164
REQUEST FOR PROPOSAL OF ESTABLISHMENT OF CENTRALISED DEMINERALISED WATER PLANT AT ISRO PROPULSION COMPLEX Specification, Executive summary and Terms & Conditions February, 2020 ISRO Propulsion Complex Indian Space Research Organization Department of Space, Government of India Mahendragiri - 627133 Tirunelveli District, Tamil Nadu State, India

Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

REQUEST FOR PROPOSAL

OF

ESTABLISHMENT OF

CENTRALISED DEMINERALISED WATER PLANT AT

ISRO PROPULSION COMPLEX

Specification, Executive summary and

Terms & Conditions

February, 2020

ISRO Propulsion Complex

Indian Space Research Organization

Department of Space, Government of India

Mahendragiri - 627133

Tirunelveli District, Tamil Nadu State, India

Page 2: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

CONTENTSSection No. Description Page No.

GLOSSARY OF ACRONYMS i - iv1 INTRODUCTION………………………………………….. 12 LOCATION AND LAYOUT………………………………. 3

2.1 Geographical location……………………………………... 3

2.2 Site location plan…………………………………………... 4

2.3 Block diagram, Plant layout &Scheme…………………. 4

2.4 Climatic condition………………………………………….. 4

3 SCOPE……………………………………………………… 53.1 Scope of Department……………………………………… 5

3.2 Scope of Contractor……………………………………….. 7

4 PRE-QUALIFICATION CRITERIA………………………. 144.1 Technical Competence……………………………………. 14

4.2 Financial Competence…………………………………….. 14

5 REQUIREMENT AND SPECIFICATION……………….. 145.1 Specification of Raw water and Products……………….. 14

5.2 Salient requirements of DM water plant…………………. 16

5.3 Design and Sizing…………………………………………. 16

5.4 Operation and maintenance……………………………… 18

5.5 Effluent treatment………………………………………….. 19

5.6 Safety……………………………………………………….. 20

5.7 Salient features of sub-systems………………………….. 20

5.8 Vendor directory of Sub-systems of Plant………………. 22

6 TERMS AND CONDITIONS……………………………… 236.1 Contract Structure…………………………………………. 23

6.2 Security deposit……………………………………………. 26

6.3 Price and payment term…………………………………… 26

6.4 Execution period…………………………………………… 31

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

CONTENTSSection No. Description Page No.

GLOSSARY OF ACRONYMS i - iv1 INTRODUCTION………………………………………….. 12 LOCATION AND LAYOUT………………………………. 3

2.1 Geographical location……………………………………... 3

2.2 Site location plan…………………………………………... 4

2.3 Block diagram, Plant layout &Scheme…………………. 4

2.4 Climatic condition………………………………………….. 4

3 SCOPE……………………………………………………… 53.1 Scope of Department……………………………………… 5

3.2 Scope of Contractor……………………………………….. 7

4 PRE-QUALIFICATION CRITERIA………………………. 144.1 Technical Competence……………………………………. 14

4.2 Financial Competence…………………………………….. 14

5 REQUIREMENT AND SPECIFICATION……………….. 145.1 Specification of Raw water and Products……………….. 14

5.2 Salient requirements of DM water plant…………………. 16

5.3 Design and Sizing…………………………………………. 16

5.4 Operation and maintenance……………………………… 18

5.5 Effluent treatment………………………………………….. 19

5.6 Safety……………………………………………………….. 20

5.7 Salient features of sub-systems………………………….. 20

5.8 Vendor directory of Sub-systems of Plant………………. 22

6 TERMS AND CONDITIONS……………………………… 236.1 Contract Structure…………………………………………. 23

6.2 Security deposit……………………………………………. 26

6.3 Price and payment term…………………………………… 26

6.4 Execution period…………………………………………… 31

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

CONTENTSSection No. Description Page No.

GLOSSARY OF ACRONYMS i - iv1 INTRODUCTION………………………………………….. 12 LOCATION AND LAYOUT………………………………. 3

2.1 Geographical location……………………………………... 3

2.2 Site location plan…………………………………………... 4

2.3 Block diagram, Plant layout &Scheme…………………. 4

2.4 Climatic condition………………………………………….. 4

3 SCOPE……………………………………………………… 53.1 Scope of Department……………………………………… 5

3.2 Scope of Contractor……………………………………….. 7

4 PRE-QUALIFICATION CRITERIA………………………. 144.1 Technical Competence……………………………………. 14

4.2 Financial Competence…………………………………….. 14

5 REQUIREMENT AND SPECIFICATION……………….. 145.1 Specification of Raw water and Products……………….. 14

5.2 Salient requirements of DM water plant…………………. 16

5.3 Design and Sizing…………………………………………. 16

5.4 Operation and maintenance……………………………… 18

5.5 Effluent treatment………………………………………….. 19

5.6 Safety……………………………………………………….. 20

5.7 Salient features of sub-systems………………………….. 20

5.8 Vendor directory of Sub-systems of Plant………………. 22

6 TERMS AND CONDITIONS……………………………… 236.1 Contract Structure…………………………………………. 23

6.2 Security deposit……………………………………………. 26

6.3 Price and payment term…………………………………… 26

6.4 Execution period…………………………………………… 31

Page 3: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

Section No. Description Page No.6.5 Sourcing of materials and services………………………. 34

6.6 Inspection…………………………………………………… 35

6.7 Delivery……………………………………………………… 37

6.8 Insurance……………………………………………………. 39

6.9 Compliance with standards……………………………….. 39

6.10 System Performance………………………………………. 39

6.11 Warranty…………………………………………………….. 40

6.12 Documentation……………………………………………… 41

6.13 Confidentiality………………………………………………. 44

6.14 Indemnity against Infringement of Regulation………… 45

6.15 Settlement of dispute………………………………………. 45

6.16 Jurisdiction and applicable law…………………………… 46

6.17 Language and measure…………………………………… 46

6.18 Limitation of liability………………………………………… 46

7 CONTRACTOR’s FUNCTION……………………………. 477.1 Execution of work………………………………………….. 47

7.2 Supply of Tools, Tackles and Other materials………….. 48

7.3 Protection of work………………………………………….. 49

7.4 Coordination with other contractors and interfacing of

work………………………………………………………….. 50

7.5 Site personnel………………………………………………. 50

7.6 Employment of labour……………………………………… 51

7.7 Reporting……………………………………………………. 51

7.8 Clean-up of work site………………………………………. 51

7.9 First aid……………………………………………………… 52

7.10 Working and safety regulations………………………….. 52

7.11 Electrical safety regulations……………………………….. 53

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

Section No. Description Page No.6.5 Sourcing of materials and services………………………. 34

6.6 Inspection…………………………………………………… 35

6.7 Delivery……………………………………………………… 37

6.8 Insurance……………………………………………………. 39

6.9 Compliance with standards……………………………….. 39

6.10 System Performance………………………………………. 39

6.11 Warranty…………………………………………………….. 40

6.12 Documentation……………………………………………… 41

6.13 Confidentiality………………………………………………. 44

6.14 Indemnity against Infringement of Regulation………… 45

6.15 Settlement of dispute………………………………………. 45

6.16 Jurisdiction and applicable law…………………………… 46

6.17 Language and measure…………………………………… 46

6.18 Limitation of liability………………………………………… 46

7 CONTRACTOR’s FUNCTION……………………………. 477.1 Execution of work………………………………………….. 47

7.2 Supply of Tools, Tackles and Other materials………….. 48

7.3 Protection of work………………………………………….. 49

7.4 Coordination with other contractors and interfacing of

work………………………………………………………….. 50

7.5 Site personnel………………………………………………. 50

7.6 Employment of labour……………………………………… 51

7.7 Reporting……………………………………………………. 51

7.8 Clean-up of work site………………………………………. 51

7.9 First aid……………………………………………………… 52

7.10 Working and safety regulations………………………….. 52

7.11 Electrical safety regulations……………………………….. 53

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

Section No. Description Page No.6.5 Sourcing of materials and services………………………. 34

6.6 Inspection…………………………………………………… 35

6.7 Delivery……………………………………………………… 37

6.8 Insurance……………………………………………………. 39

6.9 Compliance with standards……………………………….. 39

6.10 System Performance………………………………………. 39

6.11 Warranty…………………………………………………….. 40

6.12 Documentation……………………………………………… 41

6.13 Confidentiality………………………………………………. 44

6.14 Indemnity against Infringement of Regulation………… 45

6.15 Settlement of dispute………………………………………. 45

6.16 Jurisdiction and applicable law…………………………… 46

6.17 Language and measure…………………………………… 46

6.18 Limitation of liability………………………………………… 46

7 CONTRACTOR’s FUNCTION……………………………. 477.1 Execution of work………………………………………….. 47

7.2 Supply of Tools, Tackles and Other materials………….. 48

7.3 Protection of work………………………………………….. 49

7.4 Coordination with other contractors and interfacing of

work………………………………………………………….. 50

7.5 Site personnel………………………………………………. 50

7.6 Employment of labour……………………………………… 51

7.7 Reporting……………………………………………………. 51

7.8 Clean-up of work site………………………………………. 51

7.9 First aid……………………………………………………… 52

7.10 Working and safety regulations………………………….. 52

7.11 Electrical safety regulations……………………………….. 53

Page 4: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

Section No. Description Page No.8 RIGHTS OF DEPARTMENT……………………………… 55

8.1 Changes and modifications to specifications and

qualitative requirements…………………………………… 55

8.2 Illustration and explanation of plans…………………….. 55

8.3 Direction of work…………………………………………… 56

8.4 Ordering modifications of methods and equipments…… 56

9 SAFETY, RELIABILITY AND QUALITY ASSURANCE. 579.1 Safety assurance plan……………………………………. 57

9.2 Quality assurance…………………………………………. 57

10 INSTRUCTION TO BIDDER……………………………… 5810.1 Scope of work………………………………………………. 58

10.2 Pre-bid meeting…………………………………………….. 58

10.3 Execution period…………………………………………… 59

10.4 Validity………………………………………………………. 59

10.5 Rejection of Bid…………………………………………….. 59

10.6 Form of Bid………………………………………………….. 59

10.7 Online bid submission…………………………………….. 60

10.8 MOU Format………………………………………………... 62

10.9 NDA Format………………………………………………… 63

11 ANNEXURES11.1 Annexure 1 : Diagrams

11.2 Annexure 2 : Specification of DM Water storage tanks

11.3 Annexure 3 : Specification of High pressure GN2 storage cylinders

11.4 Annexure 4 : Specification of Facility fluid circuits

11.5 Annexure 5 : Specification of Mechanical evaporator (Spray dryer)

11.6 Annexure 6 : Specification of Laboratory equipments

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

Section No. Description Page No.8 RIGHTS OF DEPARTMENT……………………………… 55

8.1 Changes and modifications to specifications and

qualitative requirements…………………………………… 55

8.2 Illustration and explanation of plans…………………….. 55

8.3 Direction of work…………………………………………… 56

8.4 Ordering modifications of methods and equipments…… 56

9 SAFETY, RELIABILITY AND QUALITY ASSURANCE. 579.1 Safety assurance plan……………………………………. 57

9.2 Quality assurance…………………………………………. 57

10 INSTRUCTION TO BIDDER……………………………… 5810.1 Scope of work………………………………………………. 58

10.2 Pre-bid meeting…………………………………………….. 58

10.3 Execution period…………………………………………… 59

10.4 Validity………………………………………………………. 59

10.5 Rejection of Bid…………………………………………….. 59

10.6 Form of Bid………………………………………………….. 59

10.7 Online bid submission…………………………………….. 60

10.8 MOU Format………………………………………………... 62

10.9 NDA Format………………………………………………… 63

11 ANNEXURES11.1 Annexure 1 : Diagrams

11.2 Annexure 2 : Specification of DM Water storage tanks

11.3 Annexure 3 : Specification of High pressure GN2 storage cylinders

11.4 Annexure 4 : Specification of Facility fluid circuits

11.5 Annexure 5 : Specification of Mechanical evaporator (Spray dryer)

11.6 Annexure 6 : Specification of Laboratory equipments

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

Section No. Description Page No.8 RIGHTS OF DEPARTMENT……………………………… 55

8.1 Changes and modifications to specifications and

qualitative requirements…………………………………… 55

8.2 Illustration and explanation of plans…………………….. 55

8.3 Direction of work…………………………………………… 56

8.4 Ordering modifications of methods and equipments…… 56

9 SAFETY, RELIABILITY AND QUALITY ASSURANCE. 579.1 Safety assurance plan……………………………………. 57

9.2 Quality assurance…………………………………………. 57

10 INSTRUCTION TO BIDDER……………………………… 5810.1 Scope of work………………………………………………. 58

10.2 Pre-bid meeting…………………………………………….. 58

10.3 Execution period…………………………………………… 59

10.4 Validity………………………………………………………. 59

10.5 Rejection of Bid…………………………………………….. 59

10.6 Form of Bid………………………………………………….. 59

10.7 Online bid submission…………………………………….. 60

10.8 MOU Format………………………………………………... 62

10.9 NDA Format………………………………………………… 63

11 ANNEXURES11.1 Annexure 1 : Diagrams

11.2 Annexure 2 : Specification of DM Water storage tanks

11.3 Annexure 3 : Specification of High pressure GN2 storage cylinders

11.4 Annexure 4 : Specification of Facility fluid circuits

11.5 Annexure 5 : Specification of Mechanical evaporator (Spray dryer)

11.6 Annexure 6 : Specification of Laboratory equipments

Page 5: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water Plant

IPRC, Mahendragiri

i

GLOSSARY OF ACRONYMS

Acronym Expanded Form

API American Petroleum Institute

ASME American Society of Mechanical Engineers

ASTM American Society for Testing and Materials

BG Bank Guarantee

BIS Bureau of Indian Standards

BL Bill of Lading

BOM Bill of Materials

BS British Standard

BSP British Standard Pipe (thread)

CD Compact Disc

CENELEC Commission of European Nations on Electro-technical Standardization

CS Carbon Steel

DB Distribution Board

DC Delivery Challan

DER Detail Engineering Review

DG Diesel Generator

DMW De-Mineralized Water

DN Diameter Nominal

DO Dissolved Oxygen

DPT Dye Penetrant Test

EP Electro Pneumatic

Page 6: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water Plant

IPRC, Mahendragiri

ii

GLOSSARY OF ACRONYMS

Acronym Expanded Form

FIM Free Issue Material

FGL Finished Ground Level

FPS Fire Protection System

GAD General Arrangement Drawing

GLR Ground Level Reservoir

GN2 Gaseous Nitrogen

GST Goods and Services Tax

GTAW Gas Tungsten Arc Welding

HRSCC

High Rate Solid Contact Clarifier

ID Inner Diameter

IPRC ISRO Propulsion Complex

IS Indian Standard

ISO International Organization for Standardization

ISRO Indian Space Research Organization

LD Liquidated Damage

MAWP Maximum Allowable Working Pressure

MEOP Maximum Expected Operating Pressure

MS Mild Steel

MSL Mean Sea Level

MSME Micro, Small and Medium Enterprises

NC Normally Closed

Page 7: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water Plant

IPRC, Mahendragiri

iii

GLOSSARY OF ACRONYMS

Acronym Expanded Form

NDT Non-Destructive Technique

NEC National Electrical Code (USA)

NH National Highway

NO Normally Open

NPT(F) (American) National Pipe Thread (Female)

NPT(M) (American) National Pipe Thread (Male)

OD Outside Diameter

OHSAS Occupational Health and Safety Assessment Series

O2 Oxygen

P&ID Process and Instrumentation Diagram

PBG Performance Bank Guarantee

PCC Plain Cement Concrete

PCD Pitch Circle Diameter

PDI Pre-Delivery Inspection

PDP Power Distribution Panel

PERT Programme Evaluation and Review Technique

PESO Petroleum and Explosives Safety Organization

PPE Personal Protective Equipment

PQ Pre-Qualification

PSE Public Sector Enterprises

PTFE Poly Tetra Fluoro Ethylene

Page 8: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water Plant

IPRC, Mahendragiri

iv

GLOSSARY OF ACRONYMS

Acronym Expanded Form

PU Polyurethane

PUF Poly Urethane Foam

QAP Quality Assurance Plan

QC Quality Control

RCC Reinforced Cement Concrete

RCM Resident Construction Manager

RF Raised Face

RFP Request For Proposal

SD Security Deposit

SRG System Reliability Group

SS Stainless Steel

SWG Standard Wire Gauge

TCB Techno-Commercial Bid

TNPCB Tamil Nadu Pollution Control Board

TPI Third Party Inspection

ZLD Zero Liquid Discharge

Page 9: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[1]

1 INTRODUCTION

ISRO Propulsion Complex (IPRC), Indian Space Research Organization(ISRO), Department of Space, Government of India, Mahendragiri 627133,Tirunelveli District, Tamil Nadu State, India (hereinafter referred to as“Department”) intends to establish a Centralized De-mineralized waterPlant(CDMP) at their premises. The DM water is intended to be used in thetest activities pertaining to propulsion systems of ISRO’s launch vehicles forpeaceful purpose.

The major specification of the requirements is enumerated in the followingsections. The “Centralized DM water plant” is meant for producing De-Mineralized (DM) water at the rate of 2 m3 per hour with stipulated quality. Inthis, a small quantity of DM water is to be converted as Dissolved Oxygen(DO) free water using an Oxygen scavenger which is an intermittentrequirement.

The Department hereby issues this Request for Proposal (RFP) documentto the Capable Bidders. The Department will organize a pre-bid meeting withthe Bidders to facilitate proper understanding of the requirements andassessing the site conditions. The Bidder’s participation in the pre-bidmeeting is mandatory and non-participation will lead to disqualificationof their bid. The bidder shall participate in the pre-bid meeting in personat IPRC or through Teleconference/ Video Conference (VC) at thestipulated date & time. The Bidders shall submit the bids in 2 (Two) partsviz. (i) Techno-commercial (non-priced) bid and (ii) Price bid. The Departmentwill initially open the techno-commercial bids and if necessary at their owndiscretion, organize post-bid techno-commercial meeting with the Bidders.The Department will initially evaluate the techno-commercial bids and shortlistthe suitable Bidders whose techno-commercial bids are compliant with theRFP specification and place them on equal footing. The Department will openthe price bids of the qualified Bidders only, hold post-bid price discussion, ifnecessary at their own discretion, and award the Contract based on thelowest-priced bid.

The execution period reckoned from signing of the Contract to finalacceptance of plant and sub systems is 12 months. The Bidders are advisedto take utmost care in studying the nature of work and plan adequate &

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[1]

1 INTRODUCTION

ISRO Propulsion Complex (IPRC), Indian Space Research Organization(ISRO), Department of Space, Government of India, Mahendragiri 627133,Tirunelveli District, Tamil Nadu State, India (hereinafter referred to as“Department”) intends to establish a Centralized De-mineralized waterPlant(CDMP) at their premises. The DM water is intended to be used in thetest activities pertaining to propulsion systems of ISRO’s launch vehicles forpeaceful purpose.

The major specification of the requirements is enumerated in the followingsections. The “Centralized DM water plant” is meant for producing De-Mineralized (DM) water at the rate of 2 m3 per hour with stipulated quality. Inthis, a small quantity of DM water is to be converted as Dissolved Oxygen(DO) free water using an Oxygen scavenger which is an intermittentrequirement.

The Department hereby issues this Request for Proposal (RFP) documentto the Capable Bidders. The Department will organize a pre-bid meeting withthe Bidders to facilitate proper understanding of the requirements andassessing the site conditions. The Bidder’s participation in the pre-bidmeeting is mandatory and non-participation will lead to disqualificationof their bid. The bidder shall participate in the pre-bid meeting in personat IPRC or through Teleconference/ Video Conference (VC) at thestipulated date & time. The Bidders shall submit the bids in 2 (Two) partsviz. (i) Techno-commercial (non-priced) bid and (ii) Price bid. The Departmentwill initially open the techno-commercial bids and if necessary at their owndiscretion, organize post-bid techno-commercial meeting with the Bidders.The Department will initially evaluate the techno-commercial bids and shortlistthe suitable Bidders whose techno-commercial bids are compliant with theRFP specification and place them on equal footing. The Department will openthe price bids of the qualified Bidders only, hold post-bid price discussion, ifnecessary at their own discretion, and award the Contract based on thelowest-priced bid.

The execution period reckoned from signing of the Contract to finalacceptance of plant and sub systems is 12 months. The Bidders are advisedto take utmost care in studying the nature of work and plan adequate &

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[1]

1 INTRODUCTION

ISRO Propulsion Complex (IPRC), Indian Space Research Organization(ISRO), Department of Space, Government of India, Mahendragiri 627133,Tirunelveli District, Tamil Nadu State, India (hereinafter referred to as“Department”) intends to establish a Centralized De-mineralized waterPlant(CDMP) at their premises. The DM water is intended to be used in thetest activities pertaining to propulsion systems of ISRO’s launch vehicles forpeaceful purpose.

The major specification of the requirements is enumerated in the followingsections. The “Centralized DM water plant” is meant for producing De-Mineralized (DM) water at the rate of 2 m3 per hour with stipulated quality. Inthis, a small quantity of DM water is to be converted as Dissolved Oxygen(DO) free water using an Oxygen scavenger which is an intermittentrequirement.

The Department hereby issues this Request for Proposal (RFP) documentto the Capable Bidders. The Department will organize a pre-bid meeting withthe Bidders to facilitate proper understanding of the requirements andassessing the site conditions. The Bidder’s participation in the pre-bidmeeting is mandatory and non-participation will lead to disqualificationof their bid. The bidder shall participate in the pre-bid meeting in personat IPRC or through Teleconference/ Video Conference (VC) at thestipulated date & time. The Bidders shall submit the bids in 2 (Two) partsviz. (i) Techno-commercial (non-priced) bid and (ii) Price bid. The Departmentwill initially open the techno-commercial bids and if necessary at their owndiscretion, organize post-bid techno-commercial meeting with the Bidders.The Department will initially evaluate the techno-commercial bids and shortlistthe suitable Bidders whose techno-commercial bids are compliant with theRFP specification and place them on equal footing. The Department will openthe price bids of the qualified Bidders only, hold post-bid price discussion, ifnecessary at their own discretion, and award the Contract based on thelowest-priced bid.

The execution period reckoned from signing of the Contract to finalacceptance of plant and sub systems is 12 months. The Bidders are advisedto take utmost care in studying the nature of work and plan adequate &

Page 10: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[2]

suitable resources to execute the Contract within the stipulated period whilesubmitting the bids.

Detailed technical specification, scope of work and other requirement aregiven in this RFP document.

Some of the key terminologies used in this document are defined as follows:

“Department” shall mean and include the President of India actingthrough the Director, IPRC and any representative(s) of the Departmentduly authorized on his/ her behalf.

“Contractor” shall mean the individual or firm or company whetherincorporated or not chosen by the Department among the Bidders to thisRFP, undertaking the work and shall include the legal personalrepresentatives of such individuals or the persons composing such firmor company or the successors of such firm or company and the permittedassignee of such individual or firm(s) or company.

“Party” shall mean any signatory to the Contract i.e. Department orContractor or both.

“Sub-contractor” shall mean individual or firm or company whom theContractor engages for outsourcing certain service(s) related to theContract.

“Sub-vendor” shall mean individual or firm or company from whom theContractor purchases certain material(s) related to the Contract.

“Contract” shall mean the formal agreement to be executed between thePresident of India and the successful based on the documents formingthis RFP and any other mutual agreement and together with thedocuments as referred to therein including the specifications, designs,drawings and instructions issued from time to time by the Department.

“Date of Contract” shall mean the date on which the Contract becomeseffective with signing by all the Parties.

“Site” shall mean the place at Mahendragiri on which work is to beexecuted under the Contract which is to be allotted by the Department forthe purpose of carrying out the work.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[2]

suitable resources to execute the Contract within the stipulated period whilesubmitting the bids.

Detailed technical specification, scope of work and other requirement aregiven in this RFP document.

Some of the key terminologies used in this document are defined as follows:

“Department” shall mean and include the President of India actingthrough the Director, IPRC and any representative(s) of the Departmentduly authorized on his/ her behalf.

“Contractor” shall mean the individual or firm or company whetherincorporated or not chosen by the Department among the Bidders to thisRFP, undertaking the work and shall include the legal personalrepresentatives of such individuals or the persons composing such firmor company or the successors of such firm or company and the permittedassignee of such individual or firm(s) or company.

“Party” shall mean any signatory to the Contract i.e. Department orContractor or both.

“Sub-contractor” shall mean individual or firm or company whom theContractor engages for outsourcing certain service(s) related to theContract.

“Sub-vendor” shall mean individual or firm or company from whom theContractor purchases certain material(s) related to the Contract.

“Contract” shall mean the formal agreement to be executed between thePresident of India and the successful based on the documents formingthis RFP and any other mutual agreement and together with thedocuments as referred to therein including the specifications, designs,drawings and instructions issued from time to time by the Department.

“Date of Contract” shall mean the date on which the Contract becomeseffective with signing by all the Parties.

“Site” shall mean the place at Mahendragiri on which work is to beexecuted under the Contract which is to be allotted by the Department forthe purpose of carrying out the work.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[2]

suitable resources to execute the Contract within the stipulated period whilesubmitting the bids.

Detailed technical specification, scope of work and other requirement aregiven in this RFP document.

Some of the key terminologies used in this document are defined as follows:

“Department” shall mean and include the President of India actingthrough the Director, IPRC and any representative(s) of the Departmentduly authorized on his/ her behalf.

“Contractor” shall mean the individual or firm or company whetherincorporated or not chosen by the Department among the Bidders to thisRFP, undertaking the work and shall include the legal personalrepresentatives of such individuals or the persons composing such firmor company or the successors of such firm or company and the permittedassignee of such individual or firm(s) or company.

“Party” shall mean any signatory to the Contract i.e. Department orContractor or both.

“Sub-contractor” shall mean individual or firm or company whom theContractor engages for outsourcing certain service(s) related to theContract.

“Sub-vendor” shall mean individual or firm or company from whom theContractor purchases certain material(s) related to the Contract.

“Contract” shall mean the formal agreement to be executed between thePresident of India and the successful based on the documents formingthis RFP and any other mutual agreement and together with thedocuments as referred to therein including the specifications, designs,drawings and instructions issued from time to time by the Department.

“Date of Contract” shall mean the date on which the Contract becomeseffective with signing by all the Parties.

“Site” shall mean the place at Mahendragiri on which work is to beexecuted under the Contract which is to be allotted by the Department forthe purpose of carrying out the work.

Page 11: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[3]

“Material” shall mean all the goods/ items required for realizing andforming part of the Centralized DM water plant including raw materials,semi-finished & finished products & sub-assemblies & assemblies whichare manufactured by the Contractor or their Sub-contractor(s) or bought-out from their Sub-vendor(s).

“Service” shall mean all the activities performed by the Contractor forrealizing the Centralized DM water plant at IPRC including design, detailengineering and onsite construction, fabrication, erection, testing &commissioning.

“Specification” shall mean collectively all technical specification, termsand conditions contained in this document which shall be considered torealize the Centralized DM water plant at IPRC.

“Final acceptance” shall mean acceptance of the Centralized DM waterplant at IPRC by the Department from the Contractor upon successfulcompletion of all contractual obligations by the Contractor andcommissioning of the system.

“RFP” shall mean this Request for Proposal for Establishment ofCentralized DM water plant at IPRC

2 LOCATION AND LAYOUT

2.1 Geographical Location

Mahendragiri is situated in Tirunelveli District, Tamil Nadu State, India. Thenearest major town is Nagercoil which is 25 km southward. Mahendragiri isaside the Kanyakumari - Madurai National Highway (NH7) near Kavalkinarujunction at a distance of 20 km northward from Kanyakumari. The nearestmajor railway station is at Nagercoil. The nearest International airport is atThiruvananthapuram which is 90 km away in south-western direction. Thenearest seaport is at Thoothukudi which is 100 km away in north-easterndirection. The nearest major seaport is at Chennai which is 650 kmnorthward.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[3]

“Material” shall mean all the goods/ items required for realizing andforming part of the Centralized DM water plant including raw materials,semi-finished & finished products & sub-assemblies & assemblies whichare manufactured by the Contractor or their Sub-contractor(s) or bought-out from their Sub-vendor(s).

“Service” shall mean all the activities performed by the Contractor forrealizing the Centralized DM water plant at IPRC including design, detailengineering and onsite construction, fabrication, erection, testing &commissioning.

“Specification” shall mean collectively all technical specification, termsand conditions contained in this document which shall be considered torealize the Centralized DM water plant at IPRC.

“Final acceptance” shall mean acceptance of the Centralized DM waterplant at IPRC by the Department from the Contractor upon successfulcompletion of all contractual obligations by the Contractor andcommissioning of the system.

“RFP” shall mean this Request for Proposal for Establishment ofCentralized DM water plant at IPRC

2 LOCATION AND LAYOUT

2.1 Geographical Location

Mahendragiri is situated in Tirunelveli District, Tamil Nadu State, India. Thenearest major town is Nagercoil which is 25 km southward. Mahendragiri isaside the Kanyakumari - Madurai National Highway (NH7) near Kavalkinarujunction at a distance of 20 km northward from Kanyakumari. The nearestmajor railway station is at Nagercoil. The nearest International airport is atThiruvananthapuram which is 90 km away in south-western direction. Thenearest seaport is at Thoothukudi which is 100 km away in north-easterndirection. The nearest major seaport is at Chennai which is 650 kmnorthward.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[3]

“Material” shall mean all the goods/ items required for realizing andforming part of the Centralized DM water plant including raw materials,semi-finished & finished products & sub-assemblies & assemblies whichare manufactured by the Contractor or their Sub-contractor(s) or bought-out from their Sub-vendor(s).

“Service” shall mean all the activities performed by the Contractor forrealizing the Centralized DM water plant at IPRC including design, detailengineering and onsite construction, fabrication, erection, testing &commissioning.

“Specification” shall mean collectively all technical specification, termsand conditions contained in this document which shall be considered torealize the Centralized DM water plant at IPRC.

“Final acceptance” shall mean acceptance of the Centralized DM waterplant at IPRC by the Department from the Contractor upon successfulcompletion of all contractual obligations by the Contractor andcommissioning of the system.

“RFP” shall mean this Request for Proposal for Establishment ofCentralized DM water plant at IPRC

2 LOCATION AND LAYOUT

2.1 Geographical Location

Mahendragiri is situated in Tirunelveli District, Tamil Nadu State, India. Thenearest major town is Nagercoil which is 25 km southward. Mahendragiri isaside the Kanyakumari - Madurai National Highway (NH7) near Kavalkinarujunction at a distance of 20 km northward from Kanyakumari. The nearestmajor railway station is at Nagercoil. The nearest International airport is atThiruvananthapuram which is 90 km away in south-western direction. Thenearest seaport is at Thoothukudi which is 100 km away in north-easterndirection. The nearest major seaport is at Chennai which is 650 kmnorthward.

Page 12: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[4]

2.2 Site Location PlanThe site for establishing the Centralized DM water plant at IPRC is located ona plain ground at an elevation of 100 m above Mean Sea Level (MSL) in thesoutheast region of IPRC, Mahendragiri.

2.3 Block diagram, Plant Layout &Scheme:The Block diagram indicating the components of major systems and sub-systems of the plant is given Fig. 1 of Annexure 1.

The plant layout indicating the buildings, sumps, pits, mechanical evaporator(spray dryer), etc. is given in Fig. 2 of Annexure 1. The buildings forinstallation of major systems & sub systems with approach road are shown inthe layout.

A preliminary scheme of the proposed plant is given in Fig. 3 of Annexure1.The quality and flow rate of permeate and reject water at differentintermediate stages, shown in the scheme, are only indicative. Minorvariations of flow rate and quality in the intermediate stages are permissibleprovided the final product flow rate with stipulated quality is met. Also, thequality of permeate of RO bed-4 (indicated in the scheme) shall be equivalentto the quality of raw water. The no. of stages of RO beds indicated in thescheme as four is also indicative and the bidder shall increase/ decrease thesame provided the stipulated flow rates (of permeate & reject) and qualityclauses of end products are met. However, the final reject of the plant shall beless than 20% of raw water fed from raw water sump.

2.4 Climatic Condition

The climatic condition at Mahendragiri is tropical and windy with gusts.Normal monsoon period is June-July and October-November. The typicalclimatological data of Mahendragiri is as follows:

Rainfall

Maximum daily rainfall : 50 mm

Maximum monthly rainfall : 120 mm

Average annual rainfall : 550 mm

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[4]

2.2 Site Location PlanThe site for establishing the Centralized DM water plant at IPRC is located ona plain ground at an elevation of 100 m above Mean Sea Level (MSL) in thesoutheast region of IPRC, Mahendragiri.

2.3 Block diagram, Plant Layout &Scheme:The Block diagram indicating the components of major systems and sub-systems of the plant is given Fig. 1 of Annexure 1.

The plant layout indicating the buildings, sumps, pits, mechanical evaporator(spray dryer), etc. is given in Fig. 2 of Annexure 1. The buildings forinstallation of major systems & sub systems with approach road are shown inthe layout.

A preliminary scheme of the proposed plant is given in Fig. 3 of Annexure1.The quality and flow rate of permeate and reject water at differentintermediate stages, shown in the scheme, are only indicative. Minorvariations of flow rate and quality in the intermediate stages are permissibleprovided the final product flow rate with stipulated quality is met. Also, thequality of permeate of RO bed-4 (indicated in the scheme) shall be equivalentto the quality of raw water. The no. of stages of RO beds indicated in thescheme as four is also indicative and the bidder shall increase/ decrease thesame provided the stipulated flow rates (of permeate & reject) and qualityclauses of end products are met. However, the final reject of the plant shall beless than 20% of raw water fed from raw water sump.

2.4 Climatic Condition

The climatic condition at Mahendragiri is tropical and windy with gusts.Normal monsoon period is June-July and October-November. The typicalclimatological data of Mahendragiri is as follows:

Rainfall

Maximum daily rainfall : 50 mm

Maximum monthly rainfall : 120 mm

Average annual rainfall : 550 mm

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[4]

2.2 Site Location PlanThe site for establishing the Centralized DM water plant at IPRC is located ona plain ground at an elevation of 100 m above Mean Sea Level (MSL) in thesoutheast region of IPRC, Mahendragiri.

2.3 Block diagram, Plant Layout &Scheme:The Block diagram indicating the components of major systems and sub-systems of the plant is given Fig. 1 of Annexure 1.

The plant layout indicating the buildings, sumps, pits, mechanical evaporator(spray dryer), etc. is given in Fig. 2 of Annexure 1. The buildings forinstallation of major systems & sub systems with approach road are shown inthe layout.

A preliminary scheme of the proposed plant is given in Fig. 3 of Annexure1.The quality and flow rate of permeate and reject water at differentintermediate stages, shown in the scheme, are only indicative. Minorvariations of flow rate and quality in the intermediate stages are permissibleprovided the final product flow rate with stipulated quality is met. Also, thequality of permeate of RO bed-4 (indicated in the scheme) shall be equivalentto the quality of raw water. The no. of stages of RO beds indicated in thescheme as four is also indicative and the bidder shall increase/ decrease thesame provided the stipulated flow rates (of permeate & reject) and qualityclauses of end products are met. However, the final reject of the plant shall beless than 20% of raw water fed from raw water sump.

2.4 Climatic Condition

The climatic condition at Mahendragiri is tropical and windy with gusts.Normal monsoon period is June-July and October-November. The typicalclimatological data of Mahendragiri is as follows:

Rainfall

Maximum daily rainfall : 50 mm

Maximum monthly rainfall : 120 mm

Average annual rainfall : 550 mm

Page 13: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[5]

Temperature

Maximum temperature (in shed) : 311 K

Minimum temperature : 293 K

Humidity

Maximum relative humidity : 80%

Minimum relative humidity : 25 %

Climate : Tropical

Wind Load

Wind load shall be taken as per IS:875 Part 3 - 1987.

Seismic Zone

The systems shall be designed for seismic load conforming to Zone 3 as per

IS:1893 latest edition.

3 SCOPE

The major scope of the work is design, installation, commissioning, operationand maintenance of Centralized De-mineralized Water plant at IPRC,Mahendragiri. The design shall be a DMW plant comprising Reverse Osmosis(RO)& mixed bed units. The detailed scope of Department and Bidder arebriefed hereunder. A small quantity of DM water is to be treated as DissolvedOxygen (DO) free water in an Oxygen scavenger which is an intermittentrequirement.

3.1 Scope of Department:

Towards establishment of DMW plant, following are the scope of Department.

3.1.1 Department shall provide the major specification of the plant to be establishedincluding the specification of the raw water available at IPRC and the qualityof DM water and DO free water required from the proposed DMW plant.

3.1.2 Department shall provide the Block diagram, Layout and Preliminary Schemeof the proposed DM water plant and offer guidelines for design, sizing,establishment, commissioning and operation & maintenance of plant.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[5]

Temperature

Maximum temperature (in shed) : 311 K

Minimum temperature : 293 K

Humidity

Maximum relative humidity : 80%

Minimum relative humidity : 25 %

Climate : Tropical

Wind Load

Wind load shall be taken as per IS:875 Part 3 - 1987.

Seismic Zone

The systems shall be designed for seismic load conforming to Zone 3 as per

IS:1893 latest edition.

3 SCOPE

The major scope of the work is design, installation, commissioning, operationand maintenance of Centralized De-mineralized Water plant at IPRC,Mahendragiri. The design shall be a DMW plant comprising Reverse Osmosis(RO)& mixed bed units. The detailed scope of Department and Bidder arebriefed hereunder. A small quantity of DM water is to be treated as DissolvedOxygen (DO) free water in an Oxygen scavenger which is an intermittentrequirement.

3.1 Scope of Department:

Towards establishment of DMW plant, following are the scope of Department.

3.1.1 Department shall provide the major specification of the plant to be establishedincluding the specification of the raw water available at IPRC and the qualityof DM water and DO free water required from the proposed DMW plant.

3.1.2 Department shall provide the Block diagram, Layout and Preliminary Schemeof the proposed DM water plant and offer guidelines for design, sizing,establishment, commissioning and operation & maintenance of plant.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[5]

Temperature

Maximum temperature (in shed) : 311 K

Minimum temperature : 293 K

Humidity

Maximum relative humidity : 80%

Minimum relative humidity : 25 %

Climate : Tropical

Wind Load

Wind load shall be taken as per IS:875 Part 3 - 1987.

Seismic Zone

The systems shall be designed for seismic load conforming to Zone 3 as per

IS:1893 latest edition.

3 SCOPE

The major scope of the work is design, installation, commissioning, operationand maintenance of Centralized De-mineralized Water plant at IPRC,Mahendragiri. The design shall be a DMW plant comprising Reverse Osmosis(RO)& mixed bed units. The detailed scope of Department and Bidder arebriefed hereunder. A small quantity of DM water is to be treated as DissolvedOxygen (DO) free water in an Oxygen scavenger which is an intermittentrequirement.

3.1 Scope of Department:

Towards establishment of DMW plant, following are the scope of Department.

3.1.1 Department shall provide the major specification of the plant to be establishedincluding the specification of the raw water available at IPRC and the qualityof DM water and DO free water required from the proposed DMW plant.

3.1.2 Department shall provide the Block diagram, Layout and Preliminary Schemeof the proposed DM water plant and offer guidelines for design, sizing,establishment, commissioning and operation & maintenance of plant.

Page 14: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[6]

3.1.3 Department shall review the Design & Detail engineering to be done by theBidder.

3.1.4 Department shall provide the site with required buildings meant forestablishing the plant, analysis laboratory, operators room, platform for highpressure GN2 storage yard, solid wastes storage yard, rest rooms, etc. at itspremises. Apart from buildings, the site will also be provided with raw watersump, neutralizer pit, etc.

3.1.5 Department shall provide the foundation for the DM water tanks (2 nos.), HPGN2 cylinders and the Mechanical evaporator (Spray dryer). The details ofthe foundations shall be provided by the contractor from their sub-vendor.However, the final minor civil works viz. erection of foundation bolts and finalfinishing works pertaining to erection shall be the responsibility of theContractor.

3.1.6 Electrical Power Supply: Department shall supply temporary electrical powersupply for onsite construction/ fabrication/ erection activities on chargeablebasis at the prevailing rates (The present rate is @ Rs. 8/ per kW-Hr).

For permanent installation loads/ utilities, the Department shall provideelectrical power at a fixed point for distribution and connection to the variousutilities. It is the responsibility of the contractor to arrange for powerdistribution to various utilities of the plant. However, internal & externallightings, fans and AC of buildings would be powered by Department.

3.1.7 Water Supply for Permanent Installations: The Department shall provide rawwater in a Reservoir/ sump in the plant shown in the layout. Raw water fromthis reservoir/ sump shall be distributed to the permanent installations in theplant by the Contractor using appropriate pumps.

For temporary onsite construction/ fabrication/ erection activities, theContractor has to make their own arrangements for water.

3.1.8 Gaseous Nitrogen (GN2) supply for storage cylinders: The Department shallprovide GN2 point approximately at a distance of 40 metres from Cylinderyard. From the identified point, pipeline (DN15, Sch. 160, ASTM TP 312304L) shall be run by the Contractor for charging GN2 to cylinders. Duringoperation of the plant, on request by Contractor, Department shall provide

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[6]

3.1.3 Department shall review the Design & Detail engineering to be done by theBidder.

3.1.4 Department shall provide the site with required buildings meant forestablishing the plant, analysis laboratory, operators room, platform for highpressure GN2 storage yard, solid wastes storage yard, rest rooms, etc. at itspremises. Apart from buildings, the site will also be provided with raw watersump, neutralizer pit, etc.

3.1.5 Department shall provide the foundation for the DM water tanks (2 nos.), HPGN2 cylinders and the Mechanical evaporator (Spray dryer). The details ofthe foundations shall be provided by the contractor from their sub-vendor.However, the final minor civil works viz. erection of foundation bolts and finalfinishing works pertaining to erection shall be the responsibility of theContractor.

3.1.6 Electrical Power Supply: Department shall supply temporary electrical powersupply for onsite construction/ fabrication/ erection activities on chargeablebasis at the prevailing rates (The present rate is @ Rs. 8/ per kW-Hr).

For permanent installation loads/ utilities, the Department shall provideelectrical power at a fixed point for distribution and connection to the variousutilities. It is the responsibility of the contractor to arrange for powerdistribution to various utilities of the plant. However, internal & externallightings, fans and AC of buildings would be powered by Department.

3.1.7 Water Supply for Permanent Installations: The Department shall provide rawwater in a Reservoir/ sump in the plant shown in the layout. Raw water fromthis reservoir/ sump shall be distributed to the permanent installations in theplant by the Contractor using appropriate pumps.

For temporary onsite construction/ fabrication/ erection activities, theContractor has to make their own arrangements for water.

3.1.8 Gaseous Nitrogen (GN2) supply for storage cylinders: The Department shallprovide GN2 point approximately at a distance of 40 metres from Cylinderyard. From the identified point, pipeline (DN15, Sch. 160, ASTM TP 312304L) shall be run by the Contractor for charging GN2 to cylinders. Duringoperation of the plant, on request by Contractor, Department shall provide

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[6]

3.1.3 Department shall review the Design & Detail engineering to be done by theBidder.

3.1.4 Department shall provide the site with required buildings meant forestablishing the plant, analysis laboratory, operators room, platform for highpressure GN2 storage yard, solid wastes storage yard, rest rooms, etc. at itspremises. Apart from buildings, the site will also be provided with raw watersump, neutralizer pit, etc.

3.1.5 Department shall provide the foundation for the DM water tanks (2 nos.), HPGN2 cylinders and the Mechanical evaporator (Spray dryer). The details ofthe foundations shall be provided by the contractor from their sub-vendor.However, the final minor civil works viz. erection of foundation bolts and finalfinishing works pertaining to erection shall be the responsibility of theContractor.

3.1.6 Electrical Power Supply: Department shall supply temporary electrical powersupply for onsite construction/ fabrication/ erection activities on chargeablebasis at the prevailing rates (The present rate is @ Rs. 8/ per kW-Hr).

For permanent installation loads/ utilities, the Department shall provideelectrical power at a fixed point for distribution and connection to the variousutilities. It is the responsibility of the contractor to arrange for powerdistribution to various utilities of the plant. However, internal & externallightings, fans and AC of buildings would be powered by Department.

3.1.7 Water Supply for Permanent Installations: The Department shall provide rawwater in a Reservoir/ sump in the plant shown in the layout. Raw water fromthis reservoir/ sump shall be distributed to the permanent installations in theplant by the Contractor using appropriate pumps.

For temporary onsite construction/ fabrication/ erection activities, theContractor has to make their own arrangements for water.

3.1.8 Gaseous Nitrogen (GN2) supply for storage cylinders: The Department shallprovide GN2 point approximately at a distance of 40 metres from Cylinderyard. From the identified point, pipeline (DN15, Sch. 160, ASTM TP 312304L) shall be run by the Contractor for charging GN2 to cylinders. Duringoperation of the plant, on request by Contractor, Department shall provide

Page 15: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[7]

compressed GN2 at a maximum pressure of 30 MPa,g for charging thecylinders.

3.1.9 Commissioning: The Department shall review the trial results (may analyzethe samples at the existing IPRC laboratory, if required) and provide the finalclearance for starting the operation of DM water plant.

3.2 Scope of Contractor

The scope of work to be done by the Contractor for the establishment ofDMW plant is given in this Section.

3.2.1 Design: The design shall be a DMW plant comprising Reverse Osmosis (RO)& mixed bed units. The design and sizing of plant and sub-systems shall caterto the specifications of raw water available at IPRC and to the level of purityrequirements sought.

The design shall include–

Conceptualizing the number and size of RO beds,

Conceiving the flow rates and quality of permeate & reject at intermediatestages,

Sizing the sub systems viz. De-gasifier unit, Mixed bed, Oxygenscavenger, High rate solid contact clarifier (HRSCC), Mechanicalevaporator (Spray dryer), etc.,

Conceiving the size and specification of sub system elements viz. low &high pressure pumps, filters, dosing systems, intermediate tanks,instrumentation, measuring devices, etc.,

Sizing of Mechanical evaporator and Mechanical design of storage tanks.

Procurement of pipelines & flow components for water & gas service andfabrication & commissioning of piping circuits as per the guidelinesstipulated in Annexure 4.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[7]

compressed GN2 at a maximum pressure of 30 MPa,g for charging thecylinders.

3.1.9 Commissioning: The Department shall review the trial results (may analyzethe samples at the existing IPRC laboratory, if required) and provide the finalclearance for starting the operation of DM water plant.

3.2 Scope of Contractor

The scope of work to be done by the Contractor for the establishment ofDMW plant is given in this Section.

3.2.1 Design: The design shall be a DMW plant comprising Reverse Osmosis (RO)& mixed bed units. The design and sizing of plant and sub-systems shall caterto the specifications of raw water available at IPRC and to the level of purityrequirements sought.

The design shall include–

Conceptualizing the number and size of RO beds,

Conceiving the flow rates and quality of permeate & reject at intermediatestages,

Sizing the sub systems viz. De-gasifier unit, Mixed bed, Oxygenscavenger, High rate solid contact clarifier (HRSCC), Mechanicalevaporator (Spray dryer), etc.,

Conceiving the size and specification of sub system elements viz. low &high pressure pumps, filters, dosing systems, intermediate tanks,instrumentation, measuring devices, etc.,

Sizing of Mechanical evaporator and Mechanical design of storage tanks.

Procurement of pipelines & flow components for water & gas service andfabrication & commissioning of piping circuits as per the guidelinesstipulated in Annexure 4.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[7]

compressed GN2 at a maximum pressure of 30 MPa,g for charging thecylinders.

3.1.9 Commissioning: The Department shall review the trial results (may analyzethe samples at the existing IPRC laboratory, if required) and provide the finalclearance for starting the operation of DM water plant.

3.2 Scope of Contractor

The scope of work to be done by the Contractor for the establishment ofDMW plant is given in this Section.

3.2.1 Design: The design shall be a DMW plant comprising Reverse Osmosis (RO)& mixed bed units. The design and sizing of plant and sub-systems shall caterto the specifications of raw water available at IPRC and to the level of purityrequirements sought.

The design shall include–

Conceptualizing the number and size of RO beds,

Conceiving the flow rates and quality of permeate & reject at intermediatestages,

Sizing the sub systems viz. De-gasifier unit, Mixed bed, Oxygenscavenger, High rate solid contact clarifier (HRSCC), Mechanicalevaporator (Spray dryer), etc.,

Conceiving the size and specification of sub system elements viz. low &high pressure pumps, filters, dosing systems, intermediate tanks,instrumentation, measuring devices, etc.,

Sizing of Mechanical evaporator and Mechanical design of storage tanks.

Procurement of pipelines & flow components for water & gas service andfabrication & commissioning of piping circuits as per the guidelinesstipulated in Annexure 4.

Page 16: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[8]

Deriving the requirements of neutralizing fluids of neutralizer pit for safedisposal.

The design report shall be submitted to Department for review and approval.The changes/ comments proposed by the Department shall be incorporatedby the Contractor and the final report shall form the basis for further activities.

3.2.2 Detail Engineering: Based on the approved design report, the Bidder shallcarry out a detail Engineering to generate the following:

3.2.2.1 Flow diagram and isometric drawing of plant fluid circuits with appropriatesub-systems.

3.2.2.2 Methodology & procedure of neutralizing the reject water in Neutralizer pitbefore admission to Mechanical evaporator (Spray dryer).

3.2.2.3 Circuit diagram of electrical installations of plant with appropriate loads &features.

3.2.2.4 Layout & Isometric drawing of GN2 & water piping circuits as per theguidelines of Process & Instrumentation Diagrams (P&IDs) of water & gaspipelines, given in Annexure 4 of this RFP. The layout & isometric drawingsof above piping circuits shall be prepared by Contractor and would bereviewed during Detail engineering.

3.2.2.5 The erection & installation of pipelines with conventional installation (withGTAW welding) and test (DPT, X-ray radiography, pressure tests, leak testsetc.) procedures shall be the scope of Contractor.

3.2.2.6 The detailed Quality Assurance Plan (QAP) for the materials/ services. TheQAP shall address factors such as object tested, characteristics sought for,sample size, test procedure/ standard, acceptance criteria, form of record,performing agency, witnessing agency, reviewing agency, etc.

3.2.2.7 The purchase specification of the materials/ services.

3.2.2.8 The list of Sub-vendors from whom the Contractor has proposed to purchase(directory of probable vendors given in this RFP document) the materials/services.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[8]

Deriving the requirements of neutralizing fluids of neutralizer pit for safedisposal.

The design report shall be submitted to Department for review and approval.The changes/ comments proposed by the Department shall be incorporatedby the Contractor and the final report shall form the basis for further activities.

3.2.2 Detail Engineering: Based on the approved design report, the Bidder shallcarry out a detail Engineering to generate the following:

3.2.2.1 Flow diagram and isometric drawing of plant fluid circuits with appropriatesub-systems.

3.2.2.2 Methodology & procedure of neutralizing the reject water in Neutralizer pitbefore admission to Mechanical evaporator (Spray dryer).

3.2.2.3 Circuit diagram of electrical installations of plant with appropriate loads &features.

3.2.2.4 Layout & Isometric drawing of GN2 & water piping circuits as per theguidelines of Process & Instrumentation Diagrams (P&IDs) of water & gaspipelines, given in Annexure 4 of this RFP. The layout & isometric drawingsof above piping circuits shall be prepared by Contractor and would bereviewed during Detail engineering.

3.2.2.5 The erection & installation of pipelines with conventional installation (withGTAW welding) and test (DPT, X-ray radiography, pressure tests, leak testsetc.) procedures shall be the scope of Contractor.

3.2.2.6 The detailed Quality Assurance Plan (QAP) for the materials/ services. TheQAP shall address factors such as object tested, characteristics sought for,sample size, test procedure/ standard, acceptance criteria, form of record,performing agency, witnessing agency, reviewing agency, etc.

3.2.2.7 The purchase specification of the materials/ services.

3.2.2.8 The list of Sub-vendors from whom the Contractor has proposed to purchase(directory of probable vendors given in this RFP document) the materials/services.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[8]

Deriving the requirements of neutralizing fluids of neutralizer pit for safedisposal.

The design report shall be submitted to Department for review and approval.The changes/ comments proposed by the Department shall be incorporatedby the Contractor and the final report shall form the basis for further activities.

3.2.2 Detail Engineering: Based on the approved design report, the Bidder shallcarry out a detail Engineering to generate the following:

3.2.2.1 Flow diagram and isometric drawing of plant fluid circuits with appropriatesub-systems.

3.2.2.2 Methodology & procedure of neutralizing the reject water in Neutralizer pitbefore admission to Mechanical evaporator (Spray dryer).

3.2.2.3 Circuit diagram of electrical installations of plant with appropriate loads &features.

3.2.2.4 Layout & Isometric drawing of GN2 & water piping circuits as per theguidelines of Process & Instrumentation Diagrams (P&IDs) of water & gaspipelines, given in Annexure 4 of this RFP. The layout & isometric drawingsof above piping circuits shall be prepared by Contractor and would bereviewed during Detail engineering.

3.2.2.5 The erection & installation of pipelines with conventional installation (withGTAW welding) and test (DPT, X-ray radiography, pressure tests, leak testsetc.) procedures shall be the scope of Contractor.

3.2.2.6 The detailed Quality Assurance Plan (QAP) for the materials/ services. TheQAP shall address factors such as object tested, characteristics sought for,sample size, test procedure/ standard, acceptance criteria, form of record,performing agency, witnessing agency, reviewing agency, etc.

3.2.2.7 The purchase specification of the materials/ services.

3.2.2.8 The list of Sub-vendors from whom the Contractor has proposed to purchase(directory of probable vendors given in this RFP document) the materials/services.

Page 17: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[9]

3.2.2.9 The list of consumable chemicals required for production of DM & DO freewater in “per cubic metre basis” of product water.

The Contractor shall organize a meeting at their premise/ IPRC for Detailengineering review by the Department. However, the participation andapproval by the Department’s representatives during the Detail engineeringreview shall not absolve the Contractor of their responsibility to comply withthe specification of the Contract.

Upon Detail engineering review, if changes are found to be necessary tocomply with the intended requirements, the Contractor, at their own cost,shall carry out such changes.

3.2.3 Purchase Of Materials

All the materials are to be purchased by the Contractor. The generalspecifications of salient materials are given in this RFP document. Thedetailed purchase specifications for the individual items of materials to bepurchased shall be made by the Contractor. The purchase specifications ofmaterials, shall be subject to review and approval by the Department. Avendor directory (for salient materials) from whom the materials have to beprocured is indicated in this RFP document. In case the Contract orproposes to source the materials/ services from Sub-vendors/ Sub-contractors not covered in the directory, the list of such Sub-vendors/ Sub-contractors, along with their detailed company profile/ credentials, shall besubmitted. The proposal from Contractor is subject to review by theDepartment, who reserves the right to accept or reject the proposal wholly orin part.

3.2.4 Purchase Of Spares

The spares required for trouble free operation of the plant in the warrantyperiod (2 years) shall be procured by the contractor. The cost of sparesrequired shall be included in the basic cost of plant equipments. The list ofspares required for operation & maintenance shall be provided in the bid.

3.2.5 Training

The Contractor shall provide on-the-spot training to the Department’srepresentatives to impart essential knowledge on design, constructionalfeatures, servicing, operation and maintenance of DM water plant.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[9]

3.2.2.9 The list of consumable chemicals required for production of DM & DO freewater in “per cubic metre basis” of product water.

The Contractor shall organize a meeting at their premise/ IPRC for Detailengineering review by the Department. However, the participation andapproval by the Department’s representatives during the Detail engineeringreview shall not absolve the Contractor of their responsibility to comply withthe specification of the Contract.

Upon Detail engineering review, if changes are found to be necessary tocomply with the intended requirements, the Contractor, at their own cost,shall carry out such changes.

3.2.3 Purchase Of Materials

All the materials are to be purchased by the Contractor. The generalspecifications of salient materials are given in this RFP document. Thedetailed purchase specifications for the individual items of materials to bepurchased shall be made by the Contractor. The purchase specifications ofmaterials, shall be subject to review and approval by the Department. Avendor directory (for salient materials) from whom the materials have to beprocured is indicated in this RFP document. In case the Contract orproposes to source the materials/ services from Sub-vendors/ Sub-contractors not covered in the directory, the list of such Sub-vendors/ Sub-contractors, along with their detailed company profile/ credentials, shall besubmitted. The proposal from Contractor is subject to review by theDepartment, who reserves the right to accept or reject the proposal wholly orin part.

3.2.4 Purchase Of Spares

The spares required for trouble free operation of the plant in the warrantyperiod (2 years) shall be procured by the contractor. The cost of sparesrequired shall be included in the basic cost of plant equipments. The list ofspares required for operation & maintenance shall be provided in the bid.

3.2.5 Training

The Contractor shall provide on-the-spot training to the Department’srepresentatives to impart essential knowledge on design, constructionalfeatures, servicing, operation and maintenance of DM water plant.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[9]

3.2.2.9 The list of consumable chemicals required for production of DM & DO freewater in “per cubic metre basis” of product water.

The Contractor shall organize a meeting at their premise/ IPRC for Detailengineering review by the Department. However, the participation andapproval by the Department’s representatives during the Detail engineeringreview shall not absolve the Contractor of their responsibility to comply withthe specification of the Contract.

Upon Detail engineering review, if changes are found to be necessary tocomply with the intended requirements, the Contractor, at their own cost,shall carry out such changes.

3.2.3 Purchase Of Materials

All the materials are to be purchased by the Contractor. The generalspecifications of salient materials are given in this RFP document. Thedetailed purchase specifications for the individual items of materials to bepurchased shall be made by the Contractor. The purchase specifications ofmaterials, shall be subject to review and approval by the Department. Avendor directory (for salient materials) from whom the materials have to beprocured is indicated in this RFP document. In case the Contract orproposes to source the materials/ services from Sub-vendors/ Sub-contractors not covered in the directory, the list of such Sub-vendors/ Sub-contractors, along with their detailed company profile/ credentials, shall besubmitted. The proposal from Contractor is subject to review by theDepartment, who reserves the right to accept or reject the proposal wholly orin part.

3.2.4 Purchase Of Spares

The spares required for trouble free operation of the plant in the warrantyperiod (2 years) shall be procured by the contractor. The cost of sparesrequired shall be included in the basic cost of plant equipments. The list ofspares required for operation & maintenance shall be provided in the bid.

3.2.5 Training

The Contractor shall provide on-the-spot training to the Department’srepresentatives to impart essential knowledge on design, constructionalfeatures, servicing, operation and maintenance of DM water plant.

Page 18: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[10]

3.2.6 Inspection

The Contractor shall be responsible for arranging inspection of all materials/systems purchased by the Contractor. Upon completion of production/ shopfabrication, the Contractor shall organize Pre-delivery inspection review bythe Third Party Inspection Agency. The detailed scope of inspection is givenin Section 6.6 of this RFP document.

3.2.7 Packing, Transportation, Storage and Handling of Materials

The Contractor shall be responsible for packing, transportation, storage andhandling of materials as per Section 6.7of this RFP document.

3.2.8 Onsite Construction, Fabrication, Installation and Testing

The contractor is responsible for onsite construction, fabrication, installationand testing. The installation activities include-

The installation of SS storage tanks & Mechanical evaporator (Spraydryer) using a crane of appropriate capacity is the responsibility of thecontractor.

Installation of GN2 cylinders on the identified bed using a crane ofappropriate capacity is the scope of Contractor. Installation ofregulation elements (at the identified location) and routing of GN2pipelines leading from GN2 cylinder to various locations viz. DOFwater tanker parking area, identified locations in appropriate buildingsetc. shall be the scope of Contractor. The routing shall be as perisometric drawings approved during Detail engineering. The installedpiping circuit shall be subject to conventional tests & cleaningprocedures viz. DPT, Radiography, Pneumatic/ hydrostatic pressuretest to appropriate test pressures (as per standard guidelines),Chemical cleaning (pickling & passivation) and final purging to removesolid contaminants conforming to Class VI of SAE 4059.

Routing of water pipe lines from mixed bed to storage tanks andtanker parking area as per isometric drawings approved during Detailengineering is the responsibility of the contractor. The circuits shall besubject to conventional tests & cleaning procedures as indicatedabove.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[10]

3.2.6 Inspection

The Contractor shall be responsible for arranging inspection of all materials/systems purchased by the Contractor. Upon completion of production/ shopfabrication, the Contractor shall organize Pre-delivery inspection review bythe Third Party Inspection Agency. The detailed scope of inspection is givenin Section 6.6 of this RFP document.

3.2.7 Packing, Transportation, Storage and Handling of Materials

The Contractor shall be responsible for packing, transportation, storage andhandling of materials as per Section 6.7of this RFP document.

3.2.8 Onsite Construction, Fabrication, Installation and Testing

The contractor is responsible for onsite construction, fabrication, installationand testing. The installation activities include-

The installation of SS storage tanks & Mechanical evaporator (Spraydryer) using a crane of appropriate capacity is the responsibility of thecontractor.

Installation of GN2 cylinders on the identified bed using a crane ofappropriate capacity is the scope of Contractor. Installation ofregulation elements (at the identified location) and routing of GN2pipelines leading from GN2 cylinder to various locations viz. DOFwater tanker parking area, identified locations in appropriate buildingsetc. shall be the scope of Contractor. The routing shall be as perisometric drawings approved during Detail engineering. The installedpiping circuit shall be subject to conventional tests & cleaningprocedures viz. DPT, Radiography, Pneumatic/ hydrostatic pressuretest to appropriate test pressures (as per standard guidelines),Chemical cleaning (pickling & passivation) and final purging to removesolid contaminants conforming to Class VI of SAE 4059.

Routing of water pipe lines from mixed bed to storage tanks andtanker parking area as per isometric drawings approved during Detailengineering is the responsibility of the contractor. The circuits shall besubject to conventional tests & cleaning procedures as indicatedabove.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[10]

3.2.6 Inspection

The Contractor shall be responsible for arranging inspection of all materials/systems purchased by the Contractor. Upon completion of production/ shopfabrication, the Contractor shall organize Pre-delivery inspection review bythe Third Party Inspection Agency. The detailed scope of inspection is givenin Section 6.6 of this RFP document.

3.2.7 Packing, Transportation, Storage and Handling of Materials

The Contractor shall be responsible for packing, transportation, storage andhandling of materials as per Section 6.7of this RFP document.

3.2.8 Onsite Construction, Fabrication, Installation and Testing

The contractor is responsible for onsite construction, fabrication, installationand testing. The installation activities include-

The installation of SS storage tanks & Mechanical evaporator (Spraydryer) using a crane of appropriate capacity is the responsibility of thecontractor.

Installation of GN2 cylinders on the identified bed using a crane ofappropriate capacity is the scope of Contractor. Installation ofregulation elements (at the identified location) and routing of GN2pipelines leading from GN2 cylinder to various locations viz. DOFwater tanker parking area, identified locations in appropriate buildingsetc. shall be the scope of Contractor. The routing shall be as perisometric drawings approved during Detail engineering. The installedpiping circuit shall be subject to conventional tests & cleaningprocedures viz. DPT, Radiography, Pneumatic/ hydrostatic pressuretest to appropriate test pressures (as per standard guidelines),Chemical cleaning (pickling & passivation) and final purging to removesolid contaminants conforming to Class VI of SAE 4059.

Routing of water pipe lines from mixed bed to storage tanks andtanker parking area as per isometric drawings approved during Detailengineering is the responsibility of the contractor. The circuits shall besubject to conventional tests & cleaning procedures as indicatedabove.

Page 19: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[11]

Final leak check of GN2 & water circuits (to appropriate operatingpressures) as per standard guidelines shall be the scope ofContractor. All the joints shall conform to bubble-tightness.

The Contractor shall arrange for constructing temporary sheds/ buildings forstoring materials, erection equipment, tools & tackles, etc. The Contractor’spersonnel shall not be permitted to reside inside the Department’s premisesafter the work. The Contractor shall arrange for transportation,accommodation, food, health care, etc. for their personnel.

3.2.9 A laboratory with adequate capability for analyzing the specified properties ofDM & DO free water shall be established in the building as shown in thelayout. The necessary instruments with their specification, make and modelno., etc. are indicated in Annexure 6 of this RFP. The contractor mustprocure the equipments with same specification, make and model no.

3.2.10 The specification of SS storage tanks is given in Annexure 2. Thespecification comprises functional requirements, list of accessories, testing &qualification norms, etc. However, the mechanical design of tanks shall becarried out by the contractor or sub vendor.

3.2.11 The specification of GN2 cylinders is given in Annexure 3 of this RFP. Thecylinders shall be procured and installed at identified location as indicated inthe Layout. Obtaining design approval for fabrication and filling permissionfrom PESO for the cylinders shall be scope of Contractor or the Sub-vendor.

3.2.12 The specification of pipelines & fittings and flow components viz. regulators,valves, pressure gauges, safety relief devices etc. are given in Annexure 4 ofthis RFP. All the pipelines & fittings and flow components shall conform torespective quality clauses. Installation of piping circuit lies with theContractor’s scope.

3.2.13 The specification of Mechanical evaporator (Spray dryer) is given inAnnexure 5 of this RFP. Procurement, installation & commissioning ofMechanical evaporator (Spray dryer) and associated components shall bethe scope of the Contractor.

3.2.14 Minor civil & structural works:

Though the Department is responsible for construction of buildings, sumps,trenches, foundations for major equipments, etc., construction of minor civilfoundations, pedestal, etc. for sub systems & piping lies with the scope of

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[11]

Final leak check of GN2 & water circuits (to appropriate operatingpressures) as per standard guidelines shall be the scope ofContractor. All the joints shall conform to bubble-tightness.

The Contractor shall arrange for constructing temporary sheds/ buildings forstoring materials, erection equipment, tools & tackles, etc. The Contractor’spersonnel shall not be permitted to reside inside the Department’s premisesafter the work. The Contractor shall arrange for transportation,accommodation, food, health care, etc. for their personnel.

3.2.9 A laboratory with adequate capability for analyzing the specified properties ofDM & DO free water shall be established in the building as shown in thelayout. The necessary instruments with their specification, make and modelno., etc. are indicated in Annexure 6 of this RFP. The contractor mustprocure the equipments with same specification, make and model no.

3.2.10 The specification of SS storage tanks is given in Annexure 2. Thespecification comprises functional requirements, list of accessories, testing &qualification norms, etc. However, the mechanical design of tanks shall becarried out by the contractor or sub vendor.

3.2.11 The specification of GN2 cylinders is given in Annexure 3 of this RFP. Thecylinders shall be procured and installed at identified location as indicated inthe Layout. Obtaining design approval for fabrication and filling permissionfrom PESO for the cylinders shall be scope of Contractor or the Sub-vendor.

3.2.12 The specification of pipelines & fittings and flow components viz. regulators,valves, pressure gauges, safety relief devices etc. are given in Annexure 4 ofthis RFP. All the pipelines & fittings and flow components shall conform torespective quality clauses. Installation of piping circuit lies with theContractor’s scope.

3.2.13 The specification of Mechanical evaporator (Spray dryer) is given inAnnexure 5 of this RFP. Procurement, installation & commissioning ofMechanical evaporator (Spray dryer) and associated components shall bethe scope of the Contractor.

3.2.14 Minor civil & structural works:

Though the Department is responsible for construction of buildings, sumps,trenches, foundations for major equipments, etc., construction of minor civilfoundations, pedestal, etc. for sub systems & piping lies with the scope of

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[11]

Final leak check of GN2 & water circuits (to appropriate operatingpressures) as per standard guidelines shall be the scope ofContractor. All the joints shall conform to bubble-tightness.

The Contractor shall arrange for constructing temporary sheds/ buildings forstoring materials, erection equipment, tools & tackles, etc. The Contractor’spersonnel shall not be permitted to reside inside the Department’s premisesafter the work. The Contractor shall arrange for transportation,accommodation, food, health care, etc. for their personnel.

3.2.9 A laboratory with adequate capability for analyzing the specified properties ofDM & DO free water shall be established in the building as shown in thelayout. The necessary instruments with their specification, make and modelno., etc. are indicated in Annexure 6 of this RFP. The contractor mustprocure the equipments with same specification, make and model no.

3.2.10 The specification of SS storage tanks is given in Annexure 2. Thespecification comprises functional requirements, list of accessories, testing &qualification norms, etc. However, the mechanical design of tanks shall becarried out by the contractor or sub vendor.

3.2.11 The specification of GN2 cylinders is given in Annexure 3 of this RFP. Thecylinders shall be procured and installed at identified location as indicated inthe Layout. Obtaining design approval for fabrication and filling permissionfrom PESO for the cylinders shall be scope of Contractor or the Sub-vendor.

3.2.12 The specification of pipelines & fittings and flow components viz. regulators,valves, pressure gauges, safety relief devices etc. are given in Annexure 4 ofthis RFP. All the pipelines & fittings and flow components shall conform torespective quality clauses. Installation of piping circuit lies with theContractor’s scope.

3.2.13 The specification of Mechanical evaporator (Spray dryer) is given inAnnexure 5 of this RFP. Procurement, installation & commissioning ofMechanical evaporator (Spray dryer) and associated components shall bethe scope of the Contractor.

3.2.14 Minor civil & structural works:

Though the Department is responsible for construction of buildings, sumps,trenches, foundations for major equipments, etc., construction of minor civilfoundations, pedestal, etc. for sub systems & piping lies with the scope of

Page 20: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[12]

Contractor. Also, minor structural works meant for piping supports, etc. shallbe the responsibility of Contractor.

For GN2 cylinders, a pedestal of size 15 m x 2 m of height 300 mm shall bebuilt by Department and cylinder skid shall be positioned over the bed by thecontractor. In case of grouting requirements proposed by the cylindermanufacturer, the same shall be executed by Contractor on the bed.

3.2.15 Insurance

The Contractor shall be responsible for Insurance as given in section 6.8 ofthis RFP document.

3.2.16 Commissioning

Commissioning of the plant shall be carried out by the Bidder. Following arethe salient check points of commissioning trials.

Leak check & preparedness of GN2 & water circuits Production of DM water at rated flow rate Establishment of properties of DM & DO free water Establishment of Output Per Re-generation (OPR) of mixed bed & O2

scavenger Establishment of flow rate final reject as per contractual norms

The leak check of GN2 & water circuits shall be carried out at respectiveoperating pressures (with GN2 medium). Preparedness of the circuitscomprises chemical cleaning of pipelines (before installation of flowcomponents) and ensuring the contamination levels in compliance withstipulated standards.

The initial production rate shall be assessed by IPRC personnel duringcommissioning trials. Commissioning of Mechanical evaporator (Spray dryer)is also the part of commissioning of the plant.

The specification of DM & DO free water, certified at the laboratory of plantshall be cross-verified at the IPRC laboratory on initial commissioning trials.Every production lot that is supplied to IPRC shall be certified by in-houselaboratory of the plant. However, IPRC holds the right to analyze the DM &DO free water at any point of time at their laboratory and the suggestionsshall be honored by the bidder.

The OPR of mixed bed & O2 scavenger shall be more than the specified limitand would be assessed during commissioning trials.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[12]

Contractor. Also, minor structural works meant for piping supports, etc. shallbe the responsibility of Contractor.

For GN2 cylinders, a pedestal of size 15 m x 2 m of height 300 mm shall bebuilt by Department and cylinder skid shall be positioned over the bed by thecontractor. In case of grouting requirements proposed by the cylindermanufacturer, the same shall be executed by Contractor on the bed.

3.2.15 Insurance

The Contractor shall be responsible for Insurance as given in section 6.8 ofthis RFP document.

3.2.16 Commissioning

Commissioning of the plant shall be carried out by the Bidder. Following arethe salient check points of commissioning trials.

Leak check & preparedness of GN2 & water circuits Production of DM water at rated flow rate Establishment of properties of DM & DO free water Establishment of Output Per Re-generation (OPR) of mixed bed & O2

scavenger Establishment of flow rate final reject as per contractual norms

The leak check of GN2 & water circuits shall be carried out at respectiveoperating pressures (with GN2 medium). Preparedness of the circuitscomprises chemical cleaning of pipelines (before installation of flowcomponents) and ensuring the contamination levels in compliance withstipulated standards.

The initial production rate shall be assessed by IPRC personnel duringcommissioning trials. Commissioning of Mechanical evaporator (Spray dryer)is also the part of commissioning of the plant.

The specification of DM & DO free water, certified at the laboratory of plantshall be cross-verified at the IPRC laboratory on initial commissioning trials.Every production lot that is supplied to IPRC shall be certified by in-houselaboratory of the plant. However, IPRC holds the right to analyze the DM &DO free water at any point of time at their laboratory and the suggestionsshall be honored by the bidder.

The OPR of mixed bed & O2 scavenger shall be more than the specified limitand would be assessed during commissioning trials.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[12]

Contractor. Also, minor structural works meant for piping supports, etc. shallbe the responsibility of Contractor.

For GN2 cylinders, a pedestal of size 15 m x 2 m of height 300 mm shall bebuilt by Department and cylinder skid shall be positioned over the bed by thecontractor. In case of grouting requirements proposed by the cylindermanufacturer, the same shall be executed by Contractor on the bed.

3.2.15 Insurance

The Contractor shall be responsible for Insurance as given in section 6.8 ofthis RFP document.

3.2.16 Commissioning

Commissioning of the plant shall be carried out by the Bidder. Following arethe salient check points of commissioning trials.

Leak check & preparedness of GN2 & water circuits Production of DM water at rated flow rate Establishment of properties of DM & DO free water Establishment of Output Per Re-generation (OPR) of mixed bed & O2

scavenger Establishment of flow rate final reject as per contractual norms

The leak check of GN2 & water circuits shall be carried out at respectiveoperating pressures (with GN2 medium). Preparedness of the circuitscomprises chemical cleaning of pipelines (before installation of flowcomponents) and ensuring the contamination levels in compliance withstipulated standards.

The initial production rate shall be assessed by IPRC personnel duringcommissioning trials. Commissioning of Mechanical evaporator (Spray dryer)is also the part of commissioning of the plant.

The specification of DM & DO free water, certified at the laboratory of plantshall be cross-verified at the IPRC laboratory on initial commissioning trials.Every production lot that is supplied to IPRC shall be certified by in-houselaboratory of the plant. However, IPRC holds the right to analyze the DM &DO free water at any point of time at their laboratory and the suggestionsshall be honored by the bidder.

The OPR of mixed bed & O2 scavenger shall be more than the specified limitand would be assessed during commissioning trials.

Page 21: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[13]

3.2.17 Documentation

The Contractor shall be responsible for documentation and the detailed listsof documents to be submitted shall be as per Section 6.12 of this RFPdocument.

3.2.18 Disposal:

Disposal of sludge and waste water/ chemicals into the ground is notpermitted and stipulated guidelines of Tamil Nadu Pollution Control Board(TNPCB) shall be adhered to. The re-generated liquid from various sourcesof the plant shall be neutralized in the Neutralizer pit (indicated in the layout)and should be disposed to Mechanical evaporator (Spray dryer) forevaporation. The solid wastes collected from neutralizer pit, clarifier,Mechanical evaporator (Spray dryer) and other sources shall be stored (inappropriate baggage, as per the guidelines of Tamil Nadu wastemanagement Ltd.) in the storage yard, indicated in the layout. The solidwastes shall be disposed by Department.

3.2.19 Operation & Maintenance:

The Contractor shall operate and maintain the plant on 24 x 7 basis for aperiod of 2 (Two) years after successful commissioning of the plant. Fillingof DM & DO free water in storage tanks/ department tankers and analysis &certification to specification after filling in to the tanks/ tankers shall be doneby the contractor. Salient activities are briefed in clause 5.4. Thetransportation to various IPRC facilities shall be under the scope ofDepartment. Since the operation involves work on round the clock basis,qualified manpower per shift shall be planned by the Contractor as per theguidelines given below.

Designation MinimumQualification

Shift basis No. ofpersonnel

Shift Supervisor Diploma or equivalent Per shift 1Shift Operators ITI or equivalent Per shift 1Helper 8th std. or equivalent Per shift 1Chemist B.Sc or equivalent General shift 1Helper 8th std. or equivalent General shift 1

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[13]

3.2.17 Documentation

The Contractor shall be responsible for documentation and the detailed listsof documents to be submitted shall be as per Section 6.12 of this RFPdocument.

3.2.18 Disposal:

Disposal of sludge and waste water/ chemicals into the ground is notpermitted and stipulated guidelines of Tamil Nadu Pollution Control Board(TNPCB) shall be adhered to. The re-generated liquid from various sourcesof the plant shall be neutralized in the Neutralizer pit (indicated in the layout)and should be disposed to Mechanical evaporator (Spray dryer) forevaporation. The solid wastes collected from neutralizer pit, clarifier,Mechanical evaporator (Spray dryer) and other sources shall be stored (inappropriate baggage, as per the guidelines of Tamil Nadu wastemanagement Ltd.) in the storage yard, indicated in the layout. The solidwastes shall be disposed by Department.

3.2.19 Operation & Maintenance:

The Contractor shall operate and maintain the plant on 24 x 7 basis for aperiod of 2 (Two) years after successful commissioning of the plant. Fillingof DM & DO free water in storage tanks/ department tankers and analysis &certification to specification after filling in to the tanks/ tankers shall be doneby the contractor. Salient activities are briefed in clause 5.4. Thetransportation to various IPRC facilities shall be under the scope ofDepartment. Since the operation involves work on round the clock basis,qualified manpower per shift shall be planned by the Contractor as per theguidelines given below.

Designation MinimumQualification

Shift basis No. ofpersonnel

Shift Supervisor Diploma or equivalent Per shift 1Shift Operators ITI or equivalent Per shift 1Helper 8th std. or equivalent Per shift 1Chemist B.Sc or equivalent General shift 1Helper 8th std. or equivalent General shift 1

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[13]

3.2.17 Documentation

The Contractor shall be responsible for documentation and the detailed listsof documents to be submitted shall be as per Section 6.12 of this RFPdocument.

3.2.18 Disposal:

Disposal of sludge and waste water/ chemicals into the ground is notpermitted and stipulated guidelines of Tamil Nadu Pollution Control Board(TNPCB) shall be adhered to. The re-generated liquid from various sourcesof the plant shall be neutralized in the Neutralizer pit (indicated in the layout)and should be disposed to Mechanical evaporator (Spray dryer) forevaporation. The solid wastes collected from neutralizer pit, clarifier,Mechanical evaporator (Spray dryer) and other sources shall be stored (inappropriate baggage, as per the guidelines of Tamil Nadu wastemanagement Ltd.) in the storage yard, indicated in the layout. The solidwastes shall be disposed by Department.

3.2.19 Operation & Maintenance:

The Contractor shall operate and maintain the plant on 24 x 7 basis for aperiod of 2 (Two) years after successful commissioning of the plant. Fillingof DM & DO free water in storage tanks/ department tankers and analysis &certification to specification after filling in to the tanks/ tankers shall be doneby the contractor. Salient activities are briefed in clause 5.4. Thetransportation to various IPRC facilities shall be under the scope ofDepartment. Since the operation involves work on round the clock basis,qualified manpower per shift shall be planned by the Contractor as per theguidelines given below.

Designation MinimumQualification

Shift basis No. ofpersonnel

Shift Supervisor Diploma or equivalent Per shift 1Shift Operators ITI or equivalent Per shift 1Helper 8th std. or equivalent Per shift 1Chemist B.Sc or equivalent General shift 1Helper 8th std. or equivalent General shift 1

Page 22: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[14]

Appropriate manpower for the Leave reserve period shall be planned as perapplicable statutory requirements. The salary and welfare of workingpersonnel viz. EPF, ESI, etc., shall meet the statutory requirements ofLabour laws.

4 PRE-QUALIFICATION CRITERIA

The Technical and Financial capabilities of the Bidder shall be ascertainedby Department based on the Pre-Qualification Criteria (PQC) describedhereunder.

4.1 Technical Competence: The Bidder must have complied with both thefollowing categories (4.1.1 and 4.1.2).

4.1.1 The Bidder must have established DM Water plant of capacities not lessthan 2 m3/hr (each) for a minimum of two vendors in the last seven yearsending 31.12.2019.

AND

4.1.2 The Bidder must have established RO Water plant of capacities not less than2 m3/hr (each) for a minimum of two vendors in the last seven years ending31.12.2019.

The Bidder shall submit copy of purchase order along with workcompletion certificate or acceptance certificate obtained from theclients or inspection release note issued by Third party inspectionagency in proof of the above.

4.2 Financial Competence:

4.2.1 The average annual financial turnover during the last 3 years of the Bidderending 31.03.2019 shall be a minimum of Rs. 1 crore.

The Bidder shall submit balance sheet audited by a financial firm inproof of the above.

5 REQUIREMENT AND SPECIFICATION

5.1 Specification of Raw water and products :

The detailed specification of available raw water at IPRC, Product DM waterand DO free water required are given in the following tables.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[14]

Appropriate manpower for the Leave reserve period shall be planned as perapplicable statutory requirements. The salary and welfare of workingpersonnel viz. EPF, ESI, etc., shall meet the statutory requirements ofLabour laws.

4 PRE-QUALIFICATION CRITERIA

The Technical and Financial capabilities of the Bidder shall be ascertainedby Department based on the Pre-Qualification Criteria (PQC) describedhereunder.

4.1 Technical Competence: The Bidder must have complied with both thefollowing categories (4.1.1 and 4.1.2).

4.1.1 The Bidder must have established DM Water plant of capacities not lessthan 2 m3/hr (each) for a minimum of two vendors in the last seven yearsending 31.12.2019.

AND

4.1.2 The Bidder must have established RO Water plant of capacities not less than2 m3/hr (each) for a minimum of two vendors in the last seven years ending31.12.2019.

The Bidder shall submit copy of purchase order along with workcompletion certificate or acceptance certificate obtained from theclients or inspection release note issued by Third party inspectionagency in proof of the above.

4.2 Financial Competence:

4.2.1 The average annual financial turnover during the last 3 years of the Bidderending 31.03.2019 shall be a minimum of Rs. 1 crore.

The Bidder shall submit balance sheet audited by a financial firm inproof of the above.

5 REQUIREMENT AND SPECIFICATION

5.1 Specification of Raw water and products :

The detailed specification of available raw water at IPRC, Product DM waterand DO free water required are given in the following tables.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[14]

Appropriate manpower for the Leave reserve period shall be planned as perapplicable statutory requirements. The salary and welfare of workingpersonnel viz. EPF, ESI, etc., shall meet the statutory requirements ofLabour laws.

4 PRE-QUALIFICATION CRITERIA

The Technical and Financial capabilities of the Bidder shall be ascertainedby Department based on the Pre-Qualification Criteria (PQC) describedhereunder.

4.1 Technical Competence: The Bidder must have complied with both thefollowing categories (4.1.1 and 4.1.2).

4.1.1 The Bidder must have established DM Water plant of capacities not lessthan 2 m3/hr (each) for a minimum of two vendors in the last seven yearsending 31.12.2019.

AND

4.1.2 The Bidder must have established RO Water plant of capacities not less than2 m3/hr (each) for a minimum of two vendors in the last seven years ending31.12.2019.

The Bidder shall submit copy of purchase order along with workcompletion certificate or acceptance certificate obtained from theclients or inspection release note issued by Third party inspectionagency in proof of the above.

4.2 Financial Competence:

4.2.1 The average annual financial turnover during the last 3 years of the Bidderending 31.03.2019 shall be a minimum of Rs. 1 crore.

The Bidder shall submit balance sheet audited by a financial firm inproof of the above.

5 REQUIREMENT AND SPECIFICATION

5.1 Specification of Raw water and products :

The detailed specification of available raw water at IPRC, Product DM waterand DO free water required are given in the following tables.

Page 23: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[15]

Table 1 - Parameters of Raw water of IPRCParameters Values

pH 6 to 8.3Conductivity, µS/cm 800Total Dissolved Solids, mg/l 400Chlorides, mg/l 110Iron, mg/l 1Total Hardness, mg/l 260Suspended matter, mg/l 10Dissolved CO2, mg/l 40Reactive Silica, mg/l 75Sulphate, mg/l 35Total Alkalinity, mg/l 250P Alkalinity 0Nitrates, mg/l 3.5Colour ColourlessAppearance Clear liquidOdour Odourless

Table2 - Parameters of product DM water& DO free waterParameters DM water DO free water

pH 7 ±0.2 7 ±0.2Conductivity, µS/cm < 1 < 1Total Dissolved Solids, mg/l < 0.8 < 0.8Chlorides, mg/l < 0.1 < 0.1Iron, mg/l < 1 < 1Total Hardness, mg/l < 1 < 1Suspended matter, mg/l < 5 < 5Dissolved CO2, mg/l < 0.1 < 0.1Silica, mg/l < 0.02 < 0.02Dissolved Oxygen, mg/l - < 1

Note : The permeate of RO bed-4 shall be equivalent to the specification ofRaw water as is to be circulated in the process stream.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[15]

Table 1 - Parameters of Raw water of IPRCParameters Values

pH 6 to 8.3Conductivity, µS/cm 800Total Dissolved Solids, mg/l 400Chlorides, mg/l 110Iron, mg/l 1Total Hardness, mg/l 260Suspended matter, mg/l 10Dissolved CO2, mg/l 40Reactive Silica, mg/l 75Sulphate, mg/l 35Total Alkalinity, mg/l 250P Alkalinity 0Nitrates, mg/l 3.5Colour ColourlessAppearance Clear liquidOdour Odourless

Table2 - Parameters of product DM water& DO free waterParameters DM water DO free water

pH 7 ±0.2 7 ±0.2Conductivity, µS/cm < 1 < 1Total Dissolved Solids, mg/l < 0.8 < 0.8Chlorides, mg/l < 0.1 < 0.1Iron, mg/l < 1 < 1Total Hardness, mg/l < 1 < 1Suspended matter, mg/l < 5 < 5Dissolved CO2, mg/l < 0.1 < 0.1Silica, mg/l < 0.02 < 0.02Dissolved Oxygen, mg/l - < 1

Note : The permeate of RO bed-4 shall be equivalent to the specification ofRaw water as is to be circulated in the process stream.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[15]

Table 1 - Parameters of Raw water of IPRCParameters Values

pH 6 to 8.3Conductivity, µS/cm 800Total Dissolved Solids, mg/l 400Chlorides, mg/l 110Iron, mg/l 1Total Hardness, mg/l 260Suspended matter, mg/l 10Dissolved CO2, mg/l 40Reactive Silica, mg/l 75Sulphate, mg/l 35Total Alkalinity, mg/l 250P Alkalinity 0Nitrates, mg/l 3.5Colour ColourlessAppearance Clear liquidOdour Odourless

Table2 - Parameters of product DM water& DO free waterParameters DM water DO free water

pH 7 ±0.2 7 ±0.2Conductivity, µS/cm < 1 < 1Total Dissolved Solids, mg/l < 0.8 < 0.8Chlorides, mg/l < 0.1 < 0.1Iron, mg/l < 1 < 1Total Hardness, mg/l < 1 < 1Suspended matter, mg/l < 5 < 5Dissolved CO2, mg/l < 0.1 < 0.1Silica, mg/l < 0.02 < 0.02Dissolved Oxygen, mg/l - < 1

Note : The permeate of RO bed-4 shall be equivalent to the specification ofRaw water as is to be circulated in the process stream.

Page 24: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[16]

Analysis of the specification of products (DM & DO free water) duringcommissioning shall be carried out and certified at IPRC laboratory andIPRC reserves the right to check the properties of above water at any pointof time after the plant goes on production mode.

Every production lot (transferred to tankers) is to be certified by thelaboratory installed at the proposed plant.

5.2 Salient requirements of DM water plant:

DM water DO free waterType : RO based – Mixed bed : Oxygen scavengerProduct Water flow rate : 2 m3/hr : 2 m3/hrOutput per re-generation : 100 m3 (minimum) : 15 m3 (minimum)Re-generation time : < 6 hrs : < 12 hrsModality of operation : Continuous (24 x 7) : Intermittent

(approximately 3times in a month fora duration of 5 hrseach)

The plant comprises essential major systems viz.RO beds, de-gasifier unit,mixed bed, O2 scavenger, High rate solid contact clarifier (HRSCC), stainlesssteel DM water storage tanks, High pressure GN2 cylinders, Mechanicalevaporator (Spray dryer), GN2 & water piping circuits with associated flowcomponents, etc. The Sub-systems viz. Low & High pressure pumps, filters,dosing systems, Instrumentation & measuring systems, air compressor,intermediate collection tanks, etc. shall be sized & installed by the contractor.A block diagram of a typical RO based DM water plant is given in Fig. 1 ofAnnexure 1.

Note : The block diagram is only indicative. Any of the sub-systemsmay be added/ deleted according to the design of Bidder.

5.3 Design and Sizing:

An indicative scheme of RO based-DM water plant is given in Fig. 3 ofAnnexure 1

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[16]

Analysis of the specification of products (DM & DO free water) duringcommissioning shall be carried out and certified at IPRC laboratory andIPRC reserves the right to check the properties of above water at any pointof time after the plant goes on production mode.

Every production lot (transferred to tankers) is to be certified by thelaboratory installed at the proposed plant.

5.2 Salient requirements of DM water plant:

DM water DO free waterType : RO based – Mixed bed : Oxygen scavengerProduct Water flow rate : 2 m3/hr : 2 m3/hrOutput per re-generation : 100 m3 (minimum) : 15 m3 (minimum)Re-generation time : < 6 hrs : < 12 hrsModality of operation : Continuous (24 x 7) : Intermittent

(approximately 3times in a month fora duration of 5 hrseach)

The plant comprises essential major systems viz.RO beds, de-gasifier unit,mixed bed, O2 scavenger, High rate solid contact clarifier (HRSCC), stainlesssteel DM water storage tanks, High pressure GN2 cylinders, Mechanicalevaporator (Spray dryer), GN2 & water piping circuits with associated flowcomponents, etc. The Sub-systems viz. Low & High pressure pumps, filters,dosing systems, Instrumentation & measuring systems, air compressor,intermediate collection tanks, etc. shall be sized & installed by the contractor.A block diagram of a typical RO based DM water plant is given in Fig. 1 ofAnnexure 1.

Note : The block diagram is only indicative. Any of the sub-systemsmay be added/ deleted according to the design of Bidder.

5.3 Design and Sizing:

An indicative scheme of RO based-DM water plant is given in Fig. 3 ofAnnexure 1

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[16]

Analysis of the specification of products (DM & DO free water) duringcommissioning shall be carried out and certified at IPRC laboratory andIPRC reserves the right to check the properties of above water at any pointof time after the plant goes on production mode.

Every production lot (transferred to tankers) is to be certified by thelaboratory installed at the proposed plant.

5.2 Salient requirements of DM water plant:

DM water DO free waterType : RO based – Mixed bed : Oxygen scavengerProduct Water flow rate : 2 m3/hr : 2 m3/hrOutput per re-generation : 100 m3 (minimum) : 15 m3 (minimum)Re-generation time : < 6 hrs : < 12 hrsModality of operation : Continuous (24 x 7) : Intermittent

(approximately 3times in a month fora duration of 5 hrseach)

The plant comprises essential major systems viz.RO beds, de-gasifier unit,mixed bed, O2 scavenger, High rate solid contact clarifier (HRSCC), stainlesssteel DM water storage tanks, High pressure GN2 cylinders, Mechanicalevaporator (Spray dryer), GN2 & water piping circuits with associated flowcomponents, etc. The Sub-systems viz. Low & High pressure pumps, filters,dosing systems, Instrumentation & measuring systems, air compressor,intermediate collection tanks, etc. shall be sized & installed by the contractor.A block diagram of a typical RO based DM water plant is given in Fig. 1 ofAnnexure 1.

Note : The block diagram is only indicative. Any of the sub-systemsmay be added/ deleted according to the design of Bidder.

5.3 Design and Sizing:

An indicative scheme of RO based-DM water plant is given in Fig. 3 ofAnnexure 1

Page 25: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[17]

The flow rates and quality of final product (2 m3/hr) is the essential elementsto be adhered to. Also, the final reject quantity shall be < 20% of the Rawwater supplied from sump. The flow rates and quality of permeate & rejectof intermediate beds given in the scheme are only indicative. Theseelements may be varied according to the design of bidder.

The design philosophy shall account the following features.

5.3.1 Selection of RO beds The block diagram indicates four RO bed scheme wherein DM water of

required quality and flow rate (2 m3/hr) shall be the final product. In order to reduce the final reject to less than 0.4 m3/hr (that is disposed to

evaporators), the scheme is proposed with four RO beds. The designer isfree to select number of beds provided the basic philosophy is met.

5.3.2 Selection of resin and sizing of de-gasifier unit, mixed bed column andoxygen scavenger. It shall be noted that, the requirement of DO free water isintermittent as specified above.

5.3.3 Selection of regeneration chemicals and working out the process ofregeneration.

5.3.4 Hydraulic design of the run and regeneration process. Pumping systems shall be sized by the bidder for the specified flow rates

and pressure. DMW storage tanks shall be of Stainless Steel (304L) material and of

capacity 30 m3 (2 nos.). The MAWP of the tank shall be 0.5 MPa,g. The DM & DO free water shall be transferred to tanks/ tankers (tankers

are fee-issued by Department) by water pump of adequate capacity. TheDO free water shall be transferred to tankers directly from the scavengerwith GN2 blanket in the tanker.

The reject water shall be transferred to neutralizer pit and water pump, ifrequired, shall be planned.

The re-generated liquid from various sources of plant viz, mixed bed, O2

scavenger, etc. shall be neutralized in the pit (with appropriate technology,making it compatible to let to spray dryer) and shall be transferred toMechanical evaporator (Spray dryer) using pump.

5.3.5 Estimation of volume of selected resin. Volume/ quantity of the selected resin of mixed bed and O2 scavenger

shall be determined.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[17]

The flow rates and quality of final product (2 m3/hr) is the essential elementsto be adhered to. Also, the final reject quantity shall be < 20% of the Rawwater supplied from sump. The flow rates and quality of permeate & rejectof intermediate beds given in the scheme are only indicative. Theseelements may be varied according to the design of bidder.

The design philosophy shall account the following features.

5.3.1 Selection of RO beds The block diagram indicates four RO bed scheme wherein DM water of

required quality and flow rate (2 m3/hr) shall be the final product. In order to reduce the final reject to less than 0.4 m3/hr (that is disposed to

evaporators), the scheme is proposed with four RO beds. The designer isfree to select number of beds provided the basic philosophy is met.

5.3.2 Selection of resin and sizing of de-gasifier unit, mixed bed column andoxygen scavenger. It shall be noted that, the requirement of DO free water isintermittent as specified above.

5.3.3 Selection of regeneration chemicals and working out the process ofregeneration.

5.3.4 Hydraulic design of the run and regeneration process. Pumping systems shall be sized by the bidder for the specified flow rates

and pressure. DMW storage tanks shall be of Stainless Steel (304L) material and of

capacity 30 m3 (2 nos.). The MAWP of the tank shall be 0.5 MPa,g. The DM & DO free water shall be transferred to tanks/ tankers (tankers

are fee-issued by Department) by water pump of adequate capacity. TheDO free water shall be transferred to tankers directly from the scavengerwith GN2 blanket in the tanker.

The reject water shall be transferred to neutralizer pit and water pump, ifrequired, shall be planned.

The re-generated liquid from various sources of plant viz, mixed bed, O2

scavenger, etc. shall be neutralized in the pit (with appropriate technology,making it compatible to let to spray dryer) and shall be transferred toMechanical evaporator (Spray dryer) using pump.

5.3.5 Estimation of volume of selected resin. Volume/ quantity of the selected resin of mixed bed and O2 scavenger

shall be determined.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[17]

The flow rates and quality of final product (2 m3/hr) is the essential elementsto be adhered to. Also, the final reject quantity shall be < 20% of the Rawwater supplied from sump. The flow rates and quality of permeate & rejectof intermediate beds given in the scheme are only indicative. Theseelements may be varied according to the design of bidder.

The design philosophy shall account the following features.

5.3.1 Selection of RO beds The block diagram indicates four RO bed scheme wherein DM water of

required quality and flow rate (2 m3/hr) shall be the final product. In order to reduce the final reject to less than 0.4 m3/hr (that is disposed to

evaporators), the scheme is proposed with four RO beds. The designer isfree to select number of beds provided the basic philosophy is met.

5.3.2 Selection of resin and sizing of de-gasifier unit, mixed bed column andoxygen scavenger. It shall be noted that, the requirement of DO free water isintermittent as specified above.

5.3.3 Selection of regeneration chemicals and working out the process ofregeneration.

5.3.4 Hydraulic design of the run and regeneration process. Pumping systems shall be sized by the bidder for the specified flow rates

and pressure. DMW storage tanks shall be of Stainless Steel (304L) material and of

capacity 30 m3 (2 nos.). The MAWP of the tank shall be 0.5 MPa,g. The DM & DO free water shall be transferred to tanks/ tankers (tankers

are fee-issued by Department) by water pump of adequate capacity. TheDO free water shall be transferred to tankers directly from the scavengerwith GN2 blanket in the tanker.

The reject water shall be transferred to neutralizer pit and water pump, ifrequired, shall be planned.

The re-generated liquid from various sources of plant viz, mixed bed, O2

scavenger, etc. shall be neutralized in the pit (with appropriate technology,making it compatible to let to spray dryer) and shall be transferred toMechanical evaporator (Spray dryer) using pump.

5.3.5 Estimation of volume of selected resin. Volume/ quantity of the selected resin of mixed bed and O2 scavenger

shall be determined.

Page 26: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[18]

5.4 Operation and maintenance:Salient features related to operation and maintenance are briefed hereunder.

5.4.1 Required manpower, consumables, tools and instruments for operation andmaintenance shall be arranged by the contractor.

5.4.2 The manpower shall be planned to work on shifts (on round the clock basis)to the meet the demands of IPRC.

5.4.3 Insurance shall be as per section 6.8.5.4.4 As vital projects and test schedules of IPRC are of national importance,

operation of plant without shut down is the primary requisite. Hence,adequate preventive maintenance programs shall be planned and adequatequantity of consumables and spares shall be kept in stock at any point oftime.

5.4.5 However, if periodical maintenance shutdown is called for, the same shall becarried out with the concurrence of Department and shall be only once in ayear.

5.4.6 Operation of in-house laboratory for analysis of DM & DO free water shall bethe responsibility of the contractor and adequate - qualified manpower (asper the guidelines of section 3.2.19) shall be deployed.

5.4.7 Following are the salient activities pertaining to Operation & maintenance.

Operation of Plants & equipments and Production of DM/ DO free wateras per the specification & demands and transfer to storage tanks &tankers.

Regeneration of Mixed bed & other sub systems, refurbishment of RObed cartridges, etc. as per stipulated periodicity.

Maintenance of pH & other requisites of Neutralizer pit. Collection of solid wastes from salient elements such as HRSCC,

Mechanical evaporator (Spray dryer), Neutralizer/ Over flow pits etc, drythem out, packing in appropriate gunny bags and storage at Solid wastesstorage yard.

Analysis of every production lot of DM/ DO free water for the stipulatedspecification and maintenance of laboratory instruments.

Periodical maintenance of installations such as Raw water sump,Neutralizer/ over flow pits, solid wastes storage yard, scrap yard etc.

Periodical maintenance of equipments viz. Storage tanks, Mechanicalevaporator (Spray dryer), etc. and Piping circuits & flow components.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[18]

5.4 Operation and maintenance:Salient features related to operation and maintenance are briefed hereunder.

5.4.1 Required manpower, consumables, tools and instruments for operation andmaintenance shall be arranged by the contractor.

5.4.2 The manpower shall be planned to work on shifts (on round the clock basis)to the meet the demands of IPRC.

5.4.3 Insurance shall be as per section 6.8.5.4.4 As vital projects and test schedules of IPRC are of national importance,

operation of plant without shut down is the primary requisite. Hence,adequate preventive maintenance programs shall be planned and adequatequantity of consumables and spares shall be kept in stock at any point oftime.

5.4.5 However, if periodical maintenance shutdown is called for, the same shall becarried out with the concurrence of Department and shall be only once in ayear.

5.4.6 Operation of in-house laboratory for analysis of DM & DO free water shall bethe responsibility of the contractor and adequate - qualified manpower (asper the guidelines of section 3.2.19) shall be deployed.

5.4.7 Following are the salient activities pertaining to Operation & maintenance.

Operation of Plants & equipments and Production of DM/ DO free wateras per the specification & demands and transfer to storage tanks &tankers.

Regeneration of Mixed bed & other sub systems, refurbishment of RObed cartridges, etc. as per stipulated periodicity.

Maintenance of pH & other requisites of Neutralizer pit. Collection of solid wastes from salient elements such as HRSCC,

Mechanical evaporator (Spray dryer), Neutralizer/ Over flow pits etc, drythem out, packing in appropriate gunny bags and storage at Solid wastesstorage yard.

Analysis of every production lot of DM/ DO free water for the stipulatedspecification and maintenance of laboratory instruments.

Periodical maintenance of installations such as Raw water sump,Neutralizer/ over flow pits, solid wastes storage yard, scrap yard etc.

Periodical maintenance of equipments viz. Storage tanks, Mechanicalevaporator (Spray dryer), etc. and Piping circuits & flow components.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[18]

5.4 Operation and maintenance:Salient features related to operation and maintenance are briefed hereunder.

5.4.1 Required manpower, consumables, tools and instruments for operation andmaintenance shall be arranged by the contractor.

5.4.2 The manpower shall be planned to work on shifts (on round the clock basis)to the meet the demands of IPRC.

5.4.3 Insurance shall be as per section 6.8.5.4.4 As vital projects and test schedules of IPRC are of national importance,

operation of plant without shut down is the primary requisite. Hence,adequate preventive maintenance programs shall be planned and adequatequantity of consumables and spares shall be kept in stock at any point oftime.

5.4.5 However, if periodical maintenance shutdown is called for, the same shall becarried out with the concurrence of Department and shall be only once in ayear.

5.4.6 Operation of in-house laboratory for analysis of DM & DO free water shall bethe responsibility of the contractor and adequate - qualified manpower (asper the guidelines of section 3.2.19) shall be deployed.

5.4.7 Following are the salient activities pertaining to Operation & maintenance.

Operation of Plants & equipments and Production of DM/ DO free wateras per the specification & demands and transfer to storage tanks &tankers.

Regeneration of Mixed bed & other sub systems, refurbishment of RObed cartridges, etc. as per stipulated periodicity.

Maintenance of pH & other requisites of Neutralizer pit. Collection of solid wastes from salient elements such as HRSCC,

Mechanical evaporator (Spray dryer), Neutralizer/ Over flow pits etc, drythem out, packing in appropriate gunny bags and storage at Solid wastesstorage yard.

Analysis of every production lot of DM/ DO free water for the stipulatedspecification and maintenance of laboratory instruments.

Periodical maintenance of installations such as Raw water sump,Neutralizer/ over flow pits, solid wastes storage yard, scrap yard etc.

Periodical maintenance of equipments viz. Storage tanks, Mechanicalevaporator (Spray dryer), etc. and Piping circuits & flow components.

Page 27: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[19]

Periodical re-qualification of Storage tanks & Safety relief valves as perthe guidelines of Department and that of other sub systems as perstandard norms.

Operation of HP GN2 system that include filling of cylinders, regulation torespective utilities, etc.

Maintenance of electrical circuits installed by the Contractor. Maintenance of appropriate log books for all the individual sub systems

viz. Parameters of Plant for every production lot, GN2 filling, Input/ Outputwater characteristics & quantities of Mechanical evaporator (Spray dryer),Quantity of Solid wastes generation, Production rate & supply to IPRCrequirements, Maintenance of pH in Neutralizer pit, Laboratory records.

Procurement of chemicals and other consumables required forcontinuous operation of the plant.

Procurement & maintenance of requisite Spares for all the equipments &sub systems for the fail-safe operation of the Plant.

Periodical training on updation of Technical know-how and safety for theoperating personnel.

Generation of monthly bills for the Department. Periodical remittance of Insurance of Plant & personnel. Maintenance of Garden and house-keeping of the entire premises of the

Plant.

5.5 Effluent treatment:

Zero Liquid Discharge (ZLD) is an essential criterion of this DM water plant.The design of RO scheme shall aim for minimum disposal (as per theguidelines given in clause 5.3) of water of high TDS. The regenerated liquidof mixed bed, O2 scavenger, intermediate elements, etc. shall be collected inthe Neutralizer pit (indicated in the preliminary layout). This water shall betreated with appropriate methodology in the pit for being admissible toMechanical evaporator (Spray dryer). The solid wastes stored in the storageyard (by the contractor) shall be disposed by Department.

The following details related to neutralizer system shall be presented toIPRC during Detail engineering.

Quantity & quality of high TDS water from RO bed and effluents generatedduring regeneration of mixed bed, O2 scavenger etc.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[19]

Periodical re-qualification of Storage tanks & Safety relief valves as perthe guidelines of Department and that of other sub systems as perstandard norms.

Operation of HP GN2 system that include filling of cylinders, regulation torespective utilities, etc.

Maintenance of electrical circuits installed by the Contractor. Maintenance of appropriate log books for all the individual sub systems

viz. Parameters of Plant for every production lot, GN2 filling, Input/ Outputwater characteristics & quantities of Mechanical evaporator (Spray dryer),Quantity of Solid wastes generation, Production rate & supply to IPRCrequirements, Maintenance of pH in Neutralizer pit, Laboratory records.

Procurement of chemicals and other consumables required forcontinuous operation of the plant.

Procurement & maintenance of requisite Spares for all the equipments &sub systems for the fail-safe operation of the Plant.

Periodical training on updation of Technical know-how and safety for theoperating personnel.

Generation of monthly bills for the Department. Periodical remittance of Insurance of Plant & personnel. Maintenance of Garden and house-keeping of the entire premises of the

Plant.

5.5 Effluent treatment:

Zero Liquid Discharge (ZLD) is an essential criterion of this DM water plant.The design of RO scheme shall aim for minimum disposal (as per theguidelines given in clause 5.3) of water of high TDS. The regenerated liquidof mixed bed, O2 scavenger, intermediate elements, etc. shall be collected inthe Neutralizer pit (indicated in the preliminary layout). This water shall betreated with appropriate methodology in the pit for being admissible toMechanical evaporator (Spray dryer). The solid wastes stored in the storageyard (by the contractor) shall be disposed by Department.

The following details related to neutralizer system shall be presented toIPRC during Detail engineering.

Quantity & quality of high TDS water from RO bed and effluents generatedduring regeneration of mixed bed, O2 scavenger etc.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[19]

Periodical re-qualification of Storage tanks & Safety relief valves as perthe guidelines of Department and that of other sub systems as perstandard norms.

Operation of HP GN2 system that include filling of cylinders, regulation torespective utilities, etc.

Maintenance of electrical circuits installed by the Contractor. Maintenance of appropriate log books for all the individual sub systems

viz. Parameters of Plant for every production lot, GN2 filling, Input/ Outputwater characteristics & quantities of Mechanical evaporator (Spray dryer),Quantity of Solid wastes generation, Production rate & supply to IPRCrequirements, Maintenance of pH in Neutralizer pit, Laboratory records.

Procurement of chemicals and other consumables required forcontinuous operation of the plant.

Procurement & maintenance of requisite Spares for all the equipments &sub systems for the fail-safe operation of the Plant.

Periodical training on updation of Technical know-how and safety for theoperating personnel.

Generation of monthly bills for the Department. Periodical remittance of Insurance of Plant & personnel. Maintenance of Garden and house-keeping of the entire premises of the

Plant.

5.5 Effluent treatment:

Zero Liquid Discharge (ZLD) is an essential criterion of this DM water plant.The design of RO scheme shall aim for minimum disposal (as per theguidelines given in clause 5.3) of water of high TDS. The regenerated liquidof mixed bed, O2 scavenger, intermediate elements, etc. shall be collected inthe Neutralizer pit (indicated in the preliminary layout). This water shall betreated with appropriate methodology in the pit for being admissible toMechanical evaporator (Spray dryer). The solid wastes stored in the storageyard (by the contractor) shall be disposed by Department.

The following details related to neutralizer system shall be presented toIPRC during Detail engineering.

Quantity & quality of high TDS water from RO bed and effluents generatedduring regeneration of mixed bed, O2 scavenger etc.

Page 28: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[20]

Scheme of neutralizer system and its operating principles Operation & maintenance procedures of Mechanical evaporator (Spray

dryer)

The effluent treatment certification shall be renewed periodically according tothe guidelines of central/ state statutory body.

5.6 Safety:Safety of the system and human beings are of utmost importance andadequate safety measures stipulated by the guidelines of appropriatestatutory body shall be adhered to during every phase of initialization andoperation of the plant.

The safety features related to plant shall be the responsibility of theContractor. However, the general safety elements viz. safety showers, firealarms, fire fighting water terminals and smoke detectors shall be installed byDepartment along with the civil structures.

Following safety measures of the plant shall be addressed during Detailengineering.

Storage and handling of chemicals Electrical safety Personal protective equipments made available Training details of personnel on safety in handling chemicals and

operation of the plant Statutory clearance for operation of the plant, if any.

5.7 Salient features of sub-systems:

5.7.1 Raw water shall be filled (through pipe lines) by Department in the Rawwater sump of approximate capacity 100 m3. The sump shall be of eithercircular or rectangular cross-section. Raw water pumping unit with adequategauges and feed circuit for pumping water from the sump to the plant shallbe planned by the Contractor. Material of the feed systems shall becompatible to the corrosive nature of raw water. Redundant pump of samecapacity shall be planned for un-interrupted process. Specification of thepump and its power requirement shall be indicated in the bid.

5.7.2 Following instruments shall be planned at appropriate locations, as indicated.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[20]

Scheme of neutralizer system and its operating principles Operation & maintenance procedures of Mechanical evaporator (Spray

dryer)

The effluent treatment certification shall be renewed periodically according tothe guidelines of central/ state statutory body.

5.6 Safety:Safety of the system and human beings are of utmost importance andadequate safety measures stipulated by the guidelines of appropriatestatutory body shall be adhered to during every phase of initialization andoperation of the plant.

The safety features related to plant shall be the responsibility of theContractor. However, the general safety elements viz. safety showers, firealarms, fire fighting water terminals and smoke detectors shall be installed byDepartment along with the civil structures.

Following safety measures of the plant shall be addressed during Detailengineering.

Storage and handling of chemicals Electrical safety Personal protective equipments made available Training details of personnel on safety in handling chemicals and

operation of the plant Statutory clearance for operation of the plant, if any.

5.7 Salient features of sub-systems:

5.7.1 Raw water shall be filled (through pipe lines) by Department in the Rawwater sump of approximate capacity 100 m3. The sump shall be of eithercircular or rectangular cross-section. Raw water pumping unit with adequategauges and feed circuit for pumping water from the sump to the plant shallbe planned by the Contractor. Material of the feed systems shall becompatible to the corrosive nature of raw water. Redundant pump of samecapacity shall be planned for un-interrupted process. Specification of thepump and its power requirement shall be indicated in the bid.

5.7.2 Following instruments shall be planned at appropriate locations, as indicated.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[20]

Scheme of neutralizer system and its operating principles Operation & maintenance procedures of Mechanical evaporator (Spray

dryer)

The effluent treatment certification shall be renewed periodically according tothe guidelines of central/ state statutory body.

5.6 Safety:Safety of the system and human beings are of utmost importance andadequate safety measures stipulated by the guidelines of appropriatestatutory body shall be adhered to during every phase of initialization andoperation of the plant.

The safety features related to plant shall be the responsibility of theContractor. However, the general safety elements viz. safety showers, firealarms, fire fighting water terminals and smoke detectors shall be installed byDepartment along with the civil structures.

Following safety measures of the plant shall be addressed during Detailengineering.

Storage and handling of chemicals Electrical safety Personal protective equipments made available Training details of personnel on safety in handling chemicals and

operation of the plant Statutory clearance for operation of the plant, if any.

5.7 Salient features of sub-systems:

5.7.1 Raw water shall be filled (through pipe lines) by Department in the Rawwater sump of approximate capacity 100 m3. The sump shall be of eithercircular or rectangular cross-section. Raw water pumping unit with adequategauges and feed circuit for pumping water from the sump to the plant shallbe planned by the Contractor. Material of the feed systems shall becompatible to the corrosive nature of raw water. Redundant pump of samecapacity shall be planned for un-interrupted process. Specification of thepump and its power requirement shall be indicated in the bid.

5.7.2 Following instruments shall be planned at appropriate locations, as indicated.

Page 29: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[21]

5.7.2.1 Pressure gauges at suction & discharge of transfer pumps & blowers.5.7.2.2 On-line conductivity meters at the permeate of all RO beds and outlet of

mixed bed.5.7.2.3 On-line pH meters at the outlet of mixed bed, neutralizer system and

permeate of RO bed-4.5.7.2.4 Rotameters at the inlet & outlet of filters, feed & permeate of RO beds and

outlet of mixed bed.5.7.2.5 Low & high pressure switches for high pressure pumps of RO beds.5.7.2.6 Level indicator for permeate/ storage tanks.

In addition, other instruments viz. silt density index (SDI) kit, etc. may beplanned on need basis.

5.7.3 Procurement and installation of DM water storage tanks with accessories isthe responsibility of the Contractor. Detailed specification of the same isgiven in Annexure-2. Associated transfer pumps, etc. shall be planned bycontractor.

5.7.4 Procurement and installation of GN2 cylinders is the responsibility of theContractor. Detailed specification of the same is given in Annexure 3. Theessential design approval &filling permission from PESO shall be obtained byContractor/ Sub-vendor. The GN2 fill point shall be provided by Departmentnear the cylinders. During operation of the plant, GN2 will be provided byDepartment to the maximum pressure of 30 MPa, on request by Contractor.The filling activity shall be carried out by Contractor.

5.7.5 Procurement, Installation, testing and preparation of piping circuits withassociated flow components of GN2 & water systems is the responsibility ofContractor. The P&I diagram and detailed specification of flow components isgiven in Annexure 4. The installation shall be carried out as per layout &isometric drawings approved during Detail engineering.

5.7.6 Procurement, Installation & commissioning of Mechanical evaporator (Spraydryer) and associated components is the responsibility of Contractor. Thespecification of the same is given in Annexure 5.

5.7.7 Procurement and operation of DM & DO free water transport tankers is theresponsibility of the Department. However, the contractor shall beresponsible for filling the tankers and analyzing the stored water. DM/ DO

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[21]

5.7.2.1 Pressure gauges at suction & discharge of transfer pumps & blowers.5.7.2.2 On-line conductivity meters at the permeate of all RO beds and outlet of

mixed bed.5.7.2.3 On-line pH meters at the outlet of mixed bed, neutralizer system and

permeate of RO bed-4.5.7.2.4 Rotameters at the inlet & outlet of filters, feed & permeate of RO beds and

outlet of mixed bed.5.7.2.5 Low & high pressure switches for high pressure pumps of RO beds.5.7.2.6 Level indicator for permeate/ storage tanks.

In addition, other instruments viz. silt density index (SDI) kit, etc. may beplanned on need basis.

5.7.3 Procurement and installation of DM water storage tanks with accessories isthe responsibility of the Contractor. Detailed specification of the same isgiven in Annexure-2. Associated transfer pumps, etc. shall be planned bycontractor.

5.7.4 Procurement and installation of GN2 cylinders is the responsibility of theContractor. Detailed specification of the same is given in Annexure 3. Theessential design approval &filling permission from PESO shall be obtained byContractor/ Sub-vendor. The GN2 fill point shall be provided by Departmentnear the cylinders. During operation of the plant, GN2 will be provided byDepartment to the maximum pressure of 30 MPa, on request by Contractor.The filling activity shall be carried out by Contractor.

5.7.5 Procurement, Installation, testing and preparation of piping circuits withassociated flow components of GN2 & water systems is the responsibility ofContractor. The P&I diagram and detailed specification of flow components isgiven in Annexure 4. The installation shall be carried out as per layout &isometric drawings approved during Detail engineering.

5.7.6 Procurement, Installation & commissioning of Mechanical evaporator (Spraydryer) and associated components is the responsibility of Contractor. Thespecification of the same is given in Annexure 5.

5.7.7 Procurement and operation of DM & DO free water transport tankers is theresponsibility of the Department. However, the contractor shall beresponsible for filling the tankers and analyzing the stored water. DM/ DO

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[21]

5.7.2.1 Pressure gauges at suction & discharge of transfer pumps & blowers.5.7.2.2 On-line conductivity meters at the permeate of all RO beds and outlet of

mixed bed.5.7.2.3 On-line pH meters at the outlet of mixed bed, neutralizer system and

permeate of RO bed-4.5.7.2.4 Rotameters at the inlet & outlet of filters, feed & permeate of RO beds and

outlet of mixed bed.5.7.2.5 Low & high pressure switches for high pressure pumps of RO beds.5.7.2.6 Level indicator for permeate/ storage tanks.

In addition, other instruments viz. silt density index (SDI) kit, etc. may beplanned on need basis.

5.7.3 Procurement and installation of DM water storage tanks with accessories isthe responsibility of the Contractor. Detailed specification of the same isgiven in Annexure-2. Associated transfer pumps, etc. shall be planned bycontractor.

5.7.4 Procurement and installation of GN2 cylinders is the responsibility of theContractor. Detailed specification of the same is given in Annexure 3. Theessential design approval &filling permission from PESO shall be obtained byContractor/ Sub-vendor. The GN2 fill point shall be provided by Departmentnear the cylinders. During operation of the plant, GN2 will be provided byDepartment to the maximum pressure of 30 MPa, on request by Contractor.The filling activity shall be carried out by Contractor.

5.7.5 Procurement, Installation, testing and preparation of piping circuits withassociated flow components of GN2 & water systems is the responsibility ofContractor. The P&I diagram and detailed specification of flow components isgiven in Annexure 4. The installation shall be carried out as per layout &isometric drawings approved during Detail engineering.

5.7.6 Procurement, Installation & commissioning of Mechanical evaporator (Spraydryer) and associated components is the responsibility of Contractor. Thespecification of the same is given in Annexure 5.

5.7.7 Procurement and operation of DM & DO free water transport tankers is theresponsibility of the Department. However, the contractor shall beresponsible for filling the tankers and analyzing the stored water. DM/ DO

Page 30: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[22]

free water shall be transferred to tankers using water pump of adequatecapacity. DO free water shall be filled in tankers with blanketing of gaseousNitrogen. Media substitution of DO free water tanker (before filling) andmaintenance of GN2 blanketing (during filling) by operation of GN2 regulationsystem are the responsibilities of the Contractor.

5.8 Vendor directory for supply of sub-systems of Plant:

The sub-systems of following make shall be procured from the Vendordirectory given hereunder. The conditions stipulated in section 3.2.3 shall beadhered to for procurement from other sources.

Sub-system Make / Vendor

Pumps/ Motors……… : Kirloskar/ Grundfos/ Ebara/ Johnson/ MiltonRoy/ Ebara/ CRI

RO Membranes……... : Hydramem/ Pentair/ Ecoline/ FilmtecDosing/ CIP tanks…... : CantexBlower……………….. : ContinentalResin…………………. : Ion exchange/ AuchliteAir compressor……… : Elgi equipments/ Everest/ Ingersoll randPressure gauge…….. : Weka/ H Guru/ PNC/Conductivity meter….. : Indion/ AsterpH meter…………….. : Indion/ AsterRotameter……………. : AsterPressure switch……... : DanfossLevel Indicator………. : V Automat, TechtrolMCC Panels…………. : SiemensPower & Controlcables………………… : PolycabSwitch gears…………. : L&T

Ultra filtrationmembrane……………. : Hyflux

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[22]

free water shall be transferred to tankers using water pump of adequatecapacity. DO free water shall be filled in tankers with blanketing of gaseousNitrogen. Media substitution of DO free water tanker (before filling) andmaintenance of GN2 blanketing (during filling) by operation of GN2 regulationsystem are the responsibilities of the Contractor.

5.8 Vendor directory for supply of sub-systems of Plant:

The sub-systems of following make shall be procured from the Vendordirectory given hereunder. The conditions stipulated in section 3.2.3 shall beadhered to for procurement from other sources.

Sub-system Make / Vendor

Pumps/ Motors……… : Kirloskar/ Grundfos/ Ebara/ Johnson/ MiltonRoy/ Ebara/ CRI

RO Membranes……... : Hydramem/ Pentair/ Ecoline/ FilmtecDosing/ CIP tanks…... : CantexBlower……………….. : ContinentalResin…………………. : Ion exchange/ AuchliteAir compressor……… : Elgi equipments/ Everest/ Ingersoll randPressure gauge…….. : Weka/ H Guru/ PNC/Conductivity meter….. : Indion/ AsterpH meter…………….. : Indion/ AsterRotameter……………. : AsterPressure switch……... : DanfossLevel Indicator………. : V Automat, TechtrolMCC Panels…………. : SiemensPower & Controlcables………………… : PolycabSwitch gears…………. : L&T

Ultra filtrationmembrane……………. : Hyflux

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[22]

free water shall be transferred to tankers using water pump of adequatecapacity. DO free water shall be filled in tankers with blanketing of gaseousNitrogen. Media substitution of DO free water tanker (before filling) andmaintenance of GN2 blanketing (during filling) by operation of GN2 regulationsystem are the responsibilities of the Contractor.

5.8 Vendor directory for supply of sub-systems of Plant:

The sub-systems of following make shall be procured from the Vendordirectory given hereunder. The conditions stipulated in section 3.2.3 shall beadhered to for procurement from other sources.

Sub-system Make / Vendor

Pumps/ Motors……… : Kirloskar/ Grundfos/ Ebara/ Johnson/ MiltonRoy/ Ebara/ CRI

RO Membranes……... : Hydramem/ Pentair/ Ecoline/ FilmtecDosing/ CIP tanks…... : CantexBlower……………….. : ContinentalResin…………………. : Ion exchange/ AuchliteAir compressor……… : Elgi equipments/ Everest/ Ingersoll randPressure gauge…….. : Weka/ H Guru/ PNC/Conductivity meter….. : Indion/ AsterpH meter…………….. : Indion/ AsterRotameter……………. : AsterPressure switch……... : DanfossLevel Indicator………. : V Automat, TechtrolMCC Panels…………. : SiemensPower & Controlcables………………… : PolycabSwitch gears…………. : L&T

Ultra filtrationmembrane……………. : Hyflux

Page 31: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[23]

6 TERMS AND CONDITIONS

General, commercial and legal terms and conditions to be incorporated inthe Contract to be entered into between the Department and the Contractorare given in this Section.

Standard formats for Bank Guarantee (BG), Indemnity bond andPerformance Bank Guarantee (PBG) shall be provided to the successfulbidder along with the contract. Contractors who are Public SectorEnterprises under Government of India may provide Indemnity bond in lieu ofBG/ PBG.

6.1 Contract Structure:

6.1.1 Entire Agreement

The Contract to be entered into shall convey the final agreement betweenthe Department and the Contractor on the terms and conditions and be acomplete & exclusive statement of the terms of the agreement.

6.1.2 Mode of Operation

The contractor shall be responsible for the overall Project management ofthe Contract and directly accountable to the Department for completefulfillment of all the contractual obligations.

6.1.3 Effective Date of Contract

The Contract shall become effective from the date of signing by the Parties.The “Date of Contract” referred to in this document shall mean the effectivedate of the Contract.

6.1.4 Cancellation of Contract

The Department will have the right, at any time, to cancel the Contract eitherwholly or in part by giving written notice by 1 (One) month in advance. TheContractor shall undertake to observe the instructions of the Department asto the winding up of the Contract both on their own part and on the part oftheir Sub-contractor(s).

In the case of cancellation of the Contract by the Department without anyfault of the Contractor, the Contractor shall forthwith take the necessary stepsto implement the Department’s instructions. The period to be allowed to

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[23]

6 TERMS AND CONDITIONS

General, commercial and legal terms and conditions to be incorporated inthe Contract to be entered into between the Department and the Contractorare given in this Section.

Standard formats for Bank Guarantee (BG), Indemnity bond andPerformance Bank Guarantee (PBG) shall be provided to the successfulbidder along with the contract. Contractors who are Public SectorEnterprises under Government of India may provide Indemnity bond in lieu ofBG/ PBG.

6.1 Contract Structure:

6.1.1 Entire Agreement

The Contract to be entered into shall convey the final agreement betweenthe Department and the Contractor on the terms and conditions and be acomplete & exclusive statement of the terms of the agreement.

6.1.2 Mode of Operation

The contractor shall be responsible for the overall Project management ofthe Contract and directly accountable to the Department for completefulfillment of all the contractual obligations.

6.1.3 Effective Date of Contract

The Contract shall become effective from the date of signing by the Parties.The “Date of Contract” referred to in this document shall mean the effectivedate of the Contract.

6.1.4 Cancellation of Contract

The Department will have the right, at any time, to cancel the Contract eitherwholly or in part by giving written notice by 1 (One) month in advance. TheContractor shall undertake to observe the instructions of the Department asto the winding up of the Contract both on their own part and on the part oftheir Sub-contractor(s).

In the case of cancellation of the Contract by the Department without anyfault of the Contractor, the Contractor shall forthwith take the necessary stepsto implement the Department’s instructions. The period to be allowed to

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[23]

6 TERMS AND CONDITIONS

General, commercial and legal terms and conditions to be incorporated inthe Contract to be entered into between the Department and the Contractorare given in this Section.

Standard formats for Bank Guarantee (BG), Indemnity bond andPerformance Bank Guarantee (PBG) shall be provided to the successfulbidder along with the contract. Contractors who are Public SectorEnterprises under Government of India may provide Indemnity bond in lieu ofBG/ PBG.

6.1 Contract Structure:

6.1.1 Entire Agreement

The Contract to be entered into shall convey the final agreement betweenthe Department and the Contractor on the terms and conditions and be acomplete & exclusive statement of the terms of the agreement.

6.1.2 Mode of Operation

The contractor shall be responsible for the overall Project management ofthe Contract and directly accountable to the Department for completefulfillment of all the contractual obligations.

6.1.3 Effective Date of Contract

The Contract shall become effective from the date of signing by the Parties.The “Date of Contract” referred to in this document shall mean the effectivedate of the Contract.

6.1.4 Cancellation of Contract

The Department will have the right, at any time, to cancel the Contract eitherwholly or in part by giving written notice by 1 (One) month in advance. TheContractor shall undertake to observe the instructions of the Department asto the winding up of the Contract both on their own part and on the part oftheir Sub-contractor(s).

In the case of cancellation of the Contract by the Department without anyfault of the Contractor, the Contractor shall forthwith take the necessary stepsto implement the Department’s instructions. The period to be allowed to

Page 32: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[24]

implement shall be fixed by the Department after consultation with Contractorand, in general, shall not exceed 3 (Three) months.

Subject to the Contractor conforming to the instructions given above, theDepartment will take over from the Contractor, at a fair and reasonable price,all finished parts not yet delivered to the Department, all unused andundamaged materials, bought-out components and articles in course offabrication in the possession of the Contractor for the performance of theContract, except such material, which the Contractor shall, with theagreement of the Department, elect to retain.

The Department will, in no circumstance, be liable to pay any sum which,when added to the other sums paid, due or becoming due to the Contractorunder the Contract and its Amendment, if any, exceeds the total payment forthe work set forth in the Contract and its Amendment, if any.

The ownership of all materials, part and unfinished work paid for by theDepartment under the provisions of this Section shall be vested in ortransferred to the Department as soon as they have been paid for.

6.1.5 Contractor’s Default Liability

The Department shall reserve the right to terminate the Contract in thecircumstances detailed hereunder upon issue of 1 (One) month prior noticeof default to the Contractors.

If the Contractor fails to execute the Contract, due to reasons notattributable to the Department, within the period specified in theContract or within the period for which extension may be granted bythe Department.

If the Contractor fails to rectify, reconstruct or replace any defectivesystem/ subsystem/ equipment within a period of 30 (Thirty) days fromthe date of notice issued by the Department or if the Contractor delays,suspends or is unable to complete the system/ subsystem/ equipmentby the date mutually agreed upon.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[24]

implement shall be fixed by the Department after consultation with Contractorand, in general, shall not exceed 3 (Three) months.

Subject to the Contractor conforming to the instructions given above, theDepartment will take over from the Contractor, at a fair and reasonable price,all finished parts not yet delivered to the Department, all unused andundamaged materials, bought-out components and articles in course offabrication in the possession of the Contractor for the performance of theContract, except such material, which the Contractor shall, with theagreement of the Department, elect to retain.

The Department will, in no circumstance, be liable to pay any sum which,when added to the other sums paid, due or becoming due to the Contractorunder the Contract and its Amendment, if any, exceeds the total payment forthe work set forth in the Contract and its Amendment, if any.

The ownership of all materials, part and unfinished work paid for by theDepartment under the provisions of this Section shall be vested in ortransferred to the Department as soon as they have been paid for.

6.1.5 Contractor’s Default Liability

The Department shall reserve the right to terminate the Contract in thecircumstances detailed hereunder upon issue of 1 (One) month prior noticeof default to the Contractors.

If the Contractor fails to execute the Contract, due to reasons notattributable to the Department, within the period specified in theContract or within the period for which extension may be granted bythe Department.

If the Contractor fails to rectify, reconstruct or replace any defectivesystem/ subsystem/ equipment within a period of 30 (Thirty) days fromthe date of notice issued by the Department or if the Contractor delays,suspends or is unable to complete the system/ subsystem/ equipmentby the date mutually agreed upon.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[24]

implement shall be fixed by the Department after consultation with Contractorand, in general, shall not exceed 3 (Three) months.

Subject to the Contractor conforming to the instructions given above, theDepartment will take over from the Contractor, at a fair and reasonable price,all finished parts not yet delivered to the Department, all unused andundamaged materials, bought-out components and articles in course offabrication in the possession of the Contractor for the performance of theContract, except such material, which the Contractor shall, with theagreement of the Department, elect to retain.

The Department will, in no circumstance, be liable to pay any sum which,when added to the other sums paid, due or becoming due to the Contractorunder the Contract and its Amendment, if any, exceeds the total payment forthe work set forth in the Contract and its Amendment, if any.

The ownership of all materials, part and unfinished work paid for by theDepartment under the provisions of this Section shall be vested in ortransferred to the Department as soon as they have been paid for.

6.1.5 Contractor’s Default Liability

The Department shall reserve the right to terminate the Contract in thecircumstances detailed hereunder upon issue of 1 (One) month prior noticeof default to the Contractors.

If the Contractor fails to execute the Contract, due to reasons notattributable to the Department, within the period specified in theContract or within the period for which extension may be granted bythe Department.

If the Contractor fails to rectify, reconstruct or replace any defectivesystem/ subsystem/ equipment within a period of 30 (Thirty) days fromthe date of notice issued by the Department or if the Contractor delays,suspends or is unable to complete the system/ subsystem/ equipmentby the date mutually agreed upon.

Page 33: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[25]

If the Contractor commits breach of any terms and conditions of theContract after the Contractor has been given a reasonable period oftime to make good the breach.

If the Government of India decides to terminate the Contract in publicinterest.

When the Contractor makes themselves liable for action under thecircumstances mentioned above, the Department will have the power toforfeit any BG or SD submitted by the Contractor and the Contractor shallhave no claim for damages whatsoever on such forfeiture.

The work remaining to be completed at the time of termination of theContract shall be got executed through any other Contractor, in which casethe expenses, which may be incurred in excess of sums, which would havebeen paid to the original Contractor, had the whole work been executed bythem, shall be recovered from the original Contractor.

If the work happens to be terminated as provided in Section 6.1.4, theDepartment, in addition to any other right provided, may require theContractor to change the title and deliver to the Department in the mannerand as directed by the Department.

Any completed system/ subsystem/ equipment

Such partially completed system/ subsystem/ equipment/ drawings/information, which Contractor specifically produced/ acquired for theperformance of the work.

The Department will pay to the Contractor, as per mutually agreed price, forcompleted system/ subsystem/ equipment delivered to and accepted by theDepartment and for manufacturing materials delivered and accepted. For thepartially completed system/ subsystem/ equipment delivered to and acceptedby the Department, payment will be made at mutually agreed prices. Aftertermination of the Contract, the balance items of work shall be executed bythe Department through other agencies.

Intermediary agent: The Contractor shall declare that no company, firm orperson other than full time bona-fide employee working solely for the

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[25]

If the Contractor commits breach of any terms and conditions of theContract after the Contractor has been given a reasonable period oftime to make good the breach.

If the Government of India decides to terminate the Contract in publicinterest.

When the Contractor makes themselves liable for action under thecircumstances mentioned above, the Department will have the power toforfeit any BG or SD submitted by the Contractor and the Contractor shallhave no claim for damages whatsoever on such forfeiture.

The work remaining to be completed at the time of termination of theContract shall be got executed through any other Contractor, in which casethe expenses, which may be incurred in excess of sums, which would havebeen paid to the original Contractor, had the whole work been executed bythem, shall be recovered from the original Contractor.

If the work happens to be terminated as provided in Section 6.1.4, theDepartment, in addition to any other right provided, may require theContractor to change the title and deliver to the Department in the mannerand as directed by the Department.

Any completed system/ subsystem/ equipment

Such partially completed system/ subsystem/ equipment/ drawings/information, which Contractor specifically produced/ acquired for theperformance of the work.

The Department will pay to the Contractor, as per mutually agreed price, forcompleted system/ subsystem/ equipment delivered to and accepted by theDepartment and for manufacturing materials delivered and accepted. For thepartially completed system/ subsystem/ equipment delivered to and acceptedby the Department, payment will be made at mutually agreed prices. Aftertermination of the Contract, the balance items of work shall be executed bythe Department through other agencies.

Intermediary agent: The Contractor shall declare that no company, firm orperson other than full time bona-fide employee working solely for the

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[25]

If the Contractor commits breach of any terms and conditions of theContract after the Contractor has been given a reasonable period oftime to make good the breach.

If the Government of India decides to terminate the Contract in publicinterest.

When the Contractor makes themselves liable for action under thecircumstances mentioned above, the Department will have the power toforfeit any BG or SD submitted by the Contractor and the Contractor shallhave no claim for damages whatsoever on such forfeiture.

The work remaining to be completed at the time of termination of theContract shall be got executed through any other Contractor, in which casethe expenses, which may be incurred in excess of sums, which would havebeen paid to the original Contractor, had the whole work been executed bythem, shall be recovered from the original Contractor.

If the work happens to be terminated as provided in Section 6.1.4, theDepartment, in addition to any other right provided, may require theContractor to change the title and deliver to the Department in the mannerand as directed by the Department.

Any completed system/ subsystem/ equipment

Such partially completed system/ subsystem/ equipment/ drawings/information, which Contractor specifically produced/ acquired for theperformance of the work.

The Department will pay to the Contractor, as per mutually agreed price, forcompleted system/ subsystem/ equipment delivered to and accepted by theDepartment and for manufacturing materials delivered and accepted. For thepartially completed system/ subsystem/ equipment delivered to and acceptedby the Department, payment will be made at mutually agreed prices. Aftertermination of the Contract, the balance items of work shall be executed bythe Department through other agencies.

Intermediary agent: The Contractor shall declare that no company, firm orperson other than full time bona-fide employee working solely for the

Page 34: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[26]

Contractor has been employed or retained by the Contractor to solicit orsecure this Contract and that the Contractor has not paid to any company,firm or person any fee, commission or brokerage contingent upon or resultingfrom the award of this Contract. If, at any time, it is found that the Contractorhas made a false declaration to this effect, the Department shall be entitled toterminate the Contract. All the consequences of termination shall be at theContractor’s risk and cost.

6.2 Security Deposit:

The Contractor shall provide Security Deposit (SD) for a sum equal to 10% ofthe total Contract price within 1(One)month from the date of Contract. It shallbe in the form of BG from a nationalized/scheduled bank approved byReserve Bank of India (RBI) valid till final acceptance of DM water plant atIPRC with additional claim period of 2 (Two) months. In the event of non-execution of the Contract or breach of Contract terms& conditions by theContractor, the Department shall en-cash the SD. Upon successful executionof the Contract in all respects by the Contractor and final acceptance of DMwater plant at IPRC by the Department, the SD will be discharged byreturning the BG to the Contractor. Alternatively, the SD may be extendedand converted into PBG as per Section 6.11.2. PSEs/PSUs are exemptedfrom furnishing of BG towards Security Deposit instead they have to furnishIndemnity Bond.

6.3 Price and Payment Term:

6.3.1 Price

The contract has two price heads, one for establishing the plant & sub-systems which includes, design & detail engineering, supply & erection ofplant equipments, storage tanks, GN2 cylinders, Mechanical evaporator(spray dryer) and commissioning while the other is towards operation &maintenance for a period of 2 years.

The price towards the establishment of plant shall be on FIRM & FIXEDPRICE (FFP) basis while for Operation & maintenance, it shall be both fixed &variable.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[26]

Contractor has been employed or retained by the Contractor to solicit orsecure this Contract and that the Contractor has not paid to any company,firm or person any fee, commission or brokerage contingent upon or resultingfrom the award of this Contract. If, at any time, it is found that the Contractorhas made a false declaration to this effect, the Department shall be entitled toterminate the Contract. All the consequences of termination shall be at theContractor’s risk and cost.

6.2 Security Deposit:

The Contractor shall provide Security Deposit (SD) for a sum equal to 10% ofthe total Contract price within 1(One)month from the date of Contract. It shallbe in the form of BG from a nationalized/scheduled bank approved byReserve Bank of India (RBI) valid till final acceptance of DM water plant atIPRC with additional claim period of 2 (Two) months. In the event of non-execution of the Contract or breach of Contract terms& conditions by theContractor, the Department shall en-cash the SD. Upon successful executionof the Contract in all respects by the Contractor and final acceptance of DMwater plant at IPRC by the Department, the SD will be discharged byreturning the BG to the Contractor. Alternatively, the SD may be extendedand converted into PBG as per Section 6.11.2. PSEs/PSUs are exemptedfrom furnishing of BG towards Security Deposit instead they have to furnishIndemnity Bond.

6.3 Price and Payment Term:

6.3.1 Price

The contract has two price heads, one for establishing the plant & sub-systems which includes, design & detail engineering, supply & erection ofplant equipments, storage tanks, GN2 cylinders, Mechanical evaporator(spray dryer) and commissioning while the other is towards operation &maintenance for a period of 2 years.

The price towards the establishment of plant shall be on FIRM & FIXEDPRICE (FFP) basis while for Operation & maintenance, it shall be both fixed &variable.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[26]

Contractor has been employed or retained by the Contractor to solicit orsecure this Contract and that the Contractor has not paid to any company,firm or person any fee, commission or brokerage contingent upon or resultingfrom the award of this Contract. If, at any time, it is found that the Contractorhas made a false declaration to this effect, the Department shall be entitled toterminate the Contract. All the consequences of termination shall be at theContractor’s risk and cost.

6.2 Security Deposit:

The Contractor shall provide Security Deposit (SD) for a sum equal to 10% ofthe total Contract price within 1(One)month from the date of Contract. It shallbe in the form of BG from a nationalized/scheduled bank approved byReserve Bank of India (RBI) valid till final acceptance of DM water plant atIPRC with additional claim period of 2 (Two) months. In the event of non-execution of the Contract or breach of Contract terms& conditions by theContractor, the Department shall en-cash the SD. Upon successful executionof the Contract in all respects by the Contractor and final acceptance of DMwater plant at IPRC by the Department, the SD will be discharged byreturning the BG to the Contractor. Alternatively, the SD may be extendedand converted into PBG as per Section 6.11.2. PSEs/PSUs are exemptedfrom furnishing of BG towards Security Deposit instead they have to furnishIndemnity Bond.

6.3 Price and Payment Term:

6.3.1 Price

The contract has two price heads, one for establishing the plant & sub-systems which includes, design & detail engineering, supply & erection ofplant equipments, storage tanks, GN2 cylinders, Mechanical evaporator(spray dryer) and commissioning while the other is towards operation &maintenance for a period of 2 years.

The price towards the establishment of plant shall be on FIRM & FIXEDPRICE (FFP) basis while for Operation & maintenance, it shall be both fixed &variable.

Page 35: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[27]

The Bidder shall clearly estimate, the quantity of materials and servicesrequired to comply with the overall intended functional scope of this RFPdocument and quote the price accordingly. The materials or services that maynot have been listed in this RFP document but are necessary to comply withthe functional scope shall also be included in the basic price.

The price under establishing the plant is applicable for Design & detailEngineering, Storage tanks, GN2 cylinders, Mechanical evaporator (Spraydryer), Plant flow components& piping, Laboratory instruments and Erection &commissioning.

For operation & maintenance, the price shall be quoted as fixed and variable.The variable cost is meant for the consumables and chemicals requiredduring the operation of plant that shall be quoted on the basis of “productionof per cubic metre of DM/ DO free water”. All the other costs of operation &maintenance shall be brought under fixed costs. The bidder shall annex a listof consumables and chemicals that would be utilized for production of “percubic metre of DM & DO free water” along with the bid.

There shall not be any change in the Contract price permissible on account ofchanges in materials or services arising out of Detail engineering review, etc.or actual site conditions or any other reason whatsoever so as to comply withthe intended functional scope of the Contract. The Bidder shall envisage suchchanges and quote the prices accordingly.

The price for imported materials, if any, shall be deemed to be with referenceto the foreign exchange rates applicable on the date of signing of Contract.No variation in exchange rate will be considered when the same is varied onthe date of invoice.

6.3.2 Tax and Duty

The Bidder shall quote, separately in the price bid, applicable Goods &Service Tax levied by the Central or State Government within India formaterials or services at the rates prevailing at the time of submission of bid. Incase of any change in rate or structure of taxes, duties or levies by theCentral or State Governments within India, taxes shall be reimbursed atactual. IPRC is eligible for concessional rates of GST under relevantnotifications # 45/2017- Central Tax and 47/2017-Integrated Tax dated

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[27]

The Bidder shall clearly estimate, the quantity of materials and servicesrequired to comply with the overall intended functional scope of this RFPdocument and quote the price accordingly. The materials or services that maynot have been listed in this RFP document but are necessary to comply withthe functional scope shall also be included in the basic price.

The price under establishing the plant is applicable for Design & detailEngineering, Storage tanks, GN2 cylinders, Mechanical evaporator (Spraydryer), Plant flow components& piping, Laboratory instruments and Erection &commissioning.

For operation & maintenance, the price shall be quoted as fixed and variable.The variable cost is meant for the consumables and chemicals requiredduring the operation of plant that shall be quoted on the basis of “productionof per cubic metre of DM/ DO free water”. All the other costs of operation &maintenance shall be brought under fixed costs. The bidder shall annex a listof consumables and chemicals that would be utilized for production of “percubic metre of DM & DO free water” along with the bid.

There shall not be any change in the Contract price permissible on account ofchanges in materials or services arising out of Detail engineering review, etc.or actual site conditions or any other reason whatsoever so as to comply withthe intended functional scope of the Contract. The Bidder shall envisage suchchanges and quote the prices accordingly.

The price for imported materials, if any, shall be deemed to be with referenceto the foreign exchange rates applicable on the date of signing of Contract.No variation in exchange rate will be considered when the same is varied onthe date of invoice.

6.3.2 Tax and Duty

The Bidder shall quote, separately in the price bid, applicable Goods &Service Tax levied by the Central or State Government within India formaterials or services at the rates prevailing at the time of submission of bid. Incase of any change in rate or structure of taxes, duties or levies by theCentral or State Governments within India, taxes shall be reimbursed atactual. IPRC is eligible for concessional rates of GST under relevantnotifications # 45/2017- Central Tax and 47/2017-Integrated Tax dated

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[27]

The Bidder shall clearly estimate, the quantity of materials and servicesrequired to comply with the overall intended functional scope of this RFPdocument and quote the price accordingly. The materials or services that maynot have been listed in this RFP document but are necessary to comply withthe functional scope shall also be included in the basic price.

The price under establishing the plant is applicable for Design & detailEngineering, Storage tanks, GN2 cylinders, Mechanical evaporator (Spraydryer), Plant flow components& piping, Laboratory instruments and Erection &commissioning.

For operation & maintenance, the price shall be quoted as fixed and variable.The variable cost is meant for the consumables and chemicals requiredduring the operation of plant that shall be quoted on the basis of “productionof per cubic metre of DM/ DO free water”. All the other costs of operation &maintenance shall be brought under fixed costs. The bidder shall annex a listof consumables and chemicals that would be utilized for production of “percubic metre of DM & DO free water” along with the bid.

There shall not be any change in the Contract price permissible on account ofchanges in materials or services arising out of Detail engineering review, etc.or actual site conditions or any other reason whatsoever so as to comply withthe intended functional scope of the Contract. The Bidder shall envisage suchchanges and quote the prices accordingly.

The price for imported materials, if any, shall be deemed to be with referenceto the foreign exchange rates applicable on the date of signing of Contract.No variation in exchange rate will be considered when the same is varied onthe date of invoice.

6.3.2 Tax and Duty

The Bidder shall quote, separately in the price bid, applicable Goods &Service Tax levied by the Central or State Government within India formaterials or services at the rates prevailing at the time of submission of bid. Incase of any change in rate or structure of taxes, duties or levies by theCentral or State Governments within India, taxes shall be reimbursed atactual. IPRC is eligible for concessional rates of GST under relevantnotifications # 45/2017- Central Tax and 47/2017-Integrated Tax dated

Page 36: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[28]

14/11/2017 (presently @5%). Exemption certificate shall be issued forsupplies of Goods only.

Any royalty, commission or other attendant/ incidental charge/ fee payable toany agency/ body other than the Central or State Governments within Indiafor materials or services shall be indicated separately, preferably aspercentage (%).

Any tax, duty, levy, royalty, commission or other attendant/ incidental charge/fee, etc. payable outside India shall be payable by the Contractor.

The Department shall reimburse Goods and Service Tax (GST) as applicablefor the indigenous materials & services under the Contractor’s scope atactual, at the rate prevailing at the time of transaction. Any other provisions ofthe GST Act or relevant Notifications issued by the Government of India inrespect of the same shall also be implemented if applicable to this Contract.The GST registration number of the Department is 33AAAGI0056H1ZV.

In case of variation/ substitution of existing taxes/ duties/ levies or impositionof new taxes/ duties/ levies during the Contract period by the Central or StateGovernments in India, the Department shall reimburse the same at actual tothe Contractor against production of documentary evidence to that effect.However, if such variation/ substitution of statutory levies results in increasein the amounts payable during any extension to the Contract execution periodfor reason(s) attributable to the Contractor, such increased amounts shall notbe reimbursed by the Department.

The Department shall issue Concessional Custom Duty Certificate for theimported materials under the scope of the Contractor consigned directly toIPRC Mahendragiri against Proforma invoice submitted by the Sub-contractors/ Sub-vendors. The Concessional Custom Duty Certificate shall beissued for the imported materials covered under Notification # 5/2018 dated25/01/2018.

For the materials manufactured in Special Economic Zones in India andconsigned directly to IPRC Mahendragiri, the Department shall issueConcessional Custom Duty Certificate.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[28]

14/11/2017 (presently @5%). Exemption certificate shall be issued forsupplies of Goods only.

Any royalty, commission or other attendant/ incidental charge/ fee payable toany agency/ body other than the Central or State Governments within Indiafor materials or services shall be indicated separately, preferably aspercentage (%).

Any tax, duty, levy, royalty, commission or other attendant/ incidental charge/fee, etc. payable outside India shall be payable by the Contractor.

The Department shall reimburse Goods and Service Tax (GST) as applicablefor the indigenous materials & services under the Contractor’s scope atactual, at the rate prevailing at the time of transaction. Any other provisions ofthe GST Act or relevant Notifications issued by the Government of India inrespect of the same shall also be implemented if applicable to this Contract.The GST registration number of the Department is 33AAAGI0056H1ZV.

In case of variation/ substitution of existing taxes/ duties/ levies or impositionof new taxes/ duties/ levies during the Contract period by the Central or StateGovernments in India, the Department shall reimburse the same at actual tothe Contractor against production of documentary evidence to that effect.However, if such variation/ substitution of statutory levies results in increasein the amounts payable during any extension to the Contract execution periodfor reason(s) attributable to the Contractor, such increased amounts shall notbe reimbursed by the Department.

The Department shall issue Concessional Custom Duty Certificate for theimported materials under the scope of the Contractor consigned directly toIPRC Mahendragiri against Proforma invoice submitted by the Sub-contractors/ Sub-vendors. The Concessional Custom Duty Certificate shall beissued for the imported materials covered under Notification # 5/2018 dated25/01/2018.

For the materials manufactured in Special Economic Zones in India andconsigned directly to IPRC Mahendragiri, the Department shall issueConcessional Custom Duty Certificate.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[28]

14/11/2017 (presently @5%). Exemption certificate shall be issued forsupplies of Goods only.

Any royalty, commission or other attendant/ incidental charge/ fee payable toany agency/ body other than the Central or State Governments within Indiafor materials or services shall be indicated separately, preferably aspercentage (%).

Any tax, duty, levy, royalty, commission or other attendant/ incidental charge/fee, etc. payable outside India shall be payable by the Contractor.

The Department shall reimburse Goods and Service Tax (GST) as applicablefor the indigenous materials & services under the Contractor’s scope atactual, at the rate prevailing at the time of transaction. Any other provisions ofthe GST Act or relevant Notifications issued by the Government of India inrespect of the same shall also be implemented if applicable to this Contract.The GST registration number of the Department is 33AAAGI0056H1ZV.

In case of variation/ substitution of existing taxes/ duties/ levies or impositionof new taxes/ duties/ levies during the Contract period by the Central or StateGovernments in India, the Department shall reimburse the same at actual tothe Contractor against production of documentary evidence to that effect.However, if such variation/ substitution of statutory levies results in increasein the amounts payable during any extension to the Contract execution periodfor reason(s) attributable to the Contractor, such increased amounts shall notbe reimbursed by the Department.

The Department shall issue Concessional Custom Duty Certificate for theimported materials under the scope of the Contractor consigned directly toIPRC Mahendragiri against Proforma invoice submitted by the Sub-contractors/ Sub-vendors. The Concessional Custom Duty Certificate shall beissued for the imported materials covered under Notification # 5/2018 dated25/01/2018.

For the materials manufactured in Special Economic Zones in India andconsigned directly to IPRC Mahendragiri, the Department shall issueConcessional Custom Duty Certificate.

Page 37: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[29]

The Department shall make statutory deduction on account of Income tax asper the extant provisions of the Indian Income Tax Act, 1961 and issue “TaxDeducted at Source (TDS)” certificate to the Contractor.

6.3.3 Payment Term

The Contract price shall be paid in phases as per the following terms:

Advance Payment

The Department does not normally entertain advance payment. However, incase the Bidder proposes for advance payment, the Department mayconsider it, subject to the following conditions.

BG for an equivalent sum from a nationalized/ scheduled bankapproved by RBI or a reputed first-class international bank valid tillfinal acceptance of DM water plant with additional claim period of 2(Two) months is to be submitted.

In case of different advance payment terms proposed by theBidders, the Department will load simple interest on the advancepayment over the execution period in accordance with MCLR asnotified by RBI applicable on the due date for submission of bid forcomparison of the price bids.

Moreover, in case of delay in execution of the Contract by theContractor beyond the stipulated period due to reasons notattributable to the Department, the Department will recover intereston the advance payment over the period of delay at the bank ratenotified by RBI applicable on the date of final acceptance of DMwater plant. (This is over and above LD as per Section 6.4.2)

Milestone Payment

The Department may release payments on completion of followingmilestones. The milestone payments plus advance payment, if any, agreedfor, shall not exceed 90% of the value quoted under establishment of plant &sub-systems. (excluding operation & maintenance cost)

o Design & Detail Engineering

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[29]

The Department shall make statutory deduction on account of Income tax asper the extant provisions of the Indian Income Tax Act, 1961 and issue “TaxDeducted at Source (TDS)” certificate to the Contractor.

6.3.3 Payment Term

The Contract price shall be paid in phases as per the following terms:

Advance Payment

The Department does not normally entertain advance payment. However, incase the Bidder proposes for advance payment, the Department mayconsider it, subject to the following conditions.

BG for an equivalent sum from a nationalized/ scheduled bankapproved by RBI or a reputed first-class international bank valid tillfinal acceptance of DM water plant with additional claim period of 2(Two) months is to be submitted.

In case of different advance payment terms proposed by theBidders, the Department will load simple interest on the advancepayment over the execution period in accordance with MCLR asnotified by RBI applicable on the due date for submission of bid forcomparison of the price bids.

Moreover, in case of delay in execution of the Contract by theContractor beyond the stipulated period due to reasons notattributable to the Department, the Department will recover intereston the advance payment over the period of delay at the bank ratenotified by RBI applicable on the date of final acceptance of DMwater plant. (This is over and above LD as per Section 6.4.2)

Milestone Payment

The Department may release payments on completion of followingmilestones. The milestone payments plus advance payment, if any, agreedfor, shall not exceed 90% of the value quoted under establishment of plant &sub-systems. (excluding operation & maintenance cost)

o Design & Detail Engineering

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[29]

The Department shall make statutory deduction on account of Income tax asper the extant provisions of the Indian Income Tax Act, 1961 and issue “TaxDeducted at Source (TDS)” certificate to the Contractor.

6.3.3 Payment Term

The Contract price shall be paid in phases as per the following terms:

Advance Payment

The Department does not normally entertain advance payment. However, incase the Bidder proposes for advance payment, the Department mayconsider it, subject to the following conditions.

BG for an equivalent sum from a nationalized/ scheduled bankapproved by RBI or a reputed first-class international bank valid tillfinal acceptance of DM water plant with additional claim period of 2(Two) months is to be submitted.

In case of different advance payment terms proposed by theBidders, the Department will load simple interest on the advancepayment over the execution period in accordance with MCLR asnotified by RBI applicable on the due date for submission of bid forcomparison of the price bids.

Moreover, in case of delay in execution of the Contract by theContractor beyond the stipulated period due to reasons notattributable to the Department, the Department will recover intereston the advance payment over the period of delay at the bank ratenotified by RBI applicable on the date of final acceptance of DMwater plant. (This is over and above LD as per Section 6.4.2)

Milestone Payment

The Department may release payments on completion of followingmilestones. The milestone payments plus advance payment, if any, agreedfor, shall not exceed 90% of the value quoted under establishment of plant &sub-systems. (excluding operation & maintenance cost)

o Design & Detail Engineering

Page 38: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[30]

o Supply of SS storage tanks at site

o Supply of GN2 cylinders at site

o Supply of Mechanical evaporator (Spray dryer) at site

o Supply of all plant components such as flow components,accessories, piping elements & Laboratory Instruments at site

o Erection and commissioning of entire plant

100% of the applicable taxes, duties, levies, etc. will also be paid along withthe milestone payment.

The invoice for each milestone payment for delivery of material shall beaccompanied by

o Certification by the Department of having accepted the Pre-DeliveryInspection (PDI) document

o Certificate of country of origin (for imported materials)

o Packing list/ Delivery Challan (DC) showing dimensions, grossmass, net mass, quantity & content of packages

o Non-negotiable copy of Lorry Receipt (LR)/ Bill of Landing (BL)/Master Air Way Bill (MAWB)

The invoice for each milestone payment for service shall be accompanied bycertification by the Department to the effect that the Contractor has completedthe service satisfactorily.

Final payment

The retention sum of 10% and charges meant for erection & commissioningwill be paid upon final acceptance of DM water plant. The invoice shall beaccompanied by

o Final acceptance certificate by the Department upon successfulcompletion of commissioning of the plant by the Contractor,

o Warranty certificate

o PBG as per Section 6.11.2.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[30]

o Supply of SS storage tanks at site

o Supply of GN2 cylinders at site

o Supply of Mechanical evaporator (Spray dryer) at site

o Supply of all plant components such as flow components,accessories, piping elements & Laboratory Instruments at site

o Erection and commissioning of entire plant

100% of the applicable taxes, duties, levies, etc. will also be paid along withthe milestone payment.

The invoice for each milestone payment for delivery of material shall beaccompanied by

o Certification by the Department of having accepted the Pre-DeliveryInspection (PDI) document

o Certificate of country of origin (for imported materials)

o Packing list/ Delivery Challan (DC) showing dimensions, grossmass, net mass, quantity & content of packages

o Non-negotiable copy of Lorry Receipt (LR)/ Bill of Landing (BL)/Master Air Way Bill (MAWB)

The invoice for each milestone payment for service shall be accompanied bycertification by the Department to the effect that the Contractor has completedthe service satisfactorily.

Final payment

The retention sum of 10% and charges meant for erection & commissioningwill be paid upon final acceptance of DM water plant. The invoice shall beaccompanied by

o Final acceptance certificate by the Department upon successfulcompletion of commissioning of the plant by the Contractor,

o Warranty certificate

o PBG as per Section 6.11.2.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[30]

o Supply of SS storage tanks at site

o Supply of GN2 cylinders at site

o Supply of Mechanical evaporator (Spray dryer) at site

o Supply of all plant components such as flow components,accessories, piping elements & Laboratory Instruments at site

o Erection and commissioning of entire plant

100% of the applicable taxes, duties, levies, etc. will also be paid along withthe milestone payment.

The invoice for each milestone payment for delivery of material shall beaccompanied by

o Certification by the Department of having accepted the Pre-DeliveryInspection (PDI) document

o Certificate of country of origin (for imported materials)

o Packing list/ Delivery Challan (DC) showing dimensions, grossmass, net mass, quantity & content of packages

o Non-negotiable copy of Lorry Receipt (LR)/ Bill of Landing (BL)/Master Air Way Bill (MAWB)

The invoice for each milestone payment for service shall be accompanied bycertification by the Department to the effect that the Contractor has completedthe service satisfactorily.

Final payment

The retention sum of 10% and charges meant for erection & commissioningwill be paid upon final acceptance of DM water plant. The invoice shall beaccompanied by

o Final acceptance certificate by the Department upon successfulcompletion of commissioning of the plant by the Contractor,

o Warranty certificate

o PBG as per Section 6.11.2.

Page 39: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[31]

The payment towards operation & maintenance will be paid on monthly basis(with fixed costs in full and variable costs based on the quantity of productionof DM & DO free water) after final acceptance and during the operation of theplant.

6.3.4 Mode of Payment

All payments to the Contractor will be made through Real-Time GrossSettlement (RTGS).

The payments will be made within 30 (Thirty) days from the date of receipt ofthe original invoice along with requisite and clean documents required as perthe Contract at the Department’s end.

6.4 Execution Period

The overall execution period of the Contract reckoned from the effective dateof Contract (i.e. signing of the Contract by Department and Contractor) to thedate of final acceptance of DM water plant by the Department shall be12months.

6.4.1 Progress Review and Monitoring

The Bidder shall submit, along with the techno-commercial bid, a detailedschedule breakup, preferably in the form of Gantt chart, indicating target start& finish dates of various major activities in different phases so as to complywith the overall execution period. The major phases include

Design review Detail engineering review Procurement of equipment& materials, shop fabrication, testing

and transportation to site Onsite activities such as site development, construction,

fabrication, erection, testing & inspection Commissioning

This schedule shall form the basis for all the works to be performed by theContractor.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[31]

The payment towards operation & maintenance will be paid on monthly basis(with fixed costs in full and variable costs based on the quantity of productionof DM & DO free water) after final acceptance and during the operation of theplant.

6.3.4 Mode of Payment

All payments to the Contractor will be made through Real-Time GrossSettlement (RTGS).

The payments will be made within 30 (Thirty) days from the date of receipt ofthe original invoice along with requisite and clean documents required as perthe Contract at the Department’s end.

6.4 Execution Period

The overall execution period of the Contract reckoned from the effective dateof Contract (i.e. signing of the Contract by Department and Contractor) to thedate of final acceptance of DM water plant by the Department shall be12months.

6.4.1 Progress Review and Monitoring

The Bidder shall submit, along with the techno-commercial bid, a detailedschedule breakup, preferably in the form of Gantt chart, indicating target start& finish dates of various major activities in different phases so as to complywith the overall execution period. The major phases include

Design review Detail engineering review Procurement of equipment& materials, shop fabrication, testing

and transportation to site Onsite activities such as site development, construction,

fabrication, erection, testing & inspection Commissioning

This schedule shall form the basis for all the works to be performed by theContractor.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[31]

The payment towards operation & maintenance will be paid on monthly basis(with fixed costs in full and variable costs based on the quantity of productionof DM & DO free water) after final acceptance and during the operation of theplant.

6.3.4 Mode of Payment

All payments to the Contractor will be made through Real-Time GrossSettlement (RTGS).

The payments will be made within 30 (Thirty) days from the date of receipt ofthe original invoice along with requisite and clean documents required as perthe Contract at the Department’s end.

6.4 Execution Period

The overall execution period of the Contract reckoned from the effective dateof Contract (i.e. signing of the Contract by Department and Contractor) to thedate of final acceptance of DM water plant by the Department shall be12months.

6.4.1 Progress Review and Monitoring

The Bidder shall submit, along with the techno-commercial bid, a detailedschedule breakup, preferably in the form of Gantt chart, indicating target start& finish dates of various major activities in different phases so as to complywith the overall execution period. The major phases include

Design review Detail engineering review Procurement of equipment& materials, shop fabrication, testing

and transportation to site Onsite activities such as site development, construction,

fabrication, erection, testing & inspection Commissioning

This schedule shall form the basis for all the works to be performed by theContractor.

Page 40: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[32]

Project management to complete the Contract within specified time, priceand performance/ quality parameters shall be the responsibility of theContractor. The Contractor and the Department shall identify ContractManagers for their respective sides. Within 2 weeks from the date ofContract, the Contractor shall prepare a detailed schedule chart for theoverall execution period. The schedule chart shall be updated every month.The deviation, if any, is to be clearly documented and possible end effectsbrought out at each phase. The preparation of all documentation for reviewsand meetings are the Contractor’s responsibility. Progress shall be monitoredby both the Contract Managers on regular basis. The frequency of review atthe final phase of the Contract shall be suitably increased to resolve anyoutstanding issue. It is to be noted that the schedule is the essence of theContract and work progress shall be closely monitored and appropriateactions shall be taken wherever necessary.

6.4.2 Liquidated Damage for Delayed Execution

Except in case of Force majeure circumstance as given in Section 6.4.3 ordue to reasons attributable to the Department, if the Contractor fails toexecute the Contract within the execution period or any extension agreedthereof, the Department shall recover, from the Contractor as LiquidatedDamage (LD), a sum of 0.5 % of the Contract price (excluding the operation&Maintenance charges) for each calendar week of delay. The total LD shallnot exceed 10% of the total Contract price (excluding the operation &Maintenance charges). The Contract shall be deemed to have been executedonly when the DM water plant is fully accepted by the Department uponsuccessful commissioning. If certain components/ subsystems/ systems arenot delivered/ executed or are not accepted due to deficiency in performance/workmanship wholly or partly, it shall be considered that the execution isdelayed until such time the deficiencies are rectified by the Contractor andthe components/ subsystems/ systems are accepted by the Department.

The following points are clarified with regard to applicability of LD:

The LD will not be restricted to undelivered/ unexecuted portion ofthe material/ service only.

The LD will not be partially waived if any individual constituentsystem/ subsystem are completed on time as per intermediatemilestone in the schedule chart.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[32]

Project management to complete the Contract within specified time, priceand performance/ quality parameters shall be the responsibility of theContractor. The Contractor and the Department shall identify ContractManagers for their respective sides. Within 2 weeks from the date ofContract, the Contractor shall prepare a detailed schedule chart for theoverall execution period. The schedule chart shall be updated every month.The deviation, if any, is to be clearly documented and possible end effectsbrought out at each phase. The preparation of all documentation for reviewsand meetings are the Contractor’s responsibility. Progress shall be monitoredby both the Contract Managers on regular basis. The frequency of review atthe final phase of the Contract shall be suitably increased to resolve anyoutstanding issue. It is to be noted that the schedule is the essence of theContract and work progress shall be closely monitored and appropriateactions shall be taken wherever necessary.

6.4.2 Liquidated Damage for Delayed Execution

Except in case of Force majeure circumstance as given in Section 6.4.3 ordue to reasons attributable to the Department, if the Contractor fails toexecute the Contract within the execution period or any extension agreedthereof, the Department shall recover, from the Contractor as LiquidatedDamage (LD), a sum of 0.5 % of the Contract price (excluding the operation&Maintenance charges) for each calendar week of delay. The total LD shallnot exceed 10% of the total Contract price (excluding the operation &Maintenance charges). The Contract shall be deemed to have been executedonly when the DM water plant is fully accepted by the Department uponsuccessful commissioning. If certain components/ subsystems/ systems arenot delivered/ executed or are not accepted due to deficiency in performance/workmanship wholly or partly, it shall be considered that the execution isdelayed until such time the deficiencies are rectified by the Contractor andthe components/ subsystems/ systems are accepted by the Department.

The following points are clarified with regard to applicability of LD:

The LD will not be restricted to undelivered/ unexecuted portion ofthe material/ service only.

The LD will not be partially waived if any individual constituentsystem/ subsystem are completed on time as per intermediatemilestone in the schedule chart.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[32]

Project management to complete the Contract within specified time, priceand performance/ quality parameters shall be the responsibility of theContractor. The Contractor and the Department shall identify ContractManagers for their respective sides. Within 2 weeks from the date ofContract, the Contractor shall prepare a detailed schedule chart for theoverall execution period. The schedule chart shall be updated every month.The deviation, if any, is to be clearly documented and possible end effectsbrought out at each phase. The preparation of all documentation for reviewsand meetings are the Contractor’s responsibility. Progress shall be monitoredby both the Contract Managers on regular basis. The frequency of review atthe final phase of the Contract shall be suitably increased to resolve anyoutstanding issue. It is to be noted that the schedule is the essence of theContract and work progress shall be closely monitored and appropriateactions shall be taken wherever necessary.

6.4.2 Liquidated Damage for Delayed Execution

Except in case of Force majeure circumstance as given in Section 6.4.3 ordue to reasons attributable to the Department, if the Contractor fails toexecute the Contract within the execution period or any extension agreedthereof, the Department shall recover, from the Contractor as LiquidatedDamage (LD), a sum of 0.5 % of the Contract price (excluding the operation&Maintenance charges) for each calendar week of delay. The total LD shallnot exceed 10% of the total Contract price (excluding the operation &Maintenance charges). The Contract shall be deemed to have been executedonly when the DM water plant is fully accepted by the Department uponsuccessful commissioning. If certain components/ subsystems/ systems arenot delivered/ executed or are not accepted due to deficiency in performance/workmanship wholly or partly, it shall be considered that the execution isdelayed until such time the deficiencies are rectified by the Contractor andthe components/ subsystems/ systems are accepted by the Department.

The following points are clarified with regard to applicability of LD:

The LD will not be restricted to undelivered/ unexecuted portion ofthe material/ service only.

The LD will not be partially waived if any individual constituentsystem/ subsystem are completed on time as per intermediatemilestone in the schedule chart.

Page 41: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[33]

6.4.3 Force Majeure Circumstance

Neither party shall bear responsibility for the complete or partial non-performance of any of their obligations (except for failure to pay any sumwhich has become due on account of receipt of goods under the provisionsof the Contract) if the non-performance results from such force majeurecircumstances such as, but not restricted to, flood, fire, earthquake, civilcommotion, sabotage, explosion, epidemic, quarantine restriction, strike,lock-out, freight embargo, acts of the Government either in its sovereign orcontractual capacity, hostility, acts of public enemy and other acts of God aswell as war or revolution, military operation, blockade, acts or actions of Stateauthorities or any other circumstance beyond the control of the parties thathave arisen after the conclusion of the Contract.

In such circumstances, the time stipulated for the performance of anobligation under the Contract may be proportionately extended.

The Party, for whom it has become impossible to meet the obligation underthe Contract due to force majeure condition, will notify the other Party inwriting not later than 21 (Twenty One) days from the date of commencementof the unforeseeable event. Unless otherwise directed by the Department inwriting, the contractor shall continue to perform their obligations under theContract as far as is practical and shall seek all reasonable alternative meansfor performance not prevented by the force majeure event.

Any certificate issued by the Chamber of Commerce or any other competentauthority or organization of the respective country shall be sufficient proof ofcommencement and cessation of the above circumstances.

In case of failure to carry out complete or partial performance of an obligationfor more than 60 (Sixty) days, either Party shall reserve the right to terminatethe Contract totally or partially. A prior written notice of 30 (Thirty) days to theother Party will be given informing of the intention to terminate without anyliability. This is exclusive of any reimbursement for the goods received asprovided for in the agreement.

6.4.4 Cycle Time for Approval

The Department will communicate their disposition (approval, rejection orcomment) of the design & engineering documents, pre-delivery inspection

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[33]

6.4.3 Force Majeure Circumstance

Neither party shall bear responsibility for the complete or partial non-performance of any of their obligations (except for failure to pay any sumwhich has become due on account of receipt of goods under the provisionsof the Contract) if the non-performance results from such force majeurecircumstances such as, but not restricted to, flood, fire, earthquake, civilcommotion, sabotage, explosion, epidemic, quarantine restriction, strike,lock-out, freight embargo, acts of the Government either in its sovereign orcontractual capacity, hostility, acts of public enemy and other acts of God aswell as war or revolution, military operation, blockade, acts or actions of Stateauthorities or any other circumstance beyond the control of the parties thathave arisen after the conclusion of the Contract.

In such circumstances, the time stipulated for the performance of anobligation under the Contract may be proportionately extended.

The Party, for whom it has become impossible to meet the obligation underthe Contract due to force majeure condition, will notify the other Party inwriting not later than 21 (Twenty One) days from the date of commencementof the unforeseeable event. Unless otherwise directed by the Department inwriting, the contractor shall continue to perform their obligations under theContract as far as is practical and shall seek all reasonable alternative meansfor performance not prevented by the force majeure event.

Any certificate issued by the Chamber of Commerce or any other competentauthority or organization of the respective country shall be sufficient proof ofcommencement and cessation of the above circumstances.

In case of failure to carry out complete or partial performance of an obligationfor more than 60 (Sixty) days, either Party shall reserve the right to terminatethe Contract totally or partially. A prior written notice of 30 (Thirty) days to theother Party will be given informing of the intention to terminate without anyliability. This is exclusive of any reimbursement for the goods received asprovided for in the agreement.

6.4.4 Cycle Time for Approval

The Department will communicate their disposition (approval, rejection orcomment) of the design & engineering documents, pre-delivery inspection

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[33]

6.4.3 Force Majeure Circumstance

Neither party shall bear responsibility for the complete or partial non-performance of any of their obligations (except for failure to pay any sumwhich has become due on account of receipt of goods under the provisionsof the Contract) if the non-performance results from such force majeurecircumstances such as, but not restricted to, flood, fire, earthquake, civilcommotion, sabotage, explosion, epidemic, quarantine restriction, strike,lock-out, freight embargo, acts of the Government either in its sovereign orcontractual capacity, hostility, acts of public enemy and other acts of God aswell as war or revolution, military operation, blockade, acts or actions of Stateauthorities or any other circumstance beyond the control of the parties thathave arisen after the conclusion of the Contract.

In such circumstances, the time stipulated for the performance of anobligation under the Contract may be proportionately extended.

The Party, for whom it has become impossible to meet the obligation underthe Contract due to force majeure condition, will notify the other Party inwriting not later than 21 (Twenty One) days from the date of commencementof the unforeseeable event. Unless otherwise directed by the Department inwriting, the contractor shall continue to perform their obligations under theContract as far as is practical and shall seek all reasonable alternative meansfor performance not prevented by the force majeure event.

Any certificate issued by the Chamber of Commerce or any other competentauthority or organization of the respective country shall be sufficient proof ofcommencement and cessation of the above circumstances.

In case of failure to carry out complete or partial performance of an obligationfor more than 60 (Sixty) days, either Party shall reserve the right to terminatethe Contract totally or partially. A prior written notice of 30 (Thirty) days to theother Party will be given informing of the intention to terminate without anyliability. This is exclusive of any reimbursement for the goods received asprovided for in the agreement.

6.4.4 Cycle Time for Approval

The Department will communicate their disposition (approval, rejection orcomment) of the design & engineering documents, pre-delivery inspection

Page 42: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[34]

documents and Contractor’s proposal for incorporation of additional Sub-contractor/ Sub-vendor within 10 (ten) working days from the date of receipt,at the Department’s end, of such documents, provided that the documentsreceived are complete and in compliance with the contractual obligations.

The Department will also provide Concessional Customs Duty Certificate formaterials within 10 working days from the date of receipt, at the Department’send, of request for the same accompanied by requisite documents incompliance with the contractual obligations.

6.5 Sourcing of Materials and Services

The Contractor shall source the materials/ services required for executing theContract from Sub-vendors/ Sub-contractors of requisite standard,competence and quality-consciousness.

6.5.1 Selection of Sub-Vendor/ Sub-Contractor

The Sub-vendors/ Sub-contractors, who, in the opinion of the Department,are competent enough to deliver the materials or execute the servicesrequired for establishment of the system, are given in the directory in thisRFP document. In case the Bidder proposes sourcing the materials/ servicesfrom Sub-vendors/ Sub-contractors not covered in the directory given in thisRFP document, the list of such Sub-vendors/ Sub-contractors, along withtheir detailed company profile, shall be provided in the bid. The list ofadditional Sub-vendors/ Sub-contractors proposed by the Bidder is subject toreview, during evaluation of the bid, by the Department, who reserves theright to accept or reject the proposal wholly or in part. The Sub-vendor/ Sub-contractor directory (revised if applicable) shall be incorporated in theContract.

Upon award of the Contract, the Contractor shall submit the list of Sub-vendors/ Sub-contractors selected from the directories given in the Contractwith whom the Contractor has finalized to source the materials/ services. Incase the Contractor proposes sourcing the materials/ services from Sub-vendors/ Sub-contractors not covered in the directories given in the Contract,the list of such Sub-vendors/ Sub-contractors, along with their detailedcompany profile, shall be submitted. The list of additional Sub-vendors/ Sub-contractors proposed by the Contractor is subject to review by the

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[34]

documents and Contractor’s proposal for incorporation of additional Sub-contractor/ Sub-vendor within 10 (ten) working days from the date of receipt,at the Department’s end, of such documents, provided that the documentsreceived are complete and in compliance with the contractual obligations.

The Department will also provide Concessional Customs Duty Certificate formaterials within 10 working days from the date of receipt, at the Department’send, of request for the same accompanied by requisite documents incompliance with the contractual obligations.

6.5 Sourcing of Materials and Services

The Contractor shall source the materials/ services required for executing theContract from Sub-vendors/ Sub-contractors of requisite standard,competence and quality-consciousness.

6.5.1 Selection of Sub-Vendor/ Sub-Contractor

The Sub-vendors/ Sub-contractors, who, in the opinion of the Department,are competent enough to deliver the materials or execute the servicesrequired for establishment of the system, are given in the directory in thisRFP document. In case the Bidder proposes sourcing the materials/ servicesfrom Sub-vendors/ Sub-contractors not covered in the directory given in thisRFP document, the list of such Sub-vendors/ Sub-contractors, along withtheir detailed company profile, shall be provided in the bid. The list ofadditional Sub-vendors/ Sub-contractors proposed by the Bidder is subject toreview, during evaluation of the bid, by the Department, who reserves theright to accept or reject the proposal wholly or in part. The Sub-vendor/ Sub-contractor directory (revised if applicable) shall be incorporated in theContract.

Upon award of the Contract, the Contractor shall submit the list of Sub-vendors/ Sub-contractors selected from the directories given in the Contractwith whom the Contractor has finalized to source the materials/ services. Incase the Contractor proposes sourcing the materials/ services from Sub-vendors/ Sub-contractors not covered in the directories given in the Contract,the list of such Sub-vendors/ Sub-contractors, along with their detailedcompany profile, shall be submitted. The list of additional Sub-vendors/ Sub-contractors proposed by the Contractor is subject to review by the

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[34]

documents and Contractor’s proposal for incorporation of additional Sub-contractor/ Sub-vendor within 10 (ten) working days from the date of receipt,at the Department’s end, of such documents, provided that the documentsreceived are complete and in compliance with the contractual obligations.

The Department will also provide Concessional Customs Duty Certificate formaterials within 10 working days from the date of receipt, at the Department’send, of request for the same accompanied by requisite documents incompliance with the contractual obligations.

6.5 Sourcing of Materials and Services

The Contractor shall source the materials/ services required for executing theContract from Sub-vendors/ Sub-contractors of requisite standard,competence and quality-consciousness.

6.5.1 Selection of Sub-Vendor/ Sub-Contractor

The Sub-vendors/ Sub-contractors, who, in the opinion of the Department,are competent enough to deliver the materials or execute the servicesrequired for establishment of the system, are given in the directory in thisRFP document. In case the Bidder proposes sourcing the materials/ servicesfrom Sub-vendors/ Sub-contractors not covered in the directory given in thisRFP document, the list of such Sub-vendors/ Sub-contractors, along withtheir detailed company profile, shall be provided in the bid. The list ofadditional Sub-vendors/ Sub-contractors proposed by the Bidder is subject toreview, during evaluation of the bid, by the Department, who reserves theright to accept or reject the proposal wholly or in part. The Sub-vendor/ Sub-contractor directory (revised if applicable) shall be incorporated in theContract.

Upon award of the Contract, the Contractor shall submit the list of Sub-vendors/ Sub-contractors selected from the directories given in the Contractwith whom the Contractor has finalized to source the materials/ services. Incase the Contractor proposes sourcing the materials/ services from Sub-vendors/ Sub-contractors not covered in the directories given in the Contract,the list of such Sub-vendors/ Sub-contractors, along with their detailedcompany profile, shall be submitted. The list of additional Sub-vendors/ Sub-contractors proposed by the Contractor is subject to review by the

Page 43: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[35]

Department, who reserves the right to accept or reject the proposal wholly orin part.

Nevertheless, the Department’s proposal or approval of Sub-vendor/ Sub-contractor shall not absolve the Contractor of their responsibility to complywith the specification/ obligation of the Contract.

6.5.2 Sub-Contracting

The Contractor shall not assign or sub-contract the work or any part of thework without the written approval of the Department. In the event of approvalof Sub-contractors, the detailed specifications and drawings of sub-contracted items shall be approved by the Department. All the works carriedout by such Sub-contractors shall also be scrutinized, inspected andapproved by the Department. However, the responsibility for the performanceof such sub-contracted systems shall lie with the Contractor. Any delay incarrying out the work by the Sub-contractor which affects the overallexecution schedule does not absolve the Contractor from payment ofcompensation for the delays. All terms and conditions applicable to theContractor shall also be applicable to the Sub-contractor who has beenassigned the sub-systems.

6.6 Inspection

6.6.1 Primary Inspection by Third Party Inspection Agency

All the materials purchased by the Contractor shall be inspected by the ThirdParty Inspection (TPI) agency. It shall be the Contractor’s responsibility toarrange & co-ordinate with the TPI agency. The charges for inspection bythe TPI agency shall be included in the basic cost of the material.

The primary TPI agency responsible for inspection of the systems/ sub-systems/ components/ materials/ services shall be chosen from among thefollowing list:

Lloyds Register Industrial Services Pvt. Ltd. (LRIS) Det-Norske Veritas (DNV) TUV SUD South Asia Pvt. Ltd. (TUV)

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[35]

Department, who reserves the right to accept or reject the proposal wholly orin part.

Nevertheless, the Department’s proposal or approval of Sub-vendor/ Sub-contractor shall not absolve the Contractor of their responsibility to complywith the specification/ obligation of the Contract.

6.5.2 Sub-Contracting

The Contractor shall not assign or sub-contract the work or any part of thework without the written approval of the Department. In the event of approvalof Sub-contractors, the detailed specifications and drawings of sub-contracted items shall be approved by the Department. All the works carriedout by such Sub-contractors shall also be scrutinized, inspected andapproved by the Department. However, the responsibility for the performanceof such sub-contracted systems shall lie with the Contractor. Any delay incarrying out the work by the Sub-contractor which affects the overallexecution schedule does not absolve the Contractor from payment ofcompensation for the delays. All terms and conditions applicable to theContractor shall also be applicable to the Sub-contractor who has beenassigned the sub-systems.

6.6 Inspection

6.6.1 Primary Inspection by Third Party Inspection Agency

All the materials purchased by the Contractor shall be inspected by the ThirdParty Inspection (TPI) agency. It shall be the Contractor’s responsibility toarrange & co-ordinate with the TPI agency. The charges for inspection bythe TPI agency shall be included in the basic cost of the material.

The primary TPI agency responsible for inspection of the systems/ sub-systems/ components/ materials/ services shall be chosen from among thefollowing list:

Lloyds Register Industrial Services Pvt. Ltd. (LRIS) Det-Norske Veritas (DNV) TUV SUD South Asia Pvt. Ltd. (TUV)

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[35]

Department, who reserves the right to accept or reject the proposal wholly orin part.

Nevertheless, the Department’s proposal or approval of Sub-vendor/ Sub-contractor shall not absolve the Contractor of their responsibility to complywith the specification/ obligation of the Contract.

6.5.2 Sub-Contracting

The Contractor shall not assign or sub-contract the work or any part of thework without the written approval of the Department. In the event of approvalof Sub-contractors, the detailed specifications and drawings of sub-contracted items shall be approved by the Department. All the works carriedout by such Sub-contractors shall also be scrutinized, inspected andapproved by the Department. However, the responsibility for the performanceof such sub-contracted systems shall lie with the Contractor. Any delay incarrying out the work by the Sub-contractor which affects the overallexecution schedule does not absolve the Contractor from payment ofcompensation for the delays. All terms and conditions applicable to theContractor shall also be applicable to the Sub-contractor who has beenassigned the sub-systems.

6.6 Inspection

6.6.1 Primary Inspection by Third Party Inspection Agency

All the materials purchased by the Contractor shall be inspected by the ThirdParty Inspection (TPI) agency. It shall be the Contractor’s responsibility toarrange & co-ordinate with the TPI agency. The charges for inspection bythe TPI agency shall be included in the basic cost of the material.

The primary TPI agency responsible for inspection of the systems/ sub-systems/ components/ materials/ services shall be chosen from among thefollowing list:

Lloyds Register Industrial Services Pvt. Ltd. (LRIS) Det-Norske Veritas (DNV) TUV SUD South Asia Pvt. Ltd. (TUV)

Page 44: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[36]

In the event of non-availability of any of the aforesaid TPI agencies in aparticular location, the Department may, at their own discretion on case-to-case basis, permit engaging alternative TPI agency based on proposal fromthe Contractor along with the agency’s credentials.

The TPI agency shall be responsible for

Inspection of the bought-out materials at the Sub-vendor’s premises.

Material-receipt (inward), in-process (stage) & pre-delivery (final)inspection during manufacture/ fabrication at the Contractors’/ Sub-contractor’s/ Sub-vendor’s premises.

Witnessing of DP test, hydrostatic/ pneumatic strength test, leak test, etc.

Review of test certificates viz. material test certificates, radiographycertificates, etc.

Issue of inspection report and release note

Stamping of all items

It is the responsibility of the Contractor to prepare Quality AssurancePlan (QAP) for all the systems/ subsystems/ components/ materialsgiving the detailed scope of inspection and submit to the Departmentfor approval.

6.6.2 Surveillance Inspection by Department

Notwithstanding the inspection by TPI agency, the Department, at their owndiscretion and on surveillance basis, shall have the right to depute theirrepresentative(s) to perform material-receipt/ in-process/ final pre-deliveryinspection at any phase during fabrication/ manufacture of any system/subsystem/ component/ material at the Contractor’s/ Sub-contractor’s/ Sub-vendor’s premise, for ascertaining the material and workmanship of thesystem. The Contractor shall obtain the necessary permission for theDepartment’s representatives to visit the Sub-contractor’s/ Sub-vendor’spremise. For the inspection by the Department’s representatives, theContractor/ Sub-contractor/ Sub-vendor shall provide, at their premise, free ofcharge, assistance, labor, materials, electricity, instruments, etc. as may bereasonably needed.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[36]

In the event of non-availability of any of the aforesaid TPI agencies in aparticular location, the Department may, at their own discretion on case-to-case basis, permit engaging alternative TPI agency based on proposal fromthe Contractor along with the agency’s credentials.

The TPI agency shall be responsible for

Inspection of the bought-out materials at the Sub-vendor’s premises.

Material-receipt (inward), in-process (stage) & pre-delivery (final)inspection during manufacture/ fabrication at the Contractors’/ Sub-contractor’s/ Sub-vendor’s premises.

Witnessing of DP test, hydrostatic/ pneumatic strength test, leak test, etc.

Review of test certificates viz. material test certificates, radiographycertificates, etc.

Issue of inspection report and release note

Stamping of all items

It is the responsibility of the Contractor to prepare Quality AssurancePlan (QAP) for all the systems/ subsystems/ components/ materialsgiving the detailed scope of inspection and submit to the Departmentfor approval.

6.6.2 Surveillance Inspection by Department

Notwithstanding the inspection by TPI agency, the Department, at their owndiscretion and on surveillance basis, shall have the right to depute theirrepresentative(s) to perform material-receipt/ in-process/ final pre-deliveryinspection at any phase during fabrication/ manufacture of any system/subsystem/ component/ material at the Contractor’s/ Sub-contractor’s/ Sub-vendor’s premise, for ascertaining the material and workmanship of thesystem. The Contractor shall obtain the necessary permission for theDepartment’s representatives to visit the Sub-contractor’s/ Sub-vendor’spremise. For the inspection by the Department’s representatives, theContractor/ Sub-contractor/ Sub-vendor shall provide, at their premise, free ofcharge, assistance, labor, materials, electricity, instruments, etc. as may bereasonably needed.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[36]

In the event of non-availability of any of the aforesaid TPI agencies in aparticular location, the Department may, at their own discretion on case-to-case basis, permit engaging alternative TPI agency based on proposal fromthe Contractor along with the agency’s credentials.

The TPI agency shall be responsible for

Inspection of the bought-out materials at the Sub-vendor’s premises.

Material-receipt (inward), in-process (stage) & pre-delivery (final)inspection during manufacture/ fabrication at the Contractors’/ Sub-contractor’s/ Sub-vendor’s premises.

Witnessing of DP test, hydrostatic/ pneumatic strength test, leak test, etc.

Review of test certificates viz. material test certificates, radiographycertificates, etc.

Issue of inspection report and release note

Stamping of all items

It is the responsibility of the Contractor to prepare Quality AssurancePlan (QAP) for all the systems/ subsystems/ components/ materialsgiving the detailed scope of inspection and submit to the Departmentfor approval.

6.6.2 Surveillance Inspection by Department

Notwithstanding the inspection by TPI agency, the Department, at their owndiscretion and on surveillance basis, shall have the right to depute theirrepresentative(s) to perform material-receipt/ in-process/ final pre-deliveryinspection at any phase during fabrication/ manufacture of any system/subsystem/ component/ material at the Contractor’s/ Sub-contractor’s/ Sub-vendor’s premise, for ascertaining the material and workmanship of thesystem. The Contractor shall obtain the necessary permission for theDepartment’s representatives to visit the Sub-contractor’s/ Sub-vendor’spremise. For the inspection by the Department’s representatives, theContractor/ Sub-contractor/ Sub-vendor shall provide, at their premise, free ofcharge, assistance, labor, materials, electricity, instruments, etc. as may bereasonably needed.

Page 45: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[37]

The participation and approval by the Department’s representatives duringthe inspection/ review shall not absolve the Contractor of their responsibilityto comply with the specification/ obligation of the Contract.

6.6.3 Site Inspection by Department:

Department shall carryout all the inspection related to the fabrication,installation, testing, commissioning and acceptance. It is the responsibility ofthe Contractor to coordinate with the Department’s representative for carryingout the necessary inspections at the Site.

6.7 Delivery

6.7.1 Packing

All the equipment, flow components, pipes, pipe fittings, instruments, etc.shall be blanked off at ends by dust-tight plugs/ closures. The materials shallbe packed and crated for delivery by sea/ air/ road in a manner suitable forsafe transportation to Mahendragiri, which has tropical humid climate, inaccordance with internationally accepted practices and in such a manner asto protect them from damage and deterioration during the transportation. TheContractor shall be held responsible for all damages due to improper orinadequate packing.

Phytosanitary certificate: As per “Plant Quarantine (Regulation of Control intoIndia) Order”, articles packed with packaging material of plant origin viz. hay,straw, wood shavings, wood chips, saw dust, wood waste, wooden pallets,dunnage mats, wooden packages, coir pith, peat or sphagnum moss, etc. willbe allowed entry by Customs (Department of India) only with a “Phytosanitarycertificate”. Therefore, the Contractor shall ensure that any importedconsignment is accompanied by such a certificate issued by the PlantQuarantine authority in the country of origin, if any of the above-mentionedpackaging materials is used. In case of delay/ denial in customs clearance (inIndia), the entire responsibility including additional expenditure shall solelyrest with the Contractor.

6.7.2 Delivery Term

All the materials under the Contract shall be delivered on “F.O.R.MAHENDRAGIRI”

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[37]

The participation and approval by the Department’s representatives duringthe inspection/ review shall not absolve the Contractor of their responsibilityto comply with the specification/ obligation of the Contract.

6.6.3 Site Inspection by Department:

Department shall carryout all the inspection related to the fabrication,installation, testing, commissioning and acceptance. It is the responsibility ofthe Contractor to coordinate with the Department’s representative for carryingout the necessary inspections at the Site.

6.7 Delivery

6.7.1 Packing

All the equipment, flow components, pipes, pipe fittings, instruments, etc.shall be blanked off at ends by dust-tight plugs/ closures. The materials shallbe packed and crated for delivery by sea/ air/ road in a manner suitable forsafe transportation to Mahendragiri, which has tropical humid climate, inaccordance with internationally accepted practices and in such a manner asto protect them from damage and deterioration during the transportation. TheContractor shall be held responsible for all damages due to improper orinadequate packing.

Phytosanitary certificate: As per “Plant Quarantine (Regulation of Control intoIndia) Order”, articles packed with packaging material of plant origin viz. hay,straw, wood shavings, wood chips, saw dust, wood waste, wooden pallets,dunnage mats, wooden packages, coir pith, peat or sphagnum moss, etc. willbe allowed entry by Customs (Department of India) only with a “Phytosanitarycertificate”. Therefore, the Contractor shall ensure that any importedconsignment is accompanied by such a certificate issued by the PlantQuarantine authority in the country of origin, if any of the above-mentionedpackaging materials is used. In case of delay/ denial in customs clearance (inIndia), the entire responsibility including additional expenditure shall solelyrest with the Contractor.

6.7.2 Delivery Term

All the materials under the Contract shall be delivered on “F.O.R.MAHENDRAGIRI”

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[37]

The participation and approval by the Department’s representatives duringthe inspection/ review shall not absolve the Contractor of their responsibilityto comply with the specification/ obligation of the Contract.

6.6.3 Site Inspection by Department:

Department shall carryout all the inspection related to the fabrication,installation, testing, commissioning and acceptance. It is the responsibility ofthe Contractor to coordinate with the Department’s representative for carryingout the necessary inspections at the Site.

6.7 Delivery

6.7.1 Packing

All the equipment, flow components, pipes, pipe fittings, instruments, etc.shall be blanked off at ends by dust-tight plugs/ closures. The materials shallbe packed and crated for delivery by sea/ air/ road in a manner suitable forsafe transportation to Mahendragiri, which has tropical humid climate, inaccordance with internationally accepted practices and in such a manner asto protect them from damage and deterioration during the transportation. TheContractor shall be held responsible for all damages due to improper orinadequate packing.

Phytosanitary certificate: As per “Plant Quarantine (Regulation of Control intoIndia) Order”, articles packed with packaging material of plant origin viz. hay,straw, wood shavings, wood chips, saw dust, wood waste, wooden pallets,dunnage mats, wooden packages, coir pith, peat or sphagnum moss, etc. willbe allowed entry by Customs (Department of India) only with a “Phytosanitarycertificate”. Therefore, the Contractor shall ensure that any importedconsignment is accompanied by such a certificate issued by the PlantQuarantine authority in the country of origin, if any of the above-mentionedpackaging materials is used. In case of delay/ denial in customs clearance (inIndia), the entire responsibility including additional expenditure shall solelyrest with the Contractor.

6.7.2 Delivery Term

All the materials under the Contract shall be delivered on “F.O.R.MAHENDRAGIRI”

Page 46: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[38]

The ultimate consignee shall be as follows:

Purchase & Stores Officer, Stores Section,ISRO Propulsion complex,Indian Space Research Organization,Department of Space, Government of India,Mahendragiri- 627 133,Tirunelveli District, Tamil Nadu State, India.

Marking: The Contractor shall ensure that the consignments are legibly andproperly marked with Contract Number, Destination and other details forcorrect identification. One copy of the packing list giving details such asdimensions, gross mass, net mass, content of each package, etc. shall beenclosed in each package. The Contractor shall be liable for any additionalexpense or demurrage due to improper identification.

The Contractor shall email the complete delivery documents immediatelyupon dispatch.

6.7.3 Custom Clearance

The Department will provide Concessional Customs Duty Certificate forimported materials as per Section 6.3.2. The Contractor shall be responsiblefor custom clearance and transportation of the consignment from seaport/airport in India to the Department’s site. The customs duty will be reimbursedby the department.

6.7.4 Transportation:

All the material shall be delivered at Site by Contractor at their own risk.

6.7.5 Storage and Handling

Upon receipt of the consignment, the Contractor shall unload and store thematerials at the Department’s site. It shall be the Contractor’s responsibility toconstruct temporary sheds/ buildings for proper storage of the materials toprotect them from the vagaries of nature. The Contractor shall be responsiblefor safe and secure custody of the materials until final acceptance of DMwater plant.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[38]

The ultimate consignee shall be as follows:

Purchase & Stores Officer, Stores Section,ISRO Propulsion complex,Indian Space Research Organization,Department of Space, Government of India,Mahendragiri- 627 133,Tirunelveli District, Tamil Nadu State, India.

Marking: The Contractor shall ensure that the consignments are legibly andproperly marked with Contract Number, Destination and other details forcorrect identification. One copy of the packing list giving details such asdimensions, gross mass, net mass, content of each package, etc. shall beenclosed in each package. The Contractor shall be liable for any additionalexpense or demurrage due to improper identification.

The Contractor shall email the complete delivery documents immediatelyupon dispatch.

6.7.3 Custom Clearance

The Department will provide Concessional Customs Duty Certificate forimported materials as per Section 6.3.2. The Contractor shall be responsiblefor custom clearance and transportation of the consignment from seaport/airport in India to the Department’s site. The customs duty will be reimbursedby the department.

6.7.4 Transportation:

All the material shall be delivered at Site by Contractor at their own risk.

6.7.5 Storage and Handling

Upon receipt of the consignment, the Contractor shall unload and store thematerials at the Department’s site. It shall be the Contractor’s responsibility toconstruct temporary sheds/ buildings for proper storage of the materials toprotect them from the vagaries of nature. The Contractor shall be responsiblefor safe and secure custody of the materials until final acceptance of DMwater plant.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[38]

The ultimate consignee shall be as follows:

Purchase & Stores Officer, Stores Section,ISRO Propulsion complex,Indian Space Research Organization,Department of Space, Government of India,Mahendragiri- 627 133,Tirunelveli District, Tamil Nadu State, India.

Marking: The Contractor shall ensure that the consignments are legibly andproperly marked with Contract Number, Destination and other details forcorrect identification. One copy of the packing list giving details such asdimensions, gross mass, net mass, content of each package, etc. shall beenclosed in each package. The Contractor shall be liable for any additionalexpense or demurrage due to improper identification.

The Contractor shall email the complete delivery documents immediatelyupon dispatch.

6.7.3 Custom Clearance

The Department will provide Concessional Customs Duty Certificate forimported materials as per Section 6.3.2. The Contractor shall be responsiblefor custom clearance and transportation of the consignment from seaport/airport in India to the Department’s site. The customs duty will be reimbursedby the department.

6.7.4 Transportation:

All the material shall be delivered at Site by Contractor at their own risk.

6.7.5 Storage and Handling

Upon receipt of the consignment, the Contractor shall unload and store thematerials at the Department’s site. It shall be the Contractor’s responsibility toconstruct temporary sheds/ buildings for proper storage of the materials toprotect them from the vagaries of nature. The Contractor shall be responsiblefor safe and secure custody of the materials until final acceptance of DMwater plant.

Page 47: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[39]

6.8 Insurance

6.8.1 During operation & Maintenance:

a. Plant insurance to protect against earth quake, fire, natural calamities, etc.The plant insurance shall be taken as per directions given by Departmentand the premium for the plant insurance will be reimbursed by Departmentat actuals.

b. The bidder’s personnel shall be covered under a Group InsuranceScheme and the premium shall be borne by the bidder and the same shallnot be reimbursed by the Department. Copy of the policy shall beforwarded for records.

6.9 Compliance with Standards

All the materials supplied or used shall be new and of first quality andmanufactured and tested in accordance with the latest editions of therelevant Indian/ International standards. Wherever imported components areused, they shall be manufactured in accordance with the relevant standardspublished in the country of manufacture after allowing for specific aspectsunder Indian conditions such as tropical climate, etc. Any material or work,where no specific standard is applicable, shall be fabricated as per theinstructions and directions of the Department.

All the electrical equipment used shall conform to the latest Indian ElectricityRules/ international standards as regards safety, earthing and other essentialprovisions specified therein for installation and operation of electrical parts.

6.10 System Performance

The Contractor shall ensure performance of the system comprising allequipment, materials, services, etc. delivered/ executed by them under thisContract in strict compliance with the specification and term & condition. TheContractor shall successfully demonstrate the performance duringcommissioning. If the Contractor is unable to demonstrate the performanceas per the specification, within the stipulated period, and if the results deviatefrom the specification, the Contractor shall correct them at no extra cost forthe Department and repeat the test within a reasonable period of time asagreed to by the Department. The Contractor shall make effort practicable to

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[39]

6.8 Insurance

6.8.1 During operation & Maintenance:

a. Plant insurance to protect against earth quake, fire, natural calamities, etc.The plant insurance shall be taken as per directions given by Departmentand the premium for the plant insurance will be reimbursed by Departmentat actuals.

b. The bidder’s personnel shall be covered under a Group InsuranceScheme and the premium shall be borne by the bidder and the same shallnot be reimbursed by the Department. Copy of the policy shall beforwarded for records.

6.9 Compliance with Standards

All the materials supplied or used shall be new and of first quality andmanufactured and tested in accordance with the latest editions of therelevant Indian/ International standards. Wherever imported components areused, they shall be manufactured in accordance with the relevant standardspublished in the country of manufacture after allowing for specific aspectsunder Indian conditions such as tropical climate, etc. Any material or work,where no specific standard is applicable, shall be fabricated as per theinstructions and directions of the Department.

All the electrical equipment used shall conform to the latest Indian ElectricityRules/ international standards as regards safety, earthing and other essentialprovisions specified therein for installation and operation of electrical parts.

6.10 System Performance

The Contractor shall ensure performance of the system comprising allequipment, materials, services, etc. delivered/ executed by them under thisContract in strict compliance with the specification and term & condition. TheContractor shall successfully demonstrate the performance duringcommissioning. If the Contractor is unable to demonstrate the performanceas per the specification, within the stipulated period, and if the results deviatefrom the specification, the Contractor shall correct them at no extra cost forthe Department and repeat the test within a reasonable period of time asagreed to by the Department. The Contractor shall make effort practicable to

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[39]

6.8 Insurance

6.8.1 During operation & Maintenance:

a. Plant insurance to protect against earth quake, fire, natural calamities, etc.The plant insurance shall be taken as per directions given by Departmentand the premium for the plant insurance will be reimbursed by Departmentat actuals.

b. The bidder’s personnel shall be covered under a Group InsuranceScheme and the premium shall be borne by the bidder and the same shallnot be reimbursed by the Department. Copy of the policy shall beforwarded for records.

6.9 Compliance with Standards

All the materials supplied or used shall be new and of first quality andmanufactured and tested in accordance with the latest editions of therelevant Indian/ International standards. Wherever imported components areused, they shall be manufactured in accordance with the relevant standardspublished in the country of manufacture after allowing for specific aspectsunder Indian conditions such as tropical climate, etc. Any material or work,where no specific standard is applicable, shall be fabricated as per theinstructions and directions of the Department.

All the electrical equipment used shall conform to the latest Indian ElectricityRules/ international standards as regards safety, earthing and other essentialprovisions specified therein for installation and operation of electrical parts.

6.10 System Performance

The Contractor shall ensure performance of the system comprising allequipment, materials, services, etc. delivered/ executed by them under thisContract in strict compliance with the specification and term & condition. TheContractor shall successfully demonstrate the performance duringcommissioning. If the Contractor is unable to demonstrate the performanceas per the specification, within the stipulated period, and if the results deviatefrom the specification, the Contractor shall correct them at no extra cost forthe Department and repeat the test within a reasonable period of time asagreed to by the Department. The Contractor shall make effort practicable to

Page 48: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[40]

correct/ repair the deficiencies. However, the Department reserves the optionto reject the ill-performing equipment/ systems and when this option isexercised by the Department, the Contractor shall replace the rejectedequipment/ systems by new ones at their own cost to the Department’ssatisfaction within a reasonable period of time as indicated by theDepartment.

On the other hand, if the Department accepts the system, though it fails tocomply with the specification fully, the Department will, at their owndiscretion, make necessary recoveries for such shortfall in performance.

In the event of rejection, in order to minimize the consequential losses, thefaulty equipment shall be retained until a new replacement arrives at site forerection. It should be noted that as the faulty equipment has not beenaccepted and not taken over by the Department, the responsibility for it liesentirely with the Contractor. During this period, the Contractor shall not limitthe use of faulty equipment except for reasons of safety during operationboth for personnel and equipment.

6.11 Warranty

The Contractor shall warrant that the DM water plant established comprisingall equipment, materials, services, etc. delivered/ executed by them underthis Contract are free from any defect resulting from faulty design, material orworkmanship for a period of 24 (twenty four) months from the date of finalacceptance.

6.11.1 Defect Liability

In case any defect, except due to normal wear & tear or faulty operation,develops in the system due to bad materials and/ or bad workmanship duringthe warranty period, the Contractor, upon notification by the Department,shall rectify or remedy the defects at their own cost and make their ownarrangements to provide material, labor, equipment and any other appliancerequired in this regard. The equipment or component repaired or replaced bythe Contractor shall be warranted for an extended period of 24 (twenty four)months from the date of such repair or replacement or 24 months from thedate of expiry of the original warranty period, whichever occurs earlier. It isContractor’s responsibility to transport the defective equipment/ system from

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[40]

correct/ repair the deficiencies. However, the Department reserves the optionto reject the ill-performing equipment/ systems and when this option isexercised by the Department, the Contractor shall replace the rejectedequipment/ systems by new ones at their own cost to the Department’ssatisfaction within a reasonable period of time as indicated by theDepartment.

On the other hand, if the Department accepts the system, though it fails tocomply with the specification fully, the Department will, at their owndiscretion, make necessary recoveries for such shortfall in performance.

In the event of rejection, in order to minimize the consequential losses, thefaulty equipment shall be retained until a new replacement arrives at site forerection. It should be noted that as the faulty equipment has not beenaccepted and not taken over by the Department, the responsibility for it liesentirely with the Contractor. During this period, the Contractor shall not limitthe use of faulty equipment except for reasons of safety during operationboth for personnel and equipment.

6.11 Warranty

The Contractor shall warrant that the DM water plant established comprisingall equipment, materials, services, etc. delivered/ executed by them underthis Contract are free from any defect resulting from faulty design, material orworkmanship for a period of 24 (twenty four) months from the date of finalacceptance.

6.11.1 Defect Liability

In case any defect, except due to normal wear & tear or faulty operation,develops in the system due to bad materials and/ or bad workmanship duringthe warranty period, the Contractor, upon notification by the Department,shall rectify or remedy the defects at their own cost and make their ownarrangements to provide material, labor, equipment and any other appliancerequired in this regard. The equipment or component repaired or replaced bythe Contractor shall be warranted for an extended period of 24 (twenty four)months from the date of such repair or replacement or 24 months from thedate of expiry of the original warranty period, whichever occurs earlier. It isContractor’s responsibility to transport the defective equipment/ system from

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[40]

correct/ repair the deficiencies. However, the Department reserves the optionto reject the ill-performing equipment/ systems and when this option isexercised by the Department, the Contractor shall replace the rejectedequipment/ systems by new ones at their own cost to the Department’ssatisfaction within a reasonable period of time as indicated by theDepartment.

On the other hand, if the Department accepts the system, though it fails tocomply with the specification fully, the Department will, at their owndiscretion, make necessary recoveries for such shortfall in performance.

In the event of rejection, in order to minimize the consequential losses, thefaulty equipment shall be retained until a new replacement arrives at site forerection. It should be noted that as the faulty equipment has not beenaccepted and not taken over by the Department, the responsibility for it liesentirely with the Contractor. During this period, the Contractor shall not limitthe use of faulty equipment except for reasons of safety during operationboth for personnel and equipment.

6.11 Warranty

The Contractor shall warrant that the DM water plant established comprisingall equipment, materials, services, etc. delivered/ executed by them underthis Contract are free from any defect resulting from faulty design, material orworkmanship for a period of 24 (twenty four) months from the date of finalacceptance.

6.11.1 Defect Liability

In case any defect, except due to normal wear & tear or faulty operation,develops in the system due to bad materials and/ or bad workmanship duringthe warranty period, the Contractor, upon notification by the Department,shall rectify or remedy the defects at their own cost and make their ownarrangements to provide material, labor, equipment and any other appliancerequired in this regard. The equipment or component repaired or replaced bythe Contractor shall be warranted for an extended period of 24 (twenty four)months from the date of such repair or replacement or 24 months from thedate of expiry of the original warranty period, whichever occurs earlier. It isContractor’s responsibility to transport the defective equipment/ system from

Page 49: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[41]

Department’s site to suitable factory and back to the Department’s site afterrectification of the defect.

Latent Defect: Even after expiry of the warranty period, the Contractor shallremain liable for latent defects in the system for a period of 12 (Twelve)months from the date of expiry of the warranty period. Latent defect means adefect in material or workmanship which unravels during such period butexisted upon delivery itself and could not have been discovered. TheDepartment is responsible to prove, by a third party mutually agreed by theParties, that the failure of the system is due to latent defect.

6.11.2 Performance Bank Guarantee

The Contractor shall furnish a Performance Bank Guarantee (PBG) from anationalized/ scheduled bank approved by RBI or a reputed first-classinternational bank for 10% of the total Contract price (excluding operation &maintenance charges) valid till expiry of the warranty period with additionalclaim period of 2 (Two) months. If any defect in the system executed by theContractor is noticed by the Department during the warranty period andContractor fails to rectify or remedy the defects, the Department will have theright to get this done by other agencies and recover the cost incurred, asdetermined by the Department, which shall be final and binding, by enforcingthe PBG.

6.12 Documentation

6.12.1 The Contractor shall submit the relevant documents during different phases ofthe Contract. The documents are subject to review by the Department.However, the Department’s approval shall not absolve the Contractor of theirresponsibility to comply with the specifications and obligations of the Contract.

6.12.2 All the documents shall be provided in English language only. In the eventthat the documents by the Sub-contractors/ Sub-vendors are in some otherlanguage, it shall be the Contractor’s responsibility to translate them toEnglish language.

6.12.3 The documents shall be provided in one copy each in hard print and inelectronic form (softcopy) in CD-ROM or DVD-ROM.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[41]

Department’s site to suitable factory and back to the Department’s site afterrectification of the defect.

Latent Defect: Even after expiry of the warranty period, the Contractor shallremain liable for latent defects in the system for a period of 12 (Twelve)months from the date of expiry of the warranty period. Latent defect means adefect in material or workmanship which unravels during such period butexisted upon delivery itself and could not have been discovered. TheDepartment is responsible to prove, by a third party mutually agreed by theParties, that the failure of the system is due to latent defect.

6.11.2 Performance Bank Guarantee

The Contractor shall furnish a Performance Bank Guarantee (PBG) from anationalized/ scheduled bank approved by RBI or a reputed first-classinternational bank for 10% of the total Contract price (excluding operation &maintenance charges) valid till expiry of the warranty period with additionalclaim period of 2 (Two) months. If any defect in the system executed by theContractor is noticed by the Department during the warranty period andContractor fails to rectify or remedy the defects, the Department will have theright to get this done by other agencies and recover the cost incurred, asdetermined by the Department, which shall be final and binding, by enforcingthe PBG.

6.12 Documentation

6.12.1 The Contractor shall submit the relevant documents during different phases ofthe Contract. The documents are subject to review by the Department.However, the Department’s approval shall not absolve the Contractor of theirresponsibility to comply with the specifications and obligations of the Contract.

6.12.2 All the documents shall be provided in English language only. In the eventthat the documents by the Sub-contractors/ Sub-vendors are in some otherlanguage, it shall be the Contractor’s responsibility to translate them toEnglish language.

6.12.3 The documents shall be provided in one copy each in hard print and inelectronic form (softcopy) in CD-ROM or DVD-ROM.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[41]

Department’s site to suitable factory and back to the Department’s site afterrectification of the defect.

Latent Defect: Even after expiry of the warranty period, the Contractor shallremain liable for latent defects in the system for a period of 12 (Twelve)months from the date of expiry of the warranty period. Latent defect means adefect in material or workmanship which unravels during such period butexisted upon delivery itself and could not have been discovered. TheDepartment is responsible to prove, by a third party mutually agreed by theParties, that the failure of the system is due to latent defect.

6.11.2 Performance Bank Guarantee

The Contractor shall furnish a Performance Bank Guarantee (PBG) from anationalized/ scheduled bank approved by RBI or a reputed first-classinternational bank for 10% of the total Contract price (excluding operation &maintenance charges) valid till expiry of the warranty period with additionalclaim period of 2 (Two) months. If any defect in the system executed by theContractor is noticed by the Department during the warranty period andContractor fails to rectify or remedy the defects, the Department will have theright to get this done by other agencies and recover the cost incurred, asdetermined by the Department, which shall be final and binding, by enforcingthe PBG.

6.12 Documentation

6.12.1 The Contractor shall submit the relevant documents during different phases ofthe Contract. The documents are subject to review by the Department.However, the Department’s approval shall not absolve the Contractor of theirresponsibility to comply with the specifications and obligations of the Contract.

6.12.2 All the documents shall be provided in English language only. In the eventthat the documents by the Sub-contractors/ Sub-vendors are in some otherlanguage, it shall be the Contractor’s responsibility to translate them toEnglish language.

6.12.3 The documents shall be provided in one copy each in hard print and inelectronic form (softcopy) in CD-ROM or DVD-ROM.

Page 50: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[42]

6.12.4 Master Documentation: During final acceptance of DM water plant, theContractor shall provide a consolidated repository of the latest versions/revisions of all the documents generated/ used during the course of entirecontract execution. The Master documentation shall be exhaustive covering,but not limited to, Contract & amendment (if any), design review report, detailengineering documents & review reports, purchase orders, generalarrangement drawings of equipment, flow components& instruments, wiringdiagrams of instruments & electrical elements, pre-delivery inspection & testcertificates, invoices, manufacturer’s instruction manuals for installation,operation, maintenance & trouble-shooting, guarantee/ warranty certificates,construction/ erection test & inspection documents, commissioning reports,execution report, standard operating procedures, final acceptance certificate,minutes of meetings, schedule charts, inventory of spares with properidentification number correlating to their location in the appropriate place, etc.

6.12.5 Phase Wise Document Submission: Contractor shall submit the relevantdocuments during different phases of the Contract for department review andapproval.

Quotation phaseThe following documents, as soft copy, shall be annexed along with Techno-commercial part of the quotation.

1. Detailed Technical specification of plant and sub-systems2. List of deviations, if any, from the specification of RFP3. Process circuit diagram/scheme, General arrangement drawing of SS

storage tanks, Layout of GN2 & water piping circuits, etc.4. List of vendors from whom the sub-systems are proposed to be

procured. Deviations, if any, from the RFP specification shall beindicated explicitly.

5. List of consumables and chemicals and their quantities, that arerequired for operation of the plant for “per cubic metre production ofDM & DO free water”. This data alone shall be the basis for fixingthe variable costs of operation of the plant.

6. Documents related to Pre-Qualification Criteria (PQC) as briefed insection 4 of this RFP document.

7. Details & type of electrical loads of plant and sub-systems.8. Catalogues of sub-systems viz. flow components, laboratory

instruments, etc.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[42]

6.12.4 Master Documentation: During final acceptance of DM water plant, theContractor shall provide a consolidated repository of the latest versions/revisions of all the documents generated/ used during the course of entirecontract execution. The Master documentation shall be exhaustive covering,but not limited to, Contract & amendment (if any), design review report, detailengineering documents & review reports, purchase orders, generalarrangement drawings of equipment, flow components& instruments, wiringdiagrams of instruments & electrical elements, pre-delivery inspection & testcertificates, invoices, manufacturer’s instruction manuals for installation,operation, maintenance & trouble-shooting, guarantee/ warranty certificates,construction/ erection test & inspection documents, commissioning reports,execution report, standard operating procedures, final acceptance certificate,minutes of meetings, schedule charts, inventory of spares with properidentification number correlating to their location in the appropriate place, etc.

6.12.5 Phase Wise Document Submission: Contractor shall submit the relevantdocuments during different phases of the Contract for department review andapproval.

Quotation phaseThe following documents, as soft copy, shall be annexed along with Techno-commercial part of the quotation.

1. Detailed Technical specification of plant and sub-systems2. List of deviations, if any, from the specification of RFP3. Process circuit diagram/scheme, General arrangement drawing of SS

storage tanks, Layout of GN2 & water piping circuits, etc.4. List of vendors from whom the sub-systems are proposed to be

procured. Deviations, if any, from the RFP specification shall beindicated explicitly.

5. List of consumables and chemicals and their quantities, that arerequired for operation of the plant for “per cubic metre production ofDM & DO free water”. This data alone shall be the basis for fixingthe variable costs of operation of the plant.

6. Documents related to Pre-Qualification Criteria (PQC) as briefed insection 4 of this RFP document.

7. Details & type of electrical loads of plant and sub-systems.8. Catalogues of sub-systems viz. flow components, laboratory

instruments, etc.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[42]

6.12.4 Master Documentation: During final acceptance of DM water plant, theContractor shall provide a consolidated repository of the latest versions/revisions of all the documents generated/ used during the course of entirecontract execution. The Master documentation shall be exhaustive covering,but not limited to, Contract & amendment (if any), design review report, detailengineering documents & review reports, purchase orders, generalarrangement drawings of equipment, flow components& instruments, wiringdiagrams of instruments & electrical elements, pre-delivery inspection & testcertificates, invoices, manufacturer’s instruction manuals for installation,operation, maintenance & trouble-shooting, guarantee/ warranty certificates,construction/ erection test & inspection documents, commissioning reports,execution report, standard operating procedures, final acceptance certificate,minutes of meetings, schedule charts, inventory of spares with properidentification number correlating to their location in the appropriate place, etc.

6.12.5 Phase Wise Document Submission: Contractor shall submit the relevantdocuments during different phases of the Contract for department review andapproval.

Quotation phaseThe following documents, as soft copy, shall be annexed along with Techno-commercial part of the quotation.

1. Detailed Technical specification of plant and sub-systems2. List of deviations, if any, from the specification of RFP3. Process circuit diagram/scheme, General arrangement drawing of SS

storage tanks, Layout of GN2 & water piping circuits, etc.4. List of vendors from whom the sub-systems are proposed to be

procured. Deviations, if any, from the RFP specification shall beindicated explicitly.

5. List of consumables and chemicals and their quantities, that arerequired for operation of the plant for “per cubic metre production ofDM & DO free water”. This data alone shall be the basis for fixingthe variable costs of operation of the plant.

6. Documents related to Pre-Qualification Criteria (PQC) as briefed insection 4 of this RFP document.

7. Details & type of electrical loads of plant and sub-systems.8. Catalogues of sub-systems viz. flow components, laboratory

instruments, etc.

Page 51: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[43]

9. ISO certifications, if any.10. Other documents for confirming specific information, if any.

Design review phaseContractor shall submit a design document detailing the sizing of RO bed, De-gassifier, mixed bed, HRSCC, O2 scavenger, SS storage tanks, pipelines,pumps and intermediate elements. The plant P&ID indicating the componentsand instruments shall also be included.

Detail engineering review phaseContractor shall submit Detail Engineering Review document and the level ofinformation to be provided in the document are as follows:

1. GN2 & water piping layout & isometric drawings2. Design calculations of plant & sub-systems3. Design calculations of foundations and its load details4. Electrical Power scheme5. Purchase specification of materials and associated drawings6. List of consumables & chemicals for operation & maintenance7. Quality Assurance Plan for individual materials, GN2 cylinders, flow

components & piping elements, Mechanical evaporator (Spray dryer)and SS storage tanks.

8. List of sub-vendors/ sub-contractors9. Methodology of neutralizing the chemicals in Neutralizer pit10. Execution Plan and procedure for fabrication, installation, testing and

commissioning11. Safety Assurance Plan during erection, commissioning & operation.

After Detail Engineering Review, all the documents shall be updatedaccordingly and submitted to Department for approval.

Material pre-shipment phaseContractor shall submit the following documents for the items.

1. As-built fabrication drawings and GA drawings2. Test certificates and inspection reports of the materials such as plant

equipments, GN2 cylinders, SS Storage tanks, flow components,pipes& fittings, instruments (including calibration certificates), etc.

3. Pre-Delivery Inspection (PDI) report by TPI agency

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[43]

9. ISO certifications, if any.10. Other documents for confirming specific information, if any.

Design review phaseContractor shall submit a design document detailing the sizing of RO bed, De-gassifier, mixed bed, HRSCC, O2 scavenger, SS storage tanks, pipelines,pumps and intermediate elements. The plant P&ID indicating the componentsand instruments shall also be included.

Detail engineering review phaseContractor shall submit Detail Engineering Review document and the level ofinformation to be provided in the document are as follows:

1. GN2 & water piping layout & isometric drawings2. Design calculations of plant & sub-systems3. Design calculations of foundations and its load details4. Electrical Power scheme5. Purchase specification of materials and associated drawings6. List of consumables & chemicals for operation & maintenance7. Quality Assurance Plan for individual materials, GN2 cylinders, flow

components & piping elements, Mechanical evaporator (Spray dryer)and SS storage tanks.

8. List of sub-vendors/ sub-contractors9. Methodology of neutralizing the chemicals in Neutralizer pit10. Execution Plan and procedure for fabrication, installation, testing and

commissioning11. Safety Assurance Plan during erection, commissioning & operation.

After Detail Engineering Review, all the documents shall be updatedaccordingly and submitted to Department for approval.

Material pre-shipment phaseContractor shall submit the following documents for the items.

1. As-built fabrication drawings and GA drawings2. Test certificates and inspection reports of the materials such as plant

equipments, GN2 cylinders, SS Storage tanks, flow components,pipes& fittings, instruments (including calibration certificates), etc.

3. Pre-Delivery Inspection (PDI) report by TPI agency

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[43]

9. ISO certifications, if any.10. Other documents for confirming specific information, if any.

Design review phaseContractor shall submit a design document detailing the sizing of RO bed, De-gassifier, mixed bed, HRSCC, O2 scavenger, SS storage tanks, pipelines,pumps and intermediate elements. The plant P&ID indicating the componentsand instruments shall also be included.

Detail engineering review phaseContractor shall submit Detail Engineering Review document and the level ofinformation to be provided in the document are as follows:

1. GN2 & water piping layout & isometric drawings2. Design calculations of plant & sub-systems3. Design calculations of foundations and its load details4. Electrical Power scheme5. Purchase specification of materials and associated drawings6. List of consumables & chemicals for operation & maintenance7. Quality Assurance Plan for individual materials, GN2 cylinders, flow

components & piping elements, Mechanical evaporator (Spray dryer)and SS storage tanks.

8. List of sub-vendors/ sub-contractors9. Methodology of neutralizing the chemicals in Neutralizer pit10. Execution Plan and procedure for fabrication, installation, testing and

commissioning11. Safety Assurance Plan during erection, commissioning & operation.

After Detail Engineering Review, all the documents shall be updatedaccordingly and submitted to Department for approval.

Material pre-shipment phaseContractor shall submit the following documents for the items.

1. As-built fabrication drawings and GA drawings2. Test certificates and inspection reports of the materials such as plant

equipments, GN2 cylinders, SS Storage tanks, flow components,pipes& fittings, instruments (including calibration certificates), etc.

3. Pre-Delivery Inspection (PDI) report by TPI agency

Page 52: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[44]

Department shall review the documents and provide despatch clearance.Material shall be despatched to Department’s site based on this.

Fabrication, installation and testing phaseContractor shall submit the following documents at the end of the installationactivity.

1. As-built pipeline layout drawings2. As-built pipeline isometric drawings3. Record of Certificates (including radiographic films) done during

erection4. Consolidated Inspection reports jointly performed by Contractor and

Department (SRG).

Commissioning phaseContractor shall submit the following documents at the end of thecommissioning activity.

1. Standard Operating Procedures of each system2. Record of test Certificates commissioning trials3. Consolidated Inspection reports jointly performed by Contractor and

Department (SRG).4. Final acceptance report (jointly between the Department and the

Contractor).

6.13 Confidentiality

The technical information, drawings, specification and other relateddocuments forming part of enquiry or Contract are the property of theDepartment and shall not be used for any other purpose, except for executionof the Contract. All rights, including the rights in the event of grant of a patentand registration of designs are reserved. The technical information, drawings,specifications, records and other documents shall not be copied, transcribed,traced or reproduced in any other form or otherwise in whole and/ orduplicated, modified and/or disclosed to a third party and/or not misused inany other form whatsoever without the Department’s consent in writing exceptto the extent required for the execution of the work. This technical information,drawings, specifications, records and other documents shall be returned tothe Department with all approved copies and duplicates, if any, immediatelyafter they have been used for the agreed purpose. The technical information,

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[44]

Department shall review the documents and provide despatch clearance.Material shall be despatched to Department’s site based on this.

Fabrication, installation and testing phaseContractor shall submit the following documents at the end of the installationactivity.

1. As-built pipeline layout drawings2. As-built pipeline isometric drawings3. Record of Certificates (including radiographic films) done during

erection4. Consolidated Inspection reports jointly performed by Contractor and

Department (SRG).

Commissioning phaseContractor shall submit the following documents at the end of thecommissioning activity.

1. Standard Operating Procedures of each system2. Record of test Certificates commissioning trials3. Consolidated Inspection reports jointly performed by Contractor and

Department (SRG).4. Final acceptance report (jointly between the Department and the

Contractor).

6.13 Confidentiality

The technical information, drawings, specification and other relateddocuments forming part of enquiry or Contract are the property of theDepartment and shall not be used for any other purpose, except for executionof the Contract. All rights, including the rights in the event of grant of a patentand registration of designs are reserved. The technical information, drawings,specifications, records and other documents shall not be copied, transcribed,traced or reproduced in any other form or otherwise in whole and/ orduplicated, modified and/or disclosed to a third party and/or not misused inany other form whatsoever without the Department’s consent in writing exceptto the extent required for the execution of the work. This technical information,drawings, specifications, records and other documents shall be returned tothe Department with all approved copies and duplicates, if any, immediatelyafter they have been used for the agreed purpose. The technical information,

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[44]

Department shall review the documents and provide despatch clearance.Material shall be despatched to Department’s site based on this.

Fabrication, installation and testing phaseContractor shall submit the following documents at the end of the installationactivity.

1. As-built pipeline layout drawings2. As-built pipeline isometric drawings3. Record of Certificates (including radiographic films) done during

erection4. Consolidated Inspection reports jointly performed by Contractor and

Department (SRG).

Commissioning phaseContractor shall submit the following documents at the end of thecommissioning activity.

1. Standard Operating Procedures of each system2. Record of test Certificates commissioning trials3. Consolidated Inspection reports jointly performed by Contractor and

Department (SRG).4. Final acceptance report (jointly between the Department and the

Contractor).

6.13 Confidentiality

The technical information, drawings, specification and other relateddocuments forming part of enquiry or Contract are the property of theDepartment and shall not be used for any other purpose, except for executionof the Contract. All rights, including the rights in the event of grant of a patentand registration of designs are reserved. The technical information, drawings,specifications, records and other documents shall not be copied, transcribed,traced or reproduced in any other form or otherwise in whole and/ orduplicated, modified and/or disclosed to a third party and/or not misused inany other form whatsoever without the Department’s consent in writing exceptto the extent required for the execution of the work. This technical information,drawings, specifications, records and other documents shall be returned tothe Department with all approved copies and duplicates, if any, immediatelyafter they have been used for the agreed purpose. The technical information,

Page 53: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[45]

drawings, specification and other related documents forming part of the RFPor Contract are property of the Department and shall not be used for anyother purpose except for execution of the Contract. All rights, including therights in the event of grant of a patent and registration of designs, arereserved.

6.14 Indemnity against Infringement of Regulation

The Contractor shall indemnify the Department against infringement of thefollowing regulations:

6.14.1 Labor Law

The Contractor shall indemnify the Department against any action, claim orproceeding relating to infringement of all or any of the prevailing labor laws ofIndia like Workmen’s Compensation Act 1923, Contract Labor (Regulationand Abolition) Central Rules 1971, Industrial Disputes Act 1947, EmployeesProvident Funds and Miscellaneous Act 1952 during the onsite activities atthe Department’s premise.

6.14.2 Patent Right

The Contractor shall fully indemnify the Department against any action, claimor proceeding relating to infringements or use of any patent or design or anyalleged patent or design rights and shall pay any royalty which may bepayable in respect of any claim made under or any action brought against theDepartment. In respect of such matters as aforesaid, the Contractor shall beset at liberty, at their own expense, to settle any dispute or to conduct anylitigation that may arise there-from. The Contractor shall not be liable toindemnify the Department on the infringement of the patent or design or anyalleged patent or design right which is the direct result of an order passed bythe Department.

6.15 Settlement of Dispute

The Parties shall carry out their respective obligations under the Contract inthe spirit of mutual cooperation, good faith & harmony. Except in matters inrespect of which the decision of the Department is final as specified in theContract, any difference, dispute or controversy shall be resolved and settledamicably among the Parties. If, however, that is not possible, the Parties shall

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[45]

drawings, specification and other related documents forming part of the RFPor Contract are property of the Department and shall not be used for anyother purpose except for execution of the Contract. All rights, including therights in the event of grant of a patent and registration of designs, arereserved.

6.14 Indemnity against Infringement of Regulation

The Contractor shall indemnify the Department against infringement of thefollowing regulations:

6.14.1 Labor Law

The Contractor shall indemnify the Department against any action, claim orproceeding relating to infringement of all or any of the prevailing labor laws ofIndia like Workmen’s Compensation Act 1923, Contract Labor (Regulationand Abolition) Central Rules 1971, Industrial Disputes Act 1947, EmployeesProvident Funds and Miscellaneous Act 1952 during the onsite activities atthe Department’s premise.

6.14.2 Patent Right

The Contractor shall fully indemnify the Department against any action, claimor proceeding relating to infringements or use of any patent or design or anyalleged patent or design rights and shall pay any royalty which may bepayable in respect of any claim made under or any action brought against theDepartment. In respect of such matters as aforesaid, the Contractor shall beset at liberty, at their own expense, to settle any dispute or to conduct anylitigation that may arise there-from. The Contractor shall not be liable toindemnify the Department on the infringement of the patent or design or anyalleged patent or design right which is the direct result of an order passed bythe Department.

6.15 Settlement of Dispute

The Parties shall carry out their respective obligations under the Contract inthe spirit of mutual cooperation, good faith & harmony. Except in matters inrespect of which the decision of the Department is final as specified in theContract, any difference, dispute or controversy shall be resolved and settledamicably among the Parties. If, however, that is not possible, the Parties shall

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[45]

drawings, specification and other related documents forming part of the RFPor Contract are property of the Department and shall not be used for anyother purpose except for execution of the Contract. All rights, including therights in the event of grant of a patent and registration of designs, arereserved.

6.14 Indemnity against Infringement of Regulation

The Contractor shall indemnify the Department against infringement of thefollowing regulations:

6.14.1 Labor Law

The Contractor shall indemnify the Department against any action, claim orproceeding relating to infringement of all or any of the prevailing labor laws ofIndia like Workmen’s Compensation Act 1923, Contract Labor (Regulationand Abolition) Central Rules 1971, Industrial Disputes Act 1947, EmployeesProvident Funds and Miscellaneous Act 1952 during the onsite activities atthe Department’s premise.

6.14.2 Patent Right

The Contractor shall fully indemnify the Department against any action, claimor proceeding relating to infringements or use of any patent or design or anyalleged patent or design rights and shall pay any royalty which may bepayable in respect of any claim made under or any action brought against theDepartment. In respect of such matters as aforesaid, the Contractor shall beset at liberty, at their own expense, to settle any dispute or to conduct anylitigation that may arise there-from. The Contractor shall not be liable toindemnify the Department on the infringement of the patent or design or anyalleged patent or design right which is the direct result of an order passed bythe Department.

6.15 Settlement of Dispute

The Parties shall carry out their respective obligations under the Contract inthe spirit of mutual cooperation, good faith & harmony. Except in matters inrespect of which the decision of the Department is final as specified in theContract, any difference, dispute or controversy shall be resolved and settledamicably among the Parties. If, however, that is not possible, the Parties shall

Page 54: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[46]

agree that all disputes arising out of or in connection with the Contract shallbe finally and conclusively decided by arbitration and the award in pursuancethereof shall be binding on the Parties.

6.15.1 Arbitration

If, at any time, any question, dispute or difference whatsoever shall arisebetween the Department and the Contractor upon or in connection with thisContract, either Party may forthwith give to the other notice in writing of theexistence of such question, dispute or difference and the same shall bereferred to the adjudication of arbitrators. The arbitration shall be inaccordance with the rules of the Indian Arbitration and Conciliation Act, 1996as amended from time to time. The court of arbitration shall base its decisionon this Contract with resort to Indian law. The arbitration shall take place inIndia. The language shall be English. Work under the Contract shall, ifreasonably possible, continue during arbitration proceedings.

6.16 Jurisdiction and Applicable Law

The Contract shall be governed by the laws of India for the time being inforce. Subject to the Arbitration clause, the Courts in whose territorialjurisdiction the Department’s premise is located shall be competent to dealwith and decide any legal matter or dispute arising out of the Contract.

6.17 Language and Measure

All the documents pertaining to the Contract including specifications, designdocument, detail-engineering documents, test certificates, inspection reports,correspondences, operation & maintenance manuals or any other writingshall be written in English language only. The SI units (Systeme Internationald’ Unites) of measurement are used exclusively in the RFP/ Contract andshall be used in all future documents connected with the Contract. All thepressure values are in gauge scale, unless specifically suffixed by “a” whichindicates absolute.

6.18 Limitation of Liability

The warranties, representations, obligations and liabilities of the Contractorfor non-performance/ breach as set forth herein are exclusive and insubstitution of any other warranties, conditions, representations, obligations

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[46]

agree that all disputes arising out of or in connection with the Contract shallbe finally and conclusively decided by arbitration and the award in pursuancethereof shall be binding on the Parties.

6.15.1 Arbitration

If, at any time, any question, dispute or difference whatsoever shall arisebetween the Department and the Contractor upon or in connection with thisContract, either Party may forthwith give to the other notice in writing of theexistence of such question, dispute or difference and the same shall bereferred to the adjudication of arbitrators. The arbitration shall be inaccordance with the rules of the Indian Arbitration and Conciliation Act, 1996as amended from time to time. The court of arbitration shall base its decisionon this Contract with resort to Indian law. The arbitration shall take place inIndia. The language shall be English. Work under the Contract shall, ifreasonably possible, continue during arbitration proceedings.

6.16 Jurisdiction and Applicable Law

The Contract shall be governed by the laws of India for the time being inforce. Subject to the Arbitration clause, the Courts in whose territorialjurisdiction the Department’s premise is located shall be competent to dealwith and decide any legal matter or dispute arising out of the Contract.

6.17 Language and Measure

All the documents pertaining to the Contract including specifications, designdocument, detail-engineering documents, test certificates, inspection reports,correspondences, operation & maintenance manuals or any other writingshall be written in English language only. The SI units (Systeme Internationald’ Unites) of measurement are used exclusively in the RFP/ Contract andshall be used in all future documents connected with the Contract. All thepressure values are in gauge scale, unless specifically suffixed by “a” whichindicates absolute.

6.18 Limitation of Liability

The warranties, representations, obligations and liabilities of the Contractorfor non-performance/ breach as set forth herein are exclusive and insubstitution of any other warranties, conditions, representations, obligations

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[46]

agree that all disputes arising out of or in connection with the Contract shallbe finally and conclusively decided by arbitration and the award in pursuancethereof shall be binding on the Parties.

6.15.1 Arbitration

If, at any time, any question, dispute or difference whatsoever shall arisebetween the Department and the Contractor upon or in connection with thisContract, either Party may forthwith give to the other notice in writing of theexistence of such question, dispute or difference and the same shall bereferred to the adjudication of arbitrators. The arbitration shall be inaccordance with the rules of the Indian Arbitration and Conciliation Act, 1996as amended from time to time. The court of arbitration shall base its decisionon this Contract with resort to Indian law. The arbitration shall take place inIndia. The language shall be English. Work under the Contract shall, ifreasonably possible, continue during arbitration proceedings.

6.16 Jurisdiction and Applicable Law

The Contract shall be governed by the laws of India for the time being inforce. Subject to the Arbitration clause, the Courts in whose territorialjurisdiction the Department’s premise is located shall be competent to dealwith and decide any legal matter or dispute arising out of the Contract.

6.17 Language and Measure

All the documents pertaining to the Contract including specifications, designdocument, detail-engineering documents, test certificates, inspection reports,correspondences, operation & maintenance manuals or any other writingshall be written in English language only. The SI units (Systeme Internationald’ Unites) of measurement are used exclusively in the RFP/ Contract andshall be used in all future documents connected with the Contract. All thepressure values are in gauge scale, unless specifically suffixed by “a” whichindicates absolute.

6.18 Limitation of Liability

The warranties, representations, obligations and liabilities of the Contractorfor non-performance/ breach as set forth herein are exclusive and insubstitution of any other warranties, conditions, representations, obligations

Page 55: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[47]

and liabilities, express or implied, arising by law or otherwise. The totalcumulative and aggregate liability of Contractor in connection with theContract including LD and damage to the property of the Department shallnot exceed 20% of the total Contract price excepting, however, Contractor’scost of completing his scope of delivery, rectification work or repairs orreplacements as well as any amounts recovered under Contractor’sinsurance. Notwithstanding anything contained in the Contract, in no eventshall the Contractor be liable to the Department by way of indemnity or byreason of negligence or breach of the Contract or in tort or otherwise for lossof production or products, loss of profits, damages or losses claimed by thirdparties, loss of use, loss of Contracts, increased cost of operation,maintenance or staffing needs, any other financial or economic loss or anyindirect, incidental, special punitive or consequential damages of anydescription and howsoever arising in connection with the Contract.

7 CONTRACTOR’s FUNCTION

7.1 Execution of Work

7.1.1 The specification of the Contract is intended to describe and provide for acomplete finished system. The Contractor shall agree and understand that thework to be executed shall be complete in every detail, even though every itemnecessarily involved is not particularly mentioned in the RFP/ Contractdocument. The Contractor shall be required to provide all labor, materials andequipment necessary for completion of the work described and shall not availthemselves of any manifesting unintentional error, omission or inconsistencythat may exist. The Contractor shall carry out and complete the work in everyrespect in accordance with the Contract and the directions and to thesatisfaction of the Department.

7.1.2 The Contractor shall provide everything necessary for the proper execution ofthe work according to the intent and meaning of the specification whether thesame may or may not be particularly shown or described therein, providedthat the same can reasonably be inferred there-from and if the Contractorfinds any discrepancy there-in, they shall immediately and in writing refer thesame to the Department whose decision shall be final and binding on theContractors.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[47]

and liabilities, express or implied, arising by law or otherwise. The totalcumulative and aggregate liability of Contractor in connection with theContract including LD and damage to the property of the Department shallnot exceed 20% of the total Contract price excepting, however, Contractor’scost of completing his scope of delivery, rectification work or repairs orreplacements as well as any amounts recovered under Contractor’sinsurance. Notwithstanding anything contained in the Contract, in no eventshall the Contractor be liable to the Department by way of indemnity or byreason of negligence or breach of the Contract or in tort or otherwise for lossof production or products, loss of profits, damages or losses claimed by thirdparties, loss of use, loss of Contracts, increased cost of operation,maintenance or staffing needs, any other financial or economic loss or anyindirect, incidental, special punitive or consequential damages of anydescription and howsoever arising in connection with the Contract.

7 CONTRACTOR’s FUNCTION

7.1 Execution of Work

7.1.1 The specification of the Contract is intended to describe and provide for acomplete finished system. The Contractor shall agree and understand that thework to be executed shall be complete in every detail, even though every itemnecessarily involved is not particularly mentioned in the RFP/ Contractdocument. The Contractor shall be required to provide all labor, materials andequipment necessary for completion of the work described and shall not availthemselves of any manifesting unintentional error, omission or inconsistencythat may exist. The Contractor shall carry out and complete the work in everyrespect in accordance with the Contract and the directions and to thesatisfaction of the Department.

7.1.2 The Contractor shall provide everything necessary for the proper execution ofthe work according to the intent and meaning of the specification whether thesame may or may not be particularly shown or described therein, providedthat the same can reasonably be inferred there-from and if the Contractorfinds any discrepancy there-in, they shall immediately and in writing refer thesame to the Department whose decision shall be final and binding on theContractors.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[47]

and liabilities, express or implied, arising by law or otherwise. The totalcumulative and aggregate liability of Contractor in connection with theContract including LD and damage to the property of the Department shallnot exceed 20% of the total Contract price excepting, however, Contractor’scost of completing his scope of delivery, rectification work or repairs orreplacements as well as any amounts recovered under Contractor’sinsurance. Notwithstanding anything contained in the Contract, in no eventshall the Contractor be liable to the Department by way of indemnity or byreason of negligence or breach of the Contract or in tort or otherwise for lossof production or products, loss of profits, damages or losses claimed by thirdparties, loss of use, loss of Contracts, increased cost of operation,maintenance or staffing needs, any other financial or economic loss or anyindirect, incidental, special punitive or consequential damages of anydescription and howsoever arising in connection with the Contract.

7 CONTRACTOR’s FUNCTION

7.1 Execution of Work

7.1.1 The specification of the Contract is intended to describe and provide for acomplete finished system. The Contractor shall agree and understand that thework to be executed shall be complete in every detail, even though every itemnecessarily involved is not particularly mentioned in the RFP/ Contractdocument. The Contractor shall be required to provide all labor, materials andequipment necessary for completion of the work described and shall not availthemselves of any manifesting unintentional error, omission or inconsistencythat may exist. The Contractor shall carry out and complete the work in everyrespect in accordance with the Contract and the directions and to thesatisfaction of the Department.

7.1.2 The Contractor shall provide everything necessary for the proper execution ofthe work according to the intent and meaning of the specification whether thesame may or may not be particularly shown or described therein, providedthat the same can reasonably be inferred there-from and if the Contractorfinds any discrepancy there-in, they shall immediately and in writing refer thesame to the Department whose decision shall be final and binding on theContractors.

Page 56: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[48]

7.1.3 If any part of the Contractor’s work depends for proper execution upon thework of any other contractor, the Contractor shall inspect and promptly reportin writing the Department any defect in such work of the other contractor thattender it unsuitable for proper execution of the work under the Contract. Theirfailure to so inspect and report shall constitute acceptance of the othercontractor’s work as fit and proper for the reception of their work, except as todefects which may develop in the work of the other contractors after properexecution of the work. To ensure proper execution of their subsequent work,the Contractor shall measure the work already in place and shall at oncereport to the Department any discrepancy between the executed work and thedrawings.

7.1.4 The Contractors shall not sell, assign, mortgage, hypothecate or removeequipment or materials which have been erected or which may be necessaryfor the completion of the Contract without the written consent of theDepartment.

7.1.5 In the execution of the work, no person other than the Contractor or their dulyappointed representatives, their Sub-contractor and their workmen, shall beallowed to do work at the site except by the special permission in writing bythe Department.

7.1.6 The Contractor shall proceed with the work to be performed under theContract and each & every part & detail thereof in the best and mostworkmen-like manner by engaging qualified, careful and efficient workers anddo the several parts thereof at such time and in such order as the Departmentdirects and finish such work in strict conformance with the plans, drawingsand/ or specifications and any change, modification or amplification thereofmade by the Department.

7.1.7 The personnel of the Contractor and their Sub-contractor shall follow thesafety, security and administrative norms of the Department at site.

7.2 Supply of Tools, Tackles and Other Materials

7.2.1 For completion of the work, the Contractor shall, at their own expense, furnishall necessary erection tools, machine tools, power tools, tackles, hoists,cranes, derricks, cables, slings, skids, scaffolding, work benches, tools forrigging, cribbing and blocking, welding machines, pre-heating and stress

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[48]

7.1.3 If any part of the Contractor’s work depends for proper execution upon thework of any other contractor, the Contractor shall inspect and promptly reportin writing the Department any defect in such work of the other contractor thattender it unsuitable for proper execution of the work under the Contract. Theirfailure to so inspect and report shall constitute acceptance of the othercontractor’s work as fit and proper for the reception of their work, except as todefects which may develop in the work of the other contractors after properexecution of the work. To ensure proper execution of their subsequent work,the Contractor shall measure the work already in place and shall at oncereport to the Department any discrepancy between the executed work and thedrawings.

7.1.4 The Contractors shall not sell, assign, mortgage, hypothecate or removeequipment or materials which have been erected or which may be necessaryfor the completion of the Contract without the written consent of theDepartment.

7.1.5 In the execution of the work, no person other than the Contractor or their dulyappointed representatives, their Sub-contractor and their workmen, shall beallowed to do work at the site except by the special permission in writing bythe Department.

7.1.6 The Contractor shall proceed with the work to be performed under theContract and each & every part & detail thereof in the best and mostworkmen-like manner by engaging qualified, careful and efficient workers anddo the several parts thereof at such time and in such order as the Departmentdirects and finish such work in strict conformance with the plans, drawingsand/ or specifications and any change, modification or amplification thereofmade by the Department.

7.1.7 The personnel of the Contractor and their Sub-contractor shall follow thesafety, security and administrative norms of the Department at site.

7.2 Supply of Tools, Tackles and Other Materials

7.2.1 For completion of the work, the Contractor shall, at their own expense, furnishall necessary erection tools, machine tools, power tools, tackles, hoists,cranes, derricks, cables, slings, skids, scaffolding, work benches, tools forrigging, cribbing and blocking, welding machines, pre-heating and stress

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[48]

7.1.3 If any part of the Contractor’s work depends for proper execution upon thework of any other contractor, the Contractor shall inspect and promptly reportin writing the Department any defect in such work of the other contractor thattender it unsuitable for proper execution of the work under the Contract. Theirfailure to so inspect and report shall constitute acceptance of the othercontractor’s work as fit and proper for the reception of their work, except as todefects which may develop in the work of the other contractors after properexecution of the work. To ensure proper execution of their subsequent work,the Contractor shall measure the work already in place and shall at oncereport to the Department any discrepancy between the executed work and thedrawings.

7.1.4 The Contractors shall not sell, assign, mortgage, hypothecate or removeequipment or materials which have been erected or which may be necessaryfor the completion of the Contract without the written consent of theDepartment.

7.1.5 In the execution of the work, no person other than the Contractor or their dulyappointed representatives, their Sub-contractor and their workmen, shall beallowed to do work at the site except by the special permission in writing bythe Department.

7.1.6 The Contractor shall proceed with the work to be performed under theContract and each & every part & detail thereof in the best and mostworkmen-like manner by engaging qualified, careful and efficient workers anddo the several parts thereof at such time and in such order as the Departmentdirects and finish such work in strict conformance with the plans, drawingsand/ or specifications and any change, modification or amplification thereofmade by the Department.

7.1.7 The personnel of the Contractor and their Sub-contractor shall follow thesafety, security and administrative norms of the Department at site.

7.2 Supply of Tools, Tackles and Other Materials

7.2.1 For completion of the work, the Contractor shall, at their own expense, furnishall necessary erection tools, machine tools, power tools, tackles, hoists,cranes, derricks, cables, slings, skids, scaffolding, work benches, tools forrigging, cribbing and blocking, welding machines, pre-heating and stress

Page 57: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[49]

relieving equipment, X-ray and all associated protective equipment,appliances, materials and supplies required to accomplish the work under theContract unless otherwise provided for. Adequacy of such tools shall besubject to final determination of the Department.

7.2.2 The Contractor shall also furnish all necessary expendable devices likeanchors, grinding and abrasive wheels, plugs, hacksaw blades, taps, dies,drills, reamers, chisels, files, carborundum stones, oil stones, wire brushes,necessary scaffolding, ladders, wooden planks, timbers, sleepers, andconsumable materials like oxygen, acetylene, argon, lubricating oils, greases,cleaning fluids, cylinder oil, graphite powder and flakes, fasteners, gaskets,temporary supports, stainless steel shims or various thicknesses as required,cotton waste, PTFE tapes and all other miscellaneous supplies of every kindrequired for carrying out the work under the Contract.

7.2.3 The Contractors shall not dispose, transport or withdraw any tools, tackles,equipment and materials provided by them for the Contract without takingprior written approval from the Department and the Department at all timesshall have right to refuse permission for disposal, transport or withdrawal oftools, tackles, equipment and material if, in their opinion, the same willadversely affect the efficient and prompt execution of the work.

7.3 Protection of Work

7.3.1 The Department will not be responsible or held liable for any damage toperson or property consequent upon the use, misuse or failure of anyconstruction/ fabrication tools and equipment used by the Contractor or any oftheir Subcontractor even though such construction tools and equipment maybe furnished rented or loaned to the Contractor or any of their Sub-contractor.The acceptance and/ or use of any such construction tool and equipment bythe Contractor or their Sub-contractor shall be construed to mean thatContractor accept all responsibilities and agree to indemnify and saveharmless the Department from any and all claims for said damages resultingfrom said use, misuse or failure of such construction tool and equipment.

7.3.2 The Contractor and their Sub-contractor shall be responsible during work forprotection of the work which has been completed by the other contractors.The necessary care shall be taken to see that no damage to the same iscaused by their own personnel during the course of execution of their work.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[49]

relieving equipment, X-ray and all associated protective equipment,appliances, materials and supplies required to accomplish the work under theContract unless otherwise provided for. Adequacy of such tools shall besubject to final determination of the Department.

7.2.2 The Contractor shall also furnish all necessary expendable devices likeanchors, grinding and abrasive wheels, plugs, hacksaw blades, taps, dies,drills, reamers, chisels, files, carborundum stones, oil stones, wire brushes,necessary scaffolding, ladders, wooden planks, timbers, sleepers, andconsumable materials like oxygen, acetylene, argon, lubricating oils, greases,cleaning fluids, cylinder oil, graphite powder and flakes, fasteners, gaskets,temporary supports, stainless steel shims or various thicknesses as required,cotton waste, PTFE tapes and all other miscellaneous supplies of every kindrequired for carrying out the work under the Contract.

7.2.3 The Contractors shall not dispose, transport or withdraw any tools, tackles,equipment and materials provided by them for the Contract without takingprior written approval from the Department and the Department at all timesshall have right to refuse permission for disposal, transport or withdrawal oftools, tackles, equipment and material if, in their opinion, the same willadversely affect the efficient and prompt execution of the work.

7.3 Protection of Work

7.3.1 The Department will not be responsible or held liable for any damage toperson or property consequent upon the use, misuse or failure of anyconstruction/ fabrication tools and equipment used by the Contractor or any oftheir Subcontractor even though such construction tools and equipment maybe furnished rented or loaned to the Contractor or any of their Sub-contractor.The acceptance and/ or use of any such construction tool and equipment bythe Contractor or their Sub-contractor shall be construed to mean thatContractor accept all responsibilities and agree to indemnify and saveharmless the Department from any and all claims for said damages resultingfrom said use, misuse or failure of such construction tool and equipment.

7.3.2 The Contractor and their Sub-contractor shall be responsible during work forprotection of the work which has been completed by the other contractors.The necessary care shall be taken to see that no damage to the same iscaused by their own personnel during the course of execution of their work.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[49]

relieving equipment, X-ray and all associated protective equipment,appliances, materials and supplies required to accomplish the work under theContract unless otherwise provided for. Adequacy of such tools shall besubject to final determination of the Department.

7.2.2 The Contractor shall also furnish all necessary expendable devices likeanchors, grinding and abrasive wheels, plugs, hacksaw blades, taps, dies,drills, reamers, chisels, files, carborundum stones, oil stones, wire brushes,necessary scaffolding, ladders, wooden planks, timbers, sleepers, andconsumable materials like oxygen, acetylene, argon, lubricating oils, greases,cleaning fluids, cylinder oil, graphite powder and flakes, fasteners, gaskets,temporary supports, stainless steel shims or various thicknesses as required,cotton waste, PTFE tapes and all other miscellaneous supplies of every kindrequired for carrying out the work under the Contract.

7.2.3 The Contractors shall not dispose, transport or withdraw any tools, tackles,equipment and materials provided by them for the Contract without takingprior written approval from the Department and the Department at all timesshall have right to refuse permission for disposal, transport or withdrawal oftools, tackles, equipment and material if, in their opinion, the same willadversely affect the efficient and prompt execution of the work.

7.3 Protection of Work

7.3.1 The Department will not be responsible or held liable for any damage toperson or property consequent upon the use, misuse or failure of anyconstruction/ fabrication tools and equipment used by the Contractor or any oftheir Subcontractor even though such construction tools and equipment maybe furnished rented or loaned to the Contractor or any of their Sub-contractor.The acceptance and/ or use of any such construction tool and equipment bythe Contractor or their Sub-contractor shall be construed to mean thatContractor accept all responsibilities and agree to indemnify and saveharmless the Department from any and all claims for said damages resultingfrom said use, misuse or failure of such construction tool and equipment.

7.3.2 The Contractor and their Sub-contractor shall be responsible during work forprotection of the work which has been completed by the other contractors.The necessary care shall be taken to see that no damage to the same iscaused by their own personnel during the course of execution of their work.

Page 58: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[50]

7.3.3 All other work completed or in progress as well as machinery and equipmentthat are liable to be damaged by the Contractor’s work shall be protected bythe Contractor and such protection shall remain and be maintained until itsremoval is directed by the Department.

7.3.4 The Contractor shall effectively protect all the works from action of weatherand from damages or defacement and shall cover finished parts whererequired for their thorough protection.

7.4 Coordination with Other Contractors and Interfacing of Work

The Contractor shall extend full cooperation to other contractors of theDepartment to perform their works at site simultaneously. The Contractorshall so arrange their schedule of activities as to ensure smooth and timelyexecution of the Contract, minimize interference with the works of the othercontractors and allow the other contractors the use of the facilities put up bythem for erection activities. For this purpose, the Contractor shall plan suchworks and indicate such interfaces in an interface schedule. They shall notbe entitled to any extra payment on this account. The Department will notentertain any claim from the Contractor for delay on account of lack ofcoordination with the other contractors.

7.5 Site Personnel

7.5.1 During material receipt, erection and commissioning activities, the Contractorshall identify a qualified & experienced Focal Point, who could discharge thecontract activities as per the contract norms.

7.5.2 The Focal Point shall have full technical capability and completeadministrative & financial powers to expeditiously & efficiently execute thework under the contract. Any written order or instruction which theDepartment may give to the Focal Point shall be deemed to have been givento the Contractor.

7.5.3 The Focal Point is also responsible executing the contract with stipulatedQuality and Safety clauses defined in this RFP.

7.5.4 The Focal Point shall engage adequate manpower for the execution ofcontract as per existing procedures of IPRC.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[50]

7.3.3 All other work completed or in progress as well as machinery and equipmentthat are liable to be damaged by the Contractor’s work shall be protected bythe Contractor and such protection shall remain and be maintained until itsremoval is directed by the Department.

7.3.4 The Contractor shall effectively protect all the works from action of weatherand from damages or defacement and shall cover finished parts whererequired for their thorough protection.

7.4 Coordination with Other Contractors and Interfacing of Work

The Contractor shall extend full cooperation to other contractors of theDepartment to perform their works at site simultaneously. The Contractorshall so arrange their schedule of activities as to ensure smooth and timelyexecution of the Contract, minimize interference with the works of the othercontractors and allow the other contractors the use of the facilities put up bythem for erection activities. For this purpose, the Contractor shall plan suchworks and indicate such interfaces in an interface schedule. They shall notbe entitled to any extra payment on this account. The Department will notentertain any claim from the Contractor for delay on account of lack ofcoordination with the other contractors.

7.5 Site Personnel

7.5.1 During material receipt, erection and commissioning activities, the Contractorshall identify a qualified & experienced Focal Point, who could discharge thecontract activities as per the contract norms.

7.5.2 The Focal Point shall have full technical capability and completeadministrative & financial powers to expeditiously & efficiently execute thework under the contract. Any written order or instruction which theDepartment may give to the Focal Point shall be deemed to have been givento the Contractor.

7.5.3 The Focal Point is also responsible executing the contract with stipulatedQuality and Safety clauses defined in this RFP.

7.5.4 The Focal Point shall engage adequate manpower for the execution ofcontract as per existing procedures of IPRC.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[50]

7.3.3 All other work completed or in progress as well as machinery and equipmentthat are liable to be damaged by the Contractor’s work shall be protected bythe Contractor and such protection shall remain and be maintained until itsremoval is directed by the Department.

7.3.4 The Contractor shall effectively protect all the works from action of weatherand from damages or defacement and shall cover finished parts whererequired for their thorough protection.

7.4 Coordination with Other Contractors and Interfacing of Work

The Contractor shall extend full cooperation to other contractors of theDepartment to perform their works at site simultaneously. The Contractorshall so arrange their schedule of activities as to ensure smooth and timelyexecution of the Contract, minimize interference with the works of the othercontractors and allow the other contractors the use of the facilities put up bythem for erection activities. For this purpose, the Contractor shall plan suchworks and indicate such interfaces in an interface schedule. They shall notbe entitled to any extra payment on this account. The Department will notentertain any claim from the Contractor for delay on account of lack ofcoordination with the other contractors.

7.5 Site Personnel

7.5.1 During material receipt, erection and commissioning activities, the Contractorshall identify a qualified & experienced Focal Point, who could discharge thecontract activities as per the contract norms.

7.5.2 The Focal Point shall have full technical capability and completeadministrative & financial powers to expeditiously & efficiently execute thework under the contract. Any written order or instruction which theDepartment may give to the Focal Point shall be deemed to have been givento the Contractor.

7.5.3 The Focal Point is also responsible executing the contract with stipulatedQuality and Safety clauses defined in this RFP.

7.5.4 The Focal Point shall engage adequate manpower for the execution ofcontract as per existing procedures of IPRC.

Page 59: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[51]

7.5.5 The Focal Point may engage sub-contractor(s) for execution of the contractas per section 6.5 of this RFP.

7.5.6 The Focal Point shall maintain an office on or adjacent to the site of work. TheDepartment will normally communicate directly with the Focal Point at siteregarding the schedule, progress or any issues related to execution ofcontract.

7.5.7 For operation & maintenance activities, the Contractor shall engage adequatemanpower as described in section 3.2.16 of this RFP document.

7.6 Employment of Labor

The Contractor shall employ, on the work, only their regular skilledemployees with experience of this particular work as far as possible. Nofemale laborer shall be employed after normal working hours. No personbelow 18 (Eighteen) years of age shall be employed. Work Labor (Regulationand Abolition Act), Central Rules 1971 shall be followed while deploying thelaborers.

The Contractor shall pay to each person, wages not less than those specifiedby Minimum Wages Act. The employees/ laborers for carrying out all the siteworks shall be identified well in advance by the Contractor and necessaryapproval shall be obtained from the Department for entry to the work site.

7.7 Reporting

The Contractor shall report to the Department regarding the schedule,progress, expected date of completion, etc. on demand during erection &commissioning. Department’s suggestion on up-keep of schedule shall behonored.

7.8 Clean-up of work site

The Contractor shall not store or place the equipment, materials or erectionequipment on the drive ways and streets and shall take care that their work inno way restricts or impedes traffic or passage of personnel and material.During erection, the Contractor shall, without any additional payment, at alltimes, keep the working and storage area used by them free fromaccumulation of loose or combustible material, waste materials or rubbish to

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[51]

7.5.5 The Focal Point may engage sub-contractor(s) for execution of the contractas per section 6.5 of this RFP.

7.5.6 The Focal Point shall maintain an office on or adjacent to the site of work. TheDepartment will normally communicate directly with the Focal Point at siteregarding the schedule, progress or any issues related to execution ofcontract.

7.5.7 For operation & maintenance activities, the Contractor shall engage adequatemanpower as described in section 3.2.16 of this RFP document.

7.6 Employment of Labor

The Contractor shall employ, on the work, only their regular skilledemployees with experience of this particular work as far as possible. Nofemale laborer shall be employed after normal working hours. No personbelow 18 (Eighteen) years of age shall be employed. Work Labor (Regulationand Abolition Act), Central Rules 1971 shall be followed while deploying thelaborers.

The Contractor shall pay to each person, wages not less than those specifiedby Minimum Wages Act. The employees/ laborers for carrying out all the siteworks shall be identified well in advance by the Contractor and necessaryapproval shall be obtained from the Department for entry to the work site.

7.7 Reporting

The Contractor shall report to the Department regarding the schedule,progress, expected date of completion, etc. on demand during erection &commissioning. Department’s suggestion on up-keep of schedule shall behonored.

7.8 Clean-up of work site

The Contractor shall not store or place the equipment, materials or erectionequipment on the drive ways and streets and shall take care that their work inno way restricts or impedes traffic or passage of personnel and material.During erection, the Contractor shall, without any additional payment, at alltimes, keep the working and storage area used by them free fromaccumulation of loose or combustible material, waste materials or rubbish to

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[51]

7.5.5 The Focal Point may engage sub-contractor(s) for execution of the contractas per section 6.5 of this RFP.

7.5.6 The Focal Point shall maintain an office on or adjacent to the site of work. TheDepartment will normally communicate directly with the Focal Point at siteregarding the schedule, progress or any issues related to execution ofcontract.

7.5.7 For operation & maintenance activities, the Contractor shall engage adequatemanpower as described in section 3.2.16 of this RFP document.

7.6 Employment of Labor

The Contractor shall employ, on the work, only their regular skilledemployees with experience of this particular work as far as possible. Nofemale laborer shall be employed after normal working hours. No personbelow 18 (Eighteen) years of age shall be employed. Work Labor (Regulationand Abolition Act), Central Rules 1971 shall be followed while deploying thelaborers.

The Contractor shall pay to each person, wages not less than those specifiedby Minimum Wages Act. The employees/ laborers for carrying out all the siteworks shall be identified well in advance by the Contractor and necessaryapproval shall be obtained from the Department for entry to the work site.

7.7 Reporting

The Contractor shall report to the Department regarding the schedule,progress, expected date of completion, etc. on demand during erection &commissioning. Department’s suggestion on up-keep of schedule shall behonored.

7.8 Clean-up of work site

The Contractor shall not store or place the equipment, materials or erectionequipment on the drive ways and streets and shall take care that their work inno way restricts or impedes traffic or passage of personnel and material.During erection, the Contractor shall, without any additional payment, at alltimes, keep the working and storage area used by them free fromaccumulation of loose or combustible material, waste materials or rubbish to

Page 60: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[52]

avoid fire hazard and hindrance to other works of the Department. If theContractor fails to comply with these requirements, the Department shallproceed to clear those areas and the expenses incurred by the Department inthis regard shall be payable by the Contractor. Before completion of the work,the Contractor shall remove or dispose of, in proper manner, all scaffolding,temporary structures, sheds, buildings, stores, waste & debris and leave thepremise in a condition satisfactory to the Department.

7.9 First aid

The Contractor shall make their own medical and transport arrangements totake care of their employees in case of accident. The Contractor shall providea first aid kit at the work site to meet the requirements of minor injuries.However, the Contractor may have access to the Department’s Advanced firstaid centre and ambulance in case of accident, subject to availability of thesame.

7.10 Working and safety regulations

The contractor shall observe all statutory and legal requirements enforcedfrom time to time by Central and State Governments applicable to the work aswell as any local regulation applying to the site issued by Department or anyother authority. The Contractor shall comply with the provisions of ISROContractor Safety Manual.

Particular attention is drawn to the following:

7.10.1 The Contractor shall comply with all the security regulations of Department.

7.10.2 For the Contractor’s equipments, tools, materials, etc. which are to be broughtin or taken out from the Department’s premise, proper entry shall be made atthe main gate duly endorsed by Central Industrial Security Force (CISF). TheDepartment shall issue necessary gate passes for taking out their materialsas and when required and after completion of work.

7.10.3 Smoking, use of mobile phone, camera, matchbox, lighter and any othersource of ignition are strictly prohibited inside the Department’s premise.

7.10.4 The Contractor shall establish a safe work procedure and strictly comply with,

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[52]

avoid fire hazard and hindrance to other works of the Department. If theContractor fails to comply with these requirements, the Department shallproceed to clear those areas and the expenses incurred by the Department inthis regard shall be payable by the Contractor. Before completion of the work,the Contractor shall remove or dispose of, in proper manner, all scaffolding,temporary structures, sheds, buildings, stores, waste & debris and leave thepremise in a condition satisfactory to the Department.

7.9 First aid

The Contractor shall make their own medical and transport arrangements totake care of their employees in case of accident. The Contractor shall providea first aid kit at the work site to meet the requirements of minor injuries.However, the Contractor may have access to the Department’s Advanced firstaid centre and ambulance in case of accident, subject to availability of thesame.

7.10 Working and safety regulations

The contractor shall observe all statutory and legal requirements enforcedfrom time to time by Central and State Governments applicable to the work aswell as any local regulation applying to the site issued by Department or anyother authority. The Contractor shall comply with the provisions of ISROContractor Safety Manual.

Particular attention is drawn to the following:

7.10.1 The Contractor shall comply with all the security regulations of Department.

7.10.2 For the Contractor’s equipments, tools, materials, etc. which are to be broughtin or taken out from the Department’s premise, proper entry shall be made atthe main gate duly endorsed by Central Industrial Security Force (CISF). TheDepartment shall issue necessary gate passes for taking out their materialsas and when required and after completion of work.

7.10.3 Smoking, use of mobile phone, camera, matchbox, lighter and any othersource of ignition are strictly prohibited inside the Department’s premise.

7.10.4 The Contractor shall establish a safe work procedure and strictly comply with,

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[52]

avoid fire hazard and hindrance to other works of the Department. If theContractor fails to comply with these requirements, the Department shallproceed to clear those areas and the expenses incurred by the Department inthis regard shall be payable by the Contractor. Before completion of the work,the Contractor shall remove or dispose of, in proper manner, all scaffolding,temporary structures, sheds, buildings, stores, waste & debris and leave thepremise in a condition satisfactory to the Department.

7.9 First aid

The Contractor shall make their own medical and transport arrangements totake care of their employees in case of accident. The Contractor shall providea first aid kit at the work site to meet the requirements of minor injuries.However, the Contractor may have access to the Department’s Advanced firstaid centre and ambulance in case of accident, subject to availability of thesame.

7.10 Working and safety regulations

The contractor shall observe all statutory and legal requirements enforcedfrom time to time by Central and State Governments applicable to the work aswell as any local regulation applying to the site issued by Department or anyother authority. The Contractor shall comply with the provisions of ISROContractor Safety Manual.

Particular attention is drawn to the following:

7.10.1 The Contractor shall comply with all the security regulations of Department.

7.10.2 For the Contractor’s equipments, tools, materials, etc. which are to be broughtin or taken out from the Department’s premise, proper entry shall be made atthe main gate duly endorsed by Central Industrial Security Force (CISF). TheDepartment shall issue necessary gate passes for taking out their materialsas and when required and after completion of work.

7.10.3 Smoking, use of mobile phone, camera, matchbox, lighter and any othersource of ignition are strictly prohibited inside the Department’s premise.

7.10.4 The Contractor shall establish a safe work procedure and strictly comply with,

Page 61: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[53]

All electricity rules and regulations. Standard safety procedures to be followed in scaffolding, operating

hoisting equipments, welding & gas cutting, grinding, painting,radiography, etc.

Statutory requirements for inspection and test of all lifting appliances andauxiliary lifting gear.

7.10.5 The Contractor shall ensure that all personnel employed at site usenecessary standard Personal Protective Equipments (PPEs).

7.10.6 In case of accident, the Department shall be informed in writing forthwith. TheContractor shall strictly follow the regulations laid down by the FactoryInspector and Central & State Government authorities in this regard.

7.10.7 The Contractor shall notify the Department of their intention to bring to the siteany equipment such as space heating or welding apparatus or any containerholding liquid or gaseous fuel or other substance, which might create ahazard. The permission for bringing such materials shall be authorized by theDepartment’s Safety personnel. The Department shall have the right toprohibit the use of such equipment or to prescribe the conditions under whichsuch equipment may be used.

7.10.8 Erection work shall conform to IS 7205 (latest edition).

7.10.9 The Contractor shall obtain necessary work and safety permits from theDepartment and revalidate them seamlessly. Only after obtaining the abovepermits, the Contractor shall start the construction works.

7.10.10 The movement of isotope source for radiography purpose shall be permittedonly with the prior approval of Atomic Energy Regulatory Board (AERB). TheContractor shall construct necessary temporary building, as per the guidelineand with the approval of AERB, to store the isotope sources at suitablelocation to be identified by the Department.

7.11 Electrical safety regulations

7.11.1 The Contractor shall arrange temporary Power Distribution Panel (PDP) withMoulded Case Circuit Breaker (MCCB), Earth Leakage Circuit Breaker

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[53]

All electricity rules and regulations. Standard safety procedures to be followed in scaffolding, operating

hoisting equipments, welding & gas cutting, grinding, painting,radiography, etc.

Statutory requirements for inspection and test of all lifting appliances andauxiliary lifting gear.

7.10.5 The Contractor shall ensure that all personnel employed at site usenecessary standard Personal Protective Equipments (PPEs).

7.10.6 In case of accident, the Department shall be informed in writing forthwith. TheContractor shall strictly follow the regulations laid down by the FactoryInspector and Central & State Government authorities in this regard.

7.10.7 The Contractor shall notify the Department of their intention to bring to the siteany equipment such as space heating or welding apparatus or any containerholding liquid or gaseous fuel or other substance, which might create ahazard. The permission for bringing such materials shall be authorized by theDepartment’s Safety personnel. The Department shall have the right toprohibit the use of such equipment or to prescribe the conditions under whichsuch equipment may be used.

7.10.8 Erection work shall conform to IS 7205 (latest edition).

7.10.9 The Contractor shall obtain necessary work and safety permits from theDepartment and revalidate them seamlessly. Only after obtaining the abovepermits, the Contractor shall start the construction works.

7.10.10 The movement of isotope source for radiography purpose shall be permittedonly with the prior approval of Atomic Energy Regulatory Board (AERB). TheContractor shall construct necessary temporary building, as per the guidelineand with the approval of AERB, to store the isotope sources at suitablelocation to be identified by the Department.

7.11 Electrical safety regulations

7.11.1 The Contractor shall arrange temporary Power Distribution Panel (PDP) withMoulded Case Circuit Breaker (MCCB), Earth Leakage Circuit Breaker

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[53]

All electricity rules and regulations. Standard safety procedures to be followed in scaffolding, operating

hoisting equipments, welding & gas cutting, grinding, painting,radiography, etc.

Statutory requirements for inspection and test of all lifting appliances andauxiliary lifting gear.

7.10.5 The Contractor shall ensure that all personnel employed at site usenecessary standard Personal Protective Equipments (PPEs).

7.10.6 In case of accident, the Department shall be informed in writing forthwith. TheContractor shall strictly follow the regulations laid down by the FactoryInspector and Central & State Government authorities in this regard.

7.10.7 The Contractor shall notify the Department of their intention to bring to the siteany equipment such as space heating or welding apparatus or any containerholding liquid or gaseous fuel or other substance, which might create ahazard. The permission for bringing such materials shall be authorized by theDepartment’s Safety personnel. The Department shall have the right toprohibit the use of such equipment or to prescribe the conditions under whichsuch equipment may be used.

7.10.8 Erection work shall conform to IS 7205 (latest edition).

7.10.9 The Contractor shall obtain necessary work and safety permits from theDepartment and revalidate them seamlessly. Only after obtaining the abovepermits, the Contractor shall start the construction works.

7.10.10 The movement of isotope source for radiography purpose shall be permittedonly with the prior approval of Atomic Energy Regulatory Board (AERB). TheContractor shall construct necessary temporary building, as per the guidelineand with the approval of AERB, to store the isotope sources at suitablelocation to be identified by the Department.

7.11 Electrical safety regulations

7.11.1 The Contractor shall arrange temporary Power Distribution Panel (PDP) withMoulded Case Circuit Breaker (MCCB), Earth Leakage Circuit Breaker

Page 62: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[54]

(ELCB) and calibrated energy meter for taking electrical power from theDepartment’s power termination point at site. Necessary power cabling fromthe Department’s power termination point to the Contractor’s PDP and fromthe Contractor’s PDP to the Contractor’s utility points shall be arranged by theContractor. PDP shall be grouted properly. All temporary cabling must complywith rules & regulations and be subject to Department’s satisfaction. Aftermaking all temporary power cabling, the Contractor shall formally apply to theDepartment for safety and work permits. After ascertaining the compliance ofthe Contractor’s temporary cabling with the Department safety regulations,the Department shall energize the Contractor’s PDP.

7.11.2 The Contractor shall employ a full-time Electrician to maintain their temporaryinstallations.

7.11.3 The PDP shall be provided with MCCB & ELCB for connecting theContractor’s electrical equipments like welding, drilling, cutting and grindingmachines. The Department shall not grant permission to plug-in until theDepartment is satisfied that

The appliance is in good condition The appliance is fitted with suitable cable and cabling shall be done

with earthing.

7.11.4 The panel shall be grouted properly. All power and welding cables used shallbe of double insulated type of suitable capacity. No weight of any descriptionshall be imposed on any such cable and no ladder or similar equipment shallrest against or be attached to it. The voltage for all portable equipments likedrilling machines, temporary lighting, etc shall be 230 V ± 5%.

7.11.5 The Contractor shall have separate welding return cable. The structures/pipelines of other systems shall not be used for return path.

7.11.6 Power cables and welding cables shall be routed properly. No other systemsshall be used for fixing the cable. No electric cable in use by the Department/Contractor shall be disturbed without prior permission.

7.11.7 In no circumstance, the Contractor shall interfere with fuses and electricalequipment belonging to the Department or other agencies. Before theContractor connects any electrical appliance to any plug or socket, they shall

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[54]

(ELCB) and calibrated energy meter for taking electrical power from theDepartment’s power termination point at site. Necessary power cabling fromthe Department’s power termination point to the Contractor’s PDP and fromthe Contractor’s PDP to the Contractor’s utility points shall be arranged by theContractor. PDP shall be grouted properly. All temporary cabling must complywith rules & regulations and be subject to Department’s satisfaction. Aftermaking all temporary power cabling, the Contractor shall formally apply to theDepartment for safety and work permits. After ascertaining the compliance ofthe Contractor’s temporary cabling with the Department safety regulations,the Department shall energize the Contractor’s PDP.

7.11.2 The Contractor shall employ a full-time Electrician to maintain their temporaryinstallations.

7.11.3 The PDP shall be provided with MCCB & ELCB for connecting theContractor’s electrical equipments like welding, drilling, cutting and grindingmachines. The Department shall not grant permission to plug-in until theDepartment is satisfied that

The appliance is in good condition The appliance is fitted with suitable cable and cabling shall be done

with earthing.

7.11.4 The panel shall be grouted properly. All power and welding cables used shallbe of double insulated type of suitable capacity. No weight of any descriptionshall be imposed on any such cable and no ladder or similar equipment shallrest against or be attached to it. The voltage for all portable equipments likedrilling machines, temporary lighting, etc shall be 230 V ± 5%.

7.11.5 The Contractor shall have separate welding return cable. The structures/pipelines of other systems shall not be used for return path.

7.11.6 Power cables and welding cables shall be routed properly. No other systemsshall be used for fixing the cable. No electric cable in use by the Department/Contractor shall be disturbed without prior permission.

7.11.7 In no circumstance, the Contractor shall interfere with fuses and electricalequipment belonging to the Department or other agencies. Before theContractor connects any electrical appliance to any plug or socket, they shall

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[54]

(ELCB) and calibrated energy meter for taking electrical power from theDepartment’s power termination point at site. Necessary power cabling fromthe Department’s power termination point to the Contractor’s PDP and fromthe Contractor’s PDP to the Contractor’s utility points shall be arranged by theContractor. PDP shall be grouted properly. All temporary cabling must complywith rules & regulations and be subject to Department’s satisfaction. Aftermaking all temporary power cabling, the Contractor shall formally apply to theDepartment for safety and work permits. After ascertaining the compliance ofthe Contractor’s temporary cabling with the Department safety regulations,the Department shall energize the Contractor’s PDP.

7.11.2 The Contractor shall employ a full-time Electrician to maintain their temporaryinstallations.

7.11.3 The PDP shall be provided with MCCB & ELCB for connecting theContractor’s electrical equipments like welding, drilling, cutting and grindingmachines. The Department shall not grant permission to plug-in until theDepartment is satisfied that

The appliance is in good condition The appliance is fitted with suitable cable and cabling shall be done

with earthing.

7.11.4 The panel shall be grouted properly. All power and welding cables used shallbe of double insulated type of suitable capacity. No weight of any descriptionshall be imposed on any such cable and no ladder or similar equipment shallrest against or be attached to it. The voltage for all portable equipments likedrilling machines, temporary lighting, etc shall be 230 V ± 5%.

7.11.5 The Contractor shall have separate welding return cable. The structures/pipelines of other systems shall not be used for return path.

7.11.6 Power cables and welding cables shall be routed properly. No other systemsshall be used for fixing the cable. No electric cable in use by the Department/Contractor shall be disturbed without prior permission.

7.11.7 In no circumstance, the Contractor shall interfere with fuses and electricalequipment belonging to the Department or other agencies. Before theContractor connects any electrical appliance to any plug or socket, they shall

Page 63: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[55]

Ensure that the appliances are in good working condition

Inform the Department of the maximum current rating, voltage andphase of the appliance

Obtain permission of the Department detailing power requirement, towhich the appliance may be connected.

8 RIGHTS OF DEPARTMENT

8.1 Changes and modifications to specifications and qualitativerequirements

8.1.1 The Department shall reserve the right at any time to modify the qualitativerequirements, specifications, patents or drawings relating to the work coveredby the Contract.

8.1.2 The Department may also accept modification proposed by the Contractor ontheir own initiative or on behalf of the Sub-contractor(s).

8.2 Illustration and explanation of plans

8.2.1 The various parts of the Contract are intended to be complementary to oneanother, but should any discrepancy appear or any misunderstanding arise,the explanation of the Department shall be final and binding.

8.2.2 The correction of any error or omission of specification may be made by theDepartment when such correction is necessary to bring out clearly theintention which is indicated by a reasonable interpretation of the specificationas a whole.

8.2.3 Wherever, in the specification which is a part of the Contract or which may befurnished to the Contractor for directing the work, the terms and descriptionsof various qualities of workmanship, materials, structures, processes, plant orother features of the Contract are described in general terms, the meaning orfulfillment of which must depend upon individual judgments, then in all suchcases, the question of interpretation shall be decided by the Department andsaid material shall be furnished, said work shall be done and said structure orfeature shall be constructed, furnished or carried out in full and in accordancewith their interpretation of the same and to their full satisfaction and approval

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[55]

Ensure that the appliances are in good working condition

Inform the Department of the maximum current rating, voltage andphase of the appliance

Obtain permission of the Department detailing power requirement, towhich the appliance may be connected.

8 RIGHTS OF DEPARTMENT

8.1 Changes and modifications to specifications and qualitativerequirements

8.1.1 The Department shall reserve the right at any time to modify the qualitativerequirements, specifications, patents or drawings relating to the work coveredby the Contract.

8.1.2 The Department may also accept modification proposed by the Contractor ontheir own initiative or on behalf of the Sub-contractor(s).

8.2 Illustration and explanation of plans

8.2.1 The various parts of the Contract are intended to be complementary to oneanother, but should any discrepancy appear or any misunderstanding arise,the explanation of the Department shall be final and binding.

8.2.2 The correction of any error or omission of specification may be made by theDepartment when such correction is necessary to bring out clearly theintention which is indicated by a reasonable interpretation of the specificationas a whole.

8.2.3 Wherever, in the specification which is a part of the Contract or which may befurnished to the Contractor for directing the work, the terms and descriptionsof various qualities of workmanship, materials, structures, processes, plant orother features of the Contract are described in general terms, the meaning orfulfillment of which must depend upon individual judgments, then in all suchcases, the question of interpretation shall be decided by the Department andsaid material shall be furnished, said work shall be done and said structure orfeature shall be constructed, furnished or carried out in full and in accordancewith their interpretation of the same and to their full satisfaction and approval

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[55]

Ensure that the appliances are in good working condition

Inform the Department of the maximum current rating, voltage andphase of the appliance

Obtain permission of the Department detailing power requirement, towhich the appliance may be connected.

8 RIGHTS OF DEPARTMENT

8.1 Changes and modifications to specifications and qualitativerequirements

8.1.1 The Department shall reserve the right at any time to modify the qualitativerequirements, specifications, patents or drawings relating to the work coveredby the Contract.

8.1.2 The Department may also accept modification proposed by the Contractor ontheir own initiative or on behalf of the Sub-contractor(s).

8.2 Illustration and explanation of plans

8.2.1 The various parts of the Contract are intended to be complementary to oneanother, but should any discrepancy appear or any misunderstanding arise,the explanation of the Department shall be final and binding.

8.2.2 The correction of any error or omission of specification may be made by theDepartment when such correction is necessary to bring out clearly theintention which is indicated by a reasonable interpretation of the specificationas a whole.

8.2.3 Wherever, in the specification which is a part of the Contract or which may befurnished to the Contractor for directing the work, the terms and descriptionsof various qualities of workmanship, materials, structures, processes, plant orother features of the Contract are described in general terms, the meaning orfulfillment of which must depend upon individual judgments, then in all suchcases, the question of interpretation shall be decided by the Department andsaid material shall be furnished, said work shall be done and said structure orfeature shall be constructed, furnished or carried out in full and in accordancewith their interpretation of the same and to their full satisfaction and approval

Page 64: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[56]

of the Department, provided such interpretation is not in direct conflict with thespecification or generally accepted good practice.

8.3 Direction of work

During erection & commissioning of the plant, the work by the Contractor atsite beyond normal working hours (08:45 to 17:15 hrs) on working days andany time on holidays (including Saturdays and Sundays) shall be permittedonly with prior approval of the Department, which shall not be unreasonablywithheld. The Department may also direct the Contractor to work onextended hours over and above normal time to ensure completion oferection & commissioning on schedule if, in the opinion of the Department,such work is required.

The Operation & maintenance is on 24 x 7 basis wherein the contractpersonnel has to work on three shift basis per day. Over and above this shiftduty, specified manpower shall be employed on General shift.

8.4 Ordering modifications of methods and equipments

If, at any time, the Contractor’s methods, materials or equipments appear tothe Department to be unsafe, inefficient or inadequate for securing the safetyof the workmen or the public, the quality of work or the rate of progressrequired, the Department may order the Contractor to ensure their safety andincrease the efficiency & adequacy and the Contractor shall promptly complywith such orders. If, at any time, the Contractor’s work-force and equipmentare, in the opinion of the Department, inadequate for securing the necessaryprogress, as herein stipulated, the Contractor shall, if so directed, increasethe work-force and equipment to such an extent as to give reasonableassurance of compliance with the schedule of completion. The absence ofsuch demands from the Department shall not relieve the Contractor of theirobligations to secure the quality, the safe conducting of the work and the rateof progress required by the Contract and the Contractor alone shall be andremain liable and responsible for the safety, efficiency and adequacy of theirmethods, materials, work-force and equipment, irrespective of whether or notthey make any change as a result of any order or orders received from theDepartment.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[56]

of the Department, provided such interpretation is not in direct conflict with thespecification or generally accepted good practice.

8.3 Direction of work

During erection & commissioning of the plant, the work by the Contractor atsite beyond normal working hours (08:45 to 17:15 hrs) on working days andany time on holidays (including Saturdays and Sundays) shall be permittedonly with prior approval of the Department, which shall not be unreasonablywithheld. The Department may also direct the Contractor to work onextended hours over and above normal time to ensure completion oferection & commissioning on schedule if, in the opinion of the Department,such work is required.

The Operation & maintenance is on 24 x 7 basis wherein the contractpersonnel has to work on three shift basis per day. Over and above this shiftduty, specified manpower shall be employed on General shift.

8.4 Ordering modifications of methods and equipments

If, at any time, the Contractor’s methods, materials or equipments appear tothe Department to be unsafe, inefficient or inadequate for securing the safetyof the workmen or the public, the quality of work or the rate of progressrequired, the Department may order the Contractor to ensure their safety andincrease the efficiency & adequacy and the Contractor shall promptly complywith such orders. If, at any time, the Contractor’s work-force and equipmentare, in the opinion of the Department, inadequate for securing the necessaryprogress, as herein stipulated, the Contractor shall, if so directed, increasethe work-force and equipment to such an extent as to give reasonableassurance of compliance with the schedule of completion. The absence ofsuch demands from the Department shall not relieve the Contractor of theirobligations to secure the quality, the safe conducting of the work and the rateof progress required by the Contract and the Contractor alone shall be andremain liable and responsible for the safety, efficiency and adequacy of theirmethods, materials, work-force and equipment, irrespective of whether or notthey make any change as a result of any order or orders received from theDepartment.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[56]

of the Department, provided such interpretation is not in direct conflict with thespecification or generally accepted good practice.

8.3 Direction of work

During erection & commissioning of the plant, the work by the Contractor atsite beyond normal working hours (08:45 to 17:15 hrs) on working days andany time on holidays (including Saturdays and Sundays) shall be permittedonly with prior approval of the Department, which shall not be unreasonablywithheld. The Department may also direct the Contractor to work onextended hours over and above normal time to ensure completion oferection & commissioning on schedule if, in the opinion of the Department,such work is required.

The Operation & maintenance is on 24 x 7 basis wherein the contractpersonnel has to work on three shift basis per day. Over and above this shiftduty, specified manpower shall be employed on General shift.

8.4 Ordering modifications of methods and equipments

If, at any time, the Contractor’s methods, materials or equipments appear tothe Department to be unsafe, inefficient or inadequate for securing the safetyof the workmen or the public, the quality of work or the rate of progressrequired, the Department may order the Contractor to ensure their safety andincrease the efficiency & adequacy and the Contractor shall promptly complywith such orders. If, at any time, the Contractor’s work-force and equipmentare, in the opinion of the Department, inadequate for securing the necessaryprogress, as herein stipulated, the Contractor shall, if so directed, increasethe work-force and equipment to such an extent as to give reasonableassurance of compliance with the schedule of completion. The absence ofsuch demands from the Department shall not relieve the Contractor of theirobligations to secure the quality, the safe conducting of the work and the rateof progress required by the Contract and the Contractor alone shall be andremain liable and responsible for the safety, efficiency and adequacy of theirmethods, materials, work-force and equipment, irrespective of whether or notthey make any change as a result of any order or orders received from theDepartment.

Page 65: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[57]

9 SAFETY, RELIABILITY AND QUALITY ASSURANCE

Since the systems have to meet the requirement strictly for a longer period,the philosophy and criteria to be adopted shall be highly safety-and-reliability-oriented for their systematic and proper functioning. The design of thesubsystems, components, equipments to be carried out by the Contractorshall specifically address essential safety provisions both in-built andexternal. Reliability is a prime factor, which has to be embedded in theprocess of realization of the systems. To ensure that the subsystem design,development, selection of equipment, components, material, etc. are incompliance with the standard engineering practices, it is necessary to followestablished design codes and standards. Wherever specific mention is notmade for particular application, the relevant and applicable procedures shallbe followed after mutual agreement between the Department and theContractor.

9.1 Safety assurance plan

9.1.1 Use of vessel and fluid circuit materials compatible for the respective fluidmedium, working temperature and pressure

9.1.2 The vessel and fluid circuit design takes into account structural deformationdue to thermal stresses

9.1.3 Installation of safety relief valves and rupture disc devices for pressurerelieving in emergency and connecting to vent/ disposal systems

9.1.4 Adoption of leak-tight joints in field circuits9.1.5 Introduction of adequate filters for ensuring the specified particulate fineness

9.2 Quality assurance

9.2.1 The reliability of the system is a combination of specification of theequipments/ components, serviceability and maintenance of the same, whichare meant to serve for a minimum period of 25 years for effective and timelypreparation/ testing, which includes trouble-free performance of systems andsubsystems to the intended specification.

9.2.2 The Contractor must look for the quality factors individually attributed toengineering developments, redundancy philosophy adopted, selection ofequipments and components, test and acceptance procedures followed,repetitive performance achieved, risk analysis carried out, etc.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[57]

9 SAFETY, RELIABILITY AND QUALITY ASSURANCE

Since the systems have to meet the requirement strictly for a longer period,the philosophy and criteria to be adopted shall be highly safety-and-reliability-oriented for their systematic and proper functioning. The design of thesubsystems, components, equipments to be carried out by the Contractorshall specifically address essential safety provisions both in-built andexternal. Reliability is a prime factor, which has to be embedded in theprocess of realization of the systems. To ensure that the subsystem design,development, selection of equipment, components, material, etc. are incompliance with the standard engineering practices, it is necessary to followestablished design codes and standards. Wherever specific mention is notmade for particular application, the relevant and applicable procedures shallbe followed after mutual agreement between the Department and theContractor.

9.1 Safety assurance plan

9.1.1 Use of vessel and fluid circuit materials compatible for the respective fluidmedium, working temperature and pressure

9.1.2 The vessel and fluid circuit design takes into account structural deformationdue to thermal stresses

9.1.3 Installation of safety relief valves and rupture disc devices for pressurerelieving in emergency and connecting to vent/ disposal systems

9.1.4 Adoption of leak-tight joints in field circuits9.1.5 Introduction of adequate filters for ensuring the specified particulate fineness

9.2 Quality assurance

9.2.1 The reliability of the system is a combination of specification of theequipments/ components, serviceability and maintenance of the same, whichare meant to serve for a minimum period of 25 years for effective and timelypreparation/ testing, which includes trouble-free performance of systems andsubsystems to the intended specification.

9.2.2 The Contractor must look for the quality factors individually attributed toengineering developments, redundancy philosophy adopted, selection ofequipments and components, test and acceptance procedures followed,repetitive performance achieved, risk analysis carried out, etc.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[57]

9 SAFETY, RELIABILITY AND QUALITY ASSURANCE

Since the systems have to meet the requirement strictly for a longer period,the philosophy and criteria to be adopted shall be highly safety-and-reliability-oriented for their systematic and proper functioning. The design of thesubsystems, components, equipments to be carried out by the Contractorshall specifically address essential safety provisions both in-built andexternal. Reliability is a prime factor, which has to be embedded in theprocess of realization of the systems. To ensure that the subsystem design,development, selection of equipment, components, material, etc. are incompliance with the standard engineering practices, it is necessary to followestablished design codes and standards. Wherever specific mention is notmade for particular application, the relevant and applicable procedures shallbe followed after mutual agreement between the Department and theContractor.

9.1 Safety assurance plan

9.1.1 Use of vessel and fluid circuit materials compatible for the respective fluidmedium, working temperature and pressure

9.1.2 The vessel and fluid circuit design takes into account structural deformationdue to thermal stresses

9.1.3 Installation of safety relief valves and rupture disc devices for pressurerelieving in emergency and connecting to vent/ disposal systems

9.1.4 Adoption of leak-tight joints in field circuits9.1.5 Introduction of adequate filters for ensuring the specified particulate fineness

9.2 Quality assurance

9.2.1 The reliability of the system is a combination of specification of theequipments/ components, serviceability and maintenance of the same, whichare meant to serve for a minimum period of 25 years for effective and timelypreparation/ testing, which includes trouble-free performance of systems andsubsystems to the intended specification.

9.2.2 The Contractor must look for the quality factors individually attributed toengineering developments, redundancy philosophy adopted, selection ofequipments and components, test and acceptance procedures followed,repetitive performance achieved, risk analysis carried out, etc.

Page 66: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[58]

9.2.3 Ultimately, the reliability of the system is assumed to have been achieved if allthe equipments and components of the servicing facility are in serviceablecondition whenever the system responds to the commands executed as perthe definition and specification.

9.2.4 The expected value of probability of the trouble-free operation of variousequipments, components and also the total system need to be estimatedbased upon their selection criteria and their past performance.

9.2.5 The quality assurance is a unified approach that attempts to control thequality right from design stage to commissioning stage, which includes thechecking of the adequacy of the equipments/ components for materials,fabrication, erection and testing.

9.2.6 This may be ensured by following the general requirements as given below:

Establishment and enforcement of standard engineering practice

Evaluation of products at each stage of development process

10 INSTRUCTION TO BIDDER

The proposals are invited on behalf of the President of India by the Head,Purchase & Stores Officer, IPRC, Mahendragiri, from the Bidders for thework described in this RFP document for IPRC, Mahendragiri. The bidsshall be submitted online through IPRC centre e-link.

10.1 Scope of Work: The scope of the work is establishment of Centralized DMwater plant at IPRC, Mahendragiri as per the specification given in thisdocument. The Contractor is required to submit a complete bid for theentire work mentioned herein. Any incomplete bid will be summarilyrejected.

10.2 Pre-Bid Meeting: It is proposed to brief the Bidders on the requirements ofthis RFP at IPRC, Mahendragiri and the exact date will be intimated duringtendering. The Bidder’s participation in the pre-bid meeting is mandatoryand non-participation will lead to disqualification of their bid. The biddershall participate in the pre-bid meeting in person at IPRC or throughtelecon/ Video Conference (VC) at the stipulated date & time.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[58]

9.2.3 Ultimately, the reliability of the system is assumed to have been achieved if allthe equipments and components of the servicing facility are in serviceablecondition whenever the system responds to the commands executed as perthe definition and specification.

9.2.4 The expected value of probability of the trouble-free operation of variousequipments, components and also the total system need to be estimatedbased upon their selection criteria and their past performance.

9.2.5 The quality assurance is a unified approach that attempts to control thequality right from design stage to commissioning stage, which includes thechecking of the adequacy of the equipments/ components for materials,fabrication, erection and testing.

9.2.6 This may be ensured by following the general requirements as given below:

Establishment and enforcement of standard engineering practice

Evaluation of products at each stage of development process

10 INSTRUCTION TO BIDDER

The proposals are invited on behalf of the President of India by the Head,Purchase & Stores Officer, IPRC, Mahendragiri, from the Bidders for thework described in this RFP document for IPRC, Mahendragiri. The bidsshall be submitted online through IPRC centre e-link.

10.1 Scope of Work: The scope of the work is establishment of Centralized DMwater plant at IPRC, Mahendragiri as per the specification given in thisdocument. The Contractor is required to submit a complete bid for theentire work mentioned herein. Any incomplete bid will be summarilyrejected.

10.2 Pre-Bid Meeting: It is proposed to brief the Bidders on the requirements ofthis RFP at IPRC, Mahendragiri and the exact date will be intimated duringtendering. The Bidder’s participation in the pre-bid meeting is mandatoryand non-participation will lead to disqualification of their bid. The biddershall participate in the pre-bid meeting in person at IPRC or throughtelecon/ Video Conference (VC) at the stipulated date & time.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[58]

9.2.3 Ultimately, the reliability of the system is assumed to have been achieved if allthe equipments and components of the servicing facility are in serviceablecondition whenever the system responds to the commands executed as perthe definition and specification.

9.2.4 The expected value of probability of the trouble-free operation of variousequipments, components and also the total system need to be estimatedbased upon their selection criteria and their past performance.

9.2.5 The quality assurance is a unified approach that attempts to control thequality right from design stage to commissioning stage, which includes thechecking of the adequacy of the equipments/ components for materials,fabrication, erection and testing.

9.2.6 This may be ensured by following the general requirements as given below:

Establishment and enforcement of standard engineering practice

Evaluation of products at each stage of development process

10 INSTRUCTION TO BIDDER

The proposals are invited on behalf of the President of India by the Head,Purchase & Stores Officer, IPRC, Mahendragiri, from the Bidders for thework described in this RFP document for IPRC, Mahendragiri. The bidsshall be submitted online through IPRC centre e-link.

10.1 Scope of Work: The scope of the work is establishment of Centralized DMwater plant at IPRC, Mahendragiri as per the specification given in thisdocument. The Contractor is required to submit a complete bid for theentire work mentioned herein. Any incomplete bid will be summarilyrejected.

10.2 Pre-Bid Meeting: It is proposed to brief the Bidders on the requirements ofthis RFP at IPRC, Mahendragiri and the exact date will be intimated duringtendering. The Bidder’s participation in the pre-bid meeting is mandatoryand non-participation will lead to disqualification of their bid. The biddershall participate in the pre-bid meeting in person at IPRC or throughtelecon/ Video Conference (VC) at the stipulated date & time.

Page 67: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[59]

10.3 Execution Period: The entire work is to be completed within12 months. TheContractor shall submit a master schedule detailing their realization plan soas to comply with the overall execution period stated herein, in the form of aGantt chart, indicating the sequence and duration of the various phases ofwork.

10.4 Validity: The bid submitted shall be valid for a period of 6 (Six) months fromthe due date for opening of the techno-commercial bid.

10.5 Rejection of Bid: The Department reserves the right to reject any or all bidsin whole or part without assigning reason thereof.

10.6 Form of Bid: The bid shall be submitted in 2 (Two) separate parts viz. Part 1for Techno-commercial bid and Part 2 for Price bid.

10.6.1 Techno-Commercial Bid: The techno-commercial bid shall give the completedetails on technical & commercial aspects only. The techno-commercial bidshall not contain any price detail. Mention of any price detail in thetechno-commercial bid will render the entire bid invalid. The techno-commercial bid may include a format of the price bid by the Contractor,without any detail of the price quoted. Deviation, if any, in the Contractor’sproposal with respect to this document shall be explicitly mentioned in theschedule of deviations to be provided in the bid. If the Contractor does notmention any deviation, it shall be construed by the Department that theContractor agrees to comply with each and every aspect of this document.

10.6.2 Price Bid: The bidder shall provide break-up prices in the price format given inthe e-procurement page. Total price shall be given in words and numerals,including Currency. The sample template of price format indicating units &quantity alone is as follows:

Sl. no. Description Unit Quantity1. Design & Detail Engineering Lumpsum 1 Lot2. SS storage tanks Nos. 23. GN2 cylinders Nos. 24. Mechanical evaporator (Spray dryer) Nos. 15. Plant, accessories, flow components &

pipingLumpsum 1 Lot

6. Laboratory Instruments Lumpsum 1 Lot

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[59]

10.3 Execution Period: The entire work is to be completed within12 months. TheContractor shall submit a master schedule detailing their realization plan soas to comply with the overall execution period stated herein, in the form of aGantt chart, indicating the sequence and duration of the various phases ofwork.

10.4 Validity: The bid submitted shall be valid for a period of 6 (Six) months fromthe due date for opening of the techno-commercial bid.

10.5 Rejection of Bid: The Department reserves the right to reject any or all bidsin whole or part without assigning reason thereof.

10.6 Form of Bid: The bid shall be submitted in 2 (Two) separate parts viz. Part 1for Techno-commercial bid and Part 2 for Price bid.

10.6.1 Techno-Commercial Bid: The techno-commercial bid shall give the completedetails on technical & commercial aspects only. The techno-commercial bidshall not contain any price detail. Mention of any price detail in thetechno-commercial bid will render the entire bid invalid. The techno-commercial bid may include a format of the price bid by the Contractor,without any detail of the price quoted. Deviation, if any, in the Contractor’sproposal with respect to this document shall be explicitly mentioned in theschedule of deviations to be provided in the bid. If the Contractor does notmention any deviation, it shall be construed by the Department that theContractor agrees to comply with each and every aspect of this document.

10.6.2 Price Bid: The bidder shall provide break-up prices in the price format given inthe e-procurement page. Total price shall be given in words and numerals,including Currency. The sample template of price format indicating units &quantity alone is as follows:

Sl. no. Description Unit Quantity1. Design & Detail Engineering Lumpsum 1 Lot2. SS storage tanks Nos. 23. GN2 cylinders Nos. 24. Mechanical evaporator (Spray dryer) Nos. 15. Plant, accessories, flow components &

pipingLumpsum 1 Lot

6. Laboratory Instruments Lumpsum 1 Lot

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[59]

10.3 Execution Period: The entire work is to be completed within12 months. TheContractor shall submit a master schedule detailing their realization plan soas to comply with the overall execution period stated herein, in the form of aGantt chart, indicating the sequence and duration of the various phases ofwork.

10.4 Validity: The bid submitted shall be valid for a period of 6 (Six) months fromthe due date for opening of the techno-commercial bid.

10.5 Rejection of Bid: The Department reserves the right to reject any or all bidsin whole or part without assigning reason thereof.

10.6 Form of Bid: The bid shall be submitted in 2 (Two) separate parts viz. Part 1for Techno-commercial bid and Part 2 for Price bid.

10.6.1 Techno-Commercial Bid: The techno-commercial bid shall give the completedetails on technical & commercial aspects only. The techno-commercial bidshall not contain any price detail. Mention of any price detail in thetechno-commercial bid will render the entire bid invalid. The techno-commercial bid may include a format of the price bid by the Contractor,without any detail of the price quoted. Deviation, if any, in the Contractor’sproposal with respect to this document shall be explicitly mentioned in theschedule of deviations to be provided in the bid. If the Contractor does notmention any deviation, it shall be construed by the Department that theContractor agrees to comply with each and every aspect of this document.

10.6.2 Price Bid: The bidder shall provide break-up prices in the price format given inthe e-procurement page. Total price shall be given in words and numerals,including Currency. The sample template of price format indicating units &quantity alone is as follows:

Sl. no. Description Unit Quantity1. Design & Detail Engineering Lumpsum 1 Lot2. SS storage tanks Nos. 23. GN2 cylinders Nos. 24. Mechanical evaporator (Spray dryer) Nos. 15. Plant, accessories, flow components &

pipingLumpsum 1 Lot

6. Laboratory Instruments Lumpsum 1 Lot

Page 68: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[60]

7. Erection & commissioning of plant &sub-systems

Lumpsum 1 Lot

8. Fixed cost towards operation &maintenance for 2 years

Lumpsum 1 Lot

9. Variable cost for operation &maintenance per cubic metre ofDM/DOF water produced for 2 years

Cubicmetre

20000

10.7 Online Bid Submission

The instructions to the Bidders for online submission of their proposalsthrough IPRC centre e-Procurement link are as follows:

10.7.1 The Bidders shall arrange all resources, including Digital SignatureCertificates (DSC) and Internet connections, at their own cost for participatingin online bidding.

10.7.2 The bid shall be submitted online in the IPRC Centre link before the due dateand time as specified in the tender schedule in the portal.

10.7.3 All enquiries regarding the tenders and submission of offers shall be onlineand only through our e-Procurement portal.

10.7.4 The Bidder may approach helpdesk on the home page for any technical help(e-mail: [email protected] and Phone: 0091 20 2531555)

10.7.5 In case the Bidder encounters any technical snag pertaining to e-Procurement system while acting on the tender, computer screenshot of theerror message with date & time stamp on the web-browser along with thequery shall be emailed by the Bidder to the help desk (as mentioned above)for problem resolution at least 24 hours before the due date and time of thebid submission.

10.7.6 The time taken to ascertain, evaluate and suggest a solution for the problemreported by the Bidder may vary from case to case. Hence, the Bidders areadvised to submit the bid well in advance before closing date and time toavoid last-minute issues.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[60]

7. Erection & commissioning of plant &sub-systems

Lumpsum 1 Lot

8. Fixed cost towards operation &maintenance for 2 years

Lumpsum 1 Lot

9. Variable cost for operation &maintenance per cubic metre ofDM/DOF water produced for 2 years

Cubicmetre

20000

10.7 Online Bid Submission

The instructions to the Bidders for online submission of their proposalsthrough IPRC centre e-Procurement link are as follows:

10.7.1 The Bidders shall arrange all resources, including Digital SignatureCertificates (DSC) and Internet connections, at their own cost for participatingin online bidding.

10.7.2 The bid shall be submitted online in the IPRC Centre link before the due dateand time as specified in the tender schedule in the portal.

10.7.3 All enquiries regarding the tenders and submission of offers shall be onlineand only through our e-Procurement portal.

10.7.4 The Bidder may approach helpdesk on the home page for any technical help(e-mail: [email protected] and Phone: 0091 20 2531555)

10.7.5 In case the Bidder encounters any technical snag pertaining to e-Procurement system while acting on the tender, computer screenshot of theerror message with date & time stamp on the web-browser along with thequery shall be emailed by the Bidder to the help desk (as mentioned above)for problem resolution at least 24 hours before the due date and time of thebid submission.

10.7.6 The time taken to ascertain, evaluate and suggest a solution for the problemreported by the Bidder may vary from case to case. Hence, the Bidders areadvised to submit the bid well in advance before closing date and time toavoid last-minute issues.

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[60]

7. Erection & commissioning of plant &sub-systems

Lumpsum 1 Lot

8. Fixed cost towards operation &maintenance for 2 years

Lumpsum 1 Lot

9. Variable cost for operation &maintenance per cubic metre ofDM/DOF water produced for 2 years

Cubicmetre

20000

10.7 Online Bid Submission

The instructions to the Bidders for online submission of their proposalsthrough IPRC centre e-Procurement link are as follows:

10.7.1 The Bidders shall arrange all resources, including Digital SignatureCertificates (DSC) and Internet connections, at their own cost for participatingin online bidding.

10.7.2 The bid shall be submitted online in the IPRC Centre link before the due dateand time as specified in the tender schedule in the portal.

10.7.3 All enquiries regarding the tenders and submission of offers shall be onlineand only through our e-Procurement portal.

10.7.4 The Bidder may approach helpdesk on the home page for any technical help(e-mail: [email protected] and Phone: 0091 20 2531555)

10.7.5 In case the Bidder encounters any technical snag pertaining to e-Procurement system while acting on the tender, computer screenshot of theerror message with date & time stamp on the web-browser along with thequery shall be emailed by the Bidder to the help desk (as mentioned above)for problem resolution at least 24 hours before the due date and time of thebid submission.

10.7.6 The time taken to ascertain, evaluate and suggest a solution for the problemreported by the Bidder may vary from case to case. Hence, the Bidders areadvised to submit the bid well in advance before closing date and time toavoid last-minute issues.

Page 69: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[61]

10.7.7 The Department will not be responsible for failure of the Bidders in submittingbids online caused due to technical reasons at the Bidder’s end such asnetwork or power failures, computer failure, internet browser, mistakes/ errorsin filling the bids online, etc.

10.7.8 Queries by the Bidders on technical problems on the last day of bidsubmission will not be binding on the Department for resolving/ addressing.The Department will not be responsible for non-submission of bids in thosecases.

10.7.9 The Server Date & Time as appearing on our website(https://eprocure.isro.gov.in) shall only be considered for the cut-off date andtime for receipt of bids.

10.7.10 The e-procurement system does not permit submission of any bid afterclosing date and time of the e-tender. Hence, there is no scope for any lateor delayed bid in the online process.

10.7.11 The Bidders have to note that once rework is initiated, the status of the earliersubmitted bid becomes pending till the bidding process is completed onceagain. During the process of rework, bid data submitted earlier becomesinvalid and will not be available for opening. If rework is initiated, thenContractor has to complete the entire process of bid submission once againwithin the due date and time for a valid bid submission.

10.7.12 The Department will not be responsible for non-submission of bids resultingdue to failure of the Bidder to once again complete the process of bidsubmission before due date after reworking of the submitted bid is initiated.

10.7.13 Any unsolicited clarification/ change/ modification sought by the Bidders aftersubmitting their bids will not be considered.

10.7.14 The Bidders shall note that since this is a two-part bid, the price detailsshall be mentioned only in the price-bid template. If the pricedetails either in part or full are indicated in the technical bid, thebid will be disqualified.

10.7.15 The Bidders may note that, in e-procurement system, submission of bid is a2-step process. After submission of their bids, the Bidders have to wait for bidsealing by the Department. Following that, the Bidders have to submit open

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[61]

10.7.7 The Department will not be responsible for failure of the Bidders in submittingbids online caused due to technical reasons at the Bidder’s end such asnetwork or power failures, computer failure, internet browser, mistakes/ errorsin filling the bids online, etc.

10.7.8 Queries by the Bidders on technical problems on the last day of bidsubmission will not be binding on the Department for resolving/ addressing.The Department will not be responsible for non-submission of bids in thosecases.

10.7.9 The Server Date & Time as appearing on our website(https://eprocure.isro.gov.in) shall only be considered for the cut-off date andtime for receipt of bids.

10.7.10 The e-procurement system does not permit submission of any bid afterclosing date and time of the e-tender. Hence, there is no scope for any lateor delayed bid in the online process.

10.7.11 The Bidders have to note that once rework is initiated, the status of the earliersubmitted bid becomes pending till the bidding process is completed onceagain. During the process of rework, bid data submitted earlier becomesinvalid and will not be available for opening. If rework is initiated, thenContractor has to complete the entire process of bid submission once againwithin the due date and time for a valid bid submission.

10.7.12 The Department will not be responsible for non-submission of bids resultingdue to failure of the Bidder to once again complete the process of bidsubmission before due date after reworking of the submitted bid is initiated.

10.7.13 Any unsolicited clarification/ change/ modification sought by the Bidders aftersubmitting their bids will not be considered.

10.7.14 The Bidders shall note that since this is a two-part bid, the price detailsshall be mentioned only in the price-bid template. If the pricedetails either in part or full are indicated in the technical bid, thebid will be disqualified.

10.7.15 The Bidders may note that, in e-procurement system, submission of bid is a2-step process. After submission of their bids, the Bidders have to wait for bidsealing by the Department. Following that, the Bidders have to submit open

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[61]

10.7.7 The Department will not be responsible for failure of the Bidders in submittingbids online caused due to technical reasons at the Bidder’s end such asnetwork or power failures, computer failure, internet browser, mistakes/ errorsin filling the bids online, etc.

10.7.8 Queries by the Bidders on technical problems on the last day of bidsubmission will not be binding on the Department for resolving/ addressing.The Department will not be responsible for non-submission of bids in thosecases.

10.7.9 The Server Date & Time as appearing on our website(https://eprocure.isro.gov.in) shall only be considered for the cut-off date andtime for receipt of bids.

10.7.10 The e-procurement system does not permit submission of any bid afterclosing date and time of the e-tender. Hence, there is no scope for any lateor delayed bid in the online process.

10.7.11 The Bidders have to note that once rework is initiated, the status of the earliersubmitted bid becomes pending till the bidding process is completed onceagain. During the process of rework, bid data submitted earlier becomesinvalid and will not be available for opening. If rework is initiated, thenContractor has to complete the entire process of bid submission once againwithin the due date and time for a valid bid submission.

10.7.12 The Department will not be responsible for non-submission of bids resultingdue to failure of the Bidder to once again complete the process of bidsubmission before due date after reworking of the submitted bid is initiated.

10.7.13 Any unsolicited clarification/ change/ modification sought by the Bidders aftersubmitting their bids will not be considered.

10.7.14 The Bidders shall note that since this is a two-part bid, the price detailsshall be mentioned only in the price-bid template. If the pricedetails either in part or full are indicated in the technical bid, thebid will be disqualified.

10.7.15 The Bidders may note that, in e-procurement system, submission of bid is a2-step process. After submission of their bids, the Bidders have to wait for bidsealing by the Department. Following that, the Bidders have to submit open

Page 70: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[62]

authorization in the e-procurement system to enable the Department to openthe bid. If open authorization is not completed by the Contractor, then theDepartment will not be able to open the bid and the bid becomes invalid.

10.7.16 The Bidders may note that digital keys of Class III USB tokens, which supportboth digital signing and encryption are to be used for bidding in IPRC e-procurement system

10.7.17 The Bidders may note that they have to use the same digital key withwhich they submitted the bid to give open authorization. If the Biddersuse different key for open authorization, the system will not accept the openauthorization and the bid becomes invalid.

10.7.18 In case the digital key which is used during bid submission expires beforegiving open authorization, then the Bidder has to first login with the new keyand use the expired key for completing open authorization process for the bid.

10.7.19 The Bidders may note that the maximum file size that can be uploaded perattachment in e-procurement system is 4 MB (in pdf format). If the documentis more than 4 MB, then the document is to be split into multipledocuments of size less than 4 MB and uploaded into attachments. Literature/Technical data should accompany the bid.

10.7.20 Similarly, if the number of files to be uploaded is more than the number ofattachments allowed in the bid, then the files are to be grouped into folderssuch that the number of folders is less than the number of attachments.Further, the folders may be compressed using zip/archive format anduploaded as attachments. However, the attachment size should still be lessthan 4 MB.

10.7.21 The Bidders may note that documents including literature/ technical data areto be uploaded through e-procurement system only.

10.7.22 Bids sent through post, telegram, fax, telex, e-mail, courier, etc. will not beconsidered. Partially completed/ incomplete bids will not be considered.

10.8 MOU Format : The Bidder shall submit a memorandum of undertaking as perthe following format:

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[62]

authorization in the e-procurement system to enable the Department to openthe bid. If open authorization is not completed by the Contractor, then theDepartment will not be able to open the bid and the bid becomes invalid.

10.7.16 The Bidders may note that digital keys of Class III USB tokens, which supportboth digital signing and encryption are to be used for bidding in IPRC e-procurement system

10.7.17 The Bidders may note that they have to use the same digital key withwhich they submitted the bid to give open authorization. If the Biddersuse different key for open authorization, the system will not accept the openauthorization and the bid becomes invalid.

10.7.18 In case the digital key which is used during bid submission expires beforegiving open authorization, then the Bidder has to first login with the new keyand use the expired key for completing open authorization process for the bid.

10.7.19 The Bidders may note that the maximum file size that can be uploaded perattachment in e-procurement system is 4 MB (in pdf format). If the documentis more than 4 MB, then the document is to be split into multipledocuments of size less than 4 MB and uploaded into attachments. Literature/Technical data should accompany the bid.

10.7.20 Similarly, if the number of files to be uploaded is more than the number ofattachments allowed in the bid, then the files are to be grouped into folderssuch that the number of folders is less than the number of attachments.Further, the folders may be compressed using zip/archive format anduploaded as attachments. However, the attachment size should still be lessthan 4 MB.

10.7.21 The Bidders may note that documents including literature/ technical data areto be uploaded through e-procurement system only.

10.7.22 Bids sent through post, telegram, fax, telex, e-mail, courier, etc. will not beconsidered. Partially completed/ incomplete bids will not be considered.

10.8 MOU Format : The Bidder shall submit a memorandum of undertaking as perthe following format:

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[62]

authorization in the e-procurement system to enable the Department to openthe bid. If open authorization is not completed by the Contractor, then theDepartment will not be able to open the bid and the bid becomes invalid.

10.7.16 The Bidders may note that digital keys of Class III USB tokens, which supportboth digital signing and encryption are to be used for bidding in IPRC e-procurement system

10.7.17 The Bidders may note that they have to use the same digital key withwhich they submitted the bid to give open authorization. If the Biddersuse different key for open authorization, the system will not accept the openauthorization and the bid becomes invalid.

10.7.18 In case the digital key which is used during bid submission expires beforegiving open authorization, then the Bidder has to first login with the new keyand use the expired key for completing open authorization process for the bid.

10.7.19 The Bidders may note that the maximum file size that can be uploaded perattachment in e-procurement system is 4 MB (in pdf format). If the documentis more than 4 MB, then the document is to be split into multipledocuments of size less than 4 MB and uploaded into attachments. Literature/Technical data should accompany the bid.

10.7.20 Similarly, if the number of files to be uploaded is more than the number ofattachments allowed in the bid, then the files are to be grouped into folderssuch that the number of folders is less than the number of attachments.Further, the folders may be compressed using zip/archive format anduploaded as attachments. However, the attachment size should still be lessthan 4 MB.

10.7.21 The Bidders may note that documents including literature/ technical data areto be uploaded through e-procurement system only.

10.7.22 Bids sent through post, telegram, fax, telex, e-mail, courier, etc. will not beconsidered. Partially completed/ incomplete bids will not be considered.

10.8 MOU Format : The Bidder shall submit a memorandum of undertaking as perthe following format:

Page 71: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[63]

10.9 NDA Format : The Non-disclosure agreement, as per the following format,shall be submitted by the Contractor on award of Contract.

MEMORANDUM OF UNDERTAKING

I/ We hereby submit the bid for the execution for the President of Indiaof the workspecified in the underwritten memorandum within the time specified in suchmemorandum, at a total price as specified and in all respects in accordance with thespecifications, design, drawings and instructions in writing referred to in this documentand with such materials as provided for by and in all other respects in accordance withsuch conditions as are applicable.

Should this tender be accepted in whole or in part, I/ We hereby agree to abide by andfulfill all the terms and provisions of the said conditions annexed hereto and all theterms and provisions contained in the tender enquiry documents which have been readby me/ read and explained to me so far as applicable or in default thereof to forfeit andpay to the President of India or his successors in office the sum of money mentioned inthe said conditions.

I/ We agree to execute all the works referred to in the RFP document upon the termsand conditions contained or referred to therein and to carry out such deviation/ variationas may be ordered in excess of original scope at the rates to be determined inaccordance with the provision contained in this document.

Witness Bidder

(Signature) (Signature)

Name: Name:

Designation: Designation:

Address: Address:

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[63]

10.9 NDA Format : The Non-disclosure agreement, as per the following format,shall be submitted by the Contractor on award of Contract.

MEMORANDUM OF UNDERTAKING

I/ We hereby submit the bid for the execution for the President of Indiaof the workspecified in the underwritten memorandum within the time specified in suchmemorandum, at a total price as specified and in all respects in accordance with thespecifications, design, drawings and instructions in writing referred to in this documentand with such materials as provided for by and in all other respects in accordance withsuch conditions as are applicable.

Should this tender be accepted in whole or in part, I/ We hereby agree to abide by andfulfill all the terms and provisions of the said conditions annexed hereto and all theterms and provisions contained in the tender enquiry documents which have been readby me/ read and explained to me so far as applicable or in default thereof to forfeit andpay to the President of India or his successors in office the sum of money mentioned inthe said conditions.

I/ We agree to execute all the works referred to in the RFP document upon the termsand conditions contained or referred to therein and to carry out such deviation/ variationas may be ordered in excess of original scope at the rates to be determined inaccordance with the provision contained in this document.

Witness Bidder

(Signature) (Signature)

Name: Name:

Designation: Designation:

Address: Address:

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[63]

10.9 NDA Format : The Non-disclosure agreement, as per the following format,shall be submitted by the Contractor on award of Contract.

MEMORANDUM OF UNDERTAKING

I/ We hereby submit the bid for the execution for the President of Indiaof the workspecified in the underwritten memorandum within the time specified in suchmemorandum, at a total price as specified and in all respects in accordance with thespecifications, design, drawings and instructions in writing referred to in this documentand with such materials as provided for by and in all other respects in accordance withsuch conditions as are applicable.

Should this tender be accepted in whole or in part, I/ We hereby agree to abide by andfulfill all the terms and provisions of the said conditions annexed hereto and all theterms and provisions contained in the tender enquiry documents which have been readby me/ read and explained to me so far as applicable or in default thereof to forfeit andpay to the President of India or his successors in office the sum of money mentioned inthe said conditions.

I/ We agree to execute all the works referred to in the RFP document upon the termsand conditions contained or referred to therein and to carry out such deviation/ variationas may be ordered in excess of original scope at the rates to be determined inaccordance with the provision contained in this document.

Witness Bidder

(Signature) (Signature)

Name: Name:

Designation: Designation:

Address: Address:

Page 72: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[64]

JOINT DECLARATION I NON-DISCLOSURE AGREEMENTIIWe,being.......................................................of………………………………….having itsoffice at .……………………………………………………………………..beinginvited to participate in the development I……………of……………………….for…………………………………………….awarded to us vide P.O. No………dated…………………..(hereinafter referred as………………………………) byGovt. of India., Dept. of Space, ISRO Propulsion Complex, Mahendragiri –627 133 (hereinafter referred to as 'IPRC'), do hereby declare that :-I I We further declare that:

1. Any information submitted or given by I P R C to me I us shall be treatedby me/us in strict confidence.

2. The terms 'information' comprises. of technical knowledgeof…………………nature (documents, data, materials, process details and thelike) whether patented or not.

3. I/We understand and agree that the penalties detailed in the Indian OfficialSecrets Act, 1923 for breach of trust in maintaining the confidentiality of thesaid technical knowledge shall be suffered not only our Company/Organization as body corporate, but also individually on its ChiefExecutive and me.

4. The provision of the Indian Official Secrets Act, 1923 (XIX of 1923) shallapply to me/us with reference to exchange and use of information providedby IPRC to me/us during the course of working for the project.

5. I/We shall not make public any knowledge or information whichIPRC shall have disclosed or may hereafter disclose to me/us incident tothe placing of any order on us.

Signed byNameDesignation

Counter signed by(Authorized Signatory of Contract with Name & Address) // Company Seal //

Place :Date :Witness 1 Witness 2

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[64]

JOINT DECLARATION I NON-DISCLOSURE AGREEMENTIIWe,being.......................................................of………………………………….having itsoffice at .……………………………………………………………………..beinginvited to participate in the development I……………of……………………….for…………………………………………….awarded to us vide P.O. No………dated…………………..(hereinafter referred as………………………………) byGovt. of India., Dept. of Space, ISRO Propulsion Complex, Mahendragiri –627 133 (hereinafter referred to as 'IPRC'), do hereby declare that :-I I We further declare that:

1. Any information submitted or given by I P R C to me I us shall be treatedby me/us in strict confidence.

2. The terms 'information' comprises. of technical knowledgeof…………………nature (documents, data, materials, process details and thelike) whether patented or not.

3. I/We understand and agree that the penalties detailed in the Indian OfficialSecrets Act, 1923 for breach of trust in maintaining the confidentiality of thesaid technical knowledge shall be suffered not only our Company/Organization as body corporate, but also individually on its ChiefExecutive and me.

4. The provision of the Indian Official Secrets Act, 1923 (XIX of 1923) shallapply to me/us with reference to exchange and use of information providedby IPRC to me/us during the course of working for the project.

5. I/We shall not make public any knowledge or information whichIPRC shall have disclosed or may hereafter disclose to me/us incident tothe placing of any order on us.

Signed byNameDesignation

Counter signed by(Authorized Signatory of Contract with Name & Address) // Company Seal //

Place :Date :Witness 1 Witness 2

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

[64]

JOINT DECLARATION I NON-DISCLOSURE AGREEMENTIIWe,being.......................................................of………………………………….having itsoffice at .……………………………………………………………………..beinginvited to participate in the development I……………of……………………….for…………………………………………….awarded to us vide P.O. No………dated…………………..(hereinafter referred as………………………………) byGovt. of India., Dept. of Space, ISRO Propulsion Complex, Mahendragiri –627 133 (hereinafter referred to as 'IPRC'), do hereby declare that :-I I We further declare that:

1. Any information submitted or given by I P R C to me I us shall be treatedby me/us in strict confidence.

2. The terms 'information' comprises. of technical knowledgeof…………………nature (documents, data, materials, process details and thelike) whether patented or not.

3. I/We understand and agree that the penalties detailed in the Indian OfficialSecrets Act, 1923 for breach of trust in maintaining the confidentiality of thesaid technical knowledge shall be suffered not only our Company/Organization as body corporate, but also individually on its ChiefExecutive and me.

4. The provision of the Indian Official Secrets Act, 1923 (XIX of 1923) shallapply to me/us with reference to exchange and use of information providedby IPRC to me/us during the course of working for the project.

5. I/We shall not make public any knowledge or information whichIPRC shall have disclosed or may hereafter disclose to me/us incident tothe placing of any order on us.

Signed byNameDesignation

Counter signed by(Authorized Signatory of Contract with Name & Address) // Company Seal //

Place :Date :Witness 1 Witness 2

Page 73: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water Plant

IPRC, Mahendragiri

Chapter 11

ANNEXURES

Page 74: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water Plant

IPRC, Mahendragiri

11.1 Annexure 1

Diagrams

Fig 1 : Block Diagram

Fig 2 : Layout

Fig 3 : Preliminary Scheme

Page 75: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari
Page 76: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari
Page 77: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Scheme of Centralized DM water Plant

Raw water-Entry-

Raw water, 2.4m3/hr, TDS:400

Permeate-3, 0.8 m3/hrTDS : <10

RO Bed-1

RO Bed-2

O2Scavenger

Mixedbed

Permeate-1,2.4 m3/hrTDS : 40

Reject-1, 1.6 m3/hr, TDS:1000Permeate-1, 2.4 m3/hr, TDS:40

Product - Exit

DM/DOF water, 2m3/hr, TDS:<0.8

Permeate-2,2 m3/hrTDS : ~1

RO Bed-3

RO Bed-4

NeutralizerPit

OverflowPit

SprayDryer

(Mec.Ev.)

HRSCCReject-2, 0.4 m3/hr, TDS:50

Reject-1,1.6 m3/hr,TDS:1000

Reject-3,0.8 m3/hr,TDS:~2000

Reject-4,0.4 m3/hr,TDS:>6000

Permeate-4,0.4 m3/hrTDS : <400

Re-circulation to R/W stream

Permeate-2,2 m3/hrTDS : ~1

Permeate-3,0.8 m3/hrTDS : <10

Fig. 3

Page 78: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.2 Annexure 2

Specification of DM water Storage Tanks

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.2 Annexure 2

Specification of DM water Storage Tanks

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.2 Annexure 2

Specification of DM water Storage Tanks

Page 79: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[1]

Annexure 2

Specification of DM Water storage tanks

A Salient specification:

1 Gross Volume………………………….. : 30 m3

2 Maximum Allowable Working

Pressure (MAWP)/ Design Pressure…

: 5 bar,g#

3 Quantity……………………………….... : 2 nos.

4 Tag nos……………………………….... : GTK 901, GTK 910

5 Design Temperature………………….. : 350 K

6 Operating Temperature……………….. : 290 to 350 K

7 Design Code**…………………………. : ASME Sec. VIII, Div. 1

8 Service Medium……………………….. : De-mineralized (DM) Water

9 Pressurant gas medium……………… : Gaseous Nitrogen (GN2)

10 Inside Diameter ……………….………. : Ø 2.2 to 2.6 m

11 Configuration…………………………… : Vertical

12 Type of dished ends…………………… : 2:1 Ellipsoidal or Hemispherical

Material of Construction13 Shell & Dished ends…………………… : ASTM A 240 304L/ 316L or

equivalent

14 Nozzle pipes……………………………. : ASTM A 312 TP 304L/ 316L or

equivalent (seamless pipe alone)

15 Flanges / Blind flanges……………….. : ASTM A 182 Gr F 304L/ 316L or

equivalent

16 Pipe fittings…………………………….. : ASTM A 403 WP304L/ 316L or

equivalent

17 Studs/ Nuts / Washers………………… : ASTM A 193 Gr. B8/ ASTM A194

Gr.8/ SS

18 Lifting lug……………………………….. : ASTM A 515/516 Gr 70

19 Skirt / saddle supports………………… : ASTM A 515/516 Gr 70

20 Nameplate/ bracket…………………… : ASTM A 240 304L/316L

Page 80: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[2]

21 Foundation bolts & nuts………………. : Carbon steel with Zn plating A 193

Gr. B7/ A 194 Gr. 2H

22 Gaskets………………………………… : SS Spiral wound PTFE with inner &

outer retainer rings of SS material

**If alternative design code is employed, it shall be ensured that the thickness of shell &dome are equal to or more than that derived as per stipulated code.#Apart from the design pressure of 0.5 MPa(g), the tank shall also be designed forexternal pressure condition for a maximum differential pressure of 90 kPa(d).

B Configuration features:

1. The tanks shall be designed for seismic zone, zone 3 of IS 1893.

2. The tanks shall be provided with suitable legs/ skirts/ saddles for grouting to thefoundation and also lifting lugs for handling.

3. The nozzles of tanks shall be of following specification.

Nozzle Application Pipesize

Pipesch. no

*Min reqdpipe ID, mm

N1 Drain DN 25 Sch.40S 20N2 Fill & Withdrawal DN 80 Sch.10S 70N3 Safety relief valve DN 65 Sch.10S 60N4 Pressurization/ Vent DN 25 Sch.40S 20N5 Overflow DN 15 Sch.40S 10N6 Pressure/ Level gauge (gas) DN 15$ Sch.40S 10N7 Level gauge (liquid) DN 15$ Sch.40S 10N8 Corrosion coupon DN 65 Sch.10S 60N9 Manhole As per manufacturer’s standard

*In case, higher schedule nos. are chosen for nozzle pipes based on designcalculations, the inner diameters of pipe shall be of minimum size as indicated inthe column “Min reqd pipe ID” in the above Table.

$The size of level gauge nozzles, N6 & N7 are tentatively indicated as DN15. Thesame may be chosen large according to level gauge considerations.

4. The fill/ withdrawal port of the tanks shall be provided with suitable anti-vortexbaffles.

5. The pressurization/ vent port of the tanks shall be provided with diffuser headerinside the tanks with holes facing upwards.

Page 81: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[3]

6. All the nozzles of DN50 and smaller sizes shall be suitably stiffened with gussetplates.

7. Suitable earthing bosses shall be provided for protection against lightning andstatic electricity.

8. The drain nozzle, N1 shall be located in the bottom dome at the axis of the tank.

9. The withdrawal nozzle, N2 shall be located in the bottom dome at the minimumpossible distance from the axis.

10. The overflow nozzle, N5 shall be located at 90 to 93% gross volume of tank.

11. The pressurization/ vent nozzle, N4 shall be located preferably in top dome ofthe tank.

12. The nozzle, N6 meant for pressure gauge/ level gauge (gas) shall be providedabove overflow nozzle, N5.

13. The corrosion coupon nozzle, N8 shall be provided with a blind flange (at bottomdome of tank) with which a corrosion coupon of standard dimensions (of samematerial of tank) shall be welded.

14. Appropriate stress relieving shall be carried out on formed plates of shell &dome.

15. All the nozzles of tanks shall be provided with blind flanges and appropriatefasteners & gaskets. All the flanges shall conform to ASME B 16.5.

16. The tanks shall be pressurized with dry GN2 and supplied with a positivepressure of 0.13 to 0.15 MPa(g).

17. Cold stretching of tanks is not permissible.

18. A Name plate made of Stainless steel possessing the data of salientspecification, tests etc. shall be welded to a bracket on the tanks.

19. The nozzle flanges viz. N3 (safety relief device), N4 (pressurization/ vent) andN5 (overflow) shall be brought down to an operable height of 0.8 to 1.3 m fromground. Except nozzle N6 (pressure/ level measurement-gas), no otherthreaded/ flanged joints shall be provided at a height more than 1.5 m fromground.

Page 82: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[4]

20. The tanks shall have four eye blocks or support plates (with requisite gussets) onthe periphery (at an approximate height of 300 to 500 mm from the interfaceseam weld of top dome & shell) to install a ladder or support structure ofplatform.

C Fabrication:

1. Forming: All the forming works of the tanks shall be carried out by cold workingprocess only. After forming, the parts shall be suitably stress-relieved.

2. Welding: All the welding on stainless steel parts of the tanks shall be carried outby Gas-purged Tungsten Arc Welding (GTAW) with Gaseous Argon of 99.995% purity as the purge medium.Prior to commencement of welding on the tanks, welding procedurequalification and welder’s performance qualification tests, in accordance withSection IX of ASME, shall be carried out.

3. Surface treatment: The following procedure shall be employed for surfacetreatment of the tanks:

3.a Cleaning of stainless steel surfaces: After fabrication, the interior and exteriorsurfaces of the tanks and the interior surfaces of the nozzles,interconnecting pipe-lines and flow components shall be cleaned, employingthe following procedure:

Mechanical cleaning: All the metallic surfaces with scales and newly weldedsurfaces shall be cleaned by scrubbing with stainless steel metallic wire brush.The loose scales and particles obtained from mechanical cleaning shall beremoved by blowing with dry air, sucking with vacuum cleaner or washing withwater.

Pickling: In order to remove rusts and scales, the surfaces are pickled with asolution containing Hydro-fluoric acid (HF) and Nitric acid (HNO3). Thecomposition of pickling solution and duration are to be adjusted after trial test ona sample piece to remove uniformly less than 25 µm thick material. Mostly, thecomposition is as follows:

HF : 5% (by mass)HNO3 : 15to 20 %Water : Remainder

Passivation: In order to form a protective layer, the surfaces are passivated witha solution of the following composition:

Page 83: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[5]

HNO3 : 25% (by volume)Water : RemainderDuration : 2hours (minimum)

This is followed by rinsing with DM water.

Drying: The surfaces of the tanks shall be dried by purging with dry Air or GN2until the moisture content in the medium is brought down substantially.

D Instruments:

Following instruments shall be supplied along with tanks. The instruments shall beprocured from standard manufacturers.

1. Pressure gauges:Each tank shall have two pressure gauges, each of range 0 to 1 MPa(g). Thegauges shall have dual graduations of MPa and bar. Salient specifications ofgauges are given hereunder.

Type : Bourdon tubeFluid medium : WaterWorking temperature range : 290 to 350 KGraduations : MPa(g) and bar(g)Dial size : 150 mmAccuracy : ±1% of FSDOver range protection : 130% of FSDMaterial (Internals) : Stainless steelEnd connection : ½” NPTCase & bezel : Weather-proof housing with screwed bezelCode : IS 3624

Note: 1. Material certificates (for physical & chemical properties) for principalpressure bearing parts shall be supplied.

2. Calibration certificate shall be provided as per code.3. Appropriate connecting adapters shall be provided and the gauges shall

be installed at a readable height of ~1.5m (from ground). Supportingstructures shall be scope of the manufacturer.

4. The pressure gauges shall be provided with 3/2 manual isolation needlevalves of orifice 2.3 mm & MAWP 41.3 MPa. The valves shall besubject to conventional tests as per manufacturer’s standards.

Page 84: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[6]

2. Magnetic level gauge:Each tank shall be provided with one magnetic level gauge. Salient specificationsof level gauge is given hereunder.

Fluid medium : WaterWorking temperature range : 290 to 350 KDesign temperature : 350 KColumn size : DN 50Material of Column : SS 304/ 304L/ 316/ 316LMAWP of column : 1.4 MPaGraduations : cmMagnetic switch : Not requiredCode : Relevant standardAccessories : 1. Lower block valve at liquid side(Globe type)

2. Flanges as per ASME B 16.53. Plug at vent port4. Globe type drain valve

Note: 1. Material certificates (for physical & chemical properties) for principalpressure bearing parts shall be supplied.

2. Calibration certificate shall be provided as per relevant standardprocedure.

3. Intermediate supports for column, if required shall be scope of themanufacturer.

4. The level gauge shall be isolated with manual ball valves at both liquid& gas side of appropriate size & class rating and shall be subject toconventional tests as per manufacturer’s standards.

E Tests:

The following tests are to be performed as per standards mentioned therein. Equivalentstandards may also be substituted with the clearance of IPRC.

1 Material certificates: The material test certificates shall be provided for all theprincipal and pressure-bearing parts of the tanks (including plates, nozzles,inter-connecting pipes, fittings, etc) to ascertain the physical and chemicalproperties.

2 Ultrasonic test: All the plates used for the fabrication of vessels and the pipesused for the nozzles and inter connection shall be subject to ultrasonic test usingthe appropriate technique as per ASTM A 388.

Page 85: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[7]

3 Inter-granular corrosion (IGC) test: The fittings & flanges shall be provided withsample IGC test certificates.

4 DP test: All the weld joints of the tanks shall be subject to Dye-Penetrant Test(DPT) as per re levant s tandards.

5 Radiography: All the stainless steel butt weld joints on the tanks includingnozzles, inter-connecting pipelines, etc. shall be subject to radiography test withX-ray to 2-2T sensitivity (2%equivalent).

6 Pressure test: The tanks shall be subject to pneumatic pressure test withGaseous Nitrogen or dry Air at 1.1 times the respective design pressure.(Alternatively, hydraulic pressure test as per the code may be employed. In suchcase, the water with pH at 6.5 to 7.5 and chloride content < 30 ppm shall beused. After the test, the medium is to be dried down to a residual moisturecontent of 20 ppm,v).

7 Painting: After performing cleaning of outer surface of tanks as per standardprocedure, a colour band of 200 mm width shall be applied circumferentially atthe middle of the tanks. The colour shade shall be “Sky blue” and thecorresponding RAL no. is 5015.

F Inspection:

The in-process (stage) and pre-delivery inspection of the tanks shall be carried out by areputed Third Party Inspection (TPI) agency. The scope of Inspection shall be as follows.

1. Review and approval of the design calculations and fabrication drawings.

2. Identification of raw materials and review of the material test certificates,IGC test and ultrasonic test certificate for compliance with the relevantrequirements.

3. Review of test and calibration certificates for compliance with thespecification and visual examination of the bought-out components andinstruments.

4. Witnessing and certification of weld procedure specification and welder’sperformance qualification tests. If the welders already possess the performance

Page 86: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[8]

certificate, TPI agency shall review and authorize the same as per coderequirements.

5. Review of films of radiographic tests for possible defects in the weld joints.

6. Inspection at any stage of fabrication to ensure that the methodologyemployed for fabrication is in compliance with the requirements of standardcodes and practices and the approved documents.

7. Witness of pressure tests.

8. Issue of Pre-Delivery Inspection (PDI) certificate and stamping on the tanks.

G Documentation:

1. The documents after detailed design and engineering by the Contractor shallbe duly reviewed and approved by the TPI agency for compliancewith the requirements of the relevant design codes as specified in theContract and statutory regulations. After that, those documents shall besubmitted to the IPRC for review. Only upon approval of the same by IPRC,the Supplier/ sub Contractor shall proceed with fabrication. However, theDepartment’s approval shall not absolve the Contractor oftheir responsibility/ contractual obligation to comply with the specifications ofthe order.

2. The foundation details of the tanks, indicating the forces and moments actingon the foundation due to static and dynamic loading of the tanks, wind loadsand seismic load on the tanks shall be provided. The calculations forarriving at the forces and moments acting on the foundation due to theaforesaid factors shall also be provided.

3. The dimensioned fabrication drawings of the tanks and Quality AssurancePlan (QAP) based on the tests & inspection clauses specified in thisdocument shall be provided by the sub-vendor and would be reviewed duringdetail engineering.

4. Following documents shall be supplied after fabrication and before shipment.a. Certificates of all tests duly endorsed by TPI agencyb. Pre-delivery Inspection certificate of TPI agency.c. Guarantee certificate (for 2 years)d. As-built General arrangement & fabrication drawings

Page 87: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[9]

List of Probable Suppliers

1. M/s. Technel Engineers, No.8, 1st main road, Nehru Nagar, OMR,

Kottivakam, Chnenai – 600 041.

2. M/S. Indra tanks & vessels, Plot no: 18, OHM Industrial Infrastructure

Park, Village: Daheri, Tal: Umbergaon, Dist:-Valsad, Gujarat:-396 171

3. M/s. Vividh Hi-Fab Pvt. Ltd., 987/10C, G.I.D.C. Makarpura,

Vadodara - 390 010, Gujarat.

4. M/s. Sree Ramakrishna Engineering Enterprises,

Vishakapatnam.

5. M/s. Artson Engineering Ltd., D 5, MIDC, Ambad,

Nashik – 422 010.

6. M/s. Inox India Pvt. Ltd., Vadodara

7. M/s. Bhilai Engineering Corporation, Mumbai

Page 88: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.3 Annexure 3

Specification of High Pressure GN2 Storage Cylinders

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.3 Annexure 3

Specification of High Pressure GN2 Storage Cylinders

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.3 Annexure 3

Specification of High Pressure GN2 Storage Cylinders

Page 89: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[1]

Annexure 3

SPECIFICATION OF HIGH PRESSURE GN2 STORAGE CYLINDERS

1.0 Description of item : High pressure seamless gaseous Nitrogen

storage cylinders

2.0 Fluid Gaseous Nitrogen

3.0 Maximum working pressure 30 MPa

4.0 Water capacity (Volume) 1000 litres

5.0

Quantity*

cylinders 2 nos.

6.0 cylinders per skid 2 nos.

7.0 skids 1 no.

8.0 Skid Arrangement 2 rows X 1 column

9.0 Colour scheme French grey

*Number of cylinders per skid X Number of skids = Number of cylinders

10.0 Design code : BS EN ISO 11120

11.0 Application : Mobile / Stationary

12.0 Mode of installation : Horizontal

13.0 Material of Cylinders : Group III of Design code

14.0 Heat treatment : As per Design code

15.0 Surface treatment : The surface treatment of cylinders shall be in

accordance with ISO 8501-1:1998.The internal

surface shall conform to Grade B Sa 2 having

surface finish of 20 µm Ra and the external

surface shall conform to Grade B Sa 2½ having

surface finish of 15 µm Ra.

The external treatment shall be followed by

painting with 2 coats of Zinc primer and 2 coats

of Polyurethane paint of 120µm layer

thickness. The colour scheme of paint shall be

as per clause 9.0

16.0 Corrosion allowance : As per code

17.0 Cylinder end openings : Fill & withdrawal ends: Standard opening with a

bore not less than 75 mm, covered with

threaded closure with appropriate face seals.

The closure shall have opening with ½” NPT(F)

Page 90: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[2]

thread to accommodate DN 12/15 angle

pattern needle valve.

18.0 Cylinder end fittings : Fill & withdrawal ends:

a. The closures of material ASTM A 350,

LF2, Class 1 shall have appropriate

threads (of size >3”) and with face seals

having standard O ring (viton) & back-up

ring (PTFE)

b. The closures shall have central bore with

½” NPT(F) thread wherein neck valve

(angle pattern needle valve) of size

DN12/15, PN420 is installed. The make of

needle valves shall be “Estanit” or

“Swagelok” only.

19.0 Outer diameter of Cylinder : Ø 559 mm ±1%

20.0 Marking The Cylinder shall be stamped with permanent

and clearly visible details by steel stamps at the

location specified by Design code. The details

such as water capacity, working pressure,

hydraulic test pressure, material of

construction, manufacturer’s serial number,

date of inspection and inspector’s stamp, etc.

shall be marked.

21.0 Mounting : The cylinder shall be mounted on a box base

enclosed in a saddle type structural supports. A

representative schematic cylinder skid along

with structural elements is given in the figure,

attached at clause 30.

Two saddle supports at requisite span shall hold

the cylinder with adequate bolting

arrangements. The structural elements shall be

designed according to the weight of cylinder

and also for transport considerations. Rubber

pads and clamps shall be provided in the saddle

structure to arrest axial & rotational movement

of cylinders during handling. The individual

Page 91: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[3]

saddle structures of a skid shall be positioned

on a base of box column. The saddle structure

along with the box base shall be fastened with

lifting lugs for handling.

Deign of structural elements shall be done by

the manufacturer and standard weld

procedures shall be adopted for welding

structural elements. Material of structural

elements shall be Galvanized steel as per IS

2062 : 1992.

22.0 Tests on cylinders :

22.1 Material properties : a. Chemical properties:

Analysis of chemical composition of all

elements on sample basis conforming to ISO

11120.

b. Mechanical properties:

Tensile & Impact tests as stipulated by ISO

11120.

22.2 Wall thickness check : To be carried out, conforming to ISO 11120.

22.3 Magnetic particle test : To be carried out on dome after heat treatment

to identify quench cracks.

22.4 Liquid penetrant

examination : As per manufacturer standards

22.5 Surface check : Internal & external surfaces shall be inspected in

accordance with ISO 11120.

22.6 Ultrasonic test : Ultrasonic test shall be carried out in accordance

with ISO 11120

22.7 Hardness check : Hardness check is to be carried out for

confirming the homogeneity of heat treatment

in accordance with ISO 11120.

22.8 Water capacity & mass : The water capacity and tare mass of cylinders

shall be checked in accordance with ISO 11120.

22.9 Visual examination : Inner & outer surfaces of finished cylinders shall

be subject to visual check in accordance with

ISO 11120. 22.10 Dimensional inspection : Dimensional inspection shall be carried out for

thickness, diameter, length, etc. and conforming

Page 92: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[4]

to the tolerance limits of out of roundness,

straightness, eccentricity, etc. as per ISO 11120. 22.11 Volumetric expansion test : Volumetric expansion test shall be conducted

and the results shall conform to ISO 11120. NOTE : The tests specified in 22.0 shall be inspected by reputed Third party

inspection(TPI) agency either by verification of records or by witness as

specified.

23.0 Leak test for cylinder

seals

: The cylinders, after installation of closure &

neck valves, shall be subject to leak test (to

confirm the integrity of threaded joints) to the

working pressure with dry Air or gaseous

Nitrogen and bubble-tightness is to be ensured.

24.0 Design type approval : The cylinders shall be categorized as “new

design/existing design” as per the requirements

stipulated in ISO 11120.

• In case of “existing approved design”,

relevant certificates, duly endorsed by any

TPI agency, shall be produced.

• In case of “new design family”, Prototype

tests shall be carried out as per the

stipulations of ISO 11120. “Type approval

certificate” as per the format stipulated in

ISO 11120, duly endorsed by TPI agency shall

be submitted.

25.0 Inspection :

The in-process (stage) and pre-delivery (final) inspection of the cylinder shall

be carried out by any reputed TPI agency viz. TUV, DNV, Lloyds etc. as per

the scope given below.

25.1 Review of “existing approved design certificate” in case of existing design.

25.2 Witness of Prototype tests as per ISO 11120 in case of “new design” and

issue of Type approval certificate.

25.3 Review and approval of design calculations and General Arrangement (GA)

drawings of cylinders.

25.4 Identification of raw materials and review of the material test certificates

Page 93: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[5]

for compliance with the relevant requirements.

25.5 Review of material, pressure & leak test certificates for compliance with the

specification and visual examination of the bought-out needle valves.

25.6 Review and approval of the design calculations of structural elements in

accordance with standard codes.

25.7 Inspection at any stage of fabrication of cylinder to ensure that the

methodology employed for fabrication is in compliance with the

requirements of standard codes and practices and the approved documents.

25.8 Witnessing of hardness test, magnetic particle examination, liquid penetrant

examination, internal and external surface examination, tare mass

measurement, Volumetric expansion test and ultrasonic test.

25.9 Review of test certificates of Dye penetrant test and radiography of weld

joints of manifold assembly. 25.10 Issuance of Pre-Delivery Inspection (PDI) certificate and stamping on the

cylinders.

NOTE : It is the responsibility of the manufacturer to engage and coordinate

with the TPI agency for inspection.

26.0 Guarantee : The gas storage cylinder, closures and neck

valves shall be guaranteed for satisfactory

performance for a period of 18 months from

the date of dispatch from the manufacturer’s

site.

27.0 Documentation :

The following documents, in English, shall be furnished at different stages

specified there upon.

27.1 Along with quotation: 27.1.1 Certificates of “Existing approved design”, duly endorsed by any TPI agency,

in case of cylinders fall under the category of “existing design”. 27.1.2 A complete technical description of the cylinder along with manifold

assembly shall be furnished in the quotation. Technical deviations, if any,

from the tender specifications shall be explicitly indicated in the quotation.

The following details shall be specifically highlighted.

• Overall dimensions and mass of cylinder.

• Overall dimensions and mass of structural supports.

• Wall thickness of gas cylinders.

Page 94: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[6]

• Mechanical properties and chemical composition of the material of

construction of cylinders.

• Brief specification & make of Needle valves. 27.1.3 A detailed profile of the bidder, in terms of their design and engineering

expertise in manufacture & supply of similar gas cylinders, the machineries

& infrastructure possessed, their quality management system, status of

human resources etc. 27.1.4 A list of clients to whom gas cylinders of similar specification have been

supplied.

NOTE : As design & engineering expertise is a pre-requisite and stringent

qualification procedures according to statutory regulations are to be

fulfilled, only cylinder manufacturers are authorized to quote for the

storage cylinders. Quotes of bidders others than cylinder manufacturer is

strictly not entertained.

27.2 After placement of order :

The following documents shall be prepared for design review & approval by

Purchaser, TPI agency and Petroleum & Explosive Safety Organization(PESO)

of Govt. of India for compliance with the requirements of relevant design

codes as specified in the purchase order and statutory regulations.

It is the responsibility of the bidder to submit the documents, listed below.

The comments, if any, offered by IPRC have to be incorporated and the

documents shall be sent to TPI agency for review and approval. The

documents, listed below at 27.2.1, 27.2.2 & 27.2.3 after the approval of TPI

agency, have to be sent to PESO, Government of India for review and

approval. Only after obtaining approval from PESO, the manufacturer shall

proceed with fabrication activities. It is the responsibility of the bidder to

submit the documents to the approving authorities (TPI agency and PESO)

and the approvals from the agencies have to be obtained. 27.2.1 The dimensioned General Arrangement (GA) drawing of gas cylinders along

with structural supports. 27.2.2 The detailed design calculations of cylinders. 27.2.3 The detailed dimensioned cross-sectional drawing of cylinders with end

connections. 27.2.4 Quality Assurance Plan (QAP) 27.2.5 The make, model no. and specifications of Needle valves along with

catalogues.

Page 95: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[7]

NOTE : Two copies of documents, listed above, after obtaining necessary

approvals from the respective approving agencies, shall be sent to IPRC for

review and records.

27.3 After completion of prototype tests, if applicable :

The cylinders under the category of “new design family” shall be subject to

“Prototype tests” as per clause 24.0.

“Type approval certificate”, after completion of prototype tests, duly

endorsed by TPI agency, shall be submitted to IPRC. On scrutiny, IPRC shall

issue “fabrication clearance certificate” and after which full fabrication

activities shall be initiated.

27.4 After completion of full fabrication and before delivery :

After completion of full fabrication and pre-delivery inspection by TPI

agency but before dispatch of consignment, the following documents shall

be sent to IPRC. The same will be reviewed for compliance with the

purchase order & approved drawings. On acceptance, dispatch clearance

will be issued by IPRC and only after which the cylinders have to be

dispatched. 27.4.1 All the test certificates, duly endorsed by TPI agency, as per scope of

inspection referred by clause 25.0. 27.4.2 Pre-delivery inspection certificate of TPI agency. 27.4.3 Product catalogues of all flow components with manufacturer’s test

certificates duly endorsed by TPI agency. 27.4.4 Guarantee certificate.

28.0 Packing :

The cylinders shall be filled with dry gaseous Nitrogen at a pressure of 2

bar,g. The open end of Needle valves shall be plugged with suitable closures

to avoid contamination during transportation. The cylinders, especially the

valves shall be adequately protected & packed to avoid transit damages.

29.0 Spares :

The following flow components shall be supplied as spares.

a. Four nos. of Needle valves

b. Four sets of seals meant for closures

Page 96: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[8]

30.0 The individual cylinders shall be mounted on separate saddle structures and

the units have to be assembled together (with appropriate fasteners) with a

lifting element as indicated in the following figure. The design requirements

of saddles are given in clause 21.0.

Page 97: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[9]

List of Probable Suppliers

1. M/s. Everest Kanto Cylinder Ltd.,

204, Raheja Centre, 2nd Floor, Free Press Journal Marg, 214, Nariman Point, Mumbai – 400 021. Tel : 022 3026 8300, 3026 8301, 3026 8358, 98690 40689 e mail id : [email protected]

2. M/s. Chesterfield cylinders Ltd., Indian agent:

Derby Road, Chesterfield, Mr.S.Krishnamoorthy,

Derbyshire S402EA, Jain Green Acres, Flat 2H, Block-11,

England. Targa Road, Zameen Pallavaram,

Chennai-43.

3. M/s. CP Industries,

2214, Walnut St.

Mckeesport, PA 15132,

USA

4. M/s. Fiba Technologies Inc.,

53, Ayer Road, Littleton, MA 01460, USA

Phone : (508) 887 7100, + 33 (0) 630 084 867

e mail id : [email protected]

Page 98: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.4 Annexure 4

Specification of Facility Fluid Circuits

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.4 Annexure 4

Specification of Facility Fluid Circuits

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.4 Annexure 4

Specification of Facility Fluid Circuits

Page 99: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[1]

Annexure 4

Facility Fluid Circuits of Centralized DM water Plant

Sl. no. Content Page no.

1 Introduction…………………………………………………… 2

2 Technical Specification of Manual globe valves…………. 3

3 Technical Specification of Pressure gauges……………… 9

4 Technical Specification of Filters………………………….. 13

5 Technical Specification of Safety relief valves…………… 18

6 Technical Specification of Non return valves……………. 24

7 Technical Specification of Flexible hoses………………… 29

8 Technical Specification of 2/3 Manifold needle valves…. 34

9 Technical Specification of Pressure regulating units……. 35

10 Technical Specification of Manual ball valves…………… 41

11 Technical Specification of Pipes………………………….. 47

12 Technical Specification of Pipe fittings & flanges……….. 51

13 Sub Vendor directory………………………………………. 55

14 Process & Instrumentation diagram (P&ID) of FacilityFluid Circuits (FFC) of Centralized DM water Plant(CDMP)………………………………………………………. 59

Page 100: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[2]

INTRODUCTION

The Facility Fluid Circuits (FFC) of Centralized DM water Plant comprises GN2& DM water circuits for the application specified hereunder.

To provide GN2 blanket while filling DO free water in tankers. For pressurizing storage tanks & other purge requirements. To fill DM water & DO free water from Storage tanks to tankers on

pressure-fed and pump-fed modes.

The circuits comprise various flow components viz. Manual gland sealed globevalves, Pressure gauges, Filters, Non return valves, Safety relief valves,Flexible hoses, Needle valves, Pressure regulators, Manual ball valves andPipes & fittings. The Technical specification of the flow components is givenhereunder. Spare flow components, meant for the need of total replacement areincluded with appropriate tag nos., suffixed “S”. Spare parts of flow componentsmeant for trouble-free operation for 2 years are included respective Tables.Requisite SS fasteners (studs: A193 Gr. B8, nuts: A194 Gr. 8) and gaskets(spiral would PTFE impregnated with SS inner & outer rings), though notincluded in the lists, shall be planned by bidder based on isometrics withadequate quantity of spares.

The flow components shall be procured strictly as per the attached specificationwith respective quality clauses, indicated thereby and from the vendorsindicated in the vendor directory. In case, the Contractor proposed to procurethe components from alternative vendors, the credentials of those vendors shallbe submitted to IPRC for clearance.

The Process & Instrumentation Diagram (P&ID) of FFC is attached with thisannexure. The circuits shall be conceived by the bidder incorporating the flowcomponents as per the P&ID. Bidder has to prepare Isometric diagrams andshall be vetted by Department during DER. The fabrication & testing of pipingcircuits is the scope of bidder as per the conditions stipulated in RFP.

The flexible hoses that are indicated with end connection pipe stubs shall bewelded with swivel nut & nipple joints (M22 x 1.5 for Ø12 mm hoses & M38 x1.5 for Ø25 mm hoses) at both ends. For the hose of Ø50 mm, one end shall beprocured directly with DN50, class 150, SORF swivel flange and the other pipestub end shall be welded with appropriate swivel nut & nipple in line with that ofend connection of tankers, which will be provided later.

Apart from the above, fabrication of adapters may be required for certaininterfaces (for eg., cylinder interfaces) which falls under the scope of bidder.

Page 101: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[3]

TECHNICAL SPECIFICATION OF MANUAL GLOBE VALVES

Quantity : As given in Table 1

Tag number : As given in Table 1

Pattern : Gland sealed globe

Actuation : Hand-operated by wheel (manual)

Configuration of ports/ ways : As given in Table 1

Fluid medium : As given in Table 1

Working temperature range : As given in Table 1

Nominal size : As given in Table 1

Pressure rating class : As given in Table 1

Valve coefficient : To be specified by the bidder in thequotation

Permissible leakage rate acrossbody (external) and seat(through)

: Bubble-tight as per API 598 or RateA as per BS 6755 Part 1

Guaranteed cycles of operation : 5,000

End connection : As given in Table 1. The acronymsshall be read as follows:

BW: Butt welding ends as per ASME B 16.9/ 16.25. In case of valveswith resilient seat, pipe stubs as per ASME B 36.19/ 36.10 of 150 mmlength each shall be butt-welded to the body on either side, the endsof which shall be prepared for butt welding. The butt welding endsshall be suitable to mate with the interfacing pipe of schedule numberas given in Table 1.

SW: Socket welding ends as per ASME B 16.11. In case of valves withresilient seat, pipe stubs as per ASME B 36.19/ 36.10 of 100 mmlength each shall be socket-welded to the body on either side, theends of which shall be prepared for butt welding as per ASME B 16.9/16.25. The butt welding ends shall be suitable to mate with theinterfacing pipe of schedule number as given in Table 1.

Style of construction:

Body : With full port (standard bore) andin-line end connections

Page 102: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[4]

Bonnet : Bolted or screwed to body withsuitable seals/ gaskets

Stem : Rising stem with Outside Screw andYoke (OS&Y)

Stem (dynamic) seal : By gland packing with live loadedspring

Plug : Renewable (replaceable) from stemwith insert

Seat : Renewable from body with ring(Alternatively, seat may be integralwith body provided that it is harderthan the plug insert.)

Flow direction : Flow-to-open (Flow-under-plug)

Material of construction:

Body and bonnet : ASTM A 182 F 304L/ 316L/ 321for nominal size ≤ DN 40

ASTM A 351 CF 3/ 3M fornominal size ≥ DN 50

Stem, plug, seat, seat insert : ASTM A 479 304L/ 316L/ 321

Gland packing : PTFE/ Glass-filled PTFE

Plug insert/ trim : PTFE/ Glass-filled PTFE forpressure rating class ≤ PN 250

ASTM A 479 304L/ 316L/ 321 forpressure rating class ≥ PN 420.

Pipe stub (end connection) : ASTM A 312 TP Grade same asthat of the body for stainlesssteel valves

Bolts : ASTM A 320 B 8 for stainlesssteel valves

Nuts : ASTM A 194 8 for stainless steelvalves

The valves shall be either inherently anti-static or provided with anti-static features.

Design code : BS 5352/ BS 1873/ API 6-D/ ASMEB16.34

Page 103: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[5]

Test code : BS 6755 Part 1/ API 598/ ASME B16.34

Tests:

a. Material certificates: The material certificates, detailing the physical andchemical properties, of the principal pressure–bearing parts shall beprovided.

b. Welding joint test (wherever applicable): All butt welding joints in thevalve shall be subject to radio-graphic test with X-rays or gamma rays to2-2T sensitivity as per Section IX, ASME. All the socket welding jointsshall be subject to dye-penetrant test.

c. Soundness test for castings (wherever applicable): All the castings shallbe subject to soundness test with radio-graphic or ultra-sonic techniquefor flaw detection.

d. Hydraulic shell pressure test: The valve, upon final assembly, in partiallyopen position, shall be subject to pressure test with Water (with suitablecorrosion inhibitor) at 1.5 times the maximum rated working pressure ofthe particular pressure rating class of the valve.

e. Hydraulic seat pressure test: The valve, in closed position, shall besubject to pressure test with Water (with suitable corrosion inhibitor) at1.1 times the maximum rated working pressure of the particularpressure rating class of the valve.

f. Pneumatic seat leakage test: The leakage rate across seat shall betested with dry air or gaseous Nitrogen at 0.4 to 0.7 MPa(g) by waterdisplacement (bubble) method.

Cleanliness

All the interior flow surfaces of the valve shall be degreased and cleanedwith appropriate cleaning agent before assembly.

Marking

All the valves are assigned tag numbers for the sake of identification. Thetag number for each valve, as indicated above, besides size, pressure ratingclass, material of construction, etc, shall be legibly and indelibly engravedon the body of the valves.

Quality assurance plan: As given in Table 2.

Page 104: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[6]

Table 1: LIST OF MANUAL GLOBE VALVESS No Quantity,

NosTag number Port/ way Fluid medium Working temperature

range, KNominalsize, metric

Pressure ratingclass, metric

Schedulenumber ofinterfacing pipe

End connection

1 2 GVM 701,701S

2/2 GN2 290 to 350 K DN15 2600/ 3600 160 BW

2 7 GVM 702,703, 704,705, 710,711, 702S

2/2 GN2 290 to 350 K DN15 2500 160 BW

Table 1A: LIST OF SPARESSpare Components viz. Plug, Plug insert, Seat ring (if applicable), Gland packing, Gaskets, etc. shall be provided for thefail-safe operation of 2 years.Quantity :

One set (for GVM 701 & 701S) Three sets (for GVM 702, 703, 704, 705, 710, 711, 702S)

Page 105: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[7]

Table 2: QUALITY ASSURANCE PLAN FOR MANUAL GLOBE VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per lot Relevantstandard

Relevant materialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Welding joint test(whereverapplicable)

Butt weldingjoints

Absence ofdefects

100 % Radiographictest

ASME, Section IX Testcertificate

Vendor - Inspector,Purchaser

Socket weldingjoints

Absence ofsurface defects

100 % Dye penetranttest

Relevant standard Testcertificate

Vendor - Inspector,Purchaser

3. Soundness testfor castings(whereverapplicable)

Castings Absence ofdefects

100 % Radiographicor ultrasonictest

Relevant standard Testcertificate

Vendor - Inspector,Purchaser

4. Dimensionalcheck

Valve Dimensions 100 % Metrology Relevant standard/Purchaser-approved drawing

Testreport

Vendor - Inspector/Purchaser

5. Hydraulic shellpressure test

Valve in openposition

Structuralintegrity understress

100 % 1.5 timesmaximumrated workingpressure

BS 6755 Part 1/

API 598

Testcertificate

Vendor Inspector Purchaser

Page 106: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[8]

Table 2: QUALITY ASSURANCE PLAN FOR MANUAL GLOBE VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

6. Hydraulic seatpressure test

Valve in closedposition

Structuralintegrity of seatunder stress

100 % 1.1 timesmaximumrated workingpressure

BS 6755 Part 1/

API 598

Testcertificate

Vendor Inspector Purchaser

7. Pneumatic seatleakage test

Valve in closedposition

Leakage rateacross seat

100 % Waterdisplacementmethod

BS 6755 Part 1/

API 598

Testcertificate

Vendor Inspector Purchaser

8. Cleanliness (ifapplicable)

Valve Cleanliness ofinternals

100 % Manufacturer’sstandard

Manufacturer’sstandard

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 107: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

9

TECHNICAL SPECIFICATION OF PRESSURE GAUGES

Quantity : As given in Table 1

Tag number : As given in Table 1

Type : Bourdon tube

Fluid medium : As given in Table 1

Working temperature range : 290 to 350 K

Range : As given in Table 1

Unit : MPa(g) and bar(g)

Dial size : As given in Table 1

Scale : Concentric

Accuracy : ±1% of FSD

Over-range protection : 130 % of FSD

Material of construction ofsensing element, movement,socket, case, bezel

: Stainless steel 304L/ 316L/ 321

Window : Shatter-proof

Process connection : DN 15 (½”) NPT(M)

Mounting : Direct mounting, bottom entry

Case and bezel : Weather-proof housing with screwedouter bezel

Extra fitments : Micro-type adjustable pointer

Blow-out-proof disc

Joints : Gas Tungsten Arc Welding (GTAW)with gaseous Argon purge

Code : IS 3624

Tests

a. Material certificates: The material certificates, detailing the physicaland chemical properties, of the principal pressure–bearing parts shallbe provided.

b. Calibration: The pressure gauges shall be calibrated as per IS 3624.

Page 108: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

10

Cleanliness

All the interior flow surfaces of the pressure gauge shall be degreasedand cleaned with appropriate cleaning agent before supply.

Marking

All the pressure gauges are assigned tag numbers for the sake ofidentification. The tag number for each pressure gauge, as indicatedabove, besides size, pressure rating class, material of construction, etc,shall be legibly and indelibly engraved on the body of the pressuregauges.

Page 109: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

11

Table 1: LIST OF PRESSURE GAUGESS No Quantity,

NosTag number Fluid

mediumRange,MPa(g)

Dial Size,mm

1 2 GPL 701,701S

GN2 0 to 60 100

2 4 GPL 702,703, 702S,

703S

GN2 0 to 40 100

3 2 GPL 704,704S

GN2 0 to 5 100

4 2 GPL 705,705S

GN2 0 to 2 100

5 2 GPL 706,706S

GN2 0 to 1 150

6 7 GPL 707,708, 709,710, 711,

707S, 708S

GN2 0 to 1 100

Page 110: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

12

Table 2: QUALITY ASSURANCE PLAN FOR PRESSURE GAUGES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per lot Relevantstandard

Relevantmaterialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Calibration Pressuregauge

Accuracy 100 % IS 3624 IS 3624 Calibrationcertificate

Vendor - Inspector,Purchaser

3. Cleanliness (ifapplicable)

Pressuregauge

Cleanliness ofinternals

100 % Manufacturer’sstandard

Manufacturer’sstandard

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 111: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[13]

TECHNICAL SPECIFICATION OF FILTERS

Quantity : As given in Table 1

Tag number : As given in Table 1

Fluid medium : As given in Table 1

Working temperature range : As given in Table 1

Nominal size : As given in Table 1

Maximum allowable workingpressure

: As given in Table 1

Degree of filtration (absolute) : As given in Table 1

Nominal inlet temperature : As given in Table 1

Nominal inlet pressure : As given in Table 1

Nominal flow rate : As given in Table 1

Permissible pressure drop atnominal conditions

: As given in Table 1

Diameter and length of filterelement cartridge

: To be specified by the bidder in thequotation along with the relevantcalculations

End connection : As given in Table 1. The acronymsshall be read as follows:

BW: Butt welding ends as per ASME B 16.9/ 16.25. In case of filterwith internal resilient seals, pipe stubs as per ASME B 36.19/ 36.10 of150 mm length each shall be butt-welded to the body on either side,the ends of which shall be prepared for butt welding. The butt weldingends shall be suitable to mate with the interfacing pipe of schedulenumber as given in Table 1.

SW: Socket welding ends as per ASME B 16.11. In case of filter withinternal resilient seals, pipe stubs as per ASME B 36.19/ 36.10 of 100mm length each shall be socket-welded to the body on either side, theends of which shall be prepared for butt welding as per ASME B 16.9/16.25. The butt welding ends shall be suitable to mate with theinterfacing pipe of schedule number as given in Table 1.

Permissible leakage rateacross the body (external)

: Bubble-tight

Page 112: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[14]

Style of construction:

Body : Y or T type with access to replacethe filter element cartridge withoutremoving the filter en-masse frompipeline

Filter element : Sintered wire mesh type, supportedon perforated cartridge

Material of construction:

Body : ASTM A 182 F 304L/ 316L/ 321for nominal size ≤ DN 40

ASTM A 351 CF 3/ 3M fornominal size ≥ DN 50

Mesh : Stainless steel 304L/ 316L/ 321

Internal seals : Viton/ PTFE/ Glass-filled PTFE

Bolts : ASTM A 320 B 8

Nuts : ASTM A 194 8

Tests:

a. Material certificates: The material certificates, detailing the physicaland chemical properties, of the principal pressure–bearing parts shallbe provided.

b. Welding joint test (wherever applicable): All butt welding joints in thefilter shall be subject to radiographic test with X-rays or gamma raysto 2-2T sensitivity as per Section IX, ASME. All the socket weldingjoints shall be subject to dye-penetrant test.

c. Soundness test for castings (wherever applicable): All the castingsshall be subject to soundness test with radiographic or ultrasonictechnique for flaw detection.

d. Hydraulic shell pressure test: The filter, upon final assembly shall besubject to pressure test with Water (with suitable corrosion inhibitor)at 1.5 times the maximum allowable working pressure.

e. Degree of filtration test: One sample filter element cartridge fromeach batch of the same size shall be subject to “micron rating”prototype test by bubble point method and microscopic examination to

Page 113: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[15]

evaluate minimum and maximum pore size of the filter element inGovernment-approved laboratory.ORManufacturer’s test certificate for degree of filtration shall be provided.

Cleanliness

All the interior flow surfaces of the filter shall be degreased and cleanedwith appropriate cleaning agent.

Marking

All the filters are assigned tag numbers for the sake of identification. Thetag number for each filter, as indicated above, besides size, maximumallowable working pressure, degree of filtration, material of construction,etc, shall be legibly and indelibly engraved on the body of the valves.

Quality assurance plan: As given in Table 2

Page 114: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[16]

Table 1: LIST OF FILTERSSNo

Quantity,Nos

Tagnumber

Fluidmedium

Workingtemperaturerange, K

Nominalsize,metric

Maximumallowableworkingpressure,MPa

Degree offiltration,µm(absolute)

Nominalinlettemperature,K

Nominalinletpressure,MPa

Nominalflow rate,kg/s

Permissiblepressuredrop atnominalconditions,MPa(d)

Endconnection

1 2 GFL701,701S

GN2 290 to 350 DN15 33 5 310 12 0.4 0.2 BW

2 2 GFL702,702S

GN2 290 to 350 DN15 33 100 310 3 0.1 0.1 BW

3 2 GFL901,901S

DMWater

290 to 350 DN50 1.4 100 310 0.2 9 0.03 BW

Table 1A: LIST OF SPARESSpare Components viz. Filter cartridges, O rings, other seals, etc. shall be provided for the fail-safe operation of 2 years.Quantity :

One set (for GFL 701 & 701S) One set (for GFL 702& 702S) One set (for GFL 901 & 901S)

Page 115: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[17]

Table 2: QUALITY ASSURANCE PLAN FOR FILTERS

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per lot Relevantstandard

Relevant materialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Welding joint test(whereverapplicable)

Butt weldingjoints

Absence ofdefects

100 % Radiographictest

ASME, SectionIX

Testcertificate

Vendor - Inspector,Purchaser

Socket weldingjoints

Absence ofsurface defects

100 % Dye penetranttest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

3. Soundness testfor castings(whereverapplicable)

Castings Absence ofdefects

100 % Radiographicor ultrasonictest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

4. Dimensionalcheck

Valve Dimensions 100 % Metrology Relevantstandard/Purchaser-approveddrawing

Testreport

Vendor - Inspector,Purchaser

5. Hydraulic shellpressure test

Filter Structuralintegrity understress

100 % Section VIII,Division 1,ASME

Section VIII,Division 1, ASME

Testcertificate

Vendor Inspector Purchaser

Page 116: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[18]

Table 2: QUALITY ASSURANCE PLAN FOR FILTERS

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

6. Degree offiltration test

Filter element Degree offiltration

1 per lot Bubble pointmethod andmicroscopicexaminationORManufacturer’stest certificate

Relevantstandard

Testcertificate

Vendor Inspector Purchaser

7. Cleanliness (ifapplicable)

Valve Cleanliness ofInternals

100 % Manufacturer’sstandard

Manufacturer’sstandard

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 117: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[19]

TECHNICAL SPECIFICATION OF SAFETY RELIEF VALVES

Quantity : As given in Table 1

Tag number : As given in Table 1

Type : Spring-actuated, conventional type

Extent of lift : Full lift

Fluid medium : As given in Table 1

Working temperature range : As given in Table 1

Set pressure : As given in Table 1

Flow temperature : As given in Table 1

Minimum required flow capacity : As given in Table 1

Orifice designation (area) : To be specified by the bidder in thequotation

Over-pressure : ≤ 10 % of set pressure

Blow-down : ≤ 7 % of set pressure

Permissible leakage rate acrossseat

: As per API 527

End connection : Valves with Screwed inlet &outlet (NPT) for set pressures of33 MPaand

Raised Face (RF) flanges withserration as per ASME B 16.5 forother set pressures

(The bidder shall specify in thequotation the nominal size andpressure rating class of the flangesat inlet and outlet.)

Material of construction:Body, bonnet : ASTM A 351 CF 3/ 3M or

ASTM A 182 F304L

Page 118: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[20]

Nozzle, disc : ASTM A 182 F304L/ 316L

Disc insert (Trim) : As given in Table 1

Guide : ASTM A 297 Gr HE

Spring : Stainless steel 316L for stainlesssteel body valves

Bolts : ASTM A 320 Gr B8

Nuts : ASTM A 194 Gr 8

Design code : API 526/ ASME Section VIII, Div. 1

Tests:

a. Material certificates: The material certificates, detailing the physicaland chemical properties, of the principal pressure–bearing parts shallbe provided.

b. Soundness test for castings (wherever applicable): All the castingsshall be subject to soundness test with radiographic or ultrasonictechnique for flaw detection.

c. Seat leakage test: As per API 527

d. Cold differential set pressure test: To validate set pressure andresealing pressure.

e. Shell pneumatic test: All the valves shall be subject to shell pneumatictest by pressurizing the outlet at 0.4 to 0.7 MPa with dry Air/ GN2 toconfirm Bubble tightness of all screwed and flanged joints.

CleanlinessAll the interior flow surfaces of the valve shall be cleaned with appropriatecleaning agent according to manufacturing standards.

MarkingAll the valves are assigned tag numbers for the sake of identification. Thetag number for each valve, as indicated above, besides set pressure, size& pressure rating class of inlet & outlet connections, material ofconstruction, etc, shall be legibly and indelibly engraved on the body ofthe valves.

Quality assurance plan: As given in Table 2.

Page 119: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[21]

Table 1: LIST OF SAFETY RELIEF VALVESSNo

Quantity,Nos

Tag number Fluidmedium

Workingtemperaturerange, K

Setpressure,MPa (g)

Flowtemperature,K

Minimumrequiredflowcapacity,kg/s

DiscInsert(Trim)material

1 3 GVR 701,702 701S

GN2 290 to350

33 310 0.5 Metalseat

2 2 GVR 703,703S

GN2 290 to350

3.7 310 2.28 Viton/PTFE

3 2 GVR 704,704S

GN2 290 to350

1.4 310 0.33 Viton/PTFE

4 5 GVR 705,706, 707,708, 708S

GN2 290 to350

0.5 310 0.64 Viton/PTFE

Table 1A: LIST OF SPARESSpare Components viz. Disc, Disc inserts, Gaskets, etc. shall be provided for thefail-safe operation of 2 years.Quantity :

One set (for GVR 701, 702& 701S) One set (for GVR 703& 703S) One set (for GVR704&704S) Three sets (for GVR 705, 706, 707, 708& 708S)

Page 120: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[22]

Table 2: QUALITY ASSURANCE PLAN FOR SAFETY RELIEF VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessed by

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per lot Relevantstandard

Relevantmaterialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Soundness testfor castings

Castings Absence ofdefects

100 % Radiographicor ultrasonictest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

3. Dimensionalcheck

Valve Dimensions 100 % Metrology Relevantstandard/Purchaser-approveddrawing

Testreport

Vendor - Inspector,Purchaser

4. Seat leakage test Valve Leakage rateacross seat

100 % API 527 API 527 Testcertificate

Vendor Inspector Purchaser

5. Cold differentialset pressure test

Valve Set pressure,resealingpressure

100 % ASME, SectionVIII, Division 1

ASME, SectionVIII, Division 1

Testcertificate

Vendor Inspector Purchaser

Page 121: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[23]

Table 2: QUALITY ASSURANCE PLAN FOR SAFETY RELIEF VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessed by

Recordreviewed by

6. Shell pneumatictest

Screwed &flanged jointsof Valve

Leak tightness 100% ASME, SectionVIII, Division 1ORManufacturingStandards

Bubble-tightleak tightness

Certificate Vendor Inspector Purchaser

7. Cleanliness (ifapplicable)

Valve Internals Cleanliness 100 % ManufacturingStandards

ManufacturingStandards

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 122: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[24]

TECHNICAL SPECIFICATION OF NON-RETURN VALVE

Quantity : 1 no.

Tag number : GVN 701

Fluid medium : GN2

Working temperature range : 290 to 350 K

Nominal size : DN 15

Pressure rating class : 2500

Cracking pressure (minimumpressure required to open thevalve along intended flowdirection)

: 0.2 MPa (d)

End connection : BW

BW: Butt welding ends as per ASME B 16.9/ 16.25. In case of valveswith resilient seat, pipe stubs as per ASME B 36.19/ 36.10 of 100 mmlength each shall be butt-welded to the body on either side, the endsof which shall be prepared for butt welding. The butt welding endsshall be suitable to mate with the interfacing pipe of schedule numberas given in Table 1.

Permissible leakage rate acrossbody

: Bubble-tight as per API 598 or RateA as per BS 6755 Part 1

Permissible leakage rate acrossseat at a pressure differential of50 % of the cracking pressurealong flow (forward) direction

: Bubble-tight as per API 598 or RateA as per BS 6755 Part 1

Permissible leakage rate acrossseat at a pressure differential of0.2 MPa(d) along non-flow(reverse) direction

: Bubble-tight as per API 598 or RateA as per BS 6755 Part 1

Style of construction:

Lift mechanism : Lift plug type, globe pattern

Cover : Bolted to body with suitable seals

Plug : Renewable (replaceable) from stemwith insert

Page 123: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[25]

Material of construction:

Body, cover : ASTM A 182 F 304L/ 316L/ 321

Stem, plug : ASTM A 479 304L/ 316L/ 321

Plug insert/ trim : ASTM A 479 304L/ 316L/ 321

Bolts : ASTM A 320 Gr B8

Nuts : ASTM A 194 Gr 8

Page 124: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[26]

Tests

a. Material certificates: The material certificates, detailing the physicaland chemical properties, of the principal pressure–bearing parts shallbe provided.

b. Welding joint test (wherever applicable): All butt welding joints in thevalve (including the joints between the body and the pipe stubs) shallbe subject to radiographic test with X-rays or gamma rays to 2-2Tsensitivity.

c. Soundness test for castings (wherever applicable): All the castingsshall be subject to soundness test with radiographic or ultrasonictechnique for flaw detection.

d. Hydraulic shell pressure test: The valve, upon final assembly, shall besubject to pressure test with Water (with suitable corrosion inhibitor)at 1.5 times the maximum rated working pressure of the particularpressure rating class of the valve.

e. Pneumatic seat leakage test for valves: The leakage rate across seatin both flow and non-flow directions shall be measured with gaseousNitrogen or dry Air at pressures referred in appropriate clauses.

f. Pneumatic shell leakage test: The leakage rate across shell (body –cover joint) shall be carried out with dry Air/ GN2 at a pressure of 0.4to 0.7 MPa and bubble-tightness shall be ensured.

Cleanliness

All the interior flow surfaces of the valve shall be cleaned with appropriatecleaning agent as per manufacturing standards.

Marking

All the valves are assigned tag numbers for the sake of identification. Thetag number for each valve, as indicated above, besides size, pressurerating class, material of construction, etc, shall be legibly and indeliblyengraved on the body of the valves.

Quality assurance plan: As given in Table 2

Spares

One set of Spare components viz. plug, plug insert, body gasket shall beprovided for fail-safe operation of two years.

Page 125: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[27]

Table 2: QUALITY ASSURANCE PLAN FOR NON-RETURN VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per heat/lot

Relevantstandard

Relevant materialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Welding joint test(whereverapplicable)

Butt weldingjoints

Absence ofdefects

100 % Radiographictest

ASME, SectionIX

Testcertificate

Vendor - Inspector,Purchaser

Socket weldingjoints

Absence ofsurface defects

100 % Dye penetranttest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

3. Soundness testfor castings(whereverapplicable)

Castings Absence ofdefects

100 % Radiographicor ultrasonictest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

4. Dimensionalcheck

Valve Dimensions 100 % Metrology Relevantstandard/Purchaser-approveddrawing

Testreport

Vendor - Inspector,Purchaser

5. Hydraulic shellpressure test

Valve in openposition

Structuralintegrity understress

100 % 1.5 timesmaximumrated workingpressure

BS 6755 Part 1/

API 598/

ASME B 16.34

Testcertificate

Vendor Inspector Purchaser

Page 126: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[28]

Table 2: QUALITY ASSURANCE PLAN FOR NON-RETURN VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

6. Pneumatic shellleakage test

Valve in openposition

Leakage rateacross body-cover joint

100 % Manufacturingstandards

Bubble-tightness Testcertificate

Vendor Inspector Purchaser

7. Pneumatic seatleakage test inforward direction

Valve seat Leakage rateacross seat inforward direction

100 % Valve shall bepressurized atinlet at 50% ofcrackingpressure

Bubble-tightness Testcertificate

Vendor Inspector Purchaser

8. Pneumatic seatleakage test inreverse direction

Valve seat Leakage rateacross seat inreverse direction

100 % Valve shall bepressurized atoutlet at adifferentialpressure of 0.2MPa (d)

Bubble-tightness Testcertificate

Vendor Inspector Purchaser

9. Cleanliness Valve internals Cleanliness ofinternals

100 % Manufacturingstandards

Manufacturingstandards

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 127: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[29]

TECHNICAL SPECIFICATION OF FLEXIBLE HOSES

Quantity : As given in Table 1

Tag number : As given in Table 1

Type : Parallel corrugated, bellows type,stainless steel wire-braided, all-metallic, flexible hose, except asbelow.

Fluid medium : As given in Table 1

Working temperature range : As given in Table 1

Inside diameter : As given in Table 1

Maximum allowable workingpressure (MAWP)

: As given in Table 1

Overall length (including endfittings)

: As given in Table 1

Minimum bend radius : As given in Table 1

Permissible leakage rate : Bubble-tight at 0.4 to 0.7 MPa(g)

End connection : As given in Table 1. The acronymsshall be read as follows:

BW: Pipe stubs as per ASME B 36.19/ 36.10 of 150 mm length eachshall be butt-welded to the flexible hose on either side, the ends ofwhich shall be prepared for butt welding as per ASME B 16.9/ 16.25.The butt welding ends shall be suitable to mate with the interfacingpipe (under Purchaser’s scope) of Nominal pipe size and Schedulenumber as given in Table 1.

Flanged: Raised Face (RF) flanges with concentric serration as perASME B 16.5.

Material ofcorrugation

: Austenitic stainless steel grade321.

Material of end fittings : ASTM A 312 TP 304L/ 316L/ 321for pipe stubs

ASTM A 182 F304L/ F316L forflange

The corrugation of the flexible hose shall be joined with the end fittingsby Gas Tungsten Arc Welding (GTAW/ TIG) process with gaseous Argonas the purge medium.

Page 128: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[30]

Tests:

a. Material certificates: The material certificates, detailing the physicaland chemical properties, shall be provided.

b. Flaw detection test for pipe stubs (wherever applicable): All the pipesof nominal pipe size ≥ DN 25 shall be subject to Ultra-sonic test (100%) by pulse echo or contact probe method as per ASTM E 213. All thepipes of nominal pipe size ≤ DN 20 shall be subject to Eddy currenttest as per ASTM E 426.

c. Welding joint test (wherever applicable): All butt welding joints in theflexible hose (including the joints between the corrugation and thepipe stubs) shall be subject to radio-graphic test with X-rays orgamma rays to 2-2T sensitivity as per Section IX, ASME.

d. Pressure test: The flexible hose shall be subject to pressure test withpneumatic medium at 1.1 times the MAWP.

e. Bubble leakage test: The flexible hose shall be subject to leakage testwith pneumatic medium at 0.4 to 0.7 MPa(g) by Water-immersionmethod. After test, the outer surface of corrugation shall be purgedthoroughly with dry air for removal of stagnant water in thecorrugation.

Cleanliness

All the interior flow surfaces of the flexible hoses shall be cleaned withappropriate cleaning agent after tests and shall be provided with plasticclosures at both ends of pipe stubs/flanges during transportation.

Marking

All the flexible hoses are assigned tag numbers for the sake ofidentification. The tag number for each flexible hose, as indicated above,besides inside diameter, maximum allowable working pressure, materialof construction, etc, shall be legibly and indelibly engraved on the endfittings of the flexible hoses.

Quality assurance plan: As given in Table 2.

Page 129: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[31]

Table 1: LIST OF FLEXIBLE HOSESSNo

Quantity,Nos

Tag number Fluidmedium

Workingtemperaturerange, K

Insidediameter,mm

Maximumallowableworkingpressure, MPa

Minimumbendradius,mm

Endconnection

Interfacing pipe Overalllength,mNominal pipe

size, metricSchedulenumber

1 5 GFH 701,702, 703,701S, 702S

GN2 290-350 Ø12 1.4 50 BW DN15 40S 4

2 2 KFH 704,704S

GN2 290-350 Ø25 1.4 90 BW DN25 40S 4

3 5 KFH 901,905, 906,901S, 905S

DMWater

290-350 Ø25 1.4 90 BW DN25 40S 4

4 5 KFH 902,903, 904,902S, 903S

DMWater

290-350 Ø50 1.4 175 One end : Swivel flange, RF(DN50, Class 150),Other end : BW pipe stubs(DN50, Sch. 10S)

4

5 3 KFH 907,908, 907S

DMWater

290-350 Ø12 1.4 50 BW DN15 40S 4

Page 130: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[32]

Table 2: QUALITY ASSURANCE PLAN FOR FLEXIBLE HOSES

SNo

Test Objecttested

Characteristicsought for

Samplesize

Test procedure Acceptance criterion Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessed by

Recordreviewed by

1. Material test Specimenfrom rawmaterials

Chemicalcompositionand physicalproperties

1 perheat/ lot

Relevantstandard

Relevant materialspecification

Materialcertificate

Sub-vendor/vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Ultrasonic test forpipe stubs(whereverapplicable)

Pipes of size≥ DN 25

Internal flawdetection

100 % ASTM E 213 ASTM E 213 Testcertificate

Sub-vendor/vendor

- Inspector,Purchaser

3. Eddy current testfor pipe stubs(whereverapplicable)

Pipes of size≤ DN 20

Internal flawdetection

100 % ASTM E 426 ASTM E 426 Testcertificate

Sub-vendor/vendor

- Inspector,Purchaser

4. Welding joint test(whereverapplicable)

Butt weldingjoints

Absence ofdefects

100 % Radiographictest

ASME, Section IX Testcertificate

Vendor - Inspector,Purchaser

5. Dimensionalcheck

Flexiblehose

Dimensions 100 % Metrology Relevant standard/Purchaser-approveddrawing

Testreport

Vendor - Inspector,Purchaser

6. Pressure test Flexiblehose

Structuralintegrity under

100 % Relevantstandard

Relevant standard Testcertificate

Vendor Inspector Purchaser

Page 131: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[33]

Table 2: QUALITY ASSURANCE PLAN FOR FLEXIBLE HOSES

SNo

Test Objecttested

Characteristicsought for

Samplesize

Test procedure Acceptance criterion Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessed by

Recordreviewed by

stress

7. Bubble leakagetest

Flexiblehose

Leakage-tightness

100 % Waterimmersionmethod

Relevant standard Testcertificate

Vendor Inspector Purchaser

8. Cleanliness (ifapplicable)

Flexiblehose

Cleanliness ofinternalsurface

100 % Manufacturingstandard

Manufacturingstandard

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform Material Receipt Inspection (MRI).

Page 132: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[34]

TECHNICAL SPECIFICATION OF 3/2 MANIFOLD NEEDLE VALVES

Quantity : 15 nos.

Tag nos. : GTM 701, 701S, GTM 702, 703, 704, 705, 706, 707,

708, 709, 710, 711, 702S, 703S,704S

Fluid medium : GN2

Actuation : Manual

Orifice : 2.3 mm

MAWP : 44 MPa (for GTM 701 & 701S)41.3 MPa (for other valves)

Working temperature range : 290 to 350 K

Permissible leakage rate across

body

: Bubble-tight

Permissible leakage rate across

seat

: Bubble-tight

End connection : ½” NPT(F) for inlet & outlet ports¼” NPT (F) for vent port

Material of Construction

Body & bonnet : SS 304/ 316

Stem : SS 304/ 316

Gland packing : PTFE

Seat : SS 304/ 316

Tests : Material compliance certificate

Shell hydraulic test at 1.5 times theMAWP.

Seat leakage test at 1 time theMAWP (either hydraulic orpneumatic)

QAP : Shall be provided by vendorcomplying with above testrequirements.

Spares : Spare parts viz. plug assembly, glandpacking, seals, etc. shall be providedfor fail-safe operation of 2 years.

Page 133: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[35]

TECHNICAL SPECIFICATION OF PRESSURE REGULATING UNITS

Quantity : As given in Table 1

Tag number : As given in Table 1

Fluid medium : As given in Table 1

Working temperature range : 290 to 350 K

Flow temperature : 300 K

Mode of loading : Spring

Minimum inlet pressure : As given in Table 1

Maximum inlet pressure : As given in Table 1

Maximum set (outlet) pressure : As given in Table 1

Required flow rate at minimumpressure differential

: As given in Table 1

Orifice diameter/Valve coefficient (kv)

: To be specified by the bidder in thequotation

Mode of venting : Self venting

Repeatability ofregulation (droop)

: < 1 % between the set pressuresat the minimum and maximumcontrollable flow rates

≤ 3 % between the locked uppressure and the minimum setpressure

Ratio of variation ofset pressure to variation in inletpressure(Decay ratio)

: <+ 1 %

Permissible leakage rateacross seat (through)in closed condition

: Bubble-tight

Permissible leakage rate acrossbody (external)

: Bubble-tight

Page 134: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[36]

Material of construction:Body, plug : ASTM A 182 F 304L/ 316L

Plug insert/ seat : PCTFE (Kel-F)

Seals, O-rings : Viton/ Buna N

End connection : The immediate inlet end of filter,interface of filter & regulator andimmediate end of regulator shallbe provided with swivel union.

The terminal ends of the filter-regulator unit (inlet of filter &outlet of regulator shall beprovided with BW end connectionpipe stubs as indicated in Table 1.

The material swivel union & pipestubs shall be SS 304L/ 316L andconfiguration details shall be readas follows.

BW: Butt welding ends as per ASME B 16.9/ 16.25. Pipe stubs as perASME B 36.19/ 36.10 of 150 mm length each shall be butt-welded tothe swivel unions on either side. The butt welding ends shall besuitable to mate with the interfacing pipe of schedule number as givenin Table 1.

Swivel union: Threaded swivel union with O-ring face seal. Thecompanion fitting shall be provided with butt welding ends, which shallbe suitable to mate with the interfacing pipe (under Purchaser’s scope)of schedule number as given in Table 1.

External filter

Each pressure regulator shall be fitted with a filter of 16 μm (absolute)rating at the inlet and the same shall be sized for a pressure differentialof 0.05 MPa(d) at respective flow conditions.

Tests:

a. Material certificate: The material certificates, detailing the physical andchemical properties, of the principal pressure-bearing parts shall beprovided.

b. Welding joint test (wherever applicable): All butt welding joints in thepressure regulator shall be subject to radiographic test with X-rays orgamma rays to 2-2T sensitivity as per Section IX, ASME. All the socketwelding joints shall be subject to dye-penetrant test.

c. Body pressure test: The pressure regulator, in open position, shall besubject to either pneumatic pressure test with gaseous Nitrogen or dry

Page 135: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[37]

Air at 1.1 times the maximum inlet pressure or hydraulic pressure testwith Water at 1.5 times the maximum inlet pressure.

d. Pneumaticbody leakage test: The pressure regulator, in open positionshall be subject to pneumatic body leakage test with gaseous Nitrogenor dry Air at 0.4 to 0.7 MPa (g).

e. Pneumatic seat leakage test: The pressure regulator, in close positionshall be subject to pneumatic seat leakage test with gaseous Nitrogenor dry Air at 1 times the maximum inlet pressure.

f. Degree of filtration: Manufacturer’s test certificate for degree offiltration shall be provided.

Cleanliness

All the interior flow surfaces of the pressure regulator shall be cleanedwith appropriate cleaning agent as per manufacturing standards.

Marking

All the pressure regulators are assigned tag numbers for the sake ofidentification. The tag number for each pressure regulator, as indicatedabove, besides orifice diameter/ valve coefficient, maximum inletpressure, maximum set pressure, material of construction, etc, shall belegibly and indelibly engraved on the body of the valves.

Quality assurance plan: As given in Table 2.

Page 136: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[38]

Table 1: List of Pressure regulating units

SNo

Quantity,Nos

Tag number Fluidmedium

Minimuminletpressure,MPa

Maximuminletpressure,MPa

Maximumsetpressure,MPa

Flow rate atminimumpressuredifferential,kg/s

End connection Interfacing pipeAt inlet At outlet

Nominalpipe size,metric

Schedulenumber

Nominalpipe size,metric

Schedulenumber

1. 2 GPR 701, 701S GN2 2 33 1 0.06 BW DN15 160 DN15 40S

2. 1 GPR 702 GN2 1 4.1 0.5 0.06 BW DN15 40S DN15 40S

Table 1A: List of SparesSpare components viz. plug with insert (valve assembly), springs, filter element, O rings & seals, etc. shall be provided forthe fail-safe operation of 2 years.Quantity :

Two sets (for Tag nos. 701 & 701S) Two sets (for Tag nos. 702)

Page 137: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[39]

Table 2: QUALITY ASSURANCE PLAN FOR PRESSURE REGULATORS

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per lot Relevantstandard

Relevant materialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Welding joint test(whereverapplicable)

Butt weldingjoints

Absence ofdefects

100 % Radiographictest

ASME, SectionIX

Testcertificate

Vendor - Inspector,Purchaser

Socket weldingjoints

Absence ofsurface defects

100 % Dye penetranttest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

3. Dimensionalcheck

Pressureregulator

Dimensions 100 % Metrology Relevantstandard/Purchaser-approveddrawing

Testreport

Vendor - Inspector,Purchaser

4. Body pressuretest

Pressureregulator inopen position

Structuralintegrity understress

100 % Purchaseorderspecification

Relevantstandard

Testcertificate

Vendor Inspector Purchaser

5. Pneumatic bodyleakage test

Pressureregulator inopen position

Leakage rateacross body

100 % Purchaseorderspecification

Purchase orderspecification

Testcertificate

Vendor Inspector Purchaser

Page 138: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[40]

Table 2: QUALITY ASSURANCE PLAN FOR PRESSURE REGULATORS

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

6. Pneumatic seatleakage test

Pressureregulator inclosed position

Leakage rateacross seat

100 % Purchaseorderspecification

Purchase orderspecification

Testcertificate

Vendor Inspector Purchaser

7. Degree offiltration test

Filter element Micron rating One pertype

Manufacturer’sstandard

Purchase orderspecification

Testcertificate

Vendor - Inspector,Purchaser

8. Cleanliness (ifapplicable)

Internals Cleanliness ofinternals

100 % Manufacturer’sstandard

Manufacturer’sstandard

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 139: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[41]

TECHNICAL SPECIFICATION OF MANUAL BALL VALVES

Quantity : As given in Table 1

Tag number : As given in Table 1

Pattern : Ball

Actuation : DN80 : Wrench operated ≤DN50 : Lever operated

Configuration of ports/ ways : 2 x 2

Fluid medium : As given in Table 1

Working temperature range : 290 to 350 K

Nominal size : As given in Table 1

Pressure rating class : As given in Table 1

Valve coefficient : To be specified by the bidder in thequotation

Permissible leakage rate acrossbody (external) and seat(through)

: Bubble-tight as per API 598 or RateA as per BS 6755 Part 1

Guaranteed cycles of operation : 10,000

End connection : As given in Table 1. The acronymsshall be read as follows:

BW: Butt welding ends as per ASME B 16.9/ 16.25. In case of valveswith resilient seat, pipe stubs as per ASME B 36.19/ 36.10 of 150 mmlength each shall be butt-welded to the body on either side, the endsof which shall be prepared for butt welding. The butt welding endsshall be suitable to mate with the interfacing pipe of schedule numberas given in Table 1.

Flanged: Swivel Raised Face (RF) flanges with concentric serration asper ASME B 16.5.

Style of construction:

Body : 3-piece construction for nominalsize ≤ DN 40

2-piece construction for nominalsize ≥ DN 50.

Ball : Full port

Page 140: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[42]

Stem : Quarter-turn stem

Stem (dynamic) seal : By gland packing

A breather hole shall be drilled across the outlet face of the ball in closedposition.

Material of construction:

Body : ASTM A 182 F 304L/ 316L/ 321for nominal size ≤ DN 40

ASTM A 351 CF 3/ 3M fornominal size ≥ DN 50

Stem : ASTM A 479 304L/ 316L/ 321

Seat, gland packing : PTFE

Pipe stub (if applicable) : ASTM A 312 TP Grade same as thatof the body

Bolts : ASTM A 320 B 8

Nuts : ASTM A 194 8

The valves shall be either inherently anti-static or provided with anti-static features.

The ball valves shall be of fire-safe design as per BS 6755 Part 2 or API607.

The stem of the ball valves shall also be provided with blow-out-prooffeature.

Design code : BS 5351/ BS 1873/ API 6-D

Test code : BS 6755/ API 598/ API 607

Tests:

a. Material certificates: The material certificates, detailing the physical andchemical properties, of the principal pressure–bearing parts shall beprovided.

b. Welding joint test (wherever applicable): All butt welding joints in thevalve shall be subject to radio-graphic test with X-rays or gamma rays to2-2T sensitivity as per Section IX, ASME. All the socket welding jointsshall be subject to dye-penetrant test.

Page 141: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[43]

c. Soundness test for castings (wherever applicable): All the castings shallbe subject to soundness test with radio-graphic or ultra-sonic techniquefor flaw detection.

d. Hydraulic shell pressure test: The valve, upon final assembly, in partiallyopen position, shall be subject to pressure test with Water (with suitablecorrosion inhibitor) at 1.5 times the maximum rated working pressure ofthe particular pressure rating class of the valve.

e. Hydraulic seat pressure test: The valve, in closed position, shall besubject to pressure test with Water (with suitable corrosion inhibitor) at1.1 times the maximum rated working pressure of the particularpressure rating class of the valve.

f. Pneumatic seat leakage test: The leakage rate across seat shall betested with dry air or gaseous Nitrogen at 0.4 to 0.7 MPa(g) by waterdisplacement (bubble) method.

g. Fire safety test: The fire-safe design of the resilient-seated ball valvesshall be validated by proto-type (destructive) test on representativesample valves as per BS 6755 part 2 or API 607.ORCertificate of Fire-safe design shall be provided.

Cleanliness

All the interior flow surfaces of the valve shall be cleaned with appropriatecleaning agent as per manufacturing standards.

Marking

All the valves are assigned tag numbers for the sake of identification. Thetag number for each valve, as indicated above, besides nominal size,pressure rating class, material of construction, etc, shall be legibly andindelibly engraved on the body of the valves.

Quality assurance plan: As given in Table 2.

Page 142: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[44]

Table 1A: List of SparesSpare components viz. PTFE seat, gland packing, seals, etc. shall be provided for the fail-safeoperation of 2 years.Quantity :

One set (for Tag nos. GVM 712) Two sets (for Tag nos. GVM 714, 715, 720, 722, 724, 714S, 715S) Three sets (for Tag nos. GVM 713, 716, 717, 718, 719, 721, 723, 713S, 716S) Two sets (for Tag nos. GVM 901, 902, 901S) Two sets (for Tag nos. GVM 903, 904, 905, 914, 915, 903S) Three sets (for Tag nos. GVM 906, 907, 908, 909, 910, 911, 912, 913, 906S, 907S) One set (for Tag nos. GVM 916, 917, 916S)

Table 1: List of Manual Ball valves

SNo

Quantity,Nos

Tag number Fluidmedium

Nominalsize, metric

Pressure ratingclass, metric

Schedulenumberofinterfacing pipe

Endconnection

1 2 GVM 712, 712S GN2 DN15 300 40S BW

2 7 GVM 714, 715, 720,722, 724, 714S, 715S

GN2 DN25 150 40S BW

3 9 GVM 713, 716, 717,718, 719, 721, 723,713S, 716S

GN2 DN15 150 40S BW

4 3 GVM 901, 902, 901S DM water DN80 150 NA Flanged

5 6 GVM 903, 904, 905,914, 915, 903S

DM water DN25 150 40S BW

6 10 GVM 906, 907, 908,909, 910, 911, 912,913, 906S, 907S

DM water DN50 150 10S BW

7 3 GVM 916, 917, 916S DM water DN15 150 40S BW

Page 143: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[45]

Table 2: QUALITY ASSURANCE PLAN FOR MANUAL BALL VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

1. Material test Specimen fromraw materials

Chemicalcomposition andphysicalproperties

1 per heat/lot

Relevantstandard

Relevant materialspecification

Materialcertificate

Vendor orThird partylaboratory

- Vendor,Inspector,Purchaser

2. Welding joint test(whereverapplicable)

Butt weldingjoints

Absence ofdefects

100 % Radiographictest

ASME, SectionIX

Testcertificate

Vendor - Inspector,Purchaser

Socket weldingjoints

Absence ofsurface defects

100 % Dye penetranttest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

3. Soundness testfor castings(whereverapplicable)

Castings Absence ofdefects

100 % Radiographicor ultrasonictest

Relevantstandard

Testcertificate

Vendor - Inspector,Purchaser

4. Dimensionalcheck

Valve Dimensions 100 % Metrology Relevantstandard/Purchaser-approveddrawing

Testreport

Vendor - Inspector,Purchaser

Page 144: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[46]

Table 2: QUALITY ASSURANCE PLAN FOR MANUAL BALL VALVES

SNo

Test Object tested Characteristicsought for

Samplesize

Test procedure Acceptancecriterion

Form ofrecord

Pre-Delivery Inspection (PDI)

Testperformedby

Testwitnessedby

Recordreviewed by

5. Hydraulic shellpressure test

Valve in openposition

Structuralintegrity understress

100 % 1.5 timesmaximumrated workingpressure

BS 6755 Part 1/

API 598

Testcertificate

Vendor Inspector Purchaser

6. Hydraulic seatpressure test

Valve in closedposition

Structuralintegrity of seatunder stress

100 % 1.1 timesmaximumrated workingpressure

BS 6755 Part 1/

API 598

Testcertificate

Vendor Inspector Purchaser

7. Pneumatic seatleakage test

Valve in closedposition

Leakage rateacross seat

100 % Waterdisplacementmethod

BS 6755 Part 1/

API 598

Testcertificate

Vendor Inspector Purchaser

8. Fire safety test (ifapplicable)

Valve Valve closureunder externalfire

Prototype BS 6755 Part2/

API 607

BS 6755 Part 2/API 607

Testcertificate

Vendor - Inspector,Purchaser

9. Cleanliness Valve internals Cleanliness ofInternals

100 % Manufacturingstandards

Manufacturingstandards

Certificate Vendor - Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.

2. The Purchaser shall perform the Material Receipt Inspection (MRI).

Page 145: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[47]

TECHNICAL SPECIFICATION OF PIPES

Type : Seamless pipes

Nominal pipe size : As given in Table 1

Schedule number : As given in Table 1

Total length : As given in Table 1

Length of individual pipe pieces : In random lengths ranging from 3 to6 m

Material : ASTM A312 TP 304L

Dimensional standard : ASME B 36.19 for stainless steel pipes

Tests:

Visual examination: All the pipes shall be visually examined for workmen-like finish.

Dimensional check: All the pipes shall be subject to dimensional check.

Chemical analysis: One specimen from each heat shall be subject todetailed chemical analysis as per ASTM A 751.

Mechanical tests: One specimen from each lot shall be subject to tests formechanical properties as per ASTM A 370.

Pressure test: All the pipes shall be hydraulically pressure-tested with Wateras per ASTM A 530.

Ultra-sonic test: All the pipes of size ≥ DN 25 shall be subject to Ultra-sonictest (100 %) by pulse echo or contact probe method as per ASTM E 213.

Eddy current test: All the pipes of size ≤ DN 20 shall be subject to Eddycurrent test as per ASTM E 426.

Flattening test: Pieces of pipes of length 63.5 mm (2.5”) cut from the endsof 5 % of pipe lengths per lot shall be subject to flattening test as per ASTMA 530 in 2 steps to prove ductility and soundness.

Inter-granular corrosion test(for stainless steel pipes only): One specimenper lot shall be subject to inter-granular corrosion test as per ASTM A 262(practice A/E).

Cleanliness: The pipes shall be pickled, passivated and dried beforedelivery. The ends shall be blanked off by dust-tight plastic caps.

Page 146: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[48]

Marking: The pipes shall be marked as per ASTM A 700.

Quality assurance plan: As given in Table 2

Table 1: LIST OF PIPES

S No Nominal pipesize, metric

Schedulenumber

Total length, m*

1 DN15 40S 40

2 DN15 160 60

3 DN25 40S 80

4 DN50 10S 40

5 DN80 10S 10

*The quantities mentioned herein are only tentative and actual lengths shallbe estimated from isometric drawings.

Page 147: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[49]

Table 2: QUALITY ASSURANCE PLAN FOR PIPES

SNo

Test Object tested Characteristicsought for

Sample size Testprocedure

Acceptancecriterion

Form of record Pre-Delivery Inspection (PDI)

Test performedby

Testwitnessed by

Recordreviewed by

1. Visualexamination

Pipes Surface finish 100 % Visualexamination

Workmen-likefinish

Inspectionreport

Vendor - Inspector,Purchaser

2. Chemicalanalysis

Specimenfrom pipes

Chemicalcomposition

1 per heat ASTM A 751 ASTM A 312 Materialcertificate

Vendor’s orThird partylaboratory

- Inspector,Purchaser

3. Mechanicaltest

Specimenfrom pipes

Mechanicalproperties

1 per lot ASTM A 370 ASTM A 312 Materialcertificate

Vendor’s orThird partylaboratory

- Inspector,Purchaser

4. Dimensionalcheck

Pipes Dimensions 100 % Metrology ASME B36.10/ 36.19

Inspectionreport

Vendor - Inspector,Purchaser

5. Pressure test Pipes Structuralintegrityunder stress

100 % ASTM A 530 ASTM A 530 Test certificate Vendor Inspector Purchaser

6. Ultra-sonictest

Pipes of size≥ DN 25

Internal flawdetection

100 % ASTM E 213 ASTM E 213 Test certificate Vendor Inspector Purchaser

7. Eddy currenttest

Pipes of size≤ DN 20

Internal flawdetection

100 % ASTM E 426 ASTM E 426 Test certificate Vendor Inspector Purchaser

8. Flattening test Specimenfrom pipes

Ductility andsoundness

5 % ASTM A 530 ASTM A 530 Test certificate Vendor - Inspector,Purchaser

Page 148: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[50]

SNo

Test Object tested Characteristicsought for

Sample size Testprocedure

Acceptancecriterion

Form of record Pre-Delivery Inspection (PDI)Test performedby

Testwitnessed by

Recordreviewed by

9. Inter-GranularCorrosion test

Specimenfrom pipes

Susceptibilityto corrosion

1 per lot ASTM A 262Practice A/ E

ASTM A 262Practice A/ E

Test certificate Vendor’s orThird partylaboratory

- Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency/ Purchaser.

2. The Purchaser shall perform Material Receipt Inspection (MRI).

Page 149: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[51]

TECHNICAL SPECIFICATION OF PIPE FITTINGS AND FLANGESType : Seamless pipe fittings

Type of fitting : As given in Table 1

End connection : As given in Table 1

Nominal size : As given in Table 1

Pressure rating class : As given in Table 1

Quantity : Shall be derived from isometricdrawings

Standard for dimensions : Flanges: ASME B 16.5

Butt welding fittings: ASME B16.9

Socket welding fittings: ASME B16.11

Pipe nipples: ASME B 36.19/36.10

Material : As given in Table 1

Tests:

Visual examination: All pipe fittings and flanges shall be visually examinedfor any scratches, dents, surface irregularities, etc.

Dimensional check: All the pipe fittings and flanges shall be checked fordimensions as per the standard.

Chemical analysis: One specimen from each heat shall be subject todetailed chemical analysis as per ASTM A 751.

Mechanical properties: One specimen from each lot shall be subject tomechanical test to verify mechanical properties as per ASTM A 370.

Inter-granular corrosion test (for stainless steel pipe fittings and flangesonly): One specimen per lot shall be subjected to inter-granular corrosiontest as per ASTM A 262 (practice A/E).

Marking: The nominal size, pressure rating class, material, heat number,manufacturer’s name, etc. shall be indelibly marked on the pipe fittings andflanges.

Quality assurance plan: As given in Table 2.

Page 150: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[52]

Table 1: LIST OF PIPE FITTINGS AND FLANGESSNo

Type of fitting* Endconnection

Nominal size,metric

Schedulenumber/Pressure ratingclass, metric

Material Quantity, Nos

1 Elbow BW DN15 40S A403 WP 304L

Shall beestimated basedon isometricdrawing

2 Equal Tee BW DN15 40S A403 WP 304L3 Flange WNRF DN15 150 A182 F304L4 Flange WNRF DN15 300 A182 F304L5 Elbow BW DN15 160 A403 WP 304L6 Equal Tee BW DN15 160 A403 WP 304L7 Flange WNRJ DN15 2500 A182 F304L8 Elbow BW DN25 40S A403 WP 304L9 Equal Tee BW DN25 40S A403 WP 304L10 Flange WNRF DN25 150 A182 F304L11 Flange WNRF DN25 300 A182 F304L12 Elbow BW DN50 10S A403 WP 304L13 Equal Tee BW DN50 10S A403 WP 304L14 Flange WNRF DN50 150 A182 F304L15 Elbow BW DN80 10S A403 WP 304L16 Equal Tee BW DN80 10S A403 WP 304L

Page 151: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[53]

Table 1: LIST OF PIPE FITTINGS AND FLANGESSNo

Type of fitting* Endconnection

Nominal size,metric

Schedulenumber/Pressure ratingclass, metric

Material Quantity, Nos

17 Flange WNRF DN80 150 A182 F304L

Shall beestimated basedon isometricdrawing

18 Reducer BW DN25 x DN15 40S A403 WP 304L19 Reducer BW DN50 x DN25 10S x 40S A403 WP 304L20 Reducer BW DN80 x DN25 10S x 40S A403 WP 304L21 Reducer BW DN80 x DN50 10S A403 WP 304L22 Weldolet BW DN15 40S A403 WP 304L23 Weldolet BW DN25 40S A403 WP 304L

*The “Type of fitting” indicated in the Table are only tentative. Addition or deletion of fitting shall be planned based onisometric drawing.

Page 152: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[54]

Table 2: QUALITY ASSURANCE PLAN FOR PIPE FITTINGS AND FLANGES

SNo

Test Object tested Characteristicsought for

Sample size Testprocedure

Acceptancecriterion

Form of record Pre-Delivery Inspection (PDI)

Test performedby

Testwitnessed by

Recordreviewed by

1. Visualexamination

Pipe fittings Surfaceproperties

100 % Visualexamination

No scratch,dent, surfaceirregularity,etc

Inspectionreport

Vendor - Inspector,Purchaser

2. Dimensionalcheck

Pipe fittings Dimensions 100 % Metrology Relevantstandard

Inspectionreport

Vendor - Inspector,Purchaser

3. Chemicalanalysis

Specimenfrom pipefittings andflanges

Chemicalcomposition

1 per heat ASTM A 751 Relevantstandard

Materialcertificate

Vendor’s orThird partylaboratory

- Inspector,Purchaser

4. Mechanicaltest

Specimenfrom pipefittings andflanges

Mechanicalproperties

1 per lot ASTM A 370 Relevantstandard

Materialcertificate

Vendor’s orThird partylaboratory

- Inspector,Purchaser

5. Inter-granularcorrosion test

Specimenfrom pipefittings andflanges

Susceptibilityto corrosion

1 per lot ASTM A 262Practice A/ E

ASTM A 262Practice A/ E

Materialcertificate

Vendor’s orThird partylaboratory

- Inspector,Purchaser

Notes: 1. Inspector: Third party inspection agency.2. The Purchaser shall perform Material Receipt Inspection (MRI).

Page 153: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[55]

SUB-VENDOR DIRECTORY

Manual globe valves1. M/s. Flowserve India Controls Pvt. Ltd.,

Whitefield, Bengaluru2. M/s. Ampo valves India Pvt. Ltd.,

Coimbatore3. M/s. KSB MIL Controls Ltd.,

Aluva, Cochin4. M/s. Instrumentation Ltd,

Palakkad5. M/s. L&T Valves Ltd.,

Chennai6. M/s. Indus Vacuum and Cryogenic systems,

Vadodara7. M/s. Microfinish valves Pvt. Ltd.,

Hubli, Karnataka8. M/s. Severn Glocon India Pvt. Ltd.,

Irungattukottai, Chennai9. M/s. UV International,

Chennai10. M/s. Velan valves India Pvt. Ltd.,

Chennai

Pressure gauges1. M/s. Wika Instruments Ltd.,

Pune2. M/s. Baumer Technologies India Pvt. Ltd.,

Chennai3. M/s. Budenberg gauge Pvt Ltd.,

Chennai4. M/s. ASHCROFT India Pvt. Ltd.,

Chhatral

Filters1. M/s. Ultra Filters (India) Pvt. Ltd.,

K.H Road, Bengaluru2. M/s. Puronics Systems,

Peenya Industrial Area, Bengaluru

Page 154: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[56]

Safety relief valves1. M/s. Anderson Greenwood Crosby Sanmar Ltd., (Formerly Tyco Sanmar

Ltd.), Chennai2. M/s. Fainger Leser Valves Pvt. Ltd.

Andheri, Mumbai3. M/s. Instrumentation Ltd.,

Palakkad4. M/s. Sebim valves India Pvt. Ltd.,

New Delhi

Non return valves1. M/s. Microfinish Valves Pvt. Ltd.,

Hubli, Karnataka2. M/s. Forbes Marshall Pvt. Ltd.,

Pune3. M/s. Kripps Consultants,

New Delhi4. M/s. Niton Valves Ltd.,

Mumbai5. M/s. Hawa Engineers Ltd.,

Ahmedabad

Flexible hoses1. M/s. Bengal Industries

Faridabad2. M/s. J Rosales Pvt. Ltd.,

Mumbai3. M/s. Metallic bellows Pvt. Ltd.,

Chennai4. M/s. Witzenmann,

Kolkata

Manifold needle valves1. M/s. Bangalore fluid systems Pvt. Ltd., (Swagelok),

Bengaluru2. M/s. Swagelok,

Chennai3. M/s. CP fluid systems Pvt. Ltd.,

Mumbai4. M/s. Fitok Valves,

Chennai

Page 155: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[57]

Pressure regulating units1. M/s. Shavo Technologies Pvt. Ltd.,

Pune2. M/s. IMI Norgren Herion Pvt. Ltd.,

Chennai

Manual ball valves1. M/s. Microfinish valves Pvt. Ltd.,

Hubli, Karnataka2. M/s. Weir BDK Valves,

Hubli3. M/s. L&T Valves Ltd.,

Chennai4. M/s. Hawa Engineers Ltd.,

Ahmedabad5. M/s. Virgo Engineers Ltd.,

Pune6. M/s. Vass International,

Chennai7. M/s. Niton valve Industries Pvt. Ltd.,

Mumbai8. M/s. Forbes Marshall,

Pune

Pipes1. M/s. Suraj Ltd.,

Mumbai2. M/s. Remi edelsthal tubular Ltd.,

Mumbai3. M/s. Ratnamani metals & tubes Ltd.,

Ahmedabad4. M/s. Nuclear fuel complex,

Hyderabad5. M/s. Sandwik Asia Ltd.,

Pune6. M/s. Arvind pipes & fittings Industries Pvt. Ltd.,

Mumbai

Pipe fittings & flanges1. M/s. Arvind pipes & fittings Industries Pvt. Ltd.,

Mumbai2. M/s. Amforge Industries,

Mumbai

Page 156: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[58]

3. M/s. Echjay Industries,Rajkot

4. M/s. J K Forge Industries,Mumbai

5. M/s. Sanghvi Forge Industries,Mumbai

6. M/s. Mukund steels,Mumbai

Page 157: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari
Page 158: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.5 Annexure 5

Specification of Mechanical Evaporator (Spray dryer)

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.5 Annexure 5

Specification of Mechanical Evaporator (Spray dryer)

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.5 Annexure 5

Specification of Mechanical Evaporator (Spray dryer)

Page 159: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[1]

Annexure 5

Specification of Mechanical evaporator (Spray dryer)

1 Type of effluent : RO reject

2 pH of effluent : 6.5 to 7.5

3 TDS of effluent : > 6000 ppm

4 Service flow rate of effluent : 800 litres per hour

5 Service duration : ~20 hours per day

6 No. of units : 1

7 Material of Construction of chamber : Austenitic Stainless steel (SS 304/ 316)

8 Air source : Ambient

9 Stack height : Shall be decided by bidder and

indicated in quotation

10 Steam requirements : Not applicable

11 Electrical equipments* : • Circulation pump

• Electric Heater

• Atomizing Spinner

• Air blower

• Electrical panel

12 Accessories : Fasteners, gaskets & lubricants

13 Spares : Spare parts viz. bearings, lubricants,

blades, pins & fasteners, etc. shall be

provided for 2 years of fail-safe

operation of evaporator unit.

*Total load requirements for the operation of all pumps, heaters & motors shall beindicated in quotation.

Note :

1. Civil works shall be excluded from the scope. However, the foundation detailsshall be provided

2. Supervisory support for erection shall be provided.

Page 160: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[2]

3. Electrical wiring shall be excluded from the scope.

4. Total power requirement shall be indicated.

5. Collection & sludge tanks shall be excluded from scope.

6. Total weight, dimensions shall be indicated.

7. Only spray dryer with high speed spinner shall be quoted and spray nozzles withhigh pressure pump is not required.

8. The electrical heater shall be devised for heating the blower air (that carryaway atomized vapour of spinner) and not the RO reject water meant forspinner.

Page 161: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

[3]

List of Probable Suppliers

1. M/s. Kings Industries,

Office : No.1, Balaji Garden, Press Colony,

Coimbatore – 641 019.

Factory : 4/509-1A, Kalipalayam Road,

Press Colony (PO), Coimbatore – 641 019.

Phone : +91 98430 34304, +91 91593 39399

e-mail : [email protected], [email protected]

2. M/s. Karuna Enviro Services,

No.24, II Cross, Venniswamy Nagar,

Arumparthapuram, Puducherry – 605 110.

Phone : +91 99444 36999

Page 162: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.6 Annexure 6

Specification of Laboratory Equipments

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.6 Annexure 6

Specification of Laboratory Equipments

Request For Proposal of Centralized DM water PlantIPRC, Mahendragiri

11.6 Annexure 6

Specification of Laboratory Equipments

Page 163: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

Annexure 6

Specification of Laboratory Equipments

Sl.no.

Apparatus/ Methodology Qty Measuring Parameters Make/ Model

1 pH meter/ Ion SelectiveElectrode

1no.

pH, Total Hardness,Calcium Hardness,Chlorides and DissolvedCarbon Dioxide

Orion, USAEA 940

2 Conductivity meter 1no.

Conductivity/ TDS WTW,GermanyInoLabCON7110

3 UV/ VisibleSpectrophotometer

1no.

Iron, Silica, Sulphate andZinc

Perkin ElmerLamda 650

4 Dissolved Oxygen meter 1no.

Dissolved Oxygen WTW,GermanyOxi 3205

5 Appropriate Glass wares forTitrimetric method

1set

Total Alkalinity Standardmake

6 Appropriate apparatus forMilipore Filtration method

1set

Suspended matter Standardmake

7 Requisite beakers, burette,pippet, holding elementsetc.

3sets

- Standardmake

Note :

1. The apparatus indicated in sl. nos. 1 to 6 are essential requirements. Theaccessories indicated in sl. no. 7 is only indicative and the accessory instrumentsrequired for a full-fledged laboratory shall be conceived by bidder and shall beplanned accordingly.

2. The spares required for the instruments/ apparatus, indicated above, shall beplanned for the fail-safe operation of 2 years.

3. The model/ make of the instruments, indicated are the essential requirements.

Page 164: Specification, Executive summary and Terms & …...aside the Kanyakumari - Madurai National Highway (NH7 ) near Kavalkinaru junction at a distance of 20 km northward from Kanyakumari

List of Probable Suppliers

1 M/s Madras Scientific Supplies, Tirunelveli.

2 M/s Globe Scientific Trivandram.

3 M/s Precision Scientific Co., Coimbatore.

4 M/s Perkin Elmer Pvt, Ltd Chennai.

5 M/s Thermo Fisher Scientific Pvt, Ltd, Chennai.