0% found this document useful (0 votes)
21 views121 pages

Pre Bid Reply LOT3

The document addresses bidders' pre-bid queries related to the tender for setting up a Storm Water Guard Pond and Zero Liquid Discharge Plant at GAIL Pata. It includes clarifications on equipment requirements, vendor lists, process diagrams, and various technical specifications necessary for accurate cost estimation. The responses emphasize the importance of detailed engineering and adherence to tender requirements for successful bidding.

Uploaded by

kajoldubey1001
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
21 views121 pages

Pre Bid Reply LOT3

The document addresses bidders' pre-bid queries related to the tender for setting up a Storm Water Guard Pond and Zero Liquid Discharge Plant at GAIL Pata. It includes clarifications on equipment requirements, vendor lists, process diagrams, and various technical specifications necessary for accurate cost estimation. The responses emphasize the importance of detailed engineering and adherence to tender requirements for successful bidding.

Uploaded by

kajoldubey1001
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 121

Reply to Bidder’s Pre-Bid Queries Lot-3

2024_GAIL_207048_1
Tender ID 2024_GAIL_207048_1
Tender Reference No. GAIL/ND/CnP/ZLD PATA/W603/2024
Tender Title Setting up Storm Water Guard Pond, RO Based Zero Liquid Discharge (ZLD) Plant, New WWTP and Augmentation of Existing WWTP at GAIL
Pata On OPEN International Competitive Bidding Basis.
Client M/s GAIL (India) Limited
Consultant M/s PDIL

Reference Bidding Document


Sl. No. Subject Bidder’s Query GAIL’s clarification
Sec. No. Page No. Clause No.
1. Kindly request you to provide the following basic Bidder to develop based on the
documents to have levelled platform & for at proposed system during detail
par bidding engineering.
1. Equipment List - covered all units required in
PC-II, RO-ZLD and storm water
Basic information 2. pond
SECTIONVI - - required related to 3. Process & Instrumentation diagram
Process scheme 4. Battery limit interface documents with fluid
operating & design condition.
5. Plant layout - Readable Copy
6. Minimum design flow rate of all
Above information is very critical to have the
accurate cost estimation for all the bidders.
2. Please furnish the P & ID including requirement of
all instruments, manual valves, on-off valves
and control valves, tank isolation valves, MOC
of pipe for various services. This information
is very critical to have the accurate cost Bidder to evaluate during detail
estimation for all the bidders. engineering. Flow Transmitter
SECTIONVI - - Drawing - P & ID
In view of the above, we kindly request you to to be provided at all pump
furnish the P & ID to avoid item/equipment & discharge common header.
instrumentation scope issues during detail
engineering. For example requirement of
Analyzer, Flow meter etc. and piping, tanks,
Tank isolation valve, valve etc.
3. Please provide the approved vendor list for Bidder shall select sub
process items like SBR, Floating oil skimmer, vendors from the vendor list
Vendor list 512 Vendor list
Packing for saturation vessel, Walnut shell as specified in the tender.
filter media, Micron cartridge, RO Membrane, “In case vendor for any

Page 1 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Centrifuge, Combo unit, Static Mixer, Agitator, items are not available in
Auto Backwash Filter, Filter Media, Air the given list, then bidder
Diffuser, HRSCC, clarifier, Thickener etc. shall ensure that sub vendor
for the
specified item has supplied
item for the specified
service & the supplied item
is in satisfactory
service since last 3 years as
on date of offer, along with
successful PTR. The same
shall be
acceptable after approval of
Client/ PMC.”

Kindly follow Tender


requirement Vendor List
Section - 11.0 (SHEET 2 OF
275)
4. Bidder to establish with prior
approval of PMC, being an
Please provide order of precedence in case of LSTK tender.
General - - Governing Document any mismatch found in the documents for
process. Kindly refer Clause 67.8 of
SCC.

5. Kindly follow Tender


requirement Vendor List
Section-11.0 (SHEET 2 OF
275) In case vendor for any
Single vendor is given for UF Membrane. Please items are not available in
Vendor list 512 Vendor list provide additional vendor name for UF the given list, then bidder
system. shall ensure that sub vendor
for the
specified item has supplied
item for the specified
service & the supplied item

Page 2 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
is in satisfactory
service since last 3 years as
on date of offer, along with
successful PTR. The same
shall be acceptable after
approval of Client/ PMC.”
6.

As per process description, Effluent stream Shall be as per Schematic


sanitary sewage is proposed to be routed to Flow diagram.
existing aeration tank.
Routing of sanitary
1.0 10 of 2231 3.1.2 sanitary sewage is already
sewage But as per schematic flow diagram, sanitary routed to existing aeration tank
sewage is already routed existing aeration in (Refer Sl. No. 10 of Process
tank in existing facility. reply to Pre-Bid Queries, lot-1)

PMC to clarity on the same.


7.

As per process description & schematic flow


diagram of existing WWTP (Drg. No. PC286-
7611-046), Treated spent caustic from PC-I &
In line with tender document &
WAO PC-II are directly routed to existing
Schematic flow diagram.
MRS-I.
1.0 10 of 2231 3.1.2 Routing of Spent caustic Treated spent caustic from PC-
But as per schematic flow diagram of spent
I & WAO PC-II are proposed to
caustic treatment system (Drg. No. PC286-
transfer to spent caustic
7611-050), Treated spent caustic from PC-I &
treatment facility and then
WAO PC-II are proposed to transfer to spent
transfer to existing MRS-I.
caustic treatment facility and then transfer to
existing MRS-I.

PMC to clarity on the same.


8. Details of existing equalization
tank are as mentioned below:
Details of existing 1) PMC to provide detail of existing equalization
1.0 10 of 2231 3.1.2 equalization tank.
i) Nominal Capacity : 2775 M3.
tank 2) Requirement of slotted pipe skimmer is
ii) Liq Stored : 2400 M3
manual or automatic. PMC to clarify.
iii) Stored Temp: 25 0C

Page 3 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
iv) Blanketing Gas : NA
v) Shape : Rectangular
vi) Size : 37 M X 20 M
vii) Liq Depth + Free board
above TWL(M): 3.25M+.50
ix) Residence Time: 16 hrs
a. Bidder to provide
automatic slotted pipe skimmer
across the width of the
equalization tank.
9.
As per schematic flow diagram of existing WWTP,
existing surge pond is having motorized oil
skimming arrangement with oil scum launder 1W+1S, Pump required,
and slop oil transfer to existing slop oil sump. replace the existing with new
Skimming arrangement one with automatic de-oiler
1.0 10 of 2231 3.1.2
for existing surge pond. So PMC to clarify the requirement of separate de- pipe across the width of surge
oiling pipe skimmer with 1 No of new Slop oil pond .
sump and 2 Nos of new slop oil transfer
pumps. How it will be work as existing oil
skimming arrangement system is already in
working condition.
10.

1) PMC to provide capacity of slop oil collection


sump for surge pond. 1. Bidder to evaluate.
2) PMC to provide Flow rate and Head of Slop oil 2. Bidder to evaluate.
Capacity of slop oil transfer pumps (2 Nos). 3. Same as existing in line with
3.0 40 of 2231 General 3) Destination of discharge of new slop oil
handling system Schematic flow diagram.
transfer pump is not provided in tender 4. in bidder scope.
document. PMC to provide clarity on the As per Tender document
same.
4) Scope of suction piping transfer pump and
discharge piping up to destination point is not
mentioned in tender document. PMC to
provide clarity on the same.
11. Oil Skimming Bidder to provide slotted pipe,
3.0 41 of 2231 General
arrangement for TPI-I skimming mechanism not

Page 4 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
required for TPI.

1) PMC to note that timer based skimming


arrangement and Motorized slotted pipe
skimmer both are not possible installed in
single TPI-I basin. PMC to re-check and
confirm the requirement.

2) It is not possible to connect all slotted pipe


skimmer as single unit. Two nos of motors for
slotted pipe skimmer must require for two nos
of existing TPI bays. PMC to re check and
confirm.
12.
3.0 41 of 2231 General Size of On-Off valve Bidder to evaluate .
PMC to provide size of On/Off valve. We
assumed that it is pneumatic operated valve.
13.

1) There is no details provided in tender


document about new sludge sump for DAF-I & 1. Refer Anexure-1 and 3
II page No. 18 and 22 of 2231.
Capacity of New sludge 2) PMC to provide capacity of new sludge sump 2. Bidder to evaluate.
3.0 41 of 2231 General
sump system for DAFI & II. 3. Bidder to evaluate.
3) PMC to provide Flow rate and Head of 4. Bidder to evaluate.
Thickener feed pumps (2 Nos).
4) Scope of suction piping with valve transfer
pump and discharge piping with valve up to
destination point is not mentioned in tender
document. PMC to provide clarity on the
same.
14. Internal mechanism of DAF
Replacement of DAF
3.0 41 of 2231 General system needs to be replaced.
mechanism
As per scope of work, DAF mechanism requires As per Tender document.

Page 5 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
comprehensive examination to Optimize its
performance.

Whereas in design basis, internal mechanism of


DAF system need to replaced.

PMC to provide clarity on the same.


15. To be consider by bidder
during their site visit.
Replacement of DAF PMC to provide drawing of both DAF systems for
3.0 41 of 2231 General
mechanism costing of DAF mechanism.
Refer Amendment for
Specification of DAF tank.
16.

PMC to provide existing P&ID of both DAF As per Tender document.


system for sizing of self-actuating pressure Available details shall be
3.0 41 of 2231 General P&ID of DAF system control valve, On-off valve in airline, On-off provided with the successful
valve in sludge line & Flow transmitter in DAF Bidder.
recycle pump discharge.

P&ID must require for costing.


17. Existing Alum dosing system
can be used for FeCl3 dosing
Bidder understand that only Alum dosing as per compatibility. Bidder to
chemical need to be replaced with FeCl3 also consider the
chemical. All existing chemical dosing system interconnection between Fecl3
3.0 41 of 2231 General FeCl3 dosing system like Alum Dosing tank, Alum dosing Pump, bulk storage tank to alum
Alum dosing tank agitator will be used FeCl3 dosing system.
dosing chemical.
Refer Sl. No. 61 of Process
PMC to confirm bidder understanding. reply to Pre-Bid Queries, lot-1.
18.
Bidder understand that New caustic dosing
pumps shall be directly taking suction from
existing bulk caustic storage tank and Refer Sl. No. 62 of Process
3.0 41 of 2231 General Caustic dosing system
provision for taking suction connection from reply to Pre-Bid Queries, lot-1.
Bulk caustic storage tank shall be available in
bulk caustic storage tank.

Page 6 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
PMC to confirm bidder understanding.

19.
Bidder understand that contractor has to
considered separate two nos of caustic dosing Refer Sl. No. 62 of Process
3.0 41 of 2231 General Caustic dosing system pumps for pH adjustment tank-1 & other two reply to Pre-Bid Queries, lot-1.
nos of caustic dosing pumps for pH
adjustment tank-2.

PMC to confirm bidder understanding.


20.
To be considered by bidder
based on their site visit.
Design of Aeration
3.0 41 of 2231 General
Blower and Diffuser PMC to provide Inlet / outlet parameter like BOD,
COD, TKN etc for aeration tank to design
capacity of aeration blower and diffuser.
21.
1) As per design basis, Diameter of WSF shall be
2.8m and hydraulic loading rate shall be 25
m3/m2/hr. So based on above data, calculated
maximum flow rate shall be 153 m3/hr. 1) Please refer Note-1 page
no. 121 of 2231.
2) Bidder understand that Total Oil at inlet of 2) Given parameter is treated
WSF shall be 10 ppm. PMC to confirm bidder effluent parameter.
understanding. 3) It shall be automatic.
Design of Walnut shell 3) PMC to confirm that Operation of Walnut shell 4) Separate pump & blower to
3.0 41 of 2231 General
Filter filter is automatic or manual. be provided for WSF for
4) As per design basis, Backwash flow rate shall PC-I & PC-II).
be 300 m3/hr. Bidder understand that 5) Separate pump & blower to
separate WSF Backwash pump shall be be provided for WSF for
considered for walnut shell filter. PMC to PC-I & PC-II).
confirm bidder understanding.
5) Bidder understand that for air scouring of
walnut shell filter, separate air scouring blower
to be provide for walnut shell filter. PMC to
confirm bidder understanding.
22. Bidder to decide based on inlet
3.0 41 of 2231 General Size of Bio tower Unit
parameter.

Page 7 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
PMC to provide size of type of Flow instrument at
inlet of Bio Tower inlet.
23.

Refer Tender doc & Schematic


Flow Diagram, bidder to collect
3.0 41 of 2231 General Drawing of Clarifier-I&II the information during their site
PMC to provide drawing of final clarifier-I & II for
visit.
costing of mechnism.

24.

As per scope of work, Qty of TPI feed pumps are As per Schematic flow
3 Nos. diagram.
3.0 43 of 2231 1.2 No of TPI Feed pumps
,Qty of TPI feed pumps shall be
But as per PFD, Qty of TPI feed pumps shall be 4 4 Nos (2W+2S)
Nos (2W+2S).
PMC to confirm the Qty of TPI feed pumps.
25.
1.Bidder to evaluate.
1) PMC to provide drain Size of both grit
3.0 40 of 2231 General Drain of grit chamber 2. Existing Sump
chambers
2) PMC to provide destination of grit chamber
drain line.
26. Pipe Sizes
OWS- PC-II- 4’’
CRWS –OWS- PC-II-
common header- 14’’.
At the inlet of MRS-12’’
3.0 40 of 2231 General Drain of grit chamber
PMC to provide size of type of Flow instrument at As per P&ID of existing
inlet of stream from PC-I (MRS-I), PC-II system. However bidder to
(OWS) & PC-II (CRW). reconfirm the same after award
of Job.

27. Bidder to evaluate during site


3.0 40 of 2231 General Cover requirement visit for existing plant, all VOC
PMC has to provide the details of covered units in the upstream of DAF

Page 8 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
existing VOC emission unit and Non covered including DAF shall be
existing VOC emission unit. covered.

So that bidder can calculate the cost of cover


requirement in Non covered existing VOC
emission unit.
28. Line will be routed to new
1.1.1 18 of 2231 SFD Meaning of rerouted line PMC to clarify the meaning of rerouted line. destination as per given
modification.
29. As per SFD, Sodium acetate dosing system
proposed for existing aeration tank.

But as per scope of work or any other tender


documents, nothing has been mentioned Refer Schematic Flow
Requirement of sodium about the requirement of sodium acetate diagram, Bidder to evaluate
1.1.1 19 of 2231 SFD
acetate dosing dosing system for existing bio logical the requirement based on
treatment. standard practice.

PMC to clarify the requirement of sodium acetate


dosing system for existing biological
treatment.
30. Details of existing Chemical
Sludge Pump are as
mentioned below:

i) No. of pumps : 2(1+1)


PMC to provide flow rate and head of existing
Replacement of ii) Nominal Capacity :4 m3/hr
1.1.1 19 of 2231 SFD chemical sludge pumps which shall be
chemical sludge pump iii) suction press: 0.7 kg/cm2abs
replaced with new rotary lobe pumps.
iv) discharge press :1.5 kg/cm2
abs
v) diff pressure : 0.8 kg/cm2

31. Bidder understand that in existing system OWS


effluent & CRW effluent from PC-II is
Please refer 3.0, 4.0, 5.0 of
transferred to MRS-I. But in proposed scheme,
section 4, design basis and
1.1.1 19 of 2231 SFD Effluent line from PC-II OWS effluent & CRW effluent from PC-II shall
attached annexure-I and
be transfer to New equalization tank.
annexure-II of Tender.
PMC to confirm bidder understanding.

Page 9 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
32. As per SFD, OWS effluent & CRW effluent from
PC-II shall be transfer to New equalization
tank. Also OWS effluent & CRW effluent from
PC-I shall be proposed to transferred to New
equalization tanks through Effluent transfer
pumps.
Effluent line from PC-II Refer annexure-II page no.20
1.1.1 18 of 2231 SFD
& PC-I of 2231.
PMC to clarify that how effluent from PC-I & PC-II
shall be segregating in New equalization tanks
and clarify that how Effluent from PC-II shall
be transferred to new proposed ETP and
Effluent from PC-I shall be transferred to
existing ETP.
33. As per tender documents, Design effluent flow of
PC-II is 150 m3/hr at new equalization tank
and backwash waste and centrate from New
ETP shall be transferred to MRS-I. Bidder to consider the
provision of internal backwash
Design capacity of new
1.1.1 20 of 2231 SFD So bidder understand that new ETP for PC-II waste and centrate during the
WWTP for PC-II
effluent shall be design on 150 m3/hr without day to day operation of the
including internal backwash waste and Plant for system design.
centrate.

PMC to confirm bidder understanding.


34. As per SFD, Line from existing MRS-II sump shall
be proposed to new CRW buffer storage tank.

PMC to clarify that how CRW effluent will be flow


Bidder to decide based on their
1.1.1 20 of 2231 SFD Existing MRS-II from existing MRS-II sump to CRW buffer feed
site visit experience.
tank without any pumps. Also there is no
description about routing of CRW effluent from
existing MRS-II sump to CRW buffer feed tank
in any other tender document.
35. As per SFD, Slop oil and sludge from CRW buffer
feed tank shall be routed to existing Bidder to consider during detail
Routing of sludge and underground slop oil sump and oily sludge engineering, Sludge & Slop oil
1.1.1 20 of 2231 SFD slop oil from CRW feed respectively. may be routed to PC-II area.
tank Line must be considered to
As per Layout, CRW buffer feed tank shall be avoid choking.
located in proposed new ETP area.

Page 10 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

So it will be very difficult to transfer sludge and


slop oil line from new ETP to existing WWTP
via underground.

So we suggest to combine sludge and slop oil line


to new ETP’s Sludge and slop oil line for easy
and free flowing.

PMC to confirm.
36. Flow rate and head of
PMC to provide Flow rate and head of new TPI
1.1.1 20 of 2231 SFD New TPI feed pump Bidder to decide.
feed pump CRW for PC-II.
CRW (PC-II)
37. PMC to provide location of all existing unit of
WWTP in overall layout as we could only able
to locate guard pond, surge pond, aeration
tank and final clarifiers.

It is very important for bidder to locate all the


existing units of WWTP as some of units shall
be integrating with new WWTP and some of
unit have modification / rectification in existing Separate chemical house for
WWTP. PC-II & RO ZLD dosing to be
Locating of Existing
5.2.3 358 of 2231 Overall Layout considered to keep the
facility
Like caustic dosing system to provide from distance short & ease of
existing bulk storage tank. So installation of operation.
caustic dosing pump and working out piping
from caustic dosing pump to pH adjustment
pumps bidder need location of existing bulk
caustic storage tank and existing both pH
adjustment tanks.

So PMC to locate all existing unit of WWTP in


overall plot plant.
38. Bidder to decide, Utility Tie-Ins
details already marked in
Location of Piping
5.2.3 358 of 2231 Overall Layout overall plot plan, bidder to
battery limit
1) Bidder understand that all the incoming & consider isolation valve &
outgoing line for new chain of ETP shall be sampling point as minimum.

Page 11 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
locate at single point within allocated area for
new chain ETP.

*** List of all incoming lines shall be as below:


- Effluent Line from PC-II
- Effluent line from CRW PC-II
- Bio sludge line from existing biological
treatment
- Effluent transfer pump dis ch. line (existing
MRS-I)
- Treated spent caustic from WAO
- Treated spent caustic from PC-II

*** List of all Outgoing lines shall be as below:


- Line from Equalization tank to existing TPI
(PC-I)
- Line from New TPI feed pump CRW (PC-II) to
existing TPI (PC-II)
- Treated effluent from new chain
- Oily & chemical superabundant pump
discharge line
- Wet slop oil transfer pump discharge line
- Treated spent caustic from spent caustic
treatment

PMC to confirm bidder understanding.

2) PMC to provide exact piping battery limit. It is


very important for working out cost of piping.
39. PMC to provide line size and battery limit
condition like pressure, temperature , flow
rate etc shall be provide for all coming and
outgoing lines. Below are list of incoming and As per Tender & bidder to
Battery limit condition for
outgoing line at new ETP chain. determine the information
all incoming and
5.2.3 358 of 2231 Overall Layout during site visit.
outgoing line of new
- Effluent Line from PC-II
ETP
- Effluent line from CRW PC-II
- Bio sludge line from existing biological
treatment
- Effluent transfer pump disc. line(existing MRS-

Page 12 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
I)
- Treated spent caustic from WAO
- Treated spent caustic from PC-II
- Line from Equalization tank to existing TPI
(PC-I)
- Line from New TPI feed pump CRW (PC-II) to
existing TPI (PC-II)
- Treated effluent from new chain
- Oily & chemical supernatant pump discharge
line
- Wet slop oil transfer pump discharge line
- Treated spent caustic from spent caustic
treatment
40. PMC to mark exact location of Bio tower feed
Location of existing pump and Bio tower in layout for installation of
5.2.3 358 of 2231 Overall Layout Bidder to decide.
facility New walnut shell filter with associated facility
and piping.
41. PMC to mark exact location of all existing VOC
emission units of PC-I and also provide
Location of existing
5.2.3 358 of 2231 Overall Layout tentative location for installation of VOC Bidder to decide.
facility
absorber, ID fan for VOC absorber and Vent
stack.
42. Bidder understand that spent caustic treatment
facility shall be installed in New proposed ETP
Location of Spent
5.2.3 358 of 2231 Overall Layout area. Bidder to decide.
caustic treatment facility
PMC to confirm bidder understanding.
43. As per TP-B for New ETP chain, Cooling water is
missing at tie in point of New ETP chain. Noted
Requirement of Cooling Cooling water is required for cooler of SBR air Tie in point and routing shall
5.2.3 358 of 2231 Overall Layout
water at New ETP blower and SBR air blower. be decided during detail
engineering stage by LSTK in
PMC to add cooling water in TP-B. consultation with PMC/Owner.
44. A per process data sheet of New TPI (PC-II), total
No of Bay are 2 Nos (1W + 1S).
Bidder to decide based on
detailed engineering in
4.0 123 of 2231 Data sheet Operation of TPI Bay PMC to note that One no of working bay can’t
consultation with PMC/Owner.
handle 150 m3/hr of design flow rate.
Minimum 2 Nos of working bay must required
to handle design flow rate.

Page 13 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

PMC to check and clarify.


45. Bidder under that requirement On/Off valve shall
On/Off valve to be provided on
On/Off valve at Oil be at common header of Oil skimmer and
common sludge header and
4.0 124 of 2231 Data sheet skimmer and De sludge common header desludge line of TPI system.
automatic slotted pipe skimmer
of TPI
shall be provided for each bay.
PMC to confirm bidder understanding.
46.
Tender condition will prevail.
Bidder understand that shape of DAF system
4.0 128 of 2231 Data sheet Shape of DAF System shall be decide contractor.

PMC to confirm bidder understanding.


47. For Agitator compartment 5
PMC to provide retention time for pH adjustment min & Transfer compartment
4.0 131 of 2231 Data sheet Retention time
tank. 30 Min or Bidder may consider
based on their calculation.
48. As per SFD, flow sequence of effluent shall be pH
adjustment tank – SBR tank feed pump –
Walnut shell filter – SBR feed tank - SBR feed
Pump and SBR.

SBR feed tank pump or But as per Process data sheet, Flow sequence of As per SFD.
4.0 131 of 2231 Data sheet
WSF feed pump effluent shall be pH adjustment tank – SBR
tank feed pump-SBR feed tank- WSF feed
pump - Walnut shell filter and SBR.

PMC to confirm which flow sequence of effluent


shall be follow.
49.

For Inlet parameter for PC-I &


SBR effluent PC-II effluent parameter, refer
4.0 134 of 2231 Data sheet
Characteristics Technical amendment.
PMC to note that in absence of above parameter
value at inlet of new ETP chain for PC-II, SBR
Inlet parameter value shall be considered
same as outlet parameter value of SBR.

Page 14 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
50.

Requirement of Tank
PMC to clarify the requirement of tank bottom Bidder to decide during detail
1.1.1 22 of 2231 SFD Bottom sludge transfer
sludge transfer pump as sludge line from engineering based on layout
pump
equalization tank shall be directly transferred
to Oily sludge sump.
51. As per SFD, type of oily & chemical sludge
thickener feed pump shall be Positive
displacement screw type.
Type of Oily sludge
1.1.1 22 of 2231 SFD As per data sheet.
thickener feed pump
As per Data sheet, type of oily & chemical sludge
thickener feed pump shall be Positive
displacement rotary lobe type.
52.
Location of Wash water PMC to note that there is no Secondary ACF in
4.0 146 of 2231 Data sheet
pump new ETP chain. So please clarify location of Suction to be taken from SBR
wash water pump. Feed Tank.
53. As per SFD, type of Wet slop oil transfer pump
shall be Positive displacement screw type.
Type of Wet slop oil
1.1.1 22 of 2231 SFD As per data sheet.
transfer pump As per Data sheet, type of Wet slop oil transfer
pump shall be Positive displacement rotary
lobe type.
54. PMC to note that process data sheet no.32 & 60
both are for wet slop oil transfer pump for
Data sheet of Wet slop ETP. Sl. No. 60 to be considered, Sl.
4.0 176 of 2231 Data sheet
oil transfer pump no. 32 stands deleted.
PMC to clarify the requirement of separate two
type of wet slop oil transfer pump in New ETP.
55. PMC to clarify that why quantity of Acid day tank
Qty of Acid and Caustic & Caustic day tank is 1 No. as holding period
4.0 176 of 2231 Data sheet As per NIT
day tank of each tanks are 12 hours. Also quantity of all
other tanks are 2 Nos.
56. Tank to be considered, bidder
Requirement of sodium PMC to clarify the requirement of sodium acetate to consider the system as per
4.0 182 of 2231 Data sheet
acetate dosing tank dosing tank. good engineering practice in
consultation with PMC/Owner.
57. Requirement of Oil Bidder to decide in
1.0 15 of 2231 3.1.5
catcher & Observation consultation with PMC/Owner,

Page 15 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
basin. PMC to specify the scope of construction of oil also refer Schematic flow
catcher and observation chamber with diagram attached in Tender.
dimensions.

58.
Bidder understand that two Nos of sluice gate
Requirement of sluice shall be provided for storm water drain route to Bidder understanding is correct
1.0 15 of 2231 3.1.5 storm guard pond and other for storm water
gate valve Sluice gate required
drain route to OSBL drain.

PMC to confirm bidder understanding.


59.

Bidder understand that scope of Baffle in Scope of providing Baffle wall


3.0 46 of 2231 1.4 Baffle arrangement trapezoidal drain at various location and as per design requirement is
collection & transfer of oil to WWTP shall be under LSTK contractor.
not under this contract.

PMC to confirm bidder understanding.


60.

Attending of leakage Bidder understand that attending of leakage in


basin & channel of cooling towers shall be not Bidder understanding is
3.0 46 of 2231 1.4 and draining of cooling
under this contract. correct.
tower

PMC to confirm bidder understanding.


61.
As per scope of work, existing storm water drain
channel to connect to proposed new storm
water guard pond. Refer Schematic flow diagram
Existing storm water
3.0 47 of 2231 1.4 page no. 25 of 31 Note- 8
drain As per SFD, there is no connection between attached in Tender.
existing storm water drain channel and
proposed new storm water guard pond.

PMC to clarify the same.

Page 16 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
62.

1) PMC to provide FGL of area allocated for


storm water drain.
2) PMC to provide width of existing storm water Bidder is advised to visit the
Existing storm water drain inlet to storm water pond. site to collect all such
3.0 47 of 2231 1.4 3) PMC to provide invert level of existing storm
drain size and depth information as drawing is not
water drain at inlet of storm water pond. available.

PMC to note that invert level of existing drain


must required for calculated water depth and
total depth of storm water pond.
63.
Requirement of
3.0 47 of 2231 1.4 As per NIT.
instrument PMC to provide list of required instruments for
monitoring the storm water quality.
64.
Slotted deoiler pipe shall be
installed on the storm water
PMC to note slop oil from storm water TPI shall guard pond.
be collected in slop oil sump and then Floating slop oil shall be
transferred to Wet slop oil sump. collected in slop oil sump
through floating arm suction
Requirement of rotary PMC to clarify that why separate rotary lobe and then combined TPI slop oil
3.0 47 of 2231 1.4 lobe pump for storm pump with separate oil line to WWTP provide and slop oil from storm water
water guard pond from storm water guard pond. We can collect guard pond shall be
floating slop oil in slop oil sump through transferred to WWTP.
floating arm suction and then combined TPI
slop oil and slop oil from storm water guard Accordingly manual operated
pond shall be transferred to WWTP. rotary lobe pump is not
required.
PMC to check and confirm.
65. Diversion may be decided
based on the lab analysis
report/visual inspection/
Storm water drain to analyzer display to either RO
3.0 47 of 2231 1.4 As per SFD and other tender documents, treated
WWTP plant or to storm water channel
storm water having capacity of 500m3/hr shall outside battery limit.
be transferred to RO recycle Plant (100m3/hr)
and existing storm water channel (400m3/hr).

Page 17 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

We are not getting regarding pumping of storm


water to WWTP. There is no provision in SFD
for storm water diverting to WWTP.

PMC to clarify the requirement and provide


details in SFD.
66.
PMC to note that there is no pumps envisaged for
transfer of 100 m3/hr to proposed RO-
Recycle.
Refer Technical Amendment.
Storm water pump to
3.0 47 of 2231 1.4 In SFD for 100 m3/hr of proposed RO recycle
RO recycle plant
plant, tapping taken from line going from ACF
treated water (500m3/hr) to existing storm
water channel.

PMC to check and confirm requirement of pumps.


67.

1) Bidder understand that all the incoming &


outgoing line for storm water guard pond area
shall be tap-off at single point within allocated
area for storm water guard pond. To be decided by bidder based
on their site visit.
***List of all incoming lines shall be as below:
Location of Piping - Storm water from ex. TPI
5.2.3 358 of 2231 Overall Layout battery limit in storm - Storm water from PC-I Tentative battery limit already
water guard pond area marked in overall plot plan
***List of all Outgoing lines shall be as below: however exact location shall
- Slop oil Line from oil sump to Wet slop oil be finalized during DED with
sump approval of PMC/Owner.
- Sludge oil Line from oil sump to Wet slop oil
sump
- Treated storm water to RO recycle plant

PMC to confirm bidder understanding.

Page 18 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
2) PMC to provide exact piping battery limit
location in layout. It is very important for
working out cost of piping.
68. PMC to provide line size and battery limit
condition like pressure, temperature , flow
rate etc shall be provide for all coming and
outgoing lines. Below are list of incoming and
outgoing line at storm water guard pond area.
Battery limit condition for As per tender document.
all incoming and Further available data shall be
5.2.3 358 of 2231 Overall Layout - Storm water from ex. TPI
outgoing line of storm shared with successful bidder.
- Storm water from PC-I
water guard pond area
- Slop oil Line from oil sump to Wet slop oil
sump
- Sludge oil Line from oil sump to Wet slop oil
sump
- Treated storm water to RO recycle plant
69.
PMC to note that pH of inlet storm water hasn’t
mentioned in tender document and also value
of maintain pH of storm water hasn’t
mentioned in tender document.

PMC to clarify on what basis we can provide acid


and alkaline dosing system? Acid & Alkaline dosing not
Requirement of acid &
1.1.1 25 of 2231 SFD envisaged to storm water
alkaline dosing PMC has to provide quality of inlet and treated guard pond, hence the clause
storm water to have provision of acid and stands deleted.
alkaline dosing system.

PMC to note that If we have to maintain certain


pH in storm water guard pond then very large
amount of acid and alkali chemicals shall be
required due to large size of storm water
guard pond.
70.
Requirement of Slop oil
As per Tender document.
pump and sludge pump
1.1.1 25 of 2231 SFD However same to be evaluate
for storm water gaurad
PMC has to provide final information for by bidder during site visit.
pond
requirement of Slop oil transfer pump and

Page 19 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
sludge transfer pump during bidding stage
only for costing purpose.
71. Please provide minimum capacity of Slop oil
Capacity of Slop oil
4.0 221 of 2231 Data sheet sump and Sludge sump for storm water guard Bidder to decide.
sump and Sludge sump
Pond.
72. Capacity & head of Slop Please provide minimum capacity & head of Slop
4.0 221 of 2231 Data sheet oil pump and sludge oil pump and sludge pump for storm water Bidder to decide.
pump guard Pond.
73.

If capacity of Storm water treatment system shall


Capacity of TPI feed be 500 m3/hr and No. of working TPI feed
4.0 219 of 2231 Data sheet pump in storm water pumps are 2 Nos then Capacity of each TPI Refer Technical Amendment.
guard pond feed pumps shall be 250 m3/hr instead of 500
m3/hr.

PMC to check and confirm.


74. A per process data sheet of TPI (storm water
guard pond), total No of Bay are 2 Nos (1W +
1S).

Operation of TPI Bay in PMC to note that One No. of working bay can’t
4.0 219 of 2231 Data sheet Refer Technical Amendment.
storm water guard pond handle 500 m3/hr of design flow rate.
Minimum 5 Nos of working TPI bay must
required to handle design flow rate.

PMC to check and clarify.


75. Bidder under that requirement On/Off valve shall
On/Off valve at Oil On/Off valve to be provided on
be at common header of Oil skimmer and
skimmer and De sludge common sludge header and
4.0 220 of 2231 Data sheet common header desludge line of TPI system.
of TPI in storm water automatic slotted pipe skimmer
guard pond shall be provided for each bay.
PMC to confirm bidder understanding.
76.

Qty of Filters in storm PMC to note that if 1 No. of working vertical Dual
4.0 220 of 2231 Data sheet Refer Technical Amendment.
water guard pond media filter is not possible for handling 500
m3/hr design flow rate @ provided hydraulic
loading rate.

Page 20 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

Minimum 3 Nos of working + 1 No of stand by


vertical Dual media filters having diameter of
4.3m shall be required in storm water
treatment.

PMC to check and confirm.

It is also applicable for activated carbon filters.


77. PMC to note that provided storage capacity of
intermittent sump i.e. 30m3 is operationally not
Bidder to consider Minimum 15
suitable for treatment of filtration and
min. retention time for filtration
backwashing of filter.
+ minimum one backwash
Storage capacity of volume of filters for intermittent
4.0 220 of 2231 Data sheet Minimum 15 min. retention time is required for
intermittent sump sump. Accordingly, storage
filtration + minimum one backwash volume of
capacity of intermittent sump
filters for intermittent sump.
i.e. 30 m3 stands deleted.
PMC to check and confirm storage capacity of
intermittent sump.
78. Bidder to consider Air Blower
Details of air blower required for filters system of
for filter back wash plus
storm water package is not found in tender
Requirement of air provision of standby.
4.0 220 of 2231 Data sheet document.
blower for filter
PMC to provide the same.
79. Transfer Pump of 100 m3/hr
stands deleted. Bidder to
consider provision of 250
m3/hr of treated water to
Bidder understand that Flow control valve with
existing guard pond and storm
flow transmitter to be provide in treated storm
water channel for disposal.
water line routed to RO recycle plant for
Flow control for treated Provision of on-off valve shall
1.1.1 25 of 2231 SFD transferring 100 m3/hr of flow at controlled
storm water line be provided in the guard pond
rate.
line & FT with control valve in
storm water disposal line.
PMC to confirm bidder understanding.
Refer Technical Amendment.

Page 21 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
80. Bidder understands that pneumatic operated Pneumatic operated On/Off
Automatic operation of On/Off valve shall be considered for automatic valve shall be considered for
1.1.1 25 of 2231 SFD
filter operation of DMF and ACF in storm water automatic operation of DMF
treatment package. and ACF.
81.

Bidder to evaluate during site


visit.
1.1.1 25 of 2231 SFD Storm water from PC-I PMC to note that outgoing Storm water line from
PC-I is not found in existing SFD of PC-I.

PMC to provide details.


82.

B/L line shown in the SFD (PC-


286-7611-0049) shall be
considered deleted.
Scope of LSTK
1.1.1 23 of 2231 SFD PMC to note that scope B/L for RO recycle plant As there is no other vendor
contractor
to be start from suction of HRSCC feed pump involved in project. All pipe
not from inlet piping to existing guard pond. lines and routing of pipeline
Existing guard pond and inlet piping is part of showing in SFD is in bidder
existing facility of PC-I. scope in line with tender.

PMC to check and confirm the scope B/L of inlet


of RO recycle plant.
83. Bidder understand that HRSCC feed pump to be
located near existing guard pond and Piping All internal, outgoing &
Scope of RO recycle
from HRSCC feed pump to HRSCC shall be in incoming shown in the SFD is
1.1.1 23 of 2231 SFD plant to existing guard
LSTK contractor scope. in bidder scope Refer reply sl
pond
no.82
PMC to confirm bidder understanding.
84. Bidder understand that Backwash waste
transfer pump discharge piping and Hypo
Scope of RO recycle Bidder understanding is
dosing pump discharge piping from RO
1.1.1 23 of 2231 SFD plant to existing guard correct, also refer Schematic
recycle plant to existing guard pond shall be in
pond Flow Diagram.
LSTK contractor scope.
PMC to confirm bidder understanding.

Page 22 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
85. Bidder understand that provided inlet design
Bidder to consider the
capacity i.e. 450 m3/hr has not included
provision for internal recycle
Design capacity of RO internal recycle plant. bidder need to include
1.0 13 of 2231 3.1.4 flow generated during the day
recycle plant internal recycle in inlet design capacity.
to day operation of the Plant
for system design.
PMC to confirm bidder understanding.
86.
RO permeate flow rate
PMC to clarify that how 454 m3/hr of RO Refer sl. No. 7 of process
1.0 13 of 2231 3.1.4 for cooling water make-
permeate to be generate from 450 m3/hr of reply to pre bid queries, Lo-t-1.
up
inlet design flow rate.
87.

We advice to provide separate chemical house


for RO recycle plant and ETP for PC-II
effluent. Because location of RO recycle plant
and ETP for PC-II is far away from each other
approx 800m. So due to higher distance there
may be possibility of chocking inside pipe line
Chemical house to be
and unnecessary complication in daily
provided for RO based recycle
operation of chemical dosing system.
Plant & PC-II treatment chain.
It is very difficult for LSTK contractor to route
Requirement of Specification of chemical
1.0 13 of 2231 3.1.4 dosing piping from RO recycle plant to ETP
chemical house house for PC-II chain shall be
plant on existing available space on pipe rack.
as per sl.8 page no.191 of
It may happen that existing pipe rack does not
2231 sec-4.0 design basis.
have space for routing 10 to 12 No. of dosing
piping from RO recycle plant to ETP plant.
Refer Technical Amendment.
Also as per layout, at some places pipe rack or
support facility is not available in path of RO
recycle plant to ETP plant. So in that case
contractor has to construct additional pipe
support in existing area.

So PMC to check and confirm for providing


separate chemical house for ETP of PC-II and
RO recycle plant.

Page 23 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
88.
As per design basis retention time for Clarifier
feed tank is 30 min.
In line with Data sheet, Bidder
Retention time for
4.0 104 of 2231 7.1 But as per data sheet, retention time for clarifier to consider retention time as 2
Clarifier feed tank
feed tank is 2 hours. hrs.

PMC to confirm retention time for clarifier feed


tank.
89.

Bidder to consider open type.


Clarifier feed tank is
4.0 104 of 2231 7.1 Provision of hand railing
open or covered.
PMC to clarify that Clarifier water tank is open or required.
covered?
Also confirm the requirement of handrailing.
90.

4.0 105 of 2231 7.1 Type of DMF-I We advice to provide vertical cylindrical type for Bidder to decide.
DMF as same as ACF.
PMC to confirm the type of DMF.
91.
Bidder understand that common backwash & air Bidder understanding is
Common backwash
scouring arrangement to be provide for DMF-I correct, common backwash &
4.0 105 of 2231 7.1 arrangement for DMF-I
& ACF-I. air scouring arrangement to be
and ACF-I
provide for DMF-I & ACF-I.
PMC to confirm bidder understanding.
92.
PMC to note that that 8 min retention time is not
sufficient for UF-I feed tank due to cyclic-/
operation of UF system. Refer Data sheet sl. No. 25 of
Retention time for UF-I
4.0 198 of 2231 7.1 Tender document, section 4.0
feed tank
Minimum 30 min retention time is required for UF- (Design Basis)
I feed tank.

PMC to check and confirm.

Page 24 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
93.
VFD requirement for UF Bidder to clarify that VFD required is for UF
4.0 105 of 2231 7.1 As per Tender document.
system backwash pump or both UF feed pump and
UF backwash pumps.
94. Bidder understand that separate dosing pump
Separate dosing pump to be provide for HRSCC-I & HRSCC-II
Bidder understanding is
4.0 107 of 2231 7.1 for HRSCC-I & HRSCC- system with common dosing tank.
correct.
II
PMC to confirm bidder understanding.
95. Bidder understand that separate dosing pump
to be provide for UF CEB-I & UF CEB-II
Separate dosing pump Bidder understanding is
4.0 107 of 2231 7.1 system with common dosing tank.
for UF-I & UF-II correct.
PMC to confirm bidder understanding.
96. Bidder advice to provide intermittent storage tank
between ACF-II treated water and UF –II
ACF treated water to UF
4.0 108 of 2231 7.1 system due to cyclic operation of UF system. As per Tender document.
system
PMC to check and confirm.
97. Bidder understand that RO-III cartridge filter feed
pump is required for transfer effluent from RO-
III feed tank to RO-III cartridge filter. As details
RO-III cartridge filter Refer Page 208 of 2231 of
4.0 109 of 2231 7.1 of RO-III cartridge filter feed pump is not found
feed pump Tender document.
in tender document.

PMC to confirm bidder understanding.


98.
As per design basis, Acid Chemical from bulk Bidder to use existing Bulk
storage tank to be transfer in Acid preparation/ Chemical storage and transfer
dosing tank. facility for Acid & Caustic in
HCL dosing/ preparation PC-1. Bidder to provide new
4.0 110 of 2231 7.1 But as per SFD, HCL dosing pump for RO and
tank bulk chemical storage facility
HCL dosing pump for HRSCC is directly taking for FeCL3in RO ZLD Area.
suction from Bulk storage tank.

PMC to check and confirm requirement of


Preparation tanks.

Page 25 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
99.
As per design basis, Caustic Chemical from bulk Bidder to use existing Bulk
storage tank to be transfer in Caustic Chemical storage and transfer
preparation/ dosing tank. facility for Acid & Caustic in
Caustic dosing/
4.0 110 of 2231 7.1 PC-1. Bidder to provide new
preparation tank But as per SFD, NaOH dosing pump for RO is bulk chemical storage facility
directly taking suction from Bulk storage tank. for FeCL3in RO ZLD Area.

PMC to check and confirm requirement of


Preparation tanks.
100.
PMC to clarify the requirement of morpholine
Requirement of dosing system as there is DM water system
4.0 111 of 2231 7.1 Clause stands deleted.
Morpholine dosing tank envisaged in tender document and for pH
control, Acid dosing system is already
provided in tender document.
101.
Refer clause 10.0 Feed
effluent quality of RO Based
4.0 102 of 2231 7.1 Plant design philosophy recycle plant and 16.0 real
PMC to clarify that plant to be design on 450 time data of effluent parameter
m3/hr @ 1200pmm TDS or 250 m3/hr @ of section 2.0.
1500ppm TDS.
102.
As per datasheet, No of HRSCC-I are 2W and
design capacity of plant is 450 m3/hr. So
capacity of each HRSCC-I is 225 m3/hr.

Now during dry season available design flow rate In line with Tender, bidder to
at RO recycle plant is 250 m3/hr. optimize the design to
4.0 187 of 2231 Datasheet Capacity of HRSCC-I accommodate the fluctuation.
So that one No. of working HRSCC-I having
capacity of 225 m3/hr is not suitable to
operate on dry season capacity i.e. 250 m3/hr.

Above condition happen in design of DMF and


ACF also. DMF and ACF has 4 Nos of working
filters and each filter is having 112.5 m3/hr of
design flow rate. So during dry season if we

Page 26 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
operate Two nos of filter then we can treat
maximum 225 m3/hr instead of 250 m3/hr.

Either we need to design all RO recycle plant on


500 m3/hr so all the working system to be
design in that way to handle 250 m3/hr during
dry season OR If RO plant to be design on
450 m3/hr then maximum 225 m3/hr effluent
will be treat during dry season.

PMC to check again the philosophy of design


capacity during dry season and during wet
season.
103.

As per datasheet, No of HRSCC-I Feed pumps


are 3W +1S and design capacity of plant is
450 m3/hr. So capacity of each HRSCC-I feed
pump is 150 m3/hr.
Capacity of HRSCC-I
4.0 186 of 2231 Datasheet Now during dry season, if we operate Two Nos of As per tender document.
feed pump
HRSCC-I feed pump then total outlet flow rate
will be 300 m3/hr in place of actual
requirement of 250 m3/hr.

PMC check and confirm the working philosophy


of HRSCC-I Feed pumps.
104.

As per datasheet, No of RO-I skid, RO-I Feed


pumps & Cartridge filter pump are 3W +1S
No of working and design capacity of plant is 450 m3/hr. So
4.0 203 of 2231 Datasheet As per tender document.
philosophy of RO-I skid capacity of each RO-I skid, RO-I Feed pumps
& Cartridge filter pump is 150 m3/hr.

Now during dry season, if we operate Two Nos of


RO-I skid then total outlet flow rate will be 300
m3/hr in place of actual requirement of 250

Page 27 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
m3/hr.

PMC check and confirm the working philosophy


of RO-I Skid and associates pumps.
105.
AS per tender document.
Requirement of
4.0 191 of 2231 Datasheet PMC to clarify that requirement of dolomite
Dolomite dosing tank
dosing tank as it is not mentioned in design
basis and SFD..
106.
As per design basis and SFD, Sludge HRSCC
shall be directly transferred to centrifuge
system.

Requirement of Sludge But as per datasheet, Common sludge thickener ref Sl. No. 49 of Lot1 reply to
4.0 194 of 2231 Datasheet
thickener is provided for HRSCC-I & HRSCC-II and after pre-Bid Queries.
sludge thickener it is transferred to centrifugeI
and Centrifuge-II.

PMC to clarify the requirement of sludge and


philosophy sludge handling.
107.

As per datasheet, Qty of DMF-II are 3 Nos


(2W+1S) whereas qty of ACF-II are 2 Nos Refer Sl. No. 50 of Process
4.0 196 of 2231 Datasheet Qty of filters
(1W+1S). reply to Pre-Bid Queries, lot-1.

PMC to check and confirm no. of working filter for


DMF-II and ACF-II.
108. Bidder to decide as per the
Purpose of dilution requirement.
4.0 198 of 2231 D atasheet
water pump PMC to clarify the purpose of dilution water
pumps.
109.
Refer Sl. No. 51 of Process
4.0 196 of 2231 Datasheet No. of UF-I Skid PMC to specify minimum no. of working & reply to Pre-Bid Queries, lot-1.
Standby UF-I skid. So that all the bidders will
be at same plateform.

Page 28 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
110.
Sl. No. 28 to be deleted as sl
28 UF permeate tank & sl. No.
4.0 196 of 2231 Datasheet RO-I feed tank UF filter water and RO feed tank-I both are same 30 RO1 feed tank are same.
tanks.

PMC to check and re confirm.


111.

RO-I cartridge filter feed Refer Sl. No. 52 of Process


4.0 196 of 2231 Datasheet RO feed pumps with cartridge filter and cartridge
pump reply to Pre-Bid Queries, lot-1.
filter-I feed pumps both are same pumps.

PMC to check and re confirm.


112.
PMC to specify firm requirement of No. of Refer Sl. No. 51 of Process
4.0 196 of 2231 Datasheet No. of RO-I Skid
working & Standby RO-I skid . reply to Pre-Bid Queries, lot-1.
So that all the bidders will be at same plateform.
113. Refer Sl. No. 6 of Process
reply to Pre-Bid Queries, lot-1.
Recovery of RO-I, RO-II
4.0 206 of 2231 Datasheet PMC has to provide the recovery of RO-I, RO-II & Overall recovery rate of 92%
& RO-III Skid
RO-III skid. shall be minimum required
recovery rate.

114.

1.Bidder understanding is
correct.
1) PMC to note that qty of filter backwash pump- Filter backwash pump-II to be
Qty and VFD II should be 2Nos (1W+1S) instead of 3Nos considered as 2Nos (1W+1S)
4.0 206 of 2231 Datasheet requirement for Filter (2W+1S) same as per Filter backwash pump-I. instead of 3Nos (2W+1S).
backwash pump-II 2) Also note that VFD is not required in Filter
backwash pump-II same as per Filter 2. VFD not required.
backwash pump-I.

Pmc to check and confirm the qty of filter


backwash pump-II and requirement of VFD.

Page 29 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
115.
Noted, quantity of pressure
exchange booster pump shall
be same as RO-III Feed
Pump, Further, in Reply to pre-
4.0 208 of 2231 Datasheet Qty of RO-III feed pump Kindly to note that Qty of RO-III feed pump and bid queries at sl. No. 54 & 56
Pressure exchanger booster pump should be configuration shall be read as
same. (nW+1S) (Where n is
minimum 2 1).
PMC to check and confirm.
116.

ref. sl. No. 115 above.


4.0 208 of 2231 Datasheet Qty of RO-III skid PMC to specify minimum no. of working &
Standby philosophy of RO-III skid.
So that all the bidders will be at same plateform.
117.

Bidder understand storage capacity of each RO Bidder understanding is correct


4.0 209 of 2231 Datasheet Capacity of storage tank permeate storage tank will be minimum 4 4 hrs retention time for each
Hours. Hence total storage capacity of RO tank.
permeate will be 8 Hours.

PMC to confirm bidder understanding.


118.

4.0 211 of 2231 Datasheet Qty of RO-III skid PMC to specify minimum no. of working & Ref. sl no. 115 above.
Standby philosophy of UF-II skid.
So that all the bidders will be at same platform.
119.

VFD requirement for RO


4.0 217 of 2231 Datasheet As per Tender document
permeate transfer pump
PMC to reconfirm requirement of VFD for RO
permeate transfer pumps.
120. In line with Tender document,
bidder to provide common
Philosophy of Dosing
4.0 202 of 2231 Datasheet (1W+1S) tank for all the
system
chemicals with 1w+1S dosing
pump for each dosing location.

Page 30 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

From above all the clause of dosing system in


design basis, Bidder understand that Two Nos of
Dosing tank shall be provide for Antiscalant &
HCL each but separate Dosing pump with
standby pump shall be provide for RO-I, RO-II
and RO-III skid due to capacity variation.

PMC to confirm our understanding.


121.

From above clause of dosing system in design basis,

Bidder understand that Two Nos of Dosing tank shall


be provide for each chemicals of HRSCC-I &
HRSCC-II but separate dosing pump with standby
pump shall be provide for each time of chemicals for
HRSCC-I & HRSCC-II due to capacity variation.
In line with Tender document,
For example if calculated capacity poly dosing pump bidder to provide common
Philosophy of Dosing
4.0 191 of 2231 Datasheet HRSCC-I will be 2000 LPH then calculated capacity (1W+1S) tank for all the
system
poly dosing pump HRSCC-II will be around 300-400 chemicals with 1w+1S dosing
LPH due to capacity difference in both HRSCC. It is pump for each dosing location.
very difficult to transfer chemical each chemical
dosing point at controlled rate with one working
dosing pump. So we advice to provide separate
dosing pumps for each dosing location/point.

Same scenerio shall be considered in each type of


chemical used for both UF CEB system.

PMC to check and confirm the philosophy of dosing


system.

Page 31 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
122.
Bidder understand that turbidity analyser to be
provide at common header of UF-I & UF-II Each UF skid should have a
4.0 222 of 2231 Datasheet Philosophy of analyzer
skid. Turbidity analyzer in Permeate.

PMC to confirm bidder understanding.


123.
Bidder understand that Conductivity analyser
to be provide at permeate common header Each RO skid should have a
4.0 222 of 2231 Datasheet Philosophy of analyzer and reject common header of RO-I, RO-II & conductivity analyzer in
RO-III skid not on indiviudal permeate and Permeate & reject line.
individual reject of each RO skid.

PMC to confirm bidder understanding.


124. pH: to be provide at inlet of
RO-I,RO-II ,RO-III High
pressure feed pump.
Bidder understand that pH, Conductivity & FRC Conductivity: to be provide at
analyser to be provide at common inlet header inlet of RO-I,RO-II ,RO-III
4.0 222 of 2231 Datasheet Philosophy of analyzer of RO-I, RO-II & RO-III skid not on individual High pressure feed pump.
inlet of each RO skid.
FRC: analyzer to be provide at
PMC to confirm bidder understanding.
common inlet header of RO-I
only.

125. For storage tank: min 2 LT–


radar type and minimum 2
level gauge.
1) Bidder understand that all storage tank,
Chemical preparation tanks, underground Chemical Preparation Tank:
4.0 222 of 2231 Datasheet Qty of Level transmitters sump, chemical cleaning tank shall be provide minimum 1 LT-Radar type & 1
with Two Nos of level transmitter. Level Guage.
PMC to confirm bidder understanding.
2) PMC to provide type of level transmitter. However bidder to also
consider recommendation of
HAZOP.

Page 32 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
126.
As per above clause, MOC all the chemical lines
shall be SS304.

Whereas,
Bidder to consider MOC of the
As per above clause in datasheet, MOC of Fecl3, chemical line as per standard
223 of 2231 poly & lime line shall be CPVC.
4.0 Datasheet MOC of chemical lines engineering practices and
compatibility in consultation
Whereas, with PMC/Owner.

As per above clause , MOC of Fecl3 line shall be


CSRL and MOC of Lime line shall be CS.

PMC to confirm MOC of all chemical lines.


127. In line with Tender cl. No. 15
of Sec 2.0 pg 34 of 2231 of
Tender document, Bidder B/l
for all utilities shall start from
the hook-up/ tie-in point and
accordingly bidder to provide
Instrument requirement the minimum instrument
4.0 226 of 2231 Data sheet PMC to provide list instruments are required for
at battery limit required viz.-FT, TT,PT at
each battery limit lines. plant hook-up/ ti-in point .

Bidder to provide double block


and bleed valve and NRV at
B/l.

128. Approach roads and access


Road requirement in PMC to clarify the requirement of road inside the
5.2.3 358 of 2231 Overall Layout road to be provided to each
Storm water area treatment facility of storm water.
unit of ZLD and guard pond.
129. PMC to note that Tie – in “C” of utility of storm
water guard pond is far away from area of
Same is in LSTK contractor
Tie in C of storm water storm water guard pond approx. 250m.
5.2.3 358 of 2231 Overall Layout scope. (Contractor may visit
guard pond
site for better understanding.)
1) PMC to clarify the scope of piping from Tie in
Point “C” to storm water guard pond area.

Page 33 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
2) Since Piping from tie in point “C” to guard
poing area will be going through existing area.
So we advice to keep in other contractor scope
since we are unknown whether existing piping
rack/support is there or we have constrct new
one. If we have to contruct new pipe support
then we are unknown by what kind of existing
facility wil be there and what kind of obstractle
will be there for contrction of pipe support.

Or else kindly mark existing pipe rack/ support in


layout.

PMC to re check and confirm tie in location.

Same query is for Tie-in “A “ of RO recycle plant.


130. Bidder to decide based on the
utility requirement considering
Bidder understand that line size of all tie in point the available Header /tie-in
shall be firm and final. point.
5.2.3 358 of 2231 Overall Layout Line size of Tie in point
PMC to confirm bidder understanding. Line sizes shall be finalized
during Detail engineering in
consultation with PMC/Owner.
131. Bidder understand that Tie in”B” is for New ETP
for PC-II. Bidder understanding is correct.
5.2.3 358 of 2231 Overall Layout Tie in “B” for ETP plant
PMC to confirm bidder understanding.
132. Kindly note that font inside the tentative layout
like unit name is not readable. Hence current
5.2.3 358 of 2231 Overall Layout Font inside layout unit location is null and void. Refer Technical amendment.

PMC to provide clear readable copy of layout.


133. Bidder understand that unit location given is tentative
and bidder can relocate the units based on process
flow sequence, if required.
Unit location in tentative Bidder understanding is
5.2.3 358 of 2231 Overall Layout
layout correct.
Query applicable for all three plant.

PMC to confirm bidder understanding.

Page 34 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
134. OK. (However details shall be
Bidder understand that pipe sleeper is also
finalized during Detail
acceptable for pipe line/ Cable routing in RO-
engineering with
5.2.3 358 of 2231 Overall Layout Pipe rack/ Pipe sleeper ZLD, PC-II and Storm water pond area.
approval of
PMC/owner.)
PMC to confirm bidder understanding.
135. PMC to provide road width.
Refer Pre-Bid Queries Reply
5.2.3 358 of 2231 Overall Layout Road width
Lot 2 - Serial no. 13
Query applicable for all three plant.
136. PMC to provide Natural Ground level, Finished
ground level, High point pavement. Refer Pre-Bid Queries Reply
5.2.3 358 of 2231 Overall Layout NGL, FGL and HPP
Lot 2 - Serial no. 14
Query applicable for all three plant.
137. Refer Pre-Bid Queries Reply
5.2.3 358 of 2231 Overall Layout Existing road TOP level PMC to provide the existing road top level.
Lot 2 - Serial no. 15
138. Tie in point of storm PMC to provide the tie-in point for storm water Refer Pre-Bid Queries Reply
5.2.3 358 of 2231 Overall Layout
water drain. drain for all three plant. Lot 2 - Serial no. 16
139. Tie in point of Sanitary PMC to provide the tie-in point for sanitary drain Refer Pre-Bid Queries Reply
5.2.3 358 of 2231 Overall Layout
water drain. for all three plant. Lot 2 - Serial no. 17
140. PMC to clarify the pavement requirement for all Refer Pre-Bid Queries Reply
5.2.3 358 of 2231 Overall Layout Pavement requirement
three plant. Lot 2 - Serial no. 18
141. PMC to note that existing nearest fire water
Fire water header network is not found at any location of plant. Bidder to arrange during site
5.2.3 358 of 2231 Overall Layout
location visit.
PMC to provide the same.
142.

5.2.3 358 of 2231 Overall Layout Tie in point F Bidder understanding is correct
Please clarify that tie int point “F” is for RO
permeate water?
143.

Tie in point F for RO Bidder understanding is


5.2.3 358 of 2231 Overall Layout Biddder understand that routing of RO permeate
permeate correct.
shall be up to tie in point “F” as marked in layout not
up to colling Tower-1, 2 & 3.
PMC to confirm bidder understanding.

Page 35 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
144. Bidder to make site visit for the
requested information i.e. Pres
Pressure requirement at PMC to specify the pressure requirement at tie in
5.2.3 358 of 2231 Overall Layout required at hook up point for
batter limit tie in F F for RO permeate water.
permeate water for transferring
to cooling tower.
145. Routing shall be done by
PMC to note that substation and control room
bidder through available space
5.2.3 358 of 2231 Overall Layout Tie in “A “ building is obstructing for Pipe routing from
& shall be finalised during
Tie-in point A to RO recycle plant.
detailed engineering.
146. The same shall be covered
PMC to clarify that all RO skids & UF skids shall under the shed. However,
5.2.3 358 of 2231 Overall Layout Shed or building
be placed under the Shed or building. standard engineering practice
to be followed.
147. Attached plot plan is indicative
and for bidding purpose only.
PMC to clarify why substation building and control
Control room and Successful bidder to submit
5.2.3 358 of 2231 Overall Layout room building placed outside RO Recycle
substation building the layout during detailed
plant.
engineering for owner / PMC
review keeping plot area intact.
148. As Process drain (Overflow & drain) is in bidder
scope so furnish the following information for CS with rapping coating for
General - - Process Drain Scope Process drain (Overflow & drain) design. underground pipe may be
1. Type of pipe use in Process drain network considered.
2. Pipe Elevation minimum required below ground
149. Please note that Blower Shed requirement is not
Blower Shed Shed to be considered for
General - - given in tender except SBR air blower. Please
requirement other blowers.
clarify the shed requirement for other blower.
150. PMC to note that Tie – in “D & F”of Cooling water
and LP steam is far away from ETP of PC-II
and RO recycle plant

1) PMC to clarify the scope of piping from Tie in


Tie in D of Cooling water Point “D & E” to ETP of PC-II and RO recycle Same is in LSTK Vendor’s
5.2.3 358 of 2231 Overall Layout and Tie in E for LP plant. scope. (Bidder may visit site
steam 2) Since Piping from tie in point “D & E” to plant for better understanding.)
area will be going through existing area and
pipe rack, we advice to keep in other
contractor scope since we are unknown
whether existing piping rack/support is there or
we have construct new one. If we have to

Page 36 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
contruct new pipe support then we are
unknown by what kind of existing facility wil be
there and what kind of obstractle will be there
for contruction of pipe support.

Or else kindly mark existing pipe rack/ support in


layout.

PMC to re check and confirm tie in location.


151.

Substation Building for


Refer Electrical reply to pre-bid
5.2.3 358 of 2231 Overall Layout RO recycle plant and
PMC clarify that if substation building is common queries Lot-1
ETP for PC-II
for RO recycle plant and ETP plant for PC-II
then why additional MCC room is required in
ETP plant for PC-II.
152.

Substation Building for If common substation Building and control room Refer Electrical reply to pre-bid
5.2.3 358 of 2231 Overall Layout RO recycle plant and building shall be used for New ETP plant and queries Lot-1
ETP for PC-II RO recycle plant then what about the storm
water guard pond treatment plant.

PMC to clarify the same.


153. Bidder understand that no. of existing DAF tank-I
No of existing DAF & DAF tank-II is 1 No each.
1.0 11 of 2231 3.1.2 As per Tender
tanks
PMC to confirm bidder understanding.
154. In line with Sec 4.0 Design
Bidder understand that contractor has follow basis, page no. 98 & 101
capacity as maximum which is mentioned in bidder to consider the VOC
VOC system for PC-I design basis and process description for VOC capacity mentioned as
1.0 11 of 2231 3.1.2
and PC-II system of PC-I & PC-II. minimum, bidder to suitably
calculate and consider as per
PMC to confirm bidder understanding. requirement.

Page 37 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
155. PMC to provide completed analysis of PC-II
effluent like free oil, Emulsified oil, TKN, total
Completed analysis of nitrogen, NH3, phenol, sulphide etc.
2.0 28 of 2231 2.0 As per Technical Amendment.
PC-II effluent
Without complete analysis, we are unable to give
guarantee of outlet streams.
156. As per Tender document.
Bidder understand that total oil at inlet of
Total oil at equalization Equilization tank will be 100-1000 ppm at inlet Also refer clause 16.0 of
2.0 28 of 2231 2.0
tank proposed equalization tanks. section-2.0 page no. 36 of for
design condition.
PMC to confirm bidder understanding. As per Technical Amendment.
157. Clause mentioned 4.1,4.2& 4.3
of section 2 .0 page No.30 of
2231 is for existing plant.

In place of parameters
mentioned at Cl. No. 5.3
section 2.0 of tender pg. 31 of
2231,and Outlet guaranteed
parameter and Cl. No. 2.4 of
section 7.0 pg. 1310 of 2231,
parameters mentioned in SBR
data sheet Sl. No. 17 Pg. 134
Bidder understand that Treated effluent quality of
2.02222222 of 2231 to be followed which
Treated effluent quality PC-II effluent will be at discharge of treated
222 30 of 2231 4.2 are as mentioned below:
of PC-II effluent effluent transfer pump.
21
Effluent Characteristics
PMC to confirm bidder understanding.
(Guaranteed Parameter):

pH : 6.5-8.5

BOD(3 days, 27 Deg C_


(mg/l)(DESIGN) : <15
COD(mg/l) : <110
Total Suspended Solids (mg/l):
<20
Phenols (mg/l) : <1
Sulphide (mg/l) : <0.5

Page 38 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Ammonia as N (mg/l): <12
Total Kjeldahl Nitrogen (mg/l) :
<40
Phosphorous as P (mg/l):
< 1.5

158.
PMC to note that Total oil to be guaranteed at
ETP outlet is less than 10 ppm and treatment Total oil at DAF outlet shall be
scheme has also walnut shell filter. < 10 mg/l. Accordingly reply
mentioned at sl. no. 42 of lot-1
So that total oil at DAF outlet for guarantee will be of process reply to pre-bid
2.0 30 of 2231 5.0 DAF treated outlet less than 10 ppm instead of 5 ppm. queries shall be superseded.

In all our past experience total oil at DAF outlet


for guarantee will be 10 ppm only. It is not
possible achieve 5 ppm with DAF system only.

PMC to re check and confirm.


159.

Clause mentioned 4.1, 4.2 &


4.3 of section 2 .0 page No.30
of 2231 is for existing plant.
Contractor scope for CRWS for PC-II effluent is
2.0 30 of 2231 4.3 DAF treated outlet only to CRWS buffer feed tank with pump. Treated effluent quality of
Tender has not mentioned to modify anything CRWS PC-II effluent will not
inside existing plant of CRWS. be under bidder scope.

Treated effluent quality of CRWS PC-II effluent


will be not under bidder scope.

PMC to check and confirm.


160. PMC has to provide design document like Unit Adequate data has been
size calculation, eqipment list and design provided in Tender document
Design document of
2.0 30 of 2231 4.1 paramter of each stream for working out cost regarding augmentation.
existing facility
of the augumentantion work in existing plant. However, in case, bidder need
any additional data, bidder to

Page 39 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Without existing plant details, calculation and make site visit.
parameter, We are unable to proceed for
working augmentation work of existing plant
and to provide guaranteed quality effluent of
existing plant as mentioned in tender
document.
161. a) TSS values mentioned at
cl. no. 5.0, Sec 7.0, page
1311 of 2231 and cl. no.
7.0, sec 2.0, page no.31 of
2231 of tender to be read
as:

Filtered water total


suspended solid
As per design basis, guaranteed TSS at DMF
< 5 ppm
treated water is less than 1 ppm and at ACF is
less than 10 ppm.
Sl. No. 44 of Reply to
Guaranteed TSS of
2.0 31 of 2231 7.0 Bidder’s Pre Bid Queries
DMF water If it is possible to achieved 1 ppm TSS by only
(Process) Lot-1 shall be
DMF then there is no requirement UF system
superseded.
in RO recycle plant.
b) Turbidity value mentioned
PMC to check Guaranteed TSS of DMF water. It
at sl. no.6, Sec 4.0, page
must be less than 10 ppm as mentioned for
189 of 2231 of ender to be
ACF.
read as :

a. Turbidity(NTU) <5
NTU

162.

As per above clause TDS at inlet of RO recycle


Refer reply at Sl. No. 101
plant is 2000ppm. But as per design basis,
above .
2.0 31 of 2231 10.0 TDS of RO recycle plant TDS of Ro recycle plant is 1200 ppm for 450
m3/hr flow rate and 1500ppm for 250 m3/hr.

PMC to confirm TDS at RO recycle plant for


design.

Page 40 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
163.

3.0 39 of 2231 1.0 Manpower for O&M Bidder understand that manpower for O&M of 6 As per Tender document
month shall be under this contract.

PMC to confirm bidder understanding.


164. Kindly note that We have not found Hazardous
area classification in overall layout for
surrounding area of RO-ZLD, PC-II and Storm
water pond.

So we are considering safe area of RO-ZLD, PC- Refer Technical Amendment


II and Storm water pond due to surrounding area (Area Classification- Existing
3.0 39 of 2231 1.0 Existing facility details
around RO-ZLD, PC-II and Storm water pond. WWTP)

And drive in RO-ZLD, PC-II and Storm water


pond is non-flame proof due to surrounding area
RO-ZLD, PC-II and Storm water pond.

PMC to confirm the same.


165. We have not found Hazardous area classification
in tender is not given for PC-I area.
Refer sl. No. 164 above.
3.0 39 of 2231 1.0 Existing facility details Kindly request you to provide the Hazardous area
classification OR provide the list of drive flame
proof/ Safe required.
166. As per Tender document, refer
SFD no. PC286-7611-0048,
Requirement of CRWS
3.0 39 of 2231 General CRW storage tank may be
chain
Requirement of CRWS chain is not clear. PMC to read as CRW Buffer Feed
clarify the same. Tank.
167. - In absence of existing units pipe line routing
0 information, we are not able to calculate the
0 Requirement of VOC for ID fan head requirement and pipe length Bidder to make site visit for the
3.0 39 of 2231 General
4 PC-I requested information.
8 PMC to provide the PC-I auto cad layout OR
provide line wise length for cost estimation.
168. Requirement of Bidder understand that Media/Distributor/ any
3.0 39 of 2231 General Augmentation of Bio scope related to structure of bio tower is not in As per Tender document
tower proposed augmentation of PC-I.

Page 41 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

PMC to confirm bidder understanding.


169.
As per above clause, Qty of ZLD plants are 2
Working only.
Ref. Lot no. 1 (Sl. No. 8 ) of
3.0 46 of 2231 1.3 Working of ZLD plant reply to Pre Bid queries
But as per data sheet (Sr No.62), Qty of ZLD (Process).
plant are 1 Woking + 1 standby.

PMC to confirm the qty of ZLD plant.


170. Scope of providing Baffle wall
Requirement of baffle wall inside storm water as per design requirement is
Requirement of Baffle guard pond is not clear to understand. under LSTK contractor.
3.0 47 of 2231 1.4
wall Drawing of Guard Pond to be
Please provide the tenative drawing of storm developed during Detail design
water guard pond. stage.
171.
Bidder to propose based on
Requirement of Aquatic Kindly details requirement of aquatic life is not
3.0 47 of 2231 1.4 the availability of area and
life clear in tender document. Please explain in
standard practice in industry.
detail and provide size of aquatic area.
172.

Please note that single day site visit is not


3.0 48 of 2231 1.5 Site visit possible to collect the required information for As per Tender document
costing purpose for PC-I, other existing facility
and Pipe line routing in OSBL area.

Kindly request to provide proposed pipe routing


and layout of existing PC-I system.
173. Refer Pre-Bid Queries Reply
Lot 2 - Serial no. 25
3.0 48 of 2231 1.5 Pavement requirement
PMC to clarify that RCC pavement for completed
plant or at maintenance area only.

Page 42 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
174. Bidder to evaluate during detail
engineering.

Requirement of treated sewage water line to


green belt area is not clear and not shown in
3.0 49 of 2231 1.5 Requirement is not clear overall layout.

PMC to review and clarify.

If require then provide line size with length of


sewage treated water line.
175.
As per Tender document

3.0 51 of 2231 1.5 Requirement is not clear Requirement of instrument air line distribution
network to other plant area is not under this
tender job.

PMC to review and clarify.


176. Bidder understand that O&M of PC-I is not under Bidder understanding is
this tender job. correct.
3.0 54 of 2231 2.0 O&M of PC-I
PMC to confirm bidder understanding.
177. As per Tender document

3.0 71 of 2231 2.0 Requirement is not clear


Requirement of water line distribution network to
other plant area is not under this tender job.

PMC to review and clarify.


178. 1) Refer cl. No.16.0 of Sec. 7.0,
1310 of Pg no. 1315-1320 of 2231 of
Performance
7.0 223 1.0 1) PMC to note that there is no details mentioned Tender document.
guarantees
1 in commercial NIT about failure in 2) Guarantee of Quality &
performance guarantees. PMC to check and Capacity shall be as per

Page 43 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
confirm. section 7.0 of tender,
2) From above clause, bidder understand that guarantees like power
design capacity and final treated water of new consumption, steam
WWTP and RO-ZLD shall be only under consumption, chemical
penalty to the bidder. All other guarantees like consumption are not under
power consumption, steam consumption, penalty.
chemical consumption etc shall be not under
penalty to the bidder.
PMC to confirm the bidder understanding.
179.
Refer Sl. No. 67 & 70 of Reply
3.0 72 of 2231 2.0 Lab instrument
PMC to provide required lab instrument list of to Pre Bid queries- Lot_1.
WWTP/RO/ZLD/Storm water guard pond area.
180. To enable bidder to take care
of the Anticipated maximum
Design information already given in Process parameter concentration
Sampling and analysis design basis then what is the purpose of this
4.0 75 of 2231 2.0 frequency while designing the
data data. system.

PMC to clarify.
181.
Bidder to consider the MOC
PMC to provide MOC of mechanism with weir and based on the existing & new
4.0 88 of 2231 4.2 MOC of existing system baffle of final clarifier and DAF system for costing system considering latest
purpose. engineering standard for
WWTP Plant.
This is typical query for all replaced unit.
182. Sludge storage is required for
1) PMC to clarify the shed required for 7 days all Sludge i.e from ETP PC-II
sludge storage area in ETP PC-II plant. as well as from RO.
Sludge storage of ETP
4.0 89 of 2231 4.2 2) Bidder runderstand that 7 days sludge
PC-II
storage is requirement is for ETP PC-II plant not
for RO recycle plant. PMC to confirm bidder
understanding.
183. Bidder understands that details of calculated flow
Information of calculated of storm water discharge to storm water pond is Bidder understanding is
4.0 114 of 2231 7.4
capacity of storm water for information only. correct.
PMC to confirm bidder understanding.

Page 44 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
184.

Minimum 20 KL capacity to
enable complete tanker
H2O2 storage tank PMC to note that minimum 1 tanker capacity must
4.0 118 of 2231 Datasheet unloading.
capacity required for H2O2 storage tank instead of 12
hours requirement.

PMC to check and confirm.


185. Sprinkler system linked to
temperature transmitter on
1) As per past project experience, Automatic H2O2 storage tank shall be
Sprinkler system in sprinkler system shall be required with linked to automatic, bidder to also
4.0 118 of 2231 Datasheet
H2O2 storage tank temperature transmitter on H2O2 storage tank. provide Emergency vent in
PMC to check and confirm this requirement. H2O2 storage tank.
2) Emergency vent also required in H2O2
storage tank.
186. Bidder to consider 2 tank each
of 12 hrs retention time
considering operation
Retention of spent PMC to provide minimum retention time for spent
4.0 120 of 2231 Datasheet philosophy of one tank under
caustic storage tank caustic storage tank.
operation and one tank under
filling.

187. As per design basis, Qty of VOC absorbers for


PC-I are 3 Nos.
In line with design basis,
Minimum three quantities
Qty of VOC absorber for While as per datasheet, Qty of VOC absorbers for
4.0 121 of 2231 Datasheet required in place of 6.
PC-I & PC-II PC-I & PC-II are 6 Nos.

PMC to confirm the qty of VOC absorber for PC-I


& PC-II.
188. Sludge and Slop shall be flow to respective sump
via gravity.
Bidder understanding is
Routing of Sludge and
4.0 124 of 2231 Datasheet So bidder understand that contractor can allowed correct.
Slop Oil line
for routing of sludge and slop oil line to respective
sump through underground line.

Page 45 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
PMC to confirm bidder understanding.

189.
Hydraulic rate given is
Kindly note that due to strigent gaurantee at DAF
maximum. However, Bidder to
Hydraulic loading of outlet, maximum hydraulic loading rate of DAF
4.0 127 of 2231 Datasheet consider hydraulic loading rate
DAF system system should be 2.5 to 3 m3/m2/hr instead of 4
to ensure the outlet
m3/m2/hr.
parameters.
PMC to check and re confirm.
190. Bidder to consider RAS
(Sludge Recirculation Pump) 1
working for each basin and
common Store Stand by i.e.
If No. of SBR basins are 3 Nos then qty of sludge 3w+1S.
Quantity of sludge recirculation pump and excess sludge transfer
4.0 135 of 2231 Datasheet recirculation and excess pump shall be 3 Nos of working + 1 No of Bidder to consider SAS
sludge transfer pump store standby. (Excess sludge Discharge
Pump) 1 working for each
PMC to check and verify the tender requirement. basin and common Store
Standby i.e. 3w+1S.

191.
Requirement of MBR in place of SBR technology
4.0 136 of 2231 Datasheet Requirement of MBR is not clear. As per Tender

PMC to clarify.
192. Bidder to consider min. one
day storage for Bio sludge
Retention of Bio sludge sump&min. 4 hrs storage for
PMC to provide minimum retention time for Bio
4.0 143 of 2231 Datasheet sump & Wet slop oil Wet slop oil sump
sludge sump & Wet slop oil sump.
sump

193. Bidder to consider the min.


Storage volume of oily &
Kindly note that Storage volume of oily & storage volume to cater one
4.0 173 of 2231 Datasheet chemical supernatant
chemical supernatant recycle sump is not backwash volume generated
recycle sump
sufficient. from WSF & other recycle flow.

Page 46 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

Minimum Storage volume required for oily &


chemical supernatant recycle sump shall be
approx 80 m3.

PMC to check and confirm the storage volume.


194.
Surface flow rate for Refer Sl. No. 30 of Lot no-1 of
4.0 188 of 2231 Datasheet PMC to clarify what is design surface flow rate in
DMF design reply to pre-bid queries.
DMF and ACF system.
195. Bidder to consider minimum
Retention of RO feed PMC to provide minimum retention time for RO retention time of 6 hrs for RO
4.0 200 of 2231 Datasheet
tank –I, II & III feed tank –I, II & III. feed tank –I, II & III.

196. Yes, the booster pump/turbo


Bidder understand that requirement of pressure charger should align with the
Requirement of
exchanger booster pump shall be as per RO RO Projection provided by the
4.0 207 of 2231 Datasheet Pressure exchanger
projection provided by RO membrane supplier. RO Membrane supplier.
booster pump
Also Refer sl. No. 53 of Reply
PMC to confirm bidder understanding. to Pre Bid queries- Lot_1.
197. Sl. No. 12 of lot-1 reply to pre-
bid queries should be read as
Retention of ZLD feed
4.0 213 of 2231 Datasheet PMC to provide minimum retention 24 hrs in place of 4 days.
tank

198. Every skid should have FT at


RO inlet, RO permeate & RO
Requirement of FT at individual inlet of each RO reject line.
4.0 222 of 2231 Datasheet Requirement of FT
skid or at common inlet header of each RO skid ?
PMC to clarify?

199.
Bidder shall also provide FT at
4.0 222 of 2231 Datasheet Requirement of FT Requirement of FT at individual outlet of DMF/
each DMF outlet .
UF-I&II /RO-I, II & III or at common outlet header
of DMF/ UF-I&II /RO-I, II & III ? PMC to clarify.
200.
Every skid should have FT at
4.0 222 of 2231 Datasheet Requirement of FT RO inlet , RO permeate & RO
Bidder understand that requirement of FT at
reject line
outlet of RO-I, II & III means FT to be provide at

Page 47 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
permeater of RO-I, II & III & reject of RO-I, II & III.

PMC to confirm bidder understanding.


201. Bidder understand that FT & DPT is not required
for ACF-I & II. Bidder to provide FT & DPT at
4.0 222 of 2231 Datasheet Requirement of FT
outlet of each ACF.
PMC to confirm bidder understanding.
202. Requirement of dump PMC to clarify the requirement of Dump valve for Bidder to provide auto dump
4.0 222 of 2231 Datasheet
valve RO-I skid. valve.
203. Bidder understand that Butterfly type valve shall
Ref, instrumentation reply of
be acceptable for On/Off valve.
4.0 222 of 2231 Datasheet Type of On-Off valve lot-1 of pre bid query, Pg 15 of
instrumentation.
PMC to confirm bidder understanding.
204. Bidder understanding is
Bidder understand that Manual isolation valve
correct, Manual isolation valve
shall be required in addition to On/Off valve for all
shall be required at inlet &
4.0 222 of 2231 Datasheet Manual Isolation valve Filters.
outlet of service water & back
wash, in addition to On/Off
PMC to confirm bidder understanding.
valve for all Filters.
205. Bidder to provide pressure
transmitter at the discharge of
high pressure Pumps for RO
4.0 223 of 2231 Datasheet Requirement of PT PMC to clarify that requirement of Pressure Skid.
transmitter at Individual Pump discharge or at
common discharge header of Pumps.

206. Bidder understand additional pressure gauges


4.0 223 of 2231 Datasheet Requirement of PG As per Tender document
are not for individual pump discharge.
207. Bidder understand that manual isolation valve
Isolation valve shall be
shall be required for all pump/blower/dosing
required for all
4.0 222 of 2231 Datasheet Manual Isolation valve pump suction and discharge.
pump/blower/dosing pump
suction and discharge.
PMC to confirm bidder understanding.
208. PMC to clarify the requirement of FT at below
Flow Transmitter to be
listed location in New ETP chain:
provided at all pump/ blower
- Common discharge header of DAF recycle
4.0 222 of 2231 Datasheet Requirement of FT discharge common header.
pump
- Common discharge header of SBR feed tank
pump

Page 48 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
- Common discharge header of SBR feed pump
- Common discharge header of Treated Effluent
transfer pump
- Common discharge header of SBR air blower
- Common discharge header of Wet slop oil
transfer pump
- Common discharge header of Bio sludge
transfer pump
- Common discharge header of Bio supernatant
transfer pump
- Common discharge header of Oily & chemical
sludge thickener feed pump
- Common discharge header of Centrifuge feed
pump
- Common discharge header of Oily & chemical
supernatant transfer pump
209. PMC to clarify the requirement of FT at below
listed location in RO recycle plant:
- Common discharge header of HRSCC-I &
HRSCC-II sludge transfer pumps
- Common discharge header of UF-I & II Feed
pumps
- Common discharge header of Filter – I & II
Flow Transmitter to be
Backwash pumps
provided at all pump/ blower
- Common discharge header of Backwash
4.0 222 of 2231 Datasheet Requirement of FT discharge common header.
waste transer Pumps – I & II
- Common discharge header of Catridge filter
feed pump-I & II
- Common discharge header of ZLD feed
pumps
- Common discharge header of UF & RO CIP
pumps
- Common discharge header of Condensate
transfer pumps
210. Kindly note that Flow indicator with bypass
Flow indicator with bypass
arrangement must require for All dosing pumps
Requirement of Flow arrangement to be provided for
4.0 222 of 2231 Datasheet common discharge header.
indicator All dosing pumps common
discharge header
PMC to check and verify this requirement.

Page 49 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
211. Bidder consider the
4.0 222 of 2231 Datasheet Type of FT PMC to clarify the type of flow transmitter. requirement based on the
service
212. Bypass requirement of PMC to clarify the bypass requirement of Bidder to decide during
4.0 222 of 2231 Datasheet
FT magnetic type flow transmitter. detailed engineering
213. Bidder to consider steam
tracing for all above ground
Heat tracing PMC to clarify the requirement of Heat tracing for
4.0 222 of 2231 Datasheet Slop and Sludge lines.
requirement Slop and Sludge lines.

214. PMC to clarify the requirement of pressure


4.0 222 of 2231 Datasheet Requirement of DPT measuring instrument between interstage of RO As per tender document
skid.
215. PMC to provide velocity criteria to be considered
As per cl. No. 4.0 pg 237 sec
in Effluent pumping line, Gravity line, Pump
4.0 222 of 2231 Datasheet velocity criteria 5.1 Design Specification
suction line, Air blower line, steam line and MEE
vapour lines.
216. Bidder to decide during detail
PMC to clarify that multi-channel analyzer is
4.0 222 of 2231 Datasheet Multi-channel analyzer engineering in consultation
acceptable or not.
with PMC/Owner.
217. Bidder to provide control valve
Flow control valve at PMC to clarify the requirement of flow control
4.0 222 of 2231 Datasheet with FT, at inlet of individual
Individual UF skid valve at inlet of individual UF-I & UF-II skid.
UF-I & UF-II skid.
218.
In line with Design Inlet Quality
Kindly note that without having inlet quality of for handling PC-II effluent
1314 of storm water at inlet of storm water guard pond, bidder to consider:
Inlet parameter of storm We are unable to provide gurantee at treated
7.0 223 11.0 Oil - 50mg/l
water quality storm water quality.
1 TSS - 200mg/l
PMC to provide inlet quality of storm water at
storm water guard pond.
219.

Kindly note that CPVC material is also compatible Bidder to consider CPVC with
for all acid (HCL) lines. In all our past project, min. size of 1.5 inch.
4.0 223 of 2231 10.1 MOC of Acid line
We have used CPVC material for Acid (HCL)
lines.

PMC to check and confirm the same.

Page 50 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
220.
Kindly note that CS material is also compatible for
all alkali (NaoH) lines. In all our past project, Bidder to consider CS.
4.0 223 of 2231 10.1 MOC of Alkali line We have used CS material for alkali (NaoH)
lines.

PMC to check and confirm the same.


221.
Kindly note that CPVC/UPVC material is also
compatible for all Coagulant Solution lines in
place of CSRL. In all our past project, We have
Bidder to consider CPVC with
used CPVC/UPVC material for Coagulant
MOC of Coagulant min. size of 1.5 inch.
4.0 223 of 2231 10.1 Solution lines.
Solution line
Also note that rubberlining is not possible in small
bore piping.

PMC to check and confirm the same.


222.
Kindly note that CS material is also compatible for
all air Blower discharge lines in place of
4.0 223 of 2231 10.1 MOC of Air blower line galvanised steel. In all our past project, We have As per Tender document.
used CS material for air Blower discharge lines.

PMC to check and confirm the same.


223.
Kindly note that CS material is compatible for
Pipe line up to RO-I cartridge filter instead of
CSRL.

In all our past project, We have used CS material


MOC of Piping up to for Pipe line up to RO-I cartridge filter. AS per tender document.
4.0 223 of 2231 10.1
Cartridge filter
PMC to note that MOC of DMF-I & ACF-I are
CSEP, MOC of all storage tanks up to RO-I feed
tanks are CSEP, Casing MOC of all pumps up to
Cartridge filter-I are CI.

So that there is no need of rubberlining for Piping

Page 51 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
up to RO-I cartridge filter.

PMC to re check and confirm.


224.
Bidder understand that MOC of Piping from Ref sl no. 223 above.
Equilization tank to SBR treated water line shall
MOC of Piping for
4.0 223 of 2231 10.1 be CS for New WWTP. Bidder to consider CS upto
WWTP
UF-I inlet.
PMC to confirm bidder understanding.

225.
Kindly note that CPVC material is compatible for
Lime solution, Antiscalant solution, SBS solution,
Hypo solution, Dolomite solution, Sodium
carbonate and sodium bicarbonate solution
instead of SS304.
As per tender doc.
4.0 223 of 2231 10.1 MOC of Chemical lines
Also note that MOC of dosing pumps are
PP/PVDF.

In all our past project, We have used CPVC


material for all above chemical lines.

PMC to re check and confirm.


226. Bidder to consider SS316L
Kindly note that SS316L material required for
4.0 223 of 2231 10.1 MOC of H2O2 lines material required for H2O2
H2O2 lines.
lines.
227. PMC to provide minimum size requirement for minimum size requirement for
Sludge and slop oil lines. Sludge and slop oil lines shall
Based on our past project experience minimum 3" be 3" size for pump suction &
Size of Sludge and slop
4.0 223 of 2231 10.1 size required for pump suction & discharge and discharge and 6" size for
oil line.
minimum 6" size required for Gravity network. Gravity network to avoid
chocking.
Please confirm.
228. Ref. sl. No. 98 of part -1.

Bidder to use existing Bulk


4.0 110 of 2231 7.1 Bulk storage tanks As per above clause and SFD, Bulk storage tanks Chemical storage and transfer
shall be considered for HCL, Caustic and Fecl3 facility for Acid & Caustic in
chemical only. PC-1. Bidder to provide new

Page 52 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
bulk chemical storage facility
But for FeCL3in RO ZLD Area.

As per datasheet (No. 23), Bulk storage tank is


also required for NaoCL chemical.

PMC to clarify the requirements.


229. Bidder to use existing Bulk
Chemical for Acid & Caustic.

Storage capacity Bulk PMC to provide minimum storage capacity of For FeCl3 refer page no. 192
4.0 110 of 2231 7.1
storage tanks HCL, Caustic and Fecl3 bulk storage tanks. of 2231.

230.

As per SFD, existing bulk storage tank shall be


used for HCL chemical.
Existing HCL Bulk Existing HCL Bulk storage tank
1.1 24 of 2231 SFD
storage tank to be used.
While as per design basis, New Bulk storage tank
shall be provide for HCL chemicals.

PMC to confirm the scope of HCL bulk storage


tanks.
231. As per SFD, bidder understand that qty of HCL
bulk storage tank shall be 2Nos, qty of Caustic
bulk storage tank shall be 1 No and qty of
1.1 24 of 2231 SFD Qty of Bulk storage tank As per tender doc.
Fecl3 bulk storage tank shall be 1 No.

PMC to confirm bidder understanding.


232. 1) Unloading transfer pumps to
Supply of Caustic in
1.1 24 of 2231 SFD be used for transfer of 40 %
Bulk storage tank
caustic solution to RO

Page 53 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
1) Bidder understand that supply of caustic recycle plant and PC-II .
shall be done through existing bulk storage tank 2) Day storage tanks (2W,12
not through caustic unloading transfer pumps. hour each) for RO recycle
PMC to confirm bidder understanding. plant and PC-II to be used
2) Bidder understand that 20% caustic line is for preparation of 20%
available at piping battery limit of RO recycle solution.
plant. PMC to confirm bidder understanding. 3) Bidder to consider as per
3) PMC to provide battery limit condition like, design requirement.
Pressure , temperature and size of Caustic line.
Note-
No. of tank mentioned at sl.
No. 61, Pg 177 & Capacity
mentioned at sl. No.72 , Pg.
218 shall be superseded with
above.
233. Since caustic chemical is available at b/L, bidder
understand that chemical supply shall be free Ref. cl. No. 2.0 section 3.0
Supply caustic during
1.1 24 of 2231 SFD issue by client during O&M. page 54 of 2231 of tender
O&M
document.
PMC to confirm bidder understanding.
234. MOC of Unloading PMC to provide MOC and Flow rate of Unloading As per NIT.
1.1 24 of 2231 SFD
transfer pump transfer pump for bulk chemical storage tank.
235.
As per design basis, Caustic Chemical from bulk
storage tank to be transfer in Caustic preparation/
dosing tank. Design basis shall be followed,
RO permeate header suction
Caustic dosing/
1.1 24 of 2231 SFD But as per SFD, Caustic dosing pump for RO shall be from preparation/
preparation tank
permeate header is directly taking suction from dosing tank.
Bulk storage tank.

PMC to check and confirm requirement of


Preparation tanks.
236. As per SFD of RO recycle plant, Type of DWPE
dosing pump for centrifuge is horizontal
Bidder to decide the type of
Type of DWPE dosing centrifugal.
1.1 24 of 2231 SFD DWPE dosing pump based on
pumps
pump capacity.
But as per Datasheet (No.43 & 51) of new WWTP
plant, Type of DWPE dosing pumps for same

Page 54 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
application is positive displacement diaphragm
type.

PMC to re check and confirm the type of DWPE


dosing pump for both plant.
237. As per SFD of RO recycle plant, Type of Lime
dosing pump for centrifuge is horizontal
centrifugal.
Bidder to decide the type of
Type of Lime dosing But as per Datasheet (No.9) of RO recycle plant,
1.1 24 of 2231 SFD lime dosing pump based on
pumps Type of Lime dosing pump is positive
pump capacity.
displacement diaphragm type.

PMC to re check and confirm the type of Lime


dosing pump.
238.

PMC to note that there is no details or description


about the requirement of ClO2 generation
system. Also there is no details found in Sheet-2
24 of of SFD.
1.1 SFD CLO2 system ClO2 system is not envisaged.
2231

PMC to provide complete details of CLO2


generation system with capacity, tank and dosing
pumps requirement.Also specify the purpose of
ClO2 generation system.
239. Kindly note that there is no requirement of Clo2
dosing in RO recycle plant.
1.1 24 of 2231 SFD CLO2 system ClO2 system is not envisaged.
PMC to check and confirm.
240. As per SFD, type of backwash waste transfer
pump-I shall be centrifugal type.

But as per our past project and also as per new Bidder to decide during detail
1.1 24 of 2231 SFD Type of pump WWTP, Backwash/ recycle waste transfer pumps engineering in consultation
are submersible type due to higher depth of sump with PMC/Owner.
and centrifugal pump can’t lift effluent waste for
such higher depth.

Page 55 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
PMC to re check and confirm the type of pumps.

241. Bidder understand that dosing rate of all


chemicals shall be considered based on past Bidder to consider based on
General - - - project experience for all three plant. their calculation in consultation
with PMC/Owner.
PMC to confirm bidder understanding.
242.
1) Bidder understand that pumps will be suitable
to handle 110% of normal flow. Hence
maximum flow rate of pump shall be 110% of
normal flow rate.

PMC to confirm bidder understanding.

2) If normal flow rate of pump is 450 m3/hr,


maximum flow rate of pump is 110% of normal
5.1 240 of 2231 11.5 Flow rate of Pump As per Tender document.
flow rate i.e. 495m3/hr and calculated head is
25m.
Then bidder understand that pump to be select on
normal flow rate and required head i.e. 450
m3/hr @ 25m not on Maximum flow rate and
required head i.e. 495 m3/hr @ 25m.

PMC to confirm bidder understanding because it


is impact on selection of motor rating and
power consumption of plant.
243.

PMC to clarify the reason for providing running DCS may be read as PLC
status of all the motors in DCS as plant shall based Control System installed
5.1 240 of 2231 11.5 Motor running status. be operated and controlled through a PLC at Proposed new Control
based control system as mentioned below Room near RO & ZLD Plant.
caluse.

Page 56 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
244.
5.1 240 of 2231 11.5 By pass requirement PMC to specify the bypass requirement of As per Tender document.
rotameter for dosing pumps line.
245.
Bidder understanding is correct
Bidder understand that only TDS valueof RO
based on RO permeate TDS
Off spec of RO permeate line shall be considered for diverting
5.1 240 of 2231 11.5 values, line shall be diverted to
permeate off spec to UF permeate tank.
UF permeate tank.
PMC confirm bidder understanding.
246. 1) On /off valve with manual
1) Bidder understand that pneumatic operated globe valve to be provided.
On/Off valve shall be acceptable for automatic
minimum recirculation line of centrifugal 2) Bidder to consider as per
pumps. standard engineering
practice.
PMC to confirm bidder understanding.
3) Re-circulation line is not
2) Bidder understand that minimum recircualtion applicable in RO high
line is not applicable for intermittent service pressure pumps.
pumps like Filter / UF backwash pump, RO/UF
cleaning pump, Backwash waste transfer
pump-I& II, all chemical unloading transfer
Minimum recirculation
5.1 240 of 2231 11.5 pumps, etc.
line

PMC to confirm bidder understanding as same


philosophy we are following in all our past
projects.

3) Bidder understand that minimum recircualtion


line is not applicable in RO high pressure
pumps as pumps are operated with VFD
hence minimum recirculation line is not
required.

PMC to confirm bidder understanding.


247.
Level gauge in storage
5.1 240 of 2231 11.5 Generally level gauges are not required for As per tender document.
tank and all sumps
storage tank & all underground and above

Page 57 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
ground sumps. Because all level transmitted
located on tanks & sumps shall have
poweloop level indication at grade level.

PMC to check this requirement and confirm.


248.

1) From above clause bidder understand that


individual pumps suction & discharge shall
have pressure gauge and pressure transmitter
only at individual pump discharges.

PMC to confirm bidder understanding.

2) PMC to note that generally all pumps are 1) As per Tender doc.
Pressure gauge for 2) As per Tender doc.
5.1 240 of 2231 11.5 having flooded suction and tripping of pump is
Pumps 3) For dosing pump PG shall be
provided for low level in tanks. Hence
provided at pump discharge.
pressure gauge at pump suction line is not
required. In all our past project, we have not
provided pressure gauge at pump suction.

PMC check this requirement and re confirm.

3) Bidder understand that above tender clause is


not applicable for Dosing pumps.
PMC to confirm bidder understanding.
249.
1) 1) Kindly note that normally 2oo3 philosophy is
required where complete plants gets shut
down because of critical tripping. In our case
all interlocks are related to pump tripping Ref. Instrumentation reply to
5.1 240 of 2231 11.5 Requirement of 2oo3 based on the levels to avoid dry run. This will pre-bid queries. in lot-1 page
result to tripping of that particular pump not no. 14
complete plant. Hence 2oo3 philosophy is not
requested in any RO, DM, ZLD & WWTP
plants.
2) In view of the above kindly confirm the

Page 58 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
requirement of 2oo3.
2) If at all you need 2oo3 logic than bidder
understand that pump tripping based on level
to be considered in 2oo3 logic. PMC to
confirm bidder understanding.
3) PMC to note that diameter of dosign tanks &
cleaning tank are very small and
accommodation of 3 Nos of level transmitters
for 2oo3 logic are not possible because larger
space are covered by agitator, service water
and vent. Hence we request for not
considering 2oo3 logic for dosing and cleaning
tanks. PMC to confirm the same.
4) PMC to clarify that tripping of RO high pressure
pump based on low pressure at pump suction
shall be considered in 2oo3 logic or not?
5) PMC to clarify that tripping of RO high pressure
pump based on high pressure at pump
discharge shall be considered in 2oo3 logic or
not?
6) Bidder understand that sequential logic like
backwashing / cleaning based on differential
pressure of Filters, UF system and interstage
of RO skid are not to be considered in 2oo3
logic. PMC to confirm bidder understanding.
250.

5.1 240 of 2231 11.5 Meaning of strainer From above clause, All strainers means Y&T type As per Tender document
strainer or basket type strainers? Please
clarify ?
251. z

Kindly note that Flow transmitter with pressure & Noted.


Requirement of Flow
5.1 240 of 2231 11.5 temperature compensation is not required in However same To be
transmitter
WWTP & RO-ZLD. In all our past project, we provided wherever required.
haven’t provided pressure & temperature
compensation for flow transmitter.

Page 59 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Also note that pressure and temperature
compensation for flow transmitter is required for
compressible fluid and effluent flow through the
WWTP & RO-ZLD plant are non compressible.

Hence we are request to re-check the


requirement of flow transmitter with pressure and
temperature compensation.
252.

1) Bidder understand that requirement of FT at


Requirement of Flow inlet lines means all battery limit lines.
5.1 240 of 2231 11.5 PMC to confirm bidder understanding. As per tender document
transmitter

2) Requirement of FT at DMF inlet means


common inlet header of DMF.
PMC to confirm bidder understanding.
253.
Bidder understand that requirement of PDG for As per Tender doc
5.1 240 of 2231 11.5 Requirement of PDG media trap is for all three plant.

PMC to confirm bidder understanding.


254.
Kindly note that micron cartridge filters are
To be decided by bidder during
Requirement of Micron required only for low pressure RO feed pump
5.1 240 of 2231 11.5 detail engineering in
cartridge filter not for high pressure RO feed pump.
consultation with PMC/Owner.
PMC re check and confirm.
255.

Bidder to follow the Tender


Details of Instrument requirement, further bidder
5.1 240 of 2231 11.5
and other requirement shall also consider the
recommendation of HAZOP.

Kindly note that instruments requirement details

Page 60 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
provided in 5.1 design specification is neither
mentioned scope work nor in other process
documents.

All the technical requirement of instrument should


be at one place so that all other bidder should
not missed out.
256.
1) Requirement of pump house shall be for
HRSCC-II sludge sump only or HRSCC- I & II
sludge sump both. PMC to clarify?
2) Kindly note that screw type pumps are suitable
for lifting fluid from under ground sludge sump.
In past project, We have installed sludge
service pumps on floor level for underground
sludge sump. Also in new WWTP, sludge
For HRSCC-I & II common
service sump are under ground sump and
sludge system.
Requirement of pump screw type pump installed on FGL.
4.0 211 of 2231 Datasheet As per tender document.
house
As per Tedner document.
PMC to check the requirement and re confirm.

3) If you still required flooded suction for HRSCC


sludge transfer pump than HRSCC sludge
sump to be placed above ground by raising
level of HRSCC. So that we can avoid
operational problem in working inside the
Pump house.

PMC to check the requirement and re confirm.


257.

As per above clause of piping specification, Shed All blowers & compressors to
Requirement of Blower is required for all the blower.
5.2.3 355 of 2231 Annexure - 6 be installed under Shed.
shed But as per design basis of process and scope of
work, there is no requirement specified that all
blowers to be placed under shed.

PMC to clarify the requirement. It will have huge

Page 61 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
cost impact.

258.
Bidder understand that disposal of sludge to Ref. sl. No. 35 of lot no.1 reply
4.0 104 of 2231 7.1 Disposal of sludge TSDF/landfill is not under this tender. to pre-bid queries
PMC to confirm bidder understanding.
259.
As per other tender document, RO-III reject tank
Requirement of solar shall be transferred to ZLD feed tank but as
4.0 109 of 2231 7.1 Solar pond not envisaged.
pond feed sump per clause it is transferred tosolar pond feed
sump.
PMC to check and clarify.
260.

We request PMC to clearly indicate the


Requirement of dosing requirement of dosing in Equilization tanks.
1.1 20 of 2231 SFD Chemical dosing required.
system Meaning of provision doesn’t stand for scope
of supply of this tender job.

PMC to clearly indicate the scope of supply of


dosing system for equalization tank.
261.

As per datasheet (No. 17), Value of


BOD=<15ppm, COD=<110ppm,
Phenol=<1ppm & Sulphide=<0.5ppm at SBR
Effluent quality of SBR outlet. For SBR effluent quality refer
4.0 134 of 2231 8.0
system sl. No. 157 above.
But,

As per PGTD & design basis, Value of

Page 62 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
BOD=<40ppm, COD=<200ppm,
Phenol=<5ppm & Sulphide=<5ppm at SBR
outlet.

Also,

As per design basis, Value of BOD=<30ppm,


COD=<250ppm
At outlet of PC-II (OWS treatment chain).

PMC to check the required outlet parameter at


SBR of PC-II and same has to be mentioend
in all tender documents.
262. As per our past project experince, 2 basin are
more than sufficient for SBR system for such low
design flow rate.
Requirement of 3 Basin
4.0 134 of 2231 8.0 As per NIT
in SBR system
PMC to check and confirm whether bidder are
allowed to provide 2 basin instead of 3 basin for
SBR system.
263. PMC to clarify the requirement & scope of WSF
Requirement of WSF backwash pump and WSF air scouring blower.
4.0 133 of 2231 8.0 backwash pump and Details of WSF backwash pump and WSF air Ref sl. No. 21 above.
Backwash air blower scouring blower is not covered in tender
documents.
264. VFD requirement for PMC to clarify the requirement of VFD for new air
4.0 109 of 2231 8.0 As per Tender document.
aeration blower blower for existing aeration tank.
265. Shed requirement for PMC to clarify the requirement of Shed for new
4.0 109 of 2231 8.0 Ref. reply at sl. No. 257.
aeration blower air blower for existing aeration tank.
266.
As combo unit placed on first floor of shed, Bio
supernatant collection sump can placed above
Bidder to decide during detail
ground and centrate from combo unit can be
4.0 146 of 2231 8.0 Type of sump engineering in consultation
easily transfer to above ground bio supernatant
with PMC/owner.
collection sump.

Also above ground bio supernatant collection

Page 63 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
sump will provide flooded suction to bio
supernatant transfer pump.

PMC to check and re verify the requirement of


underground sump for bio supernatant collection
sump.
267.

Capacity of Thickened PMC to claify that size of each compartment of Size to be decided based on
4.0 168 of 2231 8.0
oily sludge sump thickened oily sludge sump shall be decide min 8 hrs residence time.
based on provided residence time or based on
provided effective liquid storage volume.
268. Bidder to decide during detail
Capacity of Oily sludge PMC to provide minimum capacity of oily sludge
4.0 169 of 2231 8.0 engineering in consultation
centrifuge centrifuge.
with PMC/Owner.
269.

As per datasheet and process description,


Recovery of RO-I system, RO-II & RO-III are
80%, 60% & 50% respectively.

If design flow rate inlet to RO-I system is


450m3/hr.
RO-II feed (RO-I reject) flow rate = 450*20 /100 =
90 m3/hr
RO-III feed (RO-II reject) flow rate= 90*40/100= Ref sl. No. 54 of lot no. 1-
4.0 208 of 2231 8.0 RO system recovery
36 m3/hr reply to pre-bid queries
RO-III reject flow rate= 36*50/100 = 18 m3/hr
Overall recovery = (450-18) / 450 = 96%

Hence total flow rate inlet to ZLD plant is 18


m3/hr and based total capacity, Design capacity
of ZLD plant is 9 m3/hr with two nos of working
chain.

But

As per design basis, ZLD plant is having two no.

Page 64 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
of working chain and capacity of chain is
18m3/hr. So total capacity of ZLD palnt is 36
m3/hr.

PMC clarify the same.


270. As per above query and individual recovery of RO
skid,
Overall recovery of RO plant is 96%.
While,
Ref sl. No. 54 of lot no. 1-
4.0 208 of 2231 8.0 RO system recovery
As per PGTR, guarantee of overall recovery of reply to pre-bid queries.
RO system is 92%

PMC to check and confirm overall recovery of RO


plant.
271. Kindly note that details of wet slop oil transfer
pump for NEW WWTP are repeat in datasheet
Repeat details of wet
4.0 176 of 2231 8.0 No. 32 & 60. Required, ref sl. No. 54 above.
slop oil transfer pump
PMC to check and confirm.
272.

Kindly note that RO-I cartridge filter feed pumps VFD not envisaged in
RO-I cartridge filter feed are provided with VFD.
4.0 201 of 2231 8.0 Cartridge filter feed pump in
pump
RO system.
PMC to clarify the requirement of automatic
minimum recirculation line if centrifugal pumps
are provided with VFD.
273. Kindly note that design capacity of all the
packages are defined by PMC/ Owner, Working
and stand by unit philosophy is specified by PMC/
Owner, Treatement scheme of all package is
specified by PMC/ Owner. Bidder to decide during Detail
Available space is not
5.2.3 358 of 2231 Layout engineering in consultation
sufficient
Bidder has only right to accomodating the with PMC/owner.
equipments/units as per flow sequence and as
per require operation & maintenance space.

Now we have primary workout to accommodate

Page 65 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
all unit in available area and found that available
space is not sufficient.
We are request PMC / Owner to provide
additional space for WWTP and RO-Recycle
plant.
274. Bidder understands that new proposed 3 Nos of
Location of Equalization Bidder understanding is
5.2.3 358 of 2231 Layout equalization tank shall be placed in new WWTP
tank correct.
area.
275.

PMC clarify the reason of providing RO reject


water storage tank having retention time of 4
RO reject water storage days.
4.0 209 of 2231 8.0 Ref. reply at SL. No. 197
tank

As RO-III reject shall be directly transferred to


ZLD feed tank having retention time of 24 hours.
PMC check and confirm philosophy of use of RO
reject water storage tank.
276.
As per datasheet, Type of HRSCC-II sludge
transfer pump is screw vertical non clog type.
Bidder to decide during detail
Type of HRSCC-II
4.0 211 of 2231 8.0 Whereas in note it is mentioned that Pump shall engineering in consultation
sludge transfer pump
be located in pump house. with PMC/Owner
Both above clause are contract diction to each
other.
PMC to check and clarify.
277.

As per datasheet (No.39), RO feed tank-III to be


provide to store treated effluent from UF-II system. Bidder to consider RO feed
4.0 212 of 2231 8.0 Type of RO feed tank-III Whereas in datasheet (No. 55), UF filter water Tank –III mentioned at Sl. 39
tank-II shall be considered for storing treated of Data sheet pg 206 of 2231.
water of UF-II system.

PMC to check and confirm which datasheet to be

Page 66 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
follow for UF-II permeate water.

278.

Kindly note that RO permeate transfer pumps are


Recirculation line in RO provided with VFD.
4.0 217 of 2231 8.0 As per tender document.
permeate transfer pump
PMC to clarify the requirement of automatic
minimum recirculation line if centrifugal pumps
(RO permeate transfer pump) are provided with
VFD.
279.
As per datasheet, vent of TPI (storm water guard
pond) shall be connected to VOC handling
system.
VOC system for TPI VOC system not envisaged for
4.0 220 of 2231 4.0 (storm water guard But as per tender documents, there is no TPI provided in storm water
pond) requirement of VOC handling system in storm guard pond package
water gurad pond area.

PMC to check and verify the requirement of VOC


handling system or covered requirement in TPI of
storm water gurad pond.
280. Page No. 41-

4.0 Design
Requirement of
Bas
Crystallizer (Pusher
is &
Centrifuge) OR falling As per Tender document.
Spe 144 of 157 65 Page No. 142
film type (ATFD) or as
cific
per bidder’s own proven
atio
system for salt recovery
n Page No. 143

Page No. 144

Page 67 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

We would like to bring to your notice that


Pusher Centrifuge OR ATFD OR Crystallizer
are not required together. Only one unit is
required out of these 3 units. Mostly Pusher
Centrifuge is used on RO reject slurry for salt
recovery. The mother liquor generated from
Pusher Centrifuge shall be recycled back to
MEE system.

Kindly confirm.
281. 4.0 Design Moisture Content in Dry Solids requirement given
Noted, moisture content to be
Bas is 8% (Maximum) is not possible at the outlet
considered as 10% maximum.
is & of Pusher centrifuge.
Spe 1 of 11 12.0 Moisture Content in Dry
cific Solids Kindly note that all pusher centrifuge
atio manufacturers are offering maximum moisture
n content 10%. Please confirm acceptance.
282. 4.0 Design TDS in Condensate / Distillate from the ZLD Plant
Bidder to meet the TDS
Bas given is 200 ppm is not possible at the outlet
requirement value as per Sl.
is & of MEE.
TDS in Condensate / No. 61 Pg 214 of 2231 of
Spe 1 of 11 12.0
Distillate from the ZLD Tender Document i.e. 300
cific Maximum 500 ppm TDS is possible at the outlet
Plant mg/l.
atio of MEE based on our past project experience.
n Please confirm.
283. Mention is “Crystallizer sludge storage shed
sufficient for 1 Month storage shall be provided by 1) The shed should be
4.0 Design bidder.” covered with side wall to
Bas store one month salt.
is & Kindly confirm following
Spe 144 of 157 65.0 2) As per Tender document
Dryer Section
cific 1. Please clarify the shed should be covered
atio up to parapet wall or we have to provide cladding 3) Auto Bagging to be consider
n up to 2 ft all four side with 1meter parapet wall. in consultation with
2. Kindly note that 1 month storage shed will PMC/owner.
be very big. In normal case 15 days storage is

Page 68 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
preferred. Please confirm.
3. We understand salt will be stored in bags
and filling of bags will be manually. Kindly confirm

284. Page 142 – requirement of recirculation pump is not


given for MEE Bidder understanding is
Page 147 - For all pumps standby provisions is to correct, MEE recirculation
be made pumps in the Multiple Effect
Query: Evaporator shall be provided
4.0 Design
1. The MEE recirculation pumps in the Multiple as one working installed pump
Bas
142 of 157, Effect Evaporator shall be provided as one and other pump as store
is &
147 working installed pump and other pump as standby.
Spe 61, Note 8 Recirculation pump
of store standby. Further Bidder to consider
cific
157 2. Generally, the capacity of 2nd, 3rd, 4th stages of common store standby pump
atio
recirculation pumps are same. Hence, we can for 2nd, 3rd, 4th stages of
n
provide one store stand by pump for stage-1 & recirculation pumps as the
1 common store standby pump for stage2, 3 & pumps of these stages are of
4 for each working train. similar capacity and separate
stand by pump for 1st stage.
Please confirm.
285. Bidder to provide the same
Kindly provide Hazop Methodology and Risk
General - - Hazop Studies during detail engineering for
Matrix to be followed during the Hazop Study.
review of PDIL/GAIL
286. The Super Duplex (contact parts) for Pusher
Centrifuge is acceptable.
Noted, the contact part of
MOC of Pusher However, please note that none of the Pusher Pusher Centrifuge shall be
General - -
Centrifuge Centrifuge Manufacturers provide Screen in Super Duplex.
Super Duplex Material. Hence, the screen of
Pusher Centrifuge shall be Duplex / as available
with the vendor. Kindly confirm.
287. We understand that cooling water is supply by
General - - Cooling Tower As per tender document.
client for MEE system. Please confirm.
288. Kindly confirm the type of valve to be used in
MEE system for following service:
Bidder to consider as per MEE
Type of valve as per Effluent
General - - Vendor standard
service Condensate
recommendation.
Vapour
Vacuum

Page 69 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Concentrate

289. Kindly provide Material of Construction to be


considered for:
Bidder to consider as per MEE
Selection of MOC as per
General - - Vendor standard
service De-former (used in MEE system)
recommendation.
Antiscalant (used in MEE system)
HNO3 (used in MEE system)
290. Bider to consider 150 rating
Kindly confirm the rating of steam pipe coming at pipe for LP steam service,
General - - Selection pipe rating RO-ZLD plant battery limit that shall be used in however same to be confirmed
MEE system. by bidder during site visit.

291. Cooling water supply and


Kindly provide the following data:
return detail at Tie in point is
1. Cooling water supply Design pressure
given in Tender Document.
(kg/cm2g) and flow/quantity (m 3/hr) at plant
Necessary detail engineering
General - - Utility specification battery limit.
from Tie in point to Battery
2. Cooling water return Design pressure
Limit is in LSTK bidder’s scope
(kg/cm2g) and flow/quantity (m 3/hr) at plant
in consultation with
battery limit.
PMC/Owner
292. Kindly provide the flow / quantity (kg/hr) for LP
General - - Utility specification Refer 291.
steam available at battery limit.
293. We understand that bidder’s scope is limited to Handling & Bagging in Bidder’s
Collection of salt
providing salt at the outlet of pusher centrifuge. scope, disposal in Owner’s
General - - generated from Pusher
Handling, bagging, storage & disposal of salt shall scope
Centrifuge
be done in client scope. Kindly confirm.
294. Kindly provide complete P&ID for ZLD plant
including pre-treatment to have clear
General - - P&ID of MEE System understanding of required level of automation & to As per Tender document.
keep same level of understanding among all the
bidders.
295. Either provide complete P&ID with Bidder to consider instrument
instrumentation for ZLD Plant (including MEE as per good engineering
system) Practice, also refer reply
Instrumentation
General - - OR elsewhere regarding
requirement in ZLD
Provide list of instruments with its location that is instruments
required in the ZLD Plant (including MEE
system).

Page 70 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
296. We understand that all drains from MEE system
and its pre-treatment units shall be collected in an
underground sump through a common process
Process drain drain network. From the underground sump, it Bidder understanding is
General - -
philosophy shall be recycled back to MEE Feed Tank (which correct.
feeds the effluent to MEE system).

Kindly confirm
297. 4.0 Design We understand that bidder’s scope shall be
Bas limited to taking tapping from existing fire fighting
is & header around the all three plot area. Required
Spe 154 of 157 13 Fire system requirement number of hydrants and monitors (as applicable) As per NIT.
cific shall be provided by bidder.
atio
n Kindly confirm.
298. 4.0 Design
Bas Pressure at Tie in point is
Jockey pump, fire pump, fire water storage tank
is & mentioned at Section-2.0 of
shall not be in bidder’s scope.
Spe 154 of 157 13 Fire system requirement tender document, however fire
cific water network for the new
Kindly confirm.
atio plant is in Bidder’s scope..
n
299. As the design basis for fire fighting system is not
DESIGN BASIS FOR FIRE
provided in the tender document hence, we
Design Basis for fire FIGHTING IS PROVIDED IN
General - - understand that the fire fighting system shall be
fighting system NIT SECTION 5.2.4(PAGE
designed according to OISD-116 requirements.
361)
Kindly confirm.
300. Kindly provide overall drawing showing location of Available Existing Drg/Doc
Existing fire fighting
General - - existing fire fighting network around the Storm shall be shared with successful
network location
water pond, PC-II and RO-ZLD plant. bidder.
301. Kindly provide the below:

3. Line size of existing fire fighting network


Details of Existing fire around the all plot area.
General - - Refer point 300.
fighting network location 4. MOC of above ground and underground fire
fighting line to be followed.
5. Pressure available at tapping point of fire
fighting network.

Page 71 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
302. Above ground and
Kindly provide Above ground and under ground
underground fire fighting REFER NIT SECTION
General - - fire fighting header routing philosophy to be
header routing 5.2.4(PAGE 361)
followed.
philosophy
303. We understand that Multiple Effect Evaporator
(MEE) System shall be installed in multi-storey
structure. The ground base and up to first floor
level shall be of RCC column and above that shall
Multiple Effect be structural steel. All floor levels (except ground
Evaporator (MEE) base) shall be FRP chequered plate covered. Bidder understanding is
General - -
System Structure There shall be MS staircase (1500 mm wide) on correct.
arrangement and MOC both the side of the structure. Top of structure
shall be MS covered with side cladding. Base for
Pusher Centrifuge installation shall be of RCC.

Kindly confirm.
304. We understand that the MEE system shall be As per NIT
designed as per TEMA class C for this application (Refer NIT Sec
TEMA code for MEE
General - - in ETP. PC286/E/001/P-II -5.2.1
system
Clause number 3.2.1 i.e
Kindly confirm. TEMA-R)
305. We understand the list of major equipments
provided is indicative. Bidder can add or subtract
General - - List of equipments As per tender document.
the items based on bidder’s design of MEE
system. Please Confirm.
306. Working and standby Kindly provide the working and standby
philosophy for Multiple requirement for complete chain of Multiple Effect Refer sl. No.8 of reply to prebid
General - -
Effect Evaporator (MEE) Evaporator (MEE) System for smooth operation queries(process) lot-1.
System treatment chain on day to day basis.
307. Kindly clarify whether bidder’s scope shall be
limited only to collection to salt generated from
Disposal of salts MEE system (Pusher centrifuge outlet) in storage
General - - generated from ZLD area and further salt disposal to landfill site shall
Ref sl. no. 293 above
(MEE) system be in Client scope. OR it will be bidder’s
responsibility to dispose the salt up to the landfill
site.
308. Kindly provide the list of hydrocarbon components
Bidder to evaluate during detail
with its concentration (in ppm) coming in inlet
General - - Feed to VOC system engineering and accordingly
feed effluent to PC-I and PC-II for design of VOC
calculate the VOC capacity
system.

Page 72 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
309. We understand that VOC system to be re-design
by the bidder based on tentative detail given
General - - VOC system design As per tender document.
tender and provide the complete VOC system
guarantee by bidder. Please confirm.
310.

Bidder understand that ZLD system shall be


LP steam pressure
design on 4 kg/cm2 of LP steam’s constant
2.0 34 of 2231 15.2 required at plant battery As per Tender document.
pressure. If any reduction in pressure is
limit
resultant to reduce the evaporation capacity.

PMC to confirm bidder understanding.


311. Bidder understand that pipe routing inside the
LSTK Bidder shall do during
Routing inside Pipe existing PC-I plant shall on pipe sleeper.
5.2.3 358 of 2231 Layout detail engineering stage with
sleeper
approval of PMC/Owner.
PMC to confirm bidder understanding.
312. Bidder understand that routing of storm water
from existing storm water drain to new proposed
Routing of Storm water storm water guard pond shall be through gravity Bidder’s understanding is
5.2.3 358 of 2231 Layout
to guard pond only. correct.

PMC to confirm bidder understanding.


313. PMC to note that based on preliminary
calculation, Minimum 16” line size shall be
required instead of 12” for cooling water
Cooling water line size Bidder to consider the size as
5.2.3 358 of 2231 Layout supply and cooling water return.
requirement per their calculation.
PMC to check and provide 16” header for cooling
water supply and return.
314. Bidder understand that separate pipe rack /
sleeper to be construct along with existing
pipe rack and beside the new substation and LSTK Bidder shall do during
Piping routing between
5.2.3 358 of 2231 Layout spent caustic treatment for piping routing detail engineering stage with
RO ZLD and New PC-II
between New PC-II and RO-ZLD plant. approval of PMC/Owner.

PMC to confirm bidder understanding.


315. Bidder understand that different line colour
Different line colour
5.2.3 358 of 2231 Layout symbol indicate routing of utilities line and Understanding is correct.
symbol
cable route from respective plant to tie point.

Page 73 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

PMC to confirm bidder understanding.


316.
Bidder understand that less than 20m/sec velocity
5.1 237 of 2231 4.0 Velocity of LP steam to be considered for LP steam line size As per Tender document
selection.

PMC to confirm bidder understanding.


317. PMC to note that based on preliminary calculation
and provided velocity (20 m/s) for LP steam,
Minimum 16” line size shall be required
LP steam line size Bidder to consider the size as
5.2.3 358 of 2231 Layout instead of 6” for LP steam.
requirement per their calculation.
PMC to check and provide 16” header for LP
steam.
318. Page 13:

Page 75:

Page 102: Bidder to consider the


provision for internal recycle
Design capacity of RO
1.0 13 of 2231 3.1.4 flow generated during the day
recycle Plant Query: to day operation of the Plant
Please note that design flow rate is not given in for system design.
individual equipment’s process data sheet.

From all above clauses bidder understand that


450 m3/hr + recycle flow, Design flow rate is at
inlet flow to HRSCC-I not for cooling water
make up flow amd RO-I inlet.

PMC to confirm bidder understanding.


319. Bidder understand that recycle (Overflow, drain Bidder to consider the
Design capacity of RO
1.0 13 of 2231 3.1.4 and Centrate from centrifuge) and backwash flow provision for internal recycle
recycle Plant
rate (DMF, ACF, UF etc) from all units shall be flow generated during the day

Page 74 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
included at respective units for mass balance and to day operation of the Plant
deletion of backwash/ recycle flow rate (After for system design.
HRSCC, DMF, ACF and UF) for design of
downstream units.

Suppose design flow rate of UF system is 450


m3/hr and recovery is 90% then RO-I system
shall be design on 450 x 0.9 i.e.405 m3/hr and
45 m3/hr backwash waste shall be transfer to
backwash holding sump.

PMC to confirm bidder understanding.


320.

From above clause bidder understand that 150


Design capacity of New m3/hr Design flow rate is at inlet flow to new Bidder understanding is
4.0 75 of 2231 1.0 WWTP chain not for outlet flow to new WWTP
WWTP chain correct.
chain.

PMC to confirm bidder understanding.


321. Bidder understand that recycle (Overflow, drain
and Bio Centrate from Combo unit) from all units
shall be included at respective units for mass
balance and deletion of recycle flow rate (After
TPI, DAF and SBR) for design of downstream Bidder to consider the flowrate
Design capacity of New units. considering the addition &
4.0 75 of 2231 1.0
WWTP chain PC II deletion of flow to respective
Suppose design flow rate of TPI system is 150 equipment/unit.
m3/hr then DAF system system shall be design
on 150 - Sludge flow rate - Slop oil flow rate.

PMC to confirm bidder understanding.


322. Page : 135
In line with data Sheet
Page : 136 mentioned at sl. No. 17 page
Material of Construction 136 of 2231 bidder to consider
4.0 135 of 2231 8.0
of Decanter mechanism As per page 135 of 2231, material of construction of material of construction of
decanter mechanism is SS304 of equivalent. decanter mechanism as
SS316L.
But as per page 136 of 2231, material of

Page 75 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
construction of decanter mechanism is SS316L or
as per system supplier standard.

PMC to confirm the material of construction of


decanter mechanism.
323. Bidders understand that Overflow and drain from
PC-II plant shall be transferred to Oily & Chemical
Overflow & drain for PC- Bidder understanding is
4.0 173 of 2231 8.0 supernatant Sump.
II correct.
PMC to confirm bidder understanding,
324. Bidder understands that separate drain sump shall
be required for overflow & drain from ZLD plant and
Overflow & drain for RO Bidder understanding is
4.0 213 of 2231 8.0 floor drain of ZLD system.
ZLD correct.
PMC to confirm bidder understanding,
325.

WSF backwash routed Kindly note that as per past project experience
1.1.1 21 of 2231 PFD to Oily & Chemical backwash waste from WSF system to be As per Tender document.
sludge sump transferred to Oily & Chemical supernatant sump
due to low range of oil in backwash waste.

PMC to check and re confirm.


326. Bidder to develop during detail
pH Adjustment tank Datasheet of pH adjustment tank is not given in engineering as per good
4.0 173 of 2231 8.0
PDS not given. tender document. PMC to provide the same. engineering practice in
consultation with PMC/owner.
327. Bidder to develop during detail
Datasheet of WSF-I Backwash pump for PC-I plant
WSF-I Backwash pump engineering as per good
4.0 117 of 2231 8.0 is not given in tender document. PMC to provide the
PDS not given engineering practice in
same.
consultation with PMC/owner.
328. Bidder to develop during detail
Datasheet of WSF-I air scouring blower for PC-I
WSF-I air scouring engineering as per good
4.0 117 of 2231 8.0 plant is not given in tender document. PMC to
blower PDS not given engineering practice in
provide the same.
consultation with PMC/owner.
329. As per PFD New TPI Feed Pumps for PC-II
CRWS transfer pump Bidder understand that as per PDS no. 47, MRS-II
4.0 163 of 2231 8.0 As per Tender document
from PC-II FEED PUMPS (CRW) shall be used for transfer
effluent from CRWS buffer feed tank.

Page 76 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
330.

From above close, bidder understand that Inlet /


Outlet Lines which are going to hook up between
client and LSTK contractor shall be considered as
battery limit Lines.

Lines which are going to be interconnecting


between PC-I to PC-II or PC-I to RO-ZLD plant by
LSTK contractor shall not be considered as a
battery limit Lines from respective plant.

For e.g., Line from Effluent transfer pump of MRS-I


(PC-I plant) to New proposed Equalization tank
(PC-II plant) shall not be considered as a battery
limit Lines for NEW PC-II plant as scope of piping
4.0 226 of 2231 14.0 Battery Limit from Effluent transfer pumps to New equalization Follow Tender condition
tank is in LSTK contractor.

Another e.g., Line from New TPI Feed pumps which


is taking suction from New proposed equalization
tank (PC-II plant) to Existing TPI separator (PC-I
plant) shall not be considered as a battery limit
Lines for NEW PC-II plant as scope of piping from
New TPI Feed pumps to Existing TPI separator
(PC-I plant) is in LSTK contractor.

So from above explanation, Block & bleed valve


with necessary instruments are not applicable for
line which are interconnecting by LSTK contractor
between PC-I plant, PC-II plant, RO-ZLD plant and
Storm water guard pond plant.

PMC to confirm bidder understanding. It is having


huge impact on cost.
331. Number of Tanks mentioned at
63 ACID Day tank - As per PDS No. 63 Acid day tank, Holding period Pg no. 179 of 2231 shall be
4.0 179 of 2231 8.0
Retention time of each tank shall be 12 hrs. read as 2 nos. (working)

Page 77 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Note 2. of page no 179 of 2231
But in note no. 2 of same PDS, Holding period of shall be considered as deleted.
tank is 20 days.

PMC to check and confirm the retention time of ACID


day tank.

Same query for PDS No. 61. 20% Caustic Day


tank.
332. Bidder understand that separate WSF Backwash
pump and WSF Air Scouring blower required
WSF Backwash pump
for PC-I and PC-II stream due to long distance
4.0 117 of 2231 8.0 and WSF Air Scouring Bidder understanding is correct
between PC-I and PC-II.
blower
PMC to confirm bidder understanding.
333.
Bidder to consider Filter
Mismatching Activated
material depth as min 2000
4.0 190 of 2231 8.0 carbon media depth in
mm or as per retention time
Process data sheet Please clarify the correct activated carbon media requirement.
depth 2000 mm or 1200 mm.
334. Kindly note that note that Pre - Treatment like flash
mixer, HRSCC etc are already provided for RO - II
reject stream.
4.0 190 of 2231 8.0 Pre - Treatment for ZLD As per tender document.
Hence pre - Treatment is not required for ZLD
stream.

PMC to check and confirm.


335.

Treated storm water


Refer reply sl. No. 66 of Part-1
collection sump & Please note that Treated storm water collection above further bidder may
transfer pumps of 100 sump & transfer pumps process data sheet is consider the requirement of
1.0 16 of 2231 3.1.5 m3/hr to proposed RO not given. Sump & Pump based on best
Recycle plant are
engineering practice during
considered at storm If above items is in bidder scope then provide the engineering.
water guard pond. following information for costing purpose.
1. Treated storm water collection sump MOC
2. Treated storm water collection sump Retention

Page 78 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
time OR Effective volume

336. Kindly request you to provide the following


information for costing purpose. 1. Bidder to consider minimum
1. Slotted pipe diameter 200 mm Slotted pipe diameter.
4.0 Design Slotted Pipe Skimmer
2. Slotted pipe MOC
Basis & 4.4, Sr. No. 4, information in
90 of 2231 3. Slotted pipe Automatic OR Manual operation 2,3,4,5- As per Tender
Specificatio 7 Equalization Tank and
4. Slotted pipe length required for Equalization
n Surge Pond/Tank
Tank
5. Slotted pipe length required for Surge
Pond/Tank
337. New MS chequered cover with support/ any
modification for following Existing sump/ Tank for
VOC-I and VOC-II (Surge Pond/tank system
installation.
1. MRS-I
2. MRS-II
3. TPI Oil Separator - I
4. TPI Oil Separator - CRWS
5. Equalization Tank
6. Flash Mixer Tank
4.0 Design
Which unit cover 7. Flocculation Tank
Basis &
90 of 2231 4.4, Sr. No. 18 requirement for VOC 8. DAF Unit Refer Technical amendment.
Specificatio
system 9. Oily & Chemical Sludge Pit
n
10. Oily Sludge Thickener
11. Thickened Oily Sludge Sump
12. Slop oil tanks
13. Slop Oil Sump
14. Surge Pond/Tank
Please provide the following information for costing
purpose.
6. All above existing tank/sump/pond size
7. Covered required for all above sump OR
any tank/sump/pond already covered
338.
4.0 Design
Bidder to provide slotted pipe,
Basis & 4.4, Sr. No. 2 Slotted pipe skimmer
91 of 2231 skimming mechanism not
Specificat and 3 scope for TPI - I
required for TPI.
ion
We have not understand difference between

Page 79 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
above two clause scope of work. Please
explain in detail for correct scope of work
execution.
339. Bidder understand that Chemical sludge means
4.4, Bio tower Oily & Chemical sludge generated from TPI-I, TPI-II
4.0 Design
and & Equalization tank of PC-I. This oily & Chemical
Basis & Chemical and Biological
91 of 2231 Aerati sludge de-watering by existing facility. Like Sludge Refer tender document.
Specificat sludge of PC-I plant
on thickener, Thickened sludge sump and Centrifuge.
ion
tank, 1
PMC to confirm bidder understanding.
340. Bidder understand that Biological sludge generate
4.4, Bio tower from clarifier to collect this sludge in existing bio
4.0 Design
and sludge sump (61-SP-07) and transfer to Bio sludge Bidder understanding is correct
Basis & Chemical and Biological
91 of 2231 Aerati of PC-II plant for dewatering purpose via existing also refer SFD attached in
Specificat sludge of PC-I
on transfer pumps as described in SFD. Tender document.
ion
tank, 1
PMC to confirm bidder understanding.
341.
DWG -
Bidder understanding is
PC286- New Bio sludge Bidder understands that common biological sludge
20 of 2231 Note 1 correct.
7611- Treatment treatment shall be providing for PC-I & PC-II plant.
0048
PMC to confirm bidder understanding.
342.
As per PDS no. 14 SBR feed tank, Try line shall be
provide for SBR feed tank.
Bidder to provide oil skimmer
4.0 131 of 2231 8.0 14 SBR feed tank
But as per SFD, Floating oil skimmer has been as well as 3 no. tries line.
shown in place of try line for SBR feed tank.

PMC to check and confirm the requirement.


343. Turbidity values mentioned at
cl. no. 7.0, Sec 4.0, page 190
ACF outlet Turbidity < 0.5 NTU of 2231 and cl. no. 20, sec 4.0,
190 & 197 Turbidity at the out page no.197 of 2231 of tender
4.0 Sl. No.7 & 20,
of 2231 Activated Carbon Filters Because UF is envisaged downstream to DMF and to be read as:
Turbidity < 1 NTU can be met at the UF outlet.
c. Turbidity(NTU) < 5 NTU

Page 80 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

344. Fluoride in ZLD condensate is required as 1.5 mg/l Fluoride in ZLD condensate
6. Fluoride in shall be read as deleted, from
33 & 1313 cl. no. 12.0 &
2.0 & 7.0 condensate water will the referred table, as there are
of 2231 9.3
be no chances of fluoride
contamination in the effluent.
345. Kindly specify a if oil is in emulsified form or free a) Refer Technical Amendment
floating for inlet quality of oil.
b. is the size of oil particles in microns b),c),d) As per tender
Walnut shell Filters are
c. What is the oil flow rate to be handled document
envisaged
d. It is also mentioned that 15 min rainfall will wash
out all the oil, so oil will come only when it rains i.e.
during wet weather flow conditions, please confirm
346. Sequential Batch reactor a. Can we have any other activated sludge process a) As Per NIT.
is specified for WWTP to treat the waste water b) Refer reply 157 above.
b. Why SBR is required when outlet parameters c) Bidder to decide based on
post SBR is required as BOD < 40 mg/lit & COD < inlet parameter.
200 mg/lit. These parameters can be achieved by d) Bidder to decide based on
any other activated sludge process inlet parameter.
c. In SBR system do you have any specific choice e) Temp of effluent going to
of decanter mechanism SBR=Ambient_+ 5.
d. Tender is silent on pre qualification conditions of
SBR technology partner considering particular
application into petrochemical complex.
e. What is the temp of effluent going to SBR?
347. Schematic diagram The items shown is blue colour in tender P&IDs- As Per NIT.
We presume that only that blue portion is part of Please refer section 3.0, 4.0 of
modification works of existing system.’ technical part of tender and
Notes on schematic flow
diagram.
348. As per tender, modifications in the existing WWTP
shall be done after the PGTR of the new plant only.
However, details are not mentioned pertaining to the
Refer tender document, Time
Contractors Scope of shutdown of the existing plant. So, kindly confirm for
Section VI 48 3.0 schedule for Augmentation is
Work how much time existing plant could be available for
clearly mentioned.
shutdown for the modifications works as plant shut
down is mandatory for modifying the equipment or
install the new system in the existing plant. We

Page 81 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
request you to kindly provide the same.

349. Clarified water sump MOC is mentioned as RCC EP


and other tanks such that RO-II feed, RO-III feed As per tender, however bidder
Data sheets for Recycle tanks are mentioned in CS EP, Do we need to to check suitability of MOC
Section VI 210 3.o
ZLD plant follow the tender specifications regarding the MOC with prior consent of
of the tanks or we can consider as per our design PMC/Owner.
either RCC or Metallic tank, Please confirm.
350. Booster pumps for CLO2 system are shown but
Schematic drawing for there are no details provided in the data sheets, so Refer notes mention in page
Section VI 23 Annexure-III
ZLD please confirm do we need to consider these no. 186,219,221 of 2231.
pumps in our scope or not?
351. Design basis & data As per point no 68, Stilling chamber is mentioned,
Section VI 217 3.0 sheet for RO based please confirm where it will be used as location is As per tender document.
Recycle plant not clear from the provided details.
352. DESIGN Location of Silica Analyzer is not clear, Please
Refer Pre-Bid Queries Reply Lot
Section VI 918 5.4 SPECIFICATION - provide the location where Silica Analyzer shall be
2 - Serial no 36
INSTRUMENTATION used.
353. Quantity of Air blowers are mentioned as 2 (1W+1S) Requirement specified is the
Design basis for but as the capacity is higher, we suggest to minimum; bidder may decide
Section VI 116 1.0 Augmentation of consider 6 nos (4W+2S), please confirm that we the configuration based on its
existing WWTP can consider the same. calculation & available space.

354. Quantity of the Walnut shell filter is mentioned as 2


Design basis for
(1W+1S) but flow rate is not mentioned. Do we 320 m3/hr considering the
Section VI 117 1.0 Augmentation of
need to consider 150 m3/hr for 2 nos (1W+1S) or DWF & WWF.
existing WWTP
300 m3/hr for 2 nos (1W+1S), please confirm.
355. At the outlet of SBR Phenol < 5 mg/l & Sulphides (as S) < 5
mg/l is asked but as these parameters are not
Outlet of SBR for New
Section VI 31 5.3 provided at the inlet, we cannot provide the Refer Technical Amendment.
Chain
guarantee for outlet. Please provide the inlet values
for the same so as to provide the outlet guarantee.
356. For the different equipment & Items manufacturer’s
details are not provided appropriately. So, can we Follow Tender requirement
Section VI 1385 11.O VENDOR LSIT propose additional vendors for equipment/items, Vendor List Section - 11.0
please confirm the same. We shall provide the list (SHEET 2 OF 275)
of sub-vendors along with the bid documents.
357. Data sheets for STORM Quantity of DMF & ACF is mentioned as 2 (1W+1S)
Section VI 220 3.0 Refer Technical Amendment.
WATER but as the flow rate is very high, it will be difficult to

Page 82 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
GUARD POND design single working system for 250 m3/hr due to
size constraint of DMF & ACF.
So please confirm if we can consider 3 nos
(2W+1S)system for DMF & ACF

358. SECTION- 33 10.0 FEED RO-1/RO-2/RO-3- We request you to stage wise guarantee on each NIT condition shall prevail.
VI, EFFLUENT RO permeate water quality should not be asked.
Technical QUALITY TO TDS – Ro1- 100 PPM , Overall permeate water quality for TDS shall be
Specificatio RO BASED Ro 2- <350 ppm & R03- considered. Pl confirm
n RECYCLE 450
PLANT , 11.0,
RO-1/RO-
2/RO-3

359. SECTION- 34 Condensate / Total Dissolved Solids We request you to kindly accept the following Refer reply sL no. 282,344
VI, Distillate from (TDS) ppm < 200 # parameters above.
Technical the ZLD Plant Recovery % >90 TDS -< 200- 500 ppm
Specificatio Fluoride in condensate Recovery – < 80%
n water will be ppm <1.5 Fluoride – Cannot be guaranteed , hence need to
deleted
360. SECTION- 34 Condensate / Total Dissolved Solids We understand >90 % recovery of condensate is Excluding steam.
VI, Distillate from (TDS) ppm < 200 # including steam. Pl confirm NIT condition Shall prevail.
Technical the ZLD Plant Recovery % >90
Specificatio Fluoride in condensate
n water will be ppm <1.5
361. As per Tender document each
VOC unit shall be provided
with Covers (MS chequered
Plates), however based on the
At present it is difficult to assess the structural structural stability of civil unit
SECTION – stability of the existing civil units. So we understand Bidder may proposed suitable
1.0 11 of 2231 3.1.2 VOC system the cover for the civil units of the VOC system can MOC for cover for review
(PART-II) be decided during detailed engineering as per the /approval of PMC/Owner
site conditions and the feasibility. during Detail engineering
without any cost implication,
Also refer Technical
Amendment for available GA
of VOC units.

Page 83 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
362. 1.0 10/435 SECTION- Reverse Osmosis We are writing to express our interestAsin
II A. (RO) / Micro Filtration participating in the current tender. To align the
TECHNICA L (MF)/ Ultra Filtration requirements with our experience and capabilities,
CRITERIA (UF) /Nano-Filtration we kindly request your consideration of the
(NF) based Membrane following amendments to the criteria:
system of Minimum 225 1) Accept experience from two different
m3/hr capacity in plant to meet the criteria.
anyone of the following 2) Include the textile/dye bath sector as an eligible
industries - industry.
Hydrocarbon sector We propose the following amended criteria as As per Tender Document.
(Petrochemical follows:
Complex/ Refinery/Oil Single project of Reverse Osmosis (RO)/Micro
and Gas) Filtration (MF)/ Ultra Filtration (UF)/Nano-Filtration
/Fertilizer (NF) based Membrane system of Minimum 225
industry/Metallurgy m3/hr capacity in anyone of the following industries
sector/ Power Plant - Hydrocarbon sector (Petrochemical Complex/
(except solar and wind)/ Refinery/Oil and Gas) /Fertilizer
Chemical plant. industry/Metallurgy sector/ Power Plant (except
solar and wind)/ Chemical plant/ textile/dye bath
sector.
Or
Two project of Reverse Osmosis (RO)/Micro
Filtration (MF)/ Ultra Filtration (UF)/Nano-Filtration
(NF) based Membrane system of with a combined
Minimum 225 m3/hr capacity in anyone of the
following industries - Hydrocarbon sector
(Petrochemical Complex/ Refinery/Oil and Gas)
/Fertilizer industry/Metallurgy sector/ Power Plant
(except solar and wind)/ Chemical plant/
textile/dye bath sector.
363. TECHNICAL CRITERIA: We humbly request you to kindly consider any of As per tender document.
BID the following alternatives in this regard:
EVALUATION The Bidder should have
CRITERIA successfully completed ALTERNATIVE 1:
Page 10 of
SECTION-II (BEC) & following works
39
EVALUATION comprising of Kindly waive – off the condition of Segmental
METHODOLO design/engineering, Experience in the industries mentioned in this
GY procurement /supply, clause and please accept the Experience of Bidder
erection /installation and for the Recycling of Industrial Effluent with the
commissioning of the concept of Zero Liquid Discharge in any sector.

Page 84 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
following
systems/streams ALTERNATIVE 2:
(minimum one
system/stream of each Kindly broaden the criteria and consider Bidder’s
type) - (henceforth experience in Textiles Industry also for meeting
called as “Reference the Technical Eligibility requirement.
Plants”):

a) Reverse Osmosis
(RO)/Micro Filtration
(MF)/ Ultra Filtration
(UF)/Nano-Filtration
(NF) based Membrane
system of Minimum 225
m3/hr capacity in
anyone of the following
industries –
Hydrocarbon sector
(Petrochemical
Complex/ Refinery/Oil
and Gas) /Fertilizer
industry/Metallurgy
sector/ Power Plant
(except solar and wind)/
Chemical plant.

b) Waste Water
Treatment Plant/
Effluent treatment Plant
(ETP) of Minimum
75m3/hr capacity in
anyone of the following
industries - hydrocarbon
sector (petrochemical
complex/ Refinery/oil
and gas) /fertilizer
industry/metallurgy
sector/ Power
Plant(except solar and
wind)/ chemical plant.

Page 85 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1

364. We humbly request you to kindly consider 5 months


successful performance of the BEC Reference
Plant, as against One Year currently in the tender
document.
As per tender document.
This duration of 5 months should be counted from
the date of commissioning of the reference plant till
the Final Due Date of Bid Submission of GAIL, Pata
The Reference Plant(s) ZLD tender i e till any extensions thereof.
to meet the Bidder
Evaluation Criteria ALTERNATIVELY:
(Technical) as If any bidder has COMPLETED a project as per the
mentioned in (A) (a), (A) Technical Specifications and within the List of
(b), (A) (c) (i)/(ii) above Industries, as specified in the BEC, but it's One
EVALUATION must have been Year Operation has still not been completed, the
CRITERIA commissioned within the bidder should have another reference plant, which
SECTION-II (BEC) & last 15 (Fifteen) years to is running for more than One Year, as per the
11 of 39
BID EVALUATION be reckoned from the Minimum Technical Specifications, which may be
METHODOLO bid opening date. from any industry i e not from the List mentioned in
GY Further, each Reference GAIL, Pata ZLD Tender BEC.
Plant must have been in
operation for at least 1
(one) year from the date ALTERNATIVELY:
of
Acceptance/Commissio If any bidder has a reference plant, which is running
ning of the plant. for more than One Year, as per the Minimum
Technical Specifications of GAIL, Pata Tender BEC,
but not within the List of Industries mentioned in
GAIL Tender, then the bidders should have
COMPLETED another project having the Technical
Specifications and within the List of Industries, as
specified in the BEC.

365. BID A certificate in respect of Kindly appreciate that if the WTP / ETP / CETP As per tender document.
Page 11 of
SECTION-II EVALUATION minimum one year Project is executed by the bidder as a part of a big
39
CRITERIA successful operation of Infrastructure Project and the Contract Agreement /
(BEC) & the Plant issued by the Purchase Order is issued by the main EPC

Page 86 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
EVALUATION Owner/End user shall Contractor, then the End User / Project Owner does
METHODOLO also be submitted. not get involved in the project and the Performance
GY Certificate / Work Completion Certificate issued by
the Purchaser i. e. Main EPC Contactor to the
bidder i. e. Sub – Contractor, shall be considered as
sufficient for meeting the Pre – qualification Criteria.

Kindly confirm.
366. SECTION-II A. 10 of 435 BID EVALUATION We understand that Reference Plant must have As per Tender document.
TECHNICA CRITERIA (BEC) & been in operation for at least 1 (one) year from the
L EVALUATION date of Acceptance/Commissioning of the plant "by
CRITERIA METHODOLOGY, note the bidder". Kindly confirm.
(i) states that:
The Reference Plant(s)
to meet the Bidder
Evaluation Criteria
(Technical) as
mentioned in
(A) (a), (A) (b), (A) (c)
(i)/(ii) above must have
been commissioned
within the last 15
(Fifteen) years to be
reckoned from the bid
opening date. Further,
each Reference Plant
must have been in
operation for at least 1
(one) year from the date
of
Acceptance/Commissio
ning of the plant.
367. SECTION-V 3.3, 169 OF 435 Owner will provide We request that construction power to be free issue As per tender document.
Constructio power on chargeable to the bidder. Also, we understand that same shall
n Power basis. The per unit be provided adjacent to the battery limit (within 5m
charge towards distance) to the temporary construction facility
electricity will be (fabrication yard etc.).
Rs10/unit.(Rs Ten/Unit)
The power will be
provided at a single

Page 87 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
point from where
CONTRACTOR shall
make his own
arrangement for
temporary distribution &
metering facility
in line with the
provisions of GCC. Unit
as mentioned above
shall mean KVAH.
368. SECTION-II F. 17 OF 435 All documents in support Bidder request that proposed verification and As per tender document.
DOCUMEN of Technical Criteria of certification by listed third party inspection agencies
TS TO BE Bid Evaluation Criteria to be done post bid opening with preferred/L1
SUBMITTE (BEC)furnished by the bidder since this is very intensive activity and for bid
D FOR bidders shall be verified submission kindly allow notarized copy of required
COMPLIAN and certified by any one documents. Kindly confirm.
CE TO of the following
BEC independent third party
inspection agency
369. SECTION – 4 69 OF 2231 SUPPLY OF Bidder understand that chemicals, first fill, and As per Tender document.
2.0 (PART- CONSUMABLES & consumables for start-up, commissioning, and
II) CHEMICALS PGTR to be considered in bidder's scope for.2
months duration. Kindly confirm.
Also, bidder understands that power and utilities
shall be supplied free during commissioning, start-
up and PGTR. Kindly confirm.
370. General General - DPR Bidder request to kindly provide the DPR of this Available report shall be shared
project. with successful Bidder.
371. General General - Treatability We request for treatability/pilot scale results/data, if Details already shared with
available (assuming it’s used while finalisation of tender.
proposed scheme).
372. SECTION – 1.0 1310 OF 2231 PERFORMANCE Bidder request to enlist the parameters against the Refer tender document.
2.0 (PART- PERFORM GUARANTEES sr. 1 to 8 for PERFORMANCE GUARANTEES.
II) ANCE Kindly confirm.
GUARANT
EES
373. General General - List of documents with Bidder request to enlist the deliverables and As per tender document
bid documents (other than qualification) to be furnished
along with bid. Kindly confirm.

Page 88 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
374. General General - Arbitration Bidder request clear stipulation of Arbitration Kindly refer clause 107 of GCC.
provisions for this NIT.
375. General General - BOQ_227243 excel- Bidder understand that in the price form, only single Kindly refer Section VII,
Price form lump sum basic price (without GST) needs to be Preamble to Schedule Of Prices
quoted as per BOQ tab in the excel besides other
tabs for GST, recommended spares, and CIF inputs
and No other detail/break-up is required.
376. General General - Custom duty Bidder request to confirm if there are provision to gt Refer tender document.
exemption/repayment of custom duty paid on
imported component.
377. SECTION-V ANNEXUR 202 OF 435 TERMS OF PAYMENT Bidder request to kindly stipulate the payment Bidder to comply with weightage
E-II TO schedule/weightage against Construction, specified in Section VII,
SPECIAL commissioning and PGTR as well as Augmentation Preamble to Schedule of Prices.
CONDITIO work. Kindly confirm. Detailed Billing Break-up shall
NS OF Also, we understand that max. 3.5% as well as 60% be discussed with L1 bidder.
CONTRAC cap is in place against Design & Engg and Supply
T milestones Kindly confirm.
378. General General - Existing equipment's Kindly confirm that existing equipment's Refer section 3.0 contractor
refurbishment, replacement etc. (other than new scope of work; section 4.0
supply listed in the augmentation scope of work) design basis and notes in
shall not be under bidder's scope. Kindly confirm. attached all annexure of section-
1.0.
379. 1.1 Please refer Clause 3.0, 4.1, 4.2
Augmentati and 5.0 of design basis section-
on of 4.0 and relate to Schematic flow
existing As per our understanding that only one either DWF diagram (PC286-7611-0048).
WWTP system or WWF system will be working at a time. For more Clarity on existing
Page 40 of DWF System and WWF
Section VI equipment’ Means at a time 150 M3/Hr are getting as Treated system, Bidder is advised to
2232 System
s to water from Existing ETP to existing guard pond for plan a site visit, in line with
enhance further Reuse treatment. Please Clarify. clause no. i of 1.5 page no. 48of
the 2231.
efficiency of
the
380. 1.0 Design Refer technical Amendment.
Inlet Quality
Please Provide the Ionic Balance (individual Cation
for Page 29 of
Section VI TDS & anion Values) of TDS for Process design of RO
Handling 2232
and ZLD.
PC-I
Effluents-

Page 89 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
WWTP:

381. Tri-Lines for draining the As per Tender document.


Oil from the proposed
equalization tanks shall
be provided. First line
shall be installed at 750
mm from top, second
line at 750 mm distance
4.2 from the first and third
Mitigation line at 750 mm distance
Tri-lines for drainage the oil - Please clarify the
of Shock from the second. For
Page 85 of whats are tri-lines. Also Please clarify the process
Section VI Loading draining of slop oil &
2232 point of view for installing them at 750 mm distance
(Influent) At sludge from proposed
from each other
Inlet Of equalization tanks, 1
WWTP Nos. slop oil and 1 Nos.
sludge collection &
transfer sumps are
proposed. Bottom rings
in the tanks are to be
provided to remove
sludge from the
equalization tank.
382. 4.2 The treated caustic shall As per tender document.
Mitigation be sent for final However Bidder to evaluate the
of Shock treatment with the PC-I We understand that 7 M3/Hr Spent caustic will be same during engineering.
Page 85 of
Section VI Loading effluents in MRS-I. available at the inlet of Spent Caustic Storage tank
2232
(Influent) At Design capacity of spent for further treatment.
Inlet Of caustic treatment
WWTP section shall be 7 m3/hr.
383. 4.2 Bidder understanding is correct.
Mitigation
of Shock We understand that for proposed system, TPI feed
Page 87 of TPI and Equalization
Section VI Loading Pump & Equalization tank effluent transfer Pump
2232 Tank
(Influent) At both are same. Please Confirm
Inlet Of
WWTP
384. 6.0 Page 95 of PROPOSED VOC We understand the suggested design of VOC In line with Sec 4.0 Design
Section VI basis, page no. 98 & 101
PROPOSE 2232 SYSTEM FOR system in tender Document is Tentative for Existing

Page 90 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
D VOC EXISTING WWTP plant. Contractor is free to do their optimise design bidders to consider the VOC
SYSTEM for the same system. Please clarify. capacity mentioned as minimum,
FOR bidder to suitably calculate and
EXISTING consider as per requirement.
WWTP &
PC-II
WWTP
385. 5.0 Please refer Clause 3.0, 4.1, 4.2
ADDITION and 5.0 of design basis section-
AL CHAIN 4.0 and relate to Schematic flow
OF WWTP diagram (PC286-7611-0048).
OF For more Clarity on existing
CAPACITY system, Bidder is advised to
150 M3/HR plan a site visit, in line with
DESIGN clause no. i of 1.5 page no. 48of
BASIS FOR 2231.
HANDLING
Page 93 of We understand that the inlet at PC-II is only from
Section VI PC-II OWS and CRWS
2232 OWS AND CRWS. Please clarify.
EFFLUENT
S (DWF &
WWF)
PC-II
PROCESS
EFFLUENT
STREAMS
(OWS
Treatment
Chain)
386. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet parameter.
for
Handling Please Provide the Ionic Balance (individual Cation
Page 29 of DESIGN QUALITY -
Section VI PC-II & anion Values ) of TDS for Process design of RO
2232 TDS
Effluents and ZLD .
(OWS
Treatment
Chain
387. 6.0 PROPOSED VOC Can we design the common VOC system for As per Tender document.
Page 95 of
Section VI PROPOSE SYSTEM FOR NEW Existing plant and New proposed plant. Please
2232
D VOC PLANT clarify.

Page 91 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
SYSTEM
FOR
EXISTING
WWTP &
PC-II
WWTP
388. 6.0 In line with Sec 4.0 Design
PROPOSE basis, page no. 98 & 101 bidder
D VOC to consider the VOC capacity
We understand the suggested design of VOC
SYSTEM PROPOSED VOC mentioned as minimum, bidder
Page 95 of system in tender Document is Tentative for New
Section VI FOR SYSTEM FOR NEW to suitably calculate and
2232 Plant. Contractor is free to do their optimise design
EXISTING PLANT consider as per requirement.
for the same system. Please clarify.
WWTP &
PC-II
WWTP
389. 6.0 Bidder to decide operation
PROPOSE philosophy during detail
D VOC We understand that that 450 m3/hr will be inlet for engineering for WWF as well
SYSTEM RO+ZLD Plant. Please provide the Operational DWF in consultation with
Page 95 of
Section VI FOR RO and ZLD Plant philosophy during the Non rainy season (DWF) to PMC/Owner.
2232
EXISTING meet out the required inlet Capacity of 450 m3/hr.
WWTP & Please Confirm
PC-II
WWTP
390. 10.0 FEED Bidder to check and design
EFFLUENT accordingly as per tender
QUALITY Please provide the minimum and maximum condition during detail
Page 32 of
Section VI TO RO Temperature temperature of effluent for designing RO system engineering in consultation with
2232
BASED and Ambient Temperature. PMC/Owner.
RECYCLE
PLANT
391. 13.0 As per Tender document.
Cooling
water Please provide the total Requirement of RO
Page 34 of Cooling water
Section VI make-up Permeate Water consumption as treated water for
2232 requirement
quality from Cooling water make up in "m3/hr".
RO & ZLD
unit

Page 92 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
392. 7.1 Please refer page no. 188-190
DESIGN of 2231 of design basis section
BASIS FOR 4.0.
RO BASED
RECYCLE
PLANT
FOR
Page 103 of Please provide the Design Basis parameter
Section VI COOLING DMF- I & ACF- I
2232 "filtration rate" of DMF- I & ACF- I
WATER
MAKE UP
&
ZERO
LIQUID
DISCHARG
E PLANT
393. 7.1 Please refer page no. 188-190
DESIGN of 2231 of design basis section
BASIS FOR 4.0.
RO BASED
RECYCLE
PLANT
FOR
Page 103 of Please provide the Design Basis parameter
Section VI COOLING DMF- I & ACF- I
2232 "Backwash rate" of DMF- I & ACF- I.
WATER
MAKE UP
&
ZERO
LIQUID
DISCHARG
E PLANT
394. 7.1 Bidder may decide during detail
DESIGN engineering.
BASIS FOR
RO BASED
DMF - I is given as Horizontal vessel and DMF- II is
RECYCLE Page 103 of
Section VI DMF - I and DMF- II given as vertical vessel. Please confirm the
PLANT 2232
requirement of both the filters.
FOR
COOLING
WATER
MAKE UP

Page 93 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
&
ZERO
LIQUID
DISCHARG
E PLANT
395. 7.1 Follow given reply in Lot-1.
DESIGN
BASIS FOR
RO BASED
RECYCLE
PLANT
FOR
Page 103 of Dewatered sludge cake We understand that the Dewatered sludge cake
Section VI COOLING
2232 disposal disposal will be in client scope. Please confirm.
WATER
MAKE UP
&
ZERO
LIQUID
DISCHARG
E PLANT
396. 7.2 18X2 m3/hr working chain of
PROCESS ZLD plant to be considered.
DESCRIPTI
ON FOR Page 112 of Feed to MEE - ZLD We understand that 18 m3/hr will be inlet for ZLD
Section VI
ZERO 2232 Plant. Plant. Please confirm.
LIQUID
DISCHARG
E PLANTT
397. 7.4 Please refer page no. 1314 of
DESIGN 2231 of guarantee parameter
BASIS FOR Please provide the required parameter at the outlet section 7.0.
Page 114 of
Section VI STORM Storm water pond of Storm water pond which needs to be recycle to
2232
WATER existing guard pond or discharging to local body.
GUARD
POND
398. 7.4 Refer Technical Amendment.
DESIGN
Page 114 of Please provide the storm water inlet parameter for
Section VI BASIS FOR Filtration system design
2232 Filtration system design.
STORM
WATER

Page 94 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
GUARD
POND
399. Typo error. It should be read as
Height of Walnut filter in Tender document is given
Page 117 of 2600 mm. For rest, refer tender
Walnut Filter as 2600 m . Please recheck and reconfirm height
2232 document.
and Size.
400. If Maximum flow Requirement for existing ETP is As per Tender document.
150 m3/hr but in PC286-7611-0046 SHEET 1 OF 2
Page 19 of Pump capacity - P-02
, P-02 A/B/C/D is shown 2500 m3/hr for each
2232 A/B/C/D
pump. Please reconfirm the capacity of given
pumps.
401. Please provide the Spent Caustic Properties Refer Technical Amendment for
Page 21 of
Spent Caustic coming from WAO & PC II for calculating the dosing inlet quality of PC-I & PC-II.
2232
rate of H2O2.
402. 8.0 We understand by Annexure VI document Refer section 3.0 scope of work,
TECHNICA Equipment Details - existing WWTP Equipment's section 4.0 design basis and
L mentioned in the Annexure VI only needs to notes in attached all annexures
SPECIFICA Augmented in existing plant. Please clarify. of section-1.0.
TION OF Equipment
MAJOR Details - Page 117 of Existing WWTP
EQUIPMEN existing 2232 Equipment's
TS WWTP
1.0 For 9*
OF
EXISTING
WWTP:
403. 8.0 Refer reply at sl no. 274 above.
TECHNICA
L Bidder to submit plot plan during
SPECIFICA detail engineering for approval
TION OF of PMC/Owner.
Equipment Please Specify and show the available proposed
MAJOR
Details - Page 117 of Equipment Details - area for the new all 3 No's equalization tanks in
EQUIPMEN
existing 2232 existing WWTP Layout. All three Tanks are constructed in new ETP
TS
WWTP or in exiting ETP. Please clarify.
1.0 For
AUGMENT
ATION OF
EXISTING
WWTP:

Page 95 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
404. We understand by provided layout maximum 26000 Space provided should be
m2 area is available for the new construction of considered as per plot plan.
Guard Page 27 of Storm Water Guard Pond with proposed filtration
Guard Pond
Pond 2232 system or Bidder can utilise the area as per their
own design more than the specified area. Please
clarify.
405. We understand by provided layout maximum 12506 Space provided should be
Additional m2 area is available for the new construction of considered as per plot plan.
PC 2 Page 27 of Additional PC 2 one no. additional chain of WWTP of capacity 150
Treatment - 2232 Treatment - New ETP m3/hr or Bidder Can utilise the area as per their
New ETP own design more than the specified area. Please
clarify.
406. We understand by provided layout maximum 38326 Space provided should be
New RO m2 area is available for the new construction of RO considered as per plot plan.
Page 27 of
and ZLD New RO and ZLD Plant. and ZLD or Bidder Can utilise the area as per their
2232
Plant. own design more than the specified area. Please
clarify.
407. We understand by the provided Schematic flow Augmentation/modification work
diagram - Mentioned Mechanical, Electrical and shall be complete in all respect
Augmentati Page 19 of
Augmentation Instrument items for replacement are only under and thus is inclusive of civil
on 2232
scope of contractor. There is no civil work are in works as per requirement.
scope of contractor for existing plant.
408. We understand by the provided Schematic flow Augmentation/modification work
diagram - Mentioned Mechanical, Electrical and shall be complete in all respect
Augmentati Page 20 of
Augmentation Instrument items for replacement are only under and thus is inclusive of civil
on 2232
the scope of Bidder. There is no civil work are in works as per requirement.
scope of contractor for existing plant.
409. We understand that Red highlighted colour units Confirm
Page 26 of
New Units New Units provided in the sheet are only new units covered in
2232
the scope of Bidder. Please confirm.
410. We understand that Red highlighted colour units Confirm
Page 27 of provided in the sheet are only new units covered in
New Units New Units
2232 the scope of Bidder for the New ETP for PCII.
Please clarify.
411. We understand by the provided sheet - Red Confirm
New
Page 28 of highlighted colour sludge and chemical sludge
Sludge New Sludge Units
2232 handling units need to be install newly with New
Units
ETP for PCII. Please clarify.

Page 96 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
412. No, Bidder understanding is not
correct. Please refer notes
New RO We understand by the provided SFD - Shown units
Page 24 of mentioned page no. 121, 186 &
and ZLD New RO and ZLD Plant are only requirement for the NEW RO and ZLD
2232 221 of 2231 along with Tender
Plant Plant. Please clarify.
document and technical
Amendment
413. No, Bidder understanding is not
Filtration
correct. Please refer notes
System for We understand by the provided by SFD - Shown
Filtration System for mentioned page no 121,186,219
storm water Page 5 of 2232 units are only requirement for the New Storm Water
storm water Guard Pond & 221 of 2231 along with Tender
Guard guard pond and filtration unit. Please clarify.
document and technical
Pond
Amendment
414. 2.0 Design Refer technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling
Page 29 of Please provide Slop oil and Emulsified oil quality
PC-II DESIGN QUALITY
2232 individually for sizing of process equipment's.
Effluents
(OWS
Treatment
Chain):
415. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling
Page 29 of Please share the ions value (Anions and cations)
PC-II DESIGN QUALITY
2232 for sizing of RO and ZLD.
Effluents
(OWS
Treatment
Chain):
416. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling Please share the reactive silica value of PC-II
Page 29 of
PC-II DESIGN QUALITY PROCESS EFFLUENT STREAMS (OWS
2232
Effluents Treatment Chain):
(OWS
Treatment
Chain):

Page 97 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
417. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling Please share the Total hardness of PC-II
Page 29 of
PC-II DESIGN QUALITY PROCESS EFFLUENT STREAMS (OWS
2232
Effluents Treatment Chain):
(OWS
Treatment
Chain):
418. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling
Page 29 of Please share the Total Chloride of PC-II PROCESS
PC-II DESIGN QUALITY
2232 EFFLUENT STREAMS (OWS Treatment Chain):
Effluents
(OWS
Treatment
Chain):
419. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling
Page 29 of Please share the TDS value for PC-II
PC-II DESIGN QUALITY
2232 CONTAMINATED RAIN WATER.
Effluents
(OWS
Treatment
Chain):
420. 7.1 As per Tender document.
DESIGN
BASIS FOR
RO BASED
RECYCLE
PLANT We are requesting you to allow horizontal set-up for
Page 103 of
FOR RO system particular RO system to contractor with optimize
2232
COOLING land usage and set-up plants.
WATER
MAKE UP
&
ZERO
LIQUID

Page 98 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
DISCHARG
E PLANT
421. 3D modelling of the new Bidder understanding is correct
proposed WWTP, RO &
ZLD as per project
1.0
scope employing the
GENERAL We understand 3D modelling of the new proposed
Page. 305 of latest software - Smart
PIPING WWTP, RO & ZLD as per project scope will be
2232 Plant (SP3D) shall be
SCOPE OF submitted during detail engineering stage.
carried out in
WORK
conformance to the
specifications as given
in the Tender Document.
422. 3.1 Plants As per Tender document.
& facilities Please share flow in m3/hr of each stream from A to
Page. 7 of EXISTING WWTP
under LSTK J mentioned in TABLE 3.1: EFFLUENT STREAMS
2232 PROCESS SCHEME
Contractor’ TO WWTP FROM PC-I & PC-II.
s Scope
423. 3.1 Plants As per Tender document.
Please share analysis design inlet parameters of
& facilities
Page. 7 of EXISTING WWTP each stream from A to J mentioned in TABLE 3.1:
under LSTK
2232 PROCESS SCHEME EFFLUENT STREAMS TO WWTP FROM PC-I &
Contractor’
PC-II.
s Scope
424. Hydraulics : Data provided for augmentation
EXISTING are sufficient to bid further
EXISTING WWTP Please share the Hydraulics Profile of existing
WWTP details if any will be finalized by
PROCESS SCHEME Plant.
PROCESS successful bidder in consultation
SCHEME with PMC/Owner
425. Hydraulics : Data provided for augmentation
EXISTING Please Provide the Hydraulics Profile of existing are sufficient to bid further
EXISTING WWTP
WWTP Guard Pond from where Proposed HRSCC Feed details if any will be finalized by
PROCESS SCHEME
PROCESS Pump will be connected. successful bidder in consultation
SCHEME with PMC/Owner
426. Bio - Please Provide the Outlet Sludge Consistency Refer Technical Amendment.
Bio - Sludge
Sludge Requirement of Solids for the utilization Green Belt
427. Bio - We understand that the disposal of bio - sludge is in Refer reply in Lot-1.
Bio - Sludge
Sludge client Scope
428. Chemical - Please Provide the Outlet Sludge Consistency Refer Technical Amendment.
Chemical - Sludge
Sludge Requirement for disposal

Page 99 of 121
Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
429. Chemical - We understand that the disposal of Chemical - Refer reply in Lot-1.
Chemical - Sludge
Sludge sludge is in client Scope
430. Chemical - We understand that the disposal of Chemical - Refer reply in Lot-1.
Chemical - Sludge
Sludge sludge is in client Scope
431. 1.1 As per Tender document.
Augmentati
on of
existing
WWTP
equipment’
Please Provide the design basis parameter for New
s to Design Basis Parameter
Units which will be required in existing plant.
enhance
the
efficiency of
the
Treatment
Units :
432. 3.1 Plants As per Tender document.
& facilities
Page. 7 of Please Provide the design basis parameter for New
under LSTK Design Basis Parameter
2232 Units which will be required in New ETP Plant.
Contractor’
s Scope
433. 6.0 As per Tender document.
DESIGN
BASIS FOR
RO BASED
RECYCLE
PLANT
FOR Please Provide the design basis parameter for New
Design Basis Parameter
COOLING Units which will be required in New RO+ZLD Plant.
WATER
MAKE UP
& ZERO
LIQUID
DISCHARG
E PLANT
434. Sanitary We understand that routing of Sanitary waste will be Refer reply in Lot-1.
Sanitary Waste
Waste in client scope. Please confirm

Page 100 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
435. Extract from the BEDP of
existing WWTP plant given
below for reference:

Flow: 240 mg/l


BOD: 200 mg/l
COD: 400 mg/l
TSS: 200mg/l
Sanitary Please provide the Quality parameters of sanitary
Sanitary Waste
Waste waste
Note:
Quality parameter given above
is only for reference purpose.
Bidder to evaluate final
parameter during engineering
and design accordingly in
consultation with PMC/Owner

436. We understand that Disposal of slop oil will be in In owner’s scope.


Slop Oil Slop Oil client scope. Please confirm

437. 3.1 Plants Refer Technical Amendment for


& facilities EFFLUENT STREAMS inlet quality of PC-I & PC-II.
Please Provide the the parameters of F & G stream
under LSTK Page.7 of 2232 TO WWTP FROM PC-I
for sizing of H2O2 Tanks
Contractor’ & PC-II
s Scope
438. 2.0 SCOPE O&M - 6 Months We understand that the following utilities are in As per Tender document.
OF WORK client scope:
FOR The plants covered
OPERATIO under this contract 1.Power
N AND would be Complete 2.Plant Air
MAINTENA O&M of Water 3Instrument Air
NCE: Treatment 4.Steam
Plant of GAIL Pata 5.Potable Water
Complex, consisting of 6.Service Water
following:
i. O&M of new Chain of
WWTP of capacity 150
m3/hr for 6 month Only.
ii. O&M of new RO
based recycle plant for

Page 101 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
cooling water makeup &
Zero Liquid Discharge
Plant 6 month Only.
iii. O&M of Storm Water
Guard Pond 6 month
only.
iv. Operation &
Maintenance of the
plants for a period of 6
month including supply
of spares, chemicals,
consumables, etc. shall
be in the scope of LSTK
contractor.

Zero date for O&M shall


be consider after
successful completion of
PGTR New Chain of
WWTP, RO, ZLD Plant
& Storm Water Guard
Pondi and handing over
of the said facilities to
OWNER.
439. We understand that for RO+ ZLD PLANT Following As per Tender document.
Utilities are in client scope:

1.Nitrogen
2.Drinking Water
PC286- Page 24 of 3.Fire Water
7611-0049 2232 4.LP Stream
5.CW Supply
6.Plant Air
7.Instrument
8.Service Water
9.MP Stream
440. PC286- Page 24 of We understand that for RO+ ZLD Plant sludge Refer reply in Lot-1.
7611-0049 2232 disposal are in client scope

Page 102 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
441. We understand that for RO+ ZLD treated water as No, bidder understanding is not
cooling water makeup piping is in client scope from correct.
permeate water transfer pump.
RO+ ZLD treated water as
PC286- Page 24 of cooling water makeup piping is
7611-0049 2232 in bidder Scope from permeate
water transfer pump.

Please refer Note -3 mention on


SFD page No. 23 of 2231
442. We understand that screen and Grit disposal will be Bidders scope
in client scope
443. Design Inlet Please provide design inlet value of reactive silica, Refer Technical Amendment for
Design Inlet Quality total chloride & Sulphides for design purpose. inlet quality of PC-I & PC-II.
Quality
444. PROPOSE Please provide the following vendor of Process Available detail shall be shared
D units of existing ETP plant: with successful bidder.
MODIFICA 1.TPI
TIONS & 2.DAF
SCHEME PROPOSED 3.BioTower
IN THE MODIFICATIONS & 4.Clarifier
WASTE SCHEME IN THE 5. Saturation vessel of DAF
WATER WASTE WATER
TREATME TREATMENT PLANT
NT PLANT FOR HANDLING PC-I
FOR EFFLUENTS
HANDLING
PC-I
EFFLUENT
S
445. 6.0 Available detail shall be shared
PROPOSE with successful bidder..
D VOC
SYSTEM PROPOSED VOC
Page 95 of Please Specify the vendor for VOC System for
Section VI FOR SYSTEM FOR PC-II
2232 existing and for new ETP.
EXISTING ETP
WWTP &
PC-II
WWTP

Page 103 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
446. PC286- As per Tender document.
7611-0046 Page 20 of Please clarify the source of API oil separator
Section VI
SHEET 2 2232 coming to Slop oil sump 61-SP-09
OF 2
447. 25. Refer Tender doc.
COMBO
UNIT COMBO UNIT
Page 145 of Please specify the vendor fo Bio- Sludge Combo
Section VI (THICKEN (THICKENER + FILTER
2232 unit (thickener & Belt filter press)
ER + PRESS)
FILTER
PRESS)
448. 2.0 Design Refer Technical Amendment for
Inlet Quality inlet quality of PC-I & PC-II.
for
Handling
Page 29 of FEED EFFLUENT Please share the values of Total Silica , Reactive
Section VI PC-II
2232 QUALITY Silica and Hardness for designing of RO
Effluents
(OWS
Treatment
Chain):
449. 12.0 Bidder to decide.
Treated PROCESS
Quality Page 34 of DESCRIPTION FOR
Section VI Please clarify the working hours of MEE system.
Specificatio 2232 ZERO LIQUID
ns at ZLDP DISCHARGE PLANT
Outlet
450. 12.0 Moisture content to be
Treated Treated Quality considered as 10% maximum.
We request you to change the following
Quality Page 34 of Specifications at ZLDP
Section VI requirements
Specificatio 2232 Outlet - Moisture
1. Moisture content in dry solids to <10 Maximum
ns at ZLDP Content in solids
Outlet
451. 12.0 1. Refer reply 282 above.
Treated Treated Quality We request you to change the following 2.As per section 7.0 guarantee
Quality Page 34 of Specifications at ZLDP requirements parameter.
Section VI
Specificatio 2232 Outlet - Condensate 1.TDSto<250ppm
ns at ZLDP from the ZLD Plant 2.TSS to <5 ppm
Outlet

Page 104 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
452. 12.0 MP Steam / LP steam shall be made available at As per tender.
Treated Treated Quality the ZLD Battery Limit.
Quality Page 34 of Specifications at ZLDP
Section VI
Specificatio 2232 Outlet -Evaporation From the following clause, we understand that the
ns at ZLDP Section steam require for evaporator section will be in client
Outlet scope, Please Confirm.
453. 12.0 MP Steam / LP steam shall be made available at As per tender.
Treated the ZLD Battery Limit.
Treated Quality
Quality Page 34 of
Section VI Specifications at ZLDP
Specificatio 2232 From the following clause, we understand that the
Outlet - Dryer Section
ns at ZLDP steam require for Dryer section will be in client
Outlet scope. Please Confirm
454. Client Please specify the Liquidated Damage terms Refer Tender document.
General for both Construction and operation & maintenance
period
455. Please Specify the Guarantees Required at the As per section-7.0 guarantee
General outlet of Augmented Plant , New ETP , RO & ZLD parameter & also refer Technical
Plant amendment.
456. We understand oily chemical sludge generating As per tender document.
Oily from existing ETP have their existing Dewatering
Page 20 of
Chemical Oily Chemical Sludge facility (Thickner&Dewatering Unit). This generated
2232
Sludge oily chemical sludge will not be handle by the new
proposed dewatering unit suggested in sheet 3 of 3
457. Methanol dosing is not required.
Page 28 of Please clarify that the methanol dosing is necessary
General Sodium acetate dosing to be
2232 in Aeration Tank
provided by contractor.
458. Hazardous Please provide identified the Hazardous area Refer S.No. 164
Area Hazardous Area
classification in Gail Pata Plant.
459. Mandatory Please provide the Mandatory spares required for As per Tender document sec -
spares Mandatory spares 9.0.
the Existing plant and new Plant.
460. Critical Detailed Engineering is in
Load bidder’s scope and bidder will
Please provide the critical load needs to be
submit the critical load for DG
Critical Load consider for DG set sizing with DG set design
set for Owner/PMC
specifications.
review/approval during detailed
engineering.
461. Existing SLD of SS#7 shared separately
Please provide the Load list of Existing ETP Plant
Plant - Existing Plant - Load list through Technical Amendment.
with connected load and working load.
Load list

Page 105 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
462. 17 As per tender document
SECTION –
SEQUENTI We understood that, bidder is free to select &
4.0 : (PART- Page 135 of
AL BATCH SBR design Biological Process based on their Prior
II) DESIGN 2232
REACTOR experience
BASIS
(SBR)
463. SECTION – 17 We understood that, bidder is free to select & As per tender document
4.0 : (PART- SEQUENTI design SBR Biological Process based on the
Page 135 of
II) AL BATCH SBR various vendor specified technology apart from the
2232
DESIGN REACTOR specification mentioned in tender without
BASIS (SBR) compromising the outlet guarantees.
464. 1. Bidder to decide during detail
Proposed engineering in WWF.
RO based
recycle
plant for
cooling
water
makeup &
Zero Liquid
Discharge
Plant

I. Design
3.1 Plants &
Capacity for
facilities Please share the Operational philosophy required
RO Recycle Design Capacity for RO
under LSTK for running the RO and ZLD Plant during Non Rainy
Plant 450 Recycle Plant
Contractor’s season.
M3/hr
Scope
(Treated
Effluent
from PC-1-
150, from
PC-II-150
M3/hr,
Effluent
from
Storm
water
Guard
Pond-100
M3/hr &

Page 106 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Design for
future-50
M3/hr)
465. New Refer Technical Amendment
filtration
system
having
capacity of
500 m3/hr
is proposed
with Tilted
Plate
Interceptors
, Dual
media
Filters &
Activated
Carbon
Proposed with Tilted
3.1.5 Filters
Plate Interceptors, Dual
DESIGN downstrea
media Filters & Please share the Numbers of Tilted Plate
BASIS FOR m of
Activated Carbon Filters Interceptors, Dual media Filters & Activated Carbon
STORM proposed Page 16/2232
downstream of proposed Filters Required downstream of proposed storm
WATER storm water
storm water guard pond water guard pond for treating the storm water.
GUARD guard pond
for
POND for treating
treating the storm water
the storm
water. The
capacity
envisaged
for filtration
system
shall empty
out the
pond in four
days.
Treated
storm water
collection
sump &
transfer

Page 107 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
pumps of
100 m3/hr
to proposed
Recycle
plant are
considered
at storm
water guard
pond. The
schematic
flow
diagram of
proposed
Storm
water guard
pond is
attached as
Annexure
IV.
466. All the Refer plot plan.
utilities
shall be Drg/Doc other than Plot Plan
made shall be shared to successful
available Bidder.
from the
existing
utilities
Header/line
15.0 Utility s, Please share the available drawing with showing
Provided at Contractors Page 35/2232 the tentative hook-up points at the existing utility
Tie-in scope for line
utilities line
shall start
from the
hook-up
point in the
existing
utilities
Header/line
.

Page 108 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Layout
showing the
tentative
hook-up
points at
the existing
utility line is
attached As
Annexure-V
.
467. i. O&M of As per tender document.
new Chain
of WWTP
of capacity
150 m3/hr
for 6 month
Only.
ii. O&M of
new RO
based
recycle
plant for
2.0 SCOPE
cooling
OF WORK
water We understand by the given clause Operation and
FOR
makeup & Operation and Maintenance of Existing WWTP of PC I for 6
OPERATIO Page 55/2232
Zero Liquid maintenance months is not in the scope of LSTK contractor.
N AND
Discharge Please clarify.
MAINTENA
Plant 6
NCE:
month
Only.
iii. O&M of
Storm
Water
Guard
Pond 6
month only.
iv.
Operation &
Maintenanc
e of the

Page 109 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
plants for a
period of 6
month
including
supply of
spares,
chemicals,
consumabl
es, etc.
shall be in
the scope
of LSTK
contractor.
Zero date
for O&M
shall be
consider
after
successful
completion
of PGTR
New Chain
of WWTP,
RO, ZLD
Plant &
Storm
Water
Guard
Pondi and
handing
over of the
said
facilities to
OWNER.
468. Section VI 2.0 SCOPE Pg : 54 of 2231 2.0 SCOPE OF WORK We understand that the security personnel comes Bidder understanding is correct.
OF WORK FOR OPERATION AND under the scope of employer.
FOR MAINTENANCE
OPERATIO 2.1 Operation: Scope of
N AND Security
MAINTENA

Page 110 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
NCE

469. Section VI 2.0 SCOPE Pg : 54 of 2231 2.0 SCOPE OF WORK We understand that the 6 month O&M start date is Refer 2nd para of page 54 of
OF WORK FOR OPERATION AND common for all the 3 plants , irrespective of the date 2231 tender document.
FOR MAINTENANCE of completion of commissioning . There is no scope
OPERATIO 2.1 Operation: © of interim O&M.
N AND O&M start phase period
MAINTENA for each system
NCE
470. Section VI 2.0 SCOPE Pg : 53 - 72 of 3.0 SPECIAL TERMS refer reply in Lot-1.
OF WORK (2231) AND CONDITION FOR We request employer to provide us with the
FOR OPERATION AND disposal land to dispose sludge , salt and any other
OPERATIO MAINTENANCE residues.
N AND CONTRACT: 1.We request employer to indicate the distance of
MAINTENA 3.3 Compliance to the identified land from the plant
NCE maintenance schedule: 2.We understand our scope is limited to only
loading and unloading transportation of the sludge ,
salt and residues to the specified land ,
3.The applicable tipping charges if any at the
disposal land we understand the same shall be
borne by the employer. Please confirm .
471. GAIL/ND/Cn Penalty Pg 431 of 435 Penalty account: We request the employer to reduce the penalty from As per tender document.
P/ZLD clause for 1.Non-compliance to 1% to 0.5% under all mentioned conditions of
PATA/W603 shortfall in Solid content at the shortfall in the O&M Period .
/2024 performanc outlet of Multi effect
e during Evaporator unit and
Operation& Moisture content in salts
Maintenanc at the outlet of Dryer as
e (O&M) per Tender
period due Specifications from Zero
to any fault Liquid Discharge Plant
on the part (ZLDP).
of the O&M
Contractor
472. GAIL/ND/Cn Penalty Pg 431 of 435 The Maximum We request the employer to limit the penalty As per tender document.
P/ZLD clause for cumulative Penalty on capping from 50% to 20%
PATA/W603 shortfall in account of all the
/2024 performanc parameters indicated
e during above shall be limited to

Page 111 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Operation& 50% of the total Monthly
Maintenanc O&M charges (for O&M
e (O&M) of New Facilities only)
period. for the particular month
as quoted by the bidder
in the Schedule of Price
(SP-1).
473. GAIL/ND/Cn Penalty Pg 431 of 435 2.Non-compliance to We request the employer to reduce the penalty from As per tender document.
P/ZLD clause for treated effluent quality of 1% to 0.5% under all mentioned conditions of
PATA/W603 shortfall in Process and shortfall in the O&M Period .
/2024 performanc Miscellaneous effluent
e during treatment section as per
Operation& Tender Specifications of
Maintenanc proposed Waste Water
e (O&M) Treatment Plant
period due (WWTP).
to any fault
on the part
of the O&M
Contractor
474. GAIL/ND/Cn Penalty Pg :431-435 3.Non-compliance to We request the employer to reduce the penalty from As per tender document.
P/ZLD clause for cooling water make up 1% to 0.5% under all mentioned conditions of
PATA/W603 shortfall in quality of Process and shortfall in the O&M Period .
/2024 performanc Miscellaneous effluent
e during treatment Section as per
Operation& Tender Specifications of
Maintenanc Cooling water make-up
e (O&M) quality from RO & ZLD
period due unit.
to any fault
on the part
of the O&M
Contractor
475. Section VI 1.0 Pg: 75 of 2231 1.1 Install One No. Kindly confirm that the existing WWTP does not fall As per Tender document.
DESIGN Additional Chain of under the O&M Scope .
CAPACITY WWTP of 150M3 /hr &
capacity Augmentation
of existing WWTP
equipment’s to enhance
the efficiency of the

Page 112 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Treatment Units.

476. Section VI 2.0 SCOPE Pg: 69 of 2231 3.0 SPECIAL TERMS Kindly confirm that the Power and utilities comes Power and utilities are provided
OF WORK AND CONDITION FOR under employer's scope during O&M Period. free of cost during O&M phase.
FOR OPERATION AND
OPERATIO MAINTENANCE
N AND CONTRACT:
MAINTENA 3.3 Compliance to
NCE maintenance schedule:
477.

478. SECTION – 1.4 Page 46 of 1.4-Proposed Storm These details of leakages in the basin and channel Confirmed.
3.0 2231 Water Guard Pond of cooling tower are given as information to bidder. Bidder understanding is correct.
CONTRACT ……………… due to We presume that, attending leakages is not part of
OR SCOPE leakages in the basins this contract.
OF WORK and channels of the Please confirm
cooling towers. It is
recommended to attend
the leakages & avoid
draining the leakages
(waste water) to storm
water channel.
479. SECTION – 1.4 Page 47 of The existing storm water Please provide the levels of existing inlet storm Refer Pre-Bid Queries Reply Lot
3.0 2231 drain going outside GAIL water drain and existing outlet storm water drain 1 - Serial no. 90
CONTRACT battery limit to be The
OR SCOPE inlet of The proposed
OF WORK new storm water guard
pond and The outlet of
The proposed new
storm water guard pond
shall be connected to
existing outlet.
480. SECTION – 1.2 Page 1046 of 1.2 -Topographical / Kindly provide the Topographical survey for the
5.5 2231 Contour Survey proposed plant location of Storm water guard pond Tentatively, following levels are
The Topographical area, WWTP area and RO ZLD area. noted in proposed WWTP Plant
Survey report of plant area,
area shall be provided to UNIT HPP : EL.99.700
the successful Bidder (TENTATIVE)
for reference and use. NGL (avg) EL 98.00

Page 113 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
FGL: EL 99.50
HFL: EL 99.60.
Topographical survey is going
on in the proposed ZLD plant
and Guard pond and data/report
shall be shared with successful
bidder.
481. SECTION – Page 1180 of Recommendation We presume that, the attached soil report Refer Pre-Bid Queries Reply Lot
5.5 2231 regarding soil bearing information is not related to the proposed Storm 1 - Serial no 62
capacity water guard pond area, WWTP area and RO ZLD
area. Requesting please provide the detailed Geo
technical investigation report for the proposed plant
locations.
482. ANNEXURE Page 1200 of Appendix-A- The attached bore location plan is not legible, we Refer Pre-Bid Queries Reply Lot
VII 2231 Bore hole location plan could not find the bore hole locations. Requesting 1 - Serial no 63
please provide the plot plan with Bore hole location.
483. SECTION – 7.4 Page 115 of 7.4 DESIGN BASIS Kindly provide the size and MOC of existing storm Refer Pre-Bid Queries Reply Lot
4.0 (PART- 2231 FOR STORM WATER water drain 1 - Serial no 64
II) GUARD POND
DESIGN Bypass arrangement of
BASIS pond shall also be
provided for the
maintenance of the
storm water guard pond
484. SECTION – 7.5 Page 116 of 7.5-MONITORING OF kindly provide the detail of the inlet of existing storm Refer Pre-Bid Queries Reply Lot
4.0 (PART- 2231 STORM WATER water drain such as Material of construction, size of 1 - Serial no 65
II) QUALITY storm water channel, level etc.,
The existing Storm
water channel is to be
connected to the inlet of
the proposed new storm
water guard pond
485. SECTION – Page 1044 of e) Guard Pond kindly provide the FGL of the proposed guard pond Refer Pre-Bid Queries Reply Lot
5.5 2231 location 1 - Serial no 66
486. SECTION – Page 1044 of e) Guard Pond Please indicate specifically the type of slope Bidder to decide in line with
5.5 2232 Proper Slope protection protection to be used for the Storm water guard Tender requirement.
(with stone pitching, pond.
brick lining and grass
turfing as per final

Page 114 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
design)

487. SECTION – Page 1044 of e) Guard Pond Please provide the Invert level and Top water level Refer Pre-Bid Queries Reply Lot
5.5 2233 of the proposed storm water Guard pond. 1 - Serial no 68
488. SECTION – Page 1044 of e) Guard Pond Please provide the location and lead distance for Refer Pre-Bid Queries Reply Lot
5.5 2233 The CONTRACTOR stalk the surplus good earth which will generate 1 - Serial no 69
shall stalk surplus good from Storm water guard pond with in the plant
earth (with proper premises.
compaction) within the
plant premises at a
suitable location
489. SECTION – Page 1044 of e) Guard Pond Please provide the disposal location and lead Refer Pre-Bid Queries Reply Lot
5.5 2233 The CONTRACTOR distance for disposal of the surplus and 1 - Serial no 70
scope shall also consist unserviceable earth/debris to outside the plant
of disposal of all surplus premises.
and unserviceable
earth/debris (if any), to
local dumping ground
outside the plant
premises in accordance
to local Governing
authority, at his own
cost.
490. SECTION – Page 1043 of BROAD SCOPE We presume that, Graded site (including clearing of Graded site (including clearing
5.5 2231 DESCRIPTION Jungle, Shrubs, bushes & trees) will be provided to of Jungle, Shrubs, bushes &
AND b) Graded land shall be bidders as indicated in Section 5.5, Part II, page no trees) will be provided to bidders
Page 1082 of provided to the 1043 of 2231. in proposed ZLD and WWTP
2231 Contractor (except Please confirm. area. But in Guard pond area,
Guard Pond area) site shall be provided after
AND clearing jungle, bushes, trees
2.1.2 The land is etc without grading.
provided ‘as is’ Cutting/filling activities in guard
condition. Filling and pond area to be done by the
levelling shall be done bidder.
by the bidder
491. SECTION – Page 1044 of f)Detail engineering and As per the drawing number PC286-7611-0046 & 48, Refer Pre-Bid Queries Reply Lot
5.5 2231 strengthening/ retro- Section 1.0, Page 19 of 2231 our understanding is 1 - Serial no 73
and fitting/ modification of the augmentation / modification work will be
SECTION – and existing structures for – involved only for Mechanical, Electrical and

Page 115 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
1.0 (Bidder to refer Process Instrument items only.
Page 19 of Design basis and Hence, we presume that, No strengthening/ retro-
2231 Project Summary fitting/ modification of existing structures are
chapter along with envisaged in the scope civil work.
relevant sections of NIT) Please confirm.

and

Dwg No PC286-7611-
0046 & 48
492. SECTION – Page 1044 of f) Detail engineering and Please provide the detailed specification with list & Refer Pre-Bid Queries Reply Lot
5.5 2231 strengthening/retro- types of retrofitting / modification if required for the 1 - Serial no 74
fitting/ modification of existing structures under augmentation of existing
existing structures for WWTP.
…….
493. SECTION – Page 1044 of F) Augmentation of Kindly provide the GA drawings for the Existing pipe Refer Pre-Bid Queries Reply Lot
5.5 2231 WWTP plant. rack 1 - Serial no 75
Modification in existing
pipe rack for cable
laying between Sub
station#1 to new
proposed substation
494. ANNEXURE 2.3 Page 1085 of 2.3 HARD STAND/ This class applicable only within the battery limit Refer Pre-Bid Queries Reply Lot
II 2231 CONCRETE PAVING Please confirm 1 - Serial no 76
DESIGN 2.3.1 General
PHILOSOP 3) Below Pipe Rack area
HY – shall be paved PCC M-
GENERAL 20 Grade, up to nearest
CIVIL storm water drain/
hardstand/ pavement/
road.
495. SECTION – 1.17 Page 1049 of 1.17 Removal of As the proposed plot area will be provided with As of now, dismantling or
5.5 2231 Underground and Above graded land as per Section 5.5, Part II, Page no demolition of above ground
Ground Structures 1045 of 2231, we presume that, no demolition of RCC/steel structure is not
All above ground above ground structure, removal of underground envisaged in the new plant area
existing structures structure are envisaged in bidder's scope. ie ZLD area. However, NIT has
demolition shall be in the Please confirm to be followed in case of any
scope of contractor. requirement. Kindly note that
this reply will super cede the
reply given in Lot 1 against

Page 116 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
this query.

496. ANNEXURE 2 Page 1093 of 2.0 REMOVAL / As the proposed plot area will be provided with
II 2231 REROUTING OF graded land as per Section 5.5, Part II, Page no Removal/re-routing/modification
DESIGN OBSTRUCTIONS 1045 of 2231, we presume that, no removal / of pipelines of approx 400 mm
PHILOSOP All existing underground rerouting of above ground & underground facilities dia and approx 200-400 m
HY – or above ground are envisaged in bidder's scope. length to be considered in
GENERAL facilities requiring Please confirm. proposed ZLD area. Also,
CIVIL rerouting due to fouling Augmentation/modification job of
with new facilities shall WWTP may consist some
be rerouted by the dismantling or demolition/re-
Contractor routing of pipeline, cables,
structures etc, for which Bidder
have to follow relevant sections
of NIT. Kindly note NIT has to
be followed in case of any other
requirement arises in proposed
units.
Please refer clause 1.17, Page
1076-section VI- Design
specifications –Civil & Structural
works - Removal of
Underground and Above
Ground Structures and clause
2.0, page 54 of 456- REMOVAL
/ REROUTING OF
OBSTRUCTIONS.
NIT clearly mentions that All
above ground existing structures
demolition shall be in the scope
of contractor. All underground
facilities/structures shall be
demolished/ removed by the
contractor provided
removal of former will not disturb
the functions of existing plant.
Bidder to note that re-
routing/removal of any other
pipeline or facility/structure if
encountered in future also lies in

Page 117 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
their scope.
Kindly note that this reply will
super cede the reply given in
Lot 1 against this query.

497. SECTION – 1.7 Page 1047 of 1.7 Surface Drainage Kindly provide the existing storm water drainage Refer Pre-Bid Queries Reply Lot
5.5 2231 ………………. Storm system drawing and details near to the proposed 1 - Serial no 79
Water Drains shall be Storm water guard pond area, WWTP area and RO
connected to the ZLD area.
existing drainage system
by providing suitable tie-
in points
…………………....
498. ANNEXURE 2.11 Page 1094 of 2.11 BARRICADE Please indicate the height of barricading to be Refer Pre-Bid Queries Reply Lot
II 2231 Contractor shall design considered by bidder. 1 - Serial no 80
DESIGN a suitable barricading
PHILOSOP system for protection of
HY – existing facilities ……..
GENERAL
CIVIL
499. ANNEXURE 5.2.1 Page 1117 of 5.2 LIQUID RETAINING We presume that, All liquid retaining structure shall Refer Pre-Bid Queries Reply Lot
- III 2231 R.C.C. STRUCTURES be designed with limiting crack width as per IS 1 - Serial no 81
DESIGN AND BASEMENTS 3370.
PHYLOSOP 5.2.1 All liquid retaining /
HY – storage R.C.C.
STRUCTUR structures shall be leak-
AL DESIGN proof with minimum
BASIS grade of M30 and
designed as uncracked
section in as per
IS:3370. ……
500. ANNEXURE 5.4 Page 1121 of 5.4 REINFORCEMENT We presume that, HYSD Fe 500D reinforcement Refer Pre-Bid Queries Reply Lot
- III 2231 BARS bar without Fusion bond coating shall be used for all 1 - Serial no 82
DESIGN All reinforcement bars non liquid retaining structures including storm water
PHYLOSOP for RCC works should channel. Please confirm.
HY – be high yield strength
STRUCTUR deformed steel bars of
AL DESIGN grade Fe500D
BASIS conforming to IS:1786

Page 118 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
with fusion bonded
epoxy coated
conforming to IS:13620
of Owner/PMC approved
make except storm
water drain, flooring
.............
501. ANNEXURE 3.7 Page 1106 of 3.7 BLAST FORCES We presume that, No Blast resistant building is Refer Pre-Bid Queries Reply Lot
- III 2231 envisaged under this contract scope of the 1 - Serial no 83
proposed Storm water guard pond area, WWTP
area and RO ZLD area.
However, please indicate the blast prone zone area
in the overall plot plan.
502. SECTION – BROAD SCOPE We presume that, the Storm water guard pond Refer Pre-Bid Queries Reply Lot
5.5 Page 1043 of DESCRIPTION area will be provided after Jungle / Shrubs / bushes 1 - Serial no 84
2231 Scope of the clearing to the contractor as per the clause 1.3,
CONTRACTOR for civil Section 5.5, Page 1046 of 2231.
works shall include but Please confirm.
not limited to the
following: -
a) Jungle/ shrubs
clearing.
503. ANNEXURE 4.3.8 Page 1113 of 4.3.8 Stability of Please indicate the ground water level to be Refer Pre-Bid Queries Reply Lot
- III 2231 foundations considered for uplift design for the underground 1 - Serial no 85
Buoyancy from high tank.
ground water levels shall Please confirm.
be taken into account in
investigating stability
against uplift.
504. ANNEXURE 6.4 Page 1125 of 6.4FIRE PROOFING OF Since the scope of work is for WWTP & RO ZLD, Refer Pre-Bid Queries Reply Lot
- III 2231 STEEL STRUCTURES We presume that, fire proofing of steel structures 1 - Serial no 86
may not applicable
Please confirm.
505. General Ground Water Table Kindly provide the ground water table of the Refer Pre-Bid Queries Reply Lot
proposed Storm water guard pond area, WWTP 1 - Serial no 87
area and RO ZLD area.
506. General Fence / Boundary Wall As the proposed Storm water guard pond, WWTP Refer Pre-Bid Queries Reply Lot
and RO-ZLD are all inside the GAIL premises, we 1 - Serial no 88
presume that Fencing / boundary wall construction
is not in the bidder's scope

Page 119 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
Please confirm.

507. 5.1 4.0 237 of 2331 4.0 VELOCITY IN We presume that below mentioned velocity shall be As per tender document.
VELOCITY PIPES followed for pipe sizing wherever velocity is not
IN PIPES Acceptable range mentioned in tender document.
velocity to be followed is
as follows: i) Pump Suction: 1.5 m/s
1) Pump Suction & ii) Pump Discharge: 2.5 m/s
Gravity Flow lines : 0.5- iii) RO High Pressure Lines: 3.5m/s
0.8m/s
2) Liquid Pressure
Lines : 1.2-1.8m/s Please Confirm.
3) Air Velocity : Not
more than 20m/s
4) Steam lines less
than 20 m/sec.
508. 5.2.3 6.1 330 of 2331 Material specification Refer Technical amendment
General shall follow the The PMS/VMS are not available in the tender
requirements as per document.
process parameters & Kindly provide the same.
attached PMS / VMS.
509. SCHEMATI SCHEMATI Sheet 1 of 2 Routing of cooling water Please provide the distance between proposed RO Refer PLOT PLAN
C FLOW C FLOW make-up to cooling Recycle & ZLD Plant to cooling tower 1,2,3
DIAGRAM DIAGRAM tower - 1 (CT-1), Cooling
DWG NO: Tower (CT-2) & Cooling
PC286- Tower (CT-3) to be in
7611-0049 vendor's scope
510. 3.0 TERMS Procureme 205 OF 435 10% on issuance of sub- We request not to have the provision of additional As per tender document.
OF nt & Supply order and submission of 10% BG for sub-orders since provision of CPBG as
PAYMENT equivalent well as ABG (against mobilization advance) already
bank guarantee valid till in place. Kindly confirm.
completion period plus
three
months claim period.
However, the bank
guarantee shall be
released after receipt
and acceptance material
at site.

Page 120 of 121


Reply to Bidder’s Pre-Bid Queries Lot-3
2024_GAIL_207048_1
511. General General - Arbitration Bidder request clear stipulation of Arbitration Kindly refer clause 107 of GCC.
provisions for this NIT.
512. SECTION – 16.2 1315 OF 2231 Sustained Load Test Bidder request to kindly confirm that how many As per tender document.
2.0 (PART- Sustained times sustained load test can be repeated in case of
II) Load Test: unsuccessful event of Sustained Load Test.
513. General General - BOQ_227243 excel- Bidder request to recheck the Price form (BOQ Noted
Price form excels) as it shows some error while entering
values in the respective cell.

Page 121 of 121

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy