important note - oil-india.comvessel codes and code stamped. iv. the pump suction piping should...

32
IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS REGISTERED WITH NSIC) FROM : _____________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDRA ROAD, NEW DELHI – 110001 ____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Upload: others

Post on 16-Mar-2020

16 views

Category:

Documents


0 download

TRANSCRIPT

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS REGISTERED WITH NSIC) FROM : _____________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDRA ROAD, NEW DELHI – 110001

____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

ANNEXURE - I TO ENQUIRY NO. DFD1520P07/07 DTD 16/06/06

DETAILED TECHNICAL SPECIFICATION OF 2 NOS. CRUDE OIL DESPATCH PUMPS

A. PUMP 1. Type

Horizontal, single acting, triplex plunger pump as per API Standard 674. 2. Capacity and Discharge

The plunger size selected should be adequate to meet the pressure and volume requirements of 70 Kg/cm2 and 60 m3/hr respectively.

3. Pump Speed

The speed limit of the offered pump shall be governed by the maximum allowable speed ratings for single acting plunger type pumps in continuous service as per API 674 standards.

4. Fluid end features i. Aluminum Bronze / Forged Carbon Steel / Cast Nodular Iron, valve over valve,

mono block fluid end with bolt on type valve covers ii. Al Bronze / Carbon Steel / Nodular Iron stuffing boxes iii. Hard coated plungers iv. General service packing v. Suitably designed valves with tapered valve seats pressed onto mono block fluid

end vi. Three feed belt driven packing lubricator, to drip feed ( Make : preferably PREMIER

/ MEGA ) vii. Suction and Discharge on either side 5. Power end features i. One piece cast iron frame ii. Alloy steel / Cast Nodular Iron crankshaft iii. Heavy duty taper roller crankshaft bearings iv. Two piece, steel backed, precision type, aluminum alloy / tin & babbit lined crank

pin bearings Contd. 2

-- 2 -- v. Ductile / nodular iron connecting rods vi. Nodular Iron / Cast Iron cross heads vii. Bronze crosshead pin bushings viii. Alloy steel crosshead pins ix. Stainless steel pony / extension rods x. Flooded sump splash lubrication for power end xi. Sight glass gauge or oil level dipstick 6. Accessories i. Full flow, suitably sized and rated, spring loaded, reset relief valve, mounted on the

discharge piping. ( Make : preferably OTECO/ BAIRD / CAMERON )

N.B. : The relief valve is to be set at 110% of our maximum pressure requirement at the time of delivery.

ii. Liquid filled discharge pressure gauge having a range upto 100 Kg/cm2, with built in

dampening mechanism to minimize fluctuations for accurate response to pressure changes. ( Make : preferably OTECO/ CAMERON / MARTIN DECKER )

iii. Suitably designed suction stabilizer and discharge pulsation dampner, mounted and

installed in line with the suction and discharge piping.

N.B. : Dampeners should be of Carbon Steel construction built to ASME pressure vessel codes and code stamped.

iv. The pump suction piping should incorporate a suitably sized gate / ball valve while

the discharge line should incorporate a suitably sized ball valve, a check valve and a drain valve (to de-pressurize the system when carrying out maintenance of the unit)

v. Complete set of fittings, interconnection piping and companion flanges with

appropriate bolting, gaskets, dampener brackets, blind flanges etc required for mounting all items mentioned above.

vi. A Centrifugal Charge Pump, direct driven by a flameproof Electrical Motor, suitably sized to provide 1.5 times the input flow volume requirement of the triplex plunger pump should be provided against each pumping unit. The basic requirements of the Charge Pump system shall be as follows :

Contd. 3

-- 3 -- Pump : a. Horizontal Non Clogging Single Stage Centrifugal Pump b. Back Pull Out Design c. Thick Walled, Non Split Concentric Casing with Axial Suction and Tangential

Discharge d. Semi Open, Single Shrouded, Curved Vane Impeller e. Strong Shaft with minimum overhang and Ceramic Coated Steel Shaft protection

sleeve f. Gland Type Stuffing Box – lubrication & cooling of Gland internally by oil and

grease g. Heavy duty and high efficiency design h. Heavy duty duplex set of angular contact bearing ( outboard ) and double row ball

bearing ( inboard ) i. Suitably sized impeller to achieve desired head and discharge

Motor :

The electric motor should be 415 volts, 3 phase, 50 Hz, IP 55 explosion proof (flame proof) design suitable for electrical code for Group II A & II B , Zone 1 hazardous location as per IS 2148 , IS 9570 – 1980 and IS 5572 (part 1) – 1978 or equivalent. The terminal box should be complete with explosion proof double compression type gland.

N.B. :

• The motor should be certified by CMRI and approved by DGMS for deployment in the hazardous location mentioned.

• DGMS Logo should be embossed / fixed on the motor body 7. Duty / Service

The pump should be designed for continuous duty application. Necessary credentials in this regard in the form of product catalogues / brochures from OEM’s should be furnished.

8. Liquid to be handled

The pumping unit should be suitable for pumping crude oil having the following approximate characteristics :

API Gravity at 60 Deg F : 18 to 28 degree API Salinity : 3000 to 3500 PPM Pour Point : 28 to 36 Degree C Viscosity : 250CP at 24 Degree C, 320CP at 21 Degree C

Contd. 4

-- 4 --

9. Suction condition :

Positive suction 10. Name plate and rotation arrows

A nameplate shall be securely attached at a readily visible location wherein the manufacturers name, machine serial number, maximum and minimum design limits and rating data, maximum allowable working pressure and temperatures, hydrostatic test pressure etc. should be clearly indicated.

Rotation arrows indicating direction of rotation of major items should be cast in or attached.

11. Certificates and Documents to be forwarded : 11.1 The following documents should be forwarded along with the quotations: i. Product line catalogue, specifying materials of construction and constructional

features of the triplex plunger pump and technical literatures of all ancillary equipment.

ii. Performance chart of the plunger pump including all technical calculations such as

hydraulic horse power, volumetric efficiency, mechanical efficiency, RPM, gear ratio, maximum plunger load, NPSH requirement, etc.

11.2 The following documents shall have to be forwarded within a month of issue of LOI

or placement of firm order : i. A foundation diagram for the complete pump set indicating the static and dynamic

loads of the package. 11.3 The following documents must be forwarded along with the supply of equipment : i. Certified test results ii. Certificate of hydrostatic testing iii. Manufacturers certificate of authenticity iv. Certificate of test / conformance of pump and associated ancillaries like relief

valves, pressure gauges, dampeners, etc. v. Operation and Maintenance Manuals, Parts lists of Pump, Engine, Gear box and all

other accessory equipment.

Contd. 5

-- 5 -- B. SPEED REDUCTION GEAR BOX

The speed reduction from the gas engine at its rated rpm to the desired rpm of the reciprocating pump shall be effected by means of a separate external foot mounted gear box installed between the prime mover and the plunger pump.

The gear box should be a parallel shaft, helical gear unit. The unit design should preferably include a cast iron housing, helical gear elements, anti friction roller bearings on all shafts and a self-contained splash lubricating system.

C. PRIME MOVER :

The prime mover should be a four stroke, water cooled gas engine rated for continuous power, having a minimum nett available HP of 189 HP with a limiting rpm of 1800 rpm and limiting compression ratio of 10.5 : 1 .

The engine should comprise of the following sub systems :

i. Starting system :

The engine should have an electric starting system comprising of a heavy duty battery pack of reputed make, engine mounted battery charging alternator (preferably LUCAS TVS make) and a 24 volt starter (preferably LUCAS TVS / DELCO REMY make).

ii. Ignition system :

The ignition system should be a shielded ignition system comprising of engine driven Altronic III ignition timer, HT and LT wiring harness, transformers and spark plugs( Preferably of STITT / CHAMPION make ).

iii. Air Intake system :

The air intake system should preferably comprise of a heavy duty air cleaner (having a dry type filter element) with a vacuum indicator and air intake manifold.

iv. Exhaust system :

The exhaust system should comprise of a water cooled exhaust manifold, stainless steel exhaust flexible connection, residential type exhaust silencer, spark arrestor and piping connections.

Contd. 6

-- 6 -- v. Cooling system :

The cooling system should comprise of an engine mounted water pump, an industrial type heavy duty radiator suitable for operation in the ambient temperatures and a blower fan. The heavy duty radiator should have capacity at least 20% in excess of total heat rejection of the engine. Heat rejection calculations are to be submitted along with the offer for technical scrutiny.

vi. Fuel system :

The fuel system should comprise of a hydraulic governor (preferably WOODWARD make), carburetor (preferably IMPCO make), main line and secondary line regulators( preferably VANAZ / FISHER make ), gas filter, related linkages and a vernier or ratchet type throttle control .

vii. Lubricating system :

The lubricating system should comprise of lubricating oil pan, gear driven lubricating oil pump, lubricating oil filter assembly with a replaceable paper element, lubricating oil cooler and crank case breather.

viii. Instrument panel :

The instrument panel should comprise of a. lubricating oil pressure gauge b. lubricating oil temperature gauge c. water temperature gauge d. starting switch e. push button f. mechanical / digital tacho meter g. ammeter ix. Safety controls :

Engine mounted safety shut off / trip system for tripping the engine in the event of a. low lubricating oil pressure b. high engine coolant temperature c. engine over speed

N.B.: A fuel solenoid valve should additionally be incorporated in the fuel gas line of the engine to cut off the fuel supply and protect the engine in the event of an engine over speed situation.

Contd. 7

-- 7 -- x. Other features : a. viscous type vibration dampner b. flywheel with ring gear and pilot housing to suit clutch PTO c. SAE No : 1 flywheel housing d. lifting eyes e. guards over belt drives( water pump drive pulley, radiator fan drive pulley, alternator

drive pulley, timing pulley ) and power transmission couplings f. SAE standard rotation g. Twin disc friction type clutch PTO (preferably Model : SP214 ) with hand lever

arrangement is to be mounted on the flywheel housing of the engine h. standard engine painting

N.B: Provision of guards over belt drives and couplings has become mandatory as per recommendations of OISD and DGMS bodies.

xi. General features : a. The bidder should submit the following information along with relevant performance

rating curves / engine product line catalogue :

# Gross HP developed by the engine at rated rpm # Deduction for fan, alternator and other ancillary equipment # Nett HP developed by the engine at rated rpm

b. The engine should perform effectively for a range of values of the individual

components of the fuel gas as provided below. This is required as the composition of fuel gas available at the installations where the engines are finally deployed , varies within the indicated range:

METHANE 86.64 -- 91.72 % ETHANE 3.20 -- 5.60 % PENTANE 1.90 -- 1.00 % ISO-BUTANE 1.00 -- 0.06 % N-BUTANE 0.30 -- 0.01 % PENTANE + 0.96 -- 0.21 % NITROGEN 5.50 -- 0.20 % CARBONDIOXIDE 0.50 -- 1.20 % HYDROGEN SULPHIDE 0.00 -- 0.00 %

----------------------------------------------------------- 100.00 # 100.00 %

Contd. 8

-- 8 -- c. The engine should conform to ISO 3046 / BS 5514 / IS 10000 specifications and

rated for continuous power with an overload power rating of 110 % of the continuous power corresponding to engine application, for a period of 1 hr within a period of 12 hrs of operation.

d. The engine should be suitable for operation at the site conditions mentioned below :

Maximum Temperature : 41 Degree C Minimum Temperature : 6 Degree C Maximum Relative Humidity at 35oC : 95 % Maximum Altitude above sea level : 150 mt

e. The bidder must undertake and confirm from OEM’s that the equipment to be

supplied are not going to become obsolete for the next 10 years and provisioning of spares can be continued.

D. DRIVE ARRANGEMENT

The drive arrangement will involve flow of prime mover power through a flywheel mounted clutch PTO to the input shaft of an external foot mounted gearbox and finally to the crankshaft of the triplex pump. An extension shaft supported by pedestal bearings should be incorporated between the output shaft of the clutch PTO and the input shaft of the external foot mounted gear box to facilitate construction of a fire brick wall for adherence of safety norms associated with deployment of such equipment within hazardous areas. The length of the extension shaft as well as it’s diameter and material should be suitably designed to match the power torque requirements of the transmission. Suitably selected Flexible Disc / Grid Member Couplings should be incorporated to transfer power from the prime mover to the triplex pump through the transmission, as illustrated in the schematic. N.B. : All rotating parts should be covered by suitable guards.

ENGINE

-- 9 --

CLUTCH PTO

EXTENSION SHAFT

MASTER SKID COUPLINGS

FOOT MOUNTED GEAR BOX PUMP

COUPLING

E. MASTER SKID

The pump set is to be supplied with all components and accessories fitted and mounted on an oilfield type three runner portable master skid and should be ready for operation after carrying out initial servicing and making provisions for fuel. While unitizing the pump set, easy approach to various components for maintenance aspects should be kept in mind to facilitate operational and maintenance requirements.

The floor of the skid should be covered with anti skid steel plates. The skid should be fabricated out of properly sized beams to withstand loading / unloading and transfer in oil field trucks. The size of the skid should be adequate enough to provide for sufficient working space in and around the pump set.

F. INSPECTION AND TESTING

The pump set shall be inspected by OIL’s deputed engineer at manufacturers / assemblers works / factory prior to dispatch. However, such inspection will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects.

The supplier shall carry out full load performance test on the pump set, at duty conditions, in the presence of OIL’s deputed representative.

The Inspection & Testing charges, if any, shall be quoted separately on lumpsum basis which shall be considered for commercial evaluation of the offers. However, all to and fro fares, boarding/lodging and other expenses of OIL’s Inspection Engineer(s) shall be borne by OIL.

G. COMMISSIONING

The pump sets shall have to be commissioned at site at Duliajan, Assam(India) by competent personnel deputed by the bidder for the same. The Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding & lodging and other enroute expenses of the commissioning personnel. OIL may provide its guest house facility at Duliajan, Assam during the commissioning time on chargeable basis subject to availability. Local transport within OIL’s operational area to and from site for the commissioning personnel shall be provided by OIL on free of charge basis. All Income, Service, Corporate Taxes etc. towards the services provided under commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidders should also confirm about commissioning of the Pumps in their Technical Bids.

Contd. 10

-- 10 -- H. WARRANTY

The warranty period for the engine, pump set and all ancillary equipment should be a minimum of 18 months from the date of dispatch / shipment or 12 months from the date of successful commissioning of the Pumps whichever is earlier.

I. SPARE PARTS AND SPECIAL TOOLS : a. Bidders have to provide the price, along with the part numbers, of the following

spares that OIL envisage shall be required for maintenance of the pump set for two years. The prices of these spares shall be considered during commercial evaluation of the offer.

1. TRIPLEX PLUNGER PUMP i. Suction Valve Assembly : 3 Nos. Per Pump ii. Delivery Valve Assembly : 3 Nos. Per Pump iii. Valve Cover Gasket : 12 Nos. Per Pump iv. Valve Seat ( Suction ) : 3 Nos. Per Pump v. Valve Seat ( Delivery) : 3 Nos. Per Pump vi. Rod Wiper : 6 Sets. Per Pump vii. Plunger : 3 Nos. Per Pump viii. Plunger Packing : 6 Sets. Per Pump ( Each Set Adequate To Cater For 3 Plungers) Ix. Crank Pin Bearing : 3 Sets Per Pump 2. GAS ENGINE : i. Spark Plug : I Set Per Engine ii. Ignition Transformer : 1 Set Per Engine iii. Lub Oil Filter Element : 6 Nos. Per Engine iv. Set Of Vee Belts : 2 Sets Per Engine v. Air Filter Element : 4 Nos. Per Engine vi. Set Of Gaskets : 1 Set Per Engine b. Bidders shall have to provide the unit price, along with the part numbers, of the

following insurance spares. The cost of these Insurance spares however, shall not be considered during commercial evaluation of the offer.

1. TRIPLEX PLUNGER PUMP i. Fluid End ii. Stuffing Box Assembly iii. Gland Nut iv. Extension Rod v. Crankshaft vi. Cross Head vii. Connecting Rod Assembly

Contd. 11

-- 11 -- 2. GAS ENGINE : i. Cylinder Head Including Head Gasket ii. Cylinder Liner iii. Piston Assembly Including Piston Rings iv. Big End Bearing Set v. Crankshaft vi. Camshaft vii. Governor viii. Carburettor ix. Altronic III c. The following special tools should be included [one set against each pump set] in

the scope of supply, as commissioning spares. The prices of these spares shall be considered during commercial evaluation of the offer.

i. A set of each type and size of coupling installed in the pump set ii. A valve seat puller and special wrenches for tightening stuffing box glands, studs

etc. iii. A charging kit for charging the suction and delivery dampners. d. In addition to the spares indicated above, if there are any other two years

Recommended Spares, bidders should quote the same. Bidders should quote their competitive rates for the recommended spares. The rates offered for these spares must be valid for at least 5(five) years. The cost of these Spares, however, shall not be considered for commercial evaluation of the offers.

J. AFTER SALES SERVICE :

The nature of after sales service which can be offered by the bidder during initial commissioning and also subsequently, should be clearly stated in their offer.

Bidders should also confirm that spares, both regular consumable ones as well as vital / insurance spares, for engine, pump and all accessories quoted, shall be available for at least 10 years after the delivery of the material.

********************

ANNEXURE-II TO ENQUIRY NO. DFD1520P07/07 DTD 16/06/06

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)

(I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications and terms and conditions given in the enquiry. Bids shall be rejected in case the item(s) offered do not conform to the required minimum/maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected : (A) TECHNICAL : 1.0 The offered pump should be a horizontal, single acting, triplex plunger pump as per API 674

standards, suitable for meeting the delivery parameters of 60 M3 / Hr (Volume ) and 70 Kg/Cm2 ( Pressure ) respectively.

2.0 The prime mover should be a four stroke, water cooled gas engine conforming to ISO 3046 /

BS 5514 / IS 10000 specifications, having a minimum nett available HP of 189 HP with limiting rpm of 1800 rpm and limiting compression ratio of 10.5 : 1.

3.0 The bidder should be an OEM or authorized dealer of OEM of the pump or an OEM (pump)

recommended assembler of pump sets. In all cases the bidder has to purchase the engine from an OEM of Engine or their Authorized Dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected.

4.0 If the bidder is an OEM (pump) recommended assembler of pump sets, he must purchase the

pump and the engine from OEM or their authorized dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected. The assembler should indicate that necessary infra structural facilities for fabrication and load testing of the pump sets are available with them. Bidders other than the OEM must furnish the following undertaking from the OEM :

“Date of manufacture, make, model, serial no, test certificate, literatures and parts book of the pump will be supplied if order is placed on the bidder.”

Contd. 2

-- 2 -- 5.0 Bidders should have the experience of completing three orders in the last ten financial years

before the bid closing date of this enquiry against supply of continuous duty pump sets for water flood / formation water disposal / hydrocarbon service applications in PSUs, Central Govt. Undertakings, Public Limited Companies or Reputed Private Companies in the Oil & Gas sector. Copies of purchase orders from the clients indicating the supply of such equipment are to be forwarded with the offer. The offers are to be further substantiated by performance certificates from the consumers.

6.0 The model of pump offered should be one that has a proven track record for continuous duty

water flood / formation water disposal / hydrocarbon service applications. Documentary evidence in this regard should be forwarded.

N.B.: “Hydrocarbon Service Application’’ of continuous duty plunger pumps in the context of our NIT refers to applications where such pumps are deployed for duties such as crude oil transfer, condensate injection, polymer injection, glycol injection etc in the E & P Sector and also continuous duty handling of petroleum and petrochemical products in the Refining & Distribution Sector of the Oil & Gas Industry.

(B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly

under Single Stage Two Bid System. The “TECHNICAL” and “COMMERCIAL” bids shall be prepared separately in triplicate and the same should be kept in two separate envelopes superscribing the Enquiry No., Brief Material Description & Bid Closing Date and clearly writing on the cover of the two envelopes as “TECHNICAL” and “COMMERCIAL”. Both the envelopes should then be kept in one envelope, duly sealed, superscribing the Enquiry No., Brief Material Description and Bid Closing Date on the cover. The Technical Bid should contain all the techno-commercial details of the offer including the commercial terms and conditions excepting the prices which should be kept blank. The Commercial Bid should contain the Price Schedule as per Para 12.0 below including all the commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

2.0 Bid security of US $ 5,000.00 or Rs. 2,25,000.00 shall be furnished as a part of the

TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005(enclosed). The Bid Security shall be valid for 240 days from the date of bid opening.

3.0 The prices offered will have to be firm through delivery and not subject to variation on any

account. A bid submitted with an adjustable price will be treated as non-responsive and rejected.

Contd. 3

-- 3 -- 4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent

make and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts notified by OIL shall be replaced immediately by the supplier at the supplier’s expenses.

5.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the

order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

6.0 Bids received after the bid closing date and time will be rejected. Similarly, modifications to

bids received after the bid closing date & time will not be considered. 7.0 Bidders shall quote directly and not through Agents in India. Offers made by Indian Agents

on behalf of their foreign principals will be rejected. Similarly offers from unsolicited bidders will be rejected.

8.0 Original offer should be submitted in sealed envelope. No offers should be sent by Telex,

Cable, E-mail or Fax. Such offers will not be accepted. 9.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be rejected.

10.0 Bids containing incorrect statement will be rejected. 11.0 Bids shall have no inter-lineation, erasures or overwriting except as necessary to correct the

errors made by the bidder, in which case, such corrections shall be initialed by the person signing the bid. Any bid not meeting this requirement shall be rejected.

12.0 Bidders are required to submit the summary of the prices in their commercial

bids as per bid format ( Summary ), given below :

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total Material value of 2 Nos. Pumps (B) Cost of 2 Years Maintenance Spares as per Clause I(a) of Annexure – I (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( D + E ) above (G) Ocean Freight upto Kolkata(India) port (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H )

Contd. 4

-- 4 -- (J) Pre-Despatch/Shipment Inspection & Testing charges, if any (K) Commissioning Charges, if any (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume : (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total Material value of 2 Nos. Pump (B) Cost of 2 Years Maintenance Spares as per Clause I(a) of Annexure – I (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, (A + B + C ) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Excise Duty including Education Cess @ 2%, (Please indicate

applicable rate of Duty) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges (K) Insurance Charges (L) Total FOR Duliajan value, ( I + J + K ) above (M) Pre-Despatch/Shipment Inspection & Testing charges, if any (N) Commissioning Charges, if any (O) Total Value, ( L + M + N ) above (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

NOTE : 1.0 The cost of the individual item of the spares under Para I(a) of Annexure – I

should be shown separately. 2.0 The cost of the Pumps should include the cost of the Special Tools vide Clause

I(c) of Annexure – I. 3.0 The Pumps covered under this enquiry shall be used by OIL in the PEL/ML

areas issued/renewed after 01/04/99 and hence, applicable Customs Duty for import of goods shall be ZERO. Indigenous bidders should quote Deemed Export prices. Excise Duty under Deemed Export exempted.

4.0 List of Commissioning Spares indicating the qty, description and unit prices

must be shown separately.

13.0 Commissioning of the Pumps shall be carried out by the successful bidder as per Clause No. G of Annexure – I. The Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include

Contd. 5

-- 5 --

amongst others to and fro fares, boarding & lodging and other expenses of the commissioning personnel. OIL may provide its guest house facility at Duliajan, Assam during the commissioning time on chargeable basis subject to availability. Local transport within OIL’s operational area to and from site for the commissioning personnel shall be provided by OIL on free of charge basis. All Income, Service, Corporate Taxes etc. towards the services provided under commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidder should also confirm about providing all these services in the Technical Bid.

13.0 Pre-Despatch / Shipment Inspection & Testing charges, if any, shall be quoted on lumpsum basis separately which shall be considered for commercial evaluation of the offers. However, all to and fro fares, boarding/lodging and other expenses of OIL’s Inspection Engineer(s) shall be borne by OIL.

Bidders must categorically indicate the Commissioning and Pre-despatch/Shipment Inspection charges in their commercial offers and must confirm the same in their Technical bids. Offers, without any quote for the Commissioning and Pre-despatch/Shipment Inspection charges, shall be loaded with the maximum charges received for the same against the tender for evaluation purposes. Moreover, if the bidder does not quote the Income, Service, Corporate taxes etc., the offer shall be loaded with the applicable rate of taxes for evaluation purposes.

(II) BID EVALUATION CRITERIA (BEC) :

The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below :

(A) TECHNICAL : 1.0 All materials as indicated in the material description of the enquiry should be offered. If any

of the items are not offered by the bidders, the offer will not be considered for evaluation.

B. COMMERCIAL : 1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed vide

Para 12.0 of BRC. 2.0 If there is any discrepancy between the unit price and the total price, the unit price will

prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be adopted for evaluation.

Contd. 6

-- 6 -- 3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared

by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation.

4.0 Offers not complying with the payment terms indicated in the enquiry shall be loaded with

one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose.

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as

under, subject to corrections / adjustments given herein. 5.1 When only foreign bids are involved :

Comparison of bids will be done on the basis of “TOTAL VALUE” which is estimated as under :

(A) Total Material value of 2 Nos. Pump (B) Cost of 2 Years Maintenance Spares as per Clause I(a) of Annexure – I (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) FOB Charges (F) Total FOB Value, ( D + E ) above (G) Ocean Freight upto Kolkata(India) port (as quoted) (H) Insurance Charges @ 1% of Total FOB Value vide ( F ) above (I) Banking Charges @ 0.5% of Total FOB Value vide ( F ) above in case of

payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded )

(J) Total CIF Kolkata Value, ( F + G + H + I ) above (K) Pre-Despatch/Shipment Inspection & Testing charges, if any (L) Commissioning Charges, if any (M) Total Value, ( J + K + L ) above

NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder.

5.2 When only domestic bids are involved :

Comparison of bids will be done on the basis of “Total Value" which is estimated as under :

(A) Total Material value of 2 Nos. Pump (B) Cost of 2 Years Maintenance Spares as per Clause I(a) of Annexure – I (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C )

Contd. 7

-- 7 -- (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Sales Tax as applicable on ( F ) above (H) Total FOR Despatching station Value, ( F + G ) above (I) Transportation charges (as quoted ) (J) Insurance charges @0.5% of Total FOR Despt. Station Value ( H ) above (K) Total FOR Duliajan value, ( H + I + J ) above (L) Pre-Despatch/Shipment Inspection & Testing charges, if any (M) Commissioning Charges, if any (N) Assam Entry Tax as applicable (O) Total Value, ( K + L + M + N ) above NOTE : Excise Duty in case of indigenous bidder is EXEMPTED under

Deemed Export.

5.3 When both Foreign and Domestic bids are involved :

The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or actuals, which ever is less subject to 30 % local content norms as stipulated for World Bank Funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on Total Value basis.

6.0 Other terms and conditions of the enquiry shall be as per General Terms and Conditions for

Global Tender vide MM/GLOBAL/01/2005. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC shall prevail.

**************

ANNEXURE – III TO ENQUIRY NO. DFD1520P07/07 DTD 16/06/06

TECHNICAL CHECK-LIST

1. Whether quoted as OEM of Pump and whether documentary evidences

submitted ? YES/NO

2. Whether quoted as authorised dealer of Pump and whether documentary evidences submitted ?

YES/NO

3. Whether quoted as OEM recommended assembler of Pump sets and whether documentary evidences submitted ?

YES/NO

4. Whether the offered Pump is a horizontal, triplex plunger Pump as per API 674 standard ?

YES/NO

5. Whether the Pump is designed for continuous service / duty ? YES/NO 6. Whether the offered engine conforms to ISO3046 / BS 5514 / IS 10000

specifications ? YES/NO

7. Whether the nett HP of the engine is at least 189 HP ? YES/NO 8. Whether the engine is rated for continuous power ? YES/NO 9. Whether the engine is water cooled ? YES/NO 10. Whether the speed reduction gear box is external foot-mounted ? YES/NO 11. Whether the floor of the three runner skid shall be covered by checkered

plates ? YES/NO

12. Whether Flexible disc / grid member couplings have been incorporated in the transmission ?

YES/NO

13. Whether guards shall be provided over couplings and belt drives ? YES/NO 14. Whether the two years spares for the packages indicated have been quoted ? YES/NO 15. Whether special tools and commissioning spares have been included in the

scope of supply ? YES/NO

16. Whether spares shall be available for 10 years after supply of equipment? YES/NO 17. Whether separately highlighted any deviation from the technical

specifications ? YES/NO

18. Whether the pump sets will be offered for pre dispatch inspection ? YES/NO 19. Whether the Pre-despatch inspection of the Pump packages shall include Full

Load Performance test of the Pump Sets ? YES/NO

20. Whether commissioning of the pump sets quoted in the offer? YES/NO Order Ref --------------------------------------------------------- Dated------------------------------- OIL’s Tender No.----------------------------------------------- Signed------------------------------- For & behalf of ------------------------------------------------- Designation--------------------------

ANNEXURE – IV TO ENQUIRY NO. DFD1520P07/07 DTD 16/06/06

COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 1. Whether Original Signed quotation submitted ? YES/NO 2. Whether Fax / E-mail quotation submitted ? FAX / E-

MAIL offer not acceptable. YES/NO

3. Whether 3(three) copies of quotations submitted ? YES/NO 4. Whether quoted as manufacturer ? YES/NO 5. Whether quoted as Supply House / Distributor. To

Specify : YES/NO

6. If quoted as Supply House / Distributor, (a) Whether submitted valid and proper authorization

letter from manufacturer confirming that bidder is their authorized Supply House for the product offered ?

YES/NO

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted

YES/NO

7. Whether bid submitted under Two Bid System ? YES/NO 8. Whether ORIGINAL Bid Bond(not copy of Bid Bond)

enclosed with the offer? If YES, provide details YES/NO

(a) Amount : (b) Name of issuing Bank : (c) Validity of Bid Bond : 9. Whether offered firm prices ? YES/NO 10. Whether quoted offer validity of six months from the date

of closing of tenders ? YES/NO

11. Whether quoted a firm delivery period? YES/NO 12. Whether quoted as per NIT (without any deviations) ? YES/NO 13. Whether quoted any deviation ? YES/NO 14. Whether deviation separately highlighted ? YES/NO 15. Whether agreed to the NIT Warranty clause ? YES/NO 16. Whether Price Bid submitted as per Price Schedule(refer Para 12.0 of

BRC vide Annexure – II) YES/NO

17. Whether Spare Parts as per Clause (I)(a) of Annexure – I quoted ? YES/NO

18. Whether Insurance Spare Parts as per Clause (I)(b) of Annexure – I quoted ?

YES/NO

19. Whether Special Tools as per Clause (I)(c) of Annexure – I quoted ? YES/NO 20. Whether the Recommended Spares for 2 years of operations quoted ? YES/NO 21. Whether quoted all the items of tender ? YES/NO 22. Whether indicated the country of origin for the items quoted ? YES/NO 23. Whether technical literature / catalogue enclosed? YES/NO 24. Whether confirmed that all spares & consumables will be supplied for

a minimum period of 10 years ?

25. For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding ?

YES/NO

26.

For Foreign Bidders – Whether port of shipment indicated. To specify:

YES/NO

27. For Indian bidders – Whether indicated the place from where the goods will be dispatched. To specify :

YES/NO

28. For Indian bidders – Whether road transportation charges up to Duliajan quoted ?

YES/NO

29. For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges ?

YES/NO

30. Whether Indian Agent applicable ? YES/NO If YES, whether following details of Indian Agent provided

? YES/NO

(a) Name & address of the agent in India – To indicate (b) Amount of agency commission – To indicate (c) Whether agency commission included in quoted

material value ? YES/NO

31. Whether weight & volume of items offered indicated ? YES/NO 32. Whether Pre-despatch/shipment inspection & testing of the

Pumps quoted? YES/NO

33. Whether charges towards Pre-despatch/shipment inspection & testing of the Pump applicable?

YES/NO

34. If Pre-despatch/shipment inspection & testing charges applicable, whether quoted separately?

YES/NO

35. Whether confirmed to carry out Installation & Commissioning of the Pumps at Duliajan(Assam) ?

YES/NO

36. Whether Installation & Commissioning charges applicable ? YES/NO 37. If Installation & Commissioning charges applicable, whether the same

quoted separately on lumpsum basis? YES/NO

38. Whether to & fro air fares, other enroute expenses, boarding / lodging etc. at Duliajan, Assam of your commissioning personnel included in the quoted charges of installation / commissioning?

YES/NO

39. Whether confirmed that all Service, Income, Corporate tax etc. applicable under Installation & Commissioning are included in the prices quoted ?

YES/NO

40. Whether confirmed to submit PBG as asked for in NIT ? YES/NO 41. Whether agreed to submit PBG within 30 days of YES/NO

placement of order ? 42. For Indian Bidders only - Whether indicated import

content in the offer ? YES/NO

43. For Indian Bidders only - Whether offered Deemed Export prices?

YES/NO

44. For Indian Bidders only – Whether all applicable Taxes & Duties have been quoted ?

YES/NO

45. Whether all BRC/BEC clauses accepted ? YES/NO Offer Ref ............................…………………… Dated ................................................ OIL's Tender No....................………….………. Signed ………………..................... For & on behalf of ................................................Designation .................... ..............

DATA SHEET DATA SHEET - Enquiry No. DFD1520P07/07

Bidder's Name : Offer Ref : e-mail ID :

Nit Requirements

Offered Specifications with necessary remarks

PUMP [ Make & Model ]

Horizontal , single acting , triplex plunger pump as per API Standard 674 Plunger size selected should be adequate to meet the pressure and volume requirements of 70 Kg/cm2 and 60 m3/hr

Speed limit governed by the maximum allowable speed ratings for single acting plunger type pumps in continuous service as per API 674 standards

Fliud end features Aluminum Bronze / Forged Carbon Steel / Cast Nodular Iron , valve over valve , mono block fluid end with bolt on type valve covers

Al Bronze / Carbon Steel / Nodular Iron stuffing boxes

Hard coated plungers

General service packing

Valves with tapered valve seats pressed onto mono block fluid end

Three feed belt driven packing lubricator ( Make : preferably PREMIER / MEGA ) Suction and Discharge on either side

Power end features

One piece cast iron frame Alloy steel / Cast Nodular Iron crankshaft

Heavy duty taper roller crankshaft bearings

Two piece , steel backed, precision type, aluminum alloy / tin & babbit lined crank pin bearings

Ductile / nodular iron connecting rods Nodular Iron / Cast Iron cross heads

Bronze crosshead pin bushings

Alloy steel crosshead pins

Stainless steel pony / extension rods

Flooded sump splash lubrication for power end

Sight glass gauge or oil level dipstick

Full flow, suitably sized and rated, spring loaded, reset relief valve, mounted on the discharge piping. ( Make :preferably OTECO/ BAIRD / CAMERON )set at 110% of our requirement

Liquid filled discharge pressure gauge having a range upto 100 Kg/cm^2 ( Make : preferably OTECO/ CAMERON / MARTIN DECKER )

Suction Stabilizer & Discharge Pulsation Dampner, mounted and installed in line with the suction & discharge piping. Dampeners should be of Carbon Steel construction built to ASME pressure vessel codes and code stamped.

Nit Requirements

Offered Specifications with necessary remarks

Accessories

Suction piping should incorporate a suitably sized gate / ball valve while the Discharge line should incorporate a suitably sized ball valve , a check valve and a drain valve

Complete set of fittings , interconnection piping and companion flanges with appropriate bolting , gaskets, dampener brackets, , blind flanges etc required for mounting all items

A Centrifugal Charge Pump , direct driven by a flameproof Electrical Motor , suitably sized to provide 1.5 times the input flow volume requirement of the triplex plunger pump should be provided against each pumping unit

Charge Pump :

a. Horizontal Non Clogging Single Stage Centrifugal Pump

b. Back Pull Out Design

c. Thick Walled , Non Split Concentric Casing with Axial Suction and Tangential Discharge

d. Semi Open , Single Shrouded , Curved Vane Impeller

e. Strong Shaft with minimum overhang and Ceramic Coated Steel Shaft protection sleeve g. Heavy duty and high efficiency design i. Suitably sized impeller to achieve desired head and discharge

Charge Pump Motor :

The electric motor should be 415 volts, 3 phase, 50 Hz, IP 55 explosion proof ( flame proof ) design suitable for electrical code for Group II A & II B , Zone 1 hazardous location as per IS 2148 , IS 9570 – 1980 and IS 5572 ( part 1 ) – 1978 or equivalent. The terminal box should be complete with explosion proof double compression type gland . N.B. :

• The motor should be certified by CMRI and approved by DGMS for deployment in the hazardous location mentioned.

• DGMS Logo should be embossed / fixed on the motor body

Pump should be designed for continuous duty application. Credentials to be furnished.

Pumping unit should be suitable for pumping crude oil having the specified characteristics.

Suction condition : Positive suction

A Nameplate shall be securely attached at a readily visible location wherein the manufacturers name, machine serial number, maximum and minimum design limits and rating data, maximum allowable working pressure and temperatures, hydrostatic test pressure etc. should be clearly indicated

Documents to be forwarded with the quotations

Product line catalogue, specifying materials of construction and constructional features of the triplex plunger pump and technical literatures of all ancillary equipment.

Performance chart of the plunger pump including all technical calculations such as hydraulic horse power, volumetric efficiency, mechanical efficiency, RPM, gear ratio, maximum plunger load, NPSH requirement, etc.

Documents to be forwarded within a month of issue of LOI or placement of firm order

A foundation diagram for the complete pump set indicating the static and dynamic loads of the package.

NIT Requirements

Offered Specifications with necessary remarks

Documents to be forwarded along with the supply of equipment i. Certified test results ii. Certificate of hydrostatic testing iii. Manufacturers certificate of authenticity

iv. Certificate of test / conformance of pump and associated ancillaries like relief valves, pressure gauges, dampeners,

operation and maintenance manuals , parts lists of pump, engine , gear box and all other accessory equipment.

SPEED REDUCTION GEAR BOX [ Make & Model ]

The speed reduction from the gas engine at rated rpm to the desired rpm of the reciprocating pump shall be effected by means of a separate external foot mounted gear box installed between the prime mover and the plunger pump.

The gear box should be a parallel shaft , helical gear unit. The unit design should preferably include a cast iron housing , helical gear elements, anti friction roller bearings on all shafts and a self-contained splash lubricating system

GAS ENGINE [ Make & Model ]

The engine should be a four stroke , water cooled gas engine , rated for continuous power, capable of developing

i. A net minimum HP of 189 HP

ii. At a limiting rpm of 1800

iii. At a limiting compression ratio of 10.5 : 1

The engine should have an electric starting system comprising of a heavy duty battery pack of reputed make and battery leads Engine starting system should include engine mounted battery charging alternator (preferably LUCAS TVS ) Engine starting system should include a 24 volt starter (preferably of LUCAS TVS / DELCO REMY ).

Shielded ignition system comprising of Altronic III engine driven ignition timer, Ignition Coil, High Tension and Low Tension Wiring Harness, Transformers and Spark Plugs

The air intake system should preferably comprise a heavy duty air cleaner with a vacuum indicator and air intake manifold

The exhaust system comprising of water cooled exhaust manifold, SS flexible connection , residential type exhaust silencer, spark arrestor and piping connections

The engine cooling system should comprise of an engine mounted water pump, an industrial type radiatorand a blower fan

The fuel system should comprise of hydraulic governor ( preferably WOODWARD ), carburetor (preferably IMPCO ) , main line and secondary line pressure regulators (preferably VANAZ / FISHER make ) , gas filter and related linkages

The lubricating system should comprise of gear driven lubricating oil pump, lubricating oil filter with a replaceable paper element , lubricating oil cooler, lubricating oil pan and crankcase breather.

Nit Requirements

Offered Specifications with necessary remarks

Instrument panel

i. lubricating oil pressure gauge ii. lubricating oil temperature gauge iii. water temperature gauge iv. starting switch

v. Push button / ignition switch vi. mechanical / digital tacho meter vii. ammeter

Safety shut off / trip system for i. Low lubricating oil pressure ii. High cooling water temperautre iii. Engine over speed A fuel solenoid valve should additionally be incorporated in the fuel gas line of the engine

Other Features i.flywheel with housing ii. vibration dampener iii. SAE No : 1 housing iv. guards over belt drives (blower fan drive , ch. alternator drive pulley and water pump drive pulley v.lifting eyes vi.standard painting vii.SAE standard rotation viii. Twin disc friction type clutch PTO ( preferably Model : SP214 ) with hand lever arrangement

General Notes The engine should conform to ISO3046 / BS5514 / IS 10000 SPECIFICATIONS The bidder should submit relevant performance rating curves and engine product catalogues and indicate i. Gross HP developed at rated RPM ii. Deduction for blower fan, charging alternator and other ancillary equipment iii. Net HP developed at rated RPM iv. Specific fuel consumption at rated power as well as 110% & 75% of rated load

The bidder must undertake and confirm from OEM’s that the equipment to be supplied are not going to become obsolete for the next 10 years and provisioning of spares can be continued.

DRIVE ARRANGEMENT

The drive arrangement will involve flow of prime mover power through a flywheel mounted clutch PTO to the input shaft of an external foot mounted gearbox and finally to the crankshaft of the triplex pump. An extension shaft supported by pedestal bearings should be incorporated between the output shaft of the clutch PTO and the input shaft of the external foot mounted gear box . Suitably selected flexible disc / grid member couplings should be incorporated to transfer power from the prime mover to the triplex pump through the transmission Makes & Models of Couplings

Nit Requirements

Offered Specifications with necessary remarks

MASTER SKID The pump set is to be supplied with all components and accessories fitted and mounted on an oilfield type three runner portable master skid

The floor of the skid should be covered with anti skid steel plates

INSPECTION AND TESTING

The pump set shall be inspected by OIL’s deputed engineer at manufacturers / assemblers works / factory prior to dispatch The supplier shall carry out full load performance test on the pump set , at duty conditions , in the presence of OIL’s deputed representative

Charges for carrying out the above tests at the manufacturer’s facility should be included in the purview of the offer

COMMISSIONING

The pump sets shall have to be commissioned at site by competent personnel deputed by the bidder for the same Commissioning charges should be included in the purview of the offer

WARRANTY The warranty period for the engine, pump set and all ancillary equipment should be a minimum of 18 months from the date of dispatch / shipment or 12 months from the date of commissioning

SPARE PARTS AND SPECIAL TOOLS Bidders have to provide the price , along with the part numbers , of the indicated spares that shall be required for maintenance of the pump set for two years Bidders shall have to provide the unit price , along with the part numbers , of the indicated insurance spares The following special tools should be included [ one set against each pump set] in the scope of supply , as commissioning spares . i. A set of each type and size of coupling installed in the pump set ii. A valve seat puller and special wrenches for tightening stuffing box glands, studs etc. iii. A charging kit for charging the suction and delivery dampners.

AFTER SALES SERVICE The nature of after sales service , which can be offered by the bidder during initial commissioning and also subsequently should be clearly stated

Bidders should confirm that spares , both regular consumable ones as well as vital / insurance spares, for engine, pump and all accessories quoted, shall be available for at least 10 years after the delivery of the material

Nit Requirements

Offered Specifications with necessary remarks

BID EVALUATION CRITERIA ( TECHNICAL)

i. The offered pump should be a horizontal, single acting, triplex plunger pump as per API 674 standards, suitable for meeting the delivery parameters of 60 M^3 / Hr ( Volume ) and 70 Kg/Cm^2 ( Pressure ) respectively .

ii. The prime mover should be a four stroke, water cooled gas engine conforming to ISO 3046 / BS 5514 / IS 10000 specifications, having a minimum nett available HP of 189 HP with limiting rpm of 1800 rpm and limiting compression ratio of 10.5 : 1

iii. The bidder should be an OEM or authorized dealer of OEM of the pump or an OEM(pump) recommended assembler of pump sets . In all cases the bidder has to purchase the engine from an OEM of Engine or their Authorized Dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected

iv. If the bidder is an OEM ( pump ) recommended assembler of pump sets , he must purchase the pump and the engine from OEM or their authorized dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected.

v. Bidders should have the experience of completing three orders in the last ten financial years before the bid closing date of this enquiry against supply of continuous duty pump sets for water flood / formation water disposal / hydrocarbon service applications in PSU’s, Central Govt. Undertakings, Public Limited Companies or Reputed Private Companies in the Oil & Gas sector . Copies of purchase orders from the clients indicating the supply of such equipment are to be forwarded with the offer. The offers are to be further substantiated by performance certificates from the consumers

vi. The model of pump offered should be one that has a proven track record for continuous duty water flood / formation water disposal / hydrocarbon service applications. Documentary evidence indicating supply and subsequent satisfactory deployment of the specific model of pump for any of the duties mentioned in our NIT is to be forwarded