Sunteți pe pagina 1din 16

HINDUSTAN PETROLEUM CORPORATION LIMITED

ENGINEERING & PROJECTS


GRESHAM ASSURANCE HOUSE, 2ND FLOOR,
A-1595(3) 1-A, SIR P M ROAD, FORT
MUMBAI-400 001

TENDER DOCUMENT

FOR

REVERSE OSMOSIS (RO) PLANT

FOR

EAST ZONE OFFICE BUILDING


AT 771, ANANDAPUR
NEAR RUBY HOSPITAL
KOLKATA- 700107
Introduction

This tender is for Design, Supply , installation and commissioning of REVERSE


OSMOSIS (RO) plant for water treatment at HINDUSTAN PETROLEUM
CORPORATION LIMITED (HPCL) East Zone Office Building at 771, Anandapur,
Kolkata 700107. M/s Gherzi Eastern Limited (GEL), Kolkata is the appointed
Architect/PMC for the project.

JOB SCHEDULE FOR RO PLANT

SL. DESCRIPTION QTY UNIT


NO.
1 Design, Supply, Installation, 1 NO
commissioning of RO plant 2000 Litre per
hour capacity with softner .
NOTE Operation of RO plant during warranty
period is included in this item and rate
quoted for item no. 1 shall include cost
of the same.
2 Post warranty Comprehensive AMC for 1 YEAR
RO plant including Preventive
maintenance ( monthly one visit to site)
& break down maintenance (as and
when break down call is given). Spares
shall be in the scope of vendor.1st year
4 Post warranty Comprehensive AMC for 1 YEAR
2nd year
5 Post warranty Comprehensive AMC for 1 YEAR
3rd year
6 Post warranty operation of RO plant 8 36 MONTH
hours per day 6 days in a week.
Consumables like Salt, Antiscalant, ph
booster & Micron Cartridge etc.
required for RO plant shall be supplied
by vendor and cost the same to be
included in this item.
RAW WATER CHARACTERISTICS ( Bore well water
for RO Plant Input )

Source Bore well


Appearance when Analysed Clear
Appearance after Filtration Clear
Colour (Hazen Units) less than 5 Hazen
Odour Unobjectionable
pH @ 25C 7.29
Turbidity (NTU) less than 1 NTU
Total Dissolved Solids 1024
(mg/l)
Total Hardness as CaC03 625
(mg/l)
Methyl Orange Alkalinity as 328.4
CaCO3 (mg/l)
Calcium as Ca (mg/l) 140.3
Magnesium as Mg (mg/l) 66.8
Chlorides as Cl (mg/l) 352.1
Sulphate as So4 (mg/l) 19.5
Iron as Fe (mg/l) less than 0.1

Note: The RO plant shall be designed for handling the raw water TDS of 2500 mg/l.

RO PLANT OUTPUT WATER QUALITY

Characteristics HPCL Requirement


Essential Characteristics
Colour (in Hazen units) 5
Odour Unobjectionable
Taste
Turbidity (in NTU) 5
PH 6.5-8.5
Total Hardness(as CaCo3) 300
Iron(as Fe) 0.3
Chlorides (as Cl) 250
Residual Free Chlorine 0.2
Desirable Characteristics
Total Dissolved solids 110
Calcium 75
Copper 0.05
Manganese 0.1
Sulphate 200
Nitrate 45
Fluoride 1
Phenolic Compounds 0.001
Mercury 0.001
Cadmium 0.01
Selenium 0.01
Arsenic 0.05
Cyanide 0.05
Lead 0.01
Zinc 5
Anionic Deltergents 0.2
Chromium 0.05
Polynuclear aromatic hydrocarbons
Mineral oil 0.01
Pesticides Absent
Alkalinity 200
Aluminium 0.03
Borun Radioactive materials 0.3
a) Alpha emitters 0.1
b) beta emitters 1

All units are in mg/litre unless mentioned otherwise.


Flow Diagram

Chlorine Dosing Antiscalant Dosing R.O. Reject


Raw water Water
Tank

N N N
G G G
M M S
F A
RO System

Water feed
pump Dosing for pH
correction
Treated
Water
Tank

NGMF: New Generation Multi grade sand Filter

NGMA: New Generation Multigrade Activated carbon Filter

NGS: New Generation Softner

Note: Raw water tank and Treated water tank are not in scope of vendor
TECHNICAL SPECIFICATIONS OF COMPONENTS OF RO PLANT

DESCRIPTION HPCL REQUIREMENT


01. Raw water Feed Pump
Type Horizontal, Centrifugal
Nos. Required One
Make Kirloskar / Beacon Weir
Material of Construction Cast Iron
Head 36 MWC
Discharge 2 LPS
Motor 3.0 HP three phase
Power Supply 415 Volts
L&T /Siemen make push button type DOL
Starter starter
02. Multigrade Sand Filter
Type Vertical, Floor Mounted
Nos. Required One
Make Pentair/Structural/ION EXCHANGE(INDIA)
LTD/Zeolite
Material of construction of Shell FRP

Diameter 550 mm
Height On Straight 1900 mm
Min. Operating Pressure 2.0 Kg/cm2
Max. Operating Pressure 3.5 Kg/cm2
Treatment Flow Rate 6000 Litres/Hr
Type of Valve, Size Multiport, 50 NB, make - UKL/Initiative

Frontal Piping 25 mm
Pressure Gauge One No.
Filtering Media Gravel, Graded Sand & Pebble

03. Activated Carbon Filter

Type Vertical, Floor Mounted


Nos. Required One
Make Pentair/Structural/ION EXCHANGE(INDIA)
LTD/Zeolite
Material of construction of Shell FRP

Diameter 650 mm
Height On Straight 2100 mm
Min. Operating Pressure 2.0 Kg/cm2
Max. Operating Pressure 3.5 Kg/cm2
Treatment Flow Rate 6000 Litres/Hr
Type of Valve, Size Multiport, 40 NB, make - UKL/Initiative

Frontal Piping 25 mm
Pressure Gauge One No.
Filtering Media Gravel, Activated Carbon & Pebbles

04. Water Softner


Type Vertical, Floor Mounted
Nos. Required One
Make Pentair/Structural/ION EXCHANGE(INDIA)
LTD/Zeolite
Material of construction of Shell FRP

Diameter 1100 mm
Height On Straight 2000 mm
Min. Operating Pressure 2.0 Kg/cm2
Max. Operating Pressure 3.5 Kg/cm2
Treatment Flow Rate 6000 Litres/Hr
Type of Valve, Size Multiport, 50 NB make- UKL/Initiative

Frontal Piping 25 mm
Pressure Gauge One No.
Type of Resin INDION 220 Na or Thermax T40

Media Polystyrene based cation resin


Qty. of Resin 600 Litres
Output Between regeneration 24m3

Hardness of softner plant out put 50 ppm


water
Salt Reqd. / regeneration 96 Kgs
Brine Measuring Tank One No.
Ejector for Salt Injection One No.
Hardness Test Kit One No.
05. Antiscalant Dosing System

Equipment Required Electronic Dosing Pump with solution Tank

Make Ion Exchange (I) Ltd., / ASIA LMI/Zeolite


Material of Construction PP(Polypropelene)
Discharge @ Max. Back Pressure 2.88 Lit/Hr @ 8 Bar

Discharge @ Nominal Back Pressure 3.12 Lit/Hr @ 4 Bar

Frequency 100 Strokes / Min


Power Consumption 12 W
Chemical to be dosed INDION Antiscalant
Accessories
Solution Tank One No.
Volume 100 Litres
Material of Construction HDPE
Tank level switch One No.
06. Reverse Osmosis System

Type Horizontal Skid, Floor Mounted

Nos. Required One


Permeate water minimum 2000 litre/hr
Salt Rejection 90% to 95%
Maximum Permissable TDS in feed 2500
(ppm)
Permeate water 50 to 60% of raw water feed
Pressure Vessel
Nos. required Two
Material of construction FRP
Diameter 1500mm
Length on Straight 3000 mm
Make Advance Composite / Code Line

Membrane
Type Brackish water
Nos. required Three
Make TORAY JAPAN / Hydranautics /
Filmtec/Tricep

Diameter 8
Length on Straight 40
High Pressure Pump
Nos. required One
Type Vertical, Multistage
Make GRUNDFOS
Head 160m
Discharge 5m3/hr
Motor 7.5 HP 3 phase
Model CRN series
Material of construction SS 316
L&T /Siemens make push button type DOL
Starter starter
Micron Filter
Type JUMBO
Nos. required One No.
Material of construction of housing Poly Propelene

Instrumentation
Wet Panel MS Powder coated., Mounted on R.O.
Skid
Low Pressure Switch One No.
High Pressure Switch One No.
Digital Conductivity Meter with Sensor , One No.
Indion brand
ON / OFF Selector Switch One No.
Auto Flush Timer One No.
Indication Lamps One Set
Product Flow Meter One No.
Reject Flow Meter One No.
Reject Re-circulation Meter One No.
Alarm One No.
High Pressure System Pressure Gauge One No.

07. pH Correction Dosing System

Equipment Required Electronic Dosing Pump with solution Tank

Make Ion Exchange (I) Ltd., / ASIA LMI/Zeolite

Material of Construction PP
Discharge @ Max. Back Pressure 2.88 Lit/Hr @ 8 Bar

Discharge @ Nominal Back Pressure 3.12 Lit/Hr @ 4 Bar

Frequency 100 Strokes / Min


Power Consumption 12 W
Chemical to be dosed PH Booster
Accessories
Solution Tank One No.
Volume 100 Litres
Material of Construction HDPE
Tank level switch One No.
08. Inter-connecting Pipe Work

Raw water tank to feed Pump suction Food Grade PVC pipe 40mm NB
and Feed pump delivery to R.O. Inlet
(up to High pressure pump in let) and
RO outlet to Treated water tank
Make Finolex / Supreme
Pipe Size 1.5
Pressure Rating 15 Kg/cm2
Approximate Length 30 Metre
High pressure pump outlet to SS pipe of required size
membrane inlet
09. Ultra Violet System
Model UVS-20
Make Ion Exchange (I) Ltd., / ASIA LMI/Zeolite

Flow rate 2000L/H


SCECIAL CONDITIONS OF CONTRACT

1.0 GENERAL

1.1 Special Conditions of Contract (SCC) shall be read in


conjunction with the General Conditions of Contract (GCC)
also referred to as General Terms & Conditions of Works
Contract, Schedule of Quantities, specifications of work,
drawings and any other document forming part of this
Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the document into these


separate sections and volumes, every part of each shall be
deemed to be supplementary of every other part and shall
be read with and into the Contract so far as it may be
practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at


variance with any provisions of the Special Conditions of
Contract, then unless a different intention appears, the
provision(s) of the Special Conditions of Contract shall be
deemed to override the provision(s) of GCC only to the
extent that such repugnancy or variations in the Special
Conditions of Contract are not possible of being reconciled
with the provisions of GCC.

1.4 Wherever it is stated in this Bidding Document that such


and such a supply is to be affected or such and such a
work is to be carried out, it shall be understood that the
same shall be affected and /or carried out by the
Contractor at his own cost, unless a different intention is
specifically and expressly stated herein or otherwise explicit
from the context. Contract Price shall be deemed to have
included such cost.

1.5 The materials, design & workmanship shall satisfy the


applicable relevant Indian Standards, the job specifications
contained herein & codes referred to. Where the job
specifications stipulate requirements in addition to those
contained in the standard codes and specifications, these
additional requirements shall also be satisfied. In the
absence of any Standard / Specifications / Codes of practice
for detailed specifications covering any part of the work
covered in this bidding document, the instructions / directions
of Engineer-in-Charge will be binding upon the Contractor.

1.6 In case of contradiction between relevant Indian standards,


GCC, Special Conditions of Contract, Specifications,
Drawings and Schedule of Rates, the following shall prevail
in order of precedence.

i) Detailed Purchase Order along with Statement of Agreed


Variations, if any, and its enclosures .
ii) Fax of Intent (FOI)/Letter of Intent(LOI)
iii) Job Schedule
iv) Special Conditions of Contract
v) Instructions to Bidders
vi) General Conditions of Contract
vii) Technical Specifications
viii) Relevant Indian Standards.
ix) Drawings/ Data Sheets

2.0 Scope of Work & Scope of Supply

The scope of work and Scope of Supply covered in this


Contract will be as described in Job Schedule , Technical
Specifications, Drawings, etc.

3.0 Time Schedule

Completion period shall be 3 (three) months from the date of


LOI.

4.0 Payment Terms

Payment will be released within 15 days of submission of duly


certified Bills at Disbursement section at Mumbai after deduction
of WCST(Works Contract Sales Tax) or VAT whichever is
applicable, IT(Income Tax) and any other statutory deduction as
applicable from time to time, Any MRR(Materials Received
Report- An internal document forwarded by HPCL Site in-
Charge/ Engineer to Disbursement Section along with
Contractors Bill and duly certified measurement sheets for
release of payment) Deductions, LD, etc.
5.0 INCOME TAX, SERVICE TAX AND PRICES

Income Tax at the prevailing rate as applicable from time to


time shall be deducted from Contractors Bills as per Income Tax
Act and quoted rates shall be inclusive of this. Owner will issue
the TDS (Tax Deduction at Source) Certificate.

6.0 Firm Prices

The contract price shall remain firm and fixed till the
completion of work in all respects and no escalation in
prices on any account shall be admissible to the Contractor
except for statutory variations as per General Terms and
Conditions (GTC).

7.0 LIQUIDATED DAMAGES

In case of any delay in completion of the work beyond the


completion period, the Owner shall be entitled to be paid
Liquidated Damages by the Vendor. The liquidated damages
shall be initially at the rate of 0.5% (half percent) of the total
contract value for every week of the delay subject to a
maximum of 5% of the total contract value. The liquidated
damages shall be recovered by the Owner out of the amounts
payable to the vendor or from any Bank Guarantees or Deposits
furnished by the Vendor or the Retention Money retained from
the Bills of the vendor, either under this contract or any other
contract.

8.0 SPECIAL PAYMENT TERMS

Following payment shall be made to the contractor against the


running bills subject to the rate awarded to him and the clause
regarding retention money as per general terms and conditions.

80% on delivery of material at site


15% on commissioning
5% on acceptance of material by HPCL

9.0 Third Party Inspection : The vendor has to arrange for Third Party
inspection by any one of the following Agencies at his own cost. Third
party inspection charges to be included in the price quoted for RO
plant (item no. 1).

LLOYDS
EIL(ENGINEERS INDIA LTD)
IRS (INDIAN REGISTRAR OF SHIPPING )
BV(BUREAU VERITAS)
DNV(DET NORSKE VERITAS)

SCOPE OF INSPECTION:

1) verifying all components of RO plant meeting specifications


stipulated in purchase order technical documents/approved drawings
by non destructive method.
2) checking and verifying parent manufacturers test certificates for the
components of RO plant which are outsourced by vendor.
3) checking and verifying the rated capacity and quality of output
water of the RO plant as per purchase order specification and
checking the smooth functioning during post commissioning
performance testing of the RO plant at site.

10.0 Post commissioning performance testing: The vendor has to arrange for
Post commissioning performance testing of the RO plant at site to
check the rated capacity and the quality of output water of RO plant
and also to check the smooth functioning of the RO plant. Also
Vendor has to arrange for testing of RO plant out put water at a
reputed laboratory at his own cost.

11.0 PERFORMANCE GAURANTEE (DEFECT LIABILTY PERIOD)

The vendor shall guarantee the RO plant for a period of 18 months


from the date of supply or 12 months from the date of successful
commissioning. Any damage or defect that may arise or lie
undiscovered at the time of commissioning shall be rectified or
replaced by the vendor at his own cost (free of cost). The decision of
the Engineer In-charge/Site-In charge/Owner shall be the final in
deciding whether the defect has to be rectified or replaced.

Vendor shall be responsible for proper design, quality, workmanship,


operation & maintenance of all equipment, accessories, etc. supplied
by the Vendor.

Performance bank guarantee (PBG) as per HPCL format on a


nationalized bank for 10% of total bill value , valid for warranty period
shall be furnished by the contractor or Retention money of 10% of the
total bill value shall be deducted from contractors bill and shall be
held free of interest till the warranty period is over.

Further Vendor shall provide written guarantee that the back up


engineering, maintenance and spare parts shall be available for a
minimum period of 5 years after warranty period for all equipment
supplied by the vendor .

It shall be obligatory on the part of the Vendor that during the defect
liability period / warranty period, Vendor will take complete
responsibility for any defect observed in the plant . Cost of all spares ,
equipment, instruments & services,(be preventive & breakdown) to
take care of the above points has to be borne by the vendor during
the warranty period .In case of Failure to attend to these promptly,
these will be attended through alternate agency at vendors risk and
cost.

The vendors resident engineer will check and service of each


equipment and instrument and its accessories and maintain them in
good working condition. Any consumables required and servicing the
equipments shall be arranged by the Vendor at no extra cost to HPCL
during Warranty.

Vendor shall operate the plant during warranty period and operating
cost and cost of consumable such as salt etc. shall be included in the
quoted rate of RO plant (item no. 1). No extra payment will be made
on account of operation and maintenance during warranty period..

Vendor Shall provide Resident engineer with minimum one year


experience /familiarity in erection / commissioning / maintenance of
RO plant/STP and should be positioned at the location during working
hours for taking care of normal operation, all Preventive & Breakdown
Maintenance during the total warranty period. The Resident engineer
shall submit fortnightly report on the System operation, preventive and
Breakdown maintenance carried out. This includes backup coverage
for such engineers for vacations, illness, training etc at no additional
costs.

12.0 POST WARRANTY COMPREHENSIVE ANNUAL MAITENANCE CONTRACT


(C A M C)

RO Plant to be operated and maintained by vendor for a period of 3


(three) years after expiry of warranty period. Cost of all consumables
like salt, antiscalant, catridge etc., spares, equipment, instruments and
Services, (preventive & Breakdown) to take care of maintenance to
be borne by the vendor during the AMC period and rate quoted for
operation and AMC shall include cost of the same. In case of failure
to attend service call within 2 days, these will be attended through
alternate agency at vendors risk and cost.
The Post warranty comprehensive AMC shall be a separate contract
and shall be signed at beginning of the respective year. The post
warranty Comprehensive AMC rates quoted in price shall be included
in the evaluation.

Monthly one visit for preventive maintenance and break down


maintenance as & when required are included in scope of A.M.C
(Annual Maintenance Contract).

The vendors service engineer will check each equipment & instrument
and its accessories and maintain them in good working condition. Any
consumables required for servicing the equipments shall be arranged
by the Vendor at no extra cost to HPCL during CAMC.

Vendor shall maintain minimum consumables for smooth working of RO


plant.

HPCL can terminate the annual maintenance contract by giving three


months notice advance to the vendor in case of unsatisfactory service.

During the AMC, Vendor will hold the inventory of minimum spares at
the site required for maintaining the system in operating condition. The
vendor shall ensure availability of spares (at minimum ) at all times at
the site and in the custody of HPCL location in charge. The vendor
should do proper spares management by carrying out periodical
testing of the spares, safeguards against obsolescence, any
upgradation, timely replenishment, etc.

The Vendor must note that all commissioning spares and the spares /
consumables during warranty and comprehensive CAMC shall be
supplied by the vendor free of cost.

Agreement for the post warranty CAMC shall be entered before the
start of each year. HPCL reserves the right to sign the post warranty
AMC for all 3 years or part of it or none or to extend the contract after 3
years subject to mutual consent.

Arrangements to be Provided By HPCL:

01. Shed & Platform for equipments.

02. Power Supply for all equipments including


earthing, Cabling etc.

S-ar putea să vă placă și