ends

1.4 American Society for Testing of Materials (ASTM)

ASTM A105/105M Specification for Carbon Steel Forgings for Piping Applications
ASTM A106/106M Specification for Seamless Carbon Steel Pipe for High-Temperature Service
ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products
ASTM A182/182M Forged or Rolled Alloy Steel and Stainless Steel Pipe Flanges, Forged Fittings, Valves and Parts for High
Temperature
ASTM A193/193M Specification for Alloy-Steel and Stainless Steel Bolting Materials for High Temperature or High Pressure Service
ASTM A194/A194M Specification for Carbon and Alloy Steel Nuts for Bolts for High-Pressure or High Temperature Service, or Both
ASTM A216 Steel Castings, Carbon, Suitable for Fusion Welding, for High Temperature Service
ASTM A234/234M Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature
Service
Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure
ASTM A240
Vessels and for General Applications
ASTM A312/312M Specification for Seamless, Welded and Heavily Cold Worked Austenitic Stainless Steel Pipes
Standard Specification for Electric-Fusion-Welded Austenitic Chromium-Nickel Stainless Steel Pipe for High-
ASTM A358/358M
Temperature Service and General Applications

Page 1 of 5
DOC NO. RCF/Proj/ETP/2024/01/Annexure 6
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL REV. 0

Annexure 6 to Corrigendum
Page 2 of 5

Sr. No. Standard Number Title

ASTM A403/403M Specification for Wrought Austenitic Stainless Steel Piping Fittings
ASTM A53 Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless
ASTM A516 Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate and Lower-Temperature Service
ASTM B148 Standard Specification for Aluminium-Bronze Sand Castings
Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl
ASTM D1784
Chloride) (CPVC) Compounds
ASTM F439 Standard Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings
ASTM F441 Standard Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Schedules 40 and 80

1.5 Deutsches Institut für Normung (DIN)

DIN 2632 Welding Neck Flanges - DIN PN10 Forged/Cast Steel Flanges
DIN 2633 Welding Neck Flanges - DIN PN16 Forged/Cast Steel Flanges
Industrial Valves - Face to Face and Centre-to-Face Dimensions of Metal Valves for Use in Flanged
DIN EN 558-1
Pipe System – Part 1: PN-Designated Valves
Flanges and their Joints - Gaskets for PN-Designated Flanges -
DIN EN 1514-2
Part 2: Spiral wound gaskets for use with Steel Flanges
DIN 2566 Threaded Flange PN16
DIN 2567 Threaded Flange PN40

1.6 Indian Standards (IS)

IS 1239 Steel Tubes, Tubulars & Other Wrought Steel Fittings-Specification


IS 3589 Steel Pipes for Water & Sewage (168.3 to 2540mm outside diameter) Specification

2 ABBREVIATIONS / ACRONYMS

Abbreviation / Abbreviation /
Description Description
Acronym Acronym
API American Petroleum Institute NPT National Pipe Thread
ASME American Society of Mechanical Engineers THD Threaded
Manufacturer’s Standardization Society
MSS- SW Socket Weld
SP Standard Practices
BS British Standard BW Butt Weld
ASTM American Society for Testing Materials LJ Lap Joint
DIN Deutsches Institut für Normung SO Slip-On
DN Nominal Diameter WN Weld Neck
NPS Nominal Pipe Size RTJ Ring Type Joint
PN Pressure Nominale BL Blind
CA / Corrosion Allowance / Erosion Allowance FF Flat Face
EA
Gr. Grade RF Raised Face
mm Millimetre MOC Material Of Construction
WT Wall Thickness PTFE Polytetrafluoroethylene
THK Thickness PFA Perfluoroalkoxy Alkanes
PE Plain End WP-S Seamless Fittings
BE Bevel End Welded Fittings where all welds are 100%
WP-
ERW Electric Resistance Welding radiographically or ultrasonically examined
WX
EFW Electric Fusion Welding St Stellite
SMLS Seamless
WLDD Welded

Page 2 of 5
DOC NO. RCF/Proj/ETP/2024/01/Annexure 6
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL REV. 0

Annexure 6 to Corrigendum
Page 3 of 5

3 CLASS DESIGNATION CODE

The class designation code is made up to four fields and expresses pipe material, pressure-temperature rating class and corrosion/erosion allowance.

Piping Material
Pressure Rating
Corrosion/Erosion Allowance

SE1A

Piping Material Material Code Identification

AS Alloy Steel, Seamless A Alloy Steel


CE Carbon Steel, ERW C Carbon Steel
CS Carbon Steel, Seamless D Duplex (UNS S32205)
GE Carbon Steel, Galvanized, ERW G Galvanized
GS Carbon Steel, Galvanized, Seamless P CPVC (Chlorinated Polyvinyl
Chloride)
P CPVC (Chlorinated Polyvinyl Chloride) R Stainless Steel 316/316L
RE Stainless Steel 316/316L, ERW S Stainless Steel 304/304L
RS Stainless Steel 316/316L, Seamless F Super Duplex (UNS S32750 / 32760)
SE Stainless Steel 304/304L, ERW
SS Stainless Steel 304/304L, Seamless
D Duplex (UNS S32205)
F Super Duplex (UNS S32750 / 32760)

Connection /
Pressure Rating Identification
Lining Code

1 150# E Electric Resistance Welding (ERW) with 100% Eddy


Current Test
2 300# S Seamless
3 600# L Lined - PTFE (polytetrafluoroethylene)
4 900#
10 DIN PN10
12 DIN PN16
14 DIN PN40
16 DIN PN100
18 DIN PN160

Corrosion / Erosion Allowance

A 0.0 mm
B 1.6 mm
C 2.0 mm
D 3.2 mm
E 1.0 mm

Page 3 of 5
DOC NO. RCF/Proj/ETP/2024/01/Annexure 6
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL REV. 0

Annexure 6 to Corrigendum
Page 4 of 5

Piping Class Designations

Pressure Corrosion/Erosion
Sr. No. Piping Material Identification
Class Rating Allowance (mm)
1. CS1B Carbon Steel, Seamless 150# 1.6
2. GS1B Carbon Steel, Galvanized, Seamless 150# 1.6
3. P1A CPVC (Chlorinated Polyvinyl Chloride) 150# 0.0
4. RS1A Stainless Steel 316/316L, Seamless 150# 0.0
5. RS2A Stainless Steel 316/316L, Seamless 300# 0.0
6. SE1A Stainless Steel 304/304L, Seamless 150# 0.0
7. D1A Duplex (UNS S32205), Seamless 150# 0.0
8. F1A Super Duplex (UNS S32750 / S32760), 150# 0.0
Seamless

Page 4 of 5
DOC NO. RCF/Proj/ETP/2024/01/Annexure 6
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL REV. 0

Annexure 6 to Corrigendum
Page 5 of 5

FLUID / SERVICES & THEIR ABBREVIATIONS DESIGN DATA PIPE & FITTING MANUAL VALVE SPECIFICATIONS QA-QC REQUIREMENTS
SPECIFICATIONS
MATERIAL PRESSURE MAX. DESIGN MAX. DESIGN CA/EA DUCTING / MITER BEND / PIPE & FITTING NON-DESTRUCTIVE POSITIVE MATERIAL POST WELD HEAT
SR. CLASS FLUID / SERVICES FLUID CODE CLASS PRESSURE TEMPERATURE (◦C) (mm) PIPE MATERIAL CONE MATERIAL FLANGE RATING & FACE FITTING MATERIAL END CONNECTION BOLT/NUT MATERIAL GASKET MAIN BLOCK VALVE VALVE BODY MATERIAL VALVE TRIM EXAMINATION (NDE) LEAK TEST IDENTIFICATION (PMI) TREATMENT (PWHT) REMARK
RATING
NO. (Barg)
1 GS1B Underground Raw & Domestic Water Lines RAW Carbon Steel, 150# 18 93 1.6 DN15-DN40 NA (Not Applicable) DN15-DN40 DN15-DN40 DN15-DN40 Hot Dip Galvanized, Stud Bolts: ASTM A193 Gr. Teflon-PTFE Gasket, suitable for ANSI Ball Valve - Full Bore DN15-DN20 (THD-NPT 800#) DN15-DN20 (THD-NPT 800#) Refer Part II of NIT Refer Part II of NIT NO NIL 1) Heat Number (Laser
Firefighting Section within Process Plant FW Galvanized PN16 SMLS, ASTM A106 Gr. B, Sch40, ASME B36.10 / Flange, SORF, ASTM A105, Galvanized, THD-NPT, 150#, ASTM A105, Galvanized, NPT-F, ASME B16.11, THD-NPT as per ASME B7 with Two Nuts: ASTM A194 Gr. 2H & Two 150# Flanges, Flat Ring Compressed, Non (Anti-static, Flame Proof Type) ASTM A182 Gr. F304 Ball - ASTM A182 Gr. F316 or ASTM A351 Gr. CF8M, Printed/Stencil Marking)
IS1239 Gr. Heavy, Galvanized, NPT ASME B16.5 3000# B16.11 Washers, ASME B18.2.2, Asbestos type, Thickness - 3mm Seat Material - CFT/R-PTFE is required to tally with
Zinc deposition thickness should be minimum 25 Mill Test Certificate
DN50-DN150 DN50-DN600 DN50-DN400 DN50-DN600 Microns for very severe condition as per ASTM DN25-DN200 (Flanged 150#) DN25-DN200 (Flanged 150#)
SMLS, ASTM A106 Gr. B, Sch40, ASME B36.10 / Flange, SORF, ASTM A105, Galvanized, 150#, ASME B16.5 ASTM A234 Gr. WPB, Galvanized, BW, SMLS, Butt Weld Ends as B633, UNC Series up to 1 Inch & 8-UN Series ASTM A216 Gr. WCB (Cast Steel) Ball - ASTM A351 Gr. CF8M, Seat Material - CFT/R-PTFE 2) *Underground piping
IS1239 Gr. Heavy, Galvanized, BE ASME B16.9, Sch40 per ASME B16.25 above 1-1/8 Inch
to use suitable coating
DN50-DN400 (Flanged 150#)
Gate Valve DN50-DN400 (Flanged 150#) or wrapping on top of
DN200-DN350 DN450-DN600 Stem/Disc/Wedge - AISI 410, Body Seat Ring - AISI 410 + Stellited
DN15-DN600 ASTM A216 Gr. WCB (Cast Steel)
SMLS, ASTM A106 Gr. B, Sch20, ASME B36.10 / ASTM A234 Gr. WPB, Galvanized, BW, WLDD, pipe & fitting. Preferably
Blind Flange, BLRF, ASTM A105, Galvanized, 150#, ASME DN15-DN200 (Wafer 150#)
IS3589 Gr. Fe410, WT to match Sch40, B16.5 ASME B16.9, Sch20 DN15-DN200 (Wafer 150#) Polyken® polyethylene
Galvanized, BE Check Valve – Non Slam Disc / Disc - AISI 316, Seat Material - CFT/R-PTFE
ASTM A351 Gr. CF8 wrapping tape.
Disco Type
DN400-DN600 DN250-DN400 (Flanged 300#)
DN250-DN400 (Flanged 300#) Disc & Seat Ring- ASTM A216 Gr. WCB,
ERW, ASTM A53 Gr. B, Sch20, ASME B36.10 / Check Valve - Swing Type
Body & Cover - ASTM A216 Gr. Packing - PTFE/CFT
IS3589 Gr. Fe410, WT to match Sch20, WCB (Cast Steel)
Galvanized, BE DN50-DN400 (Flanged 150#)
DN50-DN400 (Flanged 150#) Disc - AISI 304, Seat Material - PTFE
ASTM A216 Gr. WCB (Cast Steel)
Butterfly Valve - Flanged

2 CS1B Utility Air UA Carbon Steel 150# 15 100 1.6 DN15-DN40 NA (Not Applicable) DN15-DN40 DN15-DN40 DN15-DN40 Stainless Steel, Stud Bolts: ASTM A193 Gr. B8M Teflon-PTFE Gasket, suitable for ANSI Ball Valve - Full Bore DN15-DN20 (THD-NPT 800#) DN15-DN20 (THD-NPT 800#) Refer Part II of NIT Refer Part II of NIT NO NIL Heat Number (Laser
PN16 SMLS, ASTM A106 Gr. B, Sch40, ASME B36.10 / Flange, SORF, ASTM A105, THD-NPT, 150#, ASME B16.5 ASTM A105, NPT-F, ASME B16.11, 3000# THD-NPT as per ASME with Two Nuts: ASTM A194 Gr. 8M & Two 150# Flanges, Flat Ring Compressed, Non - (Anti-static, Flame Proof Type) ASTM A182 Gr. F304 Ball - ASTM A182 Gr. F316 or ASTM A351 Gr. CF8M, Printed/Stencil Marking)
Effluent and Sludge piping within ETP area WW IS1239 Gr. Heavy, NPT B16.11 SS316 Washers, UNC Series upto 1 Inch & 8- Asbestos type, Thickness - 3mm Seat Material - CFT/R-PTFE is required to tally with
MBR Permeate line PR DN50-DN600 DN50-DN400 UN Series above 1-1/8 Inch Mill Test Certificate
Service water piping SW DN50-DN150 Flange, SORF, ASTM A105, 150#, ASME B16.5 ASTM A234 Gr. WPB, BW, SMLS, ASME DN50-DN600 DN25-DN200 (Flanged 150#)
CW DN25-DN200 (Flanged 150#)
Cooling water piping SMLS, ASTM A106 Gr. B, Sch40, ASME B36.10 / B16.9, Sch40 Butt Weld Ends as Ball - ASTM A351 Gr. CF8M, Seat Material - CFT/R-PTFE
PA ASTM A216 Gr. WCB (Cast Steel)
Process air lines IS1239 Gr. Heavy, BE per ASME B16.25
DN450-DN600 DN50-DN400 (Flanged 150#)
DN15-DN600 Gate Valve DN50-DN400 (Flanged 150#)
DN200-DN350 ASTM A234 Gr. WPB, BW, WLDD, ASME B16.9, Stem/Disc/Wedge - AISI 410, Body Seat Ring - AISI 410 + Stellited
Blind Flange, BLRF, ASTM A105, 150#, ASME B16.5 ASTM A216 Gr. WCB (Cast Steel)
SMLS, ASTM A106 Gr. B, Sch20, ASME B36.10 / Sch20
IS3589 Gr. Fe410, WT to match Sch40, DN15-DN200 (Wafer 150#)
DN15-DN200 (Wafer 150#) Disc - AISI 316, Seat Material - CFT/R-PTFE
BE Check Valve - Non Slam Disc / ASTM A351 Gr. CF8
Disco Type

DN400-DN600 Needle Valve DN15-DN25 (THD-NPT 800#) DN15-DN25 (THD-NPT 800#)


ERW, ASTM A106 Gr. B, Sch20, ASME B36.10 / ASTM A182 Gr. F316 Packing - CFT/R-PTFE, Handle & Wedge - AISI 316 (No casting)
IS3589 Gr. Fe410, WT to match Sch20,
BE

3 P1A Dosing System: CPVC 150# 7 70 0.0 DN15-DN300 NA (Not Applicable) Van Stone Flanges, CPVC, Socket Connection, FF, 150#, DN15-DN300 Socket Joint as per Stainless Steel, Stud Bolts: ASTM A193 Gr. B8M Full Face Gasket, EPDM, Thickness 3mm, Ball Valve DN15-DN20 (Socket/THD-NPT) DN15-DN40 (Socket/THD-NPT) Refer Part II of NIT Refer Part II of NIT NO NO NDE's are applicable as
(Chlorinated PN10 CPVC, PE, Type-IV Grade I, Sch80, ASTM D1784, Sch80 CPVC, Socket Connection as per ASTM F439, ASME F439 with Two Nuts: ASTM A194 Gr. 8M & Two as per ASME B16.21, 150# CPVC End Piece - CPVC, Ball & Rod - CPVC, Seat - EPDM/PTFE per Manufacturer
Lime/Alum/Polyelectrolyte/Dewatering polyelectrolyte/Chlorinated CHA/AL/PE/DP Polyvinyl Dimensions confirming to ASTM F441 ASTM D1784, Sch80 SS316 Washers, UNC Series upto 1 Inch & 8- Standard
water/Ferric chloride/ Hydrochloric acid and sodium hypochlorite E/CL/Fecl3/HC Chloride) UN Series above 1-1/8 Inch DN50-DN100 (Flanged) DN50-DN100 (Flanged)
strong/Dilute L/NaoCL CPVC End Piece - CPVC, Ball & Rod - CPVC, Seat - EPDM/PTFE

DN15-DN40 (Socket/THD-NPT) DN15-DN40 (Socket/THD-NPT)


RO, UF CIP & CEB piping and fittings
Diaphragm Valve CPVC End Piece - CPVC, Diaphragm - EPDM

DN50-DN100 (Flanged) DN50-DN100 (Flanged)


CPVC End Piece - CPVC, Diaphragm - EPDM

DN15-DN40 (Socket/THD-NPT) DN15-DN40 (Socket/THD-NPT)


Check Valve - True Union Ball Ball & End Piece - CPVC, Seat Plate - CPVC,
CPVC
(Moulded Construction) Seat O-Ring- EPDM/FKM

Ball Valve - Full Bore DN25-DN200 (Flanged 150#) DN25-DN200 (Flanged 150#)
(For Nitrogen Blanketing Pipelines) ASTM A216 Gr. WCB (Cast Steel) Ball - ASTM A351 Gr. CF8M, Seat Material - CFT/R-PTFE

4 RS2A Brine Water Stainless Steel 300# 30 100 0.0 DN15-DN40 NA (Not Applicable) DN15-DN150 DN15-DN40 DN15-DN40 Ball Valve - Full Bore DN15-DN20 (THD-NPT 800#) DN15-DN20 (THD-NPT 800#) Refer Part II of NIT Refer Part II of NIT YES NO Heat Number (Laser
MEE Vapour lines & ATFD Vapour lines BRW 316L PN16 SMLS, ASTM A312 Gr. TP316L, PE, Flange, LJFF, ASTM A105, 150#, ASME B16.5 ASTM A182 Gr. F316L, ASME B16.11, 3000# Socket Weld Ends as Stainless Steel, Stud Bolts: ASTM A193 Gr. B8M Teflon-PTFE Gasket, suitable for ANSI (Anti-static, Flame Proof Type) ASTM A182 Gr. F316 Ball - ASTM A182 Gr. F316 or ASTM A351 Gr. CF8M, Printed/Stencil Marking)
UF System piping and fittings Sch40s, ASME B36.19 Stub End, Short Pattern, ASTM A403 Gr. WP316L-S, ASME per ASME B16.11 with Two Nuts: ASTM A194 Gr. 8M & Two SS316 150# Flanges, Flat Ring Compressed, Non Seat Material - CFT/R-PTFE is required to tally with
RO skid and Interstage connecting piping and fittings B16.9, Sch40s Washers, UNC Series upto 1 Inch & 8- UN Series Asbestos type, Thickness - 3mm Mill Test Certificate
DN50-DN150 above 1-1/8 Inch DN25-DN200 (Flanged 150#)
DN50-DN150 DN25-DN200 (Flanged 150#)
SMLS, ASTM A312 Gr. TP316L, BE, DN200-DN600 ASTM A403 Gr. WP316L-S, ASME B16.9, Sch40s DN50-DN600 ASTM A351 Gr. CF8M Ball - ASTM A351 Gr. CF8M, Seat Material - CFT/R-PTFE
Sch40s, ASME B36.19 Flange, LJFF, ASTM A105, 150#, ASME B16.5 Butt Weld Ends as
Stub End, Short Pattern, ASTM A403 Gr. WP316L-WX, per ASME B16.25 DN15-DN200 (Wafer 150#)
Check Valve - Non Slam Disc / DN15-DN200 (Wafer 150#)
DN200-DN600 ASME B16.9, Sch10s Disc - AISI 316, Seat Material - CFT/R-PTFE
DN200-DN600 Disco Type ASTM A351 Gr. CF8M
SMLS, ASTM A312 Gr. TP316L, BE,
Sch10s, ASME B36.19 DN15-DN600 ASTM A403 Gr. WP316L-WX, ASME B16.9, DN15-DN25 (THD-NPT 800#)
Sch10s Needle Valve DN15-DN25 (THD-NPT 800#)
Blind Flange, BLRF, ASTM A240 Gr. 316L, 150#, ASME Packing - CFT/R-PTFE, Handle & Wedge - AISI 316 (No casting)
ASTM A182 Gr. F316
B16.5

5 RS1A MEE: Stainless Steel 150# 15 100 0.0 DN15-DN40 NA (Not Applicable) DN15-DN150 DN15-DN40 DN15-DN40 Ball Valve - Full Bore DN15-DN20 (THD-NPT 800#) DN15-DN20 (THD-NPT 800#) Refer Part II of NIT Refer Part II of NIT YES NO Heat Number (Laser
316 PN16 SMLS, ASTM A312 Gr. TP316L, PE, Flange, LJFF, ASTM A105, 150#, ASME B16.5 ASTM A182 Gr. F316L, ASME B16.11, 3000# Socket Weld Ends as Stainless Steel, Stud Bolts: ASTM A193 Gr. B8M Teflon-PTFE Gasket, suitable for ANSI 150# (Anti-static, Flame Proof Type) ASTM A182 Gr. F316 Ball - ASTM A182 Gr. F316 or ASTM A351 Gr. CF8M, Printed/Stencil Marking)
Non condensable lines Sch40s, ASME B36.19 Stub End, Short Pattern, ASTM A403 Gr. WP316L-S, ASME per ASME B16.11 with Two Nuts: ASTM A194 Gr. 8M & Two SS316 Flanges, Flat Ring Compressed, Non- Seat Material - CFT/R-PTFE is required to tally with Mill
Condensate line piping B16.9, Sch40sJ Washers, UNC Series upto 1 Inch & 8- UN Series Asbestos type, Thickness - 3mm Test Certificate
Process air pipes Submerged lines DN50-DN150 DN50-DN150 above 1-1/8 Inch DN25-DN200 (Flanged 150#) DN25-DN200 (Flanged 150#)
SMLS, ASTM A312 Gr. TP316L, BE, DN200-DN600 ASTM A403 Gr. WP316L-S, ASME B16.9, Sch40s DN50-DN600 ASTM A351 Gr. CF8M Ball - ASTM A351 Gr. CF8M, Seat Material - CFT/R-PTFE
Sch40s, ASME B36.19 Flange, LJFF, ASTM A105, 150#, ASME B16.5 Butt Weld Ends as
Stub End, Short Pattern, ASTM A403 Gr. WP316L-WX, per ASME B16.25 DN200-DN400 (Flanged 150#)
RO Feed line up stream to RO Skid RFW Stainless Steel Gate Valve DN200-DN400 (Flanged 150#)
DN200-DN600 ASME B16.9, Sch10s Stem/Disc/Wedge - AISI 410, Body Seat Ring - AISI 410 + Stellited
RO Permeate Line downstream of RO skid RP 316L DN200-DN600 ASTM A216 Gr. WCB (Cast Steel)
SMLS, ASTM A312 Gr. TP316L, BE,
UF system upstream and downstream UF Sch10s, ASME B36.19 DN15-DN600 ASTM A403 Gr. WP316L-WX, ASME B16.9,
Blind Flange, BLRF, ASTM A240 Gr. 316L, 150#, ASME Sch10s DN15-DN200 (Wafer 150#)
Check Valve - Non Slam Disc / DN15-DN200 (Wafer 150#)
B16.5 Disc - AISI 316, Seat Material - CFT/R-PTFE
ASTM A351 Gr. CF8M
Disco Type
DN15-DN25 (THD-NPT 800#)
Needle Valve DN15-DN25 (THD-NPT 800#) ASTM Packing - CFT/R-PTFE, Handle & Wedge - AISI 316 (No casting)
A182 Gr. F316
6 F1A MEE: Super Duplex 150# 15 180 0.0 Super Duplex 2507 / UNSS32750 NA (Not Applicable) Super Duplex 2507 / UNSS32750 Super Duplex 2507 / UNSS32750 Stainless Steel, Stud Bolts: ASTM A193 Gr. B8M Teflon-PTFE Gasket, suitable for ANSI 150# Ball Valve - Full Bore Super Duplex 2507 / UNSS32750 Super Duplex 2507 / UNSS32750 Refer Part II of NIT Refer Part II of NIT YES NO Heat Number (Laser
2507 / PN16 with Two Nuts: ASTM A194 Gr. 8M & Two SS316 Flanges, Flat Ring Compressed, Non (Anti-static, Flame Proof Type) Printed/Stencil Marking)
Process piping and fittings MEE UNSS32750 Washers, UNC Series upto 1 Inch & 8- UN Series Asbestos type, Thickness - 3mm is required to tally with Mill
Recirculation piping and fittings above 1-1/8 Inch Test Certificate
Gate Valve
Feed, Transfer line and fittings
ATFD process piping and fittings ATFD
Check Valve - Non Slam Disc /
Disco Type

Needle Valve
7 SE1A Process (RO) Water Stainless Steel 150# 15 100 0.0 DN15-DN40 NA (Not Applicable) DN15-DN150 DN15-DN40 DN15-DN40 Stainless Steel, Stud Bolts: ASTM A193 Gr. B8M Ball Valve - Full Bore DN15-DN20 (THD-NPT 800#) DN15-DN20 (THD-NPT 800#) Refer Part II of NIT Refer Part II of NIT YES NO Heat Number (Laser
RO Reject Water line From skid to downstream ROW 304 PN16 SMLS, ASTM A312 Gr. TP304, PE, Sch40s, Flange, LJFF, ASTM A105, 150#, ASME B16.5 ASTM A182 Gr. F304, ASME B16.11, 3000# Socket Weld Ends as with Two Nuts: ASTM A194 Gr. 8M & Two SS316 Teflon-PTFE Gasket, suitable for ANSI 150# (Anti-static, Flame Proof Type) ASTM A182 Gr. F304 Ball - ASTM A182 Gr. F316 or ASTM A351 Gr. CF8M, Printed/Stencil Marking)
Demineralized Water RROW ASME B36.19 Stub End, Short Pattern, ASTM A403 Gr. WP304-S, ASME per ASME B16.11 Washers, UNC Series upto 1 Inch & 8- UN Series Flanges, Flat Ring Compressed, Non Seat Material - CFT/R-PTFE is required to tally with Mill
Antiscalant for MEE DMW B16.9, Sch40s above 1-1/8 Inch Asbestos type, Thickness - 3mm Test Certificate
Defoamer for MEE DN50-DN150 DN50-DN150 DN50-DN600 DN25-DN200 (Flanged 150#) DN25-DN200 (Flanged 150#)
Seal water SMLS, ASTM A312 Gr. TP304, BE, Sch40s, DN200-DN600 ASTM A403 Gr. WP304-S, ASME B16.9, Sch40s Butt Weld Ends as ASTM A216 Gr. WCB (Cast Steel) Ball - ASTM A351 Gr. CF8M, Seat Material - CFT/R-PTFE
MEE CIP line piping and Nitric acid piping ASME B36.19 Flange, LJFF, ASTM A105, 150#, ASME B16.5 per ASME B16.25
Stub End, Short Pattern, ASTM A403 Gr. WP304-WX, ASME DN200-DN400 (Flanged 150#)
DN200-DN600 Gate Valve DN200-DN400 (Flanged 150#)
DN200-DN600 B16.9, Sch10s Stem/Disc/Wedge - AISI 410, Body Seat Ring - AISI 410 + Stellited
ASTM A403 Gr. WP304-WX, ASME B16.9, ASTM A216 Gr. WCB (Cast Steel)
SMLS, ASTM A312 Gr. TP304, BE, Sch10s,
Sch10s
ASME B36.19 DN15-DN600
DN15-DN200 (Wafer 150#) DN15-DN200 (Wafer 150#)
Blind Flange, BLRF, ASTM A240 Gr. 304, 150#, ASME B16.5 Check Valve - Non Slam Disc / ASTM A351 Gr. CF8 Disc - AISI 316, Seat Material - CFT/R-PTFE
Disco Type
DN15-DN200 (Wafer 150#) DN15-DN200 (Wafer 150#)
Check Valve - Wafer Type ASTM A351 Gr. CF8
(Optional) Disc - AISI 316, Seat Material - CFT/R-PTFE

DN250-DN400 (Wafer 150#) DN250-DN400 (Wafer 150#)


Check Valve - Dual Plate
ASTM A216 Gr. WCB (Cast Disc - AISI 316, Seat Material - PTFE/CFT
Type
Steel)

DN15-DN25 (THD-NPT 800#) DN15-DN25 (THD-NPT 800#)


Needle Valve Packing - CFT/R-PTFE, Handle & Wedge - AISI 316 (No casting)
ASTM A182 Gr. F316

Page 5 of 5
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 1 of 9

Corrigendum for sr. no. 290 to 299, 302 to 306, 312 to 315, 317 to 319, 368 to 369,
405 to 409 of pre bid query list:

Specifications & Control philosophy of Supervisory Control & Data Acquisition System
(SCADA) system:
1. One dedicated PLC system shall be offered for all the offered packages under the
tender scope.
2. Offered PLC system shall have peer to peer communication with existing
Rockwell PLC system.
3. Processor of the existing PLC system is Rockwell controllogix 5572 (Part NO-1756-
L72), Ethernet communication module is 1756-EN2TR & Ethernet Switch Stratix 5700
(part no 1783- BMS10CGP)
4. New & existing PLC system shall be housed in existing ETP control room
(Approximately distance between two system is 25 M).
5. Bidder scope shall include establishment of communication of offered new PLC system
with existing ETP upgradation PLC system including supply & commissioning of all
hardware, switches, cables etc.
6. List of parameters to be communicated shall be mutually decided during
engineering stage. Facility for accepting remote start / stop commands of motors
& valves from existing ETP upgradation PLC system shall be provided by bidder.
7. New PLC system shall comprise of Rack to rack redundant PLC Processors,
redundant Power supply, and redundant communication modules. Redundancy shall
be offered at processor, communication sub-system & power supply. I/O rack shall
have redundant adaptor / communication modules with non- redundant I/O
modules.
8. One Engineering station with programming, alarm handling, history handling &
operational functionality to be placed in ETP control room.
9. Two numbers of operators stations with alarm handling, history handling &
operational functionality to be placed in ETP control room.
10. MEE (Multi effect evaporator) unit shall have local air conditioned control room
housing local control panel (LCP)(preferably RITTAL make) with redundant power
supply, communication modules & remote I/O (RIO) modules. Bidder shall offer the
redundant fiber optic communication for remote I/O (RIO) rack with new ETP PLC
system. One operator station with alarm handling, history handling & operational
functionality to be placed in MEE local control room having redundant fiber optic
communication link with main PLC system in ETP control room. One hard wired
annunciator panel of 32 windows shall also be provided in MEE control room.
11. A local control panel (LCP)(preferably RITTAL make) shall be provided for UF & RO
units. This panel shall have provision for essential start / stop / trip pushbuttons,
selector switches, indicator lamps for motors, valves & Annunciator as per
bidder standard operation philosophy.
12. One hard wired annunciator panel of 64 window to be placed in ETP control room
for new PLC system.
13. One minimum 60 inch wall mounted LED panel shall be connected with the
operator station/ SCADA system in ETP control room
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 2 of 9

14. Bidders shall offer one number of portable programming unit having capability of
programming of offered PLC system in addition to basic MSOFFICE utilities &
networking capability.
15. Hard disk of all the stations shall be sized to store minimum 6 months history data
with additional 25 % buffer empty space.
16. One black & white duplex laser printer with Operator station and one multi-
functional laser jet color printer along with engineering station shall be provided.
17. Signal cables from field instruments shall be routed to LCP though cable trays.
Construction, foundation & erection of structural supports for trays & Aluminum cable
trays shall be in bidder's scope.
18. The SCADA system shall provide efficient and safe operation of the process
plant by detecting alarm and error conditions, alerting the operator to these
conditions both visually and audibly, monitoring all important system
parameters and providing facilities for plant optimization. The system will allow
operators, technicians and engineers to issue commands to change system
parameters, start and stop equipment, provide configuration tools and operate
diagnostic facilities from Operator Workstations (OW) and Engineers workstation
(EW), after successful log-on by security password.
19. In general, Operator station shall have following functionalities.
i. Control / monitoring of all PLC parameters through graphic displays,
faceplates, pop ups, etc. All latest techniques like animation, linking, drag
drop, scripting, etc. shall be used for developing user interface.
ii. Alarms, events, real time & historical trending, etc. for analysis.
iii. System hardware & communication diagnostic information in graphical
representation.
iv. Historical trends & events back up shall be stored in the server for
minimum period of Six months.
v. Sequence of events (SOE), alarm, daily, shift, totalizer, custom report
configuration & printing.
20. All MCC input/outputs to PLC rack shall be through separate interface panel inside
electrical MCC room.
21. Contractor shall visit the site for study the existing configuration of the SCADA
Control room.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 3 of 9

Corrigendum for Sr. No. 430:

Bidder to supply online analyser and indication on PLC for Silica, Sodium, pH and
Conductivity on final DM outlet header at ETP battery limit. Bidder to supply Auto
diversion facility to divert off spec DM water to inlet of RO polishing unit.
Separate Analyser room shall be considered for Silica Analyser with Air conditioning. In case
bidder required analyser room for any other critical analysers, the same shall be provided in
common analyser room.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 4 of 9

Corrigendum for Sr. No. 431:

Engineering station/ operator station specifications


A) Engineering station (1 No.)

i) Tower Server (Dell/IBM/HP make) with latest Windows Server IOT 2022 or
equivalent, Intel processor core i7 latest generation; Cache: 12 MB (min), cooling Fans with
dust filters.
ii) Two 1 TB SSD hot replaceable in RAID 1 configuration; minimum 16 GB RAM;
iii) 3 Ethernet Ports, USB QWERTY keyboard, ports for printer connectivity,
iv) Redundant hot replaceable power supply, minimum 6 high speed USB ports,
HDMI/VGA display ports, USB speakers, DVD R/W, optical USB mouse with PAD,
v) Latest MS office & Acrobat reader installed, Latest Antivirus installed with minimum
3 years subscription.
vi) All cables including power, display cables etc. shall be included.
vii) Supply 110-230 VAC, 50 Hz. Onsite comprehensive
warranty.
viii) Monitor LED full colour (Dell/HP/LG/Samsung), non-Interlaced, size 27 Inch, and
Supply 110-230 VAC, 50 Hz, minimum 3 years OEM warranty.
ix) PC table/console with two nos. of power supply board (spike guard) installed inside table
for redundant UPS supply.
x) Mechanical & environmental specifications Temperature: 0-50 deg. C, operating
Humidity: 60+5%, temp. 27+3 deg. C, non-condensing. Vibration: 5 to 17 Hz, 0.1" double
amplitude displacement; 17 to 500 Hz, 1.5G acceleration Shock (Operation) :
10G acceleration peak (11 msec duration) Safety : UL approved EMI : FCC/VDE class
A CE compliant : YES Safety : UL/CSA/TUV approved, Non-Interlaced.

B) Operator stations (3 No.)


i) Tower Server (Dell/IBM/HP make) with latest Windows OS 10 IOT Ent. LTSC 2021 or
equivalent, Intel processor core i7 latest generation; Cache: 12 MB (min), cooling Fans with
dust filters.
ii) One 1 TB SSD hot replaceable in; minimum 16 GB RAM;
iii) 3 Ethernet Ports, USB QWERTY keyboard, optical keyboard, ports for printer
connectivity,
iv) Power supply, minimum 6 high speed USB ports, HDMI/VGA display ports, USB
speakers, DVD R/W, optical USB mouse with PAD,
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 5 of 9

v) Latest MS office & Acrobat reader installed, Latest Antivirus installed with minimum
3 years subscription.
vi) All cables including power, display cables etc. shall be included.
vii) Supply 110-230 VAC, 50 Hz. Onsite warranty

viii) Monitor LED full colour (Dell/HP/LG/Samsung), non-Interlaced, size 27 Inch, and
Supply 110-230 VAC, 50 Hz, minimum 3 years OEM warranty.
ix) PC table/console with two nos. of power supply board (spike guard) installed inside table
for supply.
x) Mechanical & environmental specifications Temperature : 0-50 deg. C, operating
Humidity : 60+5%, temp. 27+3 deg. C, non-condensing. Vibration : 5 to 17 Hz, 0.1" double
amplitude displacement; 17 to 500 Hz, 1.5G acceleration Shock (Operation) :
10G acceleration peak (11 msec duration) Safety : UL approved EMI : FCC/VDE class
A CE compliant : YES Safety : UL/CSA/TUV approved, Non-Interlaced.

C) PLC Programming Unit portable


Processor: 10th Generation Intel Core i7-10750H (12MB Cache, up to 5.0 GHz with
Turbo boost, 6 cores)
Memory & Storage: RAM 16GB, 2 X 8GB, DDR4, Dual Channel 3200MHz,
Upgradable up to 32GB
Storage: 1 TB M. 2 Solid State Drive PCIe3.0
Cooling System: Dual channel thermal mechanism with two cooling fans, Self-
Cleaning Anti-Dust Tunnels
Display: 15.6 inch FHD, 120Hz, 250 nits, IPS panel, Anti-Glare, LED Backlit, Micro- edge
Graphics: Dedicated graphics PCIe 6GB GDDR6 Nvidia GTX 1080T or better
Operating System & Software: Windows 10 Home Plus (64 bit) with lifetime validity,
McAfee Security Center 24 month subscription, Microsoft Office Home and Student
2019 preinstalled
Keyboard: Full-size RGB LED Backlit Keyboard with 100% Anti-Ghosting and soft landing
switches, 1.5 mm Key Travel
Webcam: Built-in Camera, HD 1080p
Battery: 4 Cell Battery, 68 Whr, up to 10 hours battery life, with Rapid Charge feature
(Up to 50% in 30 Minutes)
I/O Ports: 1 x USB 3.2 Gen 1, 1 x Thunderbolt 3 port, 2 x USB 2.0 ports, 1 x HDMI
2.0 port, 1 x SD-card slot, 1 x RJ45 port, 1 x headset port, 1 x Mini Display Port 1.4b
Audio: 3D audio with 2 x 2 watt dolby speakers with Smart Amp technology, integrated dual
array microphone
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 6 of 9

Connectivity: WiFi 802.11ac 2 x 2 dual band, Bluetooth 5.1


Warranty: 3 years Premium onsite warranty
Design: Thin & Light type
Accessories: Finger Print Reader & Optical Drive installed

D) Minimum 60 inch wall mounted LED monitor required for plant graphics
monitoring/control on larger screen. Consider connectivity with PLC/CPU. Makes
(Dell/HP/LG/Samsung)
E) Colour Laser printer along with table:

HP/Canon make Multifunctional colour LaserJet printer A3 size, high speed USB port,
Ethernet 10/100 base Tx port, power supply 110- 230 VAC, 50 Hz, compatibility
windows 10 or higher.
F) Black & white LaserJet printer along with table:
HP/Canon make Black & white laser duplex printer A4 size, high speed USB port,
Ethernet 10/100 base Tx port, power supply 110- 230 VAC, 50 Hz, compatibility
windows 10 or higher.
G) 8 No. of executive chairs are required. The furniture, Consoles and chairs shall be of
ergonomic design.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 7 of 9

SPECIFICATIONS FOR SILICA ANALYSER

1 GENERAL
1.1 Application:
A. Silica process analyzer for semi - continuous monitoring of silica in water.

1.2 Measurement Procedures


The silica analyzer shall be a semi-continuous reading instrument, monitoring from 1, 2, 4 or 6
channels, using the silicomolybdate / heteropoly blue method of analysis for colorimetric
measurement at a wavelength of 815 nm.

1.3 System Description


A. Performance Requirements
1. Measurement Range
a. (SiO2)
2. Detection Limit
a. SiO2
3. Accuracy
4.

5. Repeatability
a. ± 0.5 ppb or ± 1% (the larger value)
6. Response time at T>90%
a.
consumption

1.4 Certifications
A. EMC: CE compliant for conducted and radiated emissions CISPR 11 (Class A limits), EMC
Immunity EN 61326-1 (Industrial limits), and EN 61010-1
B. Safety: General Purpose UL/CSA 61010-1 with cETLus safety mark; CSA C22.2 No 61010-
1:2012
C. NEMA 4x/IP65 dust and water ingress protection rating
D. C-tick (EN 61326-1: 2006) E. KC (EN 61326-1: 2006)

1.5 Environmental Requirements


A. Operational Criteria
1. Storage Temperature: -20 to 60 °C (-4 to 140 °F)
2. Operating Temperature: 5 to 45 °C (41 to 113 °F)
3. Relative Humidity: 5 to 95 %, non-condensing

2 PRODUCTS

2.1 Manufactured Unit


A. The Silica analyzer shall consist of a microprocessor controlled analyzer designed to continually
monitor concentration of Silica (SiO2) in a sample stream. The analyzer shall also have the
capability to intake grab samples for internal measurement and dispense grab samples for external
verification.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 8 of 9

2.3 Equipment
A. Analyzer
1.
measurements recent calibration information, reagent status, and
indicators.
2. The display screen shall be capable of graphing all available parameters on a scalable time.
3. The analyzer shall be capable of a continual measurement of every 4.5 minutes or a user
selectable interval between measurements of 4.5 to 240 minutes.
4. The analyzer shall be capable of grab sample IN (from external source to the analyzer) and
grab sample OUT (from the analyzer to external source) to save time, without interrupting
continuous sample flow to the analyzer.
5. The analyzer shall have capability to communicate measurements and provide calibration
information between the analyzer and laboratory spectrophotometers.
6. The analyzer must operate using 110-240VAC, 50/60 Hz power
7. Every sample measurement shall be preceded by a measurement of a sample blank. The
analyzer shall compare the measured sample value with the blank value and display the
corrected concentration.
8. The analyzer must be able to conduct 2-point automatic calibration using installed standards.
9. The analyzer shall operate with an LED light source at a peak wavelength of 815nm.
10. Four electromechanical, UL rated, SPDT relays (Form C) are provided for user-
configurable contacts rated 100 to 230 Vac, 5 Amp at 30 VDC resistive maximum.
a. The following can be programmed:
1) Alarm
2) Warning
3) Scheduler
4) Feeder control
5) Event control
6) Specific event alarm (defined in analyzer)
b. The following parameters can be assigned to a relay:
1) Silica measurement
2) Real time clock

11. Four analog 0/4-20 mA outputs (with possibilities to extend to eight (8x)) are provided
with a maximum impedance of 500 ohms.
a. The following can be programmed:
1) Alarms:
i. Low alarm point
ii. Low alarm point deadband iii. High alarm point
iv. High alarm point deadband v. Off delay
vi. On delay
2) Controls:
i. Linear
i. Bi-linear
ii. Logarithmic
iii. PID
b. The following parameters can be assigned to a 4-20mA output:
1) Silica Measurement
12. The analyzer shall have capability to provide self and predictive diagnostics and provide
preventive maintenance alerts and reminders
13. The analyzer shall provide the user with built in help screens
DOC NO. RCF/Proj/ETP/2024/01/Annexure 7
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 7 to Corrigendum Page 9 of 9

14. The analyzer shall provide for continuous purge of sample to drain to assure fresh sample
to the analyzer and reduce analysis lag time
15. Sample shall be delivered to the analyzer at the pressure of 2 87 psi to preset pressure
regulator
16. The analyzer shall provide separate discharge lines for unchanged (bypass) and
contaminated sample (waste)
17. Software updates and data extraction shall be completed via an SD card

B. Reagents and Standards


1 The analyzer shall use quick connect reagent bottles with pre-installed
. Reagents
2 tubing. shall be pressurized using a built-in air compressor
3.
. The reagents usage shall be 2L of each reagent for every 90 days with a 15 minute cycle
time
4. Manufacturer shall provide certified pre-mixed reagents and standards

2.4 Components
A. Standard Equipment
1. Silica Analyzer
2. Installation Kit
3. Installation Manual
4. Operations Manual
5. Maintenance and Troubleshooting Manual
6. Three month supply of reagents, standards, and cleaning solution
B. Dimensions: 804 mm x 452 mm x 360 mm (31.65 in x 17.79 in x 14.17 in)
C. Weight: 21 kg (45 lb) without reagents and standards, 36.3 kg (80 lb) with reagents, standards
and cleaning solution

3 EXECUTION
3.1 Preparation
1. Mounting
a. Bench, panel, or wall mount
2. Sample Inlet
a. 6mm OD quick connect fitting
3. Drain Outlet
a. 11mm (7/16 in.) ID slip-on fitting
4. Sample Flow
a. 55 to 300 mL/minute
5. Sample Pressure
a. 2 to 87 psi (0.17 to 6 bar)
6. Sample Temperature
a. 5 to 50 °C (41 to 122 °F)

3.2 Installation
A.
and recommendations.
B. Complete assistance shall be extended for installation & start-up of the analyser by a factory-
trained technician from OEM free of cost.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 8
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 8 to Corrigendum Page 1 of 1

Control valve spares (mandatory for two years’ operation) required with each valve:
1) Trim set (seat, plug, cage)
2) Guide bush
3) Gasket sets (2 nos.)
4) Gland packing sets (2 nos.)
5) Bellow stem assembly, if applicable
6) Actuator repair kit (Diaphragm + O-rings )
7) Actuator spring / spring sets
8) Smart positioner
9) Limit switches, Air lock relay, booster as applicable
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 1 of 18

DATA SHEET FOR LV BUSDUCT

Sr
Description Required Remarks
no
1 Busduct 'Applicable Standards Shall follow IS 8623 Part 2
Max. temperature rise of the
2 #
enclosure at full load current
Max. temperature rise of the
3 enclosure in short circuit #
condition
4 Rubber below material Shall be Neoprene/EPDM
Insulation level – power
5 2.5 kV (rms.)
frequency withstand voltage
6 Bus bar insulators Shall follow IS 5578

7 Degree of protection As per IS 8084/IEC 60529


Max. temperature rise of the
8 As per IS 8084
busbar at full load current
9 Service Indoor/Outdoor
10 Type Non-Segregated Phase
11 Nominal system voltage 415 ± 10% V
12 Highest system voltage 1.1 kV (rms.)

13 Rated continuous current 4000 Amps


14 Frequency 50 ± 5% Hz

15 Short time current for 1 sec 50 kA


Bus bars shall be of EC
16 Bus bar
grade Aluminium.
1.1 kV Grade SMC
17 Bus bar insulators
Insulators
18 Material EC grade Aluminium.
As per technical
19 Earthing
specification
All hardware shall be
corrosion resistant. All joints
and connections of the LT
Bus duct bolts shall be made
20 Corrosion Resistant of galvanized or zinc
passivated or cadmium
plated high quality steel nut
sand washers, secured
against loosening.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 2 of 18

Interior - Matt black paint


Exterior - RAL 7032 or 7035
Paint Thickness- Not less
21 Painting details
than 100microns
and shall not be more than
150 microns.
All Busduct shall be
subjected to routine tests.
For all busducts, Short
Circuit Temperature Rise
test & IP5X Protection, type
test report of the tests
conducted in identical Bus
duct within last five years
from the date of Letter of
22 Type Test
Intent shall be furnished.
However for Busduct not
type tested in the last five
years, type tests need to be
performed without any extra
cost.
The tests shall be carried out
as per applicable standards
including all special tests.

23 Enclosure Dimensions (LxBxW) #

24 Enclosure Material #
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 3 of 18

DATA SHEET FOR FIRE ALARM SYSTEM

Sr Description Required Remark


no
1 Operating Voltage 230V-AC +/- 20%
Output current 2A

2 Standby Batteries Minimum capacity 2 x


12 V 2.8Ah

3 Detection Circuits

4 Input Trigger

5 Trigger External Outputs

6 Dimensions (H X W X D) Front Facia

7 Weight Weight without battery


fitted

8 Construction Powder coated Cold


Rolled STEEL

9 Cable Entry #

10 Operating Temperature 0 to 49°C

11 Relative Humidity

B HEAT DETECTOR

1 Operating Voltage 12 V dc or 24 V dc

2 Reset Voltage less than 5V


DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 4 of 18

3 Start-Up Current #

4 Start-Up Time less than 30s.

5 Alarm Current #

6 Reset Time less than 30s

7 Sampling Time less than 1s.

8 Remote Output

9 Thermal Rating

10 Operating Temperature -10 C to 50 C

11 Humidity

C SPRINKLER

1 Style Upright Sprinkle

2 K Factor

3 Response Time Index


(RTI)

4 Nominal Thread Size

5 Orfice Size

6 Max. Working Pressure 175PSI (1200kPa)

7 Min. Operation Pressure


DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 5 of 18

DATA SHEET FOR PUBLIC ADDRESS SYSTEM

Sr Description Required Remark


no

1 Site Data

2 Conduit Conduit supports/clam


ps for laying and
protection of communi
cation cable.
3 Communication cable

4 Critical area Chemical building,


MCC room, DG area,
sludge storage area,
RO shed, MEE plant

5 Standards Institute of Electrical


and Electronic
Engineers (IEEE) stan
dard 802 Telecommun
ication Engineering C
enter (TEC)

PA system as per EN
60849

Speaker safety compli


ance as per EN 60065

Loudspeakers as per I
EC 60849, BS 5839,
EN 54‐24

Power handling capac


ity of loud speakers
as per IEC 268‐5.
6 Speaker and Minimum 1 No. speak
Handset er to cater each
room, process/ equip
ment area in all
buildings
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 6 of 18

TECHNICAL SPECIFICATIONS FOR CONTROL & RELAY PANEL


FOR HV & MV SWITCHGEAR
The design, manufacture, assembly, testing before supply, inspection, packing and delivery and
other basic technical requirements shall conform to those specified in Volume II of the NIT as
applicable to 11kV switchgear.

The equipment manufactured should conform to the relevant standards and of highest quality
of engineering design and workmanship. The equipment manufactured shall ensure satisfactory
and reliable performance throughout the service life.
Unless otherwise specified all equipment and material shall conform to the latest IS applicable
standards. Equipment complying with other internationally recognized standards will also be
considered if it ensures performance equivalent or superior to Indian standards. In the event of
supply of equipment conforming to any international \ internationally recognized standards other
than IS codes, the salient features of comparison shall be brought out and furnished along with
the bid.
The equipment provided shall also comply with the latest revisions of Indian Electricity act and
Indian Electricity rules and any other applicable statutory provisions, rules and regulations.
• TYPE OF PANEL
Simplex panel shall consist of a vertical front panel with equipment mounted access from either
front or rear for relay panels. In case of panel having width more than 800mm, double doors
shall be provided. Doors shall have 3-point locking with handle.
• CONSTRUCTIONAL FEATURES
Control and Relay Board shall be of panels of simplex type design. It is the responsibility of the
Bidder to ensure that the equipment specified and such unspecified complementary equipment
required for completeness of the protective/control schemes is properly accommodated in the
panels without congestion and if necessary, provide panels with larger dimensions. However,
the width of panels that are being offered to be placed in existing switchyard control rooms,
should be in conformity with the space availability in the control room.
Panels shall be completely metal enclosed and shall be dust, moisture and vermin proof. The
enclosure shall provide a degree of protection not less than IP-41 in accordance with IS: 2147.
Panels shall be free standing, floor mounting type and shall comprise structural frames
completely enclosed with specially selected smooth finished, cold rolled sheet steel of thickness
not less than 3 mm for weight bearing members of the panels such as base frame, front sheet
and door frames, and 2.0mm for sides, door, top and bottom portions. There shall be sufficient
reinforcement to provide level transportation and installation.
All doors, removable covers and panels shall be gasketed all around with neoprene gaskets.
Ventilating louvers, if provided shall have screens and filters. The screens shall be made of
either brass or GI wire mesh.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 7 of 18

Design, materials selection and workmanship shall be such as to result in neat appearance,
inside and outside with no welds, rivets or bolt head apparent from outside, with all exterior
surfaces tune and smooth.
Panels shall have base frame with smooth bearing surface, which shall be fixed on the
embedded foundation channels/insert plates. Anti vibration strips made of shock absorbing
materials that shall be supplied by the Bidder, shall be placed between panel & base frame.
Cable entries to the panels shall be from the bottom. Cable gland plate fitted on the bottom of
the panel shall be connected to earthing.
• MOUNTING
All equipment on and in panels shall be mounted and completely wired to the terminal blocks
ready for external connections. The equipment on front of panel shall be mounted flush.
Equipment shall be mounted such that removal and replacement can be accomplished
individually without interruption of service to adjacent devices and are readily accessible without
use of special tools. Terminal marking on the equipment shall be clearly visible.
Bidder shall carry out cut out, mounting and wiring of the free issue items supplied by others
which are to be mounted in his panel in accordance with the corresponding equipment
manufacturer's drawings. Cut outs if any, provided for future mounting of equipment shall be
properly blanked off with blanking plate.
The centre lines of switches, push buttons and indicating lamps shall be not less than 750mm
from the bottom of the panel. The centre lines of relays, meters and recorders shall be not less
than 450mm from the bottom of the panel.
The centre lines of switches, push buttons and indicating lamps shall be matched to give a neat
and uniform appearance. Likewise the top lines of all meters, relays and recorders etc. shall be
matched.
No equipment shall be mounted on the doors.
At existing station, panels shall be matched with other panels in the control room in respect of
dimensions, colour, appearance and arrangement of equipment (centre lines of switches, push
buttons and other equipment) on the front of the panel.
• PANEL INTERNAL WIRING
Panels shall be supplied complete with interconnecting wiring provided between all electrical
devices mounted and wired in the panels and between the devices and terminal blocks for the
devices to be connected to equipment outside the panels. When panels are arranged to be
located adjacent to each other all inter panel wiring and connections between the panels shall
be furnished and the wiring shall be carried out internally.
All wiring shall be carried out with 650V grade, single core, stranded copper conductor wires
with FRLS PVC insulation. The minimum size of the multi stranded copper conductor used for
internal wiring shall be as follows:
• All circuits except current transformer circuits and voltage transfer circuits meant for
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 8 of 18

energy metering - one 1.5mm sq. per lead.


• All current transformer circuits one 2.5 sqmm lead.
• Voltage transformer circuit (for energy meters): Two 2.5 sqmm per lead.
All internal wiring shall be securely supported, neatly arranged, readily accessible and
connected to equipment terminals and terminal blocks. Wiring gutters & troughs shall be used
for this purpose.
Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits, annunciation circuits
and other common services shall be provided near the top of the panels running throughout the
entire length of the panels.
Wire termination shall be made with solder less crimping type and tinned copper lugs, which
firmly grip the conductor. Insulated sleeves shall be provided at all the wire terminations.
Engraved core identification plastic ferrules marked to correspond with panel wiring diagram
shall be fitted at both ends of each wire. Ferrules shall fit tightly on the wire and shall not fall off
when the wire is disconnected from terminal blocks. All wires directly connected to trip circuit
breaker or device shall be distinguished by the addition of red coloured unlettered ferrule.
Longitudinal troughs extending throughout the full length of the panel shall be preferred for inter
panel wiring. Inter-connections to adjacent panel shall be brought out to a separate set of
terminal blocks located near the slots of holes meant for taking the inter-connecting wires.
Bidder shall be solely responsible for the completeness and correctness of the internal wiring
and for the proper functioning of the connected equipment.
All internal wiring shall be securely supported, neatly arranged, readily accessible and
connected to equipment terminals and terminal blocks. Wiring gutters & trough shall be used for
this purpose.
Longitudinal troughs extending throughout the full length of the panel shall be used for interpanel
wiring. Inter connections to adjacent panels shall be brought out to a separate set of terminal
blocks wires. All bus wiring for inter panel connection shall preferably be provided near the top
of the panels running throughout the entire length of the panels.
• TERMINAL BLOCKS
All internal wiring to be connected to external equipment shall terminate on 'Elmex' type CAT-
M4 or equivalent type terminal blocks. Terminal blocks shall be 650 V grade and have 10 Amps
continuous rating, moulded piece, complete with insulated barriers, stud type terminals,
washers, nuts and lock nuts. Markings on the terminal blocks shall correspond to wire number
and terminal numbers on the wiring diagrams. All terminal blocks shall have shrouding with
transparent unbreakable material.
Disconnecting type terminal blocks for current transformer and voltage transformer secondary
leads shall be provided. Also current transformer secondary leads shall be provided with short
circuiting and earthing facilities.
At least 20% spare terminals shall be provided on each panel and these spare terminals shall
be uniformly distributed on all terminal blocks.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 9 of 18

Unless otherwise specified, terminal blocks shall be suitable for connecting the following
conductors of external cable on each side -
• All CT & PT circuits: minimum of two of 2.5mm Sq. copper.
• AC/DC Power Supply Circuits : One of 6mm Sq. Aluminum.
• All other circuits: minimum of one of 2.5mm Sq. Copper.
There shall be a minimum clearance of 250mm between the first row of terminal blocks and the
associated cable gland plate or panel side wall. Also the clearance between two rows of terminal
blocks edges shall be minimum of 150mm.
Arrangement of the terminal block assemblies and the wiring channel within the enclosure shall
be such that a row of terminal blocks is run in parallel and close proximity along each side of the
wiring-duct to provide for convenient attachment of internal panel wiring. The side of the terminal
block opposite the wiring duct shall be reserved for the Owner's external cable connections. All
adjacent terminal blocks shall also share this field wiring corridor. All wiring shall be provided
with adequate support inside the panels to hold them firmly and to enable free and flexible
termination without causing strain on terminals.
The number and sizes of the Owner's multi core incoming external cables will be furnished to
the Bidder during engineering. All necessary cable terminating accessories such as gland plates,
supporting clamps & brackets, wiring troughs and gutters etc. (except glands & lugs) for external
cables shall be included the scope of supply.
• PAINTING
All sheet steel work shall be phosphated in accordance with the IS:6005 "Code of practice for
phosphating iron and steel".
Oil, grease, dirt and swarf shall be thoroughly removed by emulsion cleaning.
Rust and scale shall be removed by pickling with dilute acid followed by washing with running
water rinsing with a slightly alkaline hot water and drying.
After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing
with dilute dichromate solution and oven drying.
The phosphate coating shall be sealed with application of two coats of ready mixed, stoved type
zinc chromate primer. The first coat may be "flash dried" while the second coat shall be stoved.
After application of the primer, two coats of finishing, synthetic enamel paint shall be applied,
each coat followed by stoving. The second finishing coat shall be applied after inspection of first
coat of painting. The exterior colour of paint shall be of a slightly different shade to enable
inspection of the painting.
A small quantity of finished paint shall be supplied for minor touching up required at site after
installation of the panels.
In case the Bidder proposes to follow any other established painting procedure like electrostatic
painting, the procedure shall be submitted for Owner’s review and approval.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 10 of 18

• MIMIC DIAGRAM
Coloured mimic diagram and symbols showing the exact representation of the system shall be
provided in the front of control panels.
Mimic diagram shall be made preferably of anodised aluminum or plastic of approved fast colour
material, which shall be screwed on to the panel and can be easily cleaned. Painted overlaid
mimic is also acceptable. The mimic bus shall be 2mm thick. The width of the mimic bus shall
be 10mm for bus bars and 7mm for other connections.
Mimic bus colour will be decided by the Owner and shall be furnished to the successful Bidder
during Engineering.
When semaphore indicators are used for equipment position, they shall be so mounted in the
mimic that the equipment close position shall complete the continuity of mimic.
Indicating lamp, one for each phase, for each bus shall be provided on the mimic to indicate bus
charged condition.
• NAME PLATES AND MARKINGS
All equipment mounted on front and rear side as well as equipment mounted inside the panels
shall be provided with individual name plates with equipment designation engraved. Also on the
top of each panel on front as well as rear side, large and bold name plates shall be provided for
circuit/ feeder designation.
All front mounted equipment shall also be provided at the rear with individual name plates
engraved with tag numbers corresponding to the one shown in the panel internal wiring to
facilitate easy tracing of the wiring.
Each instrument and meter shall be prominently marked with the quantity measured e.g. KV, A,
MW, etc. All relays and other devices shall be clearly marked with manufacturer's name,
manufacturer's type, serial number and electrical rating data.
• MISCELLANEOUS ACCESSORIES
(i) Plug Point:
240V, Single phase 50Hz, AC socket with switch suitable to accept 5 Amps and 15 Amps pin
round standard Indian plug, shall be provided in the interior of each cubicle with ON-OFF switch.
(ii) Interior Lighting:
Each panel shall be provided with a LED lighting fixture rated for 240 Volts, single phase, 50 Hz
supply for the interior illumination of the panel controlled by the respective panel door switch.
Adequate lighting shall also be provided for the corridor in Duplex panels.
(iii) Switches and Fuses:
Each panel shall be provided with necessary arrangements for receiving, distributing and
isolating of DC and AC supplies for various control, signalling, lighting and space heater circuits.
The incoming and sub-circuits shall be separately provided with miniature circuit breakers
(MCB). Selection of the main and sub-circuit MCB rating shall be such as to ensure selective
clearance of sub-circuit faults. MCBs shall confirm to IS :13947. Each MCB shall be provided
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 11 of 18

with one potential free contact and the same shall be wired for annunciation purpose. However
voltage transformer circuits for relaying and metering shall be protected by fuses. All fuses shall
be HRC cartridge type conforming to IS:13703 mounted on plug-in type fuse bases. Fuse carrier
base as well as MCBs shall have imprints of the fuse 'rating' and 'voltage'.
(iv) Space Heater:
Each panel shall be provided with a space heater rated for 240V, single phase, 50 Hz Ac supply
for the internal heating of the panel to prevent condensation of moisture. The fittings shall be
complete with switch unit.
• EARTHING
All panels shall be equipped with an earth bus securely fixed. Location of earth bus shall ensure
no radiation interference for earth systems under various switching conditions of isolators and
breakers. The material and the sizes of the bus bar shall be at least 25 X 6 mm Alu/GI. When
several panels are mounted adjoining each other, the earth bus shall be made continuous and
necessary connectors and clamps for this purpose shall be included in the scope of supply of
Bidder. Provision shall be made for extending the earth bus bars to future adjoining panels on
either side.
All metallic cases of relays, instruments and other panel mounted equipment including gland
plate, shall be connected to the earth bus by copper wires of size not less than 2.5 sq. mm. The
color code of earthing wires shall be green.
Looping of earth connections which would result in loss of earth connection to other devices
when the loop is broken, shall not be permitted. However, looping of earth connections between
equipment to provide alternative paths to earth bus shall be provided.
VT and CT secondary neutral or common lead shall be earthed at one place only at the terminal
blocks where they enter the panel. Such earthing shall be made through links so that earthing
may be removed from one group without disturbing continuity of earthing system for other
groups.
• INDICATING INSTRUMENTS
All instruments, meters, recorders and transducers shall be enclosed in dust proof, moisture
resistant, black finished cases and shall be suitable for tropical use. All Watt /Var, Bus Voltage
and Line current indicating instruments shall of Moving Iron (MI) type and these shall be
calibrated to read directly the primary quantities. They shall be accurately adjusted and
calibrated at works and shall have means of calibration check and adjustment at site. The
supplier shall submit calibration certificates at the time of delivery. However no separate
transducers are envisaged for digital bus voltmeters and digital frequency meters and the
indicating meters provided in the synchronising equipment.
(i) Indicating Instruments
a. Unless otherwise specified, all electrical indicating instruments shall have circular scale and
with a dial of 96mm x 96mm. They shall be suitable for flush mounting.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 12 of 18

b. Instruments dial shall be with white circular scale and black pointer and with black numerals
and lettering. The dial shall be free from warping, fading, and discoloring. The dial shall also be
free from parallax error.
c. Instruments shall conform to IS: 1248 and shall have accuracy class of 5 or better. The design
of the scales shall be such as to have resolution suitable for the application. The marking of
centre zero Watt /Var meters shall be IMPORT (on left) and EXPORT (on right) to indicate the
direction of active/reactive power flow towards or away from the substation bus bars
respectively.
(ii) Energy Metering Instruments
(a) Watt and Var hour meters shall be of static tri-vector type.
(b) Energy Meter shall be provided on all 33 and 11 kV feeders.
(iii) Annunciation System
a. Alarm annunciation system shall be provided in the control board by means of visual and
audible alarm in order to draw the attention of the operator to the abnormal operating conditions
or the operation of some protective devices. The annunciation equipment shall be suitable for
operation on the voltages specified in this specification.
b. The visual annunciation shall be provided by annunciation facia, mounted flush on the top of
the control panels.
c. The annunciator facia shall be provided with translucent plastic window for alarm point with
approximate size of 35mm x 50mm. The facia plates shall be engraved in black lettering with
respective inscriptions. Alarm inscriptions shall be engraved on each window in not more than
three lines and size of the lettering shall not be less than 5mm.
d. Each annunciation window shall be provided with two white lamps in parallel to provide safety
against lamp failure. Long life lamps shall be used. The transparency of cover plates and
wattage of the lamps provided in the facia windows shall be adequate to ensure clear visibility
of the inscriptions in the control room having high illumination intensity (350 Lux), from the
location of the operator's desk.
e. All Trip facia shall have red colour and all Nontrip facia shall have white colour.
f. The audible alarm shall be provided by Buzzer/ Hooter /Bell having different sounds and shall
be used as follows.
Hooter - Alarm
Annunciation - Bell
Annunciation DC - failure
Buzzer AC supply - failure.
g. Sequence of operation of the annunciator shall be as follows:
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 13 of 18

S. Alarm Fault Visual Audible


No. condition contact annunciation Annunciation
(by Hooter)
1. Normal Open Off Off
2. Abnormal Close Flashing On
3. Accept push Close Steady on Off
button
4. Reset push Open Steady Off
button is
Close on Off
pressed
5. Lamp test push Open Off Off
button pressed
Open Steady on Off

h. Audible annunciation for the failure of DC supply to the annunciation system shall be provided
and this annunciation shall operate on 240 Volts AC supply. On failure of the DC to the
annunciation system for more than 2 or 3 seconds. (adjustable setting), a bell shall sound. A
separate push button shall be provided for the cancellation of this audible alarm alone but the
facia window shall remain steadily lighted till the supply to annunciation system is restored.
i. A separate voltage check relay shall be provided to monitor the failure of supply (240V AC) to
the scheme mentioned in Clause above. If the failure of supply exists for more than 2 to 3
seconds. This relay shall initiate visual and audible annunciation. Visual and audible
annunciation for the failure of AC supply to the annunciation system shall be provided and this
annunciation shall operate on Annunciation DC and buzzer shall sound.
(iv) SWITCHES
a. Control and instrument switches shall be rotary operated type with escutcheon plates clearly
marked to show operating position and circuit designation plates and suitable for flush mounting
with only switch front plate and operating handle projecting out.
b. The selection of operating handles for the different types of switches shall be as follows:
− Breaker, Isolator: Pistol grip, black control switches
− Synchronizing: Oval, Black, Keyed handle switches (one common removable handle for
a group of synchronizing switches or locking facility having common key).
− Selector switches: Oval or knob, black Instrument switches: Round, knurled, black
− Protection Transfer: Pistol grip, lockable and switch black.
c. The control switch of breaker and isolator shall be of spring return to neutral type. The switch
shall have spring return from close and trip positions to "after close" and "after trip" positions
respectively.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 14 of 18

d. Instrument selection switches shall be of maintained contact (stay put) type. Ammeter
selection switches shall have make-before break type contacts so as to prevent open circuiting
of CT secondary when changing the position of the switch.
Voltmeter transfer switches for AC shall be suitable for reading all line- to-line and line to-neutral
voltages for non-effectively earthed systems and for reading all line to line voltages for effectively
earthed systems.
e. The contacts of all switches shall preferably open and close with snap action to minimize
arcing. Contacts of switches shall be spring assisted and contact faces shall be with rivets of
pure silver or silver alloy. Springs shall not be used as current carrying parts
f. The contact combination and their operation shall be such as to give completeness to the
interlock and function of the scheme.
g. The contact rating of the switches shall be as follows:
Description Contact rating Amps
24 V DC 10
Continuously make & 30
carry
Break for: Revised load 20

(v) Indicating Lamps


a. Indicating lamps shall be of multiple LED panel mounting type with rear terminal connections.
Lamps shall have translucent lamp covers to diffuse lights coloured red, green, amber, clear
white or blue as specified. The lamp cover shall be preferably of screwed type, unbreakable and
moulded from heat resisting material.
b. The wattage of the lamps shall be 5 to 10 watts for DC voltage of 24 Volt as well as 220 V
AC.
c. Lamps and its parts shall be interchangeable and easily replaceable from the front of the
panel. Tools, if required for replacing the bulbs and lenses shall also be included in the scope of
supply.
d. The indicating lamps shall withstand 120% of rated voltage on a continuous basis.
(vi) Position Indicators
a. Position indicators of "SEMAPHORE" type shall be provided when specified as part of the
mimic diagrams on panels for indicating the position of circuit breakers, isolating/earthing
switches etc. The indicator shall be suitable for semi-flush mounting with only the front disc
projecting out and with terminal connection from the rear. Their strips shall be of the same colour
as the associated mimic.
b. Position indicator shall be suitable for DC Voltage as specified. When the supervised object
is in the closed position, the pointer of the indicator shall take up a position in line with the mimic
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 15 of 18

bus bars, and at right angles to them when the object is in the open position. When the supply
failure to the indicator occurs, the pointer shall take up an intermediate position to indicate the
supply failure.
c. The rating of the indicator shall not exceed 2.5 W.
d. The position indicators shall withstand 120% of rated voltage on a continuous basis.
• RELAYS
All relays shall conform to the requirements of IS:3231/IEC-60255 or other applicable standards.
Relays shall be suitable for flush or semi-flush mounting on the front with connections from the
rear.
All protective relays shall be of Static or Numerical type housed in draw out or plugin
type/modular cases with proper testing facilities. Necessary test plugs/test handles shall be
supplied loose and shall be included in Bidder's scope of supply.
All AC operated relays shall be suitable for operation at 50 Hz. AC Voltage operated relays shall
be suitable for 110 Volts VT secondary and current operated relays for 5 amp CT secondary. All
DC operated relays and timers shall be designed for the DC voltage specified and shall operate
satisfactorily between 80% and 110% of rated voltage. Voltage operated relays shall have
adequate thermal capacity for continuous operation.
The protective relays shall be suitable for efficient and reliable operation of the protection
scheme described in the specification. Numerical relays, if provided, shall be provided with RS
485 port and be compatible for 'MODBUS' protocol. Necessary software for data downloading
and analysis of stored data in Numerical relay shall be supplied on 'CD'. Software to be
compatible to Windows XP or higher 'OS'.
Necessary auxiliary relays and timers required for interlocking schemes for multiplying of
contacts suiting contact duties of protective relays and monitoring of control supplies and
circuits, lockout relay monitoring circuits etc. also required for the complete protection schemes
described in the specification shall be provided. All protective relays shall be provided with at
least two pairs of potential free isolated output contacts. Auxiliary relays and timers shall have
pairs of contacts as required to complete the scheme, contacts shall be silver faced with spring
action. Relay case shall have adequate number of terminals for making potential free external
connections to the relay coils and contacts, including spare contacts.
All protective relays, auxiliary relays and timers except the lock-out relays and interlocking relays
specified shall be provided with self-reset type contacts.
No control relay, which shall trip the power circuit breaker when the relay is deenergized shall
be employed in the circuits.
Provision shall be made for easy isolation of trip circuits of each relay for the purpose of testing
and maintenance.
Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt
reinforcement type. If series relays are used the following shall be strictly ensured :
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 16 of 18

(a) The operating time of the series seal-in-unit shall be sufficiently shorter than that of the trip
coil or trip relay in series with which it operates to ensure definite operation of the flag indicator
of the relay.
(b) Seal-in-unit shall obtain adequate current for operation when one or more relays operate
simultaneously.
(c) Impedance of the seal-in-unit shall be small enough to permit satisfactory operation of the
trip coil on trip relays when the D.C. Supply Voltage is minimum.
(x) All protective relays and alarm relays shall be provided with one extra isolated pair of contacts
wired to terminals exclusively for future use.
(xi) The setting ranges of the relays offered, if different from the ones specified shall also be
acceptable if they meet the functional requirements.
(xii) Any alternative/additional protections or relays considered necessary for providing complete
effective and reliable protection shall also be offered separately. The acceptance of this
alternative/ additional equipment shall lie with the Owner.
(xiii) The Bidder shall include in his bid a list of installations where the relays quoted have been
in satisfactory operation. All relays and their drawings shall have phase indications as R-Red,
Y-yellow, B-blue.
• PROTECTION
Over current relay (two number) shall have directional IDMT characteristic with a definite
minimum time of 3.0 seconds at 10 times setting and have a variable setting range of 50-200%
of rated current have low transient, overreach high set instantaneous unit of continuously
variable setting range 500-2000 % of rated current have a characteristic angle of 30/45 degree
lead include hand reset flag indicators or LEDs.
Earth fault relay shall have directional IDMT characteristic with a definite minimum time of 3.0
seconds at 10 times setting and have a variable setting range of 20-80% of rated current have
low transient, over reach high set instantaneous unit of continuously variable setting range 200-
800 % of rated current have a characteristic angle of 45/60 degree lag include hand reset flag
indicators or LEDs include necessary separate interposing voltage transformers or have internal
feature in the relay for open delta voltage to the relay
− Tripping Relay
High Speed Tripping Relay shall
(a) be instantaneous (operating time not to exceed 10 milli-seconds).
(b) reset within 20 milli seconds
(c) be D.C. operated
(d) have adequate contacts to meet the requirement of scheme, other functions like auto-reclose
relay, LBB relay as well as cater to associated equipment like event logger, Disturbance
recorder, fault Locator, etc.
(e) be provided with operation indicators for each element/coil.
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 17 of 18

(ii) Flag Relays


These shall have
(a) hand reset flag indication
(b) have minimum two contacts (NO or NC or combination as required) for each relay
(iii) Trip Circuit Supervision Relay
(a) The relay shall be capable of monitoring the healthiness of each 'phase' trip-coil and
associated circuit of circuit breaker during 'ON' and 'OFF' conditions.
(b) The relay shall have adequate contacts for providing connection to alarm and event logger.
(c) The relay shall have time delay on drop-off of not less than 200 milli seconds and be provided
with operation indications for each phase.
(iv) Dc Supply Supervision Relay
(a) The relay shall be capable of monitoring the failure of D.C. supply to which, it is connected.
(b) It shall have adequate potential free contacts to meet the scheme requirement.
(c) The relay shall have a 'time delay on drop-off' of not less than 100 milli seconds and be
provided with operation indicator/flag.
(v) RELAY TEST KIT
One relay test kit shall comprise of the following equipment as detailed here under :
1 set Relay tools kits.
1 nos. Test plugs
1 no. Special type test plugs for using with modular type cases (if applicable)
• TYPE TESTS
The following type tests shall be conducted on the Protective relays, Fault locator and,
Disturbance recorder.
a) Insulation tests as per IEC 60255-5
b) High frequency disturbance test as per IEC 60255-4 (Appendix -E) -Class III (not applicable
for electromechanical relays)
c) Fast transient test as per IEC 1000-4, Level III (not applicable for electromechanical relays)
d) Relay characteristics, performance and accuracy test as per IEC 60255 -
• Steady state Characteristics and operating time
• Dynamic Characteristics and operating time for distance protection relays and current
differential protection relays
e) Tests for thermal and mechanical requirements as per IEC 60255-6
f) Tests for rated burden as per IEC 60255-6
DOC NO. RCF/Proj/ETP/2024/01/Annexure 9
EFFLUENT TREATMENT PLANT PROJECT
AT RCF, THAL REV. 0

Annexure 9 to Corrigendum Page 18 of 18

g) Contact performance test as per IEC 60255-0- 20 (not applicable for Event logger, Distance
to fault locator and Disturbance recorder)
(ii) Steady state & Dynamic characteristics tests on the relays (distance protection relays and
current differential protection relays), as type test, shall be carried out based on general guide
lines specified in CIGRE Committee 34 report on simulator/ network analyzer/PTL.
• REMOTE OPERATION
The facility of switchgear remote operation shall be to operate HV switchgear outside HV area
via a remote switching panel or a computer based operating platform. Remote switching must
only be enabled or disabled via designated selector switches on the HV switchgear panel.
When the switchgear is in remote operation mode, the relevant panels should be available to be
operated via the remote operating device or at the switchgear panel(s), when the switchgear is
in local operation mode, the relevant panels must only be available to be operated at the
switchgear panel(s). Both remote operation and local operation must not defeat switchgear
mechanical and electrical interlock arrangement.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.

COMMERCIAL
1. PART I: 25 of 30 28.2.2 Unit rate mentioned for utility for power and Steam Unit rate mentioned in clause no. 28.2.2 and price Bid BOQ Unit rates mentioned in clause 28.2.2 shall prevail.
COMMERCIAL Loading are different for Power and Steam. These rates shall be considered for evaluation
SECTION – 1.0 toward  Power – Rs. 9.25/KWH as per 28.2.2 clause whereas purpose.
INSTRUCTIONS Guaranteed in price bid its mentioned Rs. 10.000 /KWH
TO BIDDERS Works Cost  Steam – Rs. 5379/MT as per 28.2.2 clause whereas in
(OPEX) & price bid its mentioned Rs. 4500/MT
price bid
2. Price Bid NA BOQ (price Unit rate mentioned for Chemicals We understand that unit rates mentioned in price bid is only Unit rates mentioned in clause 28.2.2 shall be
Bid) considered for price evaluation purpose and not for calculation considered for price evaluation purpose.
of 1 years chemical price. Bidder are free to use actual market Supply of all chemicals (except HCl and NaOH) shall
rates while quoting 1 year chemical price. pl confirm. be in the scope of Bidder for the entire duration of the
1 year O&M contract.
3. PART I: 7 of 30 8.1.1 & ETP and MEE experience from any Fertilizer/ We request you to kindly accept the FOOD industry for NIT conditions shall prevail.
COMMERCIAL 8.1.1.1 chemicals/ Pharmaceutical/ steel/ power/ qualification.
SECTION – 1.0 Petrochemicals/ Refinery industries
INSTRUCTIONS
TO BIDDERS
4. PART I: 26 of 30 29.0 The Bidder shall quote firm prices/ rates in the We request you to kindly considered price variation /escalation NIT conditions shall prevail.
COMMERCIAL PRICE “BOQ”. Firm for labour civil, structural steel & chemical cost as current
SECTION – 1.0 VARIATION prices/rates shall not be subject to any escalation market condition is very volatile.
INSTRUCTIONS on any account till final acceptance of the plant
TO BIDDERS except as otherwise specifically provided in the
NIT/ Contract documents. Bids with variable
prices may be disqualified.
5. PART I: SPECIAL 38 of 46 14.1.A, FOR We request you to kindly accept the payment terms as below NIT conditions shall prevail.
CONDITIONS OF SUPPLY OF for better cash flow of the project
CONTRACT MATERIALS
UPTO 14.1-10% interest free mobilization advance will 14.1-10% interest free mobilization advance will be given
SUCCESSF be given against submission of ABG for 110% of against submission of ABG for 110% of the advance amount
UL the advance amount and pro-forma invoice, and and pro-forma invoice, and Security cum PBG for 10% of value
COMPLETIO Security cum PBG for 10% of value of supply of of supply of material.
N OF GTR: material.

14.2 -5% payment against submission of Basic Engineering


14.2 -5% payment against submission of Basic Package for ETP project. The document to be submitted in
Engineering Package for ETP project. The Basic Engineering Package shall be finalized during kick off
document to be submitted in Basic Engineering meeting.
Package shall be finalized during kick off
meeting.
14.3 - 70% payment shall be made along with 100% taxes on
14.3 - 65% payment shall be made along with 30th day of receipt of material at RCF site on pro -rata basis
100% taxes on 30th day of receipt of material at subject to submission of Tax invoices. Pro -rata payment shall
RCF site on pro -rata basis subject to submission be done as per RCF approved billing break up/schedule.
of Tax invoices. Pro -rata payment shall be done Vendor shall submit billing break up/schedule for RCF
as per RCF approved billing break up/schedule. approval in kick off meeting. Vendor shall submit consolidated
Vendor shall submit billing break up/schedule for invoices in the form of RA bills. If mobilization advance not
RCF approval in kick off meeting. Vendor shall requested/ taken by vendor 80% payment
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
submit consolidated invoices in the form of RA shall be released instead of 65%.
bills. If mobilization advance not requested/ taken
by vendor 75% payment 14.4. 5% payment shall be made on 30th day of Mechanical
shall be released instead of 65%. completion certificate & subject to submission of Security cum
Performance BG of 10% of contract value of O & M contract.
14.4. 10% payment shall be made on 30th day of
Mechanical completion certificate & subject to 14.5 -. 5% payment shall be made on 30th day after Successful
submission of Security cum Performance BG of PGTR of the system.
10% of contract value of O & M contract.
14.6.- 3% payment shall be made on 30th day on issue of
th
14.5 -. 5% payment shall be made on 30 day PRELIMINARY ACCEPTANCE CERTIFICATE of the system.
after Successful PGTR of the system.
14.7. Balance 2% payment shall be made on 30 th day after
14.6.- 3% payment shall be made on 30th day on successful completion of punch points and receipt of complete
issue of PRELIMINARY ACCEPTANCE documentation of the system.
CERTIFICATE of the system.

14.7. Balance 2% payment shall be made on 30


th day after successful completion of punch points
and receipt of complete documentation of the
system.
6. PART I: , SPECIAL 39 of 46 14.1.B, We request you to kindly accept the payment terms as below NIT conditions shall prevail.
CONDITIONS OF PAYMENT for better cash flow of the project :
CONTRACT OF
ENGINEERI
NG 14.8. 10% interest free mobilization advance will 14.8. 10% interest free mobilization advance will be given
SERVICES be given against submission of Advance Bank against submission of Advance Bank Guarantee (ABG) for
INCLUDING Guarantee (ABG) for 110% of the advance 110% of the advance amount and proforma invoice, and
MECHANICA amount and proforma invoice, and Security cum Security cum Performance Bank Guarantee (PBG) for 10% of
L, Performance Bank Guarantee (PBG) for 10% of value of supply of services.
ELECTRICA value of supply of services.
L,
AND 14.9. 75% on Engineering Milestone on pro-rata basis along
INSTRUMEN 14.9. 70% on Engineering Milestone on pro-rata with 100% taxes shall be made on 30th day subject to
TATION basis along with 100% taxes shall be made on submission of clear invoice
WORK 30th day subject to submission of clear invoice
SHALL BE
RELEASED 14.10. 5% payment shall be made on 30th day of Mechanical
AS 14.10. 10% payment shall be made on 30th day completion certificate & subject to submission of Security cum
FOLLOWS of Mechanical completion certificate & subject to Performance BG of O & M contract.
submission of Security cum Performance BG of O
& M contract. 14.11. 5% payment shall be made on 30th day after successful
PGTR of the system
14.11. 5% payment shall be made on 30th day
after successful PGTR of the system 14.12. 3% payment shall be made on 30th day on issue of
PRELIMINARY ACCEPTANCE CERTIFICATE of the system.
14.12. 3% payment shall be made on 30th day on
issue of PRELIMINARY ACCEPTANCE
CERTIFICATE of the system.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
14.13. Balance 2% payment shall be made on 30 14.13. Balance 2% payment shall be made on 30 th day after
th day after successful completion of punch points successful completion of punch points and receipt of complete
and receipt of complete documentation of the documentation of the system
system
7. PART I: , Page 1 of 4 Payment PAYMENT TERMS FOR CIVIL WORKS We request you to kindly accept the following payment terms NIT conditions shall prevail.
PAYMENT TERMS Page 2 of 4 terms for civil A. WATER RETAINING STRUCTURES for Civil work for better cash flow
FOR CIVIL Page 3 of 4 (TYPICAL)
WORKS Page 4 of 4 B. STRUCTURES OTHER THAN TANKS – - 90 % on prorate basis of completion of civil work
BUILDINGS, SHEDS, ROOMS - 10 % After successful commissioning of the system &
C. ROADS, DRAINAGE WORKS, Handover
FLOORING
D. MISCELLANEOUS WORKS
8. PART I: 16 of 277 8.0, Pre- Bidder shall bid as Single Bidder subject to We have gone through tender document, as per tender NIT conditions shall prevail.
COMMERCIAL qualification meeting the Pre - Qualification Criteria as stated guideline JV is not allowed for Complete ZLD package of ETP
SECTION – 1.0 (PQ) Criteria in Clause 8.1. + RO + MEE. As we do not have core expertise in ETP + RO
INSTRUCTIONS Evaluation of Techno- projects, and as per our experience we found that ETP + RO
TO BIDDERS Commercial offers shall be carried out for only and MEE + ATFD Manufacturer are different and for tender
those Bidders who shall meet the Pre- they do the JV, so we request you to allow for JV for complete
Qualification Criteria. project.
Joint Venture (Consortium) shall not be
accepted.
9. Tender Notice - 1 4, 5 3, 3.7, 3.11, 3 - Salient features of bidding document : Last date for physical submission of EMD in original is Bidder to refer clause 2.0, sr. no. 3.7, pg. 3 of Letter
LETTER INVITING 4.0 contradicting in 3.0 (3.7 and 3.11) and 4.0. Inviting Bid.
BID: 3.7 - Last Date for receipt of Earnest Money Please confirm the correct date for physical submission. However, last date for physical submission of EMD
Deposit (EMD) in (original) hard copy through in original shall be maximum 7 days after opening of
Post/Courier and Technical and un-priced commercial Bid.

3.11 - Date & Time for end of Bid Submission :


16.07.2024, at 14:00 hrs. (IST)

4.0 The following documents in addition to


uploading the bid on CPP Portal shall also be
submitted in Original (in physical form) within 7
(seven) days from the bid due date provided the
scanned copies of the same have been uploaded
on CPP Portal by the bidder along with e-bid
within the due date and time to the address
mentioned in Clause no. 2.0 of LIB:-i) EMD/Bid
Security ii) Power of Attorney, iii) Pre-Signed
Integrity Pact (date, sign & stamp on each page)
10. Tender Notice - 1 Page 24-25 28.2.2 28.2.2 Loading toward Guaranteed Works Cost a) Here, only name of chemical is given but Chemical's a) Strength / purity of all chemicals shall be
ITB of 30 (OPEx) strength / purity is not indicated. E.g. NaOH can be 48% as considered as 100% for evaluation purpose.
UTILTIES GUARANTEED CONSUMPTION well as Flakes - 99%, SMBS can be 64% as well as 95%, b) NIT condition shall prevail
Sodium Hypo Chloride can be 6 to 12%.
Kindly confirm the purity / strength of chemical for evaluation.
b) Rate of lime seems to be extremely high which needs to be
corrected
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
11. RCF/Proj/ETP/202 7 8.1.1.1 Industrial effluent treatment plant comprising of at Kindly consider WTP-80 m3/hr TDS more than 10,000 ppm NIT conditions shall prevail.
4/01/ITB least one single stream of not less than 80 m3/hr experience for Bore-well water. (DELHI METRO RAIL
feed capacity of Reverse Osmosis unit for CORPORATION)
recycling of effluent in any Fertilizer
/ Chemicals/ Pharmaceutical/ steel/ power/
Petrochemicals/ Refinery industries which is
under satisfactory performance for period of at
least one year (12 months) during last Ten years
ending last day of publishing this tender
12. RCF/Proj/ETP/202 4 Sr.No.3.11 Bid Submission Date-16.07.2024 As we are very much interested in bidding the tender, kindly Please refer corrigendum
4/01/ITB extend the tender by 15 days.
13. Part-I, Section-1.0, Page 26 of 28.2.3 GST set off on account of ITC benefit Subject clause specifies that: Price evaluation shall be on Works Contract basis.
Instructions to 30 “The Price evaluation shall also take into account ITC benefit GST set off on account of ITC benefit shall be
Bidders as permissible to Owner under GST law. As per CGST Act, in calculated for all items except civil items. GST ITC
case of civil works, GST ITC is available for equipment for civil foundation items only shall be considered.
foundation only. In case, ITC benefit as indicated by Bidder in Bidder shall furnish cost of following items as a % of
ANNEXURE -A: PART IV (TAXES AND DUTIES) of PRICE total civil work/job:
SCHEDULE is not available to the Owner solely due to the fault
i) Civil Foundation
of CONTRACTOR; the same shall be adjusted in the LSTK
price payable to CONTRACTOR..” ii) Other than civil foundation

The mentioned “ANNEXURE -A: PART IV (TAXES AND


DUTIES) of PRICE SCHEDULE” is not available in Tender
document. We understand that the same is not applicable,
because the award of work shall be on “Works Contract
Service” basis as per Clause 12.7 of SCC (Page 36 of 46).
Kindly confirm.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
14. Part-I, Section-1.0, Page 26 of 28.2.3 GST set off on account of ITC benefit Subject clause specifies that: Price evaluation shall be on Works Contract basis.
Instructions to 30 “The Price evaluation shall also take into account ITC benefit GST set off on account of ITC benefit shall be
Bidders as permissible to Owner under GST law. As per CGST Act, in calculated for all items except civil items. GST ITC
case of civil works, GST ITC is available for equipment for civil foundation items only shall be considered.
foundation only. In case, ITC benefit as indicated by Bidder in Bidder shall furnish cost of following items as a % of
ANNEXURE -A: PART IV (TAXES AND DUTIES) of PRICE total civil work/job:
SCHEDULE is not available to the Owner solely due to the fault
i) Civil Foundation
of CONTRACTOR; the same shall be adjusted in the LSTK
price payable to CONTRACTOR..” ii) Other than civil foundation

We understand that award of work shall be on “Works Contract


Service” basis as per Clause 12.7 of SCC (Page 36 of 46), and
accordingly GST Invoices may be raised under SAC code
995422. Further, regarding “GST set off on account of ITC
benefit”, we submit as follows:

We have been informed by our tax consultants that availability RCF will capitalize the asset as Effluent Treatment
of Input Tax Credit on various Civil Structures depends on how Plant
the owner is capitalising the asset and Contractor has no clue
whether RCF can avail ITC on specific civil structures. If RCF
capitalise the asset as “Effluent Treatment Plant”, then
treatment of ITC will be different. But if RCF is capitalising as
individual equipments and civil structure items in their books,
then treatment of ITC will be different.
Therefore, since onus of establishing whether RCF will get ITC As per honorable supreme court judgement dtd.
is on RCF and cannot be established by the Contractor, we 16.08.2022 Civil Appeal no. 5294 of 2022 (Arising
request that requirements specified in clause 28.2.3 pertaining out of SLP(C) No.4960 of 2021), Hon’ble Supreme
to “GST set off on account of ITC benefit” may please be Court pronounced that the tendering authority is
deleted. under no statutory obligation to provide the correct
HSN code of the goods
To further support our request for deleting this clause, we
would like to bring to your notice a writ petition filed before the
Allahabad High Court (copy attached), wherein the
Harmonised System of Nomenclature (HSN) classification of a
product was examined. The High Court held that it was
incumbent on the Tendering Authority to provide correct
classification and applicable Goods and Services Tax (GST)
rate for the products, if the GST value was to be added to the
base price to arrive at the total price for ranking of bidders. This
was to provide a level-playing field to all the bidders in
accordance with Articles 14 and 19(1)(b) of the Constitution of
India.

In light of above submission, we repeat our request to delete


subject clause 28.2.3 pertaining to “GST set off on account of
ITC benefit”.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
15. Part-I, Section-1.0, Page 26 of 28.2.3 GST set off on account of ITC benefit As per our understanding, the proposed Effluent Treatment GST rate shall be quoted by Bidder as per HSN code.
Instructions to 30 Plant (ETP) will be a part of factory premises as defined under As the proposed ETP is a part of RCF factory
Bidders The Factories Act, 1948 & thus no exemption benefit of lower premises, concessional GST shall not be applicable
Page 1 of 3 Tax GST rate as on date of participation in tender GST @ 12% as per Notification No. 20/2017-Central Tax to Bidder.
Annex 1.26, Compliance (Rate) will be available for this contract. Kindly confirm.
Guidelines for GST Clause no. 5
16. Part-I, BoQ1 Column BA & Error in formula After entering data in Column M & N, it is found that values in Column BA is to be ignored.
Excel BOQ Column BB Column BA (Total amount without taxes) & Column BB (Total
amount with taxes) are same. We understand that Column BA
(Total amount without taxes) is to be ignored. Kindly confirm.
17. Part-I, Section-1.0, Page 23 of 28.2.1 GST amount for which ITC is available Subject clause 28.2.1 specifies that “‘Price for evaluation’ shall
Price evaluation shall be on Works Contract basis.
Instructions to 30 be arrived by deducting ‘GST amount for which ITC is GST set off on account of ITC benefit shall be
Bidders available’ from the LSTK Price..” calculated for all items except civil items. GST ITC
for civil foundation items only shall be considered.
Since onus of establishing whether RCF will get ITC is on RCF Bidder shall furnish cost of following items as a % of
and cannot be established by the Bidder, we request that total civil work/job:
requirements in clause 28.2.1 pertaining to ITC of GST may be
deleted. i) Civil Foundation
ii) Other than civil foundation

18. Part-I, Page 23 of 28.2.1 Monthly Payment Schedule Subject clause 28.2.1 specifies that “‘Price for evaluation’ will Refer annexure no. 1 for Monthly Payment Schedule
annexure 30 be discounted at the rate of 10.0% p.a., as per the Monthly as attached along with Corrigendum.
Payment Schedule submitted by the Bidder for the
Part-I, Section-3.0, implementation period using NPV formula. The Price Bid
Special Conditions Format (Excel BOQ) shall also be provided with a spread sheet
of Contract 14.15 for filling up the month-wise % (up to two decimal places) in
Page 41 of above Monthly Payment Schedule (MPS).”
46
Subject clause 14.15 specifies that “Bidder to furnish the
monthly Payment Schedule (S-curve) as per the given BOQ
excel format.”

Since Monthly Payment Schedule is not provided in the Tender


& Excel BOQ, we understand that it is not applicable. Kindly
confirm.
19. Part-I, BoQ2 Sl.No. 1.01 & Unit Rates of Power/Steam In Excel BOQ, Unit Rate of Power is specified as Rs. 10/- per Unit rates mentioned in clause 28.2.2 shall prevail.
Excel BOQ 1.02 kWh and Unit Rate for Steam is specified as Rs. 4,500/- per
MT.
Part-I, Section-1.0, Page 25 of Sr.no. 1 & 2
Instructions to 30 of Table for In table given at Page 25 of 30, Unit Rate of Power is specified
Bidders Utilities as Rs. 9.25/- per kWh and Unit Rate for Steam is specified as
Guaranteed Rs. 5,379/- per MT.
Consumption
We understand that Unit Rates provided in Excel BOQ shall
govern and Unit Rates given in ITB are to be ignored. Kindly
confirm.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
20. Part-I, Page 2 of 2 Sr. no. 7 FORMAT B-Price Confirmation Subject clause requires Bidder to confirm that “We also confirm Reverse auction is not applicable.
Annexure 1.1, and that we will fax / e-mail the price confirmation & price break up
Bid Form and Reverse Auction of our quoted price as per FORMAT B – Price Confirmation
Process after the closing of reverse auction event.”
Compliance
Statement We understand that “Format B – Price Confirmation” and
“Reverse Auction” mentioned at Sr. no. 7 are not applicable for
subject Tender. Kindly confirm.

If Reverse Auction is selected by RCF, we request you to


withdraw the same because Volume Obsessive companies will
be lured to bid sub-cost prices & project execution will be
hampered. It would also be discouraging for bidder to lose the
order to greed of such Volume Obsessive companies. Hence,
please withdraw Reverse Auction, if applicable.
21. Part-I, Section-1.0, Page 6 of 30 Cl.no. 6.1 Time Schedule/ Completion Period Herein it is provided that Completion period (Mechanical NIT conditions shall prevail.
Instructions to Completion + GTR) shall be 30 Months from the date of LOI
Bidders including monsoon. However, duration for Mechanical
Completion is not specified. Hence, we propose the following
modification:

“Completion Period: 30 months from the date of LOI including


monsoon (Mechanical Completion : 28 months,
Commissioning & PGTR: 2 months)”

Kindly confirm your acceptance on the above proposal.


22. Part-I, Page 11 of Sr. no. (B) Itemwise details for local value addition Since decision regarding import of some items (if required) NIT conditions shall prevail.
Annexure 1.27, 11 shall be taken after commercial evaluation of offers of sub- Bidder to submit details as per format given in NIT.
Public Procurement vendors during execution stage, it would not be possible to
Order provide Itemwise details for local value addition during bidding
stage. Hence, we request you to kindly remove this
requirement specified under Sr.no. (B) of subject Annexure
1.27.
23. Part-I, Section-1.0, Page 26 of 29.0 Price Variation Subject clause specifies that “Firm prices/rates shall not be NIT conditions shall prevail.
Instructions to 30 subject to any escalation on any account till final acceptance
Bidders of the plant.”
You are aware that there is huge volatility in Steel market &
prices of Steel are increasing every month without any control.
In this situation, it is extremely difficult for bidder to estimate
escalation of Steel cost over next one year.
Therefore, we request you to allow escalation on Steel Prices
with following formula:
Vm = IR x Q x (M - Mo)
Mo
Where
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Vm = Variation in Price
IR = Basic Rate of steel items
Q = Qty. of Structural Steel, Reinforcement bar and Steel
Grating / Chequered Plate/CS Plates supplied by
CONTRACTOR.
Mo = All India Wholesale Monthly Price Index for Steel
Commodity released by Office of Economic Advisor to
Govt. of India, Ministry of Commerce and Industry
(http://www.eaindustry.nic.in) on due date of submission of
last price bid
M = All India Wholesale Monthly Price Index for Steel
Commodity released by Office of Economic Advisor to
Govt. of India, Ministry of Commerce and Industry
(http://www.eaindustry.nic.in) one month prior to the month
in which the Steel materials are received at designated site
or tax invoice date, whichever is earlier.
Basic Rate of steel items may also please be specified by
M/s RCF for this Formula.

24. Part-I, Section-2.0, Page 33 of 28.1 Insurance component in LSTK price Last line of 2nd para of subject clause specifies that “The Bidder shall include insurance component in their
General Conditions 98 insurance component shall be indicated separately and LSTK price bid.
of Contract included in the LSTK price.” The insurance component shall be mentioned in
unpriced bid as a % of total value of items mentioned
Since there is no provision in the Excel BOQ for showing the under Sr. No. 1.01 to 1.08 of BOQ
Insurance component separately, we understand that the
above quoted requirement is to be ignored. Kindly confirm.
25. Part-I, Section-2.0, Page 33 of 28.1 Insurance: Mediclaim Policy, Professional Subject clause in 2nd para refers to requirement of taking out Workmen Compensation policy shall be taken by
General Conditions 98 Indemnity Workmen Compensation, Mediclaim Policy and Professional Bidder. Separate Mediclaim policy is not required if
of Contract Indemnity. already included in Workmen Compensation policy.

Kindly note that when we take out Workmen Compensation Professional Indemnity requirement shall be fulfilled
Policy, it includes Medical Extension. We understand that by Bidder.
because Workmen Compensation Policy would include
Medical Extension, no separate Mediclaim Policy is required to
be taken out. Kindly confirm.

Further, we understand that the referred Professional


Indemnity is required for the Service Industry like Hospitality,
Medical, etc., and hence is not applicable for subject EPC
Tender. Kindly confirm.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
26. Part-I, Section-2.0, Page 28 of 17.1.1 Soil Investigation Subject clause specifies that “The soil investigation report Soil investigation report provided in NIT is indicative
General Conditions 98 furnished in the technical part is indicative only and is enclosed for all Bidders. Successful Bidder shall conduct soil /
of Contract purely for information/guidance purpose to the bidders. The geotechnical investigation at the ETP site after award
contractor shall carry out its own detailed soil investigation for of contract.
the proposed plant. Design of the foundation system of the
plant shall be based, only on the site specific report. Nothing RCF shall not be held liable for any cost implications
extra shall be paid in case of any variation arising out of the arising from discrepancies in the indicative soil report
soil report conducted report conducted by the bidders and the provided in NIT.
data given in the tender is only for guidance purpose.”

We would like to submit that our estimates shall be based on


Geotechnical Data as provided in the Tender. If discrepancies
are found in Site Investigation data furnished by you when we
carry out Soil Investigation after the award of work, the Time &
Cost consequences shall be reimbursed by you because
Geotechnical data provided in Tender cannot be misguiding to
the contractor during bidding stage. Further, there is no time
and opportunity for bidder to carry out Soil Investigation at
bidding stage. Therefore, please confirm that the time & cost
consequences due to change in soil data shall be paid for as
extra works. Kindly confirm.
27. Part-I, Section-3.0, Page 30 of 2.8 Site Facilities (Land for site office, storage, It is specified that “(c) Construction water and power shall be Noted.
Special Conditions 46 fabrication yard & batching plant) provided, free of cost, by OWNER at a single location at site
of Contract upto contractual completion period.”

We understand that Land for site office, storage, fabrication Obtaining all statutory & regulatory compliances
yard and batching plant shall also be provided free of cost M/srelated to such activities shall be in the scope of the
by RCF. Bidder.
28. Part-I, Section-3.0, Page 37 of 12.12.4 Building and Construction Cess Subject clause specifies at 3rd point that “Labour Cess / BOCW Reference of P-III of BOQ for civil and structural
Special Conditions 46 Cess shall be deducted at source as per the rate in force from works may be ignored.
of Contract time to time from bills of contractor (for total value in P-III of
BOCW cess shall be deducted at source by RCF at
BOQ for civil & structural Works) and remitted to labour dept. 1% of total value quoted by bidder at Sr. no. 1.07
of the concerned state by the paying authority i.e. RCF Ltd. (Civil Works) and at Sr. no. 1.08 (Structural Works)
Current rate of BOCW cess in Maharashtra state is 1%.” in BOQ.
Refer annexure no. 2 for BOCW cess attached along
Since “P-III” could not be found in Excel BOQ provided with with Corrigendum.
Tender, we understand that BOCW cess shall be deducted at
source by RCF at 1% of total value quoted by bidder at Sr. no.
1.07 (Civil Works) and at Sr. no. 1.08 (Structural Works) only.
29. General Letter Sr. No. 4 “The following documents in addition to uploading kindly confirm if bidders to submit the physical submission of Physical submission of documents by speed post /
Inviting Bid the bid on CPP Portal shall also be submitted in documents by Hand only or Registered post shall be acceptable.
Page 4 Original (in physical form) within 7 (seven) days
from the bid due date provided the scanned Physical submission of documents could also be acceptable
copies of the same have been uploaded on CPP by speed post/ Registered post. Kindly confirm.
Portal by the bidder along with e-bid within the
due date and time to the address mentioned in
Clause no. 2.0 of LIB”
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
30. RCF/Proj/ETP/202 Page 13 of Sr. No. 15 Price Basis & Currency of Bids “Cost of insurance Kindly confirm if LSTK price should indeed include all the Bidder shall include insurance component in their
4/01/ITB 30 (15.5) during ocean, air and inland transit, storage specified items under section 15.5 (a) to (o), Specifically, for LSTK price bid.
erection, pre – commissioning and commissioning item (k), should the insurance costs be itemized separately The insurance component shall be mentioned in
sustained load test and guarantee test run within the LSTK price for evaluation purposes. unpriced bid as a % of total value of items mentioned
until…..” under Sr. No. 1.01 to 1.08 of BOQ
31. RCF/Proj/ETP/202 Pg 40 of 46 14.14 (a) Submission of Bank Guarantee(s) for 110% value We would like to apprise you that “Sumitomo Mitsui Banking NIT conditions shall prevail.
4/01/SCC of Mobilization Advance valid for 3 months Corporation” has been included in the second schedule to the
beyond MECHANICAL COMPLETION, from Reserve Bank of India Act, 1934 by notification
OWNER’S List of Approved Bank as per DBOD.IBD.NO.9808/23.13.155/2012-13 dtd. 09th January
Annexure 1.20 and in a format acceptable to the 2013, published in the Gazette of India (part III – section 4)
OWNER. dated 02nd February 2013.
We request to the department to kindly confirm the acceptance
of BG from Sumitomo Bank.
32. RCF/Proj/ETP/202 Page 22 of 26.4 EFFECT AND VALIDITY OF BID The clause mentions that bidders agreeing to extend the NIT conditions shall prevail.
4/01/ITB 30 validity will not be required or permitted to modify their bid, but
“A Bidder agreeing to the request of OWNER
requests for revision or adjustment of the Priced Bid under such
seeking extension will not be required nor
circumstances may be considered after a certain time period.
permitted to modify his bid and will be required to
extend the validity of his EMD correspondingly. Request you to provide process under what conditions such
However, Bidders….” requests for revision/adjustment will be entertained and the
procedure for submitting such requests.
33. RCF/Proj/ETP/202 Pg 2 0f 2 7 Terms & Conditions for e-Tendering Since, desperate bidders could result in quoting a price at Reverse auction is not applicable.
4/01/Annex 1.1 mentioned in the NIT which execution could only be possible with deviations or
“We also confirm that we will fax / e-mail the price compromise in specifications wherein same would be evident
confirmation & price break up of our quoted price only in long O&M periods. Therefore, our humble request is to
as per FORMAT B – Price Confirmation after the remove the Reverse Auction clause in the bidding procedure.
closing of reverse auction event.” Kindly confirm.
34. RCF/Proj/ETP/202 Pg 11 of 11 PUBLIC PROCUREMENT ORDER We have observed that Form B, as specified under the Ministry Bidder to submit details as per Form A given in NIT.
4/01/Annex 1.27 of Commerce and Industry's Public Procurement (Preference
to Make in India) Order, 2017, is not included. Form B typically
requires certification from the statutory auditor or cost auditor
(for companies) or from a practicing cost accountant or
chartered accountant (for non-company suppliers), detailing
the percentage of local content in the goods or services
offered.
Kindly confirm if Form B is mandatory for this tender process.
If so, please provide the necessary template or specify the
submission requirements for Form B to ensure compliance
with the procurement guidelines.
35. RCF/Proj/ETP/202 Pg 39 of 46 14.1 TERMS OF PAYMENT Since, Payment terms are integral part of any project wherein NIT condition shall prevail.
4/01/SCC retentions in payment terms could have severe impact on
For Supply of Materials Up to Successful
achieving timely project milestones. So, we request the
Completion Of GTR:
following revisions to the payment terms for Engineering
Services (Mechanical, Electrical, Instrumentation):
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.

1. Mechanical Completion: 15% in place of 10%


2. PGTR (Performance Guarantee Test Run): 3% in
place of 5%
3. Preliminary Acceptance Certificate: 1% in place of
3%

Punch Points Completion: 1% in place of 2%


36. General - - Permits Request to kindly provide the details regarding necessary CTE & CTO are in RCF’s scope.
permits, approvals, consents etc. particularly consent to All other permits, consents, approvals shall be in the
establish, which are to be obtained by the Client for the scope of Bidder.
execution of the project.
37. General - - Environment Impact Assessment We understand that Environment Impact Assessment as EIA is not applicable for this project.
required under 5the applicable Rules & Regulation h6as
already been done for the Project and necessary approvals
incl8uding approvals from Ministry of Forest and Pollution
Control Board (PCB) as applicable have been taken by the
Employer for this project. Please confirm.
38. General Consent to Establish We understand that Consent to Establish (CTE) approval Consent to Establish is in the scope of RCF and it will
under Environmental Law from the relevant authority has be taken at appropriate time.
already been taken by the Employer for this project. Please
confirm.
39. General Consent to Operate We understand that Employer being Proponent of the project Consent to Operate is in the scope of RCF and it will
the responsibility to obtain the Consent to Operate (CTO) be taken at appropriate time.
under Environmental Law from the relevant authority shall lie
with Employer. Please confirm.
40. General Change in law We understand that, if after bid submission/during execution, Cost implications / variations due to change is GST
there is any change in law or enactment of new law/legislation laws during contractual completion period shall be
which results into increase in the rate of Wages, prices of reimbursed by RCF. Any other price variation in cost
consumables/equipment or any other negative statutory shall not be entertained after bid submission.
variations thereby increase the cost of the Contractor, the
same shall be reimbursed/paid/borne by the Employer. Please
confirm
41. RCF/Proj/ETP/202 Section-1.0, Sr. No. 18 Confidentiality Of Documents As mentioned on Page 23: " Bidders shall treat the bidding NDA is not required to be signed by Bidder.
4/01/ITB Instruction documents and contents therein as strictly confidential."
to Bidders Non-Disclosure Agreement
Pg 14 of 30 Request you to kindly provide details that what specific clauses
are included in the NDA to protect proprietary information”.
Do we have to sign any NDA prior to tender submission.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
42. Part I Commercial, Section-1.0, 8.0 Industrial effluent treatment In wastewater treatment, the Reverse Osmosis unit is not NIT conditions shall prevail.
Page No. 16 of 277 Instruction Pre- plant comprising of at least one typically a primary process equipment. Instead, it's more
to Bidders Qualification single stream of not less than 80 commonly associated with separation solutions. So, our
Page No. 07 (PQ) m3/hr feed capacity of Reverse humble submission to allow Reverse Osmosis unit from any of
of 30 Criteria Osmosis unit for recycling of the industries or at least from the
Sub-Clause: effluent in any Fertilizer/ additional industries as specified below:
8.1.1.1 Chemicals/ Pharmaceutical / Industrial effluent treatment plant
(a) steel/ power/ Petrochemicals comprising of at least one single stream
/Refinery industries which is of not less than 80 m3/hr feed capacity of
under satisfactory performance Reverse Osmosis unit for recycling of
for period of at least one year effluent in any Fertilizer/ Chemicals/
(12 months) during last Ten Pharmaceutical / steel/ power/
years ending last day of Petrochemicals/ Automobiles/ Textile/
publishing this tender. Food/ Refinery industries which is under
satisfactory performance for period of at
least one year (12 months) during last Ten
43. Part I, Commercial, Section- 8.0 At least one Multiple Effect Evaporator unit for In wastewater treatment, the Multi Effect Evaporator is not NIT conditions shall prevail.
Page No. 16 of 277 1.0, Pre- treating effluent of capacity of not less than 7 typically a primary process equipment. Instead, it's more
Instruction Qualification m3/hr in any Fertilizer/ commonly associated with concentrating solutions. So, our
to Bidders (PQ) Chemicals/Pharmaceutical/ steel/ power/ humble submission to allow Multi effect Evaporator from any
Page No. 07 Criteria Petrochemicals/ of the industries or at least from the additional industries as
of 30 Sub-Clause: Refinery industries which is under satisfactory specified below:
8.1.1.1 performance At least one Multiple Effect Evaporator unit for treating effluent
(b) for period of at least one year (12 months) during of capacity of not less than 5 m3/hr in any Fertilizer/
last Ten Chemicals/Pharmaceutical/ steel/ power/Petrochemicals/
years ending last day of publishing this tender. Textile/ Food/ Refinery industries which is under satisfactory
performance for period of at least one year (12 months) during
last Ten years ending last day of publishing this tender.
44. Part I Commercial, Section- 8.0 Bidder shall submit work order /Purchase Order / As per standard industrial practice, General contractors NIT conditions shall prevail.
Page No. 16 of 277 1.0, Pre- Agreement/Contract along with completion execute the major civil portion of entire plant whereas Water &
Instruction Qualification certificate / successful PGTR certificate and Waste water treatment plants are to be kept in Sub-
to Bidders (PQ) satisfactory performance certificate from end user contractor’s scope.
Page No. 07 Criteria / owner for point (a) and (b) mentioned above. So, our request is to kindly accept the certificate issued by
of 30 Sub-Clause: General contractor also:
8.1.1.1 Bidder shall submit work order /Purchase Order /Agreement
(b) 1. /Contract along with completion certificate / successful PGTR
certificate and satisfactory performance certificate from end
user / owner / General contractor for point (a) and (b)
mentioned above.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
45. Part I Commercial, Section- Pre- In case Bidders’ previous experience is We could very well understand the technicalities involved for NIT conditions shall prevail.
Page No. 16 of 277 1.0, Qualific associated with treatment facility installed for specifying Influent streams to be treated in a CETP.
Instruction ation Common Effluent Treatment plant (CETP), bidder But this could be easily substantiated from Employer
to Bidders (PQ) shall submit a separate certificate or undertaking requirements.
Page No. 07 Criteria from OWNER of CETP in which name and type of Further, we have experience of CETP in Oman and there is
of 30 Sub- industries are mentioned. Such CETP shall National holidays in Oman for almost 2 weeks wherein
Clause: comprise of industry / industries as mentioned in arranging a separate certificate or undertaking after project
8.1.1.1 (b) 2. point (a) with the effluent inlet flow from the same handover would require significant time period and could not
of not less than 80 m3/hr. be issued in current bidding timelines.
Therefore, our request is to kindly accept the pertaining tender
Employer requirements against this clause:
In case Bidders’ previous experience is associated with
treatment facility installed for Common Effluent Treatment
plant (CETP), bidder shall submit a separate certificate or
undertaking or Employer requirements of tender from
OWNER of CETP in which name and type of industries are
mentioned. Such CETP shall comprise of industry / industries
as mentioned in point (a) with the effluent inlet flow from the
same of not less than 80 m3/hr.
46. Page no 7 of 8.1.1.1 Bidder must have designed, supplied, We meet both these criteria, but the Project executed by us - NIT conditions shall prevail.
30 - Section erected, installed, commissioned and Effluent treatment plant with Zero Liquid discharge including
8.0 - successfully MEE is in pulp and paper industry which falls under Chemical
Prequalificat completed - industry Category. Enclosed copy of Completion certificate of
ion criteria - a. Industrial effluent treatment plant comprising of a central govt. PSU for your kind perusal and plant is running
PQ - 8.1.1 .1 at least one single stream of not less than 80 successfully. Trust you are aware Pulp and paper industry ETP
and b. m3/hr feed capacity of Reverse Osmosis unit for is highly complex involving colour, High BOD/COD and
recycling of challenging in complying to regulatory discharge norms and we
effluent in any Fertilizer/ Chemicals/ have achieved the same.
Pharmaceutical/ steel/ power/ Petrochemicals/ Request your confirmation that our understanding is correct
Refinery and we qualify to participate in this tender.
industries which is under satisfactory Further in case your team does not consider Pulp and paper
performance for industry under Chemical segment, request you to include pulp
period of at least one year (12 months) during last and paper industry along with other industries mentioned in
Ten years ending last day of publishing this clause a and b in PQ Criteria.
tender.
And
b. At least one Multiple Effect Evaporator unit for
treating effluent of capacity of not less than 7
m3/hr
in any Fertilizer/ Chemicals/ Pharmaceutical/
steel/ power/
Petrochemicals/ Refinery industries which is
under satisfactory performance for period of at
least one year (12 months) during last Ten years
ending last day of publishing this tender.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
47. Part 1 – Section 1.0 7 of 30 8.0 Pre-qualification criteria 8.1.1.1.b b. NIT conditions shall prevail.
At least one Multiple Effect Evaporator unit for treating effluent
of capacity of not less than 7 m3/hr in any Fertilizer/ Chemicals/
Pharmaceutical/ steel/ power/Petrochemicals/ Refinery
industries which is under satisfactory performance for period
of at least one year (12 months) during last Ten years ending
last day of publishing this tender.
We have Executed a Industrial Effluent treatment plant with
ZLD involving MEE of 10m3/ hr capacity in Government PSU-
Bank note paper mill -Mysore-As Pulp and paper industry
comes under Chemical Industry, we qualify to bid for this
tender. Please confirm the same

48. Part 1 – Section 1.0 22 of 277 15.2 PRICE BASIS & CURRENCY OF BIDS LSTK price quoted by the Bidder shall be fixed and firm and NIT conditions shall prevail.
shall be valid until completion of the Contract shall not be
subject to variation/escalation on any account except as
otherwise specifically provided in the Contract documents.
As the contract duration is 30 months, commodity prices are
subjected to variation in lieu of Geopolitical Situation and
supply constraints. Hence request for price variation clauses
for bulk materials during tenure of contract.
Kindly confirm the same.

TECHNICAL
49. SCOPE OF WORK Page 8 of 29 4.3 / 20 Scope of Work and Services The new control room in the ETP shall accommodate PLC and Refer pg. nos. 998 & 999 of 1138, Part II of NIT.
SCADA facilities specified in the Tender specifications.
Existing SCADA & Control room will be augmented towards
north side by merging existing offices and utilizing available
space. Query: Provide existing control room drawings.

50. GENERAL CIVIL Area level QUERY: Refer Tender document there is no benchmark level Bidder to decide HPP & FGL level based on their
provided. Kindly provide HPP and FGL Level. hydraulic design and layout during detailed
engineering.
51. DESIGN Page 19 of 1.9 Reinforced Concrete Concrete tanks and other liquid retaining structures shall be NIT conditions shall prevail.
SPECIFICATIONS 29 designed either as un-cracked sections in accordance with the
– CIVIL recommendation of IS 3370 or using limit state design for
reinforced concrete in accordance with IS 3370 with a design
PARTICULAR crack width of 0.1 mm. The design must also take into account
REQUIREMENTS cracking due to shrinkage, the amount, size and spacing of
reinforcement must be adequate for strength and serviceability
for shrinkage effects Query: Kindly confirm whether design
shall be as per uncracked section OR as per limit state method
using 0.10mm crack width as per IS 3370
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
52. DESIGN Page 7 of 29 1.4 Civil Design 1.4 Earthworks, Ground Improvements and Foundations Type of foundation for various structures shall be
SPECIFICATIONS based on recommendations given in Bidder’s own
1.4.2. Pile foundation: Foundation for all structure shall be
– CIVIL soil investigation report.
BORED CAST-IN-SITU PILES.
PARTICULAR Clause no. 1.4.2 regarding pile foundation shall be
REQUIREMENTS Query: As per design philosophy of tender there is pile
treated as deleted.
foundation required but as per given soil report of tender there
is rock from Natural ground level. Kindly confirm all foundations
shall be designed as open foundation or pile foundation. If both
will required kindly provide/mark foundation required areas in
layout.
53. SCOPE OF WORK Page 11 of 4.9 Temporary Construction Facilities Query: As per requirement please allow to place batching RCF will provide space to Bidder for installation of
29 plant within RCF premises. Kindly confirm. batching plant within RCF premises, as per
requirement. However, obtaining all necessary
permissions / compliances required from statutory
bodies shall be in Bidder’s scope.
54. DESIGN Page 33 of 2.15. Disposal of Excavated Material All materials arising from cleaning and grubbing operations All materials arising from cleaning and grubbing
SPECIFICATIONS 155 shall be the property of the Owner and shall be disposed of by operations shall be the property of the Owner and
– CIVIL the Contractor as directed by the Owner’s representative: shall be disposed off by the Contractor as directed by
Query: Kindly confirm distance for disposal of excess material. the Owner’s representative within 3km from ETP site
GENERAL within factory premises.
REQUIREMENTS
55. GENERAL CIVIL Work Permit QUERY: As it is working plant Please confirm work permit Refer annexure no. 3 attached along with
requirements. corrigendum.
Bidder shall also refer “HSE Requirement” given in
Part 1 of the NIT.
56. GENERAL CIVIL Working Hours 1.0 What will be allowable normal working hours? Bidder can carry out site work for 24 hours with due
permission from RCF.
2.0 Working for late hours beyond normal will be permitted or
not.
57. GENERAL CIVIL FENCING AND BOUNDARY WALL: As per Scope Fencing and boundary wall are not in Noted.
contractor’s scope. Kindly confirm
58. Part-II (Technical) 24 of 29, 4.10.2 Size of the ETP Substation Both these documents/drawing mention different Dimensions mentioned in NIT are indicative.
Section-1.0 Civil Units, sizes/configuration of Electrical HV Panel/MCC Pane/ Minimum dimensions shall be higher of two
Scope of work, Transformer/SCADA room. Please review and provide a firm dimensions mentioned in NIT.
dimension of the overall substation including all.
However, Dimension shall be finalized during
General Layout of Drg. No.
Proposed ETP at NJSEI/202/ detailed engineering and it shall be as per applicable
RCF RCF/ETP/L However, as we have anticipated approx. 50m x 30m (min.) relevant standard.
AY/001 R0 with height 4.5m (clear) from the false ceiling or bottom of the
ceiling beam shall be required and the cable cellar height shall Cable cellar height shall be minimum 2.5 meter as
be approx. 3.5 mtr. per NIT.
Clear height of substation floor shall be 4.5 meter
from floor top to bottom of the beam ceiling.

59. Part-II (Technical) 8 of 143 1.3.C.i. Distance between the source/s of Main Power As mentioned in the clause the main power supply cable tray The distance between the power supply source
Section-3.3b Owner’s Supply to the ETP Plant and supports including steel support/structure for cable trays (From existing switch board of owner) to start point
Design specific to be provided by the Bidder, please furnish the exact distance of battery limit for the proposed Project is
specification- requirements and the required items with a route mark to incorporate Approximately 150 meters. However, in their own
Electrical relevant items in the bid accordingly. Also confirm the
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Particular scope/availability of the Civil Column/Beam Structure for cable interest bidders are requested to visit RCF Thal site
requirements routing/road crossing and verify the data.
Please provide an Overall Architecture Drawing of SCADA
interfacing with all Electrical Equipment and Communication
Interface with SCADA Cl 2.9.17 Network, Cables, Devices, Servers and Protocol to be used. Refer annexure no. 4 attached along with
corrigendum.

60. Part-II (Technical) Sr. No. 6 - Power supply arrangement for the newly As these plants are remotely located from the NEW ETP area, Power supply for DAF units in urea plants will be
Section-1.6 General plot upgraded items for Oil separator units in please clarify that from where/whom to provide power for those provided from existing nearby panels by RCF.
Tender drawings plan Ammonia and Urea Plants newly added equipment. However, bidder shall provide and install cable tray
upto 50 meter from DAF Battery limit.
61. Part-II (Technical) 126 of 161 12.5.2 Transportable Prefabricated Substation Please clarify do we need to consider it? Presently we will Substation Building shall be fixed type Conventional
Section-3.3a Prefabricated consider conventional RCC/Brick constructed fixed type RCC/Brick constructed. Refer corrigendum sr. no.
Design Sub-station Substation Building with 2 floors (1st Floor : For Electrical 10.
specification- Equipment + GF: as Cable Cellar)
Electrical
Configuration of MV Switchboards Please confirm the configuration requirement of MV All LV switch board (Upto 415 Volt) will be double
General
Switchboards (PCC/MCC/EMCC etc.) i.e. Double Front OR front, However, 415 volt MCC / PCC panel for Air
requirements
Single Front. Circuit breakers shall be single front.
All MV switch board (3.3 KV and 11 KV) Panels shall
be single front only.

62. Part-II (Technical) 8 of 143 1.3.B. o), p) Busduct, PA & FA system Please provide specification, datasheets for Busduct and Bidder to refer cl. 2.21.26, pg. 490 of 1138 for Fire
Section-3.3b Owner’s specification, datasheets and Block Diagram for PA & FA Detection & Alarm system, cl. 2.21.27, pg. 492 of
Design specific systems 1138 for Public Address system and cl. 2.2, pg. 392
specification- requirements – 396 of 1138 for Busduct specifications.
Electrical Bidder to refer annexure no. 9 attached along with
Particular corrigendum for datasheets of busduct, PA & FA
systems.
requirements
63. Part-II (Technical) 8 of 143 1.3.B. f) Separate Remote Control Panel for remote Please elaborate and provide detailed specification and Refer annexure no. 9 attached along with
Section-3.3b Owner’s operation of 11 KV and MV Breakers datasheet for the same. corrigendum.
Design specific
specification- requirements
Electrical
Particular
requirements
64. Part-II (Technical) Sr. No. 4 - 1. It is observed that SPARE incomer feeder/s per Bus 1. Spare incomer feeders are required for future
Section-1.6 Key Section of 415 V PCC are considered, kindly clarify/confirm use. Hence it shall be provided as per NIT.
Tender drawings Electrical the requirement of it. 2. KVA rating and Loading of existing transformer is
Single line 2. Please provide the KVA Rating and Loading on the existing as follows.
diagram transformers TR12, TR15, TR22, TR25 TR 12, TR 22 – KVA rating 1600, Loading 30%
3. It is observed that the Emergency MCC has Two Incomers each.
from PCC and One Incomer from the DG set with only one TR 15, TR 25 – KVA rating 2000, Loading 30%
Bus Coupler, please clarify if an additional BUSCOUPLER each.
is needed between DG set and an Incomer or not. 3. Bidder may provide additional BUSCOUPLER
4. Please provide the typical scheme drawings for various between DG set and an Incomer
types of electrical Breaker operated and DOL/VFD
operated Incomer, Bus coupler and Load feeders
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
4. This shall be provided by the bidder during
detailed engineering which shall be approved by
Consultant and Owner.
65. Part_II Section 1.0 5 of 1138 3.0 Requirement of Centrifuge and ATFD for salt In the table provided in tender document, both Centrifuge and NIT conditions shall prevail.
Scope of work recovery ATFD are mentioned for salt recovery from MEE system.
We would like to bring to your notice that both Pusher
Centrifuge and ATFD are not required together. Only, Pusher
Centrifuge shall be provided for salt recovery. The mother
liquor generated from Pusher Centrifuge shall be recycled
back to MEE system. Hence, ATFD is not required.
Kindly confirm.
66. Part_II Section 2.0 42 of 1138 1.11 Hazop Studies Kindly provide Hazop Methodology and Risk Matrix to be HAZOP study shall be conducted by Bidder as per
followed during the Hazop Study. latest version of IS:15156.
67. Part_II Section 1.0 19 of 1138 4.10.1 Quantity of Entrainment Separator In the table provided in tender document, quantity of Vapour MEE shall be four effect forced circulation type.
Separator is mentioned as 4 working + 0 standby. Whereas,
Number of individual equipment in MEE system shall
the quantity of Entrainment Separator is mentioned as 1
be as per Bidder’s design.
working + 0 standby.
From the above, we are unable to understand the arrangement
of Vapour Separator and Entrainment Separator. As per
standard MEE system design, there should be equal number
of Entrainment Separator as the number of Vapour Separators.
Kindly confirm.
68. Part_II Section 1.0 20 of 1138 4.10.1 Surface condenser in MEE system In the table provided in tender document, Primary & Secondary MEE shall be four effect forced circulation type.
Condenser is mentioned.
Number of individual equipment in MEE system shall
As per standard MEE system design, only one surface be as per Bidder’s design.
condenser is required to convert the vapours generated into
the MEE system into condensate.
Hence, the quantity in table should be 1 working + 1 standby.
Kindly confirm.
69. Part_II Section 1.0 20 of 1138 4.10.1 TVR requirement In the table provided in tender document, Thermo Compressor MEE shall be four effect forced circulation type.
and 1st stage steam jet ejector is mentioned separately. We
Number of individual equipment in MEE system shall
understand that both are same.
be as per Bidder’s design.
Moreover, as per standard MEE system design, a Thermo
Vapour Recompressor (ejector working principle) is provided
in the system.
Hence, only TVR shall be considered and the quantity of same
shall be 1 working + 0 standby.
Kindly confirm.
70. Part_II Section 1.0 20 of 1138 4.10.1 Quantity of Feed tanks / ML Tanks / In the table provided in tender document, the quantity of Feed MEE shall be four effect forced circulation type.
tanks / ML Tanks / Concentrate Tanks are mentioned as 4
Concentrate Tanks
working + 0 standby.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
We understand that 4 tanks are not required. Each type of tank Number of individual equipment / units in MEE
shall be of 1 working + 0 standby quantity as the MEE system system shall be as per Bidder’s design.
is 1 working + 0 standby.
Kindly confirm.
71. Part_II Section 1.0 20 of 1138 4.10.1 MOC of Pusher Centrifuge The Super Duplex (contact parts) for Pusher Centrifuge is NIT conditions shall prevail.
acceptable.
However, please note that none of the Pusher Centrifuge
Manufacturers provide Screen in Super Duplex Material.
Hence, the screen of Pusher Centrifuge shall be Duplex / as
available with the vendor. Kindly confirm.
72. Part_II Section 1.0 21 of 1138 4.10.1 Requirement of Cooling Tower and Cooling water Kindly elaborate the requirement of Cooling Tower and Cooling NIT conditions shall prevail.
recirculation pumps water recirculation pumps in MEE system.
73. Part_II Section 1.0 24 of 1138 4.10.1 MEE Structure Size In the table provided in tender document, following is Sizes / dimensions of tanks / structures given in NIT
mentioned in sr. no. 25 for MEE structure size: are indicative.
Actual sizes of tanks / structures shall be as per
Bidder’s design complying with best engineering
practices.

Whereas, in General Layout of Proposed ETP at RCF Doc. No.


NJSEI/202/RCF/ETP/Lay/001 R0 ; the size of MEE unit is
mentioned is 30 m x 15 m.
Kindly confirm what space / size (L x W H) shall we consider
for MEE unit.
74. Part_II Section 1.0 29 of 1138 4.10.3 List of instrumentation for MEE System Kindly provide detailed list of instrumentation with its location Provision of instrumentation for the ETP including
and quantity to be provided in MRR system. MEE system shall be as per Bidder’s design.
75. Part_II Section 1.0 35 of 1138 1.5 Type of valve as per service Kindly confirm the type of valve to be used in MEE system for Refer annexure no. 6 attached along with
following service: corrigendum.
Effluent
Condensate
Vapour
Vacuum
Concentrate
76. Part_II Section 2.0 42 of 1138 1.11 Hazop Consultant Criteria In the tender document it is mentioned, “HAZOP consultant This clause is deleted.
criteria to be added.”
We are unable to understand the above. Kindly elaborate.
77. Part_II Section 2.0 43 of 1138 2.0 Selection of MOC as per service Kindly provide Material of Construction to be considered for: Refer annexure no. 6 attached along with
corrigendum.
De-former (used in MEE system)
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Antiscalant (used in MEE system)
HNO3 (used in MEE system)
78. Part_II Section 2.0 43 of 1138 2.0 Selection of MOC as per service Kindly confirm the rating of steam pipe coming at ETP plant Refer clause 2.3.1, pg. 52 of 1138 and clause 10.1.1,
battery limit that shall be used in MEE system. pg. 76 of 1138 of Part II, Sec. 3.1 of NIT.
79. Part_II Section 2.0 51 of 1138 2.3.1 Utility specification Kindly provide the following data: Cooling tower design is in Bidder’s scope as per
ambient conditions given in design basis para in NIT.
Cooling water supply temperature (oC), pressure (kg/cm2g)
and flow/quantity (m3/hr) at plant battery limit.
Cooling water return temperature (oC), pressure (kg/cm2g) and
flow/quantity (m3/hr) at plant battery limit.
80. Part_II Section 2.0 51 of 1138 2.3.1 Utility specification Kindly provide the flow / quantity (kg/hr) for HP, MP and LP Refer clause 2.3.1, pg. 52 of 1138 and clause 10.1.1,
steam available at battery limit. pg. 76 of 1138 of Part II, Sec. 3.1 of NIT.
Bidder to note that only MP steam with pressure
ranging from 12.5 kg/cm2(g) to 13.5 kg/cm2(g) will
be available at steam generation plant. Bidder to
connect steam from this existing MP steam header
tapping, lay pipeline from steam generation plant to
proposed ETP site, install PRDS system, if required.
Pipeline route and co-ordinates are given in NIT.
Steam quantity in ETP battery limit shall be as per
bidders MEE design.
81. Part_II Section 2.0 56 of 1138 6.0 Off-spec bypass requirement In the tender document it is mentioned, The bypass Off-spec bypass from concentrated liquor outlet from
arrangements shall be provided at On concentrated liquor MEE / inlet line to centrifuge shall be routed to mother
outlet from MEE / inlet line to centrifuge.” liquor tank / centrifuge feed tank.
We are unable to understand the above. Kindly elaborate and
confirm where the off-spec bypass shall be routed to.
82. Part_II Section 2.0 56 of 1138 7.0 Collection of salt generated from Pusher In the tender document it is mentioned, “Salt from centrifuge NIT conditions shall prevail.
Centrifuge and / or ATFD - Bagged and stored for further disposal.
Disposal shall be done by RCF.”
We understand that bidder’s scope is limited only to collection,
bagging and storage of salt generated from Pusher Centrifuge.
Kindly confirm.
83. Part_II Section 2.0 56 of 1138 7.0 Collection of salt generated from Pusher We understand that hopper arrangement shall be provided at Bidder to design suitable system for collection and
Centrifuge the solid chute of pusher centrifuge for salt outlet and the bagging of salt from pusher centrifuge.
collection of salt shall be done directly through hopper in a
manual hand pulled trolley (open from top and with wheels)
placed at the bottom of the pusher centrifuge.
Kindly confirm.
84. Part_II Section 2.0 56 of 1138 7.0 Collection of salt generated from Pusher Please confirm required number of trolleys & capacity of the Bidder to design suitable system for collection and
Centrifuge same. bagging of salt from pusher centrifuge.
85. Part_II Section 2.0 56 of 1138 7.0 Bagging of collected salt generated from Pusher We understand that the salt collected in trolley shall be Confirmed.
Centrifuge manually filled in HDPE bags by the operators (capacity of
HDPE bags shall be 25/50 kg) and it shall be manually sealed
for further disposal.
Kindly confirm.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
86. Part_II Section 2.0 56 of 1138 7.0 Storage of salt generated from Pusher Centrifuge Kindly clarify the requirement of salt storage area / salt storage Bidder shall store salt bags for 10 days at space
space (no. of days) for storage of salt generated from MEE provided by RCF.
system. i.e. the salt generated from the MEE system shall be
bagged and then where it shall be stored and for how many
days?
87. Part_II Section 2.0 992 of 1138 - P&ID of MEE System Kindly provide complete P&ID for ZLD plant including pre- P&ID for ETP including MEE plant shall be prepared
treatment to have clear understanding of required level of by Bidder as part of Basic Engineering package in
automation & to keep same level of understanding among all consultation with Owner.
the bidders.
88. Part_II Section 2.0 992 of 1138 - P&ID of MEE System In this P&ID, location of MEE Feed Storage Tank is not shown P&ID for ETP including MEE plant shall be prepared
which is mentioned in the scope of work. by Bidder as part of Basic Engineering package in
consultation with Owner.
We understand that from final RO reject tank, the pump shall
feed the RO reject to MEE feed storage tank (having 10 days
retention). From there MEE feed pump shall feed Ro reject
further to MEE system.
Kindly confirm if our understanding is correct.
89. - - - Instrumentation requirement in ZLD Either provide complete P&ID with instrumentation for ZLD P&ID for ETP including MEE plant shall be prepared
Plant (including MEE system) by Bidder as part of Basic Engineering package in
consultation with Owner.
OR
Provide list of instruments with its location that is required in
the ZLD Plant (including MEE system).
90. Part_II Section 2.0 63 of 1138 10.16 Control philosophy of MEE system N the tender document it is mentioned, “All drain streams from All process drain streams from the MEE plant except
the MEE plant shall be routed to the MEE feed holding tank mother liquor shall be routed to the MEE feed tank.
only.”
From the above we understand that all drains from MEE
system and its pre-treatment units shall be collected in an
underground sump through a common process drain network.
From the underground sump, it shall be recycled back to MEE
Feed Tank (which feeds the effluent to MEE system).
Kindly confirm if bidder’s understanding is correct.
91. Part_II Section 2.0 75 of 1138 10.11 Off-spec routing to MEE tank In the tender document it is mentioned, “The final reject stream MEE shall be designed by Bidder to handle
from the RO system shall be routed to the MEE feed storage reasonable variations in feed from RO i.e. RO reject
tank (RCC open roof) with a storage capacity equivalent to 10 stream. Off-spec RO reject stream shall be fed to
days of design feed flow, which shall homogenize the feed. MEE after homogenization with normal reject stream.
Also
It shall also serve as an off-spec tank in the event that the final
RO reject stream does not meet the feed parameter quality of
the MEE.
As the RO reject is being fed to MEE system for further
treatment and is stored in MEE feed storage tank. Then from
above tender clause, how the off-spec RO reject stream shall
be stored in MEE feed storage tank. Kindly clarify.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
92. Part_II Section 2.0 77 of 1138 10.11 Cleaning of MEE system In the tender document it is mentioned, “To maintain and MEE steam condensate shall be used for hot water
operate the system at desired efficiency, provisions (as washing.
required) for hot water washing, chemical/acid (HNO3)
cleaning & high-pressure water jet cleaning shall be provided.”
Kindly confirm the availability of hot water at ETP battery limit.
Also confirm the temperature and quantity at which it is
available at ETP battery limit.
93. Part_II Section 2.0 77 of 1138 10.11 Cleaning of MEE system In the tender document it is mentioned, “To maintain and Bidder to design MEE system including all auxiliary
operate the system at desired efficiency, provisions (as units viz. anti-scalant dosing system, acid dosing
required) for hot water washing, chemical/acid (HNO3) system etc. Layout and locations of these units shall
cleaning & high-pressure water jet cleaning shall be provided. be as per Bidder’s design.
The necessary tanks & pumps shall be provided for dosing of
cleaning chemicals as per the OEM’S recommendations.”
From the above tender clause, kindly confirm the location of
dosing tank and pumps provided for MEE system.
The antiscalant dosing tank and pumps, antifoam dosing tanks
and pumps, HNO3 dosing tanks and pump shall be placed
near to MEE system or at a different location along with all
other dosing tanks and pumps. Kindly confirm.
94. Part_II Section 2.0 85 of 1138 10.12 Steam economy for MEE system In the tender document it is mentioned, “For evaporation plant: NIT conditions shall prevail.
Steam economy = 6.0 (min.) kg steam / kg water evaporated”
From the above we understand that the mentioned steam
economy is only indicative and the same shall be decided as
per bidder’s design.
Kindly confirm.
Moreover, we would like to bring to your notice that as four
stage evaporator with TVR is asked for hence, it is not possible
to achieve the steam economy of 6.0 (min). The economy shall
be less than 5.
95. Part_II Section 2.0 76 of 1183 10.11 Steam pressure to be used for TVR design in In the tender document following is mentioned, Bidder to specify steam pressure and temperature
MEE system requirement at source point i.e. in Steam Generation
86 of 1138 10.12
plant. RCF will supply the required pressure and
temperature of steam.

In utilities section, the LP steam normal pressure provided is 4


kg/cm2g and temperature is 160 oC.
Whereas, in table given for design criteria of MEE system it is
mentioned as below:
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.

Hence, above is contradiction in steam pressure to be used for


TVR design in MEE system.
Therefore, kindly confirm if LP steam is to be used for design
of TVR in MEE system and confirm its pressure and
temperature available at battery limit.
96. Part_II Section 2.0 91 of 1138 1.4 Fire system requirement In the tender document it is mentioned as below: OISD – 116 shall be the guideline for provision of
firefighting equipment and facilities. However, Bidder
shall also consult local fire authorities (Directorate of
Maharashtra Fire Services - DMFS) during the
design and execution stage. Approval of firefighting
Please note that fire fire fighting equipments and facilities shall system proposed by Bidder shall be sought from
be provided only as per OISD – 116. It cannot be provided in DMFS.
consultation with the relevant local authorities. Kindly confirm.
97. - - - Design Basis for fire fighting system As the design basis for fire fighting system is not provided in Noted okay.
the tender document hence, we understand that the fire
fighting system shall be designed according to OISD-
116 requirements. Kindly confirm.
98. - - - Tapping from existing fire fighting header We understand that bidder’s scope shall be limited to taking Bidder shall utilize existing firefighting header
tapping from existing fire fighting header around the ETP plot nearest to the ETP for designing firefighting system
area. Required number of hydrants and monitors (as including fire hydrants, monitors, nozzles, hose reels,
applicable) shall be provided by bidder. hose reel boxes in line with OISD-116 guidelines and
DMFS requirements.
Jockey pump, fire pump, fire water storage tank shall not be in
bidder’s scope.
Kindly confirm.
99. - - - Existing fire fighting network location Kindly provide overall drawing showing location of existing fire Existing firefighting network is maximum 100 meter
fighting network around the ETP plant. from ETP plot plan.
100. - - - Details of Existing fire fighting network location Kindly provide the below: Existing firefighting header is of 150NB, Sch. 40, CS
material. Pressure available at tapping point shall be
1. Line size of existing fire fighting network around the TEP
10 kg/cm2 (max.).
plot area.
2. MOC of above ground and underground fire fighting line
to be followed.
Pressure available at tapping point of fire fighting network.
101. - - - Aboveground and underground fire fighting Kindly provide Aboveground and underground fire fighting Routing philosophy for firefighting header within ETP
header routing philosophy header routing philosophy to be followed. plot shall be as per OISD – 116 guidelines.
102. Part_II Section 2.0 912 of 1138 4.3.5 (b) Performance Guarantee Parameter for MEE Plant NIT conditions shall prevail.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.

Above is provided in the tender document.


In Pusher Centrifuge the guarantee shall be for 10% (max.)
moisture content in salt generated and not the solid content.
Hence, solid content in salt from centrifuge shall automatically
met as per the requirement.
103. Part_II Section 2.0 992 of 1138 - P&ID of MEE System In P&ID, two numbers of Pusher Centrifuge are shown. In case of conflict, technical specifications indicated
in SOW shall supersede those given in P&ID.
Whereas, on page no. 20 of 1138 of the tender document, in
the table, the quantity of pusher centrifuge mentioned is 1
working + 0 standby.
Hence, the above is contradictory.
Therefore, kindly confirm the working and standby quantity of
Pusher Centrifuge to be considered.
104. Part_II Section 2.0 992 of 1138 - P&ID of MEE System In P&ID, two numbers of ATFD are shown. In case of conflict, technical specifications indicated
in SOW shall supersede those given in P&ID.
Whereas, on page no. 21 of 1138 of the tender document, in
the table, the quantity of ATFD mentioned is 1 working + 0
standby.
Hence, the above is contradictory.
Therefore, kindly confirm the working and standby quantity of
ATFD to be considered.
However, we once again re-iterate that ATFD is not required
and only Pusher Centrifuge shall be provided for salt recovery.
Kindly confirm.
105. - - - Utilities P&ID Kindly provide P&ID for Utilities available at plant battery limit Refer B/L co-ordinates given for all proposed utilities
to understand the utilities, their line size, line MOC and for ETP. Bidder shall select line size & MOC for each
instrumentation required. utility based on their engineering design.
106. - - - Destination of condensate generated from MEE Kindly clarify the destination / location where the MEE MEE condensate shall be routed to suitable location
system condensate shall be routed to. within ETP plot boundary. Details shall be finalized
during detailed engineering.
107. - - - Multiple Effect Evaporator (MEE) System We understand that Multiple Effect Evaporator (MEE) System Hot-dip galvanized GI gratings as per latest IS code
Structure arrangement and MOC shall be installed in multi-storey structure. The ground base shall be used for MEE section and for other area,
and up to first floor level shall be of RCC column and above however, appropriate support structure shall be
that shall be structural steel. All floor levels (except ground provided to carry equipment weight/ other
base) shall be FRP chequered plate covered. There shall be maintenance requirements. Chequered plates shall
MS staircase (1500 mm wide) on both the side of the structure. not be used.
Top of structure shall be MS covered with side cladding. Base
for Pusher Centrifuge installation shall be of RCC.
Kindly confirm.
108. - - - Tube OD for MEE system As the information is not provided in the tender document, Bidder shall furnish during detail design engineering.
hence we understand that for MEE system design, tube OD of
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
19.05 mm or 25.4 mm or 31.75 mm or 38.10 mm shall be used
for design of MEE system.
Kindly confirm.
109. - - - TEMA code for MEE system We understand that the MEE system shall be designed as per NIT conditions shall prevail.
TEMA class B for this application in ETP.
Kindly confirm.
110. Tendernotice_1.pdf 34 of 227 7.61 Utilities guaranteed consumption Bidder understands that for power consumption guarantee Power consumption of all operational equipment
only continuous operational equipment i.e. only 24 hours shall be considered for power consumption
operation drive power shall be considered for guarantee. guarantee.
Kindly confirm if bidder’s understanding is correct.
111. PART II: General NA General Soil availability at RCF Pl confirm whether RCF will provided soil on free of cost for Bidder to refer clause no. 2.10.1, pg. 713 of 1138.
filling/ backfilling/embankment of site location
Bidder can use excavated rock at suitable locations
within the ETP plot for its use as rubble
soling/uncoursed rubble masonry/stone pitching,
after gradation.

112. PART II: General Na General Fencing requirement Please confirm requirement of Fencing for the Plant area Permanent fencing is not envisaged for the ETP.

113. Part – II, General Na General Removal of tree and leveling Please confirm whether any plantation removal & plat Uprooting of aboveground trees shall be done once
gradation / leveling in the bidder's scope in the proposed area by RCF. Unlevelled, ungraded plot shall be handed
over to Bidder by RCF.
114. PART – II 9 of 29 ETP technical The scope of the Contractor shall include co- We request you to kindly keep this scope in RCF scope. Bidder NIT conditions shall prevail.
(TECHNICAL), , 4.3 Scope of ordination with all agencies, obtaining can provide documentation support.
SCOPE OF WORK Work and permissions and approvals from all concerned
Services, 32 agencies and Government Authorities, such as
electrical inspector, safety officer, IBR authority, Fire
Inspector approval, DISH approval, CEA approval,
all statutory clearances and permits from local,
statutory and other bodies such as static and
mobile pressure vessel rules, Labour Inspector,
service providers relevant to the project.
115. Part –II, SCOPE 18 of 29 ETP technical MULTIPLE EFFECT EVAPORATION SYSTEM We understand that total qty -4 no’s mentioned in MEE is MEE system shall be four effect forced circulation
OF 4.10 Bill of ,4.10 Bill of (200KLD capacity; 20 hour operation- Shell & means its 4 effect force circulation system. pl confirm type.
Materials, Sr. 132 Materials tube type
Calandria- Total qty 4
116. Part-II, SCOPE OF 20 of 29 ETP technical In MEE section its mention Pusher centrifuge and Please confirm whether bidder has to supply and install pusher NIT conditions shall prevail. Bidder to decide
4.10 Bill of ,4.10 Bill of ATFD to be provided centrifuge and ATFD both in MEE . capacity of ATFD based on their design.
Materials, Sr. 150 Materials sr. We suggest any one of the equipment can be supply either
150 & M Pusher centrifuge or ATFD but not both. Pl confirm

117. Part-II, SCOPE OF 21 of 29 ETP technical Vertical ATFD- Inner shell: Super Duplex 2507 & SS 316 L MOC for vertical ATFD & Entrainment Separator- can NIT conditions shall prevail.
4.10 Bill of ,4.10 Bill of Entrainment Separator- Super Duplex 2507 be considered. pl confirm
Materials, Sr. M162 Materials sr.
M-162
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
118. Part-II, SCOPE OF 22 of 29 ETP technical Steam pipeline with insulation from steam Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of generation plant to ETP battery limit including Corrigendum.
Materials, Sr. 170 Materials sr pipe clamps, isolation valves, fittings, steam traps,
170, N IBR approval
Auxiliary
piping &
fittings#
119. Part-II, SCOPE OF 22 of 29 ETP technical DM water pipeline from ETP to water treatment Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of plant including pipe clamps, Corrigendum.
Materials, Sr. 171 Materials sr isolation valves, fittings Note-1
171,N
Auxiliary
piping &
fittings#
120. Part-II, SCOPE OF 22 of 29 ETP technical Instrument air pipeline from Guard pond N-E Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of Corner plant to ETP Corrigendum.
Materials, Sr. 172 Materials sr (considering air requirement for ETP plant and
172,N DAF installed in ETP)
Auxiliary including pipe support, isolation valves, fittings
piping &
fittings#
121. Part-II, SCOPE OF 22 of 29 ETP technical RO reject water pipeline from existing ETP Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of upgradation project to new ETP Corrigendum.
Materials, Sr. 173 Materials sr battery limit including pipe support, isolation
173,N valves, fittings
Auxiliary
piping &
fittings#
122. Part-II, SCOPE OF 22 of 29 ETP technical Treated ammonical effluent pipeline from existing Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of ETP upgradation project Corrigendum.
Materials, Sr. 174 Materials sr to battery limit of new ETP including pipe support,
174,N isolation valves, fittings
Auxiliary
piping &
fittings#
123. Part-II, SCOPE OF 22 of 29 ETP technical Pipeline from existing Effluent Treatment Unit to Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of battery limit of new ETP Corrigendum.
Materials, Sr. 175 Materials sr including pipe support, isolation valves, fittings
175,N
Auxiliary
piping &
fittings#
124. Part-II, SCOPE OF 22 of 29 ETP technical Process water pipeline from existing ETP up- Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of gradation project to new ETP battery limit Corrigendum.
Materials, Sr. 176 Materials sr including pipe support, isolation valves, fittings
176,N
Auxiliary
piping &
fittings#
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
125. Part-II, SCOPE OF 22 of 29 ETP technical Pipeline for Lamella separator outlet water to Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of existing ETP up-gradation project permeate tank Corrigendum.
Materials, Sr. 177 Materials sr including pipe support, isolation valves, fittings
177,N
Auxiliary
piping &
fittings#
126. Part-II, SCOPE OF 22 of 29 ETP technical From ETP up-gradation RO permeate to Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of proposed ETP Corrigendum.
Materials, Sr. 178 Materials sr
178,N
Auxiliary
piping &
fittings#
127. Part-II, SCOPE OF 22 of 29 ETP technical Incoming pipelines from Urea plant to Oil removal Request you to please provide distance upto plant area Refer annexure no. 5 attached along with
4.10 Bill of ,4.10 Bill of system Corrigendum.
Materials, Sr. 181 Materials sr
181,N
Auxiliary
piping &
fittings#
128. General NA Motors Type of motor We understand, we will have to consider Flame proof motors Provision of flameproof motors shall be as per
only pl confirm hazardous area classification specified in NIT.
129. Part – II , Civil Units 23 of 29 4.10.2 Civil Sludge Drying Beds Pl confirm sludge drying be will be in bidder scope or not . Sludge drying beds are in the scope of Bidder.
Units please confirm
11 nos. of beds of size approx. 6m x 20m each to be
constructed by Bidder.

130. Part – II , Civil Units 23 0f 29 4.10.2 Civil UF & RO shed Pl confirm UF & RO shed top is with slab or with metal sheet Bidder to refer clause 1.6.4, pg. 855 of 1138, Part II
Units of NIT. RCC roof slab to be provided for RO shed.
131. General NA 2.3 Pump Pumps shall operate at design duty within the We understand that bidder has to consider all centrifugal pump NIT conditions shall prevail.
acceptance tolerances for flow and total head laid are API 610 standard . pl confirm
down as per API 610.
132. General NA General All Heat exchange and MEE & ATFD , Piping etc Bidder can design & supply heat exchanger and MEE based NIT conditions shall prevail.
specification on ASME section –VIII . Pl confirm

133. General NA O &m 1.0 Chemicals required for 1 (one) year of O & M Chemical cost for 1 year during O&m to be quoted separately Unit rates in price bid BoQ are for evaluation purpose
SCOPE OF contract shall be provided by LSTK contractor in price bid BOQ under sr. No 1.09 . Pl confirm only. Bidder shall supply all chemicals except (HCl
WORK under supply scope of work. and NaOH) during 1 year O&M period as part of their
scope as defined in NIT.

134. General NA O &m 1.0 Spares during O & m Recommended spares and Mandatory spares supplied along Bidder shall supply recommended (in case RCF
SCOPE OF with LSTK contract will be used during O & m period as per purchased) and mandatory spares for 2 years’
WORK requirement. Owner will provide spares from stock to the ETP satisfactory operation of the ETP after successful
operator. Hence no separate spares to be considered in O&M PGTR completion. These spares shall be available
by bidder. pl confirm to Bidder for use during the 1 year O&M period.
After completion of 1 year O&M period, Bidder shall
replenish the stock of recommended and mandatory
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
spares based on spares consumed by Bidder during
the 1 year O&M period.

135. General NA Vendor list Flash Mixer/ Agitator We request you to kindly approve Ceecons make for agitator Not accepted.

136. General NA Vendor list Submersible Mixer We request you to kindly approve Xylem / Acqua & co’ Italy Not accepted.
and make for agitator

137. Part 0 II APPENDIX 3 of 46 Vendor list Clarifiers and Clariflocculator We request you to kindly consider ion exchange Make for Bidder to refer corrigendum Sr. no. 8
2 Mechanism clarifier

138. Part - II APPENDIX 7 of 46 Vendor list Ultra Filtration membranes & Reverse Osmosis We request you to kindly accept “Hydramem” make for UF a7 Bidder to refer corrigendum Sr. no. 8
2Ultra Filtration membranes RO membrane as its already approved in RCF in previous
membranes/ RO projects

139. Part - II APPENDIX 7 of 46 Vendor List Multiple Effect EvaporatorNote-2 We request you to kindly accept Ion exchange India Ltd make Bidder to refer corrigendum Sr. no. 8
or ion exchange approved MEE vendors.
140. General HVAC We understand that, HVAC shall be provided for Electrical HVAC shall be provided for substation, UPS and
Substation equipment and control room and not required for battery charger room (if UPS and Battery charger are
other area / sheds of the plant. not installed in substation building), control room,
analyzer room and MEE control room.

141. General Battery room Only exhaust fan to be provided in Battery room, Pumps, Exhaust fan shall be provided as per standard
blower rooms etc Cable cellars Toilet block. pl confirm engineering practices and requirement.

142. General NA SECTION – The RO reject water (1,750 m3/day), treated This flow is not matching with PFD. Kindly confirm which flow Bidder to refer cl. 1.0, Sec. 1.0, pg. 3 of 1138, Part II
1.0 ammonical effluent (2,000 m3/day) containing 15 to be considered. of NIT.
SCOPE OF ppm ammonia and effluent from chemical group
WORK, 1.0 of plants (500 m3/day) with some additional buffer Bidder shall consider all flows to the ETP – RO reject
INTRODUCT quantity (around 20%) will be treated in proposed water, treated ammonical effluent and effluent from
ION new ETP project of capacity 5000 m3/day. chemical group of plants – with 20% buffer quantity
over indicated values, to achieve guaranteed DM
Water output of 5000 m3/d.

143. RCF/Proj/ETP/202 14 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP As ETP upgradation RO reject flow is 2000 m3/day mentioned Indicative flow mentioned in datasheet is considering
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT Schematic Flow Diagram while in process return flows.
4.10.1 D. HRSCC – 1 from ETP upgradation RO reject datasheet flow is mentioned as 115m3/hr. Kindly confirm the
Mechanical (capacity - 115 m3/h) RO reject flow from ETP upgradation plant to be
correct capacity with operating hours for
Equipment considered as 2000 m3/d.
design
Bidder shall consider feed flowrate to proposed RO
system based on their own mass balance calculation.

144. RCF/Proj/ETP/202 15 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP Kindly provide operating hours of UF UF system operation (production run) has been
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT considered for 22 hours in a day. However, Bidder
4.10.1 H. RO Stage1 may optimize the design while maintaining quantity
Mechanical 70. Micron Cartridge Filter for UF-1, suitable for and quality of output from the UF system to meet
Equipment 120 m3/h flow overall guarantee parameters as per cl. 4.3.4, pg.
910, 911, 912, Part II of NIT.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
145. RCF/Proj/ETP/202 15 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP Based on TDS concentration Pump casing MOC to be SS316 MOC of all wetted parts of pump shall be SS316.
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT instead of Cast Iron
4.10.1 I. RO Stage1
Mechanical From 66. to 75 i.e. Filter-1 Feed pump, UF-1 Feed
Equipment Pump, MCF for UF-1, UF-1 Backwash Pump
146. RCF/Proj/ETP/202 16 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP As RO System operating hours as mentioned in Pg No. 85 of Indicated flowrate to cartridge filter is for Bidder’s
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT 1138 is 22 hours. So as per 22 hours operation RO feed flow guidance purpose only.
4.10.1 H. RO Stage1 would be 2000 m3/day (90.9 m3/hr) which doesn't match with
Mechanical 77. RO-1 Cartridge Filter, suitable for 100 m3/h Bidder to design the system and optimize operating
cartridge filter flow of 100 m3/hr
Equipment flow hours as per best engineering practice to meet
guaranteed parameters as per cl. 4.3.4, pg. 910, 911,
912, Part II of NIT.

147. RCF/Proj/ETP/202 17 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP For Polishing RO System, operating hours mentioned in (Pg Indicated flowrate to cartridge filter is for Bidder’s
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT No. 85 of 1138) is 22 hours. So as per 22 hours operation guidance purpose only.
4.10.1 K. Polishing RO & Mixed Bed DM Plant Polishing RO feed flow would be 5700 m3/day (259.09 m3/hr)
Mechanical 105. Polishing RO MCF, suitable for 300 m3/h Bidder to design the system and optimize operating
which is not getting match with cartridge filter flow 300 m3/hr
Equipment flow hours as per best engineering practice to meet
guaranteed parameters as per cl. 4.3.4, pg. 910, 911,
912, Part II of NIT.

148. RCF/Proj/ETP/202 17 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP As RO Polishing Permeate flow given in Schematic Flow Technical specifications indicated in SOW shall
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT Diagram is 5130 m3/day. So Degasser Tower & tank shall be supersede those given in SFD.
4.10.1 K. Polishing RO & Mixed Bed DM Plant designed for each flow of 2565 m3/day instead of 2500m3/day
Mechanical 115. Degasser Tower & tank , suitable for 2500
Equipment m3/d each flow
149. RCF/Proj/ETP/202 16 of 1138 4.10 Bill of REVERSE OSMOSIS SYSTEM FOR ETP Duplex MOC of Pump shall be required considering TDS MOC of all wetted parts of pump shall be duplex.
4/01/Sec. 1.0 Materials UPGRADATION RO REJECT concentration.
4.10.1 I. RO Stage2 82. Filter-2 Feed pump, UF-2 Feed
Mechanical Pump, MCF for UF-2, UF-2 Backwash Pump
Equipment
150. RCF/Proj/ETP/202 22 of 1138 4.10 Bill of N. Auxillary piping & fittings Minimum required piping length to be provided for all the Refer annexure no. 5 attached along with
4/01/Sec. 1.0 Materials bidders for the cost estimation. Otherwise all bidders will bid Corrigendum for co-ordinates of tie-in points.
4.10.1 with different qty which will have cost variation in the bidding
Mechanical For more detailing, bidder can visit site and get
price. Also any rail/road crossing, underground piping, direct
Equipment acquainted with location, route before submitting bid.
drilling to be specified for respective pipe lines for cost
estimation

151. RCF/Proj/ETP/202 72 of 1138 10.8 Reverse RO flux rates not to exceed 16.7 l/m2-hr (or 10 We assume that given flux is an average flux of each RO1 Flux rate indicated in NIT is the maximum allowed for
4/01/Sec. 3.1 Osmosis gfd). system, RO2 system & Polish RO system each of RO 1, RO 2 and polish RO systems under
normal operating condition / average flow condition.
152. RCF/Proj/ETP/202 1015 of Detailed Variations in contour levels in ETP plot area "Please provide Finish Ground Level(FGL), Finish Plinth Level Bidder to decide FGL based on their hydraulic design
4/01/Sec. 6.0 1138 Topographyic (FPL) and Road Level to be considered for the design and layout during detailed engineering.
al Contour
Plan Bidder to refer clause 1.6.4, pg. 855 of 1138, Part II
of NIT for finish plinth level.
Contour map / levels of Project site are given in NIT
for reference. Internal road levels shall be decided by
bidder based on topographical survey carried out by
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
bidder during contract execution. Approach road
levels shall be as per existing adjacent road levels.
All road levels shall be decided during detailed
engineering in consultation with RCF.

153. RCF/Proj/ETP/202 12 4.10 P&ID represents TPI and Technical Document Kindly confirm the requirement-DAF or TPI for removal of Oil Bidder to provide DAF unit for oil & grease removal
4/01/Sec. 1.0 represents DAF Grease in Urea & ETP Plant

154. RCF/Proj/ETP/202 6 3.0 Treatment of effluent ingress from outside RCF Kindly confirm the distance Refer annexure no. 5 attached along with
4/01/Sec. 1.0 Corrigendum for co-ordinates of tie-in points.
For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.

155. RCF/Proj/ETP/202 6 3.0 Sr. no. 4 HRSCC & Reverse Osmosis System for ETP Up- Kindly confirm the distance or HRSCC & RO System Refer annexure no. 5 attached along with
4/01/Sec. 1.0 gradation installation Corrigendum for co-ordinates of tie-in points.
For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.
156. Part_II Section 2.0 1087 of - Vendor List for MEE system We are designing & manufacturing MEE by ourselves and Bidder to refer corrigendum Sr. no. 8
1138 have supplied lot of ZLD plants.
In view of the same, we understand that we can supply MEE
designed and manufactured by us.
Kindly confirm.
157. Part_II Section 6.0 979 of 1138 Area for ETP As per Overall Layout and General design basis, Dimension of Plot area for ETP shall be 100m x 140m.
new ETP plant is 100m x 140m.
But as per general layout of ETP, Dimension of new ETP plant
is 100m x 150m.
Kindly confirm the dimension of New ETP plant.
158. Part_II Section 1.0 12 of 1138 4.10.1 Capacity of DAF system Technical specifications indicated in SOW shall
SOW supersede those given in P&ID & PFD.

As per Scope of work, two Nos of DAF system shall be provide


for Ammonical effluent to Line-II pit having capacity of 50m3/hr
each. As location D & E are far away from each other in overall
plot plant.

But as per P&ID & PFD, 1 No of Oil removal system in urea


plant known as ammonical effluent from Line-II pit is provided
having capacity of 100 m3/hr.
PMC to provide clarity on the same.
159. Part_II Section 1.0 12 of 1138 4.10.1 Dosing system for DAF system. If two nos of DAF system are required for location D & E then Bidder to decide on provision of two separate dosing
SOW bidder understand that separate dosing system having 1 No of systems for each DAF unit in consultation with RCF
during detailed engineering stage.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
dosing with agitator and 2 Nos of Dosing pump shall be
considered of Oily removal system.
PMC to confirm bidder understanding.
160. Part_II Section 1.0 12 of 1138 4.10.1 Dosing system for DAF system. Bidder understand that separate chemical dosing system shall Bidder to decide on provision of appropriate dosing
SOW be provide for each type of chemical in DAF system. systems for each DAF unit to achieve guaranteed
parameters at the outlet of each DAF unit.
PMC to confirm bidder understanding.
161. Part_II Section 1.0 12 of 1138 4.10.1 Dosing Tank for DAF system. Bidder understand that HDPE tank shall be suitable for Refer NIT for MOC of tanks for each type of
SOW chemical dosing tank of DAF system. chemical.
PMC to confirm bidder understanding.
162. Part_II Section 1.0 12 of 1138 4.10.1 DAF system or TPI system As per Scope of work, DAF system shall be provide for In case of conflict, technical specifications indicated
SOW Ammonical effluent to Line-II pit (Oil & grease removal system in SOW shall supersede those given in P&ID.
in Urea Plant).
But as per P&ID & PFD, TPI oil separate shall be provide for
Ammonical effluent to Line-II pit (Oil & grease removal system
in Urea Plant).
PMC to provide clarity on the same.
163. Part_II Section 6.0 981 of 1138 - Scope of battery limit tie in point for effluent Bidder understand that tie in point for Ammonical effluent inlet Refer annexure no. 5 attached along with
P&ID to DAF system, Treated effluent from DAF system & Oil & Oily Corrigendum for co-ordinates of tie-in points.
sludge outlet shall be within scope battery limit of respective
allotted Plot. This is for Plot D & Plot E.
PMC to confirm bidder understanding.
164. Part_II Section 6.0 981 of 1138 - Service water line at pipe battery limit Bidder understand that separate service water line is available For more detailing, bidder can visit site and get
P&ID at Plot “D” & Plot “E” for mechanical screen. acquainted with location, route before submitting bid.
PMC to confirm bidder understanding.
165. Part_II Section 6.0 981 of 1138 - Drain sump for Oil & grease removal system of As per P&ID, drain from mechanical screen is connected to Bidder to refer cl. 4.10.2, pg. 23 of 1138, sr. no. 18.
P&ID Urea Plant centrate sump. All process drains within biological treatment section
including drain from mechanical screen shall be
But as per Scope of work, nothing has been mentioned about
routed to the return liquor tank / centrate sump for
requirement of centrate sump.
recycle back to equalization tank.
PMC to clarify the routing of drain from mechanical screen with
the scope of routing.
166. Part_II Section 6.0 995 of 1138 Overall Dimension of Plot D & E PMC to provide the dimension of Plot “D” & Plot “E” for Dimensions of plot “D” & plot “E” are 8m x 6m each.
Layout reviewing accommodation of Oil & grease removal system.
167. Part_II Section 6.0 995 of 1138 Overall Location of piping battery limit for Plot D & E PMC to provide the Location of piping battery limit with all tie Refer annexure no. 5 attached along with
Layout in point for Plot D & E of Oil & grease removal system. Corrigendum for co-ordinates of tie-in points.
For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.
168. Part_II Section 6.0 995 of 1138 Overall Installation location of MCC for Oil separation unit PMC to provide location of MCC for Oil separation unit of urea Cable Procurement, laying and termination upto
Layout of urea plant plant and provide clarity on scope of cable from field to MCC. nearest MCC shall be done by RCF. No MCC
required from bidder.However 50 Meter cable tray
from DAF battery limit is in bidder scope.
169. Part_II Section 6.0 995 of 1138 Overall Instrument cable routing for Oil separation unit of PMC to provide clarity on instrument’s signal cable routing with Bidder to lay instrument cables for oil separation
Layout urea plant destination for Oil separation unit of urea plant. units upto 50m from the battery limit of each unit upto
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Junction box. Further cable laying and termination
upto nearest MCC shall be done by RCF.
170. Part_II Section 6.0 979 of 1138 Layout Location of mechanical screen for Oil separation Mechanical screens for oil separation units at plots
unit of Urea plant “D” & “E” shall be located within respective plots only.
PMC to clarify why mechanical screen for ammonia line-II pit
is install inside ETP plant as Plot “D” & Plot ”E” is allotted for
Oily & grease removal system for Urea plant ?
171. Part_II Section 6.0 979 of 1138 Layout Location of mechanical screen for ETP plant Mechanical screens for oil separation units at plots
“C” shall be located within respective plot only.
PMC to clarify why mechanical screen for non ammonial
effluent is install inside ETP plant as Plot “C” is allotted for Oily
& grease removal system for ETP plant ?
172. Part_II
. Section 1.0 12 of 1138 4.10.1 DAF system or TPI system As per Scope of work, DAF system shall be provide for Non In case of conflict, technical specifications indicated
SOW Ammonical effluent from Ammonia & Urea plant (Oil & grease in SOW shall supersede those given in P&ID.
removal system in ETP Plant).
But as per P&ID & PFD, TPI oil separate shall be provide for
Non Ammonical effluent from Ammonia & Urea plant (Oil &
grease removal system in ETP Plant).
PMC to provide clarity on the same.
173. Part_II Section 6.0 79 of 1138 12. MOC of DAF Confirmed. Bidder to consider RCC Tank.
PDB
PMC to note that for such large flow rate RCC tank shall be Refer corrigendum sr. no. 8.
suitable in place of MSEP for DAF tank.
174. Part_II Section 6.0 981 of 1138 - Scope of battery limit tie in point for effluent Bidder understand that tie in point for Non Ammonical effluent Refer annexure no. 5 attached along with
P&ID from Ammonia & Urea plant to DAF system, Treated effluent Corrigendum for co-ordinates of tie-in points.
from DAF system, Oil & Oily sludge outlet shall be within scope
For more detailing, bidder can visit site and get
battery limit of plot “C”.
acquainted with location, route before submitting bid.
PMC to confirm bidder understanding.
175. Part_II Section 6.0 981 of 1138 - Service water line at pipe battery limit Bidder understand that separate service water line is available Refer annexure no. 5 attached along with
P&ID at Plot “C” for mechanical screen. Corrigendum for co-ordinates of tie-in points.
PMC to confirm bidder understanding. For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.

176. Part_II Section 6.0 981 of 1138 - Drain sump for Oil & grease removal system in As per P&ID, drain from mechanical screen is connected to Bidder to refer cl. 4.10.2, pg. 23 of 1138, sr. no. 18.
P&ID ETP Plant centrate sump. All process drains within biological treatment section
including drain from mechanical screen shall be
But as per Scope of work, nothing has been mentioned about
routed to the return liquor tank / centrate sump for
requirement of centrate sump.
recycle back to equalization tank.
PMC to clarify the routing of drain from mechanical screen with
the scope of routing.
177. Part_II Section 6.0 995 of 1138 Overall Dimension of Plot C PMC to provide the dimension of Plot “C” for reviewing Dimensions of Plot “C” are 10m x 7m.
Layout accommodation of Oil & grease removal system.
178. Part_II Section 6.0 995 of 1138 Overall Location of piping battery limit for Plot C PMC to provide the Location of piping battery limit with all tie Refer annexure no. 5 attached along with
Layout in point for Plot C of Oil & grease removal system. Corrigendum for co-ordinates of tie-in points.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.
179. Part_II Section 6.0 995 of 1138 Overall Installation location of MCC for Oil separation unit PMC to provide location of MCC for Oil separation unit of ETP Cable Procurement, laying and termination upto
Layout of ETP plant plant and provide clarity on scope of cable from field to MCC. nearest MCC shall be done by RCF. No MCC
required from bidder.However 50 Meter cable tray
from DAF battery limit is in bidder scope.
180. Part_II Section 6.0 995 of 1138 Overall Instrument cable routing for Oil separation unit of PMC to provide clarity on instrument’s signal cable routing with Bidder to lay instrument cables for oil separation
Layout ETP plant destination for Oil separation unit of ETP plant. units upto 50m from the battery limit of each unit upto
Junction box. Further cable laying and termination
upto nearest MCC shall be done by RCF.
181. Part_II Section 6.0 50 of 1138 2.1 Design flow & Parameter Bidder to design process units within ETP for
PDB maximum flowrate and contaminant load. However,
Bidder’s design shall allow satisfactory operation and
performance of the ETP at varying loads (minimum,
average, maximum).
PMC to clarify that ETP system shall be design on which flow
rate average or maximum?
PMC to clarify that ETP system shall be design on which
parameter average or maximum?
Also provide frequency of incoming effluent.
182. Part_II Section 6.0 982 of 1138 - Qty of Mechanical fine screen As per P&ID, quantity of mechanical fine screens are 3 nos in In case of conflict, technical specifications indicated
P&ID ETP plant. in SOW shall supersede those given in P&ID.
But as per Scope of work, quantity of mechanical fine screen
is 1 No only in ETP plant.
PMC to confirm the quantity of mechanical fine screen in ETP
Plant.
183. Part_II Section 6.0 982 of 1138 - On/off Valve for inlet to ETP Bidder to select type of actuation for inlet valve –
P&ID motorized / pneumatic – based on Bidder’s design
(auto operation).

Inlet valve to ETP plant from chemical group of plant shall be


on/off type in place of manual to bypass effluent to Off spec
tank.
PMC to confirm the same.
184. Part_II Section 6.0 983 of 1138 - Alum or Fecl3 dosing tank In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.

As per P&ID , Alum and Fecl3 both dosing system to be


provided for Primary clarifier system in ETP plant.
But as per SOW, Alum or Fecl3 dosing system to be provided
for Primary clarifier system in ETP plant.
PMC to clarify the dosing system for Primary clarifier.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
185. Part_II Section 6.0 984 of 1138 - Requirement of MLR pump As per P&ID, MLR pump to be provided inside the aeration In case of conflict, technical specifications indicated
P&ID tank. in SOW shall supersede those given in P&ID.
But as per bill of material in SOW, MLR pumps are not required
in Biological treatment.
PMC to clarify the requirement of MLR pumps.
186. Part_II Section 1.0 12 of 1138 4.10.1 Retention time of dosing tank We understand stand that chemical dosing tanks retention time Noted.
SOW 12 hrs is acceptable. Typical for all dosing tanks.
187. Part_II Section 1.0 12 of 1138 4.10.1 Air blower from equalization tank PMC to clarify the requirement of air blower as submersible Bidder to provide mixing system for equalization tank
SOW mixer is already provided inside equalization tank. based on their design.
Submersible mixer and/or coarse aeration grid shall
be provided.
188. Part_II Section 6.0 985 of 1138 - Qty of MBR air blowers As per P&ID, quantity of MBR air blowers are 4 nos in ETP In case of conflict, technical specifications indicated
P&ID plant. in SOW shall supersede those given in P&ID.
But as per Scope of work, quantity of MBR air blowers are 3
Nos in ETP plant.
PMC to confirm the quantity of MBR air blowers in ETP Plant.
189. Part_II Section 6.0 985 of 1138 - Qty of MBR permeate pump As per P&ID, quantity of MBR permeate pump are 2 nos in In case of conflict, technical specifications indicated
P&ID ETP plant. in SOW shall supersede those given in P&ID.
But as per Scope of work, quantity of MBR permeate pump are
4 Nos in ETP plant.
PMC to confirm the quantity of MBR permeate pump in ETP
Plant.
190. Part_II Section 6.0 986 of 1138 - Mechanical thickener Can we considered circular tank with scrapper mechnism Sludge thickening shall be achieved through
P&ID inplace of mechanical thickener? mechanical thickener only.
191. Part_II Section 6.0 986 of 1138 - Qty of dewatering Poly dosing tank As per P&ID, separate dewatering polymer dosing tanks are In case of conflict, technical specifications indicated
P&ID provided for mechanical thickener & centrifuge. Quantity of in SOW shall supersede those given in P&ID.
dewatering polymer dosing tanks are 4 Nos.
But as per bill of material of SOW, common dewatering
polymer dosing tank is provided for mechanical thickener &
centrifuge. Quantity of dewatering polymer dosing tank is 1 No.
PMC to confirm the quantity of dewatering polymer dosing tank
in ETP Plant.
192. Part_II Section 6.0 986 of 1138 - Qty of dewatering Poly dosing pump As per P&ID, separate dewatering polymer dosing pumps are In case of conflict, technical specifications indicated
P&ID provided for mechanical thickener & centrifuge. Quantity of in SOW shall supersede those given in P&ID.
dewatering polymer dosing pumps are 6 Nos.
But as per bill of material of SOW, common dewatering
polymer dosing pumps are provided for mechanical thickener
& centrifuge. Quantity of dewatering polymer dosing pumps
are 2 No.
PMC to confirm the quantity of dewatering polymer dosing
pumps in ETP Plant.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
193. Part_II Section 6.0 986 of 1138 - Requirement of dewatered sludge transfer pump Dewatered sludge transfer pumps shall be provided
P&ID by Bidder. These shall serve the purpose for
PMC to clarify the requirement of dewatered sludge transfer transferring dewatered sludge to sludge drying beds,
pump. As dewaterted sludge directly collected in trolly located as may be required by RCF, for further reduction in
under the centrifuge. moisture.

194. Part_II Section 6.0 70 of 1138 2.1 Requirement of dewatered sludge conveyor Dewatered sludge conveyor shall be provided by
PDB Bidder. This shall serve the purpose for transferring
dewatered sludge to sludge drying beds, as may be
PMC to clarify the requirement of dewater sludge conveyor, as required by RCF, for further reduction in moisture.
dewatered sludge from centrifuge shall be directly collect in
trolley located under the centrifuge system.
195. Part_II Section 6.0 995 of 1138 Overall Location of Sludge sump and thickened sludge PMC to clarify the installation location of Sludge sump and Location of sludge sumps shall be as per Bidder’s
Layout sump Thickened sludge sump of ETP? It is installed inside ETP plant design, within the ETP plot.
plot A?
196. Part_II Section 6.0 995 of 1138 Overall Location of centrate sump with pump PMC to clarify the installation location of centrate sump with Location of centrate sump / return liquor sump with
Layout pump of ETP? It is installed inside ETP plant plot A? pump shall be as per Bidder’s design, within the ETP
plot.
197. Part_II Section 1.0 6 of 1138 3.0 Battery Limit for Lamella clarifier Bidder understand that Effluent line for lamella clarifier shall be Refer annexure no. 5 attached along with
SOW available within plot “B” battery limit. Corrigendum for co-ordinates of tie-in points.
PMC to confirm bidder understanding. For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.

198. Part_II Section 1.0 6 of 1138 3.0 Scope of sludge sump Pump for lamella clarifier Bidder understand that contractor scope shall be limited to Bidder’s scope for lamella clarifier sludge shall be
SOW transfer sludge from lamella clarifier to sludge sump only. upto discharge header of sludge transfer pumps.
Further transferring of sludge with Pump & piping shall be in
other contractor scope.
PMC to confirm bidder understanding.
199. Part_II Section 1.0 6 of 1138 3.0 Scope of lamella clarifier outlet Refer annexure no. 5 attached along with
SOW Corrigendum for co-ordinates of tie-in points.
PMC to provide location of Existing ETP upgradation project
For more detailing, bidder can visit site and get
permeate tank for working out piping and support cost.
acquainted with location, route before submitting bid.

200. Part_II Section 1.0 6 of 1138 3.0 Scope of lamella clarifier outlet Refer annexure no. 5 attached along with
SOW Corrigendum for co-ordinates of tie-in points.
PMC to note that existing ETP upgradation project’s permeate
For more detailing, bidder can visit site and get
tank must be nearer to Lamella separator so that outlet effluent
acquainted with location, route before submitting bid.
from lamella clarifier shall be transfer to permeate tank via
gravity.
Otherwise contractor has to consider Lamella clarifier outlet
tank with pump for transferring lamella clarifier outlet water to
permeate tank.
201. Part_II Section 6.0 985 of 1138 - Battery limit for ETP treated water Bidder understand that contractor scope of ETP treated water Battery limit of Bidder’s scope for MBR permeate /
P&ID shall be upto chlorine contact tank only. ETP treated water shall be upto chlorine contact
tank.
PMC to confirm bidder understanding.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
202. Part_II Section 6.0 985 of 1138 - Chlorine dosing line Chlorine solution dosing at chlorine contact tank shall
P&ID be in RCF’s scope.

Bidder understand that chlorine dosing outlet line shall be


available at battery limit of new ETP plant.
203. Part_II Section 6.0 987 of 1138 - Location of Guard pond PMC to mark exact location of guard pond in overall plant. Refer annexure no. 5 attached along with
P&ID Corrigendum for co-ordinates of tie-in points.
For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.
204. Part_II Section 6.0 987 of 1138 - Routing of RO reject RO reject water line for new ETP plant feed shall be
P&ID as per cl. 4.10.1, sr. no. 173, pg. 22 of 1138.
As per P&ID, RO reject shall be transfer to guard pond and
then transfer to new plant.
But as per SOW, RO reject from existing ETP to be transfer to
new ETP battery limit.
PMC to clarify the routing of RO reject from existing ETP up
gradation.
205. Part_II Section 1.0 14 of 1138 4.10.1 Required of Fecl3 dosing tank As per Bill of material in SOW, Fecl3 dosing system shall be In case of conflict, technical specifications indicated
SOW considered for HRSCC-1&2. in SOW shall supersede those given in P&ID.
As per P&ID, Fecl3 dosing system is not provided for HRSCC-
1&2.
PMC to clarify the requirement of Fecl3 dosing system.
206. Part_II Section 1.0 14 of 1138 4.10.1 Qty of lime dosing tank In case of conflict, technical specifications indicated
SOW in SOW shall supersede those given in P&ID.
As per P&ID, quantity of Lime dosing tank is 1 No in RO plant.
But as per Scope of work, quantity of Lime dosing tanks are 2
Nos in RO plant.
PMC to confirm the quantity of Lime dosing tanks in RO Plant.
207. Part_II Section 1.0 15 of 1138 4.10.1 Qty of Dolomite dosing tank In case of conflict, technical specifications indicated
SOW in SOW shall supersede those given in P&ID.
As per P&ID, quantity of Dolomite dosing tank is 1 No in RO
plant.
But as per Scope of work, quantity of Dolomite dosing tanks
are 2 Nos in RO plant.
PMC to confirm the quantity of Dolomite dosing tanks in RO
Plant.
208. Part_II Section 1.0 15 of 1138 4.10.1 Qty of soda ash dosing tank In case of conflict, technical specifications indicated
SOW in SOW shall supersede those given in P&ID.
As per P&ID, quantity of Soda ash dosing tank is 1 No in RO
plant.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
But as per Scope of work, quantity of Soda ash dosing tanks
are 2 Nos in RO plant.
PMC to confirm the quantity of Soda ash dosing tanks in RO
Plant.
209. Part_II Section 1.0 15 of 1138 4.10.1 Qty of Dolomite dosing Pumps In case of conflict, technical specifications indicated
SOW in SOW shall supersede those given in P&ID.
As per P&ID, quantity of Dolomite dosing Pumps are 3 Nos in
RO plant.
But as per Scope of work, quantity of Dolomite dosing pumps
are 2 Nos in RO plant.
PMC to confirm the quantity of Dolomite dosing pumps in RO
Plant.
210. Part_II Section 1.0 15 of 1138 4.10.1 Qty of Poly dosing Pumps In case of conflict, technical specifications indicated
SOW in SOW shall supersede those given in P&ID.
As per P&ID, quantity of Poly dosing Pumps are 3 Nos in RO
plant.
But as per Scope of work, quantity of Poly dosing pump is 1
No in RO plant.
PMC to confirm the quantity of Poly dosing pumps in RO Plant.
211. Part_II Section 1.0 15 of 1138 4.10.1 Type of dosing pumps In case of conflict, technical specifications indicated
SOW in SOW shall supersede those given in P&ID.
As per P&ID, type of lime, Dolomite and soda ash dosing Pump
is diaphragm type in RO plant.
But as per Scope of work, type of lime, Dolomite and soda ash
dosing Pump is horizontal centrifugal type in RO plant.
PMC to confirm the type of lime, Dolomite and soda ash dosing
Pump is horizontal centrifugal type in RO plant.
212. Part_II Section 1.0 15 of 1138 4.10.1 Required of Acid dosing tank As per Bill of material in SOW, acid dosing system shall be In case of conflict, technical specifications indicated
SOW considered for HRSCC-1&2. in SOW shall supersede those given in P&ID.
As per P&ID, Acid dosing system is not provided for HRSCC-
1&2.
PMC to clarify the requirement of acid dosing system.
213. Part_II Section 1.0 15 of 1138 4.10.1 Qty of dual media filter-1 & activated carbon filter- In case of conflict, technical specifications indicated
SOW 1 in SOW shall supersede those given in P&ID.

As per P&ID, Qty of dual media filter-1 & activated carbon filter-
1 is 1 No each.
But as per Bill of material in SOW, Qty of dual media filter-1 &
activated carbon filter-1 are 2 Nos each.
PMC to clarify the qty of dual media filter-1 & activated carbon
filter-1.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
214. Part_II Section 6.0 987 of 1138 - Requirement of intermediate tank Intermediate storage tank must be required between HRSCC- Bidder shall consider provision of intermediate tank
P&ID 1 & Filter Feed pump-1 to have proper operation of Pump. between HRSCC-1 & Filter feed pump-1 based on
Otherwise there will be chances of dry run pump. their design requirement.

PMC to provide intermediate storage tank between HRSCC-1


& Filter feed pump-1.
215. Part_II Section 6.0 987 of 1138 - Blower for DMF-1, ACF-1, DMF-2 & ACF-2 Bidder understand that common blower shall be provided for In case of conflict, technical specifications indicated
P&ID DMF-1, ACF-1, DMF-2 & ACF-2. Because as per P&ID, It in SOW shall supersede those given in P&ID.
shown as separate blower for DMF-1, ACF-1, DMF-2 & ACF-
Bidder to provide common / separate blowers for
2.
DMF-1, ACF-1, DMF-2 & ACF-2 as per their
PMC to confirm bidder understanding. operation philosophy and location of filter units.

216. -- -- -- -- -- --
217. Part_II Section 6.0 988 of 1138 - Requirement of UF Feed pump-1 In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
Bidder understand that 3 Nos of UF feed pump-1 are required
before UF system. P&ID need to correct by providing UF feed
pump-1 before UF-1 system.
PMC to confirm bidder understanding.
218. Part_II Section 6.0 988 of 1138 - Requirement of intermediate tank PMC to note that UF-1 system is working on sequential based Bidder shall consider UF-1 feed tank based on their
P&ID operation like filtration, Chemical enhanced backwash, simple design requirement.
backwash, air scouring (if required) etc as per UF vendor’s
recommendation.
So during backwash or chemical enhanced backwash
sequence/cycle, filtration cycle will be stop.
Hence we strongly recommended to have UF-1 feed tank
before the UF system for uninterred operation of UF-1 system
as well as filtration system.
PMC to consider UF-1 feed tank before UF-1 system.
219. Part_II Section 6.0 988 of 1138 - Requirement of intermediate tank In continuous to above query, UF-1 backwash & chemical Bidder shall consider UF-1 permeate tank based on
P&ID backwash shall be done to through permeate water UF-1 their design requirement.
system.
SO PMC to consider UF-1 permeate water tank after UF-1
system for backwashing of UF-1 system through UF-1
backwash pump.
220. Part_II Section 6.0 988 of 1138 - Stand by skid of UF system Bidder to refer sr. no. 71, pg. 15 of 1138. Bidder shall
P&ID design single skid for UF system with suitable
Bidder understand that there is no requirement of standby UF provision / configuration to enable feed & backwash
skid-1. operations simultaneously.
PMC to confirm bidder understanding.
221. Part_II Section 1.0 15 of 1138 4.10.1 MOC of UF membrane As per bill of material in SOW, MOC of UF membrane is PVDF MOC of UF membrane can be PVDF or PES.
SOW only.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
But as per PDB page 40 of 42, MOC of UF membrane is
PVDF/PES.
PMC to confirm MOC of UF membrane.
222. Part_II Section 6.0 988 of 1138 - RO-1 Feed pump requirement As per Bill of material in SOW, RO-1 feed pumps are provided In case of conflict, technical specifications indicated
P&ID before RO-1 cartridge filter. in SOW shall supersede those given in P&ID.
As per P&ID, RO-1 feed pumps are not provided for RO-1
system.
Bidder understand that RO-1 feed pumps are required before
RO-1 cartridge filter.
223. Part_II Section 6.0 988 of 1138 - Qty of RO-1 cartridge filter In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per P&ID, Qty of RO-1 cartridge filter is 1 No only.
But as per Bill of material in SOW, Qty of RO-1 cartridge filters
are 3 Nos.
PMC to clarify the qty of RO-1 cartridge filters.
224. Part_II Section 6.0 988 of 1138 - Qty of RO-1 Skid In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per P&ID, Qty of RO-1 Skid are 3 Nos (2W+1SB).
But as per Bill of material in SOW, Qty of RO-1 skid is 1 No
only.
PMC to clarify the qty of RO-1 skid.
225. Part_II Section 6.0 72 of 1138 10.8 Recovery of RO-1 stage & RO-2 stage As per process design basis, recovery of combined RO stage- Bidder shall design RO system to maximise
PDB 1& 2 is 85% with having inlet TDS approx. 10000 ppm. permeate recovery to achieve 5000 m3/d DM water
production.
PMC to note that it is strongly not advisable to operate RO
system with this recovery of 85%. Reject TDS of RO system
will be around 70000 ppm.
PMC to check and reduce recovery of RO system (combined
of stage-1&2) to have trouble free operation.
226. Part_II Section 6.0 989 of 1138 - Requirement of HRSCC-2 system RO stage-1 reject holding tank, HRSCC-2 feed pump & In case of conflict, technical specifications indicated
P&ID HRSCC-2 are provided in p&id but not mentioned in bill of in SOW shall supersede those given in P&ID.
material in SOW.

PMC to clarify the requirement of the same.


227. Part_II Section 6.0 989 of 1138 - Common dosing system for HRSCC-1 & HRSCC- In case of conflict, technical specifications indicated
P&ID 2 in SOW shall supersede those given in P&ID.
As per bill of material in SOW, Common dosing system shall
be provide for HRSCC-1 & HRSCC-2.
But as per P&ID, Separate chemical dosing system is provided
for HRSCC-1 & HRSCC-2.
PMC to clarify the requirement of dosing system for HRSCC-1
& HRSCC-2.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
228. Part_II Section 6.0 56 of 1138 7.0 Routing of regeneration waste from MB Regeneration waste from DM plant shall be routed
PDB to upstream of DMF.
As per PDB and PFD, regeneration waste from DM plant shall
be routed to upstream of DMF.
But as per P&ID, regeneration waste from DM plant shall be
routed to upstream of RO.
PMC to clarify the routing of regeneration waste from DM plant.
229. Part_II Section 6.0 989 of 1138 - Requirement of mixer with DO analyzer in RO DO analyzer shall be replaced with conductivity
P&ID reject holding tank analyzer in RO reject holding tank.

PMC to clarify the requirement of mixer with DO analyzer in


RO reject holding tank.
230. Part_II Section 6.0 989 of 1138 - Requirement of intermediate tank Intermediate storage tank must be required between HRSCC- Bidder shall consider provision of intermediate tank
P&ID 2 & Filter Feed pump-2 to have proper operation of Pump. between HRSCC-2 & Filter feed pump-2 based on
Otherwise there will be chances of dry run pump. their design requirement.

PMC to provide intermediate storage tank between HRSCC-2


& Filter feed pump-2.
231. Part_II Section 6.0 989 of 1138 - Qty of dual media filter-2 & activated carbon filter- In case of conflict, technical specifications indicated
P&ID 2 in SOW shall supersede those given in P&ID.

As per P&ID, Qty of dual media filter-2 & activated carbon filter-
2 is 1 No each.
But as per Bill of material in SOW, Qty of dual media filter-2 &
activated carbon filter-2 are 2 Nos each.
PMC to clarify the qty of dual media filter-2 & activated carbon
filter-2.
232. Part_II Section 6.0 989 of 1138 - Qty of UF feed pump-2 In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
Bidder understand that 3 Nos of UF feed pump-2 are required
before UF system. P&ID need to correct by providing UF feed
pump-2 before UF-2 system.
PMC to confirm bidder understanding.
233. Part_II Section 6.0 990 of 1138 - Requirement of intermediate tank PMC to note that UF-2 system is working on sequential based Bidder shall consider UF-2 feed tank based on their
P&ID operation like filtration, Chemical enhanced backwash, simple design requirement.
backwash, air scouring (if required) etc as per UF vendor’s
recommendation.
So during backwash or chemical enhanced backwash
sequence/cycle, filtration cycle will be stop.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Hence we strongly recommended to have UF-2 feed tank
before the UF system for uninterred operation of UF-2 system
as well as filtration system.
PMC to consider UF-2 feed tank before UF-2 system.
234. Part_II Section 6.0 990 of 1138 - Requirement of intermediate tank In continuous to above query, UF-2 backwash & chemical Bidder shall consider UF-2 permeate tank based on
P&ID backwash shall be done to through permeate water UF-2 their design requirement.
system.
SO PMC to consider UF-2 permeate water tank after UF-2
system for backwashing of UF-2 system through UF-2
backwash pump.
235. Part_II Section 6.0 990 of 1138 - Stand by skid of UF system Bidder to refer sr. no. 87, pg. 16 of 1138. Bidder shall
P&ID design single skid for UF system with suitable
Bidder understand that there is no requirement of standby UF
provision / configuration to enable feed & backwash
skid-1.
operations simultaneously.

PMC to confirm bidder understanding.


236. Part_II Section 6.0 990 of 1138 - Requirement of RO-2 Feed pump In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per Bill of material in SOW, RO-2 feed pumps are provided
before RO-2 cartridge filter.
As per P&ID, RO-2 feed pumps are not provided for RO-2
system.
Bidder understand that RO-2 feed pumps are required before
RO-2 cartridge filter.
237. Part_II Section 6.0 990 of 1138 - Qty of RO-2 Skid In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per P&ID, Qty of RO-2 Skid are 3 Nos (2W+1SB).
But as per Bill of material in SOW, Qty of RO-2 skid is 1 No
only.
PMC to clarify the qty of RO-2 skid.
238. Part_II Section 6.0 990 of 1138 - Common dosing system for RO-1 & RO-2 In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per bill of material in SOW, Common dosing system shall
be provide for RO-1 & RO-2.
But as per P&ID, Separate chemical dosing system is provided
for RO-1 & RO-2.
PMC to clarify the requirement of dosing system for RO-1 &
RO-2.
239. Part_II Section 6.0 990 of 1138 - Common dosing system for UF-1 & UF-2 Bidder understand that common CIP system & CEB system to In case of conflict, technical specifications indicated
P&ID be provide for UF-1 & UF-2. in SOW shall supersede those given in P&ID.
PMC to confirm bidder understanding.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
240. Part_II Section 6.0 990 of 1138 - Requirement of RO permeate tank PMC to note that RO permeate tank must require before Bidder shall consider RO permeate tank based on
P&ID Polishing RO to store RO permeate from existing RO and RO their design requirement.
permeate from RO-1 & RO-2.
As RO permeate line cannot directly connected to polished RO
high pressure pump.
241. Part_II Section 6.0 990 of 1138 - Requirement of polishing RO feed pump In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per Bill of material in SOW, polishing RO feed pumps are
provided before Polishing RO MCF.
As per P&ID, polishing RO feed pumps are not provided for
Polishing RO system.
PMC to clarify the requirement Polishing RO feed pump with
qty.
242. Part_II Section 6.0 990 of 1138 - Requirement of polishing RO MCF In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per Bill of material in SOW, polishing RO feed MCFs are
provided before Polishing RO system.
As per P&ID, polishing RO feed MCFs are not provided for
Polishing RO system.
PMC to clarify the requirement Polishing RO MCFs with qty.
243. Part_II Section 6.0 990 of 1138 - Qty of Polishing RO high pressure pump In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per P&ID, Qty of Polishing RO high pressure pump is 1 No.
But as per Bill of material in SOW, Qty of Polishing RO high
pressure pump are 3 Nos (2W + 1SB).
PMC to clarify the qty of Polishing RO high pressure pumps.
244. Part_II Section 6.0 990 of 1138 - Qty of Polishing RO Skid Noted.
P&ID
Bidder understand that qty of polishing RO skid is 1 No. There
is no requirement of stand by skid for polishing RO system.
PMC to confirm bidder understanding.
245. Part_II Section 6.0 990 of 1138 - Common CIP system for RO-& RO-2 Bidder understand that common CIP system shall be provide In case of conflict, technical specifications indicated
P&ID for RO-1 & RO-2. in SOW shall supersede those given in P&ID.
PMC to confirm bidder understanding.
246. Part_II Section 6.0 990 of 1138 - Qty of degasser tower In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per P&ID, Qty of degasser tower is 1 No.
But as per Bill of material in SOW, Qty of degasser tower are
2 Nos (2W + 0SB).
PMC to clarify the qty of degasser tower.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
247. Part_II Section 6.0 990 of 1138 - Qty of degasser storage tank Bidder understand that qty of degasser storage tank shall be 1 In case of conflict, technical specifications indicated
P&ID No. in SOW shall supersede those given in P&ID.
PMC to confirm bidder understanding.

248. Part_II Section 6.0 990 of 1138 - Qty of degasser blower In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
As per P&ID, Qty of degasser blowers are 2 No.
But as per Bill of material in SOW, Qty of degasser blowers are
3 Nos (2W + 1SB).
PMC to clarify the qty of degasser blowers.
249. Part_II Section 6.0 990 of 1138 - No standby requirement of MB plant In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
Bidder understand that qty of MB systems are 2 Nos
(2W+0SB). There is no requirement of stand by MB system.
PMC to confirm bidder understanding.
250. Part_II Section 6.0 990 of 1138 - Requirement of DM water transfer pump In case of conflict, technical specifications indicated
P&ID in SOW shall supersede those given in P&ID.
PMC to clarify the requirement of DM water transfer pump.
As per P&ID, MB outlet water line is directly sent to battery limit
of plant.
251. Part_II Section 6.0 990 of 1138 - Requirement of DM water transfer pump In continuous to above query, if there is requirement of DM Bidder to refer sr. no. 47, cl. No. 4.10.2, pg. 24 of
P&ID water transfer pump then DM water storage tank must require 1138, Part II of NIT for capacity of DM water / soft
to store MB outlet water. water tank.
PMC to confirm the same.
252. Part_II Section 6.0 990 of 1138 - Pressure at battery for DM water PMC to provide require pressure for DM water at plant battery Bidder to refer pg. 22 of 1138, Part II of NIT for co-
P&ID limit. ordinates of tie-in point of DM water pipeline.
Terminal pressure at this tie-in point shall be 1.0
kg/cm2.
253. Part_II Section 6.0 990 of 1138 - Requirement of sludge handling system Bidder to provide separate / combined sludge
P&ID handling system for HRSCC-1, HRSCC-2 and
RODM plant based on their design and to meet
guarantee parameters for dewatered sludge.
PMC to clarify the requirement of sludge handling system with
dosing system in RODM plant as sludge from HRSCC-1 &
HRSCC-2 shall be routed to Sludge sump located in ETP plant.
254. General - - Suction valve with strainer As per P&ID, there is no suction valve with strainer for Bidder to provide piping components for all pump
horizontal centrifugal pump. suction and discharge as per their design.
Kindly clarify the requirement of suction valve with strainer for
horizontal centrifugal pump.
255. Part_II Section 6.0 990 of 1138 - VFD for degasser blower VFD is not required for degasser blower.
P&ID
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
PMC to clarify the requirement of VFD in degasser blower.
Generally VFD is not required for degasser blower.
256. General - - Utility requirement of ETP & RODM plant Bidder understand that all utility like, Instrument air, service Refer annexure no. 5 attached along with
water, drinking water, steam, nitrogen, etc shall be available at Corrigendum for co-ordinates of tie-in points.
ETP& RODM plant battery limit.
For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.
257. Part_II Section 6.0 988 of 1138 - Sludge transfer pump for HRSCC-1& HRSCC-2 As per P&ID sludge transfer pumps are provided for HRSCC- In case of conflict, technical specifications indicated
P&ID 1 &HRSCC-2 for transferring sludge from HRSCC-1 & 2 to in SOW shall supersede those given in P&ID.
Sludge sump.
But as per bill of material in SOW & PFD, there is no
requirement of sludge transfer pump.
PMC to clarify the requirement of Sludge transfer pump for
HRSCC-1& HRSCC-2.
258. Part_II Section 6.0 988 of 1138 - Routing of sludge from HRSCC and clarifier Sludge from primary clarifier, HRSCC-1 & HRSCC-2 can be Bidder to design sludge withdrawal & transfer system
P&ID directly transfer to the sludge sump via underground piping. In for HRSCC-1, HRSCC-2 & primary clarifier based on
this case sludge sump shall be underground type. flow under gravity.
If sludge shall be directly transfer to the sludge sump then all Appropriate provisions for flushing of all sludge lines
transfer pumps will be removed and reduce power and capital shall be included in Bidder’s design.
cost.
PMC to provide confirmation on elimination of sludge transfer
pump.
259. Part_II Section 6.0 990 of 1138 - Parameter of Permeate RO water Bidder to refer table 2.1, pg. 49 of 1138, Part II of NIT.
P&ID

PMC to provide parameter of permeate RO water from existing


RO system.
260. Part_II Section 1.0 22 of 1138 4.10.1 Location of existing ETP upgradation plant Location of ETP upgradation plant is at sr. no. 31, pg.
SOW 995 of 1138.
As per overall layout, sr. 100 marked for ETP upgradation plant
and sr. 100 marked near sr. 18 in layout.
So bidder understand that existing ETP upgradation plant is
located near ammonia extension plant.
261. Part_II Section 1.0 22 of 1138 4.10.1 Location of existing ETP upgradation plant & RO As per overall plant, plot H indicate as existing RO system and Bidder to refer only plot H for existing RO system.
SOW plant sr. 100 indicated as ETP upgradation plant.
PMC clarify that which pipe line shall be transfer from existing
RO system and which pipeline shall be transfer from ETP
upgradation plant to new ETP.
262. Part_II Section 6.0 990 of 1138 - Permeate RO water battery limit Refer annexure no. 5 attached along with
P&ID Corrigendum for co-ordinates of tie-in points.
For more detailing, bidder can visit site and get
Bidder understand that RO permeate water is available at plant acquainted with location, route before submitting bid.
battery limit of ETP.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
263. Part_II Section 1.0 22 of 1138 4.10.1 Battery limit Refer annexure no. 5 attached along with
SOW Corrigendum for co-ordinates of tie-in points.
PMC has to clearly mention about which pipeline to be transfer
For more detailing, bidder can visit site and get
from existing ETP to battery limit of new ETP.
acquainted with location, route before submitting bid.

264. Part_II Section 1.0 22 of 1138 4.10.1 Battery limit Refer annexure no. 5 attached along with
SOW Corrigendum for co-ordinates of tie-in points.
PMC has to clearly mention about which process water line to
be transfer from existing ETP to battery limit of new ETP For more detailing, bidder can visit site and get
acquainted with location, route before submitting bid.

265. Part_II Section 1.0 22 of 1138 4.10.1 Battery limit line Size, flowrate and MOC of pipe for chlorinated water
SOW line from ETP upgradation project to chlorine contact
tank shall be as per Bidder’s design and NIT
PMC to provide size, Flow rate and MOC of pipe for chlorinated specifications.
water line.
266. Part_II Section 1.0 22 of 1138 4.10.1 Battery limit line size PMC to provide line size and MOC of all incoming/outgoing line Bidder to size all incoming / outgoing lines to / from
SOW from Existing plant to new plant. This must be require for new ETP based on their process design.
working of cost of piping with support. MOC of pipe and design flows shall be as indicated
in Part II of NIT.
267. Part_II Section 1.0 23 of 1138 4.10.2 Dimension of Civil units Dimensions mentioned for civil unit in scope of work are not Dimensions of all civil units shall be as per Bidder’s
SOW matching with dimensions mentioned in equipment layout. design.
PMC to clarify which document shall considered for dimension
of civil unit.
268. Part_II Section 1.0 979 of 1138 Layout Units are missing Space for all RODM equipments/tanks like HRSCC-1&2, Filter Bidder to prepare and submit plant layout for
feed tank-1&2, all filters with MB, UF feed tank-1&2, RO feed RCF/PMC’s approval accommodating all process
tank-1&2, Polishing RO feed tank, degasser water sump, units.
Common RO permeate tank, RO-1 reject holding tank, Sludge
sump, etc are not available in layout of ETP plot “A”.
PMC to provide additional space for all above
equipments/units.
269. Part_II Section 1.0 979 of 1138 Layout Sludge drying bed Sludge drying beds are in the scope of Bidder.

How it is possible to accommodate 20 Nos of sludge drying 11 nos. of beds of size approx. 6m x 20m each to be
bed having size of 6.0W x 20 L x 2.5 H in allotted ETP plot “A” constructed by Bidder.
(100m x 140m)
As per layout, Area for sludge drying bed is 42.0 m x 25.0m.
PMC to clarify the same.
270. Part_II Section 1.0 979 of 1138 Layout Chemical room Chemical room shall be used for storage of
chemicals only.
Bidder understand that all dosing chemical for ETP and RODM
system shall be located inside the chemical room mentioend in
Equipment layout.
PMC to confirm bidder understanding.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
271. General - - Mis matching If there is conflict/ mismatching found in different documents/ In case of conflict, technical specifications indicated
drawing then which drawing/ document shall be considered for in SOW shall supersede those given in P&ID.
design and costing.
Sizes & dimensions of various units provided in SOW
Like as per SOW, size of MEE shed is 25m x 20m but as per are for guidance purpose only. Actual
Layout size of MEE shed is 30m x 15m. sizes/dimensions of units shall be as per Bidder’s
design.
To avoid this kind of confusion PMC to provide preceding of
documents/drawing.
272. Part_II Section 1.0 22 of 1138 4.10.1 Chlorination system Bidder understand that Naocl dosing system is acceptable for Chlorine solution dosing at chlorine contact tank shall
ETP treated water. be in RCF’s scope.
PMC to confirm bidder understanding.
273. Part_II Section 1.0 979 of 1138 Layout RO shed Bidder understand that only UF and RO skid shall be install Sizes & dimensions of various units provided in SOW
inside the RO shed having size of 20m x 15m. are for guidance purpose only. Actual
sizes/dimensions of units shall be as per Bidder’s
PMC to confirm bidder understanding.
design.

274. Part_II Section 1.0 91 of 1138 1.3 Bulk storage tank Requirement of bulk chemical storage shall be as per
Bidder’s design philosophy.
PMC to clarify that bulk storage tank to be provide for which
chemicals.
275. Part_II Section 1.0 108 of 1138 2.4 MOC of Pump PMC to review and confirm MOC of horizontal centrifugal NIT conditions shall prevail.
pump for RO and RO permeate service.
276. Part_II Section 1.0 108 of 1138 2.4 MOC of Pump MOC of pump mentioned in design specification- mechanical NIT conditions shall prevail.
is not matching with MOC of pump mentioned in Scope of
work.
PMC to clarify which document shall be considered for MOC
of pump.
277. Part_II Section 1.0 979 of 1138 Layout Space is not sufficient PMC to note that Space allotted for ETP, RODM and MEE Bidder to prepare and submit detailed plant layout
plant is not sufficient to accommodate all the equipment/units after award of work for RCF/PMC’s review for
describe in Scope of works and other document. ascertaining sufficiency of allotted plot area.
PMC to review and provide additional space.
278. Part_II Section 1.0 979 of 1138 Layout Requirement of Analyzer room Please specify the requirement of analyzer room as same is Analyzer room is required for silica analyzers.
not provided in layout. Remaining analyzers to be added in Analyzer room
as per functional requirement of offered analyzer in
consultation with RCF.
279. Part_II Section 1.0 979 of 1138 Layout Shed for blower Process air blowers for MBR shall be placed inside
blower room.
PMC to clarify which blowers shall be placed inside the blower
shed to which blowers shall be placed outside blower shed.
280. Part_II Section 1.0 981 of 1138 P&ID Typical requirement PMC to provide line size, MOC , PMS/VMS & Minimum piping Line sizes, MOC, piping and instrument required at
and instrument required at battery limit line like of battery limit shall be as per Bidder’s design and
PG,TG,TT,FT,PT, block and bleed valve, NRV, sampling point P&ID.
etc. in P&ID.
281. Part_II Section 1.0 981 of 1138 P&ID Requirement of two Nos of motor in DAF PMC to clarify why two nos of motor shall be provided for DAF P&ID reference is for TPI oil separator. Bidder shall
system. provide DAF for oil separation.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
282. Part_II Section 1.0 981 of 1138 P&ID Type of valve PMC to provide type valve at DAF sludge outlet. Refer annexure no. 6 attached along with
corrigendum.
283. Part_II Section 1.0 982 of 1138 P&ID Type of valve Bidder understand that pneumatic operated valve can Bidder may provide pneumatic operated valve in
acceptable in place of motorized valve for CGP bypass line. place of motorized valve for suitable applications.
284. Part_II Section 1.0 982 of 1138 P&ID Requirement of Flow meter PMC to clarify the requirement of FT at CGP off spec transfer FT shall be provided on CGP off-spec pump
pump discharge. discharge for measurement and record of off-spec
flow.

285. Part_II Section 1.0 982 of 1138 P&ID Requirement of Flow meter PMC to clarify the requirement of FT at raw water transfer Queried FT not found in P&ID.
pump discharge to primary clarifier.
286. Part_II Section 1.0 983 of 1138 P&ID NRV at pump discharge PMC to clarify the requirement of NRV at dosing pump Queried NRV not found in P&ID.
discharge.
287. Part_II Section 1.0 983 of 1138 P&ID NRV at pump discharge Bidder understand that dosing PSV discharge can be connect Dosing PSV discharge shall be routed back to dosing
to dosing pump suction line. tank.
288. SCOPE OF WORK 26 TO 29 / 4.10.3 On the referred pages Instrument list and quantities have been Instrument list given in SOW is for Bidder’s guidance
1138 indicated however in the list Control valves, On Off valves, purpose only. Bidder to provide complete set of
PSV etc are NOT indicated please clarify the purpose of this instruments required for successful operation of the
Instrument list. ETP as per their process design.
289. SCOPE OF WORK 29 / 1138 4.10.3 It is indicated under this clause that “Contractor shall supply & NIT conditions shall prevail.
Note 2 install complete set of instruments required for successful Bidder to lay instrument cables for oil separation
operation and satisfactory performance of 2 nos. DAF units, units upto 50m from the battery limit of each unit upto
located at Urea plants. Contractor’s scope shall also include Junction box. Further cable laying and termination
supply & installation of junction box(es). Instrument cables upto control system shall be done by RCF.
from each of these junction box(es) to
respective control rooms shall be laid by Owner. All signals
from field instrumentation shall be included in existing DCS.”

From the above we understand that we have to supply and


install all the instruments required for satisfactory operation of
these two units. The cables from these instruments will be laid
upto junction box, further cabling from these junction box to
control room shall be by owner. Also these signals are NOT
required to be connected to bidder supplied PLC.

Please confirm our understanding.


290. Process Design 62 / 1138 It is indicated on this page that “The ETP control system shall Refer annexure no. 7 attached along with
include a dual hot standby central main plant PLC. Typically, corrigendum.
signals from individual or isolated field instruments within a
physical distance of approximately
150 meters from the main plant PLC shall be transmitted
directly to the main plant PLC. Signals
from instrument groups belonging to common unit processes,
control loops, or package
systems, or signals originating more than 150 meters away
from the main plant PLC, shall
typically be transmitted to RIO (Remote Input/Output) panels
or local control panels dedicated
to the respective unit processes, control loops, or package
systems”
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
291. We understand that since the complete ETP plant is required Refer annexure no. 7 attached along with
to be controlled from common PLC system all the signal shall corrigendum.
be connected to PLC system located in New Control room only.
Please confirm our understanding.
292. Process Design 62 / 1138 It is further indicated on this page that “The following specific Refer annexure no. 7 attached along with
systems shall be provided with their own dedicated PLC, and corrigendum.
all signals from these systems shall be transmitted to their
respective PLCs.
• MBR System
• Process Air Blowers
• Mechanical Thickening Equipment
Mechanical Dewatering Equipment

We would like to submit that above indicated systems are


having very few instruments hence dedicated PLC system for
these units are NOT required. Hence we request you to allow
us to connect the signals from these unit to central PLC. Please
confirm your acceptance.
293. Process Design 68 / 1138 10.5.3 It is indicated under this clause that “A separate HMI shall be Refer annexure no. 7 attached along with
provided at the MBR facility, from which complete operation of corrigendum.
the MBR Membrane Basins can be controlled.”

We would like to submit as below.


i) As informed in point 4 above the MBR system will have
very few signals hence dedicated PLC is NOT required.
If we consider RIO panel for these signals then as per clause
10.2 on Page 595/1138, RIO panels are required to be
installed in airconditioned environment. Please provide the
location in overall layout where we can provide the
airconditioned room for this RIO panel.
294. Process Design 69 / 1138 10.6.1 It is indicated under this clause that “The mechanical sludge Refer annexure no. 7 attached along with
thickeners shall be manually operable at the manufacturer- corrigendum.
provided local control panel located near the equipment, at the
local HMI panel, and remotely from the SCADA station.
We would like to submit as below.
(i) As informed in point 4 above the mechanical
sludge thickener system will have very few signals
hence dedicated PLC is NOT required.
If we consider RIO panel for these signals then as per
clause 10.2 on Page 595/1138, RIO panels are required to be
installed in airconditioned environment. Please provide the
location in overall layout where we can provide the
airconditioned room for this RIO panel.
295. Process Design 70 / 1138 10.6.3 It is indicated under this clause that “The thickened sludge Refer annexure no. 7 attached along with
pumps shall be manually controllable (start, stop, and speed) corrigendum.
at a local control panel located adjacent to the equipment, at
the local HMI panel, and at the SCADA station”

We would like to submit as below.


RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
(i) As informed in point 4 above the thickened sludge
pump will have very few signals hence dedicated PLC
is NOT required.
(ii) If we consider RIO panel for these signals then as per
clause 10.2 on Page 595/1138, RIO panels are
required to be installed in airconditioned environment.
Please provide the location in overall layout where we
can provide the airconditioned room for this RIO panel

296. Process Design 70 / 1138 10.6.4 It is indicated under this clause that “The dewatering machine Refer annexure no. 7 attached along with
shall be manually operable at the manufacturer-provided local corrigendum.
control panel located near the equipment, at the local HMI
panel, and remotely at the SCADA station.”

We would like to submit as below.


(i) As informed in point 4 above the dewatering
machine will have very few signals hence dedicated
PLC is NOT required.
(ii) If we consider RIO panel for these signals then as
per clause 10.2 on Page 595/1138, RIO panels are
required to be installed in airconditioned
environment. Please provide the location in overall
layout where we can provide the airconditioned
room for this RIO panel

297. Process Design 71 / 1138 10.7.2 It is indicated under this clause that “UF Unit shall be operated Refer annexure no. 7 attached along with
and controlled through a PLC based control system”. corrigendum.

We understand that the PLC system shall be common for ETP,


UF, RO, MB & ZLD and same shall be installed in New ETP
control room.

Please confirm our understanding.


298. Process Design 74 / 1138 10.8 It is indicated under this clause that “Pressure gauges will be Refer annexure no. 7 attached along with
locally mounted on a wet panel made of SS304 on the RO corrigendum.
skid.”

We propose to install pressure gauge as per the location as


indicated in P & ID, for proper and easy monitoring in place of
mounting on wet panel. Please confirm your acceptance.
299. Process Design 74 / 1138 10.8 It is indicated under this clause that “A local dry control panel Refer annexure no. 7 attached along with
will be provided on the RO skid that will house indicators for corrigendum.
stage 1 & 2 permeate and final reject flows and feed &
permeate conductivities. It will also house SMPS power
supply, high pressure pump on/off switches, and associated
components.”
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
We understand that since the total plant is to be controlled from
PLC system the Local dry control panel is not required, please
confirm our understanding.

300. DESIGN 536 / 1138 1.1 xvi It is indicated under this clause that “For ON-OFF control For size upto 3” the type of valve shall be
SPECIFICATIONS application involving line sizes of 3 “ & below, Saunders / weir Saunders/Weir type. The body rating & Flange rating
– type valves shall be used. For more than 3” size, Butterfly type of Saunders type On-Off valve shall be 150#.
INSTRUMENTATI valves shall be used. Actuator for butterfly valves shall be
ON For size 4” and above the type of On-Off valve shall
quarter turn, rack & pinion type. For all ON-OFF control valves,
GENERAL end stroke restrictors shall be provided.” be Butterfly valve. The butterfly valve shall have
REQUIREMENTS concentric design and will have soft seat of EPDM /
We understand as below Nitrile. The end connection of butterfly valve shall be
i) For size upto 3” the type of valve shall be Sunders/Weir Lugged end. The body rating of the butterfly valve
type. The body rating & Flange rating of Saunders type shall be 150#.
On Off valve shall be 150#.
ii) For size 4” and above the type of On Off valve shall be
Butterfly valve. The butterfly valve shall have
concentric design and will have soft seat of EPDM /
Nitrile. The end connection of butterfly valve shall be
Lugged end. The body rating of the butterfly valve shall
be 150#.

Please confirm our understanding


301. DESIGN 536 / 1138 1.1 xviii It is indicated under this clause that “All equipment/materials Bidder to supply spares as per list indicated in
SPECIFICATIONS supply shall include spares required for 2 years’ operation and Appendix 3, Part II of the NIT.
– consumable for commissioning.”
INSTRUMENTATI
ON We understand that the supply of spare parts shall be as
GENERAL specified under Appendix 3 on Page 1136 & 1137 only, please
REQUIREMENTS confirm our understanding.NIT.

302. DESIGN 536 / 1138 1.2 a It is indicated under this clause that “Complete PLC based Refer annexure no. 7 attached along with
SPECIFICATIONS control system for monitoring & control for ZLD unit. Monitoring corrigendum.
– & control for alarms, sequence control, permissive to start
INSTRUMENTATI logic, valve logic, On-Off control & PID control etc. shall be
ON performed by offered PLC system.”
GENERAL
REQUIREMENTS We understand that PLC based control system common for all
packages (ETP, UF,RO,MB & ZLD) NOT only ZLD.

Please confirm our understanding


303. DESIGN 536 / 1138 1.2 b It is indicated under this clause that “A local control panel (LCP) Refer annexure no. 7 attached along with
SPECIFICATIONS (preferably RITTAL make) shall be provided containing all corrigendum.
– modules, power distribution & marshalling. This panel shall
INSTRUMENTATI have provision for essential start / stop / trip pushbuttons,
ON selector switches, indicator lamps for motors, valves &
GENERAL Annunciator as per bidder standard operation philosophy.”
REQUIREMENTS
We understand that as the complete plant is to be operated
through PLC system installed in Control room Local control
panel is NOT required.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.

Please confirm our understanding.


304. DESIGN 536 / 1138 1.2 c It is indicated under this clause that “In order to achieve peer- Refer annexure no. 7 attached along with
SPECIFICATIONS to-peer communication with existing Rockwell Controllogix corrigendum.
– PLC system of ETP UP-gradation, bidder shall offer PLC which
INSTRUMENTATI is compatible with the existing PLC.”
ON
GENERAL We understand that to achieve peer to peer communication
REQUIREMENTS with existing Rockwell controllogix PLC bidder needs to
consider Rockwell controllogix PLC only.
Please confirm our understanding.
305. DESIGN 536 / 1138 1.2 d It is indicated under this clause that “A dedicated Ethernet Refer annexure no. 7 attached along with
SPECIFICATIONS communication module shall be offered for establishing corrigendum.
– communication with existing ETP UP-gradation PLC system.
INSTRUMENTATI
ON Please provide complete details of existing PLC system of ETP
GENERAL Upgradation for considering interface of New PLC system with
REQUIREMENTS existing PLC.
306. DESIGN 537 / 1138 1.2 g It is indicated under this clause that “Signal cables from field Refer annexure no. 7 attached along with
SPECIFICATIONS instruments shall be routed to LCP though cable trays. corrigendum.
– Construction, foundation & erection of structural supports for
INSTRUMENTATI trays & Aluminium cable trays shall be in bidder’s scope.”
ON
GENERAL We understand that since the complete plant is to be controlled
REQUIREMENTS through PLC system installed in control room, LCP in field is
NOT required. Please confirm
307. DESIGN 570 / 1138 5.1 a Under this clause requirement of Kilowatt-hour meters is Noted.
SPECIFICATIONS specified.

INSTRUMENTATI We understand that Kilowatt-hour meters are part of Electrical
ON system and NOT Instrumentation.
GENERAL
REQUIREMENTS Please confirm our understanding.
308. DESIGN 571 / 1138 5.2 Under this clause requirement of Indicator light is specified. Indicator lights shall be offered for all LCPs.
SPECIFICATIONS
– We understand that Since the complete plant is controlled
INSTRUMENTATI through PLC system all the indications will be available on
ON Operation station hence panel mounted indication lamps are
GENERAL NOT required
REQUIREMENTS
Please confirm our understanding.
309. DESIGN 571 / 1138 5.3 Under this clause requirement of Push buttons is specified. Push buttons shall be offered for all LCPs.
SPECIFICATIONS
– We understand that Since the complete plant is controlled
INSTRUMENTATI through PLC system all the commands will be available on
ON Operation station hence panel mounted push buttons are NOT
GENERAL required.
REQUIREMENTS Please confirm our understanding
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
310. DESIGN 571 / 1138 5.4 Under this clause requirement of Junction box is specified. The NIT Conditions shall prevail.
SPECIFICATIONS MOC of Junction box indicated is 3 mm sheet steel Hot.

INSTRUMENTATI We understand that Junction box MOC Die Cast Aluminum
ON (LM 6) is also acceptable.
GENERAL
REQUIREMENTS Please confirm our understanding.
311. DESIGN 580 / 1138 6.10 It is indicated under this clause that “Cable tray and cable- NIT Conditions shall prevail.
SPECIFICATIONS support ladders shall be of heavy-gauge galvanized steel and
– with an overall PVC coating when required to the approval of
INSTRUMENTATI the engineer.”
ON
GENERAL We understand that Cable trays shall be Hot dip galvanized
REQUIREMENTS please clarify the requirement of overall PVC coating.
312. DESIGN 595 / 1138 10.2 It is indicated under this clause that “In general the following Refer annexure no. 7 attached along with
SPECIFICATIONS configuration shall be applicable across the ETP. corrigendum.
– Main Plant PLC: Hot standby PLC
INSTRUMENTATI Vendor PLC: Hot standby PLC with panel mounted 16” HMI for
ON each vendor package – Reverse Osmosis plant & Evaporation
GENERAL plant
REQUIREMENTS
We understand that there shall be a common PLC for all the
packages i.e. ETP, UF,RO, MB & ZLD Further we understand
that the Processor / CPU module shall be redundant and IO
modules, power supply module , Interface module,
Communication module etc shall be Non Redundant.

Please confirm our understanding.


313. DESIGN 596 / 1138 10.2 It is indicated under this clause that “PLC System & RIO Refer annexure no. 7 attached along with
SPECIFICATIONS systems should be housed in air-conditioned environment.” corrigendum.
– We understand that all the IO & Processor / CPU shall be
INSTRUMENTATI installed in control room, RIO panels are NOT required. If the
ON same are required please clarify for which section RIO panel
GENERAL are required and also indicate the location of RIO panel in
REQUIREMENTS overall layout for the sections for which RIO panel are required.
314. DESIGN 598 / 1138 10.6 It is indicated under this clause that “All vendor supplied control Refer annexure no. 7 attached along with
SPECIFICATIONS system packages shall be equipped with redundant PLC corrigendum.
– system with redundant power supply modules and redundant
INSTRUMENTATI communication to the main plant PLC based SCADA system.”
ON
GENERAL We would like to submit that all the signals from all the
REQUIREMENTS packages shall be connected to main plant PLC based SCADA
system. Please confirm your acceptance for same.
315. DESIGN 598 / 1138 10.6 Note 1 It is indicated under this clause that “One number of control Refer annexure no. 7 attached along with
SPECIFICATIONS panel with complete accessories, control equipment shall be corrigendum.
– supplied as spare. The spares so supplied shall be supplied
INSTRUMENTATI completely wired.”
ON
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
GENERAL We are NOT able to understand the requirement as there shall
REQUIREMENTS be many panels having different components such as PDB
panel containing power distribution components, System panel
having PLC CPU & IO, Marshalling panel having Barrier,
Relay, terminal etc. Hence please clarify the requirement.
Also note that installed spare for PLC are already covered in
PLC specification and Mandatory spares for PLC have been
covered in Annexure 3, hence please review the requirement
of spare control panel and clarify.
316. DESIGN 598 / 1138 10.7 Under this clause requirement of Air-conditioning has been Noted.
SPECIFICATIONS specified. We understand that Air-conditioning is NOT part of
– Instrumentation but Mechanical.
INSTRUMENTATI Please confirm and clarify.
ON
GENERAL
REQUIREMENTS
317. DESIGN 602 / 1138 10.8 It is indicated under this clause that “SCADA shall be provided Refer annexure no. 7 attached along with
SPECIFICATIONS at central Monitoring Room/administration building” corrigendum.
– We understand that the SCADA is part of PLC system and
INSTRUMENTATI same shall be provided in Control room.
ON
GENERAL Please confirm our understanding.
REQUIREMENTS
318. DESIGN 602 / 1138 10.8 It is indicated under this clause that “On a minimum, the Refer annexure no. 7 attached along with
SPECIFICATIONS SCADA system shall generally consist of the following: corrigendum.
– 1. SCADA software
INSTRUMENTATI 2. SCADA redundant servers (Note-1: All servers shall be
ON tower Server
GENERAL 3. Historian servers (Refer Note-1 above)
REQUIREMENTS
4. SCADA workstations
5. Operator workstations with licensed software (Latest
Windows OS, Anti-Virus software, firewall, required licensed
software)
6. Engineering workstations (Latest Windows OS, Anti-Virus
software, firewall, required licensed software)
7. Multifunction printers (Photocopy, Scan, Printer) A3, A4
sizes
8. Managed industrial grade Ethernet switches
9. Firewall
10. Web server
11. Fire alarm server & station (Refer Note-1 above)
12. Industrial grade control room console”

With reference to above please clarify following.

1. Apart from Operator workstation & Engineering workstation


it is indicated to provide SCADA redundant server, SCADA
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
workstation, please clarify how the SCADA server and
SCADA workstation different from Operator workstation &
Engineering workstation.
2. Please provide the exact no. of
(i) Historian server
(ii) Web server
(iii) Fire alarm server & station.

3 Requirement of Fire alarm server and station has been


indicated but the detailed requirement of fire alarm system is
NOT provided please clarify.j
319. DESIGN 536 /1138 1.2 e It is indicated under this clause that “One Operator station & Refer annexure no. 7 attached along with
SPECIFICATIONS one Engineering station shall be considered for control, corrigendum.
– monitoring including real & historical time trend with one
INSTRUMENTATI number Multifunction printers (Photocopy, Scan, Printer)
ON A3,A4 sizes which will be placed in control room.”
GENERAL
REQUIREMENTS The requirement indicated on Page 536 /1138 clause 1.2 e and
the requirement indicated on page 602/1138 clause 10.8 are
in variance hence we request you to provide the exact
requirement of different workstation and server and its quantity
alternatively please provide system configuration drawing
indicating different server, workstation, printer etc so that
proper cost estimation can be done.
320. DESIGN 602 / 1138 10.8 It is indicated under this clause that “The control room shall be This clause to be read as:
SPECIFICATIONS provided with LED video wall of each screen 40“, 2X4
– configuration, with a minimum pixel pitch of 2.5mm and depth The control room shall be provided with 1 no. LED
INSTRUMENTATI of less than 5”, which shall be connected to the SCADA screen of minimum size 60“, which shall be
ON system” connected to the PLC system.
GENERAL
REQUIREMENTS We understand that we have to provide one No. LED video wall
of size 40" Please confirm.

Please clarify what is meant by 2 x 4 configuration.


321. DESIGN 616 / 1138 3.1 It is indicated under this clause that “VENDOR shall supply SS NIT conditions shall prevail.
SPECIFICATIONS 316L flare less compression tube fitting of three-piece
– construction of Swagelok / Parker/ Hoke only. The tube fittings
INSTRUMENTATI shall be of minimum 3000 LBS rating NPT”
ON
PARTICULAR We understand that the tube fitting used for Analyzers shall be
REQUIREMENTS from Swagelok /Parker Hoke, however tube fittings used for
impulse tubing of transmitters and Air tubing can be procured
for Approved Indian vendors.

Please confirm our understanding.


322. DESIGN 619 / 1138 4 It is indicated under this clause that “All field instruments shall This clause and bullet no. 13 of clause 8.1, pg. 586
SPECIFICATIONS be mounted within enclosures that are corrosion proof, dust of 1138 to be read as:
– proof and waterproof to provide a minimum protection
specified in elsewhere in this Specification.” All field instruments, except PG, TG & LG shall be
mounted within enclosures that are corrosion proof,
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
INSTRUMENTATI It is specified on Page 615 under clause 3.0 that all transmitters dust proof and waterproof to provide a minimum
ON shall be provided with FRP canopy, also other filed instruments protection specified in elsewhere in this
PARTICULAR like PG, DPG, TG are installed either on line or on vessel/tank, Specification.
REQUIREMENTS hence it would not be feasible to mount this instrument within
enclosure. And the transmitter which are provided with canopy
are protected against the environment.

Hence please clarify the requirement of mounting the field


instruments within enclosures.
323. DESIGN 622 / 1138 5.2 It is indicated under this clause that “Electromagnetic Flow NIT conditions shall prevail.
SPECIFICATIONS Meter shall have SS 316 L, Total 4 Electrodes system.
– Measuring electrodes – 2 Nos.
INSTRUMENTATI Grounding electrode- 1 No. and Empty pipe detection
ON electrode -1 No
PARTICULAR We would like to submit that 4 electrode system is NOT
REQUIREMENTS
available with all the vendors hence we understand that
magnetic flowmeter without Grounding Electrode and Empty
pipe detection electrode are also acceptable.
Please confirm our understanding.
324. DESIGN 622 / 1138 5.2 It is indicated under this clause that “ Coil Housing of Noted.
SPECIFICATIONS Electromagnetic flowmeter shall be Powder-coated die-cast
– aluminium Anticorrosive grade with IP 68 protection class with
INSTRUMENTATI minimum 20 meter cable for remote mount transmitter
ON connection.
PARTICULAR We would like to submit that 10 meter cable for remote mount
REQUIREMENTS
transmitter is adequate hence request to accept the same.
325. DESIGN 624 / 1138 5.3 It is indicated under this clause that “Thermal mass flow meter NIT conditions shall prevail.
SPECIFICATIONS for air for continuous measurement of flow. “

INSTRUMENTATI We understand that for Air flow measurement Vortex
ON Flowmeter are also acceptable. Please confirm your
PARTICULAR acceptance
REQUIREMENTS
326. DESIGN 625 / 1138 5.4 It is indicated under this clause that “Rotameter shall be used NIT conditions shall prevail.
SPECIFICATIONS On-line up to 2”. By-pass above 2”.

INSTRUMENTATI For line size above 2" where only local flow indication is
ON required we propose to use Orifice with Differential pressure
PARTICULAR gauge (DPG). The DPG shall be calibrated in dual scale one
REQUIREMENTS scale will indicated differential pressure and other scale will
indicate flow.

Please confirm your acceptance.


327. DESIGN 635 / 1138 5.9 g It is indicated under this clause that “Positioner and control NIT conditions shall prevail.
SPECIFICATIONS valves shall be of same make.”

RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
INSTRUMENTATI We would like to submit that All control valve manufacturer are
ON NOT manufacturing positioner hence we propose following
PARTICULAR vendor for positioner in addition to control vale manufacturer
REQUIREMENTS a) Metso (b) Siemens (c) Dresser

Please confirm your acceptance.


328. DESIGN 635 / 1138 5.9 k It is indicated under this clause that “All trip solenoid vales shall Noted.
SPECIFICATIONS be dual redundant (higher reliability configuration)”

INSTRUMENTATI We understand that only the solenoid which leads to trip the
ON complete plant need to be dual redundant.
PARTICULAR Solenoid of other On Off Valves which are used as process
REQUIREMENTS isolation shall be single.

Please confirm our understanding


329. DESIGN 666 /1138 7.8.1 It is indicated under this clause that “The programming unit NIT conditions shall prevail.
SPECIFICATIONS shall be of the portable type, industrial model designed to be
– used during commissioning on site. A functional keyboard
INSTRUMENTATI which supports different type of programming methods shall be
ON included, as well as a LCD display.”
PARTICULAR
REQUIREMENTS We understand that the programming software of PLC shall
reside in Engineering Workstation and all functions shall be
carried out from EWS only. Hence we understand that
separate portable programming unit is NOT required.
Please confirm our understanding.

330. Approved Vendor 1096 /1138 i) For Radar Level Transmitter we request to include NIT conditions shall prevail.
List Appendix 2 Emerson India.
ii) For Pressure gauge ABB, Switzer, Danfoss, Krohne
are indicated however they are NOT manufacturer of
pressure gauge. We request you to include Forbes
Marshall, Baumer, Precision Mass for pressure
gauges.
iii) For Pressure indicator transmitter we request you to
include Honeywell India.
iv) For Online Residule chlorine analyzer we request you
to include Forbes Marshall.
v) For Temperature Indicator Transmitter we request you
to include Emerson India & Honeywell India.
vi) For Analyztical online instruments (DO, ORP, MLSS,
pH, Ammonia etc) we request you to include Forbes
Marshall.
vii) For On Off Ball valves we request you to include
Microfinish, BDK (Trillium) , Elomatic,
viii) For On Off Butterfly valves we request you to include
BDK(Trillium), Elomatic, Continental
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
ix) For Control valves we request you to include Severn
Glocon India, Continental, Mascot
x) For Solenoid valve we request you to include Rotex
xi) For Valve Actuator (Rotary / Pneumatic) apart from
approved vendors for actuators we request your
acceptance to the actuator manufactured by On Off
valve vendor .
xii) For Programmable Logic Controllers & IO Modules we
request you to include Honeywell India.
xiii) For SCADA software we request your acceptance to
SCADA software supplied by approved PLC vendor in
addition to approved vendor for SCADA software.

It may be noted that all the above proposed vendors are


approved for Refinery & Oil & Gas projects and we have used
in our various Projects. We will submit the PTR during detailed
engineering.
331. APPENDIX 3 1137 & 1138 4 It is indicated under this clause that “Additional and Bidder to note that, the cost of “Additional and
/ 1138 recommended spares: recommended spares quoted by bidder shall not be
Bidder shall furnish list of such spares in the technical bid. considered for evaluation.”
Owner shall review the lists
submitted by all bidders and firm up the requirement in the form Cost of only Mandatory spares required for 2 yrs
of common list. Such firmed Operation will be considered for evaluation. Owner
up spares shall be supplied by Bidder and the cost of the same will take decision whether to procure the
shall be considered for evaluation. recommended spares or not.

Please note that the Quantity & Cost of Additional &


recommended spares by different bidders will be quiet different
so all the bidders will NOT be at par, in view of the same we
request you to exclude the cost of these spare from bid
evaluation.

Please confirm your acceptance.


332. General Design Page 10 Of 1.7 Utilities available at RCF We understand all utilities(Cooling Water, Raw water/Service RCF shall provide LP steam, service water &
Doc. No. 15 water, Instrument/Service air, LP steam) shall be provided byinstrument air at tie-in points as per annexure no. 5.
RCF/Proj/ETP/202 RCF at individual plants upto project battery limit wherever However, Cooling tower for cooling water application
4/01/Sec-2.0 required. Kindly confirm. for MEE and ATFD within ETP shall be in Bidder’s
scope.
333. Design Page 18 Of 1.8.5 Fire Fighting scope As mention in the clause, contractor shall supply suitable Bidder shall utilize existing firefighting header
Specification - Civil 29 firefighting facilities like nearest to the ETP for designing firefighting system
Particular  At least one electrical and one diesel and one jockey pump including fire hydrants, monitors, nozzles, hose reels,
requirements set hose reel boxes etc. in line with OISD-116 guidelines
Doc. No.  A pressurised ring main and DMFS requirements.
RCF/Proj/ETP/202  Hydrants,
4/01/Sec-3.5b  Hoses
 Nozzles

Please confirm the contractor have to design the new fire


fighting system for this project as per mention in the above
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
clause. There is no existing facilities available for this new plant
& no tie in hook up requirement with existing facilities.
334. General -- -- Please confirm any mandatory spare required for the piping Mandatory spares for equipment shall be as per NIT.
items (like Pipe, Flange, Valves, Fittings, Gasket etc.) for this
Mandatory Spare requirement for Piping Items project.
335. General -- -- 3D Model development 3D Modeling scope & criteria not defined in the bid document. 3D modeling is not envisaged for this project.
Kindly confirm the 3D Modeling scope applicable for this
project & if required then the specify 3D Modeling software &
specification.
336. General -- -- For routing of pipes from Proposed ETP battery limit to/from Bidder to assess structural integrity of existing pipe
Tie-in hook ups location, whether we can use the existing pipe rack/sleeper for routing of new pipes, in consultation
Existing Pipe rack / Sleeper rack/sleeper facilities. Please confirm with RCF.
337. General -- -- Pipe & Valve Material Specification Please furnish the Pipe & Valve Material Specification for Refer annexure no. 6 attached along with
applicable for this project. corrigendum.
338. PART – II 3 of 1138 1 The RO reject water (1,750 m3/day), treated Clint to confirm individual exact capacity of two Streams which Bidder shall consider all flows to the ETP – RO reject
(TECHNICAL) ammoniacal effluent (2,000 m3/day) will be treated in two different scheme as 1. MBR and entire water, treated ammonical effluent and effluent from
Biological treatment Unit 2. chemical group of plants – with 20% buffer quantity
SECTION – 1/3 containing 15 ppm ammonia and effluent from
over indicated values, to achieve DM Water output of
chemical group of plants (500 m3/day) RO unit for treating high TDS water from ETP upgradation RO
5000 m3/d.
reject.
with some additional buffer quantity (around 20%)
Bidder to refer table 2.2, pg. 50 of 1138 for design
will be treated in proposed new ETP NIT document 912 of 1138 it states that 4500 m3/day total
flowrates to RO unit for treating high TDS water from
capacity
Project of capacity 5000 m3/day. ETP upgradation RO reject.
Bidder to refer table 2.3, pg. 50 of 1138 for design
flowrates to biological treatment section.
339. PART – II 912 of 1138 1 Clint to confirm individual exact capacity of two Streams which Bidder’s query refers to the treated effluent quantity
(TECHNICAL) will be treated in two different scheme as 1. MBR and entire expected from each treatment unit / section.
Biological treatment Unit 2.
SECTION – 1 Bidder to refer table 2.2, pg. 50 of 1138 for design
RO unit for treating high TDS water from ETP upgradation RO flowrates to RO unit for treating high TDS water from
reject. In previous NIT document 3 of 1138 it states that 5000 ETP upgradation RO reject.
m3/day total capacity.
Bidder to refer table 2.3, pg. 50 of 1138 for design
flowrates to biological treatment section.

340. PART – II 3 of 1138 3/2 Oil & grease removal system in ETP The client would need to provide a comprehensive water Treated effluent after oil & grease removal shall be
(TECHNICAL) (Capacity:150 m3/hr) quality report and End Use of Treated Water. whether the further treated in existing ETP upgradation plant (not
water is used for DM water production if sufficient water in Bidder’s scope).
SECTION – 1/3 quantity is not available for DM water production based on this
additional treatment & scheme and will be provided
341. PART – II 4 of 1138 4/2 Oil & grease removal from ammonical effluent in The client would need to provide a comprehensive water Treated effluent after oil & grease removal shall be
(TECHNICAL) Urea plant (Capacity:50 m3/hr each, 2 quality report and End Use of Treated Water. whether the further treated in existing ETP upgradation plant (not
water is used for DM water production if sufficient water in Bidder’s scope).
SECTION – 3/3/1 quantity is not available for DM water production based on this
additional treatment & scheme and will be provided
342. PART – II 5 of 1138 5/2 Tertiary treatment for high TDS effluent (reject, In previous NIT document 3 of 1138 it states that the (RO) Bidder shall consider all flows to the ETP – RO reject
(TECHNICAL) 2000 m3/d) from ETP upgradation RO reject capacity is 1750 m3/day. It's unclear from where this water, treated ammonical effluent and effluent from
additional volume 250 m3/day will come (Document 5 of 1138), chemical group of plants – with 20% buffer quantity
SECTION – 1/3/2
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
it mentions a requirement for tertiary treatment of 2000 over indicated values, to achieve guaranteed DM
m3/day. Clint to confirm from Water output of 5000 m3/d.

343. PART – II 5 of 1138 5/2 Polishing treatment for permeate from ETP As per NIT document Total Feed effluent is 10500 m3/day Proposed RO unit in the new ETP shall receive RO
(TECHNICAL) upgradation RO and permeate from proposed including oil treating water and DM water production reject from existing ETP upgradation RO (~2000
tertiary treatment for producing DM water (5000 requirement is 5000 m3/day. Hence it requited 5500 m3/day m3/d). Permeate from this proposed new RO unit
SECTION – 1/3/5
m3/d DM water output) water of Polishing RO feed as per 90 % recovery and permeate from existing ETP upgradation RO
shall be the feed to polishing treatment to produce
Whereas effluent Coming from RO reject + ETP = 4500
DM water (5000 m3/d DM water guaranteed output).
m3/day and if will consider roughly total reject +sludge
generation will get in outlet of thistwo scheme =4000m3/day.
Hence it is required to mix the additional 1500 m3/day water
from Existing ETP Permeate. Pls let us know whether
additional required qty(1500m3/day) is available to us on client
behalf. Further if not, client would like to add the oil treated
water to fulfill additional req.(1500m3/day)? The client would
need to provide a comprehensive water quality report for oil
treating water. Based upon overall criteria, bidder will decide
overall treatment
344. PART – II 5 of 1138 6/6/2 Treatment for Effluent ingress from outside RCF Client to provide effluent characteristics and specify the source Bidder to refer table 2.4, pg. 50 of 1138, Part II of NIT
(TECHNICAL) factory premises-Lamella Clarifier of effluent? for effluent characteristics to lamella clarifier.

SECTION – 1/3/6
345. SECTION – 15 of 1138 4.10/41 Lamella type clarifier for raw water stream Client to provide effluent characteristics and specify the source Bidder to refer table 2.4, pg. 50 of 1138, Part II of NIT
1/4/10)-4.10 of effluent? for effluent characteristics to lamella clarifier.

Table 2.4: Parameters other for raw effluent streams?


346. SECTION – 1/4/10 11 of 1138 4.10 Mechanical Fine Screen Screen -Max. 2 mm Based on Sizing NIT conditions shall prevail.
Spacing
Type: Mechanical Bar

347. SECTION – 1/4/10 15 of 1138 4.10 Hollow fibre, nominal size 0.04 micron, suitable Based on Mass balance NIT conditions shall prevail for membrane
for 120 m3/h feed flow specifications.
Bidder to design UF-1 system to handle maximum
feed flow of 2000 m3/d from ETP upgradation RO.

348. SECTION – 15 of 1138 14.10 Hollow fibre, nominal size 0.04 micron, suitable Based on Mass balance NIT conditions shall prevail for membrane
1/4/10.10 for 32 m3/h feed flow specifications.
Bidder to design UF-2 system to handle maximum
reject flow from RO-1 based on Bidder’s design.
349. PART – II 49 of 1138 4.10 Table 2.1: Parameters of existing ETP The client would need to provide a comprehensive water Bidder to refer table 2.1, pg. 49 of 1138, Part II of NIT.
(TECHNICAL)- 3.1 Upgradation Reverse Osmosis system quality report for existing feed

Table 2.2:
350. PART – II 49 of 1138 4.10 Table 2.2: Stream wise raw effluent parameters The client would need to provide a comprehensive water Bidder to refer table 2.1, pg. 49 of 1138, Part II of NIT.
(TECHNICAL)- 3.1 quality report as this water will be used for feed in RO system
as well as DM water production
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
351. PART – II 49 of 1138 4.10 Table 2.3: Combined effluent for biological The client would need to provide a comprehensive water Bidder to refer table 2.3, pg. 50 of 1138, Part II of NIT.
(TECHNICAL- 3.1) treatment design quality report as this water will be used for feed in RO system
as well as DM water production
(CGP + treated NH3 effluent)
352. PART – II 49 of 1138 4.10 Table 2.4: Parameters other for raw effluent The client would need to provide a comprehensive water Bidder to refer table 2.4, pg. 50 of 1138, Part II of NIT.
(TECHNICAL- 3.1) streams quality report if it is used for DM water production These streams are not to be used directly for DM
water production.
353. PART – II 84 of 1138 12 Flux rate, for plant- 16.7 LMH RO1 Flux rate 16.1 LMH and RO2 RO1 Flux rate 10 NIT conditions shall prevail.
(TECHNICAL)-3/12
354. PART – II 84 of 1138 12 Reverse Osmosis plant Recovery -85% RO1and RO2 Combined Recovery 82 % NIT conditions shall prevail.
(TECHNICAL)-3/12
355. PART – II 84 of 1138 12 Ultrafiltration (UF) plant ultrafiltration (UF) plant- We presume that Overall achievable recovery 85% when NIT conditions shall prevail.
(TECHNICAL)-3/12 95% source of water is effluent and kindly confirm and also prove Bidder to refer table 2.1, pg. 49 of 1138, Part II of NIT
conidial silica value in the stream. for feed parameters to UF system.
356. General - - HFL Kindly provide HFL (High flood level) of site. Contour Map is enclosed in NIT. For HFL refer
Topographical sheet/ Port Harbour data of this area,
if required.
357. General - - Civil drawings Kindly provide the set of Standard Civil drawings. Bidder to submit civil drawings as per their standard
engineering format.
358. General - - Boundary wall / Chain link fencing Kindly clarify the height & type of boundary wall. Whether chain Boundary wall / Chain link fencing is not envisaged
link fencing is to be provided anywhere. around ETP plot “A”.
359. 17 84 17.1 Piping scope of work Kindly provide the details/Layouts of any existing underground Existing underground pipelines are not expected to
pipe line that is required to be dismantled or relocated. be present in Plot “A”.
However, if any underground pipelines are
encountered during execution, such pipes shall be
removed by RCF.
360. Scope of work 7 of 29 4.3 Dismantling work Kindly provide the sections details of any abandoned structure There are no abandoned structures in ETP plot “A”.
in the area of work to ascertain the dismantling required.
361. General - - General query Please provide the tie in point for connecting storm water Bidder to refer clause 1.3, pg. 34 of 1138, Part II of
drainage. Please also confirm MOC of storm water drains NIT for tie-in point for connecting storm water drain.
Storm water drain MOC shall be RCC with precast
covers on top (M30 grade minimum).
362. Plant road & drains 70 of 155 5.0 Road section Kindly confirm the material of construction and typ. Section of Internal roads and pathways within ETP plot “A” shall
Roads, (inside and around battery limit) and Pathways. be as specified under clause 5.1, pg. 755 of 1138,
Part II of NIT.
Bidder to ignore “or Cement concrete road” phrase
mentioned in clause no. 5.1d, Page 755 of 1138.

Clause 1.5, pg. 35 of 1138, bullet point 3rd :


“The complete battery limit area of ETP including
MEE plant shall be RCC paved as per the
specifications given elsewhere in the tender” shall
be treated as deleted.
363. General - - Civil design basis Kindly provide brief Civil Design Basis. Refer section 3.5a & 3.5b, Part II of NIT.
364. General - - Load lifting requirement Kindly clarify whether in which structure EOT shall be required. Requirement & type of crane / lifting equipment shall
& in which structures Monorail shall be required? be as per Bidder’s design.
365. General - - Imported earth Please convey Approx. source or location of bringing imported Bidder to ascertain location for bringing imported
earth to site in case needed for filling works earth to site.
366. General - - Malwa disposal Kindly suggest the following- All debris/Malwa/surplus and unserviceable earth
shall be disposed of by the Contractor as directed by
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
1. Approx. location of disposal site for disposal of debris/ the Owner’s representative within 3km from ETP site
Malwa /surplus & unserviceable earth (if any) inside factory premises.
2. Its distance from the site.
367. General - - Dismantling works Kindly provide the sections details of any abandoned structure There are no abandoned structures in ETP plot “A”.
in the area of work to ascertain the dismantling required.
368. PART – II Page 7 of 80 1.2 PLC based control system Please confirm following Points: Refer annexure no. 7 attached along with
(TECHNICAL) corrigendum.
SECTION – 3.4 a (a) Bidder shall consider PLC based control system for entire
proposed Plant for monitoring & control.
(b) Bidder Shall considered a dedicated Ethernet
communication module, network switch, media converter, LIU,
etc. at ZLD PLC side only for establishing communication with
existing ETP UP-gradation PLC system. Supply, laying of FO
cable & establishment of communication shall be in RCF’s
scope.
(c.). PLC shall be compatible with the existing PLC (Rockwell
Control logix PLC). Bidder shall consider Rockwell Control
logix PLC equivalent or approved Make.
369. PART – II Page 66 of 10.2 - PLC shall be Hot stand-by Controller i.e. Redundant CPU, Refer annexure no. 7 attached along with
(TECHNICAL) 80 Power Supply and Communication Module and Simplex corrigendum.
SECTION – 3.4 a input/output (I/O) modules. Kindly confirm.
370. PART – II Page 61 of 8.9 SCADA Please confirm Scope of CCTV system. If CCTV system is required it will be in the scope of
(TECHNICAL) 76 RCF.
SECTION – 3.4 b
371. PART – II Page11 of 1.3(k)(x) Sr. Owner’s specific requirement It Is mentioned that “contactor controlled motors: Upto 90kW: MCCB/MPCB shall not be considered in place of
(TECHNICAL) 143 No (iii) SFU+OLR+contactor” SFU.
SECTION – 3.3 b
Kindly confirm that MCCB/MPCB can be considered in place
of SFU
372. PART – II Page71 of 2.9.14 Motor starter It Is mentioned that “Upto & Including 75kW: Direct on-line For all motors DOL starting method is envisaged.
(TECHNICAL) 143 starter”. However, Bidder shall ensure that there shall not be
SECTION – 3.3 b any disturbance to other electrical equipment due to
Kindly confirm that all motor shall be run on DOL starter
voltage dip during start of any motor. For this, if
therefore S/D or soft starter is not required.
required, bidder may consider use of soft starter /
Star delta starter.

373. GENERAL - - - Kindly confirm that proposed ETP plant does not come into Bidder to refer cl. 1.10, pg. 41 of 1138, Part II of NIT
hazardous area. for hazardous area classification of project site.
374. Part II-Technical/ 9 of 29 Cl. No. 22 “For Control Room ………….. scope of Request to clarify scope of work for Electrical work like Lighting For lighting system, Refer Clause No 2.16 of NIT on
Section-1 Scope contractor.” Systems, PA system, etc. Please clarify. Page no 102 to 111 of 143.
of Work
For PA System, Refer clause no 2.21.27 of NIT on
Page No 140 of 143.
375. Part\ II-Technical/ 8 of 143 Cl No 1.3 C I, Power Control cable in Urea Plant & New Control Request to provide tentative cable route and various cross Bidder to lay instrument, power and control cables for
Section-3.3 ii Room section of cable rack for estimating cable, cable trays and oil separation units upto 50 m from the battery limit of
Design & iii accessories, cable supports etc. Please provide each unit upto Junction box. Further cable laying and
Specifications – termination upto control system shall be done by
Electrical RCF.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Particular Power supply for DAF units in urea plant will be
Requirement provided from existing nearby panels by RCF.
However, bidder shall provide and install cable tray
upto 50 meter from DAF Battery limit.
376. Part II-Technical/ 10 of 143 Cl. No. 1.3 K i Hazardous Area Layout Request you to provide and confirm hazardous area layout of Bidder to refer cl. 1.10, pg. 41 of 1138, Part II of NIT
Section-3.3 surrounding to New ETP plant & Urea plant where location for for hazardous area classification of project site.
Design new equipment installation are following under hazardous area
Specifications – or not. Same is required for new layout. Please provide.
Electrical
Particular
Requirement
377. Part II-Technical/ 12 of 143 Cl. No. 1.3 L ii For all motors rated 15 KW and above ammeter Ammeters on LCS from 11 KW and above or 15 KW and Ammeter shall be provided on LCS and switchgear
Section-3.3 on LCS shall be provided. above. panel for all motors above and including 15 KW
Design Cl. No. 1.3 M Ammeters in LCS and in switchgear for motors Please Clarify. Rating.
Specifications – Motors ii having rating of 11KW and above)
Electrical
Particular
Requirement
378. Part II-Technical/ 13 of 143 Cl. No. 1.3 N Contactors, equipment/load HRC fuse & Overload relays rating shall be as per Power contactor, switch fuse unit and power circuit
Section-3.3 vi manufacturers cables in all MCC, PCC and power distribution panel
Design recommendation and not one size higher as specified. / boards shall be one size higher than standard
Specifications – Please confirm. recommended size. However, The fuses and
Electrical overload relays shall be as per standard
Particular recommendation by OEM.
Requirement
379. Part II-Technical/ 13 of 143 Cl. No. 1.3 O Removable FRP canopy shall be provided to all Indoor installed motor shall be provided with canopy. Confirmed.
Section-3.3 viii the Motors” Please confirm.
Design
Specifications –
Electrical
Particular
Requirement
380. Part II-Technical/ 16 of 143 Cl. No. 1.3 R “Harmonic distortion measurement at input & For motor rated above 11 kw & on input terminal shall be Confirmed.
Section-3.3 X a) output” measured. Please Confirm
Design
Specifications –
Electrical
Particular
Requirement
381. Part II-Technical/ 17 of 143 Cl. No. 1.3 S “Short Circuit Current Withstand Capacity” Please confirm same shall be applicable only for HT CABLE. Confirmed.
Section-3.3 iii b)
Design
Specifications –
Electrical
Particular
Requirement
382. Part II-Technical/ 17 of 143 Cl. No. 1.3 S Permissible voltage drops as specified below” Please confirm the specified Voltage Drop are from Starter Confirmed.
Section-3.3 iii d) feeder to Motor Terminal.
Design
Specifications –
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Electrical
Particular
Requirement
383. Part II-Technical/ 13 of 143 Cl. No. 1.3 N Contactors, …………equipment/load.” Using 1 step higher contactor shall not meet type 2 NIT Conditions shall prevails.
Section-3.3 vi Para 2 & 3 of Clause “Contactors …….. coordination specified by manufacturers. Hence same is
Design manufacturer” acceptable. Please clarify.
Specifications – 70 of 143 Cl. No. 2.9.12 “The switchgear - …. Type 2 coordination”
Electrical
Particular
Requirement
384. Part II-Technical/ 92 of 143 Cl. No. 2.4.12 “Minimum size …………… for control” As said clause does not include 10 sq mm cable, please clarify For Power cable, Minimum size for aluminium cable
Section-3.3 same shall be copper cable or aluminum cable. is 16 sq mm and For copper cable it shall be 6 sq
Design mm.
Specifications – For control circuit, minimum cable size shall be 2.5
Electrical sq mm copper conductor.
Particular
Requirement
385. Part II-Technical/ 95 of 143 Cl. No. 2.15 The DG set shall be sized to cater to Please clarify whether 75 KW load specified for existing ETP Confirmed.
Section-3.3 upgradation plant is inclusive of other specified load of existing
Design ETP Upgradation load
Specifications –
Electrical
Particular
Requirement
386. Part II-Technical/ 132 of 143 Cl. No. For small motors…………shall be used Based on clause even if the size of cable is 16 sq mm and NIT Conditions shall prevail.
Section-3.3 2.21.16 above shall be copper cable or Aluminum as per other clause.
Design Please clarify.
Specifications –
Electrical
Particular
Requirement
387. Part II-Technical/ 136 of 143 Cl. No. “New control building measuring 100 sq m (10 m As control room will be in existing building, hence this clause Noted okay.
Section-3.3 2.21.22 x 10 m) is not applicable.
Design Please clarify.
Specifications –
Electrical
Particular
Requirement
388. Part II-Technical/ 143 of 143 Cl. No. 2.28 Drawings and Documents to be submitted along Please note – Major equipment’s shall be one of the make Noted.
Section-3.3 with the tender specified in vendor list.
Design As vendor to vendor data gets changed, in view of this
Specifications – complete data sheet duly filled is not possible.
Electrical However we will submit Block diagram of power system,
Particular Tentative Electrical Load list, Max Demand Calculation etc.
Requirement Other documents shall be submitted during detail engineering.
Also note that all equipment’s supplied shall confirm to
specification and in line with relevant BIS and as per
manufacturer’s standard. Please confirm.
389. Part 2 3 of 29 Introduction Technical scope of work The RO reject water (1,750 m3/day) in technical section and in Bidder shall consider all flows to the ETP – RO reject
Schematic Flow diagram no – NJSEI/245/RCF/SFD/002 – water, treated ammonical effluent and effluent from
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
Flow from ETP UPGRADATION Projected is 2000m3/day. chemical group of plants – with 20% buffer quantity
Please clarify over indicated values, to achieve DM Water output of
5000 m3/d.

390. Part 2 MEE section Please provide the Pressure and Quantity of Steam available Bidder to refer cl. 2.3.1, pg. 51 of 1138, Part II of NIT
for MEE operation. for available steam pressures.
Quantity of steam are required temperature &
pressure shall be specified by Bidder as per Bidder’s
design of MEE & ATFD.
391. Part 2 Schematic Cooling tower Hope its existing cooling tower in RCF is indicated in the Cooling tower for MEE & ATFD in ETP shall be in
flow diagram Schematic flow diagram. It’s a new requirement in the scope Bidder’s scope.
of contractor.
392. Part 2 8 of 1138 New Control Room proposed in ETP Please confirm whether all the civil works like merging existing Bidder to refer pt. no. 20 & 22, pg. 8 & 9 of 1138, Part
offices/Scada room shall be carried out by RCF. II of NIT.
393. Part 2 8 of 1138 4.3 Scope of Operation supervisors and maintenance personnel shall be Bidder shall provide manpower required for
Work and arranged by the bidder during commissioning, trial and operation of plant during commissioning, trial runs,
services performance test runs. This is in contrast. guarantee tests up to Preliminary Acceptance.
Introduction To Bidders 13.3.1 Bidder shall provide manpower
required for operation of plant during commissioning, trial runs,
guarantee tests up to Preliminary Acceptance.
Please clarify the same
394. RCF/Proj/ETP/2 3 of 29 Introduction Design flow Design flow for Proposed plant is mentioned 5000 m3/Day in Bidder shall consider all flows to the ETP – RO reject
024/01/Sec. 1.0 the tender document. water, treated ammonical effluent and effluent from
Which Consist of following flows chemical group of plants – with 20% buffer quantity
1. RO Reject= 1750 m3/day over indicated values, to achieve DM Water output of
2. Treated Ammoniacal Effluent=2000 m3/day 5000 m3/d.
3. Chemical Group of Plant= 500 m3/day
After addition of above flow and adding buffer 20 % as per
tender document design flow is coming as 5100 m3/day (
((1750+2000+500)
*1.20)=5100 ).
So kindly confirm the flow.
395. RCF/Proj/ETP/2 General Kindly Provide the Operating hours to design DM Plant. Bidder to design DM plant to achieve 5000 m3/d DM
024/01 water output.
396. RCF/Proj/ETP/2 6 of 42 Flows and Inlet parameter (oil) Oil Removal System is shown in PFD Bidder to consider 50% free oil and 50% emulsified
024/01/Sec. 3.1 pollutant Kindly Provide the breakup for Emulsified oil and Free oil for oil for design of oil removal system.
loads all the effluent streams for design Purpose.
397. Inlet parameter (silica) At the Inlet parameter, Breakup for Colloidal silica and Bidder to refer table 2.1, pg. 49 of 1138, Part II of NIT.
Reactive silica are not
given in the tender document.
Kindly provide the same for design purpose.
398. Inlet parameter Kindly provide the Max/Min/Avg. TDS breakup for Chemical Bidder to refer table 2.2, pg. 49 & 50 of 1138, Part II
group of Plant of NIT.
(CGP) and Treated NH3 effluent as per below table
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.

399. Table 2.4: Parameters other for raw effluent In Table 2.4, Inlet effluent to Lamella Separator is given but it In case of conflict, technical specifications indicated
streams is not shown in P&ID as well as in PFD. in SOW shall supersede those given in P&ID.
Kindly Confirm the same.
400. Major process units comprising the scheme This Stream (Treatment for Effluent ingress from outside RCF In case of conflict, technical specifications indicated
factory premises) is not shown in P&ID as well as in PFD. in SOW shall supersede those given in P&ID.
Kindly Confirm the inlet parameter and Design Flow for same.
401. RCF/Proj/ETP/2 6 of 80 vii. All limit switches shall be proximity sensor type In motorized valve & pneumatic valve, limit switch shall be as NIT conditions shall prevail
024/01/Sec. 3.4a per OEM std. i.e. mechanical type
402. RCF/Proj/ETP/2 6 of 80 xi. All Contacts shall be Gold Plated 2 SPDT. All Contacts shall be silver Plated NIT conditions shall prevail
024/01/Sec.
3.4a
403. RCF/Proj/ETP/2 66 of 80 Controller loading shall not exceed more than Kindly allow 60% loading. NIT conditions shall prevail
024/01/Sec. 50% (hardware and software load of controller)
3.4a in any case, after implementation of complete
project and running at peak load. In case more
controllers are required to meet 50% loading
criteria, bidder to include additional controllers
without any cost implication
404. There shall be some signal exchange between Kindly provide distance between new PLC system & existing Refer pg. nos. 998 & 999 of 1138 of Part II of NIT.
the new PLC based system with the existing PLC system
PLC system of ETP-Upgradation
405. Vendor PLC: Hot standby PLC with panel Generally Vendor packaged system shall be as per OEM std. Refer annexure no. 7 attached along with
mounted 16” HMI for each vendor package – i.e. nonredundant PLC with 6” HMI. Kindly confirm the same. corrigendum.
Reverse Osmosis plant & Evaporation plant
406. All vendor supplied control system packages shall Generally Vendor packaged system shall be as per OEM std. Refer annexure no. 7 attached along with
be equipped with redundant PLC system i.e. nonredundant PLC with 6” HMI. Kindly confirm the same. corrigendum.
with redundant power supply modules and
redundant communication to the main plant PLC
based SCADA system. All vendor supplied control
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
system shall include a minimum 16 ” panel HMI
and display the process screens for that particular
package and associated instrumentation system
along with the process & control interlocks.
407. Note-1: One number of control panel with Kindly allow to consider 10% recommended spare Refer annexure no. 7 attached along with
complete accessories, control equipment shall be components of each type instead of complete one number corrigendum.
supplied as spare. The spares so supplied shall spare panel
be supplied completely wired.
408. The SCADA software shall be of minimum five Kindly allow to consider SCADA tags as per process Refer annexure no. 7 attached along with
lakh tags version requirement including 20% spare tags. corrigendum.
409. Existing ETP Upgradation SCADA screens shall We will provide interface facility between existing PLC & new Refer annexure no. 7 attached along with
be viewed and controlled from the new SCADA PLC over Ethernet for data exchange. We will not considered corrigendum.
stations. any software & hardware upgradation work of existing PLC
system. Kindly confirm
410. Cement: We consider the Ordinary Portland cement for the proposed NIT conditions shall prevail.
The Contractor shall procure minimum 43/53 work
grade cement, unless otherwise stated separately
confirming to IS specifications, ordinary Portland
cement, as required in the work, only from reputed
manufacturers such as L&T Ultra-tech, ACC,
Gujarat Ambuja, Cement Corporation of India,
etc.
411. Geo-tech reports provided at Section 6.0 are for Please provide the Soil investigation report including the Soil investigation report including the
reference purpose only. Contractor to carry out recommendation for the type of foundation (Inputs missing in recommendation for the type of foundation is given in
topographical survey and detailed geotechnical attached report) NIT. However, type of foundation for various
investigation studies at the ETP plot before structures shall be based on recommendations given
commencing their structural design Report On in Bidder’s own soil investigation report.
Geotechnical Investigation For
412. BH2 _Water Table - One points in which the water As per the Bore hole log there is no water table found. Kindly NIT conditions shall prevail.
table was not encountered in the Given drilling confirm.
depth
413. Concrete tanks and other liquid retaining Kindly confirm the recommendation for design for liquid NIT conditions shall prevail.
structures shall be designed either as un-cracked retaining structure.
sections in accordance with the recommendation
of IS 3370 or using limit state design for reinforced
concrete in accordance with IS 3370 with a design
crack width of 0.1 mm.
The design must also take into account cracking
due to shrinkage, the amount, size and spacing of
reinforcement must be adequate for strength and
serviceability for shrinkage effects
414. Reinforcing bars shall be of minimum grade Fe We consider the CRS, kindly confirm Reinforcing bars shall be of minimum grade Fe 500 /
500 / Fe 500D Corrosion Resistant Steel (CRS) Fe 500D Corrosion Resistant Steel (CRS) type steel
conforming to IS 1786 or Fe 500/Fe 500D with conforming to IS 1786 only. Fusion bonded epoxy
fusion bonded epoxy coating. coated steel bars shall not be used.
Bidder to ignore references to “fusion bonded epoxy
coating” for reinforcing bars wherever mentioned in
NIT.
415. b) In all liquid retaining reinforced concrete Kindly confirm the grade of concrete for liquid retaining str. & NIT conditions shall prevail.
structures, concrete shall be of a minimum M40 other structure.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
grade and M30 grade for other structures with a Bidder to note that compressive strength testing of
maximum 20 mm aggregate size specimens during concreting at site shall be carried
out as per IS 456:2000.
416. Regarding blasting at site As per the site condition and soil report, kindly confirm whether Bidder to refer cl. 2.3.3, pg. 711 of 1138, Part II of
the blasting is allowed at site as per the design requirement. NIT.
417. Piping isometric drawings Kindly specify the format for 2D drawing Bidder to submit drawings in their own standard
format. Specific formats if required shall be decided
during detailed engineering.
418. Existing pipe-rack layout is marked in layout Kindly clarify if the pipes are to be laid on Sleepers of Pipe Bidder to design pipe support system in consultation
submitted by RCF. Any additional supports support / T-Post. with RCF.
required, extension of any existing pipe-rack Also share the drawing of existing pipe rack along with
supports, both ISBL & OSBL of new ETP project allowable load, enabling us to decide the level of pipes in case
shall be in the scope of LSTK contractor. we use any extension.
419. Piing stress – flexibility report Kindly specify the software to be used. Bidder may use Caesar-II software for piping stress
analysis.
420. Chemical pipework shall be secured to racks or Kindly Elaborate. NIT clause is self-explanatory.
trays. It shall be arranged to facilitate
maintenance and removal of individual runs
without dismantling adjacent pipes.
421. Pipe rack clear height above main roads, internal Kindly specify the Clear Height for Pipe support/ Pipe Rack Clear Height for Pipe support/ Pipe Rack within the
roads shall be suitable decided to facilitate within the plant area. plant area shall be 2.2m minimum.
movement of crane/ hydra/ other vehicles,
required for plant operation & maintenance. Clear
height for crane movement shall be considered
5.0 meter (minimum).
422. Pipe support We understand that cthe bidder is free to decide the Pipe Bidder shall plan pipe supports considering good
support pof pipes i.e Bidder is free to lay the pipes on Sleepers/ engineering practice, site constraints and in
Goal Post/ T Post / Pipe Rack. consultation with RCF during detailed engineering.
Kindly Confirm
423. Tie in point Kindly share the Tie In Point Location for all the pipes. Refer annexure no. 5 attached along with
corrigendum for co-ordinates of tie-in points.
424. Pipe specification Kindly specify the type of Pipe required i.e. ERW or Seamless Refer annexure no. 6 attached with corrigendum.
for SS & MS pipe.
Also share the detail pipe spec for different MOC, showing
details of pipes, fittings, flanges etc.
425. Pipe specification Kindly provide the specification for wrapping and coating and Bidder to refer cl. 17.3, pg. 178 of 1138, Part II pf NIT
hot insulation. for pipe wrapping.
Bidder to refer cl. 18, pg. 182 of 1138, Part II of Nit
for insulation specifications.
426. Radiography test Kindly provide percentage of radiography to be considered. Bidder shall consider 10% of shop-fabricated pipes
and 100% of site fabricated pipes for radiography
427. Piping support standard Kindly provide the piping support standard to be followed. Bidder shall design piping supports as per latest
versions of IS codes.
428. Piping layout Kindly provide above and underground piping layout. Piping layout for ETP and other battery limit area
shall be as per Bidder’s design.
RESPONSE TO PREBID QUERIES
EFFLUENT TREATMENT PLANT PROJECT AT RCF, THAL
RCF/Proj/ETP/2024/01

CLAUSE
fSL. NO. PART / SECTION PAGE NO. SUBJECT BIDDER’S QUERY OWNER’S REPLY
NO.
429. Existing / Underground Pipes We understand that there are no existing / underground pipe Existing underground pipelines are not expected to
in the plant area. In case there are any such pipes, kindly share be present in Plot “A”.
the drawings. However, if any underground pipelines are
encountered during execution, such pipes shall be
removed by RCF.
430. Additional clause Instrumentation and Auto Diversion facility on DM Refer annexure no. 7 attached along with
water production line corrigendum.
431. Additional
A clause Engineering station/ operator station Refer annexure no. 7 attached along with
specifications corrigendum.
432. Additional clause Mandatory spares for control valves Refer annexure no. 8 attached along with
corrigendum.

You might also like