INDIAN INSTITUTE OF TECHNOLOGY DEPARTMENT OF CIVIL ENGINEERING

Similar documents
Certificate by the Architect: Certified that no addition and deletion has been made to the tender documents downloaded from the IIT Madras web site.

Chemionix Solutions. Outsourcing. Engineering. Drafting

Fabrication and Supply of Cable Tray. CTI Agartala, Aligarh, Gorakhpur, Muzaffarpur, Patna

DETAILED ENGINEERING OF PROCESS PIPING SYSTEMS

NATIONAL POWER TRAINING INSTITUTE (WR) (Ministry of Power, Govt. of India) NAGPUR TENDER DOCUMENT SUPPLY OF DRAWING TABLES AND STOOLS

High Voltage Instrumentation Cables for the ITER Superconducting Magnet Systems

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR , INDIA

SmartBrains. Process Plant Layout & Piping Design engineering. Institute of Oil and Energy. What You Will Learn...

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT

SECTION - II BID DATA SHEET

NO. ONGC/EOA/KG-DWN-98/2 Cluster 2/ONSHORE/EOI/2016/ Date: EXPRESSION OF INTEREST (EOI)

State College Area School District

This specification describes the general requirements for Engineering Services provided to Vale.

United Nations Development Programme

AVEVA PDMS. Business Benefits. Accurate and clash-free 3D plant design

PROCUREMENT OF SERVO CONTROLLED VOLTAGE STABILIZER FOR STPI-NASIK

TCN 01. Page No. 1 of 2 Ref: PSER:SCT:ABJ:T1178:TCN-01 Date:

The Corporation of the City of Nelson Office of the Finance and Purchasing Manager Telephone : (250) Fax : (250)

Prequalification Tender Notice No.: 04/IIA/CIVIL/TMT/PQ/ Dated 11/09/2015

PROCUREMENT OF GOODS UNDER OPEN TENDER PROCEDURE

INSTRUMENTATION DESIGN ENGINEERING: Oil & Gas

REQUEST FOR QUOTATION INVITATION

High Performance Engineering

GE018: Interpretation of Engineering Drawings

June Phase 3 Executive Summary Pre-Project Design Review of Candu Energy Inc. Enhanced CANDU 6 Design

INSTRUCTION FOR BIDDERS FOR PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR THE UPGRADATION OF A GOVERNMENT HOSPITAL IN KERALA

Ref No: HOlTaarangan/SMS/ /-1763 Date: 16 th Dec, 2013

NEVADA DEPARTMENT OF TRANSPORTATION Addendum 3 to RFP July 28, 2017

ENGINEERING SOLUTIONS FOR THE OIL & GAS INDUSTRY

OIL INDIA LIMITED DULIAJAN

Procurement UNDP Sudan

WELCOME TO CHEMIONIX. Chemionix e-solutions Pvt Ltd Mumbai India

Harmonization of Nuclear Codes & Standards Pacific Nuclear Council Working and Task Group Report

00-General Drawings. Doc. no.: NA-00-STS002

TENDER COVER PAGE (CHECK LIST)

Technical Specifications: Supply of Seamless Grade TP304L Pipe and Grade WP304L Pipework Fittings to the ITER Organization (IO).

TECHNICAL SPECIFICATIONS for 300KV CONSTANT POTENTIAL X RAY EQUIPMENT (for industrial applications) S. No. PARTICULARS BHEL SPECIFICATIONS

[Corporate Communications Department] Notice Inviting Tender

CHEMICAL STORAGE TANK FARM & INTERCONNECTED PIPING AT ANSOL PROJECT, JAFZA.

Design Deliverables. Summary. A. Expectations for Design Deliverables:

LOCOMOTIVE ENGINEERING DEPTT.

Construction Phase Project Management and Documentation

Scope of work of Architect (as per the agreement signed by the Architect)

Autotransformer Condition Monitoring Systems

aspro DESIGN & ENGINEERING SERVICES

WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.:

A. BACKGROUND B. GENERAL TERMS OF REFERENCE

Anticipated schedule, Page 2. Change the Contract Term from 635 Days to be 1,127 Days.

Request for Quotation (RFQ)

Comparison that shows the differences between a PFD and P&ID :

Addendum to Description of Services for Building and Planning, Digital Design. The Association of of Consulting Engineers

Invitation of quotation for Camera At All India Institute of Medical Sciences, Jodhpur

TECHNICAL SPECIFICATION FOR LEVEL CONTROL VALVE HANDLING WATER

It all starts here. Format fermé : 9" x 12" Format ouvert : 18 x 12 Marges : 0,125" Couleurs : CMYK

OPERATION SKILLS ENHANCEMENT-MEASUREMENT & INSTRUMENT FOR PROCESS VARIABLES

Pre-Bid Query Replies

SUB: EMPANELMENT OF CONSULTANCY AGENCIES FOR BUILDING PROJECTS/WORKS.

[Corporate Communications Department] Notice Inviting Tender

DEPARTMENT OF ARCHITECTURE

University of Houston Master Construction Specifications Insert Project Name SECTION MECHANICAL SCOPE OF WORK PART 1 - GENERAL

BHARAT HEAVY ELECTRICALS LIMITED

application of design automation to reduce cycle time of hydro turbine design

TECHNICAL SPECIFICATION FOR ANNUBAR (DELTA TUBE)

Control and maintenance of the Superphenix knowledge and its specific sodium skills through an innovative partnership between EDF and AREVA

SECTION SUBMITTAL PROCEDURES

Section Meetings Section Material and Equipment. None Required

TECHNICAL SPECIFICATIONS FOR BOLT HEATING EQUIPMENT

A/E REVIEW CHECKLIST HVAC

Horizontal Connection System

Horizon 2020 Project: FENIX (No: ) Type of action: RIA. To be supplied to I3DU

Trade of Metal Fabrication. Module 5: Pipe Fabrication Unit 3: Flanges Phase 2

***************************************************************************** DRAFT UFGS- 01 XX XX (FEB 2014)

PROCEDURE FOR INSPECTION OF ELECTRICAL INSTALLATIONS ABOVE 250KVA

Heat Exchanger Construction Checklist

Annexure - V. Specifications, Typical Drawing & Data Sheet for Split TEE (Hot Tapping Material)

Phase 2 Executive Summary: Pre-Project Review of AECL s Advanced CANDU Reactor ACR

Plant Client Contract Code Document ID Contract No. TECHNICAL SPECIFICATIONS DC SHUNT Rev 00 Page 1 of 2

1.0 INTRODUCTION DEFINITIONS DRAWING CONTROL PREPARATION OF SPECIFICATIONS AND DATASHEETS... 5

Working Drawing Manual

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.

SI.No Parameters CPRI Specification/Requirements To be Completed by the Bidder Guaranteed Technical

SPECIFICATIONS FOR TENDER # SUPPLY OF ONE WIRELESS CLOCK SYSTEM & ASSOCIATED COMPONENTS FOR WESTERN HEALTH

Stanford University-Facilities Design Guideline SECTION Plans Review Submission Guidelines

ADDENDUM #2 September 12, 2018

Physical Properties Measurement System (PPMS): Detailed specifications: Basic unit cryogen- free

CURRICULAM VITAE. Personal Information : P. Gunasekaran

TOURISM CORPORATION OF GUJARAT LIMITED

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

Solutions, Standards and Software Kolmetz Handbook of Process Equipment Design PROCESS FLOW SHEET (ENGINEERING DESIGN GUIDELINE)

SPECIAL SPECIFICATION 8802 Radio Communication Tower Inspection, Maintenance, and Repair

MANuFACturers industry QuALity statement.

SECTION III INSTRUMENT DELIVERABLES

Planning Type EPCC Onshore_TEST v1. TYP MIL Typicals milestones 545.3d. PCS Process 525.0d. TYP MIL.Project Main project Milestones 535.

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY PRESSURE GAUGES, Section 15130

AVEVA PDMS 12.0 The 3D plant design application for accurate and clash-free plant design

Engineering Design & Power Training Institute

INTRODUCTION TO PROCESS ENGINEERING

PMA ONLINE TRAINING. Commercial Drawings. One Hour Continuing Education

Address: South Elgin, IL Phone: ( ) - Fax: ( ) - Cell: ( ) - Contractor Type: Phone: ( ) - Fax: ( ) - Cell: ( ) - Contact Type:

SECTION CONTRACTOR SUBMITTALS. A. All submittals by the CONTRACTOR shall be submitted to the ENGINEER.

Transcription:

INDIAN INSTITUTE OF TECHNOLOGY DEPARTMENT OF CIVIL ENGINEERING Enquiry letter for Engineering Services Consultancy for National Aerosol Facility at IIT Kanpur Sub: Quotation for Scope of the work and technical specification: Engineering Services Consultancy for National Aerosol Facility at IIT Kanpur Reference: IITK/CE/2015/1008 Dated: September 1, 2015 Sir / Madam, With reference to the subject mentioned above, you are invited to submit the quotation (technical and price bids) in a separate envelopes. Technical Specification: A National Aerosol Facility is being set up at IIT Kanpur as part of a collaborative research programme between BARC, Mumbai and IIT Kanpur. The main objective of this programme is to undertake R&D studies on aerosol behaviour in different piping sections pertaining to the PHT (Primary Heat Transport) system of Indian nuclear reactor. The important supporting infrastructure that needs to be established for the said facility includes various systems such as aerosol generation system, steam generation system, inert gas/steam/air injection system, aerosol mixing chamber and aerosol scrubbing system. Layout of the different systems, equipment and associated piping with different control points are required to be planned properly to facilitate appropriate composition of fluid and its flow rate through the section under investigation. High quality data sampling for process and aerosol measurements at different locations are also required. Necessary electrical and civil supports are also required to be established for conducting the experiments. This technical note presents the salient features of the National Aerosol Facility (NAF) along with its peripheral systems as mentioned above with the objective of defining the scope ofconsultancy work entitled Engineering Services Consultancy for National Aerosol Facility at IIT Kanpur proposed to be undertaken for setting up the facility. A schematic of the facility is given in Fig. 1. Typical process parameters and the main components of the facility are given in Table 1 and Table 2 respectively. 1. Objectives and Deliverables: The main objective of this consultancy work is to get total multidisciplinary engineering services required to establish the NAF facility from a reputed vendor having wide experience.

The work will include basic engineering of the whole facility followed by detailed engineering. The key deliverables of this work are outlined below: 1.1. Process and Instrument Diagram (P&ID) of NAF. 1.2. 3-D Process Flow Diagram (PFD), preferably using PDMS software. 1.3. Design and layout of injection system for various gases (nitrogen, argon, air and steam) via a gas mixing station along with monitoring, control and recording of gas temperature, pressure, flow etc. 1.4. Detailed technical specification of steam generation system including the associated peripherals, instrumentation and piping up to the steam injection point. 1.5. Mechanical and process design of the mixing chamber along with instrumentation nozzles, support and foundation design. 1.6. Process and mechanical design of aerosol scrubbing system(s), collection tank, bypass system for scrubbing of aerosols before discharging the gas into atmosphere along with exhaust system. 1.7. Washing system design for removal of aerosols deposited in the piping section and at other places. 1.8. Complete Instrument datasheet for procurement by EPC Contractor. The work will include detailed technical specifications for the various process instruments and preparation of detailed process and instrumentation flow sheets. 1.9. Specification of PLC system/ DAS with control panel and emergency power backup. 1.10. Design of structural supports needed for installation of all equipment like mixing chamber, piping, gas scrubbers, steam generator etc. 1.11. Design of special civil foundation apart from the standard one is required, if any. 1.12. Design and specification of power requirements with electrical panels and distribution layout. 1.13. Design and technical specification of insulation, heating system and/or cooling systems for various components like piping, gas injection, mixing chamber etc. 1.14. Operating and Control Manual. 1.15. Documents for construction. 1.16. Cost estimation. 1.17. Tender documents for procurement, construction and commissioning. 2. Scope of the work: The detailed scope of work is given below: 2.1. Process: 2.1.1. Process design basis and process description. 2.1.2. Review of BARC s operating and control philosophy. 2.1.3. P&ID and PFD. 2.1.4. Line and equipment list. 2.1.5. Process design for aerosol scrubbing, aerosol retention and carrier gas venting to the atmosphere after scrubbing.

2.1.6. Washing system for removal of aerosol deposits in mixing chamber and test sections 2.1.7. Process Data Sheets (PDS), Instruments Process Data Sheet (IPDS) for mechanical equipment and packages. 2.2. Mechanical: 2.2.1. Mechanical data sheet of mixing vessel, tanks, monorail, aerosol scrubbingretention-venting system, washing system. 2.2.2. GA and fabrication drawing of the above mentioned items. 2.2.3. Bill of material (BOM) and Material take off (MTO). 2.3. Piping: 2.3.1. Valve list and other piping special item list. 2.3.2. Piping and equipment layout drawing. 2.3.3. Piping 3-D model with GA and isometric drawings. 2.3.4. Piping and equipment support drawing with specification. 2.3.5. Valve and piping data sheet. 2.3.6. BOM inclusive of pipe support and MTO. 2.4. Electrical: 2.4.1. Load List. 2.4.2. SLD (Single Line Diagram) & Electrical equipment list. 2.4.3. Specification of MCC, Power Distribution Box and erection hardware. 2.4.4. Provision of emergency lighting system in case of power failure. 2.4.5. Cable schedule. 2.4.6. Cable tray and equipment layout. 2.4.7. Earthing protection layout for various components and equipment. 2.4.8. Floor/wall penetration layout. 2.4.9. Battery back-up load calculation (should include all sensors with data acquisition system, control system and emergency lighting). 2.4.10. BOM & MTO. 2.5. Instrumentation (Field): 2.5.1. P&ID review and support. 2.5.2. Instrument index. 2.5.3. Complete instrument data sheet. 2.5.4. Instruments and JB location layout. 2.5.5. Inst. JB schedule. 2.5.6. JB termination drawing. 2.5.7. Inst. Cable layout. 2.5.8. Inst. Cable schedule.

2.5.9. Instrument hook-up drawing. 2.5.10. Mounting stand fabrication drawing. 2.5.11. Electrical-Instrumentation interface diagram. 2.5.12. BOM and MTO. 2.6. Instrumentation (Control): 2.6.1. Control system architecture. 2.6.2. I/O list. 2.6.3. Control logic narratives. 2.6.4. Cause & effect matrix. 2.6.5. Control logic and interlock logic diagrams. 2.6.6. DCS specification. 2.6.7. Graphic display drawing. 2.6.8. Control room layout. 2.6.9. SLD for instrumentation power supply. 2.6.10. Loop wiring diagrams. 2.6.11. BOM and MTO. 2.7. Civil: 2.7.1. Specific foundation requirement other than standard if any. 2.7.2. Floor cut-out, insert plates in slab or column and corner angles in columns mark up to civil. 2.8. Procurement Assistance: 2.8.1. Cost estimation. 2.8.2. All tender inquiry documents preparation. 2.8.3. Vendor drawing and documents review. 2.8.4. Bid evaluation and technical recommendation to place EPC Contract. 2.8.5. Vendor list preparation. 3. Inputs from BARC and/or IIT Kanpur: 3.1. Conceptual layout, Plot layout and building floor plan of the site for proposed NAF. 3.2. All the relevant process parameters e.g. flow rate, temperature, aerosol concentration etc., process description. 3.3. Mixing vessel dimensions and integration scheme of PTAG with it. 3.4. Data sheet for aerosol generation system including PTAG, powder feeder, power unit and chillerunit. 3.5. Aerosol measurement instrument specification. 3.6. Position and number of tapping points for aerosol instruments.

3.7. Required physical data, location of data sampling and data sampling frequency for the section under investigation. 3.8. General layout for piping test section for provision of foundation. 4. Exclusions: 4.1. Construction supervision. 4.2. Commissioning assistance. 4.3. Any site survey. 4.4. Plot layout and building design. 4.5. HAZOP and other related safety studies. 4.6. Applying/obtaining approvals/registrations/licences from relevant/statutory body. 4.7. Any meeting outside Mumbai region. 4.8. Post-order vendor co-ordination. 4.9. Maintenance manual and schedule. 4.10. Equipment storage procedure. 5. Milestones, Time Schedule and Payment Schedule Sr. No. Milestone Time Schedule (in weeks) from issue of Purchase Order Payment Applicable Schedule (%) of PO value 1 Award of Contract Advance payment 20 2 Completion, submission and 8 20 approval of basic engineering, drawings, documents, etc. 3 Completion, submission and 8 40 approval of detailed engineering, drawings, documents, etc. 4 Tender document for EPC 2 10 bidding 5 Bid evaluation and technical 2 10 recommendation to place EPC Contract (*) Total 20 100 (*): The time gap between milestones at Sr. No. 4 and 5 could be up to 4 months. 6. Evaluation of Bids: 6.1. A two-stage procedure will be adopted in evaluating the bids: i) technical evaluation and ii) financial evaluation. 6.2. The weightage of technical evaluation will be 70 % and of financial evaluation will be 30 %.

6.3. Technical and price bids should be submitted in separate envelopes. The bids should be submitted by September 30, 2015 to Professor S. N. Tripathi, Department of Civil Engineering, I. I. T. Kanpur, Kanpur-208016. 6.4. Price bids should clearly mention the price of overall work (lump sum) and taxes separately. 6.5. The date and venue for opening of bids will be communicated to the bidders by email. 6.6. Technical evaluation will be based on the criteria detailed in the General Terms and Conditions given below. If required, evaluation of the bidder s resources would be undertaken by the client by visiting the bidder s premises. 6.7. Technically qualified bidders will be evaluated for their financial bids. Each bid will be ranked using a combined technical and financial score and the contract will be awarded to the bidder with the highest score. 7. General terms and conditions: 7.1. All the discussions and review meetings required for this work will be held at BARC, Mumbai premises. 7.2. Bidders should ensure that they qualify for all the items of the Assignment. The bidders shall be firms having experience and expertise in engineering services. 7.3. The bidders should have experience relevant to the scope of work of thisconsultancy. They should have experience in design, analysis, layout drawings for process systems, electrical systems, civil engineering design, control and instrumentation and plant services like fire protection system, and compressed air systems. 7.4. The bidders should have licensed software for the required jobs mentioned in the scope of the work. 7.5. The bidders should have a well-established Quality Management System in position and it should preferably have an appropriate Bureau of Indian Standards (BIS)/International Organisation for Standardisation (ISO) certification(s). 7.6. The key professional staff of the bidder s organisation should have very good knowledge of codes and standards like ASME, ASTM, IEEE, ISO, ASHRAE, BIS etc., and computer codes and programmes for design, analysis, 3D CAD modelling etc. 7.7. The successful bidder shall be responsible for preparation of all the reports/design notes of the work assigned in Contract. Report shall be prepared in English language. The format of the report shall be as per the IITK/BARC specified format. Reports shall be submitted in three copies for review and approval. Final report(s) including drawings etc. shall be given in the form of hard copies and soft copies in electronic media in a format specified by IITK/BARC. 7.8. The successful bidder shall be responsible for the correctness and accuracy of the drawings, documents and reports prepared by him. Approval of the drawings and documents by IITK/BARC shall not relieve him of his responsibility for correctness and accuracy of such drawings and documents. No compensation or extra payment

shall be made by IITK for any correction or changes made in the drawings or documents. 7.9. The bidders should have a proven track record and should have satisfactorily completed 3 similar assignments, each costingnot less than the quoted price, during the last five years.written evidence to this effect should accompany the bid submission. 7.10. Technical Proposal should provide a brief description of the bidder s organization and an outline of recent experience on assignments of a similar nature. 7.11. Bidders may request clarification on any of the documents furnished to them with the tender up to seven days before the Proposal submission date. Any request for clarification must be sent in writing by email (snt@iitk.ac.in) to the Client's address (Tel. No. : 0512-2597845). The Client will respond by email to such requests and copies of the response (including an explanation of query but without identifying the source of enquiry) will be sent to all invited bidders who intend to submit the Proposal, and also posted at Tenders link of IITK website. 7.12. The key professional staff, listed in the offer, should be available for the entire duration of the execution of the Assignment. They shall preferably be the permanent employees of the firm or have an extended and stable working relation with it. 7.13. Proposed staff must have relevant educational qualifications and experience, preferably under conditions similar to those prevailing at the locations of the Assignment. 7.14. List of Engineering & Management software and workstations, office space etc. available with the bidder should be provided. 7.15. The validity of the offer should not be less than 3 months from the closing date of bid submission. 7.16. The final responsibility for the correctness, adequacy and accuracy of the designs, drawings, technical specifications, tenders documents, purchase specifications, installation instructions etc. furnished by the bidders, shall lie with them. 7.17. IIT Kanpur shall not be responsible for any cost or expenses incurred by the bidders in connection with the preparation and delivery of bids, including costs and expenses related to visits to work site. 7.18. The acceptance of bids will rest with Director, IITK who does not bind himself to accept the lowest bid and reserves to himself the authority to reject any or all the bids received without assignment of any reason. Also, Director, IITK reserves to himself the right to accept the whole or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.

Table 1: Typical range of operating parameters of peripheral systems of NAF Sl. No. Parameter Range Remark 1 Steam, Air, Argon To be specified by the bidder on the basis of process requirements provided by the user. Super heater may be needed for steam. Combination of Steam/Air/Ar (will be confirmed during design stage). 2 Nitrogen as plasma gas 100 slpm - 3 Argon as plasma gas 200 slpm - 4 System Pressure 1.3 5 bar (g) System operating pressure 5 System Temperature 120-400 o C System operating temp. 6 Flow velocity in the test section (indicative) 1-10 m/s - 7 Size of the test section 25-100 mm dia. - 8 Aerosol Material Sn, Mn, CsI, CsOH - 9 Power Feed Rate 0.01 0.5 g/s - 10 Aerosol Conc. 0.05-5 g/m 3 depending on conditions 11 Aerosol Size (AMMD) 0.3-5.0 µm depending on conditions 12 Aerosol Type Single or mixture of above-mentioned materials Insoluble and/or Soluble 13 Flow Duration Time ~ 1.5 hour - 14 Plasma Torch Aerosol: Generator (PTAG) 2x40 KW -

Table-2: Main components of the facility Sl. No. Component Description 1 Gas Injection System Bank of cylinders / gas generators for gas(es) to be used as carrier / plasma gases for aerosol generation / transport 2 Steam Generator Discharge Pressure: 1-5 kg/cm 2 (g), Flow will be as per process requirement 3 Mixing Chamber Required for homogenization and characterization of aerosol before injection into test piping section Design pressure = 10kgf/cm 2 (g), Design temperature = 500 0 C 4 Heating System for piping section and gas inlet lines 5 Aerosol Instrumentation 6 Process Instrumentation and Control 7 Bypass System Including off-gas System 8 Scrubber and Discharge System Strap-on heaters of adequate capacity for keeping the various piping and tubing sections heated Instruments for measurement of aerosol properties like size, concentration, etc. Instruments for measurement/regulation of pressure, temperature, flow, venting, draining, isolation, etc. For bypass of aerosol-laden carrier gas till homogenous aerosol concentration is achieved at the mixing chamber outlet. For scrubbing and retention of aerosols coming out of the test piping section

Fig.1. Schematic of the proposed NAF facility