supply, erection and commissioning of demonstration ... · lsu drier whereas bag filter is proposed...

43
B Supply, Ere Demonstration Sheller hav respects and o Punjab State MGSIP P We Page 1 of 43 BID DOCUMENT FOR ection and Commission n Pollution Control Unit ving Mechanical Driers other works contingent Council for Science & Techn PA Complex, Sector-26 Chandigarh Phone : 0172-2795001, 2792325 Fax : 0172-2793143 ebsite: http://www.pscst.gov.in ning of ts in Rice in all t thereto nology,

Upload: truongkhue

Post on 31-Aug-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

BID DOCUMENT

Supply, Erection and Commissioning of Demonstration

Sheller having Mechanical Driers in all respects and other works contingent thereto

Punjab State MGSIPA Complex, Sector

Phone : 0172

Website:

Page 1 of 43

BID DOCUMENT

FOR

Supply, Erection and Commissioning of

Demonstration Pollution Control Units Sheller having Mechanical Driers in all

respects and other works contingent thereto

Council for Science & Technology, MGSIPA Complex, Sector-26 Chandigarh

Phone : 0172-2795001, 2792325 Fax : 0172-2793143

Website: http://www.pscst.gov.in

Supply, Erection and Commissioning of Units in Rice

Sheller having Mechanical Driers in all respects and other works contingent thereto

Technology,

Page 2 of 43

SCHEDULE OF EVENTS

Name of Project : Pilot Study for Control of Pollution from Driers of the Dry Rice Shelling Units before its Replication at a wider Scale in the State of Punjab

Description of Work : Supply, Erection and Commissioning of Demonstration Pollution Control Units in Rice Sheller having Mechanical Driers in all respects and other works contingent thereto

Pre bid meeting : 28.05.2013 at 14:30 hrs. in the premises of M/s R.S. Enterprises, Opp. Gurudwara Tahla Sahib, P.O. Gilwali, Tarn Taran Road, Amritsar

Last Date and time for receipt of bids : 10.06.2013 by 15:00 hrs.

Time and date of opening of Technical Bids

: 10.06.2013 at 15:30 hrs.

Place for receipt and opening of bids : PSCST Office

Officer inviting bids : Additional Director, Punjab State Council for Science & Technology, MGSIPA Complex, Sector 26, Chandigarh - 160019

Page 3 of 43

SECTION – 1

INSTRUCTION TO BIDDERS

Page 4 of 43

GENERAL

1.0 About the Assignment

There are about 3000 rice shellers in Punjab out of which 2500 are of dry

type. In the dry type shellers, about 2000 rice shellers resort to sun drying for

drying the paddy whereas the remaining 500 rice shellers use mechanical

driers for drying the paddy. Most of these rice shellers have a shelling

capacity of 2-4 T/hr of rice. Driers used are of two types namely Louisiana

State University (LSU) called Open Type Drier and Baffle / Columnar Type

called Tray Type Drier. The foremen and operators working in these shellers

do not possess sufficient technical background and same primitive practices

have been followed for the last couple of decades without any significant

improvement in the rice milling technologies. These units generate

substantial amount of air pollution as a result of emissions from various

operations such as pre-cleaning, drying and milling.

In view of the gravity of environmental pollution caused by this Industrial

Sector, the Punjab Pollution Control Board (PPCB) entrusted a project to

Punjab State Council for Science & Technology (PSCST) for carrying out

“Pilot Study for Control of Pollution from Driers of the Dry Rice Shelling Units

before its Replication at a Wider Scale in the State of Punjab”. Further, it was

desired that the technology for the control of air pollution from drier be

implemented in rice shellers having different types of driers by setting up of

Demonstration Pollution Control Units (DPCUs)

The unit of M/s R.S. Enterprises, Amritsar, having both types of drier (LSU as

well as Tray) has been finalized for setting up of the DPCUs. The capacity of

the rice sheller is 2 T/hr or 24 T/day. A typical rice sheller generally consists

of cleaning section, drying section followed by milling section. The scope of

the proposed study is only limited to cleaning and drying sections. The

major source of dust emission are unloading area (where paddy is unloaded

into haudi from bags), elevator (used for transferring the paddy from haudi to

pre-cleaner and drier etc.), pre-cleaners (basically vibratory screens used for

Page 5 of 43

cleaning the impurities) and driers (used for drying the paddy). The industry

has already provided APCDs mainly cyclones to control air pollution from

these sections. These APCDs were found to be locally fabricated and

unscientifically designed thereby found to be not achieving the prescribed

emission norms.

1.1 Performance Monitoring of Existing APCDs and Characterization of Emissions

PSCST with the help of Shriram Institute for Industrial Research, Delhi

carried out detailed emission monitoring in the rice sheller of M/s R.S.

Enterprises, Amritsar having both types of driers (Tray as well as LSU) so

as to evaluate the performance of existing APCDs and to generate the

baseline data for designing the APCDs which is at Annexure-I.

After detailed study, it is proposed to install two cyclones in parallel

followed by a bag filter for the cleaning section of each Tray drier and

LSU drier whereas bag filter is proposed for Tray drier as well as LSU

drier to achieve prescribed SPM emission standard of 500 mg/Nm3 with

details as under:

Sources of Dust Generation

Technology Air Quantity

Pressure Drop

Power Type of Bag Filter

Type of Cleaning

TRAY DRIER

Cleaning Section

Haudi, bucket elevators, pre-cleaner

Two Cyclones (in parallel) followed by a bag filter

Cyclones–4000 cmh each Bag filter – 8000 cmh

350 mm 20 HP Pulse Jet On Line

Drying Section

Bucket elevators

Bag filter 9200 cmh 250 mm 15 HP Pulse Jet On Line

LSU DRIER

Cleaning Section

Haudi, bucket elevators, pre-cleaner

Two Cyclones (in parallel) followed by a bag filter

Cyclones–5000 cmh each Bag filter –10000 cmh

350 mm 25 HP Pulse Jet On Line

Drying Section

Drier Bag filter 15000 cmh 250 mm 25 HP Pulse Jet On Line

Design details of proposed air pollution control devices are indicated in

Section:2 of bid document.

Page 6 of 43

1.2 Present Setup at M/s R.S. Enterprises

The industry has already provided set of cyclones followed by settling chamber to control the pollution from cleaning and drying section of Tray drier. It has provided cyclone followed by settling chamber to control the pollution from cleaning section of LSU drier. However, it has not provided any air pollution control device to control the pollution from drying section. The APCDs already provided by the industry was found to be locally fabricated and are not achieving the emission norms prescribed by the Punjab Pollution Control Board. Further, lot of fugitive emissions was observed in the shop floor which authenticates the inadequacy of existing air pollution control systems.

2.0 Scope of Bid

PSCST is inviting the bids from the reputed manufacturers / consulting firms which are working successfully in the field of industrial air pollution control for supply, erection and commissioning of Demonstration Pollution Control Units (DPCUs) complete in all respects for two types of driers under the project “Pilot Study for Control of Pollution from Driers of the Dry Rice Shelling Units before its replication at a wider scale in State of Punjab” sponsored by Punjab Pollution Control Board, Patiala. The scope of work is as under:

• Supply, erection & commissioning of Demonstration Pollution Control Units (DPCUs) complete in all respects for following two types of driers at M/s R.S. Enterprises, Opp. Gurudwara Tahla Sahib, P.O. Gilwali, Tarn Taran Road, Amritsar:

Sr. No.

Type of Drier No. of DPCUs

DPCU for

1. Tray Drier One Cleaning Section

One Drying Section

2. LSU Drier One Cleaning Section

One Drying Section (Optional)

• Each DPCU shall consist of following components meeting the technical specifications and drawings as detailed in Section:2 of Bid Document and approved amendments, if any, during pre-bid meeting:

� Ducting to contain the dust from various sources including duct supports, flanges with gaskets, dampers etc.

� Pulsejet bag filter with or without set of cyclones along with standard accessories such as butter fly valves, rotary air lock, bags, cages, venturi, venturi plate, electronic sequential controller / PLC, solenoid valves, timer with relay, hoppers etc.

Page 7 of 43

� Interconnecting ducting from cyclone to bag filters and bag filters to ID fan and ID fan to stack including duct supports, flanges with gaskets, dampers etc.

� ID Fan and motor complete with its accessories such as V-belts, common base frame, belt guard etc.

� Provision of compressor along with FLU unit and related pipeline to common header for supplying dry air to bag filter (Common compressor be provided for DPCUs for cleaning and drying section of Tray drier)

� Stack with sampling platform and approach ladder (Common

stack may be provided for DPCUs for cleaning and drying section of Tray drier).

� All Civil works such as foundation for cyclones, bag filter, ID Fan & motor, stack and dust collection chamber room beneath set of cyclones etc.

� All electrical works including electric cabling, earthing, electric panel etc.

� Instrumentation such as manometer etc.

� Other requisite accessories, if any

• The firm shall satisfy himself about the design and specifications of DPCUs as detailed in Section – 2 of the bid document and amendment, if any, be suggested in the pre-bid meeting.

• The executing firm / bidder shall be solely and fully responsible to achieve SPM stack emission standard less than 500 mg/Nm3 as prescribed by Punjab Pollution Control Board.

• Stack sampling, after successful commissioning of DPCUs, shall be carried out by PSCST from NABL approved lab in the presence of bidder. However, the cost towards sample collection and analysis shall be borne by PSCST.

• Bidder shall supply operation and maintenance manual for the successful operation of DPCUs.

• Bidder shall provide training to the maintenance staff of rice sheller for the successful operation & maintenance of DPCUs.

• Defect liability period would be one year from the date of commissioning of DPCUs.

• Bidder can visit the site to study the process and infrastructure details on their own before quoting the rates.

• PSCST can increase or decrease the scope of work depending upon the site conditions.

Page 8 of 43

3.0 Exclusions (Not in the Scope of work of the bidder)

• Provision of space for DPCUs including dismantling of existing Air Pollution Control Systems for both types of driers.

• Power supply to run the DPCUs.

4.0 Eligibility Criteria

• Proprietor or one of the Directors / Partner of the bidding firm shall be a graduate in engineering (proof to be attached).

• Bidding firm should have fabrication infrastructure facilities or should have tie up with the fabrication house. The proof of tie ups shall be submitted with the bid, without which the bid will be rejected. The bidder will not be allowed to change the fabrication house after the award of work without prior approval of the Department.

• Bidding firm should have successfully executed similar works of erection and commissioning of at least 10 Air Pollution Control Devices (APCDs) consisting of cyclones and pulsejet bag filters during the last 3 financial years.

• To qualify for award of work, each bidder in its own name or in the name of one of the Directors / Partner of the firm should have in the last 5 years i.e. 2008-09 to 2012-13, achieved, in at least one financial year, a minimum annual financial turnover of Rs. 75.00 lacs (Bidder to submit

balance sheet certified by Chartered Accountant).

5.0 Earnest Money

• The bidder shall furnish, as part of his bid, an earnest money of Rs. 50000/- in the form of bank draft or cheque at par in favor of “Punjab State Council for Science & Technology” payable at Chandigarh.

• Any bid not accompanied by earnest money shall be rejected by the PSCST as non-responsive.

• The earnest money of unsuccessful bidders will be returned within 30 days from award of work to successful bidder.

• The earnest money of successful bidder shall be released after the completion of Defect Liability Period and on the recommendations of Department.

• The earnest money may be forfeited if the bidder withdraws the bid after bid opening.

6.0 Submission of Bids

6.1 The bidders, who satisfy the above said eligibility criteria should submit

their bids in 3 separate envelops marked as A,B & C. All the envelops

Page 9 of 43

should be sealed individually and placed in a sealed cover duly marking the envelope as “Supply, Erection and Commissioning of Demonstration Pollution Control Units in Rice Sheller having Mechanical Driers in all respects and other works contingent thereto”.

• Envelop A: This shall contain earnest money

• Envelop B: This shall contain all other details, duly signed bid documents except the financial bid.

• Envelop C: It shall contain only financial bid duly filled in the prescribed format as indicated in Section:3 of Bid Document.

6.2 The bid shall be signed by a person or persons duly authorized to sign on behalf of bidder. The person or persons signing the bid shall initial all pages of the bid as a token of acceptance of the terms and conditions of the bid.

6.3 The sealed envelopes shall be addressed to the PSCST at the following address:

Additional Director Punjab State Council for Science & Technology, MGSIPA Complex, Adj. Sacred Heart School, Sector – 26, Chandigarh – 160019

6.4 If the bid are not sealed and not marked as above, the PSCST will assume no responsibility for the misplacement or premature opening of the bid.

7.0 Deadline for submission of the bids

7.1 Bids must be received in the office of PSCST at the address specified above not later than 15:00 hrs on 10.6.2013. In the event of the specified date for the submission of bids declared as a holiday, the bids will be received up to the appointed time on the next working day.

7.2 The PSCST may extend the deadline for submission of bids by informing to the bidders.

7.3 Any bid received by the PSCST after the deadline prescribed, will be returned unopened to the bidder.

8.0 Bid Opening

8.1 The bids received (except those received late) shall be opened in the presence of the bidders or their authorized representative who choose to attend at 15:30 hrs on 10.06.2013 in PSCST office. The authorized representative of bidder without authority letter shall not be entertained. In the event of the specified date of the bids opening being declared as a

Page 10 of 43

holiday, the bids will be opened at the scheduled time and location on the next working day.

8.2 The bidder’s names, the bid prices, the total amount of each bid, and such other details as the PSCST may consider appropriate, will be announced by the PSCST or authorized representative at the opening of bids.

9.0 Clarification of Bidding Documents

A pre-bid meeting is to be held in the premises of beneficiary unit i.e. M/s R.S. Enterprises, Opp. Gurudwara Tahla Sahib, P.O. Gilwali, Tarn Taran Road, Amritsar on 28.05.2013 at 14:30 hrs for clarifications, if any. The bidder or his authorized representative with authority letter can attend the pre-bid meeting. The authorized representative without authority letter shall not be entertained.

10.0 Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the PSCST may modify the bidding documents by issuing addenda

10.2 Any addendum thus issued, shall be part of the bidding documents and shall be communicated in writing to all the bidders.

11.0 Documents Comprising the Bid

The bid submitted by the bidder shall comprise the following:

a) Earnest money

b) Complete Bid Document duly signed by the bidder

c) Financial bid duly filled& signed

d) Any other materials / documents required to be submitted by bidder in accordance with the instructions given in the document.

12.0 Bid Validity

Bids shall remain valid for a period of 90 days after the deadline date for bid submission. A bid valid for a shorter period shall be rejected by the PSCST as non-responsive.

13.0 Process to be Confidential

13.1 Information relating to the examination, clarification, evaluation and comparison of bids and recommendations of the awards of contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any effort by a bidder to influence the PSCST or authorized representative in processing of bids or awards decisions may result in the rejection of his bid.

Page 11 of 43

13.2 PSCST reserves the right to accept or reject any bid and to cancel the bidding process at any time prior to the award of contract.

14.0 Clarification of Bids

14.1 To assist in the examination, evaluation and comparison of bids, the PSCST or authorized representative may, at his discretion, ask any bidder for clarification of his bid, including breakdown of unit rates. The request for clarification and the response shall be in writing but no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the PSCST or authorized representative in the evaluation of the bids.

14.2 No bidder shall contact the PSCST or authorized representative on any matter relating to its bid from the time of bid opening to the time the contract is awarded. If the bidder wishes to bring additional information to the notice of the PSCST or authorized representative, it should do so in writing.

14.3 PSCST reserves the right to verify information submitted by the bidder and can also call for any additional information in proof of statements made in the bid.

15.0 Correction of Errors

15.1 Bids submitted will be checked by the PSCST or its authorized representative for any arithmetic errors. PSCST or its authorized representative will correct errors as follows:

a) Where there is a discrepancy between the rates in figures and in words, the rate in words will govern.

b) Where there is a discrepancy between the unit rate and the total amount, the unit rate will govern.

c) Where there is a discrepancy in calculation of total bid amount, such error shall be corrected and final amount shall be worked out for evaluation.

15.2 The amount stated in the bid will be adjusted by the PSCST or its authorized representative in accordance with the above procedure for the correction of errors and with the concurrence of the bidder, shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount, the bid will be rejected.

16.0 Evaluation of bids

16.1 Envelop A: containing earnest money shall be opened first. The bids without full amount of earnest money shall be rejected and hence forth no further evaluation shall be done for such cases.

Page 12 of 43

16.2 Envelop B: containing bid document along with other details provided by the bidder in support of meeting the eligibility criteria shall be scrutinized with respect to eligibility criteria mentioned in the bid document. The bids which do not fulfill the eligibility criteria shall be rejected and Envelop C containing financial bid shall not be opened for such cases. The technical bids shall be evaluated by a Committee constituted for the purpose which shall be put up to the competent authority for final approval. Bidders shall furnish all information, the Department may require and clarifications whatsoever during evaluation of technical bids. The Committee will carry out detailed evaluation of the bids in order to determine whether the technical aspects are in accordance with the requirements set forth in the bid document. Bidders whose offers may deviate from the approved bid document shall be asked to confirm their acceptance of approved specifications, terms and conditions.

After technical equalization is completed in manner explained above, the bidders may revise their price bid, if they feel necessary, by submitting ‘Addendum Price’ (plus or minus upon the original financial bid) in a sealed cover within prescribed time as intimated to bidders during evaluation of technical bid.

16.3 After the Technical Bid Evaluation is completed, the date for Financial Bid opening shall be separately intimated to those bidders whose technical bid is found responsive.

16.4 Financial Bid (Envelop C) of those bidders will not be opened whose technical bids are non-responsive.

16.5 Financial bid (Envelop C) including ‘addendum price’ if any, shall be opened on the date and time so intimated, in presence of intending bidders or their authorized representatives who may like to be present.

16.6 The Evaluation Committee reserves the rights to accept or reject any variation, deviation or alternative offer.

17.0 Notification of Award

The bidder / bidders whose bid has been accepted will be notified of the award indicating rate, term and conditions by PSCST or its authorized representative prior to expiration of bid validity period by fax / email or facsimile confirmed by registered letter.

18.0 Safety Measures

18.1 The successful bidder shall abide by all statutory labour laws and shall be responsible for taking precautionary measures for the safety of life of men working under him and the responsibility arising due to any mishap during the execution of work. The payment of any compensation etc. lies entirely on the part of the bidder and the PSCST would, in no way, be responsible or liable to consider any claim submitted to it by any employee of the agency.

Page 13 of 43

18.2 Competent and qualified staff shall only be employed by the agency to ensure proper execution of the contract.

19.0 Other Requirements:

19.1 Packing, forwarding and transportation

Packing shall be sturdy and adequate to protect all components and accessories from injury by corrosion, dampness, heavy rains, breakage and vibration encountered during transportation, handling and storage at the plant site.

19.2 Erection and Commissioning (E & C)

The successful bidder shall be responsible for satisfying himself and the Department as to the correctness of the electrical and mechanical connections between all equipment in his supply. DPCU shall be considered as commissioned after the successful trial runs by the bidder and on the satisfaction of Department.

19.3 Delivery/Commissioning

• The delivery and commissioning of all the equipments as per the specifications shall be 10 weeks from the date of placing the confirmed order.

• Earlier commissioning is preferred.

• Penalty @ 0.1% of the award value per week be imposed in case of delivery beyond the scheduled date of DPCUs

19.4 Defect Liability Period

• Defect Liability period would be one year from the date of commissioning of DPCUs.

• Bidder shall attend to the trouble shooting, as and when required, during defect liability period.

• Bidder shall repair / replace the damaged components of DPCUs during the defect liability period.

20.0 Arbitration

If any dispute or difference of any kind whatsoever shall arise between the PSCST or its authorized representative and the successful bidder in connection with or arising out of this contract or the execution of work there under, it shall be referred for settlement to Principal Secretary / Secretary to Govt. of Punjab, Department of Science, Technology & Environment or his nominee whose decision would be final

Page 14 of 43

and binding to both the parties. The arbitration will be held as per the Arbitration & Conciliation Act, 1996. All disputes shall be subject to the jurisdiction of courts at Chandigarh alone. However, before undertaking any legal steps, the parties hereby reiterate and agree to mobilize all efforts and to enter into discussions / negotiations in order to find out mutually acceptable settlement of such a dispute.

Page 15 of 43

Annexure-I

Details of Emission Monitoring Data

Particle Size Fraction Particle Size Distribution % by mass

< 0.41µm 0.07

0.41-0.61µm 0.12

0.61-1.0 µm 0.27

1.0-2.0 µm 0.59

2.0-3.2 µm 0.50

3.2-4.6 µm 1.47

4.6-6.8 µm 4.55

6.8-8.2 µm 28.45

8.2-10.9 µm 20.86

90-10.9 µm 30.78

212-90 µm 4.38

425-212 µm 3.15

> 425 µm 4.82

As per particle size distribution of dust, 3% of the particles were found to be

less than 5 micron, 53% particles between 5-10 microns and 45% particles

more than 10 microns. The large fraction of the particles was found to be

coarser in nature.

The average dust concentration before APCD varies from 5684-17781

mg/Nm3 in cleaning section of LSU drier and 823-1440 mg/Nm3 in cleaning

and drying section of Tray drier. The specific dust load (kg emission/T of raw

material processed) varies from 8.44-31.45 kg/T in LSU drier and 0.72-2.46

kg/T in Tray drier. Moreover, lot of fugitive emissions was observed in the

shop floor which authenticates the inadequacy of existing pollution control

systems.

Page 16 of 43

Description of work: Supply, Erection and Commissioning of Demonstration Pollution Control Units in Rice Sheller having Mechanical Driers in all respects and other works contingent thereto

CONTRACTOR’S BID

To Additional Director

Punjab State Council for Science & Technology, 2nd Floor – MGSIPA Complex, Adj. Sacred Heart School, Sector 26, Chandigarh – 160 019

Sir, We offer to execute the works described above in accordance with the conditions of Contract accompanying this bid. This bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any bid you receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act, 1988”. We hereby confirm that this bid complies with the bid validity and bid security required by the bidding documents. We hereby certify that financial bid is as per the format and does not contain any condition/variation clause in the format. Yours faithfully, Authorized Signature: Name and Title of Signatory:________________ Name of bidder: _________________ Address:____________________________________________

_____________________________________________________

Page 17 of 43

SECTION: 2

TECHNICAL SPECIFICATIONS

AND DRAWINGS

Page 18 of 43

2.1 Tray Drier (Baffle / Columnar)

2.1.1 Cleaning Section

The various sources of dust generation are:

• Raw material unloading area (haudi)

• Bucket elevator – 1 no. (transferring paddy to pre-cleaner)

• Pre-Cleaner (Vibrating Screen)

In addition to above, the sides of the vibrating screen also need to be

enclosed for effective containment of dust. The details of recommended dust

extraction points are as under:

Sr. No.

Description No. of Suction Points & Size

1 Haudi (5.5’ x 4’) 1 no. of 6”dia

2 Elevator (used for transferring the paddy to pre-cleaner)

2 no. of 4”dia each (top and bottom of elevator)

3 Pre-Cleaner (side suction) 1 no. of 6”dia

4 Pre-Cleaner (top suction) 1 no. of 11”dia

Technical Specifications (Material specifications are detailed at Section: 2.3)

Sr. No.

Description Specifications

1. Technology Cyclone (2 no. in parallel) followed by common bag filter

2. Ducting inclusive of flanges, gasket, bends & elbows, supports etc.

52 m2

3. Cyclone – 1 Refer Drawing no. PSCST/CC/397/106

Capacity 4000 cmh

Dimensions Diameter (D) – 800 mm

a = 400 mm

b = 150 mm

H = 3200 mm

h = 1200 mm

De = 400 mm

B = 300 mm

S = 400 mm

Pressure Drop 100 mm of WC

Efficiency 85-90%

Dust discharge mechanism Butterfly valve

Page 19 of 43

4.

Cyclone – 2 Refer Drawing no. PSCST/CC/397/106

Capacity 4000 cmh

Dimensions

Diameter (D) – 800 mm

a = 400 mm

b = 150 mm

H = 3200 mm

h = 1200 mm

De = 400 mm

B = 300 mm

S = 400 mm

Pressure Drop 100 mm of WC

Efficiency 85-90%

Dust discharge mechanism Butterfly valve

5. Bag Filter Refer Drawing no. PSCST/CC/397/107-110

Type of Bag Filter Pulse-Jet

Capacity 8000 cmh

Air to Cloth ratio 150 m3/m2/hr

Type of Bag Non-Woven

Material of Bag Polyester, Teflon coated

Type of Cleaning On Line

Likely No. of bags 32 (4 rows x 8 bags/row) with bag size of 160 mm diameter / 3200 mm long

Size of Bag Filter 2.0 x 1.0 x 5.0 m

Pressure Drop 150 mm of WC

Efficiency >99%

Dust discharge mechanism Rotary valve

6. ID Fan

Capacity 8000 cmh

Total Pressure 350 mm

Type Centrifugal, V-belt driven, Backward curved with radial blade

Shaft BHP 15

Recommended Motor Rating 20

7. Compressor and Stack Common for Cleaning & Drying section of Tray drier (Details in 2.1.2)

2.1.2 Drying Section

The various sources of dust generation are:

• Bucket elevator – 1 no. (transferring paddy from pre-cleaner to 1st column

of drier)

• Bucket elevators – 7 no. (used for transferring paddy to individual columns

of drier)

• Bucket elevator – 1 no. (transferring paddy from 8th column of drier to

storage and packing bin)

In addition to above, the top bin and the discharge chute of each column of

drier also need to be enclosed for effective containment of dust (Refer

Page 20 of 43

drawing no. PSCST/CC/397/105&111). The details of recommended dust

extraction points are as under:

Sr. No.

Description No. of Suction Points & Size

1 Elevator (transferring paddy from pre-cleaner to 1st column of drier)

2 no. of 4”dia each (top and bottom of elevator)

2 Elevator (used for transferring paddy to individual columns of drier)

14 no. of 4”dia each (top and bottom of elevator)

3 Elevator (transferring paddy from 8th column of drier to storage and packing bin)

2 no. of 4”dia each (top and bottom of elevator)

Total number of suction points 18

Technical Specifications (Material specifications are detailed at Section: 2.3)

Sr. No.

Description Specifications

1 Technology Bag filter

2 Ducting inclusive of flanges, gasket, bends & elbows, supports etc.

81 m2

3 Type of Bag Filter Pulse-Jet

Capacity 9200 cmh

Air to Cloth ratio 150 m3/m2/hr

Type of Bag Non-Woven

Material of Bag Polyester, Silica coated

Type of Cleaning On Line

Likely No. of bags 40 (4 rows x 10 bags/row) with bag size of 160 mm dia / 3200 mm long

Size of Bag Filter 2.5 x 1.0 x 5.0 m

Pressure Drop 150 mm of WC

Efficiency >99%

Dust Disposal Mechanism

Rotary Valve

4 ID Fan

Capacity 9200 cmh

Total Pressure 250 mm

Type Centrifugal, V-belt driven, Backward curved with radial blade

Shaft BHP 12

Recommended Motor Rating

15 HP

5. Compressor Common for Cleaning & Drying section DPCUs of Tray drier

Capacity 15 cfm

Pressure 5-7 kg / cm2 at header

Page 21 of 43

6. Stack Common for Cleaning & Drying section DPCUs of Tray drier

Diameter 0.75 m

Height 20 m from Ground Level

Drawings Refer Drawing no. PSCST/CC/397/107 & 111-113

2.2 LSU Drier (Open Type) 2.2.1 Cleaning Section

The various sources of dust generation are:

• Raw material unloading area (haudi)

• Bucket elevator – 1 no. (transferring paddy to pre-cleaner)

• Pre-Cleaner (Vibrating Screen)

• Bucket elevator – 1 no. (transferring paddy from pre-cleaner to drier)

In addition to above, the sides of the vibrating screen also need to be

enclosed for effective containment of dust. The details of recommended dust

extraction points are as under:

Sr. No.

Description No. of Suction Points & Size

1 Haudi (18’x15’) 2 no. of 6”dia each

2 Elevator (used for transferring the paddy to pre-cleaner)

1 no. of 6”dia

(at bottom of elevator)

3 Pre-Cleaner (side suction) 1 no. of 6”dia

4 Elevator (used for transferring paddy from pre-cleaner to drier)

2 no. of 4”dia each

(at top & bottom of elevator)

5 Pre-Cleaner (top suction) 1 no. of 12”dia

Technical Specifications (Material specifications are detailed at Section: 2.3)

Sr. No.

Description Specifications

1. Technology Cyclone (2 no. in parallel) followed by common bag filter

2. Ducting inclusive of flanges, gasket, bends & elbows, supports etc.

67 m2

3. Cyclone – 1 Refer Drawing no. PSCST/CC/397/106

Capacity 5000 cmh

Dimensions Diameter (D) – 900 mm

a = 450 mm

Page 22 of 43

b = 175 mm

H = 3600 mm

h = 1350 mm

De = 450 mm

B = 325 mm

S = 450 mm

Pressure Drop 100 mm of WC

Efficiency 85-90%

Dust discharge mechanism Butterfly valve

4. Cyclone – 2 Refer Drawing no. PSCST/CC/397/106

Capacity 5000 cmh

Dimensions Diameter (D) – 900 mm

a = 450 mm

b = 175 mm

H = 3600 mm

h = 1350 mm

De = 450 mm

B = 325 mm

S = 450 mm

Pressure Drop 100 mm of WC

Efficiency 85-90%

Dust discharge mechanism Butterfly valve

5. Bag Filter Refer Drawing no. PSCST/CC/397/114-116

Type of Bag Filter Pulse-Jet

Capacity 10000 cmh

Air to Cloth ratio 150 m3/m2/hr

Type of Bag Non-Woven

Material of Bag Polyester, Silica coated

Type of Cleaning On Line

Likely No. of bags 40 (4 rows x 10 bags/row) with bag size of 160 mm dia / 3200 mm long

Size of Bag Filter 2.5 x 1.0 x 5.0 m

Pressure Drop 150 mm of WC

Efficiency >99%

Dust Disposal Mechanism Rotary Valve

6. ID Fan

Capacity 10000 cmh

Total Pressure 350 mm

Type Centrifugal, V-belt driven, Backward curved with radial blade

Shaft BHP 18

Recommended Motor Rating 25

7. Compressor

Capacity 10 cfm

Pressure 5-7 kg / cm2 at header

8. Stack

Diameter 0.6 m

Height 20 m from Ground Level Drawings Refer Drawing no.

PSCST/CC/397/107 & 111-113

Page 23 of 43

2.2.2 Drying Section - Optional

Hot air is supplied to the drier through inverted V shape channels (known as

jigs) and a major portion of this air along with dust dislodged from the paddy

grains during the process is discharged from the opposite end and small

percentage of this air escapes from the top end of the drier. The flue gas

mainly consists of dust adhered on the outer surface of the hull due to its

typical shape and fines inherently grown on the outer surface of the hull,

which are detached due to abrasion and attrition process of the paddy inside

the drier.

Initially, it is proposed to have enclosure by way of providing vertical sheet on

the side of source of dust emissions from the drier with tapered bottom only

to settle the coarser dust by gravity. After its implementation, work zone and

ambient monitoring is to be carried out. If the SPM emission levels are found

to be beyond the permissible limits, then bag filter be provided as per the

technical specifications hereunder which has been asked as optional item in

the bid document.

A canopy hood as shown below is proposed to contain the emissions from the

top of the settling chamber to be followed by pulse-jet bag filter with technical

specifications as under:

Page 24 of 43

Technical Specifications (Material specifications are detailed at Section: 2.3)

Sr. No.

Description Specifications

1 Technology Bag filter

2 Ducting inclusive of flanges, gasket, bends & elbows, supports etc.

42 m2

3 Type of Bag Filter Pulse-Jet

Capacity 15000 cmh

Air to Cloth ratio 150 m3/m2/hr

Type of Bag Non-Woven

Material of Bag Polyester, Silica coated

Type of Cleaning On Line

Likely No. of bags 60 (6 rows x 10 bags/row) with bag size of 160 mm dia / 3200 mm long

Size of Bag Filter 2.5 x 1.5 x 5.0 m

Pressure Drop 150 mm of WC

Efficiency >99%

Dust Disposal Mechanism

Rotary Valve

4 ID Fan

Capacity 15000 cmh

Total Pressure 250 mm

Type Centrifugal, V-belt driven, Backward curved with radial blade

Shaft BHP 19

Recommended Motor Rating

25 HP

5 Compressor

Capacity 12 cfm

Pressure 5-7 kg / cm2 at header

6 Stack

Diameter 0.7 m

Height 20 m from Ground Level Drawings Refer Drawing no.

PSCST/CC/397/114-115 &117-119

Page 25 of 43

2.3 Material Specifications Sr. No.

Description Specifications

1. Duct – from suction point to APCD (Cyclone / Bag Filter), APCD to ID Fan and ID Fan to Stack

Material of Construction (MOC) – Mild Steel (MS)

Thickness – 1.6 mm

Paint – 2 coats of Red Oxide Paint

2. Flange at Duct Joints MOC – MS

Thickness – 5 mm

Paint – 2 coats of Red Oxide Paint

3. Flange with Gasket MOC – Polyurethane

Thickness – 5 mm

4. Duct Supports

a With Shed

O Clamp supported with GI threaded rod of 10 mm thickness

b With Side Wall

MOC – MS angle 40 x 40 x 5 mm with two coats of red oxide paint with Fasteners

(MOC-MS Nickel Polished, Thickness – 12 mm)

c With Ground

MOC – MS angle 50 x 50 x 5 mm with two coats of red oxide paint with Fasteners

(MOC-MS Nickel Polished, Thickness – 12 mm)

Support to Duct – MS round sheet of 3 mm Thickness

5. Cyclone MOC – MS

Thickness – 2.5 mm

Paint – 2 coats of Red Oxide Paint with 2 coats of enamel paint

Page 26 of 43

6. Bag Filter

Type of Bag Non Woven – 550 GSM

MOC of Bag Polyester, Silica coated

Type of Bag Filter Pulse Jet

Type of Cleaning On Line

Bag Cage GI with aluminium coating

Venturi MOC-Aluminium, thickness – 2 mm

Venturi Plate MOC-MS, Thickness – 3 mm

Solenoid Valves Size – 1.5” Diaphragm valves

Pressure – 5-7 kg/cm2 at header

Make – Maniks / Digital promoters/ Precision

PLC Make – Siemens / Perfect Power / L&T

Timer with Relay Make – EAPL / Perfect Power / Intech

Dual Starter Type – Star Delta

Make – Siemens / L&T/ Crompton

Central Shell , Top Shell & Hopper of Bag Filter

MOC-MS

Thickness – 2.5 mm with 2 coats of red oxide paint and 2 coats of enamel paint

Inspection window in central shell

7 Compressor Make – Kirloskar / Siemens / ELGI / Equivalent

8 Stack MOC – MS, Thickness - 4 mm

9 Supporting Structure

a Cyclone ISMC- 75 x 50 x 5 mm

b Bag Filter ISMC- 125 x 50 x 6 mm with monkey ladder for main tenace approach

10. ID Fan Type – Centrifugal

V-belt driven

Backward curved with radial blade

MOC (Casing, Impeller & Shaft) – MS

Thickness

Casing &Impeller-3 mm

Paint – Blade coated with red oxide paint and blower with enamel paint, inspection window to be provided in blower

11. Motor Make - Crompton / ABB / BhartBijli

Type – 4 Pole

12. Instrumentation Manometer – U-Tube Manometer (1 No.) with bag filter to check the pressure drop across the bag filter

13. Covering of Sides of Pre-Cleaner for containment of dust emission

Flexible Flat Strips (Make-Polyethylene)

Thickness – 3 mm

Page 27 of 43

Page 28 of 43

Page 29 of 43

Page 30 of 43

Page 31 of 43

Page 32 of 43

Page 33 of 43

Page 34 of 43

Page 35 of 43

Page 36 of 43

Page 37 of 43

Page 38 of 43

Page 39 of 43

Page 40 of 43

Page 41 of 43

SECTION: 3

FINANCIAL BID

Page 42 of 43

Financial Bid Submission Form

S. No.

Description Quantity Capital Cost (in Rs.)

Taxes & Duties (in Rs.)

Total (in Rs.)

Supply erection and commissioning of DPCU complete in all respects meeting the technical & material specifications and drawings as mentioned in Section: 2 of bid document for:

1 Cleaning section of Tray Drier

One

2 Drying section of Tray Drier

One

3 Cleaning section of LSU Drier

One

Grand Total Grand Total In Figures:……………………………………………… In Words : ……………………………………………..

Note:

1. The rates of DPCUs should be F.O.R. M/s R.S. Enterprises, Opp. Gurudwara Tahla Sahib, P.O. Gilwali, Tarn Taran Road, Amritsar.

2. For evaluation purpose, total capital cost of all the DPCUs as mentioned above shall be considered. However, PSCST reserves the right to allot the work for all the DPCUs or part thereof. In case of partial allotment, total cost of the proposed DPCUs shall be considered for evaluation and award of work.

3. The cost of optional / additional items shall not be considered for evaluation purpose and in case of need be, lowest of all the bidders under optional item shall be paid to the successful bidder.

4. Quantity of ducting inclusive of flanges, gasket, bends & elbows and supports etc. has been specified for each DPCU in Section 2 of bid document. The same would be considered for evaluation purpose. However, the payment for the extra or less quantity shall be made / deducted on pro-rata basis as per actual on unit rate basis.

Payment Terms

1. Capital Cost of DPCUs

a. 70% on receipt of the DPCUs complete in all respects in original, unused and good condition meeting all the specifications within 15 days from receipt against invoice.

b. 20% after successful installation & commissioning of DPCUs to the satisfaction of Committee constituted for the purpose.

c. Balance 10% within 30 days of date of commissioning subject to achieving the emission norms as prescribed by Punjab Pollution Control Board

2. Deductions - While releasing payment, Tax deduction at source (TDS), Taxes and other duties shall be deducted by PSCST, as applicable, as per statutory Rules of GOI / GOP.

Signature with Rubber Stamp

Page 43 of 43

Optional / Additional Items

S. No.

Description Unit Capital Cost (in Rs.)

Taxes & Duties (in Rs.)

Total (in Rs.)

1 Supply erection and commissioning of DPCU complete in all respects meeting the technical & material specifications and drawings as mentioned in Section: 2 of bid document for Drying section of LSU Drier

One

2 Ducting inclusive of flanges, gasket, bends & elbows etc.

per sqm

3 Supports for Duct / Structures etc

per kg

Note: 1. The cost of optional / additional items shall not be considered for evaluation purpose and in case

of need be, lowest of all the bidders under optional item shall be paid to the successful bidder.

2. Quantity of ducting inclusive of flanges, gasket, bends & elbows and supports etc. has been specified for each DPCU in Section 2 of bid document. The same would be considered for evaluation purpose. However, the payment for the extra or less quantity shall be made / deducted on pro-rata basis as per actual on unit rate basis.

Signature with Rubber Stamp