650 scm.pdf

103
HINDUSTAN PETROLEUM CORPORATION LIMITED (A Government of India Enterprises) 8, Shoorji Vallabhdas Marg, Mumbai-400 001. INDIA. TENDER FOR PROVIDING ELECTRIC MOTOR DRIVEN RECIPROCATING COMPRESSOR OF 650 SCM/HR CAPACITY SUITABLE FOR CNG ONLINE STATION AT AHMEDABAD, INDIA UNPRICED BID HINDUSTAN PETROLEUM CORPORATION LIMITED MUMBAI, INDIA

Upload: thanh-phuc-nguyen

Post on 03-Jan-2016

54 views

Category:

Documents


4 download

TRANSCRIPT

Page 1: 650 scm.pdf

HINDUSTAN PETROLEUM CORPORATION LIMITED (A Government of India Enterprises)

8, Shoorji Vallabhdas Marg,

Mumbai-400 001. INDIA.

TENDER FOR PROVIDING ELECTRIC MOTOR DRIVEN RECIPROCATING COMPRESSOR OF 650 SCM/HR CAPACITY SUITABLE FOR

CNG ONLINE STATION AT AHMEDABAD, INDIA

UNPRICED BID

HINDUSTAN PETROLEUM CORPORATION LIMITED MUMBAI, INDIA

Page 2: 650 scm.pdf

1

INDEX

SR.NO. DESCRIPTION 1. INTRODUCTION

2. PRE QUALIFICATION CRITERIA 3. INSTRUCTIONS TO BIDDER 4. GENERAL TERMS AND CONDITIONS 5. SPECIAL TERMS AND CONDITIONS 6. TERMS AND CONDITIONS FOR ANNUAL OPERATION

AND MAINTENANCE OF CNG COMPRESSOR

7. TECHNICAL SPECIFICATION FOR CNG COMPRESSOR 8. DATA SHEETS 9. BILL OF QUANTITIES

Page 3: 650 scm.pdf

2

INTRODUCTION

M/s. Hindustan Petroleum Corporation Limited (HPCL) proposes to expand the CNG

infrastructure set up in the city of Ahmedabad, State of Gujarat, India by adding 6 Nos.

CNG Stations.

The proposed 650 SCM/Hr CNG Online Compressors at inlet pressure of 16 Kg/Sqcm are

meant to be used in the Online for dispensing CNG to automobiles. The quantities

mentioned in the tender document are only indicative and can vary downward depending

on the feasibility of making the stations as online stations. Final numbers would be

communicated prior to placing PO/LOI.

Tendrer is requested to submit both Technical & Commercial bids separately.

TENDERER HAS TO SIGN AND STAMP ALL PAGES OF THIS TENDER DOCUMENT

AS CONFIRMATION OF THEIR ACCEPTANCE.

Page 4: 650 scm.pdf

3

PRE QUALIFICATION CRITERIA

1. The Bidder shall have the single point responsibility of the CNG Compressor package and shall be a regular manufacturer or packager and supplier of electric motor driven online compressor gas compressor package for high pressure ( �250 kg/ sq cm G) Natural Gas.

2. The Bidder must possess adequate proven track record for Design, Engineering,

Manufacturing, Assembly, Packaging, Testing, Erection and Commissioning of identical or validly similar packages comprising of compressor, electric motor, cooling system, control panel and auxiliaries of similar horsepower rating on continuous operation supplied from the proposed manufacturing location. Also, minimum fifteen (15) nos. of identical or validly similar CNG Compressor packages in terms of Compressor KW, Flow Rate ( 650 SCM/Hr ) and discharge pressure of � 250 Kg / Sq cm G , should have been packaged and supplied by the bidder in the last three (3) Financial Year FY i.e in, 2003-04, 2004-05, 2005-06 any where in the world with at least ten (10) such compressor packages satisfactorily operating for not less than 8000 hrs each, as on 30th May`06. Bidder to give documentary evidence ( confirmation letter from the purchaser ) in the Unpriced Bid of the above.

3. The offered compressor model shall be from the existing production range

Page 5: 650 scm.pdf

4

SPECIAL TERMS AND CONDITIONS 1.0 GENERAL 1.1 Special Terms and Conditions of the contract shall be read in Conjunction with the General

Terms & Conditions of Contract, Specification of Work, Drawing and any other documents forming part of this Contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the documents into these separate sections and volumes

ever part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with in the Contract so far as it may be practicable to do so.

1.3 Where any portion of the General Terms & Condition of Contract is repugnant to or at

variance with any provisions of the Special Terms & Conditions of Contract, unless a different intention appears, the provisions of the Special Terms & Conditions of Contract shall be deemed to over-ride the provisions of the General Terms & Conditions of Contract and shall be extent of such repugnancy or variations, prevail.

1.4 Wherever, it is mentioned in the specification that the Vendor shall perform certain work or

provide certain facilities, it is understood that the Vendor shall do so at his cost and the Value of Contract shall be deemed to have include cost of such performance and provisions, so mentioned.

1.5 The materials, design and workmanship shall satisfy the relevant Indian Standard, the Job

Specifications contained herein and Codes referred to. Where the job specification stipulate requirements in additions to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

1.6 In case of an irreconcilable conflict between Indian or other applicable standards, General

Terms & Conditions of Contract, Special Terms & Conditions of Contract, Specification, Drawings or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict in order of precedence :

i) Letter of Intent (LOI) / Purchase Order (PO). ii) Schedule of Rates as enclosures to LOI /PO. iii) Special terms and conditions of the Contract iv) Drawings v) Technical / Material Specifications vi) Instruction to Bidder vii) General Conditions of Contract viii) Indian Standards ix) Other Applicable Standards

Page 6: 650 scm.pdf

5

1.7 In the absence of any Specifications covering any material, design of work (S) the same

shall be performed / supplies / executed in accordance with Standard Engineering Practice as per the instructions / directions of the Engineer-in-Charge, which will be binding on the bidder. These have to be completed at no extra cost to HPCL.

2.0 SCOPE OF WORK

(i) Supply, erection, testing, erection and commissioning of six nos. 650 SCM/Hr capacity at 16 Kg/Sqcm inlet pressure with compressor capable of operating at inlet pressure from 14 to 19 Kg/ Sqcm Electric Motor Driven Compressor for CNG Mother Station as per the technical specifications attached. ( HPCL reserves the right to increase or decrease the no. of compressors before placing the PO).

(ii) Operations & Maintenance of the Compressors during the first year after commissioning as per technical specifications attached. The job includes all consumables ( except electric power ), manpower and spares.

(iii) Operations & Maintenance of the Compressors for two years after the initial first year under guarantee period as per technical specifications attached. The job includes all consumables ( except electric power ) and manpower. The spares will be supplied by HPCL from the spares purchased for the two year trouble free operations. Any other spares required will be supplied free of cost. Please note that the rates quoted for Operations, Maintenance and Repairs for two year period after the expiry of the first year guarantee period will taken for commercial evaluation of the bid. However, a separate Purchase Order will be placed for it after the expiry of the guarantee period.

(iv) Supply of spares for two years trouble free operations along with the supply of the compressor. Bidder to confirm that the Spares have minimum three years shelf life.

(v) Training to HPCL Engineers/ Operating staff.

FOR INDIAN BIDDERS , SUPPLY WILL BE FOT SITE. FOR FOREIGN BIDDERS, SUPPLY WILL BE ON C.I.F BASIS ( COST. INSURANCE AND FREIGHT ) AT MUMBAI/ NAHAVASEVA PORT OR MUMBAI AIRPORT.

3.0 COMPLETION PERIOD :

The completion period for supply, erection and commissioning of each Compressor will be independent of each other. The Completion Period shall be as given below : (A) FOR INDIAN BIDDERS : (i) FOR SUPPLY : FOT SITE ( Date of receipt of material at site will be treated as date

of receipt of material). For supply of CNG Compressor along with two year spares – FOUR MONTHS - 4 Months from the date of LOI/PO or the date of advise to start work, which ever is later.

(ii) FOR ERECTION : FIFTEEN DAYS ( 15 Days) from the date of advise to start

work by HPCL..

(iii) TESTING & COMMISSIONING : SEVEN DAYS ( 7 Days) from the date of advise to start work by HPCL..

Page 7: 650 scm.pdf

6

(B) FOR FOREIGN BIDDERS (i) FOR SUPPLY : Cost, Insurance and Freight ( C.I.F ) basis MUMBAI, INDIA (

Date of receipt of material at Mumbai Port / AirPort will be treated as date of receipt of material)

For supply of CNG Car dispensers along with two year spares- FOUR MONTHS - 4 Months from the date of LOI/PO or date of advise to start work, whichever is later.

(ii) FOR ERECTION : FIFTEEN DAYS ( 15 Days) from the date of advise to start

work by HPCL..

(iii) TESTING & COMMISSIONING : SEVEN DAYS ( 7 Days) from the date of advise to start work by HPCL..

4.0 DELAYED DELIVERY CLAUSE :

For delay in completion beyond the schedule delivery period, penalty shall be applicable as per enclosed General Terms and Conditions. The completion period for supply, erection and commissioning of each Compressor will be independent of each other.

5.0 TERMS OF PAYMENT :

The Payment Terms shall be as given below : 5.0 Payment shall be released by HPCL against pre-receipted invoice, submission of valid

performance guarantee and other documents complete in all respect meeting the requirement of contract document.

5.1 Supply and Delivery of Goods

A) 100 % payment of the supply value along with Third Party Inspection Certificate on receipt of material .

• Foreign Bidder

Through Letter of Credit against receipt of material at Mumbai Port / AirPort on submission of dispatch documents, inspection release notes, manufacturers certificates etc. All foreign bank charges towards advising negotiation / cable charges and confirmation of letter of credit will be borne by the supplier. All Indian Bank charges shall however be borne by HPCL. LC confirmation charges, if required shall be borne by supplier.

• Indian Bidder

Within 15 days by cheque against receipt and acceptance of material by owner (i.e FOT site) and against receipt of proper Performa invoice along with all required documents.

Page 8: 650 scm.pdf

7

5.2 Testing, Commissioning & Field Performance etc. 100% payment (for each dispenser) : On testing, commissioning and field performance of

individual dispensers and successful trial run of the system, completion of all works and on final acceptance.

5.3 Maintenance and Repairs Service Charges. Quarterly ( 3 Months ) payment on pro-rata basis as certified by Engineer-in-Charge shall be

made against the invoice raised.

Please note that the rates quoted for Maintenance and Repairs for two year period after the expiry of the first year guarantee period will taken for commercial evaluation of the bid. However, a separate Purchase Order will be placed for it after the expiry of the guarantee period.

5.4 For Training of Owner’s Personnel

Included in Testing and Commissioning.. 5.5 Spares for 2 years Operation & Maintenance The payment for supply of spares for 2 years operation and maintenance shall be made on

receipt of the spares by HPCL. Spares to be supplied along with the dispensers. Bidder to confirm that the Spares have minimum three years shelf life

5.6 Third Party Inspection The payment for cost of third party inspection shall be made alongwith “Supply and Delivery

of Goods.”

10 % payment shall be deducted as Retention Money against each Running Bills or the successful bidder has to submit Performance bank guarantee of that amount.

6.0 DEFECT LIABILITY PERIOD : 12 MONTHS - The Defect Liability Period shall be

Twelve Months from the date of handing over after successful field trial runs and commissioning of the compressors. Vendor has to submit Performance bank guarantee of 10% of the order value or 10 % payment shall be deducted as Retention Money against each Running.

7.0 WATER AND POWER :

Water and Power required for the Work shall be arranged by the bidder at their own cost.

8.0 LABOUR :

Labour Camp shall not be permitted inside the Site premises.

Page 9: 650 scm.pdf

8

9.0 FREE ISSUE MATERIALS :

The responsibility of Safety and Security of the Materials and Equipment brought and installed by the Vendor at Site (till they are handed over to HPCL) will remain with the bidder and any claim of whatsoever nature due to loss or otherwise will not be entertained.

Page 10: 650 scm.pdf

9

INSTRUCTIONS TO BIDDERS 1. This is only a Price Enquiry and not an order. 2. Two Bid System

--------------------

Bidders are required to submit offer in two parts namely `Unpriced’ & `Priced”. Each part shall be submitted in separate envelope marked `Unpriced’ / `Priced’ as applicable. Both above envelopes (after duly sealed) are to be kept in a large common envelope and the same is to be submitted to us by the due date.

Tender documents to be returned/forwarded (duly signed by bidder) along with the tender will be as follows: No of copies to be submitted alongwith -------------------------------------- Sr. No. Document Unpriced Bid Priced Bid ------- ------------ ---------------- ------- 1. Technical specification with 1 Nil pamphlets, literature etc. 2. Agreed terms & Conditions 1 Nil (duly filled & signed) 3. Price details Nil 1

3. Validity --------- Quoted prices shall be valid for a period of 6 months from the due date/extended due date for placement of order.

4. If the Bidder is unable to meet our technical specification, they may quote for the closest

available substitute giving details of the same for HPCL consideration. DEVIATION FROM OUR SPECIFICATIONS SHOULD BE SPECIFICALLY BROUGHT OUT IN A SEPARATE STATEMENT.

5. Detailed literature along with pamphlets and performance curves as applicable shall be

attached to your offer. 6. Testing/Inspection :

---------------------- Equipment will be subject to inspection by HPCL / 3rd party as per the scope of inspection attached. Quoted prices shall include Bidder’s charges towards testing as per scope of inspection. Charges of 3rd Party Inspection charges should be included in the quoted rates. 7. Commissioning / Installation

Page 11: 650 scm.pdf

10

Wherever applicable, please indicate your commissioning / installation charges on lumpsum basis.

8. HPCL reserves the right to reject offers not meeting its Technical requirements and

commercial conditions.

9. HPCL reserves the right to accept any tender in whole or in part or reject any or all tenders

without assigning any reason. 10. HPCL shall not be bound to accept the lowest tender and reserves the right to accept any or

more tenders in part. Decision of HPCL in this connection shall be final.’ 11. Prices are to be quoted in the following format only :

1. Basic Price 2. Packing & Forwarding 3. Excise Duty 4. Sales Tax 5. Octroi & other charges 6. Freight charges on door delivery basis 7. Transit Indusrance 8. Total cost 9. Third Part Inspection Charges ) 10. Installation/Commissioning charges ) Quote Lumpsum only.

(wherever applicable) )

Page 12: 650 scm.pdf

11

GENERAL TERMS & CONDITIONS FOR FOREIGN VENDORS

1.1.1 Purchaser: Purchaser means Hindustan Petroleum Corporation Ltd having its registered

office at 17, Jamshedji Tata Road, Bombay – 400 020. The term purchaser includes successors and assigns of HPCL.

1.1.2 Vendor: Vendor means the person, firm or corporation to which this purchase order is

addressed. The term vendor includes its successors and assigns. 1.1.3 Goods: Goods means the articles, materials, supplies, drawings, data and other property

and all services including design, delivery installation, inspection testing and commissioning specified to required to complete this purchase order.

2.0 PRICES: 2.1 Firm price: Vendor shall confirm that quoted prices shall be firm and subject to no escalation

whatsoever, till complete execution of order. 2.2 Transit insurance: Prices quoted shall include freight charges by sea or by Air and

transit insurance charges up to CIF Mumbai, India 2.3 Bank Charges/stamp Duties/Taxes: (i) All Bank charges and stamp Duties payable in supplier’s country in connection with the

payments to be made under this purchase order shall be borne by the Vendor. All Banks charges and Stamp Duties payable in India shall be borne by the purchaser.

(ii) All taxes, duties and levies of any kind that may be payable up to the stages of putting the

material in CIF position shall be born by the Vendor. (iii) All taxes and duties payable in India on the materials shall be payable by the purchaser. 3.0 PAYMENT TERMS :

Full payment to the vendor shall be made through an irrevocable Letter of Credit. The Vendor shall furnish bank guarantees in the enclosed proforma for 10% order value valid for the guarantee period vide clause 10 for covering 10% performance Guarantee. In addition vendor shall furnish bank guarantee for 5% price reduction or Delayed Deliveries vide clause 6.3 here of. In case The 5% Bank Guarantee towards price reduction or delayed delivery, if returnable, shall be released upon satisfactory commissioning of the equipment.

4.0 VENDOR’S SALES CONDITIONS :

Vendor’s standard sales condition, if any, shall not be applicable to the offer and only the purchaser’s “General Purchase Conditions” shall apply with the exception deviation specifically agreed between the vendor and the purchaser and brought out in the Purchase Order.

5.0 IMPORT LICENCE:

Relevant particulars of the import licence shall be clearly indicated in the shipping documents and invoices as well as on the packages/ consignments.

Page 13: 650 scm.pdf

12

6.0 DELIVERY & DELAYS :

6.1 Contractual Delivery Date: Contractual delivery date is the date in which goods shall be delivered CIF Mumbai, India at the port or at the airport in accordance with purchase order.

6.2 Respect for Delivery Date: Time of delivery as mentioned in purchase order shall be the

essence of the contract and no variations shall be permitted except with the prior authorisation in writing from the purchaser.

6.3 Price Reduction Schedule for Delayed Delivery: In the event of delay on the part of the

vendor in effecting deliveries as agreed contractually, it will be at purchaser’s discretion to levy a reduction in price for delayed deliveries @ ½% of total order value per week of delay or part thereof subject to a maximum of 5% of the total value.

6.4 Causes of Force Majeure: Delivery dates will be extended to the vendor without being

subject to clause “Price Reduction schedule for “Delayed Deliveries” in the event of cause of force majeure within the contractual delivery periods only the following will be considered causes of force majeure: Acts of God (like earthquakes, floods etc.) Act of states the direct and indirect consequence of war (declared or undeclared), hostilities, national emergencies, civil commotion and strikes (only those vendor’s complete factory is affected). The vendor shall immediately inform the purchaser and consultant by registered and detailed letter supported by documentary proof at the beginning and end of all such impediments. It is understood that delivery dates will be extended only for the duration of the above mentioned impediments.

7.0 In case of Delivery schedule not being adhered to in progressing the manufacture or

supply the purchaser has the right to:

(i) Cancel the order wholly or in part-without any liability to cancellation charges and

procure the goods elsewhere, in which case the Vendor shall make good the difference between the cost of goods procured elsewhere and price set forth in the order with the vendor.

(ii) Hire for the period of delay goods meeting the specification from elsewhere at

Vendor’s cost.

In the event of rejection of non-conforming goods, the vendor shall be allowed to correct the non-conformities without extension in delivery period. If the vendor fails to do so within the stipulated time, the purchaser shall have the right to recover actual expenses incurred by purchaser in installing and removing the non conforming goods. This shall not prejudice the right of the purchaser for invoking the provisions of clause 6.3 on price reduction for delayed deliveries as afore said.

8.0 INSPECTION-CHECK /TESTING :

The materials or workmanship covered by the purchase orders are subject to inspection and testing at any time prior to shipment and or dispatch and to final inspection within a reasonable time after arrival at site.

Page 14: 650 scm.pdf

13

The materials shall be subject to INSPECTION by Agencies as mentioned in the requisition and the vendor shall also bear the expenses concerning preparation and rendering of tests required by such agencies nominated or Boiler inspectorate or such other statutory testing agencies or by Lloyds Register of Shipping / DNV /SGS / BVIS as may be required.

9.0 REVISIONS CHANGES & CANCELLATION :

The purchaser may make any revision or changes in purchase order including additions to the quantities ordered. The effect of terms & conditions may be settled through mutual agreement. Claim for adjustment must be made within 15 days of revision, cancellation being conveyed to the vendor. The purchaser may terminate the order at any time if the vendor does not adhere to any or all agreed terms & conditions. In such case the purchaser has the option to buy complete or incomplete components with or without verification/inspection at mutually agreed prices.

10.0 WARRANTIES/GUARANTEES :

The vendor shall warrant that the goods shall give required operational performance shall be suitable for the service intended and be of the quality specified or the best grade in case no quality is specified. The goods shall be guaranteed against any defects in design, materials workmanship and performance for a period of 24 months from the date of shipment or 12 months from the date of commissioning whichever is earlier. Should any defects develop within the Guarantee/warrantee period the same shall be remedied or the goods shall be replaced free of charge. All expenses incurred including those on transportation shall be borne by the vendor.

11.0 NON-ASSIGNMENT :

Any assignment of this purchase order or of any of the rights hereunder in any manner or under any certificates by operation of the law or otherwise shall be void without prior written consent of the purchaser.

12.0 PATENTS, VENDOR’S LIABILITY AND COMPLIANCE OF REGULATIONS :

Vendor shall protect and fully indemnify the purchaser from any claims for infringement of patents, copyright, trademark or the like.

Vendor shall also protect and fully indemnify the purchaser from any claims from vendor’s workmen/employees, their heirs, dependents representatives etc. or from any act of commission or omission while executing the order. Vendor shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely the purchaser from any claims/penalties arising out of any infringements.

13.0 SUBSTITUTION AND WRONG SUPPLIES :

Unauthorised substitution or materials delivered in error or of wrong description or of quality or supplied in excess quantity or rejected goods shall be returned to the vendor at the vendor’s cost and risk.

Page 15: 650 scm.pdf

14

14.0 ARBITRATION :

1. Disputes or difference arising out of or in relation to this agreement shall be settled by Arbitration in Mumbai India. The arbitration shall be by a Sole Arbitrator appointed by HPCL. The Sole Arbitrator will adjudicate the disputes and differences between the parties except those in respect of which the decision of any person is by the agreement expressed to be final and binding.

2. In the event of the Sole Arbitrator to whom the matter is originally referred to, is unable to act

or he/she vacates the office, HPCL, shall nominate another Sole Arbitrator to settle the said disputes and differences.

3. The second Sole Arbitrator shall be entitled to proceed with the arbitration from the stage at

which it was left by his/her predecessor.

4. The award of the arbitrator shall be final, conclusive and binding on all the parties to the agreement subject to the provisions of the Arbitration & Conciliation Act, 1996, as in force in India and the rules made thereunder and for the time being in force. This agreement shall be covered by the laws of India.

5. The award shall be made in writing and shall be published by the Sole Arbitrator within six

months after entering upon reference or within such further time mutually extended by the parties. The Sole Arbitrator shall have power to order and direct the parties to abide by, observe and perform such directions as the Sole Arbitrator may think fit and proper to issue having regard to the fact that the arbitration proceedings have to be completed within the specified period solely on the principles of Natural Justice.

6. The Sole Arbitrator shall be at liberty to appoint, if so necessary, any Accountant or Engineer

or other person to assist him/her and act by the opinion so taken.

7. The Sole Arbitrator shall have powers to make one or more awards whether interim or otherwise in respect of the disputes and differences, and in particular, shall make separate awards in respect of each claim or cross claim of the parties.

8. The Sole Arbitrator shall be entitled to direct any of the parties to pay the cost of arbitration

in such a manner and to such an extent as the Sole Arbitrator may in his discretion determine and shall also be entitled to require one or both the parties to deposit funds in such proportions to meet the arbitration expenses. The parties to arbitration, whenever called upon to do so, shall be bound to comply with such directions without any demur.

9. Notwithstanding anything contained to any other law, the parties hereby agree that the

courts in the city of Mumbai alone shall have jurisdiction in respect of all or anything arising under this agreement and any award(s) made by the Sole Arbitrator hereunder shall be filed in the court in the city of Mumbai only.

15.0 PACKING :

15.1 Packing should be capable to withstand rough sea weather for a minimum period of 4 to 6 months and should be commensurate with best commercial export practices. All packing shall be done in such a manner as to reduce volume as much as possible. Fragile articles should be adequately packed with special packing materials depending on type of materials.

Page 16: 650 scm.pdf

15

15.2 All delicate surface of equipment/material should be carefully protected and painted with protective paint/compound and wrapped to prevent rusting and damage.

15.3 All mechanical and electrical equipment and other heavy articles should be securely fastened to the bottom of the case and shall be blocked and braced to prevent movement.

15.4 Attachments spare parts of equipment and all small pieces shall be packed separately in wooden cases with adequate protection inside the case and whenever possible should be sent along with the main equipment. Each item shall be tagged so as to identify it with the main equipment and part number and reference number shall be indicated.

15.5 All protrusions shall be suitably protected and opening shall be blocked by wooden covers.

15.6 Wherever required, equipment/materials shall be packed in polyethylene bags and silica gel or similar dehydrating compound shall be put inside the bags to protect them.

15.7 Pipes/tubes made of stainless steel, copper etc. shall be packed in wooden cases irrespective of sizes.

15.8 The supplier shall be held liable for all damages of, breakages to the goods due to the defective or insufficient packing as well as for corrosion due to insufficient packing.

15.9 Detailed packing list in waterproof envelope shall be inserted in each package together with equipment/material. One copy of “Detailed Packing List” shall be fastened outside of the package in waterproof envelope and covered by metal cover.

15.10 Bidder should furnish requiste Phyto sanitary certificate for the packing material used.

16.0 MARKING: 16.1 Each package shall be marked on three sides with proper paint/indelible waterproof inks as

follows along with location address:

PURCHASE ORDER NO. NET WEIGHT……KGS. GR. WAT….KGS. DIMENSIONS……X …..X…..CMS PACKAGE NO. (SL. No. of total packages),

TAG/ITEM NO… COUNTRY OF ORIGIN,

SHIPPER’S NAME 16.2 Additional marking such as “handle with care” “this side“ up “fragile“ or any other additional

markings indicating for protection and safe handling shall be added depending on the type of materials. All cases will have warning signs on the outside denoting “Centre of Gravity” and Sling Mark.

Page 17: 650 scm.pdf

16

Letters, figures, marks etc. used for marking shall be stencilled printed. Handwriting should be avoided as far as possible. Size of letter shall be optimum for each package dimensions. In case of bundles or other packages wherever marking cannot be stencilled the same shall be embossed on metal or similar tag and wired securely at minimum two convenient points.

17.0 SHIPPING / AIR FREIGHT: All Shipping arrangement including ship freight / Air Freight will be made by the supplier. All shipment of materials shall be made by First class direct vessels or all Air Freight shipment shall be arranged by the supplier.

18.0 DOCUMENTATION :

18.1 All documents shall be in English language.

18.2 Documents required before shipment :

Seventy five (75 ) days before the contractual delivery date, proforma, packing lists and sketches of over dimensioned cargo shall be air mailed as follows :

HINDUSTAN PETROLEUM CORPORATION LIMITED CHIEF MANAGER – AUTO LPG & CNG, HINDUSTAN BHAWAN 8, S.V. MARG, BALLARD ESTATE MUMBAI 400 001.

The over dimension cargo shall mean any package exceeding any of the following limits :

Weight 20 MT Length 13.716 Metres Width 2.997 Metres Height 2.743 Metres

18.3 Documents required after shipment :

The supplier shall air-mail the shipping documents stated herein below as quickly as possible after the shipment has been made so that the same are received at least two weeks prior to the arrival of vessel at destination port.

The supplier shall be fully responsible for any delay and or demurrage that may become payable at destination port on account of delay in transmittal of shipping documents.

Copy of Documents To HPCL (Mumbai)

a) Bill of lading 4 b) Commercial invoice 4 c) Detailed packing list 4 d) Freight Memo 2 e) Test certificate 2 f) Certificate of origin 2 g) Certificate of measurement & weight 2 h) Catalogue and/or drawing - i) Payment Certificate 2

Page 18: 650 scm.pdf

17

(amount received by vendor)

Note: In addition to above, complete set of documents are required to be sent to (purchaser) through bank in terms of Letter of Credit.

18.4 Bill of Lading : Bill of Lading shall be Clean on Board Ocean Bill of Lading made in favour of HPCL as per the address given above.

18.5 Commercial Invoice:

Commercial invoice shall inter alia indicate (i) Purchase Order No. (ii) Import Licence numbers and (iii) Country of origin. Besides, the cases in the invoice shall be in conformity with order.

18.6 Packing List:

Packing list must show apart from other particulars actual contents in each case, net and gross weights and dimensions and the total numbers of packages.

19.0 SHIPPING ADVICE:

Within 24 hours after shipment, the supplier shall send shipping advice by way of telex/ cable/ fax to: HPCL, CHIEF MANAGER – AUTO LPG & CNG, HINDUSTAN BHAWAN, 8, SHOORJI VALLABH DAS MARG, BALLARD ESTATE, MUMBAI – 400 001 Fax 91 22 2261 00 71 Giving particulars of the shipment, vessel’s name, port of shipment. Bill of Lading number and date, contents in brief, purchase order number. Total F.O.B. and freight values number of packages and total gross weight.

20.0 Drawings, specifications and details shall be the property of the purchaser and shall be returned by the vendor on demand. The vendor shall not make use of drawings and specifications for any purpose at any time save and except for the purpose of the purchaser. The vendor shall not disclose the technical information furnished to or gained by the vendor under or by virtue of or as a result of the implementation of this purchase order to any person, firm or body or Corporate authority and shall make all endeavours to ensure that technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the vendor by the purchaser shall at all times remain the absolute property or purchaser. For detailed Technical specifications refer Attachment.

21.0 ADDRESSES: HINDUSTAN PETROLEUM CORPORATION LIMITED CHIEF MANAGER – AUTO LPG & CNG, HINDUSTAN BHAWAN 8, S.V. MARG, BALLARD ESTATE MUMBAI 400 001.

Page 19: 650 scm.pdf

18

AGREED TERMS AND CONDITIONS (FOREIGN VENDORS)

1. This questionnaire must be filled in against all serial nos. and enclosed with the unpriced

offers. Non submission or submission of incomplete questionnaire may lead to rejection of the offer.

2. All commercial terms except the deviations to GPC must be given in this questionnaire itself

and not elsewhere in the quotation. In case of contradiction, the terms given below shall prevail. The deviations to GPC if any must be listed in a separate annexure.

------------------------------------------------------------------------------------------------------------ S. No. Description Vendor’s Confirmation With details. ------------------------------------------------------------------------------------------------------------ 1. i) Acceptance of technical specifications and scope of supply as per attached requisition.

ii). In case of deviation, confirm that the same has been highlighted separately

2. Confirm that data sheets/ technical questionnaire

dully filled in are attached, wherever required in requisition.

3. Confirm that the offer contains. Firm unit and total

prices SEPARATELY on C.I.F Mumbai, India basis.

4. Indicate Earliest firm C.I.F ( Cost Insurance &

Freight ), Mumbai, India delivery period. 5. Confirm that the quoted prices are valid for

acceptance up to six months from the final due date of the enquiry.

6. Indicate manufacturer’s name and

Address. ------------------------------------------------------------------------------------------------------------ S. No. Description Vendor’s Confirmation with details ---------------------------------------------------------------------------------------------------- 7. Confirm that the itemized specific charges for 3rd

party inspection like Lloyd’s / SGS / BVIS / DNV have been included in the Priced Bid.

Page 20: 650 scm.pdf

19

8. Indicate the country of origin of goods offered. 9. Confirm that the quoted prices are in the currency

of country of origin of goods.

10. Indicate Quantity discount/Trade discounts/Special project discount, if applicable.

11. Confirm that the spare parts for two years normal

operation and maintenance have been quoted on C.I.F ( Cost, Insurance and Freight ), Mumbai, India.

12. Confirm utility requirements, wherever applicable,

are given in offer. 13. Confirm customer references are given in offer. 14. Confirm complete technical / catalogues are being

submitted along with offer. 15. Indicate Shipping weight (net and gross) 16. Confirm acceptance in toto of the terms and

conditions of our “General Purchase Conditions for Imports (GPC)” sent with Enquiry Documents.

------------------------------------------------------------------------------------------------------------ S. No. Description Vendor’s Confirmation with details ------------------------------------------------------------------------------------------------------------ 17. Confirm that the quoted prices shall remain firm

and fixed till complete execution of order. 18. Confirm acceptance to part order (however,

individual quantities will not be split). 19. Confirm acceptance of price reduction schedule for

delay in deliveries specified in GPC/Enquiry Documents.

20. Confirm goods to be supplied by you shall be

guaranteed for performance as per the GPC/Enquiry Documents.

Page 21: 650 scm.pdf

20

21. Confirm acceptance of 100% payment through irrevocable Letter of Credit against dispatch documents through Bank and against furnishing performance Bank Guarantee as per attached terms & conditions (valid till expiry of materials equipment guarantee period).

22. Letter of Credit shall be opened through a Govt. of

India Bank and hence need not be confirmed. However, if you still insist, confirmation charges shall be to your account.

23. Prices quoted must include freight and transit

insurance charges up to C.I.F , ( Cost, Insurance & Freight) Mumbai, India must be included by you in your prices.

----------------------------------------------------------------------------------------------------------- S. No. Description Vendor’s Confirmation with details ------------------------------------------------------------------------------------------------------------ 24. All Bank charges and stamp duties payable

outside India in connection with payments to be made under this Purchase order shall be borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser.

25. All taxes duties and levies of any kind payable

up to C.I.F, Mumbai, India 26. Direct offer without the intermediary of an Indian

Agent will only be considered. Please confirm that your offer does not include any Indian Agent/Agency commission.

27. Please indicate name and address of your

Bankers. 28. All correspondence must be in ENGLISH language

only. 29 Whether the possibility for obtaining financial

assistance/ Credits from overseas suppliers? a. Please indicate the details of the terms and

conditions under which such credits would be available and also enclose a copy of the official document offering such credits as well as the procedure for availing the credit.

b In case the above credits are not available for full value of the tender, please indicate the percentage up to which the credits are available.

Page 22: 650 scm.pdf

21

c. In case any financing fee/ commission is payable

by the purchasers over and above the interest rate, please specify and give details.

.

Name: SELLERS OFFER NO Designation

Office stamp

Page 23: 650 scm.pdf

22

PROFORMA OF BANK GUARANTEE

(All foreign bank guarantees will be confirmed by a bank located in India acceptable to the Corporation)

To, Hindustan Petroleum Corporation Ltd 17 Jamshedji Tata Road P.O. Box No.11041 Bombay – 400 020. Dear Sirs, In consideration of the Hindustan Petroleum Corporation Ltd., (hereinafter called The Company which expression shall include its successors and assigns) having awarded to M/s. (Name)___________________________________(constitution)______________________ (address)______________________________________________________________(hereinafter referred to as “the Supplier” which contract in terms inter alia, of the Company(s) letter No. ________________dated_________ and the General Purchase Conditions of the company and upon the condition of supplier’s furnishing security for the performance of the supplier’s obligations and /or discharge of the supplier’s liability under and/or in connection with the said supply contract up to a sum of (in figures)________________ (in words)________________________ __________only) amounting to ___% (______ percent) of the total contract value. We, (name)______________________________(constitution)_______________ ________________________________(hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to payment to the Company in (currency) forthwith on demand in writing and without protest or demure of any and all moneys anywise payable by the Supplier to the Company under, in respect of or in connection with the said supply contract inclusive of all the Company’s loss and expenses and other moneys anywise payable in respect of the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee up to an aggregated limit of (in figures)_____________(in words) __________________ _____________________________ only). AND the Bank hereby agrees with the Company that: i. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain

valid and irrevocable for all claims of the Company and liabilities of the Supplier arising upto and until midnight of _____________ _____________.

ii. This Guarantee/Undertaking shall be in addition to any other guarantee or security

whatsoever that the Company may now or at any time anywise have in relation to the Suppliers obligation/liabilities under and/or in connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion and no failure on the part of the Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its full liability hereunder.

iii. The Company shall be at liberty without reference to the Bank and without affecting the full

liability of the Bank hereunder to take any other security in respect of the Supplier’s obligations and or liabilities under or in connection with the said supply contract and to vary the terms vis-a-vis the Supplier of the said supply contract or to grant time and/or indulgence

Page 24: 650 scm.pdf

23

to the supplier or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forebear from enforcement or any of the obligation of supplier under the said supply contract and or the remedies of the Company under any other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s), increase(s) or other indulgence(s) or arrangement(s) with the supplier of release of forbearance whatsoever shall have the effect or releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the company against the Bank

iv. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding

up dissolution, or change of constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof.

v. This Bank hereby waives all rights at any time inconsistent with the terms of the

Guarantee/Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason or any dispute or disputes having been raised by the supplier(whether or not pending before any Arbitrator, Officer Tribunal or Courts, or any denial of liability by the supplier or any other order of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the company by the Supplier or as suffered or incurred by the Company on Account of any losses of damages of costs, charges and/or expenses shall be as between the Bank and the company be conclusive of the amount so liable to be paid to Company or suffered or incurred by the Company as the case may be and payable by the Guarantee to Company in terms hereof.

Page 25: 650 scm.pdf

24

TERMS AND CONDITIONS FOR ANNUAL OPEARTION & MAINTENANCE OF CNG

COMPRESSOR NDER ANNUAL MAINTENANCE CONTRACT The vendor must the follow the OPERATION & MAINTENANCE REQUIREMENT as stated below but not limited to and ensure to provide trouble free services as defined in the tender documents.

1.0 Accommodation/transportation/medical

The vendor shall make his own arrangement for the accommodation of his personnel at respective locations and subsequent transportation arrangement for them from their place of residence to work place or any other place as required and company shall have no obligation in this respect. The company shall not be responsible for providing any medical assistance to the vendor personnel.

2.0 Discipline:

The vendor shall be responsible for the discipline and good behaviour of all his personnel deployed in the services contracted out and should any complaint be received against any of his employee, he shall arrange to replace such persons within 24 hours of notice issued by the Engineer-in-Charge. The decision of the Engineer –in-Charge in this matter shall be final and binding on the vendor.

3.0 Gate pass/identity card

The contract shall arrange to supply / renew identity card to his workforce at his own cost, if so required by HPCL for security or for any other reasons. The vendor’s personnel shall be required to carry their respective identity cards while on duty and produce on demand.

4.0 Right to get services carried out through other agencies

Nothing contained herein shall restrict HPCL from accepting similar service from other agencies, at its discretion and at the risk and cost of the vendor, if the vendor fails to provide the said services any time.

5.0 Sub-letting of contract

No part of this contract nor any share or interest therein in any manner or extent, will be transferred or assigned or sub-let, directly or indirectly to any person/firm or organisation without prior permission of HPCL.

6.0 Compliance of laws

The vendor deploying 20(twenty) or more workmen as contract labour shall have to obtain license from appropriate licensing authority, if required. The vendor (which shall include the Contracting firm / company) shall be solely liable to obtain and to abide by all necessary licenses from the concerned authorities as provided under the various labour laws legislation’s including labour license from the competent authority under the Contract Labour (“Regulation & Abolition”) Act 1970 and Acts made thereafter. The vendor shall be responsible for necessary contributions towards PF, Family Pension, ESIC or any other statutory payments to Government Agencies as applicable under the laws

Page 26: 650 scm.pdf

25

in respect of the contract and personnel deployed by the vendor for rendering services to HPCL and shall deposit the required amount with the concerned statutory authorities on or before due dates. The vendor shall obtain a separate PF number from the concerned Regional Provident Fund Commissioner and submit necessary proof of having deposited the employees as well as the employer’s contribution to the Provident Fund. The vendor shall not engage /deploy any person of less than 18 years of age under this contract and the persons to be deployed should be physically and mentally fit. The installations where job is to be carried out are live ( in operation ) and have hydrocarbon environment. Vendor shall comply with all safety and security rules and regulations and other rules laid down by HPCL for its operation. It shall be the duty/responsibility of the vendor to ensure the compliance of fire, safety, security and other operational rules and regulations by his personnel. Disregard to these rules by the vendor’s personnel will lead to the termination of the contract in all respects and shall face penal / legal consequences.

The vendor shall arrange for insurance of all his workers engaged on the job as per the relevant Acts, rules and regulations, etc. In case by virtue of provisions of worker’s compensation Act, 1923 or any other law in force. HPCL has to pay compensation for a workman employed by the vendor due to any cause whatsoever the amount so paid shall be recovered from the dues payable to the vendor and /or security deposit.

7.0 The officer in charge shall have power to

i) Issue the vendor from time to time during the running of the contract such further instructions as shall be necessary for the purpose of proper and adequate execution of the contract and the vendor shall carry out and bound by the same.

ii) During the currency of this contract, HPCL can increase and/or decrease the number of the services / technicians to meet contractual requirements.

iii) Order the vendor to remove or replace any workman whom the company considers incompetent or unsuitable and opinion of the company representative as to the competence of any workman engaged by the vendor shall be final and binding on the vendor.

8.0 Repatriation and termination

HPCL shall reserves the right at any time during the currency of the contract, to terminate it by giving 30 days notice to vendor, and upon expiry of such notice period the vendor shall vacate the site/office occupied by him immediately.

9.0 Indemnity agreement

Vendor shall exclusively be liable for non-compliance of the provision of any act, laws, rules and regulations having bearing over engagement of workers directly or indirectly for execution of work and the vendor hereby undertake to indemnify the company against all actions, suits, proceedings, claims, damages demands, losses, etc. which may arise under minimum wages act, payment of wages act, workman compensation act, personnel injury (compensation insurance) act ESI Act, Fatal Accident Act, Industrial Dispute Act, Shops and Establishment Act, Employees Provident Fund Act, Family Pension and deposit Linked Insurance Scheme or any other act or statutes not herein specifically mentioned but having direct or indirect application for the persons engaged under this contract. (An undertaking to this effect shall be submitted by the vendor immediately on receipt of LOI).

10.0 Non Fulfillment of obligation during guarantee period and under Annual Maintenance Contact (AMC)

Page 27: 650 scm.pdf

26

During the warranty period of 1 year and 2 years post guarantee period (AMC), the vendor must ensure that the compressor is available for a minimum of 18 hours a day and 365 days a year for performing the required services as defined in the tender document. The timing of 18 hours will be defined by HPCL. The penalty clause and O&M charges will come into force immediately after successful performance test as defined in the tender. In case of any complaint regarding non-fulfillment of any obligation under the contract, HPCL reserves the right to withhold payment to the vendor, and out of such amount and including the security deposit held, make such payment as it may consider necessary for smooth and unhindered working of the contract.

11.0 Vendor’s responsibility

The vendor shall depute his Supervisor for supervision of the services to receive instructions from Engineer-in-Charge or his representative.

12.0 Employment liability of vendor

The vendor shall ensure and will be solely responsible for payment of wages and other dues latest by 7th of the following month to the personnel deployed by him in the presence of the Company’s representative. The vendor shall be directly responsible and indemnify the company against all charges, claims, dues etc. arising out of disputes relating to the dues and employment of personnel deployed by him. The vendor shall indemnify the company against all losses or damages caused to it on account of acts of the personnel deployed by the vendor. The vendor shall ensure regular and effective supervision of the personnel deployed by him. The vendor shall be liable for making good all damages/losses arising out of loss or theft of each handled, leakage, pilferage of any office, furniture equipment fitting and fixtures what-so-ever as may be caused directly or indirectly by the engaged persons through him/work carried out by them.

13.0 General

The operation and maintenance services shall be provided in terms of shift pattern on the round the clock basis as mentioned in the tender document. i) The vendor shall deploy adequate number of technicians / supervisors/ Engineers /

helpers ( minimum one technician in each shift of 8 hours and a leave relief ) as well as tools & equipment for smooth and proper operation & maintenance of the compressors supplied in terms of the contract. In case required to meet operational requirements, the vendor shall augment the same as per direction of Engineer –in-Charge.

ii) The vendor is required to carry out all services as mentioned in the Scope of

Services and Schedule of Rates on all the 365 days including Sunday and all Holiday`s & round the clock.

iii) The vendor shall allow weekly rest and daily working hours to his workmen as per

the relevant Act/Law/and Rule made there under. However, no work shall be left incomplete/unattended on any holiday/weekly rest. Technician/operators provided shall have minimum qualification of ITI. Contractor in person or his authorised

Page 28: 650 scm.pdf

27

representative shall provide the services on daily basis to interact with Engineer-in-charge and deployed workmen

iv) The work force deployed by the vendor for O&M services at CNG installation shall be

of sound relevant technical professional expertise which is otherwise also essential from the safety point of view of the personnel of the vendor as well as for the installation.

v) Vendor has to ensure the safety of man and machine all the times. Damages of

equipment due to negligence will be recovered as per the decision of Engineer-in-Charge, which will be final.

vi) Regarding work completion, the decision of the Engineer-in-Charge will be final and

binding.

vii) The vendor shall make his own arrangements to provide all facilities like boarding and transport etc. to his workmen.

viii) All personnel of the vendor entering on work premises shall be properly and neatly

dressed and shall wear uniform, badges while working on premises of the company including work sites.

ix) Vendor shall maintain proper record of his working employee’s attendance and

payment made to them. x) The vendor’s representative/supervisor shall report daily to the Shift-in-Charge for

day to day working. xi) All the safety rules and regulations prevailing and applicable from time to time at the

installations as directed by HPCL will be strictly adhered to by the vendor. xii) The rates quoted by the bidder must be inclusive of all the taxes, duties, services tax,

work contract tax and any other levies, vendor’s share of P.F. and insurance charges, vendor’s profit and any other expenditure etc.

xiii) It will be the responsibility of the vendor to pay as per the minimum wages of the

appropriate government applicable under the Minimum Wage Act 1948. xiv) The services shall be provided in terms of shift pattern on the round the clock basis.

The vendor is responsible to provide effective and efficient services in all shifts and ensure that there is no disruption in the services for want of any resources.

xv) The vendor shall establish a central control room to operate 24 hours, seven days a

week where complaint regarding non-performance of the compressors in terms of the contract can be lodged. Further, the vendor shall deploy adequate number of technicians/ supervisors / engineers at various site offices in consultation with Engineer-in-Charge to provide trouble free operation & maintenance of the compressors.

xvi) All arrangements for communication from control room to the contract person

working on job under the services shall be the responsibility of the vendor, viz pagers / walky-talky.

xvii) All the jobs mentioned under scope of services shall be carried out as per sound

engineering practices, work procedure documentation, recommendation of the

Page 29: 650 scm.pdf

28

manufacturer and as per the guidelines/direction of engineer-in-charge or authorized representative

14.0 Maintenance of Compressor Package during one year warranty period and 2 years post warranty period.

14.1 Scope of supply during one year warranty period

All spares, consumables, lubricants oil, coolant, sealant etc. required for carrying out the Operation and maintenance of the complete compressor package during the warranty period, including periodic, breakdown maintenance for continuous and uninterrupted operation of the Compressor Package shall be in scope of the bidder and shall be kept in stock. Electricity shall be supplied free of cost to the bidder.

14.2 Scope of supply during 2 years post warranty period.

Spare parts (out of the spares parts purchased for 2 years normal O&M period) shall be supplied free of cost to the bidder by owner. Any spare parts required during 2 year O&M service which are not recommended by the bidder in the list of spares for 2 years normal O&M services shall be supplied by the bidder free of cost. All the consumables, lubricants, lubricating oil, coolant, sealant, manpower etc. required for carrying out the Operation & Maintenance of the complete compressor package during the warranty period including periodic, breakdown maintenance for continuous and uninterrupted operation of the Compressor Package shall be in scope of the bidder and shall be kept in stock. Electricity shall be supplied free of cost to the bidder :

14.3 Scope of Services

The bidder shall have to keep all the spares, consumables, lubricants, coolant etc. required for carrying out periodic, breakdown, emergency maintenance etc. of the package so as to minimize the down time of the compressor. Non-availability of compressor package for non-availability of spares shall be liable for compensation.

14.3.1 All tools, tackles and fixtures required for carrying out the above maintenance of the compressor shall be in scope of the bidder. The scope will also include handling equipment like crane, forklift, chain pulley block etc. required during the any maintenance activity.

14.3.1.1 Any expert services required from principal company or OEM shall be arranged by the supplier or his agent at his own cost. All arrangements like phone, fax, computer, internet etc. required for correspondence with above personnel shall be arranged by the bidder.

14.3.2 The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The bidder shall provide the detailed preventative maintenance schedule alongwith :

a) Estimated down time required for each type of maintenance schedule. b) List of spares and their quantities required for each type of maintenance schedule

per compressor.

Page 30: 650 scm.pdf

29

c) Type and number of mandays required for each type of maintenance schedule per compressor.

The bidder shall plan such maintenance during non-peak hours and in consultation with the Engineer-in-charge (EIC) of HPCL. Any Maintenance that needs to be taken up shall be well planned in advance with due approval of the EIC.

14.3.3 The bidder shall use only OEM’s certified spares during maintenance. In case the schedule maintenance of the OEM manual recommends to check and replace parts like valve spring, valve plates, piston rings, etc. after certain time interval, same shall be replaced or used further only on approval from the HPCL representative. However, any unto – ward consequences for non-replacement of such parts shall be the responsibility of the bidder.

14.3.4 All routine and periodic checks / inspections required to be done as per OEM recommendation shall be done by the bidder. Instruments required for above inspection like vernier caliper, micrometer, screw gauge, fill gauge, bore gauge etc. shall be in scope of the bidder and these instruments shall be calibrated every year.

14.3.5 All parts replaced by the bidder during the above contract period shall be properly packed and handed over to HPCL on replacement.

14.3.6 The supplier shall submit a copy of the daily / weekly / fortnightly / monthly / bimonthly / quarterly and yearly performance report to the EIC in both soft and hard form. All stationary including the printed materials shall be in scope of the bidder.

14.3.7 All the maintenance / inspection job carried out by the bidder shall be recorded and the report of the same shall be jointly signed by HPCL representative.

14.3.8 The EIC will be final authority to take decision with regards to maintenance or replacement of parts or any disagreement between the bidder and HPCL during the execution of the contract.

14.3.9 The bidder shall carryout calibration of gas detectors and flame detectors every sixmonths or earlier as per requirement or instruction of EIC of HPCL. Also yearly calibration of all instruments such as pressure gauges, transmitters, switches, mass flow meters, etc shall be in the scope of the bidder. In addition to the above all safety relief valves shall also be tested and calibrated every year.

Calibration shall be done from government approved laboratories and shall be carried out at least 15 days prior to the calibration due date. The bidder shall keep 1 set of safety relief valves in spare for the purpose of calibration

The bidder shall carry out retesting of pressure vessels periodically as per Gas Cylinder rules 1981 or Static & Mobile Pressure Vessels Rules.

The Periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The bidder shall plan such maintenances during non peak hours and in consultancy with the EIC of HPCL. Any maintenance that needs to be taken up shall be well

Page 31: 650 scm.pdf

30

planned in advance with dye approval of the EIC. The scope shall include preparation of maintenance schedule for carrying out the maintenance during the contract period.

14.3.11 In case, the schedule maintenance of the OEM manual recommends to check and replace parts like valve spring, valve plates, piston rings etc. after certain time interval, same shall replaced in the presence of HPCL representative.

Page 32: 650 scm.pdf

31

TECHNICAL SPECIFICATIONS

C O N T E N T S SL. NO. DESCRIPTION 1.0 GENERAL 2.0 UTILITIES AND BATTERY LIMITS 3.0 EQUIPMENT QUALIFICATION CRITERIA 4.0 BASIC DESIGN 5.0 ELECTRICS 6.0 INSTRUMENTATION 7.0 CABLING 8.0 INSPECTION AND TESTING 9.0 PERFORMANCE GUARANTEE 10.0 PAINTING AND PROTECTION 11.0 ERECTION, TESTING AND COMMISSIONING AT SITE 12.0 FIELD TRIAL RUN 13.0 SPARE PARTS, SPECIAL TOOLS & TACKLES 14.0 DATA AND DRAWING TO BE SUBMITTED BY BIDDER 15.0 OPERATION & MAINTENANCE OF COMPRESSOR UNDER ANNUAL

MAINTENANCE CONTRACT 16.0 MAINTENANCE OF COMPRESSOR FOR MOTHER STATION DRAWING AND DATA REQUIRED FROM VENDOR GUARANTEED PARAMETERS ELECTRIC MOTOR DRIVEN COMPRESSOR NATURAL GAS COMPOSITION GAS QUALITY SPECIFICATION CHECKLIST – SCOPE OF SUPPLY DATASHEET – COMPRESSOR DATASHEET – COMPRESSOR MOTOR DATASHEET – GAS DETECTION SYSTEM DATASHEEET – UV FIRE DETECTION SYSTEM OPERATING CONDITION : SUCTION PRESSURE 14 KG/CM2 OPERATING CONDITION : SUCTION PRESSURE 16 KG/CM2 OPERATING CONDITION : SUCTION PRESSURE 19 KG/CM2 EXPERIENCE RECORD PROGRAMME OF ELECTRIC MOTOR DRIVEN COMPRESSOR PERFORMANCE RECORD OF ELECTRIC MOTOR DRIVEN COMPRESSOR DATASHEET – INSTRUMENTATION & CONTROLS FOR COMPRESSOR DEVIATIONS TO THE SPECIFICATION ANNEXURE – I : LIST OF MANDATORY SPARES (FOR 650 SCMH COMPRESSOR PACKAGE) ANNEXURE – II : LIST OF MANDATORY SPARES FOR TENDERED QUANTITY (FOR 650 SCMH COMPRESSOR PACKAGE) ANNEXURE – III : LIST OF ADDITIONAL SPARE PARTS OVER & ABOVE MANDATORY SPARES AS RECOMMENDED BY BIDDER (FOR 650 SCMH COMPRESSOR PACKAGE) SAMPLE FOR FILLING MANDATORY SPARES (FOR 650 SCMH COMPRESSOR PACKAGE)

Page 33: 650 scm.pdf

32

TECHNICAL SPECIFICATIONS

1.0 GENERAL Hindustan Petroleum Corporation Ltd (HPCL) is expanding the CNG distribution

network in Ahmedabad city for refuelling of vehicles with CNG. The Compressor is required for online CNG Stations.

1.1 SCOPE OF WORK

This specification along with applicable codes as referred describe the minimum requirements for design, engineering, manufacturing, inspection, testing, supply including packaging, forwarding, package performance test at Bidder’s shop, supply, erection & commissioning at site of “Electric Motor Driven Reciprocating Gas Compressor Package” as required for dispensing CNG to vehicles at CNG station in Ahmedabad, State of Gujarat, India . Various parts of this specification shall be read in conjunction with each other and in case in where the different parts of this specification differs the more stringent requirement shall govern.

Any additional work / equipment or technical requirement not mentioned in the

specification but required to make the offered system complete in accordance with the specification and for safe and proper operation, shall be deemed to be included in the scope of work by the bidder.

1.2 CODE AND STANDARDS

The design, construction, manufacture, supply, testing and other general requirement of the compressor package equipment shall be strictly in accordance with the datasheet, applicable API codes and shall comply fully with relevant National / International Standards, Indian Electricity Act, Indian Electricity Rules, regulations of Insurance Association of India and Factories Act while carrying out work as per this specification.

Any modification suggested by the statutory bodies either during drawing approval or during inspection, if any, shall be carried out by the bidder without any additional cost and delivery implications.

The following codes and standards (versions / revisions valid on the date of order) are referred to and made part of specification.

API –11P, Second Edition NZS–5425, API-618 NFPA –37, OISD 179, NFPA-52 : 1995 or equivalent ANSI, ASTM, NEC, NEMA Indian Electricity Rules, Indian Explosives Act.

1.3 PRECEDENCE

In case of any conflict among various documents the most stringent norms of the following documents to be followed :

1. Datasheets/ drawings

Page 34: 650 scm.pdf

33

2. This Technical Specification 3. International standards / codes as applicable 4. Indian Standards / Codes applicable

Compliance with this specification shall not relieve the bidder of the responsibility of furnishing equipment and accessories of proper design, material and workmanship to meet the specified operating conditions.

No deviations to the technical requirements and to the scope of supply specified in this enquiry document shall normally be accepted and offers not in compliance to the same shall be rejected summarily. In case a deviation is required due to inherent design of the equipment offered, the bidder shall list all such deviations at one place giving reasons thereon.

1.4 DOCUMENTS/DATA REQUIRED ALONG WITH BID

Bidder shall necessarily furnish the following along with the bid without which the offer shall be considered incomplete:

a. Proven Track Record Formats duly filled in b. Checklist duly filled in with regards to scope of supply c. Completely filled in Data Sheets of compressor, Electric motors d. Deviations if any to this Technical Specification e. Tentative Lay out / key plan/ General Arrangement indicating size of skids,

center distance between skids and space required along with maintenance requirements

f. (a) Utilities requirements (b) Electrical Load summary g. Catalogues of compressor, engine, instrumentation items.

1.5 SCOPE OF SERVICES Engineering, design and manufacturing. Procurement of raw materials etc. from sub-vendors. Preparation of documentation for design approval by purchaser/consultant. Inspection and testing as per T.S. Surface preparation, protective coating and painting as per T.S. Packaging for transportation to site and supply. Erection testing & commissioning as per T.S. Field trial run and performance test at site. Post commissioning maintenance

Page 35: 650 scm.pdf

34

1.6 SCOPE OF SUPPLY FOR EACH COMPRESSOR PACKAGE The Scope of Work be :

(i) Supply, erection, testing, erection and commissioning of six nos. 650 SCM/Hr capacity at 16 Kg/Sqcm inlet pressure with compressor capable of operating at inlet pressure from 14 to 19 Kg/ Sqcm capacity Electric Motor Driven Compressor for CNG Mother Station as per the technical specifications attached. ( HPCL reserves the right to decrease the no. of compressors before placing the PO).

(ii) Operations & Maintenance of the Compressors during the first year after commissioning as per technical specifications attached. The job includes all consumables ( except electric power ), manpower and spares.

(iii) Operations & Maintenance of the Compressors for two years after the initial first year under guarantee period as per technical specifications attached. The job includes all consumables ( except electric power ) and manpower. The spares will be supplied by HPCL from the spares purchased for the two year trouble free operations. Any other spares required will be supplied free of cost. Please note that the rates quoted for Operations, Maintenance and Repairs for two year period after the expiry of the first year guarantee period will taken for commercial evaluation of the bid. However, a separate Purchase Order will be placed for it after the expiry of the guarantee period.

(iv) Supply of spares for two years trouble free operations along with the supply of the compressor. Bidder to confirm that the Spares have minimum three years shelf life.

(v) Training to HPCL Engineers/ Operating staff. Each compressor Package to operate on suction pressure range of 14 to 19 Kg/ Sq cm and shall be complete with:

- Lubricated or non-lubricated two throw balanced opposed compressor with lube oil system and cooling system (console type) as required. Dryers are to be supplied by the Bidder for either of two type of machines.

- Electric motor as compressor driver. - Gas meter: Mass flow meter based on Coriolis principle of Micromotion, USA

(Model CNG 50 or higher) or equivalent. - Instrumentation and control system as specified on data sheets, P&ID including

Local panel, Console/Local gauge boards, PLC - Common structural steel skid for the compressor- electric motor and for all

auxiliary systems. - Inlet suction gas filter with oil drain and temporary suction inline strainer at each

stage - Inter-stage and discharge gas, air cooled heat exchangers - Separator/ Knockout drums with solenoid valve operated auto/ manual drains as

required. - Priority Panel at Package Discharge - All interconnecting oil, gas, water, air piping within the compressor package. - Impulse and pneumatic piping/Tubing for all valves, fittings as specified &

required for mounting the instruments.

Page 36: 650 scm.pdf

35

- Separate junction boxes for different type of signals like intrinsically safe signals, alarm, shutdowns, thermocouples, RTDs etc. for interfacing to local panel.

- NRV (compressor discharge valve type) at final discharge point. - Structural supports within the compressor package for all piping, instruments etc. - One no. relief valve at each stage discharge all vented to common relief valve

header - Y- type strainers, valves, sight flow indicators, check valves, auto/manual drain

traps etc. as required for various auxiliary systems i.e. frame lube oil, cylinder lubrication system, cooling water systems, fuel supply/conditioning system etc.

- Coupling/V-belt/pulleys. - Single Acoustic enclosure for both Compressor and electric motor as specified,

with two number L.E.L detectors and two UV detectors in enclosure. The Acoustic enclosure should give a max. sound level of 65 dB(A). ( Certification at site by Third Party Inspection Agency)

- - CO2 extinguishing system consisting of two cylinders, piping and valves. - Inlet and outlet manual / automatic isolating valves. � Complete Erection, Testing & Commissioning of compressor packages.

� All spares, consumables and lubricants for 1 year operating period (except

electricity).

� Quote for two years normal recommended operating spares required after 1st year of guarantee period for complete compressor package, Electric motor driven air compressor and control panels. Vendor shall also quote for 2 years operation and maintenance charges incl. all consumables, lubricants, manpower, machinery etc. Recommended spares for 2 years operation shall be available for 2 years operation and maintenance. However, additional spares, if required during the 2 years operation and maintenance shall be provided by the vendor free of cost. For details of spare parts list refer Annexure I, II & III as a part of this specification.

� Bidders’ trained engineers to give training in India at site if the equipment is shipped

from Abroad. Training of 4 persons (2 supervisors + 2 operators) at packager’s workshop and at sub-vendors workshop. The traveling boarding and lodging of HPCL’s engineers shall be borne by HPCL. Training module shall span for two week and shall cover the equipment constructional features, operational and maintenance procedures etc. (Bidder to indicate separate price, if any).

Exclusions

The following are excluded from the scope of the bidder:

- All civil works and foundation design. However the bidder shall furnish all the

relevant data for design of pedestal/ foundation. Grouting of equipment including supply of material is a part of erection.

- CNG storage cascade. CNG dispensers. - All piping beyond battery limits except from air compressor, air piping for

instrument air & other purposes dedicated to gas compressor and piping from CO2 cylinders up to enclosures.

1.7 Safety

1.7.1 All controls shall operate in a fail-safe mode i.e. failure of any control shall not lead to

running of equipment in unsafe mode.

Page 37: 650 scm.pdf

36

1.7.2 The hazardous area classification Class-I, Division I, Group D as per NEC or Zone I,

Group II A/ II B as per IS/ IEC. Certificate from recognized agency to the effect that equipment supplied and/or installed conform to above area classification. All Devices shall meet the requirement for the specified area classification in which they are installed, including instrumentation leads.

1.7.3 All exposed rotating parts shall be provided with adequate guards of non-sparking

type. 1.7.4 Drive belt if used shall be of fire retardant and anti-static type. 1.7.5 Piping shall be arranged in a manner so as to provide clear headroom and

accessibility within the package. Adequate clearances shall be provided for all the engineered components.

1.7.6 Package enclosures shall have two L.E.L detectors and two Ultra Violet (UV) fire

detectors in each enclosure to cover the enclosures effectively. 1.7.7 All material used in the package shall be flame retardant. 1.7.8 The Compressor Package shall trip if any of the enclosure is opened while the

machine is running. 1.7.9 Relief Valves shall be provided at inter-stage / compressor discharge with setting as

per cl. 7.20.3 of API – 11P with R.V. venting as per cl. 7.20.4 of API-11P. 1.7.10 CO2 flooding system:

- CO2 Cylinders shall be provided outside the package at a safe place where it is not exposed to fire in case of fire in the compressor. Facility shall be made to operate the system both manually from remote with the help of a switch/ call point and with help of pull down lever on cylinders.

- CO2 flooding system will consist of 2 nos. of min 45 Kg. CO2 cylinders. However, preferred size of the cylinder & quantity of CO2 gas will be as per the size of enclosure. One cylinder will act as main cylinder & other as stand by, which shall have identical arrangement and connected to the system. The cylinders shall be placed in a shed to protect from weather and direct sunrays. Cylinders shall be fitted with automatic actuated Valves, Solenoid valves etc.

- Vendor shall provide suitable weighing arrangement to facilitate weighing of the cylinders without requiring the cylinders to be detached from the installation. For this lever operated lifting arrangements shall be made and one (1) no. Digital weighing scale shall be provided by the vendor with each compressor package.

- System shall be offered for testing to HPCL by the supplier after commissioning at site by creating actual Gas leak and Gas fire situations and actual discharge of CO2 Gas from the Cylinders. This shall form a part of performance test and thereby acceptance of the package.

2.0 UTILITIES & BATTERY LIMITS 2.1 Utilities

Page 38: 650 scm.pdf

37

2.1.1 Bidder shall make his own provision for Instrument and starting air with an electric motor driven air compressor receiver system. Receiver to be sized for 6 consecutive starts of engine. The air compressor shall be provided with air drying unit to supply instrument quality air for all pneumatically operated instruments of Gas compressor package. The supply of air compressor with drier is included in the scope of the Bidder. The air compressor shall be provided with a small canopy.

2.1.2 Cooling water is not available as utility and the package shall be provided with self

sufficient cooling water system for Engine & Compressor, as required, with make up tank. However cooling water for make up tank is available.

2.1.3 All electrical and instrumentation terminals shall be as specified. 2.1.4 Bidder to design Electric Motor Driven Compressor package to start and run without

any external power. However power for cooling fans for Gas compressor package, air compressor and electric motor required to drive gas compressor shall be made available by Owner.

2.1.5 For running the air compressor and illumination 415 Volt (±10 %) 3-phases 4 wire

(TN-S), 50 Hz (± 5 %) shall be provided by Owner at a single point outside the enclosure.

2.1.6 Purchaser shall provide UPS (240 ±1 % V, 50 ±1 % Hz) for control supply

requirements.

2.2 Battery limits

2.2.1 All customer interface connections (i.e. Gas Inlet & Gas Outlet) shall be brought out to the package edge and terminated in nozzles with isolation valves having flange connection for gas inlet and 1” SS tube union for gas outlet.

2.2.2 As and where specified on the data sheets all vents (i.e. Relief valve, distance piece

and packing) shall be manifolded and terminated at skid edge outside the enclosure and vented to safe height at package roof.

2.2.3 All drains from different process equipment, distance piece and packing shall be

manifolded and terminated as single point for customer interface duly flanged with isolation valve.

3.0 EQUIPMENT QUALIFICATION CRITERIA 3.1 The Bidder shall have the single point responsibility of the CNG Compressor

package and shall be a regular manufacturer or pacakager and supplier of electric motor driven reciprocating compressor package for high pressure ( �250 kg/ sq cm G) Natural Gas.

3.2 The Bidder must possess adequate proven track record for Design,

Engineering, Manufacturing, Assembly, Packaging, Testing, Erection and Commissioning of identical or validly similar packages comprising of compressor, electric motor, cooling system, control panel and auxiliaries of similar horsepower rating on continuous operation supplied from the proposed manufacturing location. Also, minimum fifteen (15) nos. of identical or validly similar CNG Compressor packages in terms of Compressor KW, Flow Rate (

Page 39: 650 scm.pdf

38

650 SCM/Hr ) and discharge pressure of � 250 Kg / Sq cm G , should have been packaged and supplied by the bidder in the last three (3) Financial Year FY i.e in, 2003-04, 2004-05, 2005-06 any where in the world with at least ten (10) such compressor packages satisfactorily operating for not less than 8000 hrs each, as on 30th May`06. Bidder to give documentary evidence ( confirmation letter from the purchaser ) in the Unpriced Bid of the above.

3.3 The offered compressor model shall be from the existing production range. 4.0 BASIC DESIGN 4.1 General 4.1.1 The Compressor shall meet all the technical requirements as specified in:

i. Data Sheets : As enclosed ii. Technical Specification : iii. Code and specification API-11P, API 618, OISD 179, NFPA, ANSI, ASTM, NEC,

NEMA, Indian Electricity Rules, and Indian Explosives Act are referenced to & made part of specification.

iv. Compressor, engine and auxiliaries design shall be in conformity with API 11P, second edition.

4.1.2 Gas composition & Gas quality given elsewhere in this specification shall be used for Compressor selection, sizing and performance guarantee estimates. However compressor shall be suitable for continuous operation with the indicated gas composition range and operating parameters given in this tender.

4.1.3 Required guaranteed capacities of motor driven compressor package at rated suction

& discharge pressure as mentioned below : Sl. No. Rated suction pressure at

which guaranteed flow is required at 30 ° C, in kg/cm2

Rated discharge pressure in Kg/cm2 and at 49 ° C

Guaranteed capacity at rated suction & discharge pressure Sm3/hr (scmh)

1. 16 255 650

Bidder to note that pressure regulator shall be provided by them to reduce pressure

from 25 kg/cm2 to 19 kg/cm2. 4.1.4 Bidder's offer shall be based on firm and final compressor / electric motor models on

which basis the offer shall be evaluated and no alternate compressor / electric motor models or change of models shall be entertained / considered.

4.1.5 Note that the pressures given on the data sheet are at the compressor package

battery limits, bidder shall consider all pressure losses at suction, inter-stage and discharge at the specified capacity (with no -ve tolerance) for compressor and indicate the same on the data sheets.

4.1.6 Compressor shall utilize advanced concentric suction and discharge valves

developed specifically for Natural Gas. The valve shall be preferably of Hoerbiger make.

4.1.7 Compressor cylinder shall be provided preferably with removable liners.

Page 40: 650 scm.pdf

39

4.1.8 State of the art technology shall be applied to the piston ring to ensure reliability and

oil control with polymer rings fitted to the final stage. The bidder to indicate the life of piston rings of all stages in terms of running hours.

4.1.9 Each pressurized component of the compressor package shall be subjected to

hydraulic proving test and the final assembly shall be performance tested and certified.

4.1.10 The gas cooler section shall be stamped by ASME code, however Indian bidder

offering IBR stamping will be acceptable. The inter stage and final stage cooler tube material shall be carbon steel. Bidder to submit cooler sizing calculation for review.

4.1.11 All gas piping shall be designed, fabricated and tested in accordance with ANSI B

31.3.

4.1.12 The relief valve sizing shall be in accordance to IBR, ASME code for boiler & pressure vessel and API RP-520. The relief valve and associated piping shall be sized for full block discharge.

4.1.13 The vibration levels of the compressor frame and cylinders shall be as per API

standards or equivalent standards. Same shall be specified by the bidder in their offer.

4.1.14 In case of lubricated cylinder & packing design, single plunger per point force feed

mechanical lubricator shall provide lubrication to compressor cylinders. Lubricators with double ball check valve shall be provided at each lubricator point. Digital no flow timer shall be provided to stop the compressor in case of loss of cylinder lubrication.

4.1.15 The bidder alongwith the offer shall furnish the recommended lubricating oil type,

grades & specification along with their quantity and frequency of change. The recommended oil shall be compatible with gaskets, O-ring, seals, packing, lubricator parts and other parts coming into contact.

4.1.16 Accessories to be included :

a) Gas tight crankcase b) Packing case & Pressure packing c) Drive motor with pulley / flywheel d) Inter-stage coolers for all stages. e) Final cooler. f) Oil Pump, Oil Filter g) Oil Cooler h) Gas tight oil filling system i) Crankcase breather piped back to suction j) Oil / moisture separators appropriate for selected cylinder configuration k) Automatic condensate drain system for all separators to remove oil / moisture

periodically and ease starting. l) Separator drain valves piped to collection drain block suitable for connection to gas

recovery system. m) Safety relief valve on each stage of compression n) Safety relief valve discharges connected to common manifold suitable to allow

dispersion of gas via a vent stack and flame arrestor / trap. o) PRV at the inlet of the system. p) BDV at the inlet of the system

Page 41: 650 scm.pdf

40

q) Interconnecting piping between cylinders, coolers and separators. r) Pulsation dampeners s) Interconnecting water piping between radiator and compressor. t) Interconnecting instrumentation piping.

4.2 Allowable speeds, temperature and vibration levels 4.2.1 The compressor rotational speed shall be limited to max. of 1500 rpm. 4.2.2 The linear piston speed shall be limited to 4 m/sec for non-lubricated and 4.5 m/sec for

lubricated compressors.

4.2.3 The maximum discharge gas temperature for each stage shall be limited to 150oC.

4.2.4 Compressor maximum vibrations of cylinders shall not exceed 10 mm /sec. unfiltered peak velocity. Maximum Vibration level of installed compressor frame shall not exceed an unfiltered peak velocity of 7.5 mm/s or 250 micron unfiltered peak to peak vibration whichever is less. The Bidder shall provide for all structural support within the package so that these levels can be achieved.

4.3 Piston Rod, Bearings and Cross Heads 4.3.1 The surface hardness of Rockwell C 50 minimum is required on piston rods in the

areas that pass through the packing. 4.3.2 Crosshead shall be manufacturer standard material and designs. Adequate openings

for removal of the crossheads shall be provided. 4.3.3 Piston rod and cross head pin loading at any specified operating condition including the

relief valve set condition shall not exceed 80% of the maximum design rod load of the offered compressor.

Rod loads shall have sufficient reversals in direction for all specified operating conditions including RV Settings and part load operation.

4.4 Packing Cases and Pressure Packing 4.4.1 In case of lubricated machines, it is preferred that all oil wiper intermediate gas cylinder

pressure packing shall be segmental rings with stainless steel garter springs. The pressure packing case shall be provided with a common vent and drain below the piston rod tube to the outside of the Package enclosure.

4.4.2 Seamless steel tubing conforming to ASTM A-192 or series 300 SS tubing conforming

to ASTM A-269 with minimum thickness as specified in Cl. 7.11 of API-11P shall be used for vent piping.

4.4.3 Packing vent piping inside of the distance piece shall be designed for the maximum

allowable working pressure of the cylinder. 4.5 Compressor Frame Lubrication 4.5.1 Compressor frame lubrication shall be pressurized system, with a main oil pump driven

directly by the compressor shaft.

Page 42: 650 scm.pdf

41

4.5.2 If required the bidder shall provide an air driven pre-lubrication pump. Crankcase shall be fitted with lube oil temp & level indicator.

4.5.3 All lube oil piping after oil filter shall be 300 series stainless steel conforming to ASTM

A269. 4.5.4 Heating shall be provided for reservoir when the minimum ambient temperature is

less than the Bidder's required minimum start up temperature. 4.5.5 Heater besides meeting the area classification requirements specified in the Tender

shall be star connected if designed for operation on 3-phase (4 wire), 415V, 50 Hz supply.

4.6 Distance Pieces 4.6.1 Distance piece as per API-11P with cylinder side compartment vented to safe location

is specified. 4.6.2 Distance pieces shall be provided with gasketted, solid covers and shall be suitable for

a minimum differential compartment pressure of 1.75 kg/cm²g. 4.7 Cylinder and Packing Lubrication 4.7.1 Single plunger per point force feed mechanical lubricator shall provide lubrication to

compressor cylinders. 4.7.2 Lubricators shall be driven by crankshaft and bidder shall highlight any pre lubrication

requirements of the cylinders and the method of achieving the same. 4.7.3 Lubricators shall have a sight flow indicator for each lubricator point and a stainless

steel double ball check valve shall be provided at each lubrication point. 4.7.4 Digital no flow timer shall be provided to stop the compressor in case of loss of

cylinder lubrication. 4.7.5 Lubricator reservoir capacity shall be adequate for 100 Hrs of normal flow, and shall be

equipped with low level alarm. 4.7.6 Bidder along with the proposal shall furnish the recommended lubricating oil type,

International Grades & Specification along with their quantity and frequency of change. The recommended oil shall be compatible with gaskets, O-rings, seals, packing, lubricator parts and other parts coming into contact.

4.8 Cooling System 4.8.1 Engine Jacket / Compressor Cylinder Compressor cylinders may be air cooled, in case water cooled cylinders are offered the

bidder shall conceive and design the common or separate engine jacket / Compressor cylinder cooling water (CW) system. Bidder shall submit the authentication from respective equipment manufacturer for the same. The CW shall be cooled by an air cooled heat exchanger.

4.8.2 Inter / After Gas Coolers

Page 43: 650 scm.pdf

42

Air-cooled inter-stage and final stage discharge coolers shall be provided which shall

limit the gas temperature after the after cooler to 52 degree C. For calculating the surface area of the air cooler the ambient air temperature of 44 oC and 90% RH shall be considered. Cooler design shall be on the basis of 20% extra design based on the thermal duty. Gas sections of coolers shall be stamped as per API-11P requirements. Engine oil cooler and jacket water coolers shall be so designed that the vendor’s maximum permissible temperature is not exceeded at the maximum ambient temperature of 47.5 oC

For cooling of the Heat Exchangers a cooling fan to be provided inside the

enclosure(s). Cooling system to be preferably installed on same skid along with compressor and

engine due to space constraints. Bidder shall submit cooler sizing calculation for review.

4.9 Separators & Oil Removal System 4.9.1 Carbon Steel separators / KOD at auto and manual drain system shall be provided

for the capacity as required. 4.9.2 All pressure vessels shall be designed as per ASME VIII Div 1 or equivalent. 4.9.3 Scrubber service class - B shall be used for Inter-stage / discharge scrubbers.

Service Class - C shall be used for suction scrubber. (Refer API -11P) - The offered scrubber and mist removal shall restrict the oil level to < 5 ppm in the

discharge gas of compressor. This shall be established during Performance Testing. - All vessels including pulsation dampers shall be fully (100 %) radiographed as per

ASME VIII UW (a) or equivalent. - Minimum design temperature for separators shall be 71OC and minimum design

pressure shall be maximum operating pressure plus 15% for inter-stages and plus 10% for final stage.

4.9.4 Gas recovery system: Bidder shall provide blow-down tank to act as: - A buffer tank during start-up - Gas flow dampener during compressor operation - Surge tank for depressurisation of each of the compressor stage piston cylinders

during shutdown. - Blow-down tank size should be to manufacturer’s design standards. The gas

recovery vessel shall be provided with pressure relief valve and necessary instrumentation to avoid cold flaring of gas.

4.9.5 All separators / KOD's (knockout drums) shall be provided with 3 mm corrosion

allowance. 4.10 Pulsation, Vibration Control and Analog Study 4.10.1 Suitable arrangement for interstage pulsation damping shall be provided in

confirmation to API 618 and API 11P. 4.10.2 Bidder shall get the acoustic and mechanical evaluation study carried out for one

compressor package (from inlet flange to discharge on skid edge as per API-618 approach-3 ) by an agency or in house experts. The compressor Bidder shall be

Page 44: 650 scm.pdf

43

totally responsible for all the coordination with the agency carrying out the study. Bidder shall submit acoustic and mechanical evaluation report to HPCL /CONSULTANT for review.

4.11 Coupling

4.11.1 V-Belt (without any teeth) antistatic type drive up to 150 kW rating of compressor is

acceptable. V-Belt offered shall be of make / design which is available in India. Gear drive is not acceptable.

4.11.2 If the rating of compressor is more than 150 kW the engine shall be directly coupled

with compressor without gear. 4.12 Enclosure of CNG Compressor Package 4.12.1 Each compressor module shall be housed within a purpose built aluminium / cold

rolled carbon steel (CRCS) acoustic compressor enclosure. The units shall incorporate a rigid frame work with a combination of fixed and removable panels.

4.12.2 The enclosure shall be assembled onto the package base plate at the suppliers

works to give a fully transportable unit. 4.12.3 Enclosures shall be designed to include cooling air inlet and outlet louvers together

with a forced ventilation system to prevent the possibility of gas build up inside the enclosure. Suitable interlocks shall be built in for clearing entrapped gases (if any) within the enclosures before the start up of the electric motor / compressor.

4.12.4 The maximum rise in temperature within the enclosure shall be limited to 2.5 - 3 Deg.

C. above ambient temperature. Adequate ventilation fans shall be provided to meet the above and also to account heat dissipation of the coolers.

4.12.5 Enclosure shall provide a degree of protection equivalent to IP 44 as defined in AS

1939. 4.12.6 Enclosures shall be engineered to give a noise level of maximum 65 dBA measured

at 1 meter as standard, utilizing aluminium or steel with mineral wool infill and perforated steel inner face. Materials shall be non-combustible to deter spread of flame requirements. Any compressor auxiliary motors installed externally to the enclosure shall be considered as part of the compressor package for meeting the noise level requirement. Bidder shall get it checked by any of the Third Party Inspection Agencies like BVIS/DNV/LRIS/SGS at the site and submit the test certificate.

4.12.7 The enclosure shall be designed for ease of access to the equipment within and has

suitable entry doors. 4.12.8 To prevent the discharge of gas into the enclosure, all safety relief valves within to be

connected to a manifold. From this connection a single pipe passes through the enclosure roof to a vent stack to allow satisfactory dispersion of gas at a safe height above ground level.

4.12.9 A viewing window at operating level to be fitted to allow monitoring of gauges, etc.

without entering the enclosure.

Page 45: 650 scm.pdf

44

4.12.10The enclosure shall be finished in a weatherproof paint finish, external colour supplied to customer requirements. The external surfaces of the enclosure shall be painted. The paint shall be chosen, primed and applied as to have a service life of ten years. The exterior of the equipments piping, enclosure, hinges, locks, handles etc. is required to be corrosion free from ten years and to have fade free lift without oxidation of paint surface for five years in an environment of bright sun light with an intense UV content and tropical climatic conditions. The interconnecting radiator piping shall also be painted as per above specification. Bidder to give details of painting in unpriced bid.

4.12.11External emergency stop push button shall be fitted to wall of enclosure close to

main access door. Also the emergency shut off push buttons, 2 nos., one to be provided at dispensing area and other in the control / sales room. Bidder to assume that the sales / control room and dispensing area, each will be 100 mtrs. away from the compressor. Bidders to include the cables along with cable trays / flexible PVC ducts for emergency stop push buttons and have to install the same at the site. Cables shall be PVC insulated and of 1.1 KV grade copper armoured. Any utilized cables shall be returned to HPCL with no extra cost.

4.12.12Enclosure gas detection system consisting of 2 nos. infrared type LEL detectors and

2 nos. flame detectors (UV type) shall be provided. The detectors shall be recalibrated at site during commissioning. Also the performance of the detectors shall be demonstrated at the time of commissioning.

4.12.13Adequate fixed flameproof lighting (minimum at 2 locations) shall be provided inside

the enclosure. 4.12.14Suitable gradient shall be provided on the enclosure roof for rain drainage and to

avoid water pockets. Enclosures shall be designed with proper rain protection in the ducting or any other cut out to protect the inside equipment from rain water.

4.12.15For handling of all heavy parts for maintenance purpose suitable lifting arrangement

shall be provided i.e beam fitted with chain hoist arrangement. The chain hoist arrangement i.e chain pulley block shall be removable type, which can be disassembled and shifted onto the other machines. 1 No. shall be provided for tendered quantity of compressors.

4.12.16The compressor package shall consist of single enclosure for Compressor and

Engine. The equipment shall be mounted on one common skid. 4.12.17The enclosures shall have doors for normal access and removable wall panels for

ease of maintenance. 4.12.18All the pressure, temperature, gas flow meter, oil level, lube oil pressure, coolant

temperature, coolant level indicators shall be visible from outside of enclosures. 4.12.19The Compressor shall be located inside an acoustic enclosure at Grade Level. All

Coolers, Knock Out Drums, Scrubbers, Cooling System, lubrication system along with interconnecting piping shall be inside an enclosure. Enough headroom shall be made available for easy access and maintenance of all equipment. The piping layout with respect to the compressor, intercoolers, KOD and auxiliaries location shall be subject to Purchaser’s approval during detailed engineering stage.

Page 46: 650 scm.pdf

45

- Components such as pressure gauges, temperature and pressure switches etc., which require in-situ adjustment and reading, shall be easily accessible.

- Conduits and tubing shall be arranged in orderly and systematic manner and shall be routed neatly to enter the back of display or monitoring panels

- Routine service item such as, but not limited to, crank case oil filters, inter stage gas filters, inlet and outlets gas filters and drive belt shall be located to facilitate easy one-man servicing.

- One person should be able to access crank case oil inlet and drains to allow addition

or drainage of oil without removing panels or adjacent components and without the need of the pump.

- Items which must be operated & monitored during operation shall be readily accessible without opening the door.

- Suitable gradients shall be provided on the enclosure roof for rain drainage and to avoid water pockets.

4.13 Piping 4.13.1 All gas piping shall be designed, fabricated & tested in accordance with ANSI B 31.3. 4.13.2 Gas piping shall be seamless stainless steel manufacturing in accordance with

ASTM A 269 (SS 316). All Gas piping shall be flanged connections.

4.13.3 All rigid piping, tubing & other components of compressor package shall be designed for full range of pressure & temp and loading to which they may be subjected with a factor of safety of at least based on minimum specified tensile strength at specified ambient temperature.

4.13.4 All rigid piping shall be continuous between their respective components & free of

connections except welded joints. All high pressure joints shall be welded unless otherwise not feasible.

4.13.5 The instrument air tubing material shall be SS316 as per ASTM A269.

4.13.6 All high-pressure double ferrule fitting and 2/3 way valves shall be from SWAGELOK

or PARKER makes & shall be S.S. material only. Material of tube shall also be SS316 as per ASTM A269..

4.13.7 Bidder shall furnish a temporary start up conical strainer fitted with adequate size

mesh.

4.13.8 All lube oil piping down stream of filter shall be series 300 Stainless Steel.

4.13.9 External drain & vent piping shall be Carbon Steel and not less than 1" nominal size. However, all the internal drains shall be SS 300 series material.

4.13.10 Mercapton/ THT dosing is envisaged hence all materials coming in contact with gas

shall be compatible to such gas with Mercapton/ THT dosing and be of compressor manufacture's standard. The use of SA 515 material is prohibited.

4.13.11All piping after coalescent filter at compressor discharge shall be of SS 316. 5.0 ELECTRICS 5.1 Starter/Control Panel/ Control philosophy

Page 47: 650 scm.pdf

46

5.1.1 Doors shall be interlocked isolator. Panel complete with start and stop push buttons,

hours run meter, power on and fault indication lamps, fault reset button. All necessary timers and intrinsically safe relays to control the system on an automatic starting and stopping basis shall be provided. The compressor package control system shall be designed for unattended operation in automatic mode and in case of any fault it will go in a safe mode.

5.1.2 The priority fill systems (in bidder’s scope) shall ensure the filing of vehicle, storage

cascades & LCV in correct order. Seven line priority panel shall be envisaged for supply of compressor package.

7-line priority fill panel shall be provided at the final delivery of the compressor consisting full bore valves, non return valves, by pass valves, liquid filled pressure gauges with all inter connecting pipe work. The priority panel shall be PLC based with all the valves, full bore air / gas actuated and suitable for CNG application. The priority panel shall give priority in the order High bank of the dispenser, High bank of cascade, medium bank of cascade and finally low bank of cascade. The priority panel shall be stainless steel and shall be mounted on the compressor package. At the discharge of priority panel the end termination shall have O.D tube fitting with full flow ball valve (SS : 316) of adequate size of Parker/ Swagelok make. Valves shall be provided outside the enclosure.

5.1.3 Compressor Package shall be provided with a PLC based LCP outside the package

enclosure housed in weatherproof housing (min. IP55) suitable for hazardous area classification. All the interlock, monitoring and controlling of the CNG compressor package shall be done through PLC based control system which will be of proven type and make. PLC hardware shall be in accordance with IEC-61131-2 and PLC software shall be in accordance with IEC-61131-3. PLC shall be provided display & scrolling facilities to view process & machine parameters. All source & object codes including logic flow chart, ladder diagram etc are to be furnished by the Packager and PLC shall be capable of incorporating function Block diagram, sequence function chart, ladder diagram and structural text as per IEC 61131-3. Laptop is not in the bidders scope however, software for the same has to be provided. PLC shall be suitable for recording of compressor parameters as indicated in instrumentation and all other parameters that are recommended by the compressor manufacturer for recording on hourly basis for the last 24 hours. Also PLC shall be able to record the last 10 Alarms of abnormal operations. PLC shall be suitable for interfacing with printer (HP Laser printer) for getting the printout of the parameters recorded (as mentioned above) for the last 24 hours. The units of measurement for flow shall be Kg/hr, for pressure shall be Kg/cm2(g) or and for temperature shall be degree C. PLC shall be of modular in construction with 100% mounted spares covering cards, isolators and zener barriers etc. PLC components / system shall be tropicalised, MIL standard adopted with complete wiring and necessary terminals. Wiring to be colour coded with cross ferruling in position. PLC shall be capable of carrying out on line routines calculations as per AGA (latest) mass to standard volume conversion as per requirement. PLC shall be configured as a remote terminal unit of supervisory computer and data acquisition system complete with dial up connectivity. The Local Control Panel shall be provided with following display and control systems : a) Display of all compressor parameters including temperature and pressure b) Display of all flow parameters. c) Display of all alarms and alerts. d) Compressor Control & Emergency Shut down e) Fire and gas detection and monitoring

Page 48: 650 scm.pdf

47

f) Annunciation The PLC should have one spare RS 485 port for future SCADA applications

compatible with MODBUS open access system. The compressor package control system shall be so designed that the first item to go

into alarm condition shall lock out to indicate the cause of the trip though the cause of the trip may have disappeared. The lock out condition shall be manually reset. A change over set of contacts shall be provided for Owner’s use to give a remote indication of alarm and trip. In auto mode, compressor shall start automatically in case high bank storage pressure falls below 220 kg/cm2 and stop as soon as pressure in all three banks of stationery cascade and mobile cascade reaches 255 kg/cm2. The priority fill system (In bidder’s scope) shall ensure the filling of vehicle, storage cascade and mobile cascade in correct order. Control system shall be designed such that in case of any fault, discrepancy or abnormality, it will go in safe mode. All controls shall be made in fail-safe mode & failure of any control shall not lead to operation of equipment/ system in unsafe condition. In case of fault, a warning hooter shall operate, the sound of which should be audible at distance of at least 15 meter. Further the fault alarm and emergency stop PB shall be duplicated in the CNG station control room. Acknowledgement/resetting of fault shall be possible only from compressor panel. Emergency stop PBs shall be mushroom head turn lockable type. Once the fault is acknowledged or the engine and/or compressor are under normal maintenance, the valves of priority panel shall take the position so that gas available in the stationary CNG storage cascade can be dispensed.

The points to be monitored for down stream of panel shall be

- Pressures in each bank of stationary storage cascades. - Pressure at outlet for dispenser. - Pressure at outlet for mobile cascades. - Control Air Pressure - Indicators, Alarms and Trips as per Equipment Data Sheets

5.1.5 Emergency Shut Down

Bidder shall provide emergency shut down (ESD) system in the control room as well as locally mounted near the Compressor. Fail safe system shall be designed and incorporated to isolate cascade storage from dispenser, stop compressor, isolate the compressor suction line & ground ignition and cut off fuel gas supply to engine on activation of ESD switch. ESD switch shall have to be manually reset to restart the compressor package again.

5.2 Electric Motor And Drive Arrangement 5.2.1 Electric motors a) Type of drive Totally enclosed fan ventilated (TEFV) high

efficiency as per IEEMA standard-19-2000 b) Protection Explosion proof IP.55 c) Insulation Class “F” with Class “B” temperature rise d) Mounting Horizontal foot mounting e) Specification Standard By bidder f) Supply Voltage (assumed) 415 + 10% volt, 3 phase, 50 + 5%Hz g) Synchronous Speed By bidder

Page 49: 650 scm.pdf

48

h) Motor rating By bidder i) Motor efficiency % j) Power factor By bidder k) Speed of motors By bidder l) Nos. of hot starts of motors 4 per hours m) Coupling direct/flexible By bidder

5.2.2 Motor accessories

a) Compressor grooved flywheel b) Motor grooved drive pulley c) Drive vee belts d) Flexible coupling for direct drive e) Drive guard f) Adjustable motor slide rails for vee belt tensioning

5.3 Electrical supply parameters : 5.3.1 All electricals shall be suitable for the following supply conditions. Electrical operating voltage : AC, 3 phase, 415 V, 50 Hz Electrical control voltage : 230 VAC, 50 Hz (under supplier ’s

scope) Tolerance of voltage : + 10% Tolerance of frequency : + 5% 5.3.2 HPCL shall provide 415 V, 3 phase electrical connection at only one designated point

for electric driven compressor package. Bidder shall distribute electric power to all equipment and control systems by providing a suitable switch gear distribution panel. Suitable flameproof double compression glands shall be provided for termination of main cable in main electrical panel. Exact size and specification of cable glands will be indicated to successful bidder within 2 weeks of order placement and receipt of electrical single line diagram from bidder.

5.3.3 All solenoid coils, power contactors etc. shall have operating voltage of 240VAC, and

50 Hz. 5.3.4 Motor shall be TEFV squirrel cage type in standard frame size as per IS/IEC rated for

continuous duty with high efficiency as per ( EFF2) and designed for star/delta starting. Motors shall be suitable for starting under specified load conditions with 75% of rated voltage at the terminals. Motor torque shall be compatible with speed torque curve of compressor. Motor windings shall be class ‘F’ insulated with temperature rise limited to class ‘B’. Minimum degree of protection of motor enclosure shall be IP55 as per IS. Motors for use in hazardous areas shall have protection Ex(d) as per area classification.

5.3.5 The motor name plate rating (exclusive of service factor) shall be minimum 115% of

the greatest HP required under any of the specification operating conditions. All motors shall be tested in accordance with IS/IEC.

5.3.6 Each motor shall compulsorily be protected with thermal-magnetic over current relay.

Page 50: 650 scm.pdf

49

5.3.7 The electrical power supply distributions panels, switchgear panels and starter panels shall be skid mounted construction, weather and vermin proof suitable for installation in the compressor package. There shall be FLP push button panel available at the compressor skid. The switch gear shall have one incomer and adequate number of outgoing feeders. The incomers shall be provided with suitably rated switch fuse unit, ammeter, voltmeter with selector switch, energy meter, PF meter, etc. Motor feeders shall be provided with heavy duty switch. HRC link type fuses, contactors (AC-3 duty), bi-metal relay, single phase preventor, ammeter, push buttons, earth leakage relays, indication lamps for Start/Stop/Trip, etc. Adequate number of MCB feeders for control and lighting shall be provided. Supplier shall furnish single line diagram of the panel with the bid.

5.3.8 There shall be separate panel for main incoming switch (MCCB) and the starter of

main motor. There shall be a minimum clearance of 30 mm between the two power Vendors.

5.3.9 The compressor panel shall have phase reversal relay to detect the electrical supply

phase sequence and trip the compressor on wrong phase sequence.

5.3.10 Supplier s shall make provisions for earthing of the complete package as required as per IS. All electrics shall comply with latest IS/IEC. Epoxy based paints shall be applied on all electrical equipments. Supplier ’s scope shall include obtaining statutory approvals for the complete package, wherever necessary. Vendor to submit proposed earthing diagram.

5.3.11 Bidder to note that all control electronic / electrical / instrumentation, shall be capable

of with standing voltage fluctuation within +/- 15 % of rated voltage (230 VAC). In case, the cards / components are not capable of withstanding above voltage fluctuation, the scope of supply of compressor package shall include an uninterrupted power supply (UPS) / voltage stabilizer (VS) / Voltage conditioner (VC), so as to take care of the voltage fluctuations. Each compressor packager shall provide individual UPS / VS /VC in such a condition.

5.3.12 Earthing: Metallic part of all equipment not intended to be alive shall be connected to

earth as per provisions of IS: 3043/IEC recommendation. Grounding of all electronics shall be separately connected to earth using insulated copper wire. Grounding of electronic equipment shall not be connected to earthing for electrics or equi-potential bonding.

5.3.13 Pre-lubricated sealed bearings for all motors may be considered provided a full

guarantee is given for 4 to 5 years of trouble – free service without necessity of re-lubrication.

5.3.14 Preferred makes of electrical equipments shall be as follows:

a) FLP motors - ABB/Crompton Greaves / Kirloskar / Siemens / Bharat Bijlee. b) FLP Switchgear - Baliga/FCG / Flexpro c) Switches/fuses/Vendors - L & T/GEC/Siemens d) PLC - Allen Bradley, GE Fanuc, Siemens – Positronics

Page 51: 650 scm.pdf

50

e) IR Gas detectors - General Monitors / Crowcon / Tata Honeywell / Sieger f) UV Flame detectors - General Monitors / Crowcon / Tata

6.0 INSTRUMENTATION

6.1 All Instruments shall be suitable for an area classification of “Class 1, Group D, Division 1 as per NEC” OR “Zone 1, Group IIA /IIB as per IS/ IEC”.

6.2 All package mounted transmitters & temperature element shall be intrinsic safe "ib"

as per IEC 79-11 and solenoid valves, switches and related junction boxes shall be flame proof “D" as per IEC 79-1. Other special equipment's/instruments, where intrinsic safety is not feasible or available, shall be flame proof as per IEC 79-1.

6.3 The compressor package instrumentation & control is to be configured for manual as

well fully automatic control system including starting, shutdown as applicable for unattended operation. Control system shall be PLC based of a reputed make and proven type.

6.4 Electrical instrumentation shall be certified by a recognized authority such as

BASEEFA, PTB, LCIE, CESI, INIEX, CMRS.

6.5 All the instrumentation shall be capable of operating for full range of operation.

6.6 Separate junction boxes shall be provided for each type of signal i.e., analog, digital, solenoids, RTD thermocouple and power supply.

6.7 No cable shall share power & signal.

6.8 All pressure gauges shall be provided with block & bleed valves and have accuracy

of + or - 1% of FSD.

6.9 The temperature gauge shall be generally mercury in steel filled type, weatherproof & with capillary extension. Capillary tubing shall be min Carbon Steel with CS flexible armoring. The gauge shall have accuracy of + or - 1% FSD. The range shall be 1.5 times of operating temperature.

6.10 Units of measurement shall be:

GAS FLOW - SM3/hr & kg/hr PRESSURE - kg/cm2 g TEMPERATURE - 0C

6.11 Two nos. Of RS 485 Serial Communication Ports shall be provided for Hooking Up the PLC to SCADA & Laptop PC in Future. Also, Vendor shall include 2 sets of all relevant Software (Windows XP/Windows 2000 based) for accessing the PLC through Laptop PC and SCADA.

6.12 Compressor Instrumentation / Protection Devices including :

This specification does not specify each and every piece of equipment or item, nevertheless all items required for sage, trouble free and continuous operation of the

Page 52: 650 scm.pdf

51

compressor package are deemed to have been specified in this specification and shall be in bidders scope without any price implication in price or time schedule.

Compressor shall be provided with following indicators :

� Pressure indicator before and after PRV. � Pressure indicator each stage suction and discharge. � Temperature indicator each stage suction and discharge (both before and after

cooling) � Oil pressure indicator � Oil cooler outlet temperature indicator � Oil level indicator � Non-resetable hour meter � Compressor jacket water temperature indicator � Others as considered essential for safe, trouble free and continuous operation. � Compressor shall be provided with following protection devices (control switches /

transmitters). � Low lube oil pressure switch � Low oil level protection switch, if required. � High discharge temperature switch for each stage of compression. � High discharge pressure switch for each stage of compression. � Low gas suction pressure switch � Cooling water flow switch � Cooling water temperature switch � Vibration level switch � Auto start stop pressure switches � Others as considered essential for safe, trouble free and continuous operation

7.0 CABLING 7.1 Cabling inside the enclosure shall be of 1.5 Sq. mm core. Bidder to confirm the

adequacy of it. 7.2 Cabling outside enclosure shall be minimum 2.5 Sq. mm core.

7.3 Cables shall be 1100-volt grade, stranded copper conductor, PVC insulated, PVC

sheathed, round wire armoured, FRLS cables.

7.4 Cables shall be terminated using double compression type metallic frame proof glands and copper lugs.

7.5 Spare cores to be kept in each control cable.

7.6 All JB’s shall have flame proof metallic enclosure 8.0 INSPECTION AND TESTING 8.1 General

a) Inspection and Test Requirements have been spelled out in respective Equipment Data Sheets and this Technical Specification.

b) Bidder shall confirm compliance to all inspection and testing requirements stipulated therein and include the inspection charges in the lump sum cost.

Page 53: 650 scm.pdf

52

c) All inspection and testing has to be certified by Third Party Inspection Agency. Approved Third Party Inspection Agencies are Bureau Veritas Inspection Services, Lloyds Register of Shipping, SGS and DNV.

c) HPCL or their representative may witness tests as per data sheet and these specification. The bidder shall notify the timing of such inspection and testing at least 15 days in advance to HPCL..

d) Bidder shall submit detailed Test Procedure for Approval of the Purchaser two months in advance of the actual date of conducting each test.

8.2 Mechanical Running Test (MRT) 8.2.1 The MRT for the compressor shall be carried out in presence of

HPCL/CONSULTANT or their representatives (or a third party as arranged by the Bidder. Accepted TPI are BVIS, DNV, LRIS & SGS) with job or shop driver including complete job driving system i.e., job driven V-belt, job pulleys etc., for 4 hours continuously at shop of compressor manufacturer. The compressor need not be pressure loaded for MRT test. During this test following shall be recorded at agreed intervals. The stage inspection of the equipment and the various test have to be certified by Third Party Inspection Agencies at Bidder’s cost. - Vibration levels measured on cylinders and frame - Bearing temperature - Oil cooler inlet and outlet temp

Subsequent to satisfactory run the compressor shall be examined as per standard

procedure & following shall be examined as minimum: Bore & other parts by opening a valve Piston & cylinder clearance Visual examination of position rod, controlled guide bore without dismantling Big end and small end bearing

If any of part found damaged, all similar components shall be stripped for inspection.

The MRT test shall be repeated after replacement of such parts.

8.3 Package Performance Test Bidder shall assemble the complete package including auxiliary systems, instrumentation, safety devices within the enclosure at his shop and dispatch, The machine shall be accepted after the performance test at site. Complete package shall be performance tested as a module whereby alongwith electric motor/ engine & compressor performance (PTC - 9) bidder shall demonstrate all controls, shutdown, trips / alarms etc.. The test shall be the basis of acceptance of equipment supplied by the Bidder. If the equipment fails during the test as per the standard elsewhere mentioned in the specification, it will not be accepted. Bidder shall submit the detail test procedure for the same, which shall be approved by PURCHASER/CONSULTANT. The test package can be witnessed by PURCHASERL/CONSULTANT or their representatives (or a third party as arranged by Purchaser). However, the test has to be certified by TPI (list of accepted TPI given earlier) to be engaged by the Bidder.

Page 54: 650 scm.pdf

53

9.0 PERFORMANCE GUARANTEES FOR COMPRESSOR 9.1 The guaranteed parameter shall be adjusted to account for variation in gas

composition and prevailing ambient condition during testing.

9.2 Necessary calculations correction curves shall have to be furnished by Bidder along with bid, which shall be final & no deviation shall be permitted afterwards.

9.3 In case of any inconsistency in manufacture and/or operation of supplied

compressor package, Bidder shall at his own risk and cost, eliminate the defects to the satisfaction of Owner.

9.4 Bidder shall furnish guaranteed value as per Annexure –I enclosed with this specification

9.5 Compressor Capacity 9.5.1 Bidder shall guarantee (650 SCM/hr for electric motor driven) capacity of compressor

with design case gas composition, suction pressure of 16 kg/cm2g, suction temperature of 300 C , discharge pressure of 255 kg/cm2g with the negative tolerance for errors in instruments and measurements.

Since the compressor suction pressure varies from 14 kg/cm2g to 19 kg/cm2g the compressor shall be sized / selected for specified capacity of ( 650 SCM/hr for electric motor driven ) at 16 kg/cm2g (with no -ve tolerance) .

The same shall be used to establish the capacity at test bed during package

performance test.

10.0 PAINTING AND PROTECTION 10.1 Packing shall be sufficiently robust to withstand rough handling during ocean

shipment & in-land journey. Sling points shall be clearly indicated on crates. 10.2 The external steel surfaces of equipment & piping shall be painted. The paint shall

be chosen, primed and applied as to have a service life of ten years. The exterior of equipment and container is required to be corrosion free for ten years and to have fade free life without oxidation of paint surface for five years in an environment of bright sunlight with an intense UV content. The Packager to specify the Grade of the paint intended to be used.

10.3 The headers of air-cooled exchanger shall be galvanized. 11.0 ERECTION, TESTING AND COMMISSIONING AT SITE 11.1 Bidder shall be responsible for erection commissioning; performance test, field noise

level test and field trial run of all compressor packages at site.

Page 55: 650 scm.pdf

54

11.2 Bidder shall be liable to pay all local taxes, levies applicable and comply with rules, laws prevailing in India.

12.0 FIELD TRIAL RUN

Bidder shall conduct a field trial run of each compressor package for minimum 20 hours continuous duration near the guaranteed points in which satisfactory operation of complete package together with all accessories/auxiliaries controls shall be established for specified operating conditions prior to the start of one year operation and maintenance period as defined in the contract. The Equipment shall be considered commissioned after the successful completion of Field Trial Run.

13.0 SPARE PARTS, SPECIAL TOOLS AND TACKLES 13.1 All spare parts, special tools & tackles for erection and commissioning and one year

operation and maintenance of compressor package shall be supplied by the packager and shall form his scope of supply.

13.2 A brand new separate set of special tools and tackles as required for Normal

maintenance beyond the contractual one year operation period shall be supplied by the packager, which shall form the property of HPCL

14.0 DATA AND DRAWINGS TO BE SUBMITTED BY BIDDER

a. Drawings and Data shall be furnished in conformity with the Bidder Data Requirements Forms attached with Enquiry Specifications.

b. Bidder shall furnish all the information at the time of bidding as specified in the relevant Bidder Data Requirement (BDR) forms

c. The data requirement after placement of Letter of intent (LOI) is indicated in the Bidder Data requirement Forms for the respective equipment, including the number of weeks within which this data is to be provided. Bidder shall confirm that all data as required shall be furnished by him and shall indicate the Bidder’s promised data in the columns provided.

d. Bidder shall furnish the Drawings/Documents for Purchaser’s Review / approval as per the Bidder Data Requirement (as specified in the Specifications/Bidder data requirement forms). The review comments for major and critical drawings (such as system P&ID’s, General Arrangement Drawings, Foundation Drawings, Performance characteristics, Pulsation and Vibration Study Reports, Torsional Analyses etc.) shall be discussed across the table at such date and place as may be mutually agreed between the Purchase and the Bidder.

15.0 OPERATION & MAINTENANCE OF COMPRESSOR UNDER ANNUAL

MAINTENANCE CONTRACT

The date of successful commissioning and performance test at site will considered date of start of the annual maintenance contract. The supplier must follow the OPERATION & MAINTENANCE REQUIREMENT as stated below but not limited to and ensure to provide trouble free services to the satisfaction of the owner.

1.0 Accommodation/transportation/medical

Page 56: 650 scm.pdf

55

The supplier shall make his own arrangement for the accommodation of his personnel at respective locations and subsequent transportation arrangement for them from their place of residence to work place or any other place as required and HPCL shall have no obligation in this respect. HPCL shall not be responsible for providing any medical assistance to the supplier personnel.

2.0 Discipline: The supplier shall be responsible for the discipline and good behaviour of all his

personnel deployed in the services contracted out and should any complaint be received against any of his employee, he shall arrange to replace such persons within 24 hours of notice issued by the Engineer-in-Charge. The decision of the Engineer –in-Charge in this matter shall be final and binding on the Vendor.

3.0 Gate pass/identity card

The contract shall arrange to supply / renew identity card to his workforce at his own cost, if so required by PURCHASER for security or for any other reasons. Those Vendor’s personnel shall be required to carry their respective identity cards while on duty and produce on demand.

4.0 Right to get services carried out through other agencies

Nothing contained herein shall restrict PURCHASER from accepting similar service from other agencies, at its discretion and at the risk and cost of the Vendor, if the supplier fails to provide the said services any time.

5.0 Sub-letting of contract

No part of this contract nor any share or interest therein in any manner or extent, will be transferred or assigned or sub-let, directly or indirectly to any person/firm or organisation without prior permission of purchaser.

6.0 Compliance of laws

The supplier deploying 20(twenty) or more workmen as contract labour shall have to obtain license from appropriate licensing authority, if required.The supplier (which shall include the Contracting firm / company) shall be solely liable to obtain and to abide by all necessary licenses from the concerned authorities as provided under the various labour laws legislation’s including labour license from the competent authority under the Contract Labour (“Regulation & Abolition”) Act 1970 and Acts made thereafter. The Supplier shall be responsible for necessary contributions towards PF, Family Pension, ESIC or any other statutory payments to Government Agencies as applicable under the laws in respect of the contract and personnel deployed by the supplier for rendering services to PURCHASER and shall deposit the required amount with the concerned statutory authorities on or before due dates. The supplier shall obtain a separate PF number from the concerned Regional Provident Fund Commissioner and submit necessary proof of having deposited the employees as well as the employer’s contribution to the Provident Fund.

Page 57: 650 scm.pdf

56

The supplier shall not engage /deploy any person of less than 18 years of age under this contract and the persons to be deployed should be physically and mentally fit. The installations where job is to be carried out are live ( in operation ) and have hydrocarbon environment. Supplier shall comply with all safety and security rules and regulations and other rules laid down by PURCHASER for its operation. It shall be the duty/responsibility of the supplier to ensure the compliance of fire, safety, security and other operational rules and regulations by his personnel. Disregard to these rules by the Vendor’s personnel will lead to the termination of the contract in all respects and shall face penal/legal consequences.

The supplier shall arrange for insurance of all this workers engaged on the job as per the relevant Acts, rules and regulations, etc. In case by virtue of provisions of worker’s compensation Act, 1923 or any other law in force. PURCHASER has to pay compensation for a workman employed by the supplier due to any cause whatsoever the amount so paid shall be recovered from the dues payable to the supplier and /or security deposit.

7.0 The officer in charge shall have power to

i) Issue the supplier from time to time during the running of the contract such further instructions as shall be necessary for the purpose of proper and adequate execution of the contract and the supplier shall carry out and bound by the same.

ii) During the currency of this contract, PURCHASER can increase and/or decrease the number of the services / technicians to meet contractual requirements.

iii) Order the supplier to remove or replace any workman whom the company considers incompetent or unsuitable and opinion of the company representative as to the competence of any workman engaged by the supplier shall be final and binding on the Vendor.

8.0 Repatriation and termination

PURCHASER shall reserves the right at any time during the currency of the contract, to terminate it by giving 30 days notice to Vendor, and upon expiry of such notice period the supplier shall vacate the site/office occupied by him immediately.

9.0 Indemnity agreement

Supplier shall exclusively be liable for non-compliance of the provision of any act, laws, rules and regulations having bearing over engagement of workers directly or indirectly for execution of work and the supplier hereby undertake to indemnify the company against all actions, suits, proceedings, claims, damages demands, losses, etc. which may arise under minimum wages act, payment of wages act, workman compensation act, personnel injury (compensation insurance) act ESI Act, Fatal Accident Act, Industrial Dispute Act, Shops and Establishment Act, Employees Provident Fund Act, Family Pension and deposit Linked Insurance Scheme or any other act or statutes not herein specifically mentioned but having direct or indirect application for the persons engaged under this contract. (An undertaking to this effect shall be submitted by the supplier immediately on receipt of LOI).

Page 58: 650 scm.pdf

57

10.0 Non-fulfilment of obligation under Annual Maintenance Contract (AMC)

During the warranty period of 1 year and 2 years post warranty period (AMC), the vendor must ensure that the compressor is available for a minimum of 18 hours a day and 365 days a year for performing the required services as defined in the tender document. The timing of 18 hours will be defined by HPCL. The penalty clause and O&M charges will come into force immediately after successful performance test as defined in the tender. In case of any complaint regarding non-fulfillment of any obligation under the contract, HPCL reserves the right to withhold payment to the vendor, and out of such amount and including the security deposit held, make such payment as it may consider necessary for smooth and unhindered working of the contract.

11.0 Vendor’s responsibility The supplier shall depute his Supervisor for supervision of the services to receive

instructions from Engineer-in-Charge or his representative. 12.0 Employment liability of Vendor The supplier shall ensure and will be solely responsible for payment of wages and

other dues latest by 7th of the following month to the personnel deployed by him in the presence of the Company’s representative.

The supplier shall be directly responsible and indemnify the company against all

charges, claims, dues etc. arising out of disputes relating to the dues and employment of personnel deployed by him.

The supplier shall indemnify the company against all losses or damages caused to it

on account of acts of the personnel deployed by the Vendor. The supplier shall ensure regular and effective supervision of the personnel deployed by him. The supplier shall be liable for making good all damages/losses arising out of loss or theft of each handled, leakage, pilferage of any office, furniture equipment fitting and fixtures what-so-ever as may be caused directly or indirectly by the engaged persons through him/work carried out by them.

13.0 General

The operation and maintenance services shall be provided in terms of shift pattern on the round the clock basis as mentioned in the tender document.

i) The Bidder shall deploy adequate number of technicians / supervisors /

Engineers / helpers as well as tools & equipment for smooth and proper operation & maintenance of the compressors supplied in terms of the contract. In case required to meet operational requirements, the supplier shall augment the same as per direction of Engineer –in-Charge. The bidder to specify the details of manpower in their offer.

ii) The Bidder is required to carry out all services as mentioned in the Scope of Services and Schedule of Rates on all the 365 days including Sunday`s and all Holiday round the clock.

iii) The Bidder shall allow weekly rest and daily working hours to his workmen as per the relevant Act/Law/and Rule made thereunder. However, no work shall

Page 59: 650 scm.pdf

58

be left incomplete/unattended on any holiday/weekly rest. Technician/operators provided shall have minimum qualification of ITI. Contractor in person or his authorised representative shall provide the services on daily basis to interact with Engineer-in-charge and deployed workmen

iv) The work force deployed by the supplier for O&M services at CNG installation shall be of sound relevant technical professional expertise which is otherwise also essential from the safety point of view of the personnel of the supplier as well as for the installation.

v) Supplier has to ensure the safety of man and machine all the times. Damages of equipment due to negligence will be recovered as per the decision of Engineer-in-Charge, which will be final.

vi) Regarding work completion, the decision of the Engineer-in-Charge will be final and binding.

vii) The supplier shall make his own arrangements to provide all facilities like boarding and transport etc. to his workmen.

viii) All personnel of the supplier entering on work premises shall be properly and neatly dressed and shall wear uniform, badges while working on premises of the company including work sites.

ix) Supplier shall maintain proper record of his working employee’s attendance and payment made to them.

x) The Vendor’s representative/supervisor shall report daily to the Shift-in-Charge for day to day working.

xi) All the safety rules and regulations prevailing and applicable from time to time at the installations as directed by PURCHASER will be strictly adhered to by the Vendor.

xii) The rates quoted by the bidder must be inclusive of all the taxes, duties, services tax, work contract tax and any other levies, Vendor’s share of P.F. and insurance charges, Vendor’s profit and any other expenditure etc.

xiii) It will be the responsibility of the supplier to pay as per the minimum wages of the appropriate government applicable under the Minimum Wage Act 1948.

xiv) The services shall be provided in terms of shift pattern on the round the clock basis. The supplier is responsible to provide effective and efficient services in all shifts and ensure that there is no disruption in the services for want of any resources.

xv) The supplier shall establish a central premise to operate 24 hours, seven days a week where complaint regarding non-performance of the compressors in terms of the contract can be lodged. Further, the supplier shall deploy adequate number of technicians/ supervisors / engineers at various site offices in consultation with Engineer-in-Charge to provide trouble free operation & maintenance of the compressors.

xvi) All arrangements for communication from control room to the contract person working on job under the services shall be the responsibility of the Vendor, viz pagers / walky-talky.

xvii) All the jobs mentioned under scope of services shall be carried out as per sound engineering practices, work procedure documentation, recommendation of the manufacturer and as per the guidelines/direction of engineer-in-charge or authorised representative.

14.0 Maintenance of compressor packages during one year warranty period and 2 year

post warranty period.

14.1 Scope of supply during one year guarantee period:

Page 60: 650 scm.pdf

59

All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation and maintenance of the complete compressor package during the warranty period, including periodic, breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in scope of the bidder and shall be kept in stock. Electricity shall be supplied free of cost to the bidder.

14.2 Scope of supply during 2 year post guarantee period:

Spare parts (out of the spare parts purchased for 2 years normal O&M period) shall be supplied free of cost to the bidder by owner. Any spare parts required during 2 year O&M service which are not recommended by the bidder in the list of “ spares for 2 years normal O&M services” shall be supplied by bidder free of cost. All the consumables, lubricants, lubricating oil , coolant , sealant, man power etc required for carrying out the Operation and maintenance of the complete compressor package during the warranty period, including periodic, breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in scope of the bidder and shall be kept in stock. Electricity shall be supplied free of cost to the bidder.

14.3 Scope of services:

The bidder shall have to keep all the spares, consumables, lubricants, coolant , etc required for carrying out periodic, breakdown, emergency maintenance etc of the package so as to minimise the down time of the compressor. Non-availability of compressor package for non-availability of spares shall be liable for compensation.

14.3.1 All tools, tackles and fixtures required for carrying out the above maintenance of the compressor shall be in scope of the bidder. The scope will also include handling equipment like crane, forklift, chain pulley block, etc required during the any maintenance activity.

14.3.2 Any expert services required from principal company or OEM shall be arranged by the supplier or his agent at his own cost. All arrangements like phone, fax, computer, Internet etc required for correspondences with above personnel shall be arranged by the bidder.

14.3.3 The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The bidder shall provide the detailed preventative maintenance schedule along with

a) Estimated down time required for each type of maintenance schedule. b) List of spares and their quantities required for each type of maintenance

schedule per compressor. c) Type and number of man days required for each type of maintenance

schedule per compressor. The bidder shall plan such maintenance during non-peak hours and in consultation with the Engineer In Charge (EIC) of HPCL. Any maintenance that needs to be taken up shall be well planned in advance with due approval of the EIC.

14.3.4 The bidder shall use only OEM’s certified spares during maintenance. In case, the schedule maintenance of the OEM manual recommends to check and replace parts like valve spring, valve plates, piston rings etc. after certain time interval, same shall be replaced or used further only on approval from the HPCL

Page 61: 650 scm.pdf

60

representative. However any unto ward consequences for non-replacement of such parts shall be the responsibility of the bidder.

14.3.5 All routine and periodic checks / inspections required to be done as per OEM recommendation shall be done by the bidder. Instruments required for above inspection like vernier caliper, micrometer screw gauge, fill gauges, bore gauge etc shall be in scope of the bidder and these instruments shall be calibrated every year and the calibration certificates to be kept at site.

14.3.6 All parts replaced by the bidder during the above contract period shall be properly packed and handed over to HPCL, on replacement.

14.3.7 The supplier shall submit a copy of the daily / weekly / fortnightly / monthly / bimonthly / quarterly and yearly performance report to the EIC in both soft and hard form. All stationery including the printed material shall be in scope of the bidder.

14.3.8 All the maintenance / inspection job carried out by the bidder shall be recorded and the report of the same shall be jointly signed by HPCL representative.

14.3.9 The EIC will be final authority to take decision with regards to maintenance or replacement of parts or any disagreement between the bidder and HPCL, during the execution of the contract.

14.3.10 The bidder shall carryout calibration of gas detectors and flame detectors every six months or earlier as per requirement or instruction of EIC of HPCL. Also yearly calibration of all instruments such as pressure gauges, transmitters, switches, mass flow meters etc shall be in the scope of the bidder. In addition to the above all safety relief valves shall also be tested and calibrated every year.

Calibration shall be done from government-approved laboratories and shall be carried out at least 15 days prior to the calibration due date. The bidder shall keep 1 set of safety relief valves in spare for the purpose of calibration. The bidder shall carry out retesting of pressure vessels periodically as per Gas Cylinder rules 1981 or Static & Mobile Pressure Vessels Rules.

The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The bidder shall plan such maintenances during non peak hours and in consultancy with the Engineer In Charge (EIC) of HPCL. Any maintenance that needs to be taken up shall be well planned in advance with due approval of the EIC. The scope shall include preparation of maintenance schedule for carrying out the maintenance during the contract period.

14.3.11 In case, the schedule maintenance of the OEM manual recommends to check and replace parts like valve spring , valve plates , piston rings etc. after certain time interval, same shall replaced in the presence of HPCL representative.

16.0 MAINTENANCE OF COMPRESSOR FOR ONLINE CNG STATION The brief scope of work is as given below :

16.1 SCOPE OF WORK

Page 62: 650 scm.pdf

61

i) Bidder to draw up a detailed schedule for monthly, quarterly and annual maintenance of the facility in consultation with HPCL and as per the details given hereunder and follow it strictly. This will based on the equipment manufacturer recommendation of the preventive maintenance requirements and established mandatory / recommendatory standards.

ii) Corrective action shall be taken as identified during the inspection and proper records

shall be maintained. iii) If for the purpose of Maintenance any equipment or its components is to be removed

disassembled which is under pressure, is hazardous and shall not be undertaken unless the system is de-pressurized, gas free and certified.

iv) The Maintenance is to be carried out after obtaining work permit as per OISD –105

and such shall be undertaken with full knowledge and approval by authorized person of HPCL.

v) Equipment appurtenances, protection devices associated with the dispensing unit as

incorporated in the design and approved by CCE shall be tested, maintained, repaired and replaced as recommended by the original manufacturer from time to time.

vi) Checklist shall cover conformity with the design intention, operating and maintenance

procedures, preventive measure and protection systems and safety practices.

16.2 STATUTORY REQUIREMENTS TESTING OF RELIEF / PROTECTION SYSTEM A schedule for testing of Relief Valves and Protection System of various equipment shall be as under :

Equipment / Facility Frequency Agency Mechanical Relief Valve Once in a year Competent person High Level Alarm of Storage Vessel (BOD)

Once in 6 months Competent / Authorized person

Remote Operated SOV of priority panels

Once in 6 months Competent / Authorized person

Equipment / Facility Frequency Agency

Pump for Lubricating oil, cooling water, if any

Once in 6 months Competent / Authorized person

Emergency Push Button Trips

Once in a month Competent / Authorized person

V-belts Coupling Once in 6 months Authorized person Fire Extinguishers Once in 6 months Authorized person

16.3 CASCADE SYSTEM

Sensors have definite life spans and have tendency to drift significantly with time : i) Test each sensor on a monthly basis ii) Recalibrate all sensors and inputs once a quarter. Non-Schedule i) Readjust whenever the drift exceeds 5% of the full scale.

Page 63: 650 scm.pdf

62

16.4 GENERAL DESCRIPTION OF THE MAINTENANCE WORK 1. Cleaning of the filter / strainer in the compressor unit. 2. Checking of control panel – checking of the circuit, cleaning of the contactors

etc. 3. Visual checking of CNG piping both above ground and in trenches. 4. Checking Level Monitoring System and Alarms 5. Pneumatic Circuit Air Line to be checked for any kinks / leak etc. 6. Functioning of SOV 7. Leak test for all manual valves 8. Strainer to be cleaned every 3 months 9. Function of the Emergency Shut Down System and shutting of the system 10. Condition of the Electrical cables. 11. Checking the condition of the Pressure Relief Valve, Temperature Relief

Valves provided on the CNG tank and piping. 12. Calibration of the Pressure Gauges & Temperature Gauges 13. Calibration of the Differential Pressure Switch, if any 14. Calibration of all sensors of the gauging system

16.5 TERMS & CONDITIONS i) The party shall be in a position to arrange for repairs with in 3 hours notice by

the Manager – CNG Mother Station. ii) Party has to arrange for all tools & tackles of his own for carrying out

maintenance work for which no extra payment will be made. Spares shall be given by HPCL free of cost.

iii) Records of all checks / test results shall be maintained at the CNG Mother

Station with second copy marked to Manager – Engineering, Regional Office. In addition, a monthly report shall be submitted to HPCL.

iv) HPCL will not provide for transportation, travelling or for any other expenditure

incurred by the party assigned for this work. Rates quoted shall be inclusive of all the above expenses.

v) Party to obtain permits – Hot and Cold work before starting the maintenance

work. vi) Party to give the details of the Engineer, Technician and Helper – their

educational qualification, past experience along with the Unpriced Bid. vii) The party shall not sublet the work viii) The rates quoted shall be inclusive of all taxes – service tax etc.

16.6 MAINTENANCE AND SPARES A) Maintenance and Repairs during the one year guarantee period after

completion / handing over / commissioning of the Compressor for Mother Station

Page 64: 650 scm.pdf

63

It will be the responsibility of the Vendor to maintain the complete maintenance record with in the guarantee period including the cost of the replacement of any parts with in the guarantee period.

B) Maintenance and Repairs for two years after guarantee period is over on

yearly basis.

Vendor to quote for the Maintenance and Repairs of the compressor for Mother Station . Vendor to give indicative list of the spares required for years working along with prices. The scope of the work will be as per the details give above. Please note the scope of work for maintenance is only indicative and it will be the full responsibility of the party, for the maintenance of the compressor unit in totality.

Please note that the rates quoted for Operations, Maintenance and Repairs for two year period after the expiry of the first year guarantee period will taken for commercial evaluation of the bid. However, a separate Purchase Order will be placed for it after the expiry of the guarantee period.

16.7 PAYMENT TERMS i) Payment shall be made quarterly i.e after every three months subject to

carrying out the Maintenance as per the Scope of Work. ii) Payment shall be made from the Commercial Department HPCL, Mumbai

within 15 days from the date of receipt of Bill certified by Manager – CNG Mother Station, Ahemdabad, at our commercial department. Payment shall be made by cheques, drawn at Mumbai.

iii) Income Tax and other taxes if any, will be deducted at source as per rules, at

prevailing rates unless certificate, if any for deduction at lesser rate or nil deduction is submitted by the party from the appropriate authority.

Page 65: 650 scm.pdf

64

DRAWINGS AND DATA REQUIRED FROM VENDOR

(All drawings & Documents shall be in English Language only)

Certified Information Required after purchase order

DESCRIPTION PRINTS WITH BID Prints

for review

For records &

Information

Time from LOI in

weeks (To be indicated by vendor)

(1) (2) (4) (5) (6) A GENERAL A.1 Schedule for furnishing the vendor

data

A.2 A specific statement that CNG compressor package is in strict accordance with data sheet , technical specification & applicable standards, In case of any deviation, specific list with details & reasons for each deviation.

Yes Yes

A.3 General arrangement (GA) indicating battery limit for electric and piping connection & schematic diagram.

Yes Yes

A.4 A statement on oil consumption and minimum allowable oil temp.

Yes Yes

A.5 Flange details of piping connection with connection at battery limit.

Yes

A.6 Duly filled in experience record program

Yes Yes

A.7 Tentative load data for foundation design.

Yes Yes

A.8 List of sub-vendors with address / phone/ fax no. For all bought out items including electrical & instrumentation items.

Yes

A.9 Leaflet, catalogues for all items. Yes Yes A.10 O & M manual Yes B Compressor B.1 Data Sheet duly filled in. Yes Yes B.2 Catalogue of compressor Yes Yes B.3 Typical cross sectional drg. and

literature to fully describe the details of offering.

Yes Yes

- Compressor Yes Yes - Suction Yes Yes - Discharge valve Yes Yes - Piston rod gland packing

& piston rings. Yes Yes

- Lube oil pump Yes Yes B.4 V-belt & pulley with selection chart &

calculation Yes

Page 66: 650 scm.pdf

65

Certified Information Required after purchase order

DESCRIPTION PRINTS WITH BID Prints

for review

For records &

Information

Time from LOI in

weeks (To be indicated by vendor)

(1) (2) (4) (5) (6) B.5 Cooler data / drg with thermal &

mech. design calculation Yes Yes

B.6 Design calculation, GA drgs for pulsation dampner.

Yes Yes

B.7 Gas hydraulic oil, lube oil piping & instrument diagram

Yes Yes

B.8 Torque angle diagram, piston rod load VS crank angle.

Yes Yes

B.9 Torque speed characteristic Yes Yes B.10 Acoustic / mechanical evaluation

report Yes

B.11 Itemized price list of spares Yes Yes B.11 Itemized list with price of spares for

erection / commissioning. Yes Yes

B.12 Item list of spares for one year warrantee period

Yes Yes

B.13 Drg. For testing arrangement & test procedure to be adopted.

Yes Yes

B.14 Quality Assurance Plan (QAP) and Quality Procedure

Yes

B.15 Certificate for following Yes a) Hydraulic testing Yes b) Non destructive testing Yes c) Material composition &

physical properties. Yes

d) Leak proofness list of frame

Yes

e) Lube pump, frame oil pump, hyd. Oil pump

Yes

B.16 Design / Actual assembly clearance chart

Yes Yes

B.17 Test records of following Yes a) Mechanical running Yes b) Performance test Yes c) Noise level test Yes B.18 List of special tools & tackles for

installation & maintenance Yes Yes

B.19 Filled in air cooler data sheet Yes Yes C

INSTRUMENTATION AND ELECTRICS

C.1 Drawing & document index Yes C.2 Instruments and electric motor data

sheets Yes Yes

C.3 Start up and shut down write up Yes Yes C.4 Start up & shut down inlet lock

diagram Yes Yes

Page 67: 650 scm.pdf

66

Certified Information Required after purchase order

DESCRIPTION PRINTS WITH BID Prints

for review

For records &

Information

Time from LOI in

weeks (To be indicated by vendor)

(1) (2) (4) (5) (6) C.5 Alarm & shut down list with set point Yes Yes C.6 Control panel layout Yes C.7 Termination diagram, panel writing

detail Yes

C.8 Loop schematic Yes C.9 Inter connecting diagram Yes C.10 Cable schematic Yes C.11 Bill of material Yes C.12 Inspection & test procedure Yes C.13 Test / Inspection certificate Yes C.14 List of relief valves with settings Yes C.15 P & ID of priority panel. Yes

Note: 1) The above documents shall be given by supplier after placement of order and approval of

drawings/ document as explained above. a) CD ROM – 2 sets; b) 6 sets of prints; c) one set of transparency d) 2 nos CD ROM of software for compressor PLC

2) The drawing submitted with bid will not be considered as final. Successful bidder shall submit final drawing as per scope defined in tender for approval.

Page 68: 650 scm.pdf

67

GUARANTEED PARAMETERS ELECTRIC MOTOR DRIVEN COMPRESSOR

Sr No Description

1 Compressor capacity in SM3/ Hr at suction pr 16 kg/cm2 disch pr 255 kg/cm2 and gas inlet temp 30°C. ( Min. capacity shall be 650 SCM/Hr)

2 Electric power consumed by compressor package including power absorbed by following auxiliaries along with transmission losses and at guaranteed flow at specified conditions

a) Lube oil pump motor b) Inter cooler fan motors c) Cooling water pump motors

Electric power consumed by following auxiliaries shall not be included in the above electric power consumption figure.

d) Air compressor motor e) Exhaust fan motor f) Control panel & enclosure lighting

3 Sound level of enclosure (required 65), dBA Note: Bidder shall indicate realistic power consumption. If fuel consumption indicated by

bidder is less than 3% of average power consumption (APC) of all techno-commercially successful bidders his power consumption may be increased the APC in case he fails to submit satisfactory power consumption calculation.

Page 69: 650 scm.pdf

68

NATURAL GAS COMPOSITION

Component % Mole Methane 80 – 97 Ethane 1- 8 Propane < 3.3 I-Butane < 2 I-Pentane N-Pentane Hexane (+)

< 0.25

Carbon Dioxide 0.206 Nitrogen Max. 8% by Volume

Page 70: 650 scm.pdf

69

GAS QUALITY SPECIFICATIONS

Gas shall be determined to meet the specifications if the Gas :- a) shall be merchantable Gas commercially free from objectionable odours, solid

matter, dust, gums, and gum forming constituents, or any other substance which interferes with its intended purpose or causes interference with the proper and safe operation of the lines, meters, regulators, or other appliance through which it may flow :

b) shall not contain free water.

c) shall contain no hydrocarbons in liquid form at the temperature and pressure at

which the Gas is delivered at the Entry Point.

d) shall not exceed a hydrocarbon Dew Point in excess of minus three (3) degrees Celsius below 100 Bar (One Hundred Bar).

e) shall contain not more than 0.2 volume percent by quantity of oxygen and

shipper shall make every reasonable effort to keep the Gas free of oxygen.

f) shall contain not more than 3.0 volume percent by quantity of carbon dioxide.

g) shall not contain any toxic or hazardous substance in concentrations which, in the normal use of the Gas, result in an unacceptable risk to health, is injurious to pipeline facilities, is a limit to merchantability or contrary to applicable governmental standards.

h) shall have a Gross Heating Value between 8853.83 kcal/scm and 10517.58

kcal/scm and have a Wobbe-index in the range of plus or minus 10 (ten) percent from the base Wobbe – Index of 11739.65 kcal/scm.

i) shall have a temperature of not less than 4.45 degrees, Celsius and not more

than 45 degrees Celsius; and Shipper shall furnish, install, maintain and operate or cause such activities to occur, such drips, separators, heaters and other mechanical devices as may be necessary to effect compliance with such quality specifications. Shipper shall obtain the prior approval of Transporter with regard to the design and construction of such facilities.

j) shall have the following limits of Composition

i) shall contain not more than a combined total of 8 (eight) percent by

volume of inerts, including carbon dioxide, nitrogen and any other inert compound.

ii) shall contain not more than 15 (fifteen) milligrams of mercaptan sulphur

per Standard Cubic Metre of Gas shall contain not more than 50 (fifty) miligramps of total sulphur per Standard Cubic Metre of Gas.

iii) shall contain not more than 7 (seven) milligrams of hydrogen sulphide per

Standard Cubic Metre of Gas (the Gas shall not contain any entrained hydrogen sulphide treatment chemical (solvent) or its by-products,.)

Page 71: 650 scm.pdf

70

CHECKLIST: SCOPE OF SUPPLY RECIPROCATING GAS COMPRESSOR (ELECTRIC MOTOR DRIVEN) PACKAGE

Notes : (i) Bidder shall furnish all equipment, drivers, auxiliary systems, instruments and

controls and safety devices as per the enquiry document. Anything required over and above what is specified, for safe and satisfactory operation of the equipment package shall be included by the bidder in his scope.

(ii) Bidder to write YES/NO against each item. Bidder is required to include complete

scope, as such 'NO' is not warranted. However, in case for any of the items if ven-dor's reply is 'NO', vendor should give reasons for the same:

(iii) Bidder's scope of supply shall include but not be limited to the following:

Sr. No.

Description Specified by

Purchaser (Yes/No)

Included by Bidder

(Yes/No)

Remarks

1 Each Reciprocating Compressor package complete with :

1.1 Electric Motor Driven

Yes

1.2 Process equipment such as separator complete with supports, manual drain with double isolation valves, and automatic drain system for separators

Yes

1.3 Air cooled, lube oil, cooling water, inter-stage and discharge gas coolers with necessary air cooling arrangement

Yes

1.4 Combined or separate closed circuit cooling water system for compressor (As required)

Yes

1.5 Lubricating oil system for compressor (if lubricated).

Yes

1.6 Safety relief valves on each stage of the compressor

Yes

1.7 All interconnecting oil, gas, water, air piping within the compressor package

Yes

1.8 All valves, tubing, fittings as specified and required within the compressor package

Yes

Page 72: 650 scm.pdf

71

Sr. No.

Description Specified by

Purchaser (Yes/No)

Included by Bidder

(Yes/No)

Remarks

1.9 Common skid for motor driven compressor and other auxiliary systems

Yes

1.10 Acoustic enclosures for engine & compressor for noise attenuation up to 65 dBA @ 1 m distance fitted with fire detection and extinguishing system as specified

Yes

1.11 Instrumentation and control system complete with PLC based control panel, instrumentation as specified.

Yes

1.12 Cabling with cable trays for all the electrical devices within the package.

Yes

1.13 Compressor volume flow meters with electronic corrector, totalizer and associated equipment

Yes

1.14 Inlet Pressure Regulators (Compressor Suction)

Yes

1.15 Priority Panel (as specified) at Package Discharge

Yes

1.16 Compressor gas inlet Y-type temporary strainer, permanent inlet filter .

Yes

1.17 Y-type strainers, valves, sight flow indicators, check valves, auto/manual drain traps as required for various compressor auxiliary systems, i.e. frame lubrication system, cylinder lubrication, cooling water systems etc.

Yes

1.18 Manual package isolating valves and auto inlet isolation valve

Yes

1.19 All couplings and guards Yes

Page 73: 650 scm.pdf

72

Sr. No.

Description Specified by

Purchaser (Yes/No)

Included by Bidder

(Yes/No)

Remarks

2 Spares and Tools / Tackles 2.1 Mandatory Spares if specified in the TS ”

(Indicate separate price for each item) No

2.2 Erection and commissioning spares as recommended by Bidder including lube oil consumables etc. as required for erection & commissioning of each compressor package.

Yes

2.3 Two year normal operation and maintenance spares over and above the spares as required during one year warranty period normal operation and maintenance of each package by the bidder

Yes

2.4 Quote for five year Normal operation & maintenance spares (excluding lube oil etc.)

No

2.5 Special tools and tackles required for normal operation & maintenance of each equipment of compressor package as required and recommended by the bidder

Yes

3 Inspection and Testing 3.1 As specified on the datasheets and tech. Spec. Yes 4 Vendor data and drawings

4.1 All data & drawings as required per VDR format Yes

5 Erection, commissioning and trial runs at site of the complete package

Yes

6 Miscellaneous 6.1 Foundation and anchor bolts excluding civil

works Yes

6.2 Torsional analysis report of engine/motor compressor train assembly

Yes

6.3 Acoustical and mechanical analysis report & pulsation study (apporoach-3)

Yes

6.4 Additional items not specified by purchaser but recommended by bidder for safe smooth and normal operation. (Bidder shall indicate separate list of such items in his proposal)

Yes

7 One year operation maintenance contract including all operating spares including consumables

Yes

(PLEASE REFER ANNEXURE I, II & III FOR DETAILS)

Page 74: 650 scm.pdf

73

DATA SHEET –COMPRESSOR

1 GENERAL 2 PROJECT: : CNG INFRASTRUCTURE FOR AHMEDABAD CITY. 3 OWNER: M/S HPCL 4 SERVICE: PROCUREMENT OF CNG COMPRESSORS SITE: NO. REQD : SIX NOS. ELECTRIC DRIVEN GAS COMPRESSOR 5 COMPRESSOR

CAPACITY : 650 SCMH FOR ELECTRIC MOTOR DRIVEN.

DRIVER: ELECTRIC MOTOR

6 NOTE: � SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER � INFORMATION REQUIRED FROM VENDOR.

7 � MANUFACTURER: � MODEL NO.: 8 � PLACE OF MANUFACTURE: 9 � NO. OF STAGES: �

� CYLINDER ARRANGEMENT: �

10 CYLINDER LUBRICATION: � LUBRICATED � MINIMUM LUBRICATED � NON LUBRICATED

11 � DRIVER TYPE: GAS ENGINE 12 � DRIVE: �V – BELTS (ANTI-STATIC TYPE) � DIRECT

WITH COUPLING 13 � DIRECTION OF ROTATION (FACING DRIVEN END): � CLOCKWISE �

COUNTER CLOCKWISE 14 � SITE / INSTALLATION DATA 15 SITE

DATA:

AMBIENT TEMP. (0 F):

MAX: MIN:

110 51

16

RELATIVE HUMIDITY (%):

MAX: 82 17

ALTITUDE (M):

APPROX. 55 M above MSL

18 EARTH QUAKE ZONE V WIND VELOCITY (M/SEC) 39 (MAX)

19 INSTALLATION: �OUTDOOR 20 � MOUNTED ON A COMMON SKID ALONGWITH DRIVER, ENCLOSED

INSIDE A ACOUSTIC ENCLOSURE 21 � ELECTRICAL AREA HAZARD: 22 CLASS/ZONE: CLASS I ZONE I DIVISION: I GAS GROUP: D,

GROUP IIA, IIB 23 APPLICABLE CODES AND STANDARDS 24 COMPRESSOR:

Preferably API 618 Latest Edition

PIPING: ASME/ANSI B 31.3

25 PRESSURE VESSELS: ASME SEC-VIII, DIV-1.

GAS COOLER: API 661

26 OIL COOLER: TEMA `C’. SOUND: 65 DBA @ 1M FROM ENCLOSURE

Page 75: 650 scm.pdf

74

27 �AUX. ELECT. MOTORS: 28 CONTROL PANEL & INSTRUMENTATION REFER: TECHNICAL

SPECIFICATION 29 UTILITIES DATA 30 � Cooling Water 31 � Type: � Supply temperature (0C): � Max

return temperature (0C): 32 � Fouling Factor: � Supply pressure (kg/cm²G): �

Min. return pressure(kg/cm²G): 33 � Design pressure (kg/cm A): � Design

temperature (0C): 34 � Water Flow Rates (m3/hr) 35 � Electricity 36 Auxiliary Motors: V Ph

Hz 37 Oil Heaters: V Ph Hz 38 Solenoid Valves: A.C/D.C V Ph

Hz 39 Instruments: A.C/D.C V Ph

Hz 40 Local Panel INDI./Alarm/Ann : A.C/D.C V Ph

Hz 41 Local Panel Trip Circuit: A.C/D.C V Ph

Hz 42 UPS: KVA, V Ph Hz 43 � Total Utility Consumption 44 � Cooling Water (Make UP) (m3 /hr) 45 � Power (Auxiliaries) (kW) 46 � Power (Heaters) (kW) 47 REMARKS: 48 Vendor/Bidder should estimate the requirement for all the Utilities and

indicate the same in tabular form. 49 � CONSTRUCTION / DESIGN FEATURES 50 Nomenclature Unit Stage#1 Stage#2 Stage#3 51 Cylinders 52 No of Cylinders - 53 Single Acting (SA) /

Double Acting (DA)

54 Cylinder Bore / Stroke

mm / mm

55 Rotational Speed RPM 56 Linear Average

Piston Speed m/sec

57 Piston Displacement m3/ hr 58 Cylinder Liner (Yes /

No)

59 Type of Cylinder Liner : Dry/Wet -

60 Clearance Pockets Yes / No

61 Max. Allow. Working Pressure, Cylinder

kg/cm²a

62 Max./Min Allow. Working Temp.,

0C

Page 76: 650 scm.pdf

75

Cylinder 63 M.A.W.P, Cylinder

@ Amb. Temp. kg/cm²a

64 Safety Valve Set Pressure, Cylinder

kg/cm²a

65 G Helium Test Pressure, Cylinder

kg/cm²a

66 Hydrostatic Test Pressure, Cylinder

kg/cm²a

67 Cylinder Jacket Cooling Type As reqd.

68 Cooling Media, Cylinder Jackets Water /AIR

69 Max. Allow. Working Pressure, Cyl. Jacket

kg/cm²a

70 Hydrostatic Test Pressure, Cyl. Jacket

kg/cm²a

71 Suction Nozzle Size/Rating/Position

72 Discharge Nozzle Size/Rating/Position

73 Suction Valve Number

74 Average gas Velocity

m/sec

75 Discharge Valve Number

76 Average gas Velocity

m/sec

77 Type of Suction valve -

78 Type of Discharge valve -

79 Suction Valve Unloaders Yes / No

80 Clearance Pockets Unloaders Type

81 Piston Rod Diameter Mm 82 Rod Reversal at

Crosshead Pin (min.)

Deg.

83 Piston Rod Run out Operating

84 Max. Allow. Rod Load Comp.

Kg

85 Tension Kg 86 Rod Load Comp. Kg 87 Tension Kg 88 Rod Load at R.V Set

Comp. Kg

Page 77: 650 scm.pdf

76

89 Distance piece / Packing

90 Type of Packing 91 Vent Connected to

common exhaust header

92 Packing Cooling 93 Type of Distance

Piece

94 Cyl. Side Compartment Purged

95 Frame Side Compartment Pressurized

96 Distance Piece purge gas Pressure

Mm H2O

97 Distance Piece purge gas Flow

Nm3 /hr

98 Distance Piece Vent to

Safe Height

Safe Height

Safe Height

99 Distance Piece Hydrostatic Test Pressure

kg/cm²G

100 ## Packaging should be connected to vent header Ref 7.19.4 of API-11 101 Frame 102 Replaceable

Crosshead Shoes Yes / No

103 Crosshead Guide Integral / Separate

104 Maximum Frame Rating

KW

105 Speed – Maximum/ Minimum

Rpm

106 � Lubrication Systems 107 Type of lube system Piping material 108 -- 109 Main Oil Pump Driven By : Stainless Steel (all piping & valves Trims) 110 Standby Oil Pump if any ,

Driven By : Auxiliary oil tank

111 Hand Operated Prelube/Priming Pump:

Oil Grade :

112 Suction Strainer Lube Oil Consumption 113 Pressure Control Valve Main Pump Make : Model : 114 Level Sight Glass on the

Crankcase Type : Material :

115 Type of Oil Cooler : Standby Pump Make : Model :

116 Size of Filter: Type : Material : 117 Oil Heater (if required). 118 Electric Heater with thermostat

(Kw)

Page 78: 650 scm.pdf

77

119 Thermostatic Valve 120 Type of Cylinder Lubrication Lubricator Equipped With : 121 Lubricator Type: Manzel or

Equivalent. Level sight glass

122 Single plunger per feed Oil heater electric with thermostat 123 Divider blocks type. Electric Heater (Kw) (if required) 124 Lubricator Driven By : Auxiliary Oil Tank (if required) 125 Compressor Shaft Oil Grade : 126 Electric Motor KW Oil System Capacity: (min 30 Hrs.) 127 All tubing and valves in SS Oil Consumption. Rate 128 Double Ball Check valve on

each lubrication point

129 � Cooling System 130 � Static filled coolant system for 131 All Stage Cylinders � 1 Stage Cylinder/s � 2 Stage Cylinder � 3 Stage

Cylinder/s 132 Including expansion chamber, Vents, Drains, Level Gauge, Pipings, etc. 133 All Piping prefabricated� Material 134 �Atmospheric thermosyphon cooling system for 135 All Stage Cylinders � 1 Stage Cylinder/s � 2 Stage Cylinder/s � 3 Stage

Cylinder/s 136 Including expansion tank, Vents, Drains, Coolers, and Level & Temp.

indicators, Piping, etc. 137 All Piping prefabricated. � Material 138 �Forced Cooling Water System 139 All Stage Cylinders � 1 Stage Cylinder/s � 2 Stage Cylinder/s � 3 Stage

Cylinder/s 140 � Packings � Oil Coolers � Gas Coolers 141 � Including drains, Vents, flow & temp. Indicators, regulating & Isolation

valves, complete piping to provide one 142 � Common inlet and one common outlet connections for purchaser's

interface terminated by a flanged block valve 143 � Block valve. 144 � Each isolatable circuit to be provided with thermal relief valve. 145 All Piping prefabricated. � Material 146 � Self contained, forced circulation, closed circuit Cooling Water System (if

reqd.) 147 All Stage Cylinders � 1 Stage Cylinder/s � 2 Stage Cylinder/s x 3 Stage

Cylinder/s 148 � Packing� Oil Coolers � Gas Coolers 149 � Including drains, Vents, flow & temp. Indicators, Temp. Control Valve,

Regulating & Isolation valves, complete piping 150 � Main circulating pumps with drivers & suction strainers � Single Coolers 151 � Reservoir (Make Up) � Heater (if required) 152 � Pumps, Reservoirs, Coolers etc. to be mounted on a common skid as to

make a separate console. 153 � Material of piping: 154 � Type of coolant: 155 � Jacket cooling 156 � Gas Piping System 157 � Vendor's Supply Includes: � Separator 158 � Pulsation suppression equipment as per ‘next’ page 159 � Suction Filter:

Page 79: 650 scm.pdf

78

160 � Temporary Strainer on Compressor Suction 161 � Type of Strainer: 162 � Relief Valves: on compressor � suction � Inter-

stage � on compressor discharge 163 � Check Valve on Discharge Line (compressor valve

design, and suction line) 164 � Process Gas Coolers Complete With Manual Drain

Valve 165 � Separators Complete With Manual/ Automatic Drain

Values 166 � Process Gas Piping 167 � Supply starts at inlet flange of CNG PACKAGE 168 �Terminates after priority panel with isolation valve 169 � Materials: 170 � By-Pass Line Piping 171 � Between 3rd stg. discharge and 1 st stg. Suction 172 � Gas cooler 173 � Interconnecting Piping Between Packing Vents, PSV Relief

terminating to Vent Recovery System. 174 � Interconnecting piping between distance piece terminating to Vent

Recovery System upto package B/L 175 � Interconnecting piping between Drains terminating as a single point 176 � Interconnecting piping between Instrument Air terminating 177 � Pulsation Suppression Equipment 178 Stage #: Stage#1 Stage#2 Stage#3 179 Suction 180 Puls.

Equipment Required Yes/No

YES YES YES

181 Inlet Pressure

182 Residual Peak to Peak Pulsation % As per API 618 ( APPROACH –3 ), Cl 3.9.2.7

183 Inlet Nozzle Size / Rating/Position

184 Discharge Nozzle Size / Rating/Position

185 Design Pressure Kg/cm²a

186 Design Temperature 0C

187 Volume 188 Material

: vessels SA 516 Gr.60 SA 516 Gr.60 SA 516 Gr.60

Page 80: 650 scm.pdf

79

189 Internals 190 Corrosio

n Allowance mm

3mm 3mm 3mm

191 Hydrostatic test Pressure kg/cm²,g

1.3XMAWP 1.3XMAWP 1.3XMAWP

192 Discharge 193 Puls.

Equipment Supplied Yes/No

YES YES YES

194 Inlet Pressure 195 Residual Peak to Peak

Pulsation % As per API 618, Cl 3.9.2.7

196 Inlet Nozzle Size / Rating/Position

197 Discharge Nozzle Size / Rating/Position

198 Design Pressure Kg/cm²a

199 Design Temperature 0C

200 Volume 201 Material

: vessels SA 516 Gr.60 SA 516 Gr.60 SA 516 Gr.60

202 Internals 203 Corrosio

n Allowance mm

3 3 3

204 Hydrostatic test Pressure kg/cm²,g

1.3XMAWP 1.3XMAWP 1.3XMAWP

205 Design Code:. ASME SECT. VIII DIV. 1 Code Stamping 206 Analog Piping Study / Acoustic Simulation, As per Approach 3, Cl. 3.9.2.6

API618, 4th edition 207 Upstream / downstream Inter-stage 208 Performed By: �Vendor � Any other agency having similar experience 209 Piping Mechanical Analysis 210 Performed By: �Vendor � Any other agency having similar experience 211 � Automatic Drain Valves For Each Stage suction KOD

Page 81: 650 scm.pdf

80

212 � Capacity Control 213 � Start / Stop, based on discharge receiver pressure: Fully Automatic 214 Unloading for Start up/Shut down :Automatic Through � Valve Unloader �

Recycle Valve 215 � Interlock against loaded start 216 � Automatic Control based on 217 � Suction Pressure� Discharge Pressure � Flow Manual Signal 218 � Type of Actuator � Actuation fluid to load � Actuation fluid to unload 219 � On Power / Actuation fluid failure : Compressor to � Load � Unload 220 � Continuously � Maximum Hrs. 221 � Continuously � Maximum Hrs. 222 � At All other capacity, Compressor should run continuously 223 Vendor's scope Should Include : 224 � Pilot Devices (pressure / temperature / Flow devices ,Controllers &

Switches) 225 � Intermediate Devices (Solenoid Valves | Pneumatic Relay / Valves) 226 � Actuators 227 � Recycle valves 228 � Control Logic and System for Complete Capacity Control 229 � Inter Connecting Tubing, Piping, Cabling & Wiring 230 � Protection against extended unloaded operation (Trip) 231 � Valve unloaders are required as such Compressor should start / stop at

specified receiver pressures. 232 � Purchaser's Interface 233 Type of Interface

(Single Point) Size Rating Face Position/Locati

on 234 Main Gas Piping

Inlet

235 Main Gas Piping Outlet

236 Relief Valves discharge

237 Distance Piece Vent

238 Packing Vent 239 C.W. Inlet 240 C.W. Outlet 241 N2 Inlet Supply 242 N2 Vent (Safe

location)

243 Drains 244 � MATERIALS 245 Cylinder Materials 246 Stage 1 Stage 2 Stage 3 Stage 247 Cylinder * * * 248 � Liner * * * 249 � Piston * * * 250 Piston Rings PTFE PTFE PTFE 251 Rider Rings PTFE PTFE PTFE 252 Piston Rod * * * 253 � Packings Rings * * * 254 � Valve Seats * * * 255 � Valve Stops * * *

Page 82: 650 scm.pdf

81

256 Valve Rings / Plates * * * 257 Valve Springs * * * 258 � Cylinder Head * * * 259 Motion Work Materials : 260 Material /

ASTM Grades

261 Top Cover * 262 Crankcase * 263 Crankshaft * 264 Connecting Rods * 265 Cross heads * 266 Cross Head Shoes * 267 Cross Head Guide * 268 Main Bearings Type * 269 Cross Head Pin

Bearings Type *

270 Connecting Rod Bearings Type

*

271 Cross Head Pin Type * 272 Notes : * * � Bidder to indicate the material 273 Each package should be provided with two number drain lines, one from

Suction KOD and second drain as common drain line from intermediate and discharge KOD routed to drain vessels through gas recovery vessels

274 � CONTROLS & INSTRUMENTATION 275 � AC Power On/Off Switch With Indication Lamp 276 � Control Power On/Off Switch With Indication Lamp YES 277 � Selector Switch A/M Station For L/O Pump Motor 278 � Selector Switch A/M Station For CW Pump Motor 279 � Emergency Stop Push Button 280 � Start Push Button For Air Compressor Motor 281 � Emergency Stop Push Button for Main Motor 282 � Lamp Test Push Button 283 � Alarm / Trip Acknowledge / Reset Push Button 284 � Frame Oil Heater ON (Indicating lamp) 285 � Lubricator Oil Heater ON (Indicating lamp) 286 � Engine Interlock Against Loaded Start 287 � Engine Interlock Against Start Without Prelubrication 288 Notes : 289 Minimum required indications, alarms & trips are shown herewith. Bidder

should provide any additional instrumentation for safe operation. 290 Compressor should start stop at pre determined receiver pressure as

specified. Bidder should include in his 291 Scope includes the necessary hardware for the same. 292 INSPECTION AND TESTS

293 Material Composition and Physical Properties Certificates Required For: 294 � Cylinder and Liner � Piston 295 � Crankshaft � Connecting Rod 296 � Pressure Vessels � Heat Exchangers 297 � X-Ray Examination for components: Pressure Vessels (certificates to be

furnished). 298 Required Observed Witnessed 299 � Mech. Running Test with

shop Driver (4 Hours min.) � � �

Page 83: 650 scm.pdf

82

300 � Performance Test at Works as per IS 5456/PTC9/BS 726

� � �

301 � Partial Stripping and internal inspection

� � �

302 � Functional/Continuity Tests - Control Panel.

� � �

303 � Field Trial Run 20 Hrs. under Vendor's Supervision (Package)

� � �

304 � Valve Leak Test � � � 305 � Lube Oil Console Run test � � � 306 � Closed Circuit C.W.

System test � � �

307 � During package performance test 308 �Test Certificates Required For: 309 � Auxiliary Motor & Pumps � Safety Relief Valves 310 � Safety Switches � Solenoid Valves 311 � WEIGHTS 312 Overall supply (excluding driver and gear box, if any) Kg. approx. 313 Maximum erection weight Kg. approx. 314 Maximum maintenance weight Kg. approx. 315 Gear Box Kg. approx. 316 Driver Kg. approx. 317 SCOPE OF SUPPLY 318 � Compressor Assembly complete with frame, cylinders, cross head etc. 319 � Motion work lubrication system 320 � Cylinder and packing lubrication system 321 � Cooling system 322 � Process Gas system 323 � Local instrumentation 323 � Local Gauge Board 325 � Local Control Panel � PLC Panel � Man Machine Interface

located in Control Room 326 � Main driver (Gas Engine) 327 � Barring Device: � Manual � Electric.

Pneumatic 328 � Flywheel 329 � V-Belts with Pulley 330 � Couplings 331 � Driver Compressor 332 � Guards for moving parts � 333 � Base plate Common for Compressor and Driver 334 � Fabricated Steel skid Common for compressor, driver and accessories 335 � Ladders and platforms 336 � Special Tools - One Set for each package 337 � Anchor Bolts for Complete Package 338 � Piping supports and brackets : � prefabricated for piping in Vendor's Scope 339 � Supports For Cylinders & Auxiliaries, Prefabricated & fitted in the Package 340 � Commissioning Spares, erection and commissioning spares 341 � Spares as specified in the Job Specification 342 � Vendor Data as specified 343 NOTE : Refer checklist for scope of supply

NOTE: *TO BE FILLED IN BY VENDOR.

Page 84: 650 scm.pdf

83

DATA SHEET OF COMPRESSOR MOTOR

1 Project name: HPCL 2 Driven equipment Compressor 3 Tag No. / Equipment No. 4 Duty 5 Manufacturer 6 Type THREE PHASE, SQUIRREL CAGE INDUCTION

MOTOR, EFF2 rated 7 Frame designation 8 Output _______________________ KW 9 Voltage _____________________VOLT 415 V+/ - 10% 10 Full load current_______________AMP 11 Full load speed _______________ RPM 12 Enclosure TEFC/FLAMEPROOF/IP55 AS PER IS:4691-

1985 13 Mounting 14 Insulation Class F' - Temp. rise limited to Class - 'B' 15 Ambient temperature ____________°C 16 Temp. Rise by resistance __________ °C 17 Applicable Code 18 Full load torque ______________ Kg-m 19 Starting torque ________________FLT 20 Efficiency at _____________100% Load ________________________75% Load ________________________50% Load

21 Rotation viewed from DE 22 Bearing type No. 23 Type of Lubrication 24 Coupling / pulley DIRECT / FLEXIBLE 25 Net weight (approximate) __________kg 26 Cable size / type ______ mm sq. 27 Phase / connection / No. of terminal 28 Frequency _______________ Hz. 50 Hz + / - 5% 29 No. of poles ______________ 30 Locked rotor current___________%FLC 31 LR withstand time (HOT) _________Sec (COLD) Sec

32 Startor / rotor time constant _______Min 33 Power factor at - 100% Load - 75% Load - 50% Load

34 Break down or pull out torque ___ %FLT 35 Space heaters _________WATT / VOLT 36 GD Sq. of load __________Kg-m2 37 GD Sq. of motor __________Kg-m2 38 Starting time at 100% / 80% V-Sec 39 No. of starts – Hot / Cold 4 40 Vibration Level / Noise Level As per IS12065 / IS12075 41 Area classification CLASS - I, ZONE (DIV)-1, GAS GROUP IIA / II B

Page 85: 650 scm.pdf

84

DATA SHEET GAS DETECTION SYSTEM

1 TECHNICAL GENERAL 2 PROJECT: CNG & CITY GAS PIPELINE PROJECT FOR AHMEDABAD CITY.

3 OWNER: M/S HPCL SITE: AHMEDABAD 4 EQUIPMENT: GAS DETECTION FOR CNG STATIONS 5 NO. GAS DETECTION TYPE:

6 NOTE: � SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER �

INFORMATION REQUIRED FROM VENDOR. 7 � MANUFACTURER: � MODEL NO.: SIGNAL TRANSMISSION 8 � ANALOG: TRANSMISSION BY 3CORE SHEILDED CABLE 9 � MEASUREMENT CONTROL: 4mA to 20Ma 10 � SENSOR DRIFTS BELOW ZERO: 11 � MEASURING RANGE EXCEEDED: 12 � TRANSMITTER FAULT: 13 � MAINTENACE SIGNAL: 14 � HART COMPATIBLE: � SITE / ENVIRONMENTAL DATA 15 SITE DATA: 16 AMBIENT TEMP.

(0C): MAX:

17 MIN: 18

RELATIVE HUMIDITY (%):

MAX:

ALTITUDE (M): 19 INSTALLATION: �INDOOR 20 � ELECTRICAL AREA HAZARD: 21 CLASS/ZONE: CLASS I ZONE I DIVISION: I GAS GROUP: D, GROUP IIA, IIB � APPLICABLE CODES AND STANDARDS 22 � GAS DETECTION APPROVALS:

CENELEC :Exd IIC 6 � UL, CSA: Class 1, Div 1, Groups B,C,D

VOLTAGE OF SUPPLY 23 � OPERATING VOLTAGE: A.C/D.C V Ph

24 � IN-RUSH CURRENT: A.C/D.C 25 � POWER INPUT A.C/D.C � PHYSICAL SPECIFICATIONS 26 � ENCLOSURE: Nema 4+7 (IP65) 27 � SIZE 28 � WEIGHT � INSPECTION AND TESTS 29 � Physical Tests on site: REMARKS

Page 86: 650 scm.pdf

85

DATA SHEET- UV FIRE DETECTION SYSTEM

TECHNICALGENERAL 1 PROJECT: CNG & CITY GAS PIPELINE PROJECT FOR AHMEDABAD CITY. 2 OWNER: M/S HPCL SITE: AHMEDABAD 3 EQUIPMENT: UV FIRE DETECTION FOR CNG STATIONS 4 NO. FIRE DETECTION TYPE: 5 NOTE: � SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER �

INFORMATION REQUIRED FROM VENDOR. 6 � MANUFACTURER: � MODEL NO.: 7 � WAVE LENGTHS: � TYPICAL RESPONSE TIME: < 3 SEC @

50FT 8 � FIELD OF VIEW: � MINIMUM SENSOR RESPONSE TIME: 9 � SENSITIVITY � MAINTENACE SIGNAL: 10 � CLASSIFICATION: CLASS I, DIV 1,

GROUPS B, C & D: Eexd IIC, T5, IP66 � CLASS II, GROUP E,F & GCLASS III, TYPE 4X

11 � APPROVALS: CSA, FM, ATEX, CENELEC, CE MARKING 12

� ENVIRONMENTAL SPECIFICATIONS

13 � OPERATING TEMPERATURE RANGE: -40 (0C) to 85 (0C) 14 � STORAGE TEMPERATURE RANGE: -50 (0C) to 85 (0C) 15 � OPERATING HUMIDITY RANGE: 0% TO 100% RH NON-CON-DENSING 16 � ALTITUDE (M): 17 � EARTH QUAKE ZONE V 18 � INSTALLATION: � INDOOR � ELECTRICAL SPECIFICATION: 19 � INPUT POWER: 20 – 36 VDC, 24 VDC

@ 150Ma max. � COPM FAULT

20 �ANALOG SIGNAL: 4-20mA (600 Ohms Max.) � READY SIGNAL 21 � FAULT SIGNAL: 0Ma � UV SIGNAL: 22 � IR SIGNAL: � WARN SIGNAL: 23 � ALARM SIGNAL: � BAUD RATE: 24 � RELAY CONTACT RATING: 8A, 250VAC, 8A @

24VDC � RS-485 OUTPUT:

25 � RFI/EMI PROTECTION: COMPLIES WITH EN50081-2

� STATUS INDICATOR:

26 � FAULT MONITORING: � MECHANICAL SPECIFICATION: 28 � HOUSING: � LENGTH: 29 � DIAMETER: � MOUNTING: 30 � CABLE ENTRY: � WEIGHT:

SCOPE OF SUPPLY 31 � UV FIRE DETCTION SENSORS COMPLETE: 32 � DATA SHEET COMPLETED 33 REMARKS:

Page 87: 650 scm.pdf

86

OPERATING CONDITIONS: SUCTION PRESSURE: 14 kg/cm2

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE 2 Operating Case: SUCTION PRESSURE: 14 kg/cm² 3 Units Paramet

ers Stage 1

Stage 2 Stage 3

4 � Gas Handled (See Analysis) 5 � Corrosion Due to NON

E NONE NONE

6 Suction Conditions 7 � Pressure (@ Vendor's

B/L) kg/cm² 14

8 �Temp. (+@ Vendor's B/L)

0C 30

9 Discharge Conditions (Vendor's Battery Limit : 10 � Pressure (@ Vendor's

B/L kg/cm² 255

11 Pressure @ Cylinder Flg. kg/cm² 12 Temp., Adiabatic @Cyl.

Flange

0C

13 Temp.,Actual @Cyl.Flange 0C 14 Temp. After Cooler (Final

Stage)

0C < 52

15 Cp/Cv Ratio 16 Compr. Factor (Z2 ) or (Z

avg )

17 Operating Characteristics 18 Capacity (wet) SM3 /Hr 19 Mfr's Rated Cap. (Design) (No –ve tol.) 20 Actual Inlet Flow (wet) AM3 /Hr 21 Specific Gravity 22 V Belt / Coupling Losses KW 23 Volumetric Efficiency % 24 Valve Lift Suction / mm / mm 25 Valve Lift Area Suction/

Discharge mm2 / mm2

26 Valve Velocity m/sec 27 Speed RPM 28 Compressor Shaft Power

KW

29 Power consumed @ RV Set Pr.

KW

30 Driver Power KW 31 32 Average Molecular Weight

(wet/dry)

33 Net Calorific Value KCal/SCM NOTE: All the blank spaces to be filled by the Bidder. Temperature rise after cooling the gas in each stage shall be less than 150 °°°°C.

Page 88: 650 scm.pdf

87

OPERATING CONDITIONS: SUCTION PRESSURE: 16 kg/cm2 GUARANTEED CASE 1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE 2 Operating Case: SUCTION PRESSURE: 16 kg/cm² 3 Units Paramet

ers Stage 1

Stage 2 Stage 3

4 � Gas Handled (See Analysis) 5 � Corrosion Due to NON

E NONE NONE

6 Suction Conditions 7 � Pressure (@ Vendor's

B/L) kg/cm² 16

8 �Temp. (+@ Vendor's B/L)

0C 30

9 Discharge Conditions (Vendor's Battery Limit : 10 � Pressure (@ Vendor's

B/L kg/cm² 255

11 Pressure @ Cylinder Flg. kg/cm² 12 Temp., Adiabatic @Cyl.

Flange

0C

13 Temp.,Actual @Cyl.Flange 0C 14 Temp., Afterr Cooler (Final

Stage)

0C < 52

15 Cp/Cv Ratio 16 Compr. Factor (Z2 ) or (Z

avg )

17 Operating Characteristics 18 Capacity (wet) SM3 /Hr 19 Mfr's Rated Cap. (Design) (No –ve tol.) 20 Actual Inlet Flow (wet) AM3 /Hr 21 Specific Gravity 22 V Belt / Coupling Losses KW 23 Volumetric Efficiency % 24 Valve Lift Suction / mm / mm 25 Valve Lift Area Suction/

Discharge mm2 / mm2

26 Valve Velocity m/sec 27 Speed RPM 28 Compressor Shaft Power

KW

29 Power consumed @ RV Set Pr.

KW

30 Driver Power KW 31 32 Average Molecular Weight

(wet/dry)

33 Net Calorific Value KCal/SCM NOTE: All the blank spaces to be filled by the Bidder. Temperature rise after cooling the gas in each stage shall be less than 150 °°°°C.

Page 89: 650 scm.pdf

88

OPERATING CONDITIONS: SUCTION PRESSURE: 19 kg/cm2

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE 2 Operating Case: SUCTION PRESSURE: 19 kg/cm² 3 Units Paramet

ers Stage 1

Stage 2 Stage 3

4 � Gas Handled (See Analysis) 5 � Corrosion Due to NON

E NONE NONE

6 Suction Conditions 7 � Pressure (@ Vendor's

B/L) kg/cm² 19

8 �Temp. (+@ Vendor's B/L)

0C 30

9 Discharge Conditions (Vendor's Battery Limit : 10 � Pressure (@ Vendor's

B/L kg/cm² 255

11 Pressure @ Cylinder Flg. kg/cm² 12 Temp., Adiabatic @Cyl.

Flange

0C

13 Temp.,Actual @Cyl.Flange 0C 14 Temp., Afterr Cooler (Final

Stage)

0C < 52

15 Cp/Cv Ratio 16 Compr. Factor (Z2 ) or (Z

avg )

17 Operating Characteristics 18 Capacity (wet) SM3 /Hr 19 Mfr's Rated Cap. (Design) (No –ve tol.) 20 Actual Inlet Flow (wet) AM3 /Hr 21 Specific Gravity 22 V Belt / Coupling Losses KW 23 Volumetric Efficiency % 24 Valve Lift Suction / mm / mm 25 Valve Lift Area Suction/

Discharge mm2 / mm2

26 Valve Velocity m/sec 27 Speed RPM 28 Compressor Shaft Power

KW

29 Power consumed @ RV Set Pr.

KW

30 Driver Power KW 31 32 Average Molecular Weight

(wet/dry)

33 Net Calorific Value KCal/SCM NOTE: All the blank spaces to be filled by the Bidder. Temperature rise after cooling the gas in each stage shall be less than 150 °°°°C.

Page 90: 650 scm.pdf

89

A) EXPERIENCE RECORD PROGRAMME OF ELECTRIC MOTOR DRIVEN COMPRESSOR

Sl.No. Description INFORMATION OF

OFFERED COMPRESSOR

INFORMATION OF EXISTING

COMPRESSOR 1 PACKAGE Name and Address of packager Place of packaging (Address) Name of enclosure manufacturer

Place of enclosure manufacturing Sound level at 1 m distance from package in

db(A) –65

Make & model LEL detector - 2nos Make & model fire detector -2nos Co2 flooding system ( 2 cylinder each of

100% capacity required)

Quantity of CO2 in each cylinder in Kg Volume of enclosure in m3 Nos of explosion proof tube light in enclosure Coupling Direct/V-belt Separators between inter stage of

compressor.

2 Gas inlet train 2” WNRF , 300 # Flanged connection;

outside canopy

Inlet relief valve Inlet gas pressure gauge Non return valve Inlet filter of 5 micron size Temporary suction filter after main filter Inlet manual isolation valve Inlet automatic isolation valve Suction pr regulator : : One PRV from 25

kg/cm2 to 19 kg/cm2. Compressor shall be designed for full range of pr from 14 to 19 kg/cm2. Suction pr regulation from 14 to 16 kg/cm2 not acceptable.

3 Gas recovery system Gas recovery system with pr relief valve, pr

regulator, pr gauge, manual & automatic drainage system

4 Gas delivery system High pr piping with SS 316 tubing,

compression fittings , NRV.

Coalescent final separator Coalescent filter Discharge isolation valve

Page 91: 650 scm.pdf

90

Sl.No. Description INFORMATION OF

OFFERED COMPRESSOR

INFORMATION OF EXISTING

COMPRESSOR PLC based 7 line Priority panel consisting of 3

bank for Car dispensers, 3 bank for storage cascade and 1 no. LCV filling with SS 316 compression fillings, tubings, fullbore ball valve.

Mass flow meter: Coriolis principle of Micro motion, USA (Model CNG 50 or higher) or equivalent Endress + Hauser or Rheonik make, complete with remote electronics shall be provided on the discharge line of the compressor and same shall be interfaced with PLC; head mounted display to indicate flow rate (Kg/hr), cumulative gas compressed (in Kgs) etc.; inbuilt totaliser non-volatile & non-resetable type ; suitable for hazardous area classification ; by pass arrangement one at compressor discharge and one at gas engine inlet.

Final gas outlet connection from priority panel 1” OD SS compression fittings.

5 ESD system 6 Volume bottles/ dampers at each compressor

stage of compressor.

Drainage system : 7 Manual double isolation valve 8 Automatic valves 9 Heat exchanger 10 Code of construction API 661 11 Tube material

12 Piping between stages shall be continuos with flange and welded connection

13 Other tubing shall be SS 14 Gas recovery vessel provided 15 Area classification ; “Class 1, Group D,

Division 1 as per NEC” OR “Zone 1, Group IIA /IIB as per IS/ IEC”

Instruments. Engine

16 The size of the complete package 17 Chain pulley block and beam for chain pulley

block

18 Acoustic and pulsation study 19 Acoustic enclosure for engine and

compressor.

20 Confirm that instrumentation will be supplied as per tender.

21 Whether the offered compressor already has been packaged; if yes date of package.

22 String test at shop

Page 92: 650 scm.pdf

91

Sl.No. Description INFORMATION OF

OFFERED COMPRESSOR

INFORMATION OF EXISTING

COMPRESSOR 23 Field trial run for 20 hours

24 Electric power requirement ( purchaser will give electric power for air compressor, ventilation fans and compressor controls )

Fuel consumption Sm3/h at � Sm3/h suction cap and suction pr � kg/cm2 and discharge pr of 255 kg/cm2

Confirm no deviation w.r.t. tender.

Max turn over of the bidder/ manufacturer or packager during any of the last three financial years.

Other information of compressor package :

a) Year and month of packaging the compressor package

b) Name and address of user with FAX no ,Phone no , E-mail address

c) Nos of hours the compressor have clocked on bid due date. ( Enclose certificate from user)

d) Documentary evidence that the bidder/ manufacturer or packager having the capability and facilities (i.e. shop, manpower, testing facility etc.) for manufacturing / packaging five packages in a year.

e) Whether the bidder having office set up in India equipped with trained and experienced technical manpower for the operation and maintenance services.

Page 93: 650 scm.pdf

92

B) PERFORMANCE RECORD OF ELECTRIC MOTOR DRIVEN COMPRESSOR Sl.No. Description INFORMATION OF

OFFERED COMPRESSOR

INFORMATION OF EXISTING

COMPRESSOR REQUIREMENT AS PER TENDER

1 a) Status of bidder (Indicate packager or agent of packager)

b) In case bidder is the agent submit the agreement of agentship/dealership with packager.

2 COMPRESSOR Name of compressor manufacturer Place of compressor manufacturer Compressor model Anticipated Life in running hours Compressor frame BKW Compressor max RPM Comp Manufacturing code API –

11P 2nd edition, API-618

Lubricated or non lubricated Nos of stages Max stage temperature deg cen (

150 ded cen)

Compressor Operating RPM ( max RPM-1500 )

Piston speed ( 4.5 m/s lub, 4m/s non lub)

Vibrations at comp cylinders < 10 mm /sec. Unfiltered peak velocity. Vibration comp frame: Unfiltered peak velocity of 7.5 mm/s or 250 micron unfiltered peak to peak vibration whichever is less.

Material for all stages Cylinder Piston Rings Rider Rings Piston Rod Valve (Rings / Plates/ spring )

3 PERFORMANCE OF COMPRESSOR

CASE-L

Performance of compressor at 14 kg/cm2 suction pr, 255 kg/cm2 discharge pr and 30 deg c suction temperature

CASE-G

GUARANTEED POINT: Performance of compressor at 16 kg/cm2 suction pr, 255 kg/cm2 discharge pr and 30 deg c suction temp.

CASE-H

Performance of compressor at 19 kg/cm2 suction pr, 255 kg/cm2

Page 94: 650 scm.pdf

93

discharge pr and 30 deg c suction temp.

CASE-L CASE-G

a) Capacity Sm3/h

CASE-H CASE-L

CASE-G

b) BKW required by compressor including compressor's lube oil pump BKW

CASE-H CASE-L

CASE-G

c) BKW required by compressor including compressor's lube oil pump BKW at RV set pr

CASE-H d) KW rating of main compressor

motor ,4 starts per hr , with 10% over rating w.r.t max of “b+ transmission losses ” above.

e1) Gas cooler ( heat exchanger ) fans; nos required ( W+S)

CASE-L

CASE-G

e2 )Power required for all fans in Kw

CASE-H II) Ventilation fans for enclosure

No of fans Type of fans ( induced or forced draft ) Power required for all fans in Kw

Piston rod and cross head pin

loading at any specified operating condition including the relief valve set condition shall not exceed 80% of the maximum design rod load of the offered compressor.

----Piston rod : max Design ----Piston rod : calculated at safety

set pr condition

----Max cross head pin loading: Design

----Cross head pin loading :calculated at safety set pr condition

4 Electric motor A Main compressor drive motor Make and model Name plate rating in Kw RPM of motor Site rating after deration kw

Page 95: 650 scm.pdf

94

b) Ventilation fan motor Make and model Nos provided ( W+s) Name plate rating in Kw RPM of motor Site rating after deration kw

c) Cooler fan motors Make and model Nos provided ( W+s) Name plate rating in Kw RPM of motor Site rating after deration kw

d) Coolant pump motor Make and model Nos provided ( W+s) Name plate rating in Kw RPM of motor Site rating after deration kw

e) Any other motor Make and model Nos provided ( W+s) Name plate rating in Kw RPM of motor Site rating after deration kw

5 PACKAGE Name and Address of packager Place of packaging (address) Name of enclosure manufacturer Place of enclosure manufacturing Sound level at 1 m distance from

package in db(A) – 65

Make & model LEL detector - 2nos Make & model fire detector -2nos Co2 flooding system ( 2 cylinder

each of 100% capacity required)

Quantity of CO2 in each cylinder in Kg

Volume of enclosure in m3 Nos of explosion proof tube light in

enclosure

Coupling Direct/V-belt Separators between inter stage of

compressor.

6 Gas inlet train 2” WNRF , 300 # Flanged

connection; outside canopy

Inlet relief valve Inlet gas pressure gauge Non return valve Inlet filter of 5 micron size Temporary suction filter after main

filter

Page 96: 650 scm.pdf

95

Inlet manual isolation valve Inlet automatic isolation valve Suction pr regulator : One PRV from

25 kg/cm to 19 kg/cm2. Compressor shall be designed for full range of pr from 14 to 19 kg/cm2. Suction pr regulation from 14 to 19 kg/cm2 not acceptable.

7 Gas recovery system Gas recovery system with pr relief

valve, pr regulator, pr gauge, manual & automatic drainage system

8 Gas delivery system High pr piping with SS 316 tubing,

compression fittings , NRV.

Coalescent final separator Coalescent filter Discharge isolation valve PLC based Priority panel for 3 bank

dispensers , 3 bank storage cascade and spare with SS 316 compression fillings , tubings , full bore valve ball.

Mass flow meter: Coriolis principle of Micro motion, USA (Model CNG 50 or higher) or equivalent Endress + Hauser make, complete with remote electronics shall be provided on the discharge line of the compressor and same shall be interfaced with PLC; head mounted display to indicate flow rate (Kg/hr) at compressor discharge, cumulative gas compressed (in Kgs) etc.; inbuilt totaliser non-volatile & non-resetable type ; suitable for hazardous area classification ; by pass arrangement

Final gas outlet connection from priority panel 1” OD SS compression fittings.

9 ESD system 10 Volume bottles/ dampers at each

compressor stage of compressor.

Drainage system : Manual double isolation valve Automatic valves

11 Heat exchanger Code of construction API 661 Tube material

Page 97: 650 scm.pdf

96

12 Piping between stages shall be continuos with flange and welded connection

13 Other tubing shall be SS as defined in TS

14 Gas recovery vessel provided 15 Area classification ; “Class 1,

Group D, Division 1 as per NEC” OR “Zone 1, Group IIA /IIB as per IS/ IEC”

Instruments .

Electric Motor 16 The size of the complete package 17 Chain pulley block and beam for

chain pulley block

18 Acoustic and pulsation study 19 Acoustic enclosure for engine

and compressor.

20 Confirm that instrumentation will be supplied as per tender.

21 String test at shop

22 Field trial run for 20 hours 23 Electric power consumed by

compressor package including power absorbed by lube oil pump motor , inter cooler fan motors , cooling water pump motors along with transmission losses but excluding power absorbed by air compressor motor, exhaust fan motor, control panel & enclosure lighting at guaranteed flow and at specified conditions

24 Confirm no deviation w.r.t. tender.

25 Max turn over of the bidder/ manufacturer or packager during any of the last three financial years.

26 Other information of compressor package :

a) Year and month of packaging the compressor package

b) Name and address of user with FAX no ,Phone no , E-mail address

c) Nos of hours the compressor have clocked on bid due date. ( Enclose certificate from user)

d) Documentary evidence that the bidder/ manufacturer or packager having the capability and facilities (i.e. shop, manpower, testing facility

Page 98: 650 scm.pdf

97

etc.) for manufacturing / packaging five packages in a year. e) Whether the bidder having office set up in India equipped with trained and experienced technical manpower for the operation and maintenance services.

Page 99: 650 scm.pdf

98

DATA SHEET- INSTRUMENTATION & CONTROLS FOR COMPRESSOR

INDICATION ANNUNCIATION & PRE ALARM

TRIP & A/V ALARM ANNUN.

S. NO DESCRIPTION

GU

AG

E

–LO

CA

L G

UA

GE

BO

AR

D

IND

ICA

TOR

LO

CA

L P

AN

EL

(PLC

) DIS

PLA

Y

IND

ICA

TIO

N A

T M

MI

LOW

LO

CA

L P

AN

EL

DIS

PLA

Y

HIG

L LO

CA

L P

AN

EL

DIS

PLA

Y (P

LC)

IND

ICA

TIO

N A

T/ M

MI

LOW

LO

W

–LO

CA

L P

AN

EL

-PLC

-DIS

PLA

Y

HIG

H

HIG

H

LOC

AL

PA

NE

L P

LC- D

ISP

LAY

RE

PE

AT

CO

NTA

CT

FOR

PLC

/MM

I

1 Frame Oil Sump/Reservoir Level

� yes � yes, switch

� yes, switch

2 Main L/O Pump Disch. Pr (supply header).

� yes � yes � yes � yes � yes � yes

3 Oil Flow 4 Oil Pressure at Main

Bearing

5 Supply Header Temp. 6 Oil cooler Oil Inlet

Temp.

7 Stand by Pump Start 8 Compressor Main

bearing metal Temp.

9 Cylinder & Packing Oil 10 Lubricator Oil Level � yes 11 Lubricator Oil Flow 12 Lubricator Failure � yes � yes

13 Aux. Oil

14 Lub. Oil Supply Pr. to Electric Motor Driver

15 Lub. Oil return from Electric Motor Driver

16 Elec. Motor bearing metal temp.

17 Coolant System 18 Each cylinder CW outlet

temp.

19 Inter/After/Oil Cooler CW outlet temp.

20 CW Supply header flow 21 Sight Flow CW return

each cylinder, Cooler & Header

22 For Closed Circuit Cooling

Page 100: 650 scm.pdf

99

INDICATION ANNUNCIATION & PRE ALARM

TRIP & A/V ALARM ANNUN.

S. NO DESCRIPTION

GU

AG

E

–LO

CA

L G

UA

GE

BO

AR

D

IND

ICA

TOR

LO

CA

L P

AN

EL

(PLC

) DIS

PLA

Y

IND

ICA

TIO

N A

T M

MI

LOW

LO

CA

L P

AN

EL

DIS

PLA

Y

HIG

L LO

CA

L P

AN

EL

DIS

PLA

Y (P

LC)

IND

ICA

TIO

N A

T/ M

MI

LOW

LO

W

–LO

CA

L P

AN

EL

-PLC

-DIS

PLA

Y

HIG

H

HIG

H

LOC

AL

PA

NE

L P

LC- D

ISP

LAY

RE

PE

AT

CO

NTA

CT

FOR

PLC

/MM

I

23 Coolant main pump disch. Pr.

� yes � yes

24 Coolant standby pump disch. Pr.

25 Coolant stand by pump start

26 Coolant supply header Pr.

27 Coolant supply header temp

28 Coolant cooler Outlet Temp.

� yes � yes � yes

29 Coolant reservoir Level � yes � yes 30 Cylinder Coolant Outlet

temp.

31 For Static/Thermosyphon System

32 Cylinder Coolant Outlet temp.

33 Diff. Pr. Across packing coolant filter

34 Process Gas System 35 Each stage inlet

Pressure

36 Each stage inlet temp. 37 Each stage Outlet

Pressure � yes � yes � yes

38 Each stage Outlet temp. � yes � yes � yes � yes � yes 39 After Cooler Gas Outlet

temp. � yes � yes � yes � yes � yes

40 Ist stage pressure low / high

� yes � yes � yes � yes � yes � yes � yes � yes

41 Cylinder Packing Vent Pressure

42 Suction Pressure, low � yes � yes � yes � yes � yes � yes 43 Blow Down vessel level � yes 44 Piston Rod Drop

Indicator

45 Distance piece diff. Purge pressure

46 Common process

Page 101: 650 scm.pdf

100

INDICATION ANNUNCIATION & PRE ALARM

TRIP & A/V ALARM ANNUN.

S. NO DESCRIPTION

GU

AG

E

–LO

CA

L G

UA

GE

BO

AR

D

IND

ICA

TOR

LO

CA

L P

AN

EL

(PLC

) DIS

PLA

Y

IND

ICA

TIO

N A

T M

MI

LOW

LO

CA

L P

AN

EL

DIS

PLA

Y

HIG

L LO

CA

L P

AN

EL

DIS

PLA

Y (P

LC)

IND

ICA

TIO

N A

T/ M

MI

LOW

LO

W

–LO

CA

L P

AN

EL

-PLC

-DIS

PLA

Y

HIG

H

HIG

H

LOC

AL

PA

NE

L P

LC- D

ISP

LAY

RE

PE

AT

CO

NTA

CT

FOR

PLC

/MM

I

parameters 47 Common machine

parameters

48 Blow Down vessel Pressure

� yes

� yes � yes � yes � yes

49 Vibration Measurement � yes switch

� yes

such as Amperes, voltage, flow rate, total quantity of gas compressed, inlet – outlet pressure, inlet –outlet temperature, Kilo Watt Hour (KWH), electric power( electric driven compressor) , fuel gas for gas engine and

Page 102: 650 scm.pdf

101

DEVIATIONS TO THE SPECIFICATION

S No.

Clause no.

Tender Specification

Deviation taken Reasons for deviations / remarks

Certified that, only the above-mentioned deviations have been taken against this tender. Name of the bidder Signature Seal of the Company.

Page 103: 650 scm.pdf

102

ESTIMATE SUPPLY OF 6 NOS. ELECTRIC MOTOR DRIVEN ONLINE COMPRESSOR PACKAGES OF 650 SCM/HR AT A SUCTION PRESSURE OF 16 Kg/Sqcm AT AHMEDABAD, GUJARAT, INDIA Sl. No.

Description Qty. (Nos.)

Quoted / Not Quoted

1 Design, Engineering, Manufacturing, Supply of Skid mounted Electric Motor driven On Line CNG compressor package of 650 SM3/hr minimum capacity corresponding to suction pressure of 16 bar and discharge pressure 255 kg/cm2 as per scope of work given in the tender. The cost to include string test of complete compressor package along with electric motor and accessories at packagers factory. The cost also to include safety systems like CO2 flooding system, air compressor, special tools and tackles required for M & R work and Third Party Inspection charges as per the scope given in the Tender.

6

2 Installation, commissioning and field performance test of compressor package at site as per details given in the tender. The work also includes giving training to HPCL personnel- Supervisory level / Operators level.

6

3 Mandatory spare parts( min. spares specified in the tender) for two year normal operation and maintenance purpose as per details given in the tender. If any additional spares are required the same to be indicated with cost. Spares to be supplied along with the compressors .

6

4 Lumpsum Annual operation & maintenance charges during guarantee period of one (1) year inclusive of all consumables (excluding electric power) manpower and spare parts as required as per details given in the tender.

6 jobs

5 Lump sum Annual operation & maintenance charges for a period of one year (I) ( first year) after guarantee period of one (1) year inclusive of all consumables, man power but excluding spare parts as per details given in the tender. The spare parts indicated at Sr. No 3 above will be utilized for two years O&M. Any spare parts required in additional to above mandatory spares parts will be supplied by bidder free of cost.

6 jobs

6 Lump sum Annual operation & maintenance charges for a period of one year ( Second year ) after guarantee period of one (1) year inclusive of all consumables, man power but excluding spare parts as per details given in the tender. The spare parts indicated at Sr. No 3 above will be utilized for two years O&M. Any spare parts required in additional to above mandatory spares parts will be supplied by bidder free of cost.

6 Jobs