Sie sind auf Seite 1von 5

Annexure - A

Specifications for Scrubber Unit

1. Introduction

The specification lists the technical requirements for a wet scrubber to efficiently remove and
neutralize toxic gases and vapor byproducts from the Electropolishing (EP) process used to polish
niobium cavities. The primary acids used are a mixture of concentrated sulfuric (H2SO4 98%) and
Hydrofluoric (HF 48%) acids. By design, concentrated acids will never be sent to the scrubber
system.
In addition, the scrubber must remove acid vapor that has evaporated from the acids, since these
vapors are also hazardous and regulated emissions. The reaction occurring due to the acids are
mentioned.

a) 2Nb + 5SO42- + 5H20 Nb2O5 + 10H+ +5SO42- + 10 e-


b) Nb2O5 + 6HF H2NbOF5 + NbO2F0.5H2O + 1.5H2O
c) NbO2F0.5H2O + 4HF H2NbOF5 + 1.5H2O

d) Overall Reaction: 2Nb + 10HF + 2H2O 2H2NbOF5 + 5H2

Hence along with above toxic gases, H2 gas is also liberated which is major byproduct from EP
process. It is flammable and requires dilution prior to the inlet point of scrubber.

2. Technical requirements of the wet scrubber and scope of supply

S. Parameter Tender Specification


No.

i. Scope of Scrubber, MS support structures, packing material, ductwork of scrubber


supply (downstream from scrubber), blowers, liquid scrubbant tank(s), Scrubbing
liquor, necessary piping, motors, controls, exhaust stack, rain cap, and
essential accessories as per sketch attached in Annexure - B .

It would also include acceptance tests along with installation, commissioning


and training at RRCAT site and supply of documentation and drawings.
ii. Type Vertical packed-bed wet scrubber with liquid scrubbant tank as per the
attached sketch in Annexure B. Bidder should provide dimensions.
iii. Removal I. 99% for all evaporated acid fumes comprising of H2SO4 & HF etc.
efficiency Note: Emission rate from EP facility 700 milli-gram per minute
II. 98% H2S and odor removal
iv. Packing Lantec Q-PAC/ tellerette/ Norton make snowflakes or equivalent material.
material and Possibility of Packing removal and fill up access need to be mentioned.
height Inspection glass port need to suitably placed.

v. Packing height The manufacturer shall provide the detail of packing height & static pressure
drop in the scrubber.

Page 1 of 5
vi. Total ducting From hoods inside the electropolishing building, chemical storage room and effluent
length upto the treatment plant facility to the inlet of the scrubber shall consist of the following.
scrubber
From electropolishing building and chemical storage room
For 200mm (8) diameter duct length of 38 meters distributed over 7 sections.
calculation Each section has one 90 bend of 200mm (8) diameter. Along with that it also has 4 T
junction of 200mm (8) diameter.
of the
blower Each of the 200mm (8) diameter duct finally opens into a straight 10
capacity diameter duct via two valves having dampers. The 250mm (10) diameter duct is of
single length of ~25 meters and consists of four 90 bend of 250mm (10) diameter,
(Not in the two additional 250 mm (10) diameter valves with dampers.
scope of
supply) From effluent treatment plant
Another line of ducting from effluent treatment plant consist of 250mm (10)
diameter duct of length ~5 meters having one 90 bend of 250mm (10) diameter,
one additional 250 mm (10) diameter valve with damper opening into the straight
duct of 250mm (10) diameter via a T junction.
vii. Ductwork The manufacturer shall also consider a stack ~ 12 meter tall with bends,
downstream flanges and rain cap in the offer. Minimum ducting diameter should be 10
from scrubber inch (250mm).
Material of construction - FRP & Polypropylene
Note: Price should be mentioned separately.

viii. Blower Flow rate: Variable flow rate of 200 CFM (cubic feet per minute) to 1000
CFM or more of air measured at the discharge of the scrubber.

Motor : A suitable motor of reputed company with variable frequency


drive (VFD) for varying flow rate.

Blower will be located downstream of the scrubber to ensure negative


pressure in scrubber line.

Material of construction - FRP & Polypropylene


ix. Scrubbant The manufacture shall supply suitable scrubbant tank and motors with lining
tank compatible to scrubbing liquor and neutralized acid. The details of tank like
material, size capacity, quantity etc shall be provided with the offer. The tank
may be integral part of the scrubber. Manholes for maintenance must be
included.
Material of construction - PVDF/ Polypropylene

x. Scrubbing Sodium Hydroxide (NaOH)/ Potassium Hydroxide or equivalent, suitable for


liquor removal of gases classified above.

xi. Mist The scrubber should include stage for mist elimination with vertical gas flow
Elimination blades/ polypropylene mesh etc. The supplier should provide details of the
same.

xii. Controls Scrubber system shall be furnished with a scrubber mounted Local Control
Panel with IP 54 panel or better.

Page 2 of 5
a) Motor starters must be provided for all motors greater than
horsepower.
b) It must be possible to engage the blower without engaging the scrubber
pumps.
c) Sensors that return a positive signal when airflows through the scrubber
and out the stack are within normal ranges must be provided. The
airflows shall be displayed on the front panel of the unit.
d) An emergency shut-off switch shall be provided. Activation of this
switch must disengage all pumps and motors associated with the unit.
The switch design must not cause activation due to accidental bumps,
etc.
e) The control panel shall include all motor switches/starters, flow
measurement, magnehelic gauges, scrubbant tank level indicators,
ON/OFF, interlocks, alarms etc.
xiii. Mode of Expected operations are at a maximum 2-3 times a week for 8 hour periods.
operation Acceptability of the normal operating schedule has to be provided.
The stack and rain cap must also permit normal operation after extended
periods

xiv. Location Outdoor, please specify if you need any covering for offered unit
xv. Documentatio Three sets of operating manual along with detailed drawings of as-installed
n, installation, items must accompany the supply of scrubber. The drawings must be
commissioning available prior to the installation of the scrubber for review.
and training
Installation and commissioning is in the scope of manufacturer. The price for
the same should be quoted separately.
The manufacturer shall conduct training after installation & commissioning at
RRCAT on the operation & maintenance of the scrubber.
xvi. Acceptance At manufacturers site:
Criteria
Inspection of scrubber; construction, electrical connection, and intended
function.
Testing of all equipment and control panels including Airflow, pressure,
and motor amperage, leak tightness of scrubbant tank.
The scrubber systems to be supplied shall be factory tested for
compliance with the specifications and to demonstrate that all
components function properly, and that the unit produces the required
airflow rate. The factory test shall be performed using air and water. The
gas scrubber shall be operated continuously, for a minimum of four (4)
hours.

At RRCAT:
Upon completion of installation and commissioning of the scrubber systems,
the manufacturers service representative shall conduct acceptance test to
verify the satisfactory operation of the system and the design performance
requirements of the specification. As a minimum the test shall include but
not be limited to the following:
Airflow, pressure, and motor amperage shall be measured and recorded.

Page 3 of 5
Scrubbant tank shall be leak tested prior to filling with liquid.
System component operation shall be tested by a suitable gas detector (to
be arranged by manufacturer) at the exhaust of scrubber.
xvii. Bidder The bidder should be original manufacturer of scrubber systems or their
qualification authorized representatives. In case, bidder is not the OEM, authorization
certificate should be enclosed with the offer.
The bidder should be a regular manufacturer of scrubbers with proven
record. They should submit a list of clients with contact details. RRCAT
may contact them for performance feedback.
xviii. Warranty The scrubber should be supplied with minimum warranty of two year from
the date of installation at RRCAT.

The manufacturer shall have to provide a performance bank guarantee


(PBG) of 10% of the order value valid for the full period of warranty.
xix. Essential PP based pipes, fittings, damper, Ball valves, bellows, Y-strainers, non return
accessories to valves, drain valves, reducer, rotameter, level gauge and pressure gauges as
be included per Annexure-B. Other accessories include gaskets, foot valves, dosing
pumps, MS supports, relays and contactors.

3. Services to be provided by RRCAT

i. Make-up water requirement - The manufacturer shall provide the details of water
requirement in his offer.
ii. Power - 415V, 3-phase, 50Hz.
iii. Concrete base area outside the building. The manufacturer shall indicate any specific civil
requirement in their offer. The engineering design submitted to RRCAT must contain all
utility requirements.

4. Important points for bidders

i. A compliance table has to be filled by the bidders along with their bid for points 2A to 2S as
per the format mentioned. The offer may be ignored on non-reciept of duly filled
compliance table.

S. No. Parameter Tender Offered specification Compliance


Specification by Bidder Yes/ No

From points i to
xx of point 2 of
specification

Signature by Bidder

ii. The bidder has to submit its compliance/ deviation to the scope of supply as per the sketch
of the scrubber attached in Annexure-B.
iii. Make, material of construction of items shall be mentioned.

Page 4 of 5
Annexure - B

Sketch Proposed layout of Wet scrubber Unit for RRCAT

Page 5 of 5

Das könnte Ihnen auch gefallen