Pur Date: 18.05
Transcript of Pur Date: 18.05
File No. 28(19)/2019/Pur Date: 18.05.2021
Revised Technical specifications & clarifications issued after the Pre-Bid Conference Dated 04.05.2021 for Supply, installation
and commissioning of Pretreatment system and Monitoring Equipment for Pyrolysis unit
S. No Components Purpose Technical Specification Unit Quantity
1. Belt Conveyor To feed waste
to shredder
Belt conveyor system with trays to transfer the fibrous waste such as banana
peduncle, tender coconut etc., to the shredder.
Motor rating not less than 3 HP, IP65
Belt width not less than 500 mm
Rubber belt thickness not less than 10 mm
Length and height to suit the site conditions (Min 6.0 m length)
Belt material – synthetic rubber belt (MRF/Dunlop/Duro/Equivalent)
MoC – MS Epoxy coated
SS 316 Cleat arrangements in the belt have to be provided.
Energy efficiency of motor - IE2, Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
Suitable civil foundation to be provided. Equipment basement level with
required machine foundation (as per supplier requirements) should be
atleast 1 feet above the road adjacent to site
No 1
2. Primary Shredder To shred the
bigger waste
The equipment should be capable to shred fibrous organic waste (75 mm
thick wood materials, Banana peduncle, and full tender coconut) with the
No 1
S. No Components Purpose Technical Specification Unit Quantity
materials
(75mm thick
wood
materials /
peduncle and
tender
coconut) into
smaller
particles.
capacity of 250 kg per hour with suitable MS-FRP coated hopper.
The shredded Particle size should be less than 75 mm
Materials of Construction
Housing: MS Epoxy coated and plate thickness not less than 16mm
Internal housing should not be less than 600x450mm (length x width)
Shaft MoC: D2/4140 hexagonal hardened Steel
Cutters MoC: D2/4140 hardened steel
Cutter blade plate thickness: 16mm
Cutters Arrangement: Cartridges / single piece
Cutters Type: 3 to 5 teeth
Each shaft drive should have separate gear box and separate motor
Mechanical Seal: Tungsten
Motors rating – not less than 5 HP each, IP65, Energy efficiency - IE2
Provision for VFD to adjust the RPM from 40 to 80
D2/4140 Hardened steel cleaning comb arrangement has to be provided.
Suitable hopper in MS with FRP coated.
Provision for auto reverse and forward operation
Corrosion resistant structural framework has to be provided for placing both primary and secondary shredders (top and bottom respectively).
Platform, ladder arrangement and handrail have to be provided. Cutter and Housing Make: Shreddo / Ecoster/ Alphatherm / Equivalent
Motor Make: Bharat Bijlee / Marathon / CGL / Equivalent
S. No Components Purpose Technical Specification Unit Quantity
Gear Box: Premium greaves / Power build / Equivalent
3. Secondary
Shredder
For further size
reduction
The equipment should be capable to shred fibrous organic waste with the
capacity of 250 kg per hour with suitable MS with FRP coated hopper.
The shredded Particle size should be less than 25 mm
Materials of Construction
Housing: MS Epoxy coated and plate thickness not less than 16mm
Internal housing should be not less than 600 x 400 mm
Shaft MoC: D2/4140 hexagonal hardened material
Cutters: D2/4140 hardened steel
Cutters Arrangement: Cartridges / single piece
Cutter blade plate thickness: 10 mm
Cutters Type:13 to 16 teeth
Mechanical Seal: Tungsten
D2/4140 Hardened steel cleaning comb arrangement has to be provided.
Motor rating – not less than 7.5 HP, IP65, Energy efficiency - IE2
Provision for auto reverse and forwarding operation
Suitable structural framework has to be provided to integrate with
primary shredder.
Platform, ladder arrangement and handrail have to be provided for supervision and maintenance of the equipment.
Cutter and Housing Make: Shreddo / Ecoster / Alphatherm / Equivalent
No 1
S. No Components Purpose Technical Specification Unit Quantity
Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
4. Screw Conveyor -1 To convey the
shredded waste
from shredder
to the
dewatering
system.
Screw conveyer system with suitable hopper. The bottom of the
hopper has to be connected with screw conveyor inlet.
Inclined - U type screw conveyor with removable lid
U plate thickness – 5mm
Screws MoC – SS304
Screw diameter – 350 mm
Screw thickness – 3 mm
Screw Pitch – 150 mm to 200 mm
Shaft diameter – 60 mm
Motor rating – not less than 3 HP, IP65, Energy efficiency - IE2
Hopper size – 800x 800 mm, MS with FRP coated
Length and height to suite the site conditions (Length: 5 minimum)
Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
Suitable civil foundation and basement to be provided for integrating
screw conveyor, primary and secondary shredders. Equipment basement
level with required machine foundation (as per supplier requirements)
should be atleast 1 feet above the road adjacent to site
No 1
5. Dewatering system To dewater the To dewater the fibrous organic waste for a capacity of 250 kg per hour No 1
S. No Components Purpose Technical Specification Unit Quantity
fibrous organic
waste
Capable of dewatering the fibrous materials
Continuous discharge wedge type screw press
Equipped with adjustable RPM
Provision for VFD to adjust the RPM from 10 to 30
All parts MoC – SS304
Pneumatics adjustable back pressure for moisture control
Suitable compressor for pneumatic system
Motor rating not less than 7.5 HP, IP65, Energy efficiency - IE2
The height of the dewatering system has to be raised so that the
dewatered waste should fall directly into the pan mixer with weighing
load cell.
Dewatering system make: Jash / Geeli / Shree Engineers / Equivalent
Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
Compressor Make: Anest Iwata /Elgi /Ingersoll rand / Equivalent
Suitable civil foundation to be provided. Equipment basement level with
required machine foundation (as per supplier requirements) should be
atleast 1 feet above the road adjacent to site
6. Solid Mixer To mix the
fibrous organic
Mixer for homogenization of dewatered fibrous waste and sewage
sludge No 1
S. No Components Purpose Technical Specification Unit Quantity
waste and
sewage sludge
Type – Pan type, open type mixer, Pan MoC – MS FRP
Dia/size – 1200mm, Height – 500mm, free board – 100mm
Min. distance above tank – 100mm
Total shaft length – 300 mm
Bottom clearance – 100 mm
Shaft dia – 90 mm
MoC shaft – SS304
Minimum No of vanes – 6
Propeller type - Plough Type with adjustable blades
MoC propeller - SS304
MoC Lantern support – MS/CI
RPM @ full load - 30 rpm +/- 10%
Bottom Guide – 1, Gear box type – Helical
Energy efficiency - IE2
Motor – not less than 7.5HP, IP 65
Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
Suitable civil foundation to be provided. Equipment basement level with
required machine foundation (as per supplier requirements) should be
atleast 1 feet above the road adjacent to site
S. No Components Purpose Technical Specification Unit Quantity
7. Screw conveyor - 2
To transfer the
dewatered
sludge to the
mixer
Screw conveyer system with suitable hopper of size 800x800m (Hopper
- MS FRP coated)
Inclined - U type screw conveyor with removable lid
MoC of all the components – Mild Steel with epoxy coated
U plate thickness – 5mm
Screw diameter – 300mm
Screw thickness – 3mm
Screw Pitch – 150mm
Shaft diameter - 60mm
Motor rating – not less than 3 HP, IP65, Energy efficiency - IE2
Hopper size – 800 x 800mm
Length and height to suit the site conditions (Min. length 2.0 m)
Motor Make: Bharat Bijlee / Marathon /CGL,
Gear Box: Premium greaves / Power build.
No 1
8. Weighing Load cell To fix below
the mixer for
the weight
calculation.
Load cell – 4 Nos
To suit the size of mixer equipment (Approx. 2.00m x 2.00 m)
Rated capacities 200 kg to 5.0 ton capacities
“Thru or “threaded load hole configurations
Low sensitivity to axial loads
Sealed to IP67 standards
Factory Mutual System Approved for Classes I, II, III; Divisions 1 and 2;
Groups A through G. Also, non-incentive ratings (No barriers).
No 1
S. No Components Purpose Technical Specification Unit Quantity
Trade certified for NTEP Class III: 5000d, IIIL: 10000d and OIML R-60
3000d available
Four Load Cell Junction box – 1 No
With Surge Protector
MOC: Stainless Steel 316
Digital weight Indicator
Serial Communication: RS232 (automation ON/OFF system has to be provided in the panel board based on the set value)
Analog output: 4-20mA (or) 0 -10V
Two Opto – Isolated set Point
Display: 6 Digit/ 7 Segment LED
Digital Height: 14mm
Suitable civil foundation to be provided. Equipment basement level with
required machine foundation (as per supplier requirements) should be
atleast 1 feet above the road adjacent to site
9. Screw Conveyor - 3 To transfer the
waste from
solid mixing
system to solar
dryer.
Screw conveyer system with suitable hopper
Inclined - U type screw conveyor with removable lid
MoC of all components – MS with Epoxy coated
U plate thickness – 5mm
Screw diameter – 350mm
Screw thickness – 3mm
Screw Pitch – 150mm to 200mm
No 1
S. No Components Purpose Technical Specification Unit Quantity
Shaft diameter - 60mm
Motor rating – not less than 3 HP, IP65, Energy efficiency - IE2
Hopper size – 800x 800 mm
Hopper MoC – MS FRP
Length and height to suit the site conditions (Length: 4 metre minimum)
Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
Suitable civil foundation to be provided. Equipment basement level with
required machine foundation (as per supplier requirements) should be
atleast 1 feet above the road adjacent to site
10. Screw Conveyor - 4 To transfer the
dried waste
from solar
drier to silo
hopper.
Screw conveyer system
Inclined - U type screw conveyor with removable lid
MoC of all components – MS with Epoxy coated
U plate thickness – 5mm
Screw diameter – 350mm
Screw thickness – 3mm
Screw Pitch – 150mm to 200mm
Shaft diameter - 60mm
Motor rating – not less than 3 HP, IP65, Energy efficiency - IE2
Length and height to suit the site conditions (Length: 6 metre minimum)
Motor Make: Bharat Bijlee / Marathon /CGL / Equivalent
Gear Box: Premium greaves / Power build / Equivalent
No 1
S. No Components Purpose Technical Specification Unit Quantity
Suitable civil foundation to be provided. Equipment basement level with
required machine foundation (as per supplier requirements) should be
atleast 1 feet above the road adjacent to site
11. Portable Flue Gas
Analyzer
To identify the
composition of
gas liberated
during the
pyrolysis.
The following parameters has to be measured on sensor based.
CO – 0 to 10000 ppm and CO in percentage upto 10%, if the conc. of CO higher than 10000 ppm
CO2 – 0 to 40% (IR bench based)
NO – 0 to 5000 ppm
NO2 – 0 to 1000 ppm
SO2 - 0 to 5000 ppm
HC- 0 to 5000 ppm (IR triple bench sensors for CO, CO2 and HC)
NOx – calculative method
Pressure measurement for temperature upto 1000oC
Dual pumps for pumping of gas
Filtering systems for chemicals, dust, water and air traps filters needs to be provided.
Sampling Probe: 1 metre, Sampling Hose: Min 6 metres (to match the site conditions).
25 or more lines of data has to be displayed.
Software for datalogging & downloading and Transfer live analyzer readings has to be recorded in the PC/data acquisition system.
In-built Printer to print the data shall also be included for remote operation and submission of report.
No 1
S. No Components Purpose Technical Specification Unit Quantity
TUV Certification should be provided for the quoted model.
Make: Testo / Nova / Kane / Geotech / Fujitstu.
12. Electrical Control
panel
Electrical power
supply and
distribution for
the pilot plant.
Supply, fixing, testing and commissioning of MCC panel board (indoor system with exhaust arrangements) with control switches, contactors, VFD drives (for primary shredder, dewatering system, for one existing screw conveyor (3HP)), voltmeter, Ammeter, selector switch, phase LED indicators, energy meters (2 Nos for main panel and Pyrolysis Unit), suitable electrolytic copper bus bar, cable entry shall be from bottom or top etc., with all accessories as required for the complete plant.
Panel MoC: 2.0 mm cold rolled (CRCA) sheet with powdered coated metal etc., conforming to IS standards.
All electrical materials should be of suitable flame proof.
Local push buttons should be provided for all the Mechanical equipment
Two number of copper earthing system to be providing with appropriate earthing arrangement.
Contactor Make: Schneider, ABB and L&T (for control switches, MCCB, MCB) / Equivalent
VFD make: Danfoss / ABB / Schneider /Equivalent
Cable make: polycab/ finolex/ orbit/ equivalents
Supply and Laying of 3.5C x 70 sq.mm XLPE power cable of 1.1 kV grade (Approx. length 100m) of following size direct in ground including excavation, sand cushioning, protective covering and refilling the trench etc. as required (along with test certificate).
Supply and laying of cable for pyrolysis unit panel (18kW) and existing
No 1
S. No Components Purpose Technical Specification Unit Quantity
screw conveyor (3 HP) for the proposed panel will also be scope of the bidder.
Appropriate electrical items are also to be provided for the pyrolysis unit and existing screw conveyor in the proposed panel.
Supplying and making end termination with brass compression gland and aluminium lugs for selected cable size as required.
Before fabrication of panel, GA drawing may be obtained approval from CLRI.
Automatic ON and OFF provision for equipment has to be provided based on the output of load cell (weight basis).
Digital Clamp Meter with following specifications with test certificate
AC Current: 200, 1000A
AC Voltage: 250V, 750VAC
DC Voltage: 200, 1000V DC
Resistance: 2MOhm
Frequency: 2KHz
Continuity buzzer and diode checking.
13. Personal Protection
Equipment (PPE)
Personal safety The PPE such as gloves, goggles, masks, safety helmets, Toe PVC Safety Shoe should be provided (4 numbers each).
Lot 1
14. Safety Measures Safety ABC Fire extinguisher portable type, 6 kg – 4 Nos.
Fire extinguisher Make: Cease fire/ Equivalent
Sand bucket with stand - 2 Nos
Lot 1
S. No Components Purpose Technical Specification Unit Quantity
Four Bucket in Stand to hold 7 Kg of sand in each bucket
15. 20 feet container To fix the
electric control
panels and
monitoring
systems
20 feet length x 8 feet x 8.6 feet
Age – Not more than 10 years old with date of manufacturing /certificate
Used container without any damage and properly painted with primer and enamel.
High quality steel / corrosion resistant corten steel with corrugated two end fixed walls
Lifting hooks - 4 Nos.
Interior Works
35mm wooden frame
25 mm thick rock wool or glass wool insulation (compressed size)
8 mm MDF paneling
Door: 7 ft x 3 ft Aluminum Flush Door – 1No.
Window: 3 ft x 3ft aluminium siding windows 3Nos.
Electrical Works
Supply and installation of prewired electrical fittings with 15/5A sockets, switch boards and all accessories.
28 watts LED slim fit tube light - 3 Nos.
1.5 Ton split A/C (four star rated) with metal coat socket & top with MCB (Make: Voltas, Haier and blue star) - 1No.
400 mm sweep wall mounted fans - 2Nos.
18 watts LED bulket fitting – 1No.
No 1
S. No Components Purpose Technical Specification Unit Quantity
40A MCB, DP-1No, 16 A and 10 A MCB – each 2Nos., Distribution Board with earthing to connecting 8 SWG GI earthing wire
Suitable civil foundation to be provided. Equipment basement level with required machine foundation (as per supplier requirements) should be equal to top of road adjacent to site
16. Buffer Water tank
for pyrolysis
system
Water Tank capacity – 3000 litres
MoC – rectangular FRP tank to withstand maximum temperature of 100 oC.
No 1
17. Shed for storage To store the
sewage sludge
Shed Size 3.0m x 3.0m with Galvalume sheeting
Appropriate structural support has to be provided No 1
18. Plant lighting
system
For night
operation of
the pilot plant
Supply, installation, testing and commissioning of prewired 60watts LED
street light fitting complete with all accessories. IP65
Light Make: Crompton, Havells, Philips / Equivalent
Providing and fixing of 6m single arm street light pole, bottom side
150mm dia and top side 70mm dia, thickness 3mm MS powder coated
pipe with suitable base including SMC box, MCB controller and pole
earthing. Cylindrical pole is preferable.
Suitable foundation with min 400mm dia and 800mm depth plain
cement concrete foundation should be provided.
LED light fittings (36W) inside the plant at the machineries at higher
elevation and outside containers (3 Nos).
Interconnecting cables for the street light will be the scope of the
Set
(LS) 1
S. No Components Purpose Technical Specification Unit Quantity
supplier.
Single ON or OFF switch for each street light with Dinrail, MCB and Sintex
box of IP65.
Number of Street Lighting with pole – 6 Nos with analog timer, contactor
and suitable sintex box etc., as required (1 set)
Number interior plant light fittings – 3 Nos with MCB
19. Data acquisition
and Processing
system
To store the
data from the
monitoring
systems
Processor – i7, 10th Gen or Latest with 2.9 GHz to 4.7 GHz or higher, 16
MB Cache, 8 Cores or more
RAM – 16 GB, DDR4@2933MHz SDRAM (1 x 8GB) with expandability of
64 GB
Memory Slots – 2 DIMM
Hard Drive – 4TB 7200 RPM HDD SATA III 6Gbps
Network – Onboard Gigabit 10/100/1000 Mbps LAN
WLAN - Onboard Wi-Fi and Bluetooth Combo card
Ports – Front: Minimum 2 super speed Type-A; Minimum 2 USB Super
Speed, Type – A; 1 VGA; 1 HDMI 1.4; 1 Display port 1.4; 1 audio-out; 1
power connector; 1RJ-45
Expansion slots – As per OEM specifications
Drive bays – Minimum 3 Base Bays
Form factor - As per OEM specifications
Optical drive – Integrated slim DVD-Writer
No 1
S. No Components Purpose Technical Specification Unit Quantity
Keyboard – USB Keyboard, Mouse – USB optical mouse
Monitor – 27-inch Monitor FHD (1920 x 1080 @ 60Hz)
Aspect Ratio – 16:9
Webcam: HD Webcam with audio
Ports: 1 Display Port 1.2; 1 VGA; 1 HDMI 1.4(with HDCP Support) or
higher, Minimum 3 USB 3.0, 1 Microphone; Graphics – Integrated Intel
UHD Graphics 630
Audio – Integrated audio with internal speakers mounted in cabinet
Power supply – 180W or higher
Security Management – Trusted platform module TPM 2.0 embedded
security chip with windows 10; Serial, USB enable/disable (via BIOS);
Power-on password (via BIOS); Set up password (via BIOS);
Operating system – Genuine windows 10 Pro 64bit with recovery
partition or recovery media
Warranty – 3 Years onsite comprehensive warranty
Make: Dell/HP/ Lenovo/Equivalent
20. Trays/ Crates MoC: HDPE
Nos. :30 Nos
Capacity: 50L each, Type: Non-perforated Crate
Make: Sintex/Nilkamal/Equivalent
Nos 30
21. Fencing with RCC
Post
Supply and fixing of fencing around the site (Approx 95 metres) with RCC
poles as detailed below: Lot 1
S. No Components Purpose Technical Specification Unit Quantity
R.C.C. Standards post/ struts/rails/ pales of mix 1:1.5:3 (1 cement: 1.5
sand and 3 graded stone aggregate) of 4” x 4” size with 4nos. of 6mm dia
rods @ 8’ C/c with 6mm dia rings@6” C/c.
Height of the pole should be 2.5 metre above the adjacent road level
PVC coated, 4 mm dia G.I. chain link fabric fencing of mesh size 50x50
from ground level to top of fencing post with horizontal stiffeners of
suitable MS flat at 3 levels (Top, middle & bottom)
Height of the fencing 2.5 metre above the adjacent road level. Suitable
light weight gate of size 3.0m width with required supporting
arrangements to be provided. MS gate shall be with MS angle section of
required stability with welded mesh arrangement
Note:
The technical specifications and data sheet all units shall be submitted with the technical bid
The bidder shall provide one-year warranty for all the equipment supplied from actual date of commissioning.
Any item which is necessary but inadvertently omitted shall be included at any stage of work within the total quoted tender cost. Hence, the tendered price shall be deemed to include all items which are mandatorily required for the comprehensive physical and functional completion of the offered items in all respects to meet the scope of work as mentioned in this tender document.
Length and inclination of the screw conveyors shall be provided to match the GA drawing of the machinery & plant and also the site conditions.
Suitable civil foundation to be provided. Equipment basement level with required machine foundation (as per supplier requirements) should be atleast 1 feet above the road adjacent to site.
Supply, Installation and commissioning of the plant should be completed within 4 months from the date of purchase order
Power and water supply will be provided by CLRI during installation, commissioning, operation and maintenance for a month.
A display board in the entrance of the Pilot plant with structural support indicating the project details with the help of CLRI.
Revised Payment terms
20% of the work order against completion of detailed engineering and submission
of drawings and against equivalent bank guarantee
40% of the work order cost against the delivery of all equipment at site and
acceptance by CLRI
20% of the work order cost against the erection, commissioning and testing
13% against successful trial run for a month of operation and maintenance of the
plant during that period
7% of the cost after the warranty period of One Year from date of installation and
commissioning which can be paid to you after the trial run and maintenance
period in case an equivalent bank guarantee is submitted.
The bid prepared by the Bidder shall include documents as under:
1. Cover – 1 – Fee/Prequal/Technical (Techno-Commercial Details of Supply, installation and
commissioning of Pre Treatment System and Monitoring Equipment for Pyrolysis Unit
(Document Type .pdf)
1. EMD exemption certificate or Bid Securing declaration (Annexure V) or proof
of RTGS / NEFT details or Bank Guarantee (.pdf)
2. Bidder Information Form – Annexure – I; and if applicable Documentary
evidence about the status of the bidder i.e. whether MSE or not, owned by
SC/ST or not and whether the MSE is owned by a women entrepreneur or
not. (.pdf)
3. Format for declaration by the Bidder for Code of Integrity & conflict of
interest (Annexure II) (.pdf)
4. Manufacturer’s Authorization Form–Annexure – III; (.pdf)
5. Deviation statement Form – Annexure – VII (.pdf)
6. Format for Affidavit of Self Certification regarding Local Content in letter
head (Annexure XII) (.pdf)
7. Certificate with regard to the bidder not having a land border with India
(Annexure XIV) or Certificate with regard to the bidder having a land border
with India (Annexure XV) (.pdf)
8. Minimum of 2 works with value of Rs.15 Lakhs each of Supply, installation
and Commissioning of mechanical devices / equipment for pre-treatment
before waste management with their completion certificate within the
period of 7 years.
9. Catalogue / Brochure of the Model Quoted (.pdf)
10. Schedule of Requirement – Chapter – 3 (.pdf)
11. Bid form – Annexure – IX; (.pdf)
2. Cover – 2 – Finance (Price bid for Supply, installation and commissioning of Treatment System and Monitoring Equipment for Pyrolysis Unit ) (Document Type .xls)
Clarifications issued after the Pre-Bid Conference Dated 04.05.2021 for
Supply, installation and commissioning of Pretreatment system and
Monitoring Equipment for Pyrolysis unit
Clarifications issued to M/s. B-Sustain Energy Project Pvt Ltd.
Query 1 Whether all the motors supplied for machineries should have protection category either IP55 or IP65.
Reply All motors need to be provided with IP65 configurations as the system is to be installed as outdoor unit.
Query 2 In serial No. 2 & 3, component Primary & secondary shredder, please specify MOC for both the shredder D2/4140.
Reply The MoC of the both primary and secondary shredders shall be D2 or 4140 hardened steel.
Query 3 In serial no.3, component secondary shredder, shredded particle output from secondary shredder can be in the range of 20 to 25mm, please clarify.
Reply Yes, the output of the secondary shredder shall be less than 25 mm
Query 4 In serial no.3, component secondary shredder, MOC of Cleaning comb either we can have D2 or 4140.
Reply Yes, the MoC of the cleaning comb arrangement shall also be D2 or 4140.
Query 5 In serial no.6, component solid mixer, MOC of pan can be MSEP or MSFRP and the RPM can be in the range of 25 to 30
Reply The MoC of the solid mixer pan shall be Mild Steel fibre reinforced concrete. The RPM is already provided in the tender as 30 RPM
Query 6 In serial no.11, component portable flue gas analyzer, please confirm whether the CO2 measurement percentage ranging from 0to 20% or 0 to 40% or 0 to 50%.
Reply The CO2 measuring range shall be in the range of 0 – 40% and the details specifications are provided in the revised tender specifications.
Query 7 In serial no.12, component electrical control panel, whether we can have non-compartment panel and VFD controller/regulator can be mounted in panel front door side for easy RPM adjustment.
Reply The electrical panel board may be either non-compartmental or compartmental type, but the regulator for RPM controllers should be kept in front of the door so that the controllers can be accessed easily and also should have minimum noise and vibration while operation.
Query 8 In serial no.15, component container, please let us know the container specification with all other interior & exterior accessories, no. of doors & windows, insulation, no. of wall fan, A/C capacity, either exhaust fan is required, no.of lights (watts required).
Reply Please refer the revised technical specifications for the required details.
Query 9 In serial no.19, component plant lighting system, please consider the lighting pole either octagonal/polygonal or cylindrical pipe with bottom dia minimum 130 mm and top dia minimum 50 mm. Please let us know the scope of cable supply & scope of cable laying for each pole.
Reply The shape of the pole shall be preferably cylindrical. However, it can either polygonal or octagonal based on the supplier’s preference. The supply & cable laying for each pole are under the scope of the bidder (FRLS wiring arrangement).
Query 10 If fencing is required, please let us know the fencing material specification.
Reply The specifications are provided in revised technical specifications
Query 11 Please let us know the electrical incoming cable scope of supply, cable laying and termination for main electrical control panel.
Reply Electrical incoming cable supply, laying and termination for main electrical control panel are under the scope of the bidder and the details are provided in revised specifications.
Query 12 As a MSME enterprise, please consider the payment terms 20% in advance on submission of documents with bank guarantee, 50% on supply of machineries, 20% on Erection & commissioning and 10% after one month operation & maintenance against bank guarantee.
Reply Revised Payment terms
20% of the work order against completion of detailed
engineering and submission of drawings and against
equivalent bank guarantee
40% of the work order cost against the delivery of all
equipment at site and acceptance by CLRI
20% of the work order cost against the erection,
commissioning and testing
13% against successful trial run for a month of operation and
maintenance of the plant during that period
7% of the cost after the warranty period of One Year from date of installation and commissioning which can be paid to you after the trial run and maintenance period in case an equivalent bank guarantee is submitted.
Clarifications issued to M/s. R. V. Engineering Industries
Query 1 There are 2 nos. of shredders mentioned in the technical specifications-one for shredding the raw material to 75mm size, and the 2nd one to further shred it to 15mm size. Can this be integrated to a single shredder which shreds the raw material directly to 15mm size?
Reply The two shredders have been provided to avoid bubbling of waste like tender coconuts are circular in shape. Hence, two shredders with primary shredder with less number of teeth and secondary for size reduction has been provided.
Query 2 Time period for completion shall be 4 months from the date of approval of drawings and receipt of advance payment. Please clarify
Reply The completion time period of 4 months will be from the date of issue of purchase order.
Query 3 Site clearance shall be obtained immediately after the issue of purchase order.
Reply The site is already clear without any bushes and trees, the work can be started as soon as the purchase order is issued.
Query 4 Details of pyrolysis plant is required with its drawing to confirm the integration of pre-treatment plant to the pyrolysis plant.
Reply In the revised specifications, the integration part of the pyrolysis plant will be required only for supply and laying of the power cable to the pyrolysis unit for a power capacity of 18kW and existing screw conveyor from proposed electrical control panel.
The tender specification would stand changed to the above extent.
Tender Closing Date: 9th June , 2021 upto 3.00 P.M. (IST)
Technical Bid Opening Date: 10th June, 2021 at 3.00 P.M. (IST)