tender document no. igl/et2/cp/cc16654

13
Sr. No. Tender Clause no. / page no. Category Subject Bidder’s Query / Requests IGL Response 1 Cl no 8.3.1 - ii Pg no. 11 of 100 Commercial The bidder, in the last seven (07) years from the date of issue/publish of tender, shall have engineered, manufactured, tested, supplied and commissioned at least 01 no. of Hydraulic CNG Booster of minimum 250 SCMH capacity or above to the customer from the proposed facility of manufacturing. Request to consider compressor supplied on wet-lease model for BQC. Tender Condition Prevails. 2 Cl no 8.4.1 Pg no. 11 of 100 Commercial Annual Turnover: The bidder should have achieved the minimum annual turnover of Rs. 87.63 Lacs in any one of the last three preceding financial years. Request to relax BQC on annual turnover with the submission of Balance sheet for FY2020-21 (6 Months). Tender Condition Prevails. 3 7.0 DETAILS OF BID DOCUMENTS Pg no. 8 of 100 Commercial Bid submission due date and time Request to extend Bid submission date to 15.10.2021 Refer Corrigendum-I 4 Cl no. 17.0 Pg no. 26 of 95 Commercial Payment towards Supply (Booster Package) Request to consider 90% payment at Dispatch and 10% payment after Erection and commissioning. Tender Condition Prevails. 5 Cl no. 5.0 Pg no. 7 of 100 Commercial Supply (Delivery Period for subsequent lots – Within 8 weeks on ex-works basis from date of intimation from IGL) Request to change the delievry as: 16 Week to 20 Weeks Tender Condition Prevails. 6 Cl no. 5.0 Pg no. 7 of 100 Commercial Location for Group B Please clarify the Location of Group B Motor Driven Hydraulic CNG Booster Package – 550 SCMH IGL's authorised GA's are specified in the tender document and boosters shall be procured as per requirement. 7 Cl no. 8.0 Pg no. 7 of 100 Commercial BIDDER EVALUATION CRITERIA (BEC) Bidder requests IGL to include 10% procurement under Start-up public prucrement policy by Govt. of India & relax Financial BQC/BEC as per the Start-up Public Procurement policy. Tender Condition Prevails. 8 4.9 Pg no 11 of 95 Technical Air-cooled heat exchanger for inter stage and discharge gas Request to consider water cooler Heat exchangers for CNG Booster compressor. Ultimate cooling will be done by air in Radiator. Tender Condition Prevails. 9 4.18 Pg no 11 of 95 Technical One no. relief valve at each stage discharge, first (1st) stage suction. Request to consider Relief valve at Discharge of each stage for two stage compressor. Request to remove One no. relief valve from 1st stage suction line as CNG Booster compressor has inlet from LCV Cascade or Stationary Cascade and these cascades are having SRV in each Bank. i.e., 6 Nos. of SRVs are installed in the suction line at these Cascades. Refer Corrigendum-I 10 Cl no. 5.2 Pg no. 12 of 95 Technical Silencer has to be provided in the starting air vent line Not required in Bidder's CNG Booster compressor design Bidder may supply his proprietry design. 11 5.3 Pg no. 13 of 95 Technical All drains from different process equipment’s, distance piece and packing shall be manifolded and terminated as single point for customer interface duly flanged with isolation valve. Drains should be through a common header and discharge to be allowed in a pit to avoid spillage around compressor package. CNG, Oil & Water drain line must be separated & can not be manifolded in single discharge. This requirement from your side would lead to safety issue. Tender Condition Prevails. 12 Cl no. 6.10 Pg no. 13 or 95 Technical Cooling water is not available as utility and the package shall be provided with self-sufficient cooling water system for Booster as required, with makeup tank. However cooling water for makeup tank is available Make up tank is not applicable As the Bidder's compressor has a closed cooling water circuit, hence there is no need for a separate make-up tank. Bidder may supply his proprietry design. 13 Cl no. 6.13 Pg no 13 of 95 Technical "All cabling (supply & laying) from electrical room to booster shall be in bidder’s scope." Request to consider the same in IGL's scope. Tender Condition Prevails. Reply to Pre-Bid Queries SUPPLY, INSTALLATION, TESTING, COMMISSIONING, OPERATION AND COMPREHENSIVE MAINTENANCE FOR 550 SCMH (AVERAGE FLOW) HYDRAULIC BOOSTER PACKAGE TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

Upload: others

Post on 25-Feb-2022

6 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

Sr.

No.

Tender Clause

no. / page no.Category Subject Bidder’s Query / Requests IGL Response

1Cl no 8.3.1 - ii

Pg no. 11 of 100Commercial

The bidder, in the last seven (07) years from the date of issue/publish of

tender, shall have engineered, manufactured, tested, supplied and

commissioned at least 01 no. of Hydraulic

CNG Booster of minimum 250 SCMH capacity or above to the customer from

the proposed facility of manufacturing.

Request to consider compressor supplied on wet-lease model for BQC. Tender Condition Prevails.

2Cl no 8.4.1

Pg no. 11 of 100 Commercial

Annual Turnover: The bidder should have achieved the minimum annual

turnover of Rs. 87.63 Lacs in any one of the last three preceding financial

years.

Request to relax BQC on annual turnover with the submission of Balance sheet for

FY2020-21 (6 Months).Tender Condition Prevails.

3

7.0 DETAILS OF

BID DOCUMENTS

Pg no. 8 of 100

Commercial Bid submission due date and time Request to extend Bid submission date to 15.10.2021 Refer Corrigendum-I

4Cl no. 17.0

Pg no. 26 of 95Commercial Payment towards Supply (Booster Package)

Request to consider 90% payment at Dispatch and 10% payment after Erection and

commissioning.Tender Condition Prevails.

5Cl no. 5.0

Pg no. 7 of 100Commercial

Supply (Delivery Period for subsequent lots – Within 8 weeks on ex-works

basis from date of intimation from IGL)

Request to change the delievry as:

16 Week to 20 WeeksTender Condition Prevails.

6Cl no. 5.0

Pg no. 7 of 100Commercial Location for Group B

Please clarify the Location of Group B Motor Driven Hydraulic CNG Booster Package

– 550 SCMH

IGL's authorised GA's are specified in the

tender document and boosters shall be

procured as per requirement.

7Cl no. 8.0

Pg no. 7 of 100Commercial BIDDER EVALUATION CRITERIA (BEC)

Bidder requests IGL to include 10% procurement under Start-up public prucrement

policy by Govt. of India & relax Financial BQC/BEC as per the Start-up Public

Procurement policy.

Tender Condition Prevails.

84.9

Pg no 11 of 95Technical Air-cooled heat exchanger for inter stage and discharge gas

Request to consider water cooler Heat exchangers for CNG Booster compressor.

Ultimate cooling will be done by air in Radiator.Tender Condition Prevails.

94.18

Pg no 11 of 95Technical One no. relief valve at each stage discharge, first (1st) stage suction.

Request to consider Relief valve at Discharge of each stage for two stage

compressor.

Request to remove One no. relief valve from 1st stage suction line as CNG Booster

compressor has inlet from LCV Cascade or Stationary Cascade and these cascades

are having SRV in each Bank. i.e., 6 Nos. of SRVs are installed in the suction line at

these Cascades.

Refer Corrigendum-I

10Cl no. 5.2

Pg no. 12 of 95Technical Silencer has to be provided in the starting air vent line Not required in Bidder's CNG Booster compressor design Bidder may supply his proprietry design.

115.3

Pg no. 13 of 95Technical

All drains from different process equipment’s, distance piece and packing

shall be manifolded and terminated as single point for customer interface

duly flanged with isolation valve. Drains should be through a common

header and discharge to be allowed in a pit to avoid spillage around

compressor package.

CNG, Oil & Water drain line must be separated & can not be manifolded in single

discharge. This requirement from your side would lead to safety issue.Tender Condition Prevails.

12Cl no. 6.10

Pg no. 13 or 95Technical

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

with self-sufficient cooling water system for Booster as required, with

makeup tank. However

cooling water for makeup tank is available

Make up tank is not applicable

As the Bidder's compressor has a closed cooling water circuit, hence there is no

need for a separate make-up tank.

Bidder may supply his proprietry design.

13Cl no. 6.13

Pg no 13 of 95Technical

"All cabling (supply & laying) from electrical room to booster shall be in

bidder’s scope."Request to consider the same in IGL's scope. Tender Condition Prevails.

Reply to Pre-Bid Queries

SUPPLY, INSTALLATION, TESTING, COMMISSIONING, OPERATION AND COMPREHENSIVE MAINTENANCE FOR 550 SCMH (AVERAGE FLOW) HYDRAULIC BOOSTER PACKAGE

TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

Page 2: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

14Cl no. 6.14

Pg no. 13 of 95Technical

Purchaser shall provide UPS (230+1%V, 50+1%Hz) for control supply

requirement at single point (feeder in+E6 UPS ACDB) in the electrical room.Request to consider provision of UPS in IGL's scope. Tender clause is explicitly clear.

158.0 - a

Pg no. 15 of 95Technical

"…....The Booster Package shall trip if any of the enclosure is opened while

the machine is running. "

This feature is really not required and not used as this feature would lead to

frequent stopping of machines and operation would be very much hampered more

so when there are no high temperatures or heavy moving parts

Tender Condition Prevails.

16

8.1-a

bullet no. 7

Pg no. 16 of 95

TechnicalOne pressure gauge to be located at gauge panel to detect the pressure in

Cylinder shall be provided.In Bidder's design, pressure can be seen on gauge above the cylinder and on HMI. Bidder may supply his proprietry design.

178.0 - i

Pg no. 16 of 95Technical

Relief valves shall be provided at suction and discharge and each inter stages

of

Booster with setting as per cl.7.20.4 of API-618 with R.V. venting as per cl.

7.20.4 of

API-618. All vented to common relief valve header.

API is not applicable. Our Relief Valves are for CNG industry and not for oil&gas.

Standard relief valve cannot be sized for API for different relief scenarios.Tender Condition Prevails.

188.1-f

Pg no. 17 of 95Technical

CO2 Cylinders shall be provided outside the package at a safe place with aq

minimum

distance of 3 mtrs, where it is not exposed to fire in case of fire in the

Booster.

Request to clarify which clause to refer for minimum adequate safe distance, Cl no.

8.1-f, Pg no. 17 or Cl no. 8.1-o, Pg no. 17

CO2 Cylinders shall be provided outside

the package at a safe place with a

minimum distance of 3 mtrs

198.1-g

Pg no. 17 of 95Technical

Suitable online weight (CO2) loss monitoring/ indication device to be

provided to

ascertain the health of the CO2 flooding system.

We are providing the manual weight monitoring system with limit switch which is

giving "DI" to PLCBidder may supply his properitery design

20Cl no. 9.13

Pg no. 19 of 95Technical PRIORITY FILL SYSTEM

Please clarify 3 Bank or 6 Bank. Typically for Daughter Booster CNG stations, 6 Bank

Priority Panels are being used. 3 Banks for stationary Cascade filling & 3 Banks for

CNG Dispensers

Tender Condition Prevails.

21Cl no. 9.19

Pg no. 20 of 95Technical

"The Motor shall be of standard frame size

as per IS/IEC and rated for continuous duty with high efficiency and shall be

designed for

star-delta starting."

Please clarify which clause is to be considered?

Cl no.:9.19, Pg no. 20 or ANNEXURE - III Pg no 49

Please clarify starting method of motor, star-delta or soft starter?

In Bidder's design, star-delta starting method is provided, which is a standard

practice.

Refer Corrigendum-I

229.23

Pg no. 22 of 95Technical Gas recovery system This is not applicable to hydraulic Booster Compressor Design and may be relaxed Bidder may supply his properitery design

23Cl no. 9.22

Pg no. 22 of 95Technical

Oil Filter: The offered oil mist removal system shall restrict the oil to less

than 5PPM in discharge of compressor

Please clarify whether it is a gas filter or oil filter.

As we provides coalescing type filter with 1 Micron filtration and 0.1 mg/m3 of

residual oil carrying capacity.

Tender clause is explicitly clear.

24

Cl no. 9.25

bullet no. 4

Pg no. 23 of 95

Technical Heavy duty on-load phase changeover should be provided for H.E motor.Not required in Electrical Panel design. However, One incomer supply provision

available in control panel through MCBTender Condition Prevails.

25

Cl no. 9.25

bullet no. 11

Pg no. 23 of 95

TechnicalMultifunction meter also required for fan motor electrical parameters

monitoring.

One common Multifunction meter provide in control panel to measure electrical

parameter .

Fan motor load is to small so it does not require a separate Multifunction meter for

same

Tender Condition Prevails.

26

Cl no. 9.25

bullet no. 13

Pg no. 23 of 95

TechnicalThe power factor (PF) of the whole electrical system should not be below

0.95

Capacitor Bank is not required and it is not possible to provide this provision in

flame proof compressor panel due to excess heat in capacitor bank.

PF maintaining should be in the purchaser's scope in their incomer panel.

Requirement to be reviewed

Capacitor Bank will be in scope of IGL

and will be installed suitably in electrical

room.

27Cl no. 10.8

Pg no.24 of 95Technical

Pressure Transmitter and Temperature Transmitters shall be used for CNG

Gas application and not pressure and temperature switches.

In Bidder's design, to enhance mechanical safety, we provide pressure switches

along with PT, TT and SRV in discharge line.Tender Condition Prevails.

28Cl no.10.6

Pg no. 24 of 95Technical

"PLC shall be of modular in construction with EEPROM, redundant power

supply for CPU

and HMI"

One 24VDC power supply available through

SMPS to CPU and HMI.

No redundant power supply for CPU, HMI

Tender Condition Prevails.

Page 3: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

29

Cl no.10.21

bullet no. 5

Pg no. 26 of 95

Technical Non-resettable hour meter HMR reading is available in PLC HMI, hence there is no need for a non-resettable

hour meter.Bidder may supply his properitery design

30

Cl no.10.27

& Cl no. 10.29

Pg no. 26 of 95

Technical

"ESD button (3 Nos.) shall be provided (Customer Interface room, locally

mounted on

package and Panel room)."

Please clarify which clause is to be considered?

Cl no.:10.27, Pg no. 27 or Cl no.:10.29 , Pg no.27Refer Corrigendum-I

31Cl no. 10.30

Pg no. 27 of 95Technical Redundancy in PLC is required

Redundancy in PLC is not required.

This is a small system with few i/o and simple loop controller. The system is manual

and there is no requirement of refinery like stringent application. This may be

waived.

Tender Condition Prevails.

32Cl no.11.0

Pg no. 29 of 95Technical

Adequate ventilation fans shall be provided to meet the above and also to

account for heat dissipation of the coolers. Interlock shall be provided to

start the exhaust fan to vent out any entrapped gases in the enclosure

before starting the main Booster. In

case heat exchanger fan is Booster shaft driven, the same can’t be utilized as

ventilation fan.

Since there is an induced draft due to oversized radiator fan, there is no

requirement for a separate ventilation fan.Bidder may supply his properitery design

33

Cl no.12.0 - I

bullet pt 2

Pg no. 30 of 95

Technical Cylinder cooling jacketThis to be waived as cylinder cooling jackets are not applicable in hydraulic

compressorBidder may supply his properitery design

34Cl no. 13.2

Pg no. 33 of 95Technical

"Note: Energy Consumption quoted by the bidder under guaranteed

parameters shall

lie within the range of 30 to 34 KWH. No benefit will be given below 30 KWH.

But in

case the Energy consumption quoted by the bidder exceeds the upper limit

i.e. 34

KWH, the bid will be rejected. Therefore, bidders are requested to indicate

the Energy

consumption very carefully."

Request to clarify the main motor KW rating for 550 SCMH CNG Booster

Compressor. 22, 30 or 37KW?

Bidder may supply motor as per their

proprietry design for required output.

35ANNEXURE – VI

Pg no. 62 of 95Technical RECOMMENDED VENDOR LIST

Due to huge demand supply gap, present pandemic situation availability of parts

from recommended vendors is challenge & hampers the delivery schedule.

Kindly approve OEM Makes, PESO Approved, Experienced & Other CGD approved

vendors. This is now accepted by all CGDs in India.

Please include KAYSON , SHREYA EX-TECH ,Sudhir, Schneider, Honeywell.

Kindly approve other vendors for SS Tubing and Fittings (If required, GASCOMP will

submit PTR for the same)

Please refer notes to Annexure VI -

Recommended Vendor List

36ANNEXURE – XIII

pg no. 91 of 95Technical DATA SHEET: Motor space heater is required Please clarify if space heater is required or not. Tender Condition Prevails.

37

SKID AND

ENCLOSURE

Pg no. 29 of 95

Technical LadderRequest to clarify no. of safety ladders required by IGL for CNG Booster

Compressor.

Bidder to supply 1 no. ladder with

booster

38

SKID AND

ENCLOSURE

Pg no. 29 of 95

Technical Stationary Cascade locationRequest to clarify position of stationary cascade. i.e. above the compressor or on

ground.

Platform for stationary cascade not in

bidders scope

39Cl no. 11.1

Pg no. 30 of 95Technical

"…....The paint shall be chosen, primed and applied to have a service life of

ten years the exterior of equipment and enclosure is required to be

corrosion free for ten years.

Request to accept manufacturer's standards Tender Condition Prevails.

40Clause no. 8 of IFB

Pg. no. 9 BIDDER EVALUATION CRITERIA (BEC)

Bidder requests to consider the technical and financial capability of the

Manufacturer for evaluation of the technical and financial criteria of the Bidder,

subject to submission of required documents by the bidder.

Tender Condition Prevails

Page 4: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

41 Clause no. 5.1

Delivery Period for 1st lot - Within 8 weeks on ex-works basis from date of

LOA.

Delivery Period for subsequent lots – Within 8 weeks on ex-works basis from

date of intimation from IGL

Kindly note that best delivery of 1st lot can be 14-16 weeks on ex-works basis only.

Kindly be noted that there are various long lead items like Control Panel, Safety

Valves, even the gauges takes 6-8 weeks for delivery, so 8 weeks delivery is not

possible Thus, IGL is requested to kindly relook into lead time of 1st lot .

Tender Condition Prevails

42 Clause 8.1.5

Manufacturer on whose behalf Authorized service partner is submitting the

offer shall have the prime responsibility of providing unconditional

guarantee/warranty and after sales support to the purchaser during

guarantee/warranty and comprehensive O&M period. A confirmation by the

manufacturer to his effect shall be submitted along with the bid.

Manufacturer will alsoconfirm that Mechanical Run Test (MRT) of the

Booster or block will be offered for witnessing to TPI/Purchaser at their

manufacturing facility of booster.

We understood 1 block or Booster MRT is more than sufficient they have

constraints due to covid restrictions in their country . Although we will be doing

full MRT at our works which we understand can comply the same clause.

Tender Condition Prevails

43Clause no. 4.4

Pg. no. 11Technical

Main incoming cable from owners Power Distribution Board (PDB) to main

control panel of the Booster through heavy duty GI conduit or trenches,

Earthing Cable from owner’s electronic earth pit (EE) for electronic circuit in

control panel, cable from owner’s main earthing grid to control panel for

body earth and all inter connecting cables including complete erection

accessories like double compression cable gland, cable tags, lugs etc. as

required.

a ) Please specify the Distance between Power Distribution Board (PDB) or control

room to main control panel of the Booster .

b ) We understand that, Trenching, cable lying from Power Distribution Board (PDB)

to main control panel of the Booster will be in client scope. Kindly confirm.

a) Average 50 Mtr. can be considered for

calculation purpose. However, supply &

laying of cable will be done as per actual

site requriement.

B) Cable laying will be in the scope of the

bidder.

44Please specify the location of Stationary Cascade whether it is to be outside on the

floor or on top of the booster compressor pacakge.

Platform for stationary cascade not in

bidders scope.

45 Clause 4.30

Three no. Emergency stop button (push type) along with one hooter in

office/customer

interface room.

Our standard booster compressor package consist of 2 nos. ESD . 1 installed on PLC

panel .and another is on compressor body. We understood bidder to supply one

more Emergency stop button for office/cutomer interface room. Please Confirm.

Bidders Understanding is Correct.

46 Clause 4.35All piping beyond battery limits except from air compressor & air piping for

air and piping from CO2 cylinders up to the enclosure.

Please specify the distance between compressor package, CO2 flooding system and

air compressor package.

For calculation purpose below can be

considered. However actual installation

will be in bidders scope as per site

requirement:

CO2 System: 10 Mtr

Air Compressor: 30 Mtr

47 Clause 6.15All cabling (supply & laying) from electrical room to booster shall be in

bidder’s scope.

Please specify the distances for supply and laying of all the cables from electrical

room to booster .

Average 50 Mtr. can be considered for

calculation purpose. However, supply &

laying of cable will be done as per actual

site requriement.

Tender Condition Prevail.

48Clause 10.3 (8th

Point)

PLC & electronic shall be housed in flameproof control panel & shall be

mounted on Booster skid itself. Main cable entry shall be bottom to up. Also

control panel shall have 2 nos. spare 2.5 sq mm slots with copper gland

arrangement.

Please specify the specification like core details cable dia etc. for 2.5 mm sq. in

order to make provision .Please refer Annexure XIII for details.

49 Clause 10.19

Separate junction boxes shall be provided for each type of solenoids RTD,

thermocouple, intrinsic safe and for power & signal. This is not applicable for

direct run cable.

We having limited instruments which are more than suffient for safe operation of

booster and hence Junction Box in not considered in our package, although our

booster compressor package is more compact which does not required separate JB.

Tender Condition Prevails

50 Clause 12.2

Mechanical String Test for 4 hrs. is a mandatory requirement to be

performed at packager’s shop before dispatch in presence of Owner’s

representatives (or an authorized representative of OWNER). This test can be

clubbed up with the Mechanical Run Test of Booster.

We request IGL to allow 2 hours of MRT on nitrogen at our works with discharge

pressure from 120 Kg/cm2g to 150 Kg/cm2g since it is our standard practice. Tender Condition Prevails

Page 5: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

51

ANNEXURE – I :

GUARANTEED

PARAMETERS

Energy Consumption quoted by the bidder under Guaranteed parameters

shall lie within the range of 30 to 34 KWH. No benefit will be given below 30

KWH. But in case the Energy consumption quoted by the bidder exceeds the

upper limit i.e. 34 KWH, the bid will be rejected. Therefore, bidders are

requested to indicate the Energy consumption very carefully.

Bidder's booster package is energy sufficient series with 30% less power

consumption which is adding to your direct revenue.Tender Condition Prevails

52 5.1 Supply CommercialDelivery Period for 1st lot - Within 8 weeks on ex-works basis from

date of LOA

The major components of compressor like motor, pump have standard

delivery period of 13 to 14 weeks. Also, considering current market

requirement, our vendors are completely loaded. In view of the same,

request you to amend the delivery period as 18 weeks from callout order

Tender Condition Prevails

53 3.0 Brief Scope Commercial

60 nos. for 550 SCMH (Average flow) Booster are estimated quantity

only. These are estimated quantity which IGL intends to procure.

However actual quantity will be procured as per IGL requirement

based on rates of Rate contract.

These 60 nos. quantities are split in two Groups: Group-A (48 nos.) &

Group-B (12 nos.)

Please provide the locations and an approximate quantity for each location

for Group A as well as Group B Hydraulic Booster Compressors.

IGL's authorised GA's are specified in the

tender document and boosters shall be

procured as per requirement.

544.4 Contract

PeriodCommercial

Total Contract duration for supply of boosters shall be two (2) years

from the date of LOA/NOTIFICATION OF AWARD and for Operation

and Comprehensive Maintenance service shall be 42 months from the

date of receipt of last booster of each lot at site.

This clause is not understood clearly. Request you to kindly give more clarity

on this clause.

Please refer Clause No. 20.0 of GCC &

Clause No. 21.1 & 21.2 of SCC for clarity.

Tender clauses are explicitly clear.

5517.0 Payment

termsCommercial

Payment towards Supply (Booster Package)

Through direct payment within 45 days from date of receipt of

invoice.

i) 80% (Eighty Percent) Payment shall be released against receipt of

materials at site on submission of manufacturer’s certificates, invoice,

packing list, insurance policy, guarantee/warranty certificate

inspection release note & dispatch clearance issued by the Owner.

ii) 10% (Ten Percent) Payment shall be released after successful

completion of installation, Testing and Commissioning of each Booster

package at the site and Acceptance thereof by the OWNER.

iii) Balance 10% (Ten Percent) shall be released after successful

Performance acceptance Test at site and acceptance by owner for

each Boosters.

In case Installation, Testing & Commissioning and Performance

Acceptance Test could not be executed within 120 days from the date

of receipt of Boosters at site/ store due to reasons attributable to

Purchaser, the 20% payment shall be released against submission of

BG valid till the Guarantee / Warranty period.

We request to amend the clause as below:

100% (Hundred Percent) Payment shall be released against receipt of

materials at site on submission of manufacturer’s certificates, invoice,

packing list, insurance policy, guarantee/warranty certificate inspection

release note & dispatch clearance issued by the Owner with in thirty days.

We have experienced that the PT are generally delayed due to external

forces beyond our scope, hence we have request to amend this clause.

Tender Condition Prevails

Page 6: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

5621. Warranty

PeriodCommercial

The warranty shall remain valid for twelve (12) months from the date

of successful performance test of Booster package at site. However, if

performance test doesn’t get carried out, within twenty days of

commercial operation or 400 hrs of commercial operation, for reasons

directly attributable to client/purchaser, then warranty period shall

start from the date of completion of 20 days or 400 hours of

successful commercial operation subject to issue of certificate by IGL

for the commencement of commercial operation.

OR

Eighteen (18) months from the date of delivery of last Boosters of

each lot at IGL store / site. whichever is earlier.

We request to amend the clause as below:

Warranty of the Compressor shall be 18 months from the date of supply or

12 months from the date of commissioning, whichever is earlier from date

of delivery of each individual booster compressor at IGL store/site and NOT

from the date of delivery of the last booster of each lot at IGL store/site .

Tender Condition Prevails

57

15. Contract

performance bank

gurantee

Commercial

Within thirty (30) Days of receipt of the respective Purchase Order,

the successful bidder shall furnish to the Purchaser the Contract-Cum-

Equipment Performance Bank Guarantee (CPBG) as follows:

A. For Supply, installation & commissioning and Performance

Acceptance Test: equivalent to 3% of respective Purchase Order value

inclusive of all taxes, duties and charges towards supply, packing &

forwarding, Transportation, Installation, Commissioning & PAT.

B. For Operation and Comprehensive Maintenance Services:

CPBG equivalent to 3% of total Purchase Order value for operation

and comprehensive maintenance inclusive of all taxes, duties and

charges on yearly basis (annualized).

We will provide bank guarantee value exclusive of taxes. This is being

followed in most of Public Sector CGD companies. Kindly confirm.Tender Condition Prevails

58

15. Contract

performance bank

gurantee

Commercial

Within thirty (30) Days of receipt of the respective Purchase Order,

the successful bidder shall furnish to the Purchaser the Contract-Cum-

Equipment Performance Bank Guarantee (CPBG) as follows:

B. For Operation and Comprehensive Maintenance Services:

CPBG equivalent to 3% of total Purchase Order value for operation

and comprehensive maintenance inclusive of all taxes, duties and

charges on yearly basis (annualized).

For Operation and comprehensive maintenance services, the bank gurantee

shall be provided for each booster as and when the O&M starts for 12

months which shall be renewed thereof for subsequent years before expiry.

Bidders Understanding is Correct.

59

13.3 Penalty for

non performance

during period of

operation and

maintenance

Commercial

In any case, the maximum penalty imposed in a month for non-

performance of the

equipment turns out be 50% or more of the amount of O&M charges

to be paid to

the party per month per Booster (a complete cost break up of O&M

charges need to

be furnished by the bidder during bid), OWNER will take necessary

actions as per

terms and conditions of the contract for such non-performance.

As per standard booster compressor inquiries/tenders, the max penalty per

month should not be more than 50% of per month charge against

maintenance amount of individual. booster compressor quoted by the

supplier.

Please note that Maintenance is only related to performance, operation is

specifically related to Operators for which we are anyways required to pay.

Request you to kindly consider and incorporate the same in tender

document.

Tender Condition Prevails

60 59. Repeat order Commercial

Purchaser reserves the right, within 6 months of order to place repeat

order upto 50% of the total order value without any change in unit

price or other terms and conditions.

This repeat order shall be decided on mutual agreement between client and

supplier. Kindly confirmTender Condition Prevails

61 Wages Commercial Kindly confirm whether state wages are to be considered or central wages.Minimum Wages to be paid as per

statutory norms applicable in respective

state.

62 O&M Shift Commercial Operation will be in general shift only. Please confirm. Bidder Understanding is correct.

63 4.13 TechnicalBlock and bleed valves to be provided for Pressure gauges and pressure

Transmitters.

Block and bleed valves for pressure transmitter will be a safety hazard if islosation

valve is remains closed because of manual intervention, we suggest Block & Bleed

valves for pressure gauges used in gas line

Tender Condition Prevails

Page 7: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

64 4.18 Technical One no. relief valve at each stage discharge, first (1st) stage suction.

There is no requirement of relief valve at the first stage suction for booster

compressor, as the suction is always reducing from 220 to 30 bar, Both first &

sencond stage are intergral part of the single intencifier, therefore not required.

Applicable for online reciprocating compressors

Refer Corrigendum-I

65 4.22 TechnicalInlet and outlet manual and automatic isolating valves for maintenance &

emergency.

Actuated BV at suction and discharge will be enough for isolation, Kindly allow the

sameTender Condition Prevails

66 6.1 TechnicalBidder to provide Instrument air with an electric motor driven air

compressor with a suitably sized receiver & Refrigerant type air drier system.

We propose heatless type air dryer instead of refrigerent type, Kindly allow the

sameTender Condition Prevails

67 6.13 TechnicalAll cabling (supply & laying) from electrical room to booster shall be in

bidder’s scope.

Kindly provide maximum length of the cable to be considered fromm electrical

room to booster

Average 50 Mtr. can be considered for

loading purpose. However, supply &

laying of cable will be done as per actual

site requriement.

Tender Condition Prevail.

68 8.1 TechnicalOne pressure gauge to be located at gauge panel to detect the pressure in

Cylinder shall be provided.

Pressure inside CO2 cylider appears only after actuation of SOV, hence monitoring

cylinder pressure not possible with gaugeBidder may supply his properitery design

69 9.25 TechnicalThe power factor (PF) of the whole electrical system should not be below

0.95.

Kindly include PF coreection in clients scope, because at station there might be

loads other than booster comressor also

Capacitor Bank will be in scope of IGL

and will be installed suitably in electrical

room.

70 10.9 Technical The selected I/O shall have 40 % s are of used capacity Kindly make it 20% of used I/O as spare Tender Condition Prevails

71 10.3 Technical Redundancy in PLC is required

Redundant CPU & power supply is not required, as booster compressor beeing

independently operated,

Instead spare CPU and power supply unit will be provided along with each package

to avoide breakdown.

Tender Condition Prevails

72 ANNEXURE - III Technical Anti-condensation Heaters / Space Heater for motor 30kW and above Kindly allow to use motor without space heater Tender Condition Prevails

73 Technical Field of View 120° cone of vision (or) Better. Kindly allow the Field of View 90° cone of vision (or) Better. Tender Condition Prevails

74 Technicalmust be inbuilt or else calibration device must be supplied along with FD at

free of cost.

Calibration of the instrument will be done by govt approved agency at prescribed

period

Bidder Understanding is correct.

Tender Condition Prevails.

75 Technicalmust be inbuilt or else calibration device must be supplied along with GD at

free of cost

calibration of the instrument will be done by govt approved agency at prescribed

period

Bidder Understanding is correct.

Tender Condition Prevails.

76

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical PRESSUREGAUGESKindly allow following makes ALTOP

Precision Mass (Previously ASCHCROFT)

Please refer notes to Annexure VI -

Recommended Vendor List

77

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical TEMPERATURE GAUGES

Kindly allow following makes

ALTOP

Precision Mass (Previously ASCHCROFT)

Please refer notes to Annexure VI -

Recommended Vendor List

78

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical SOLENOID VALVES/ACTUATOR

Kindly allow following makes

NELES Actuator ( Previously ROTEX)

ELOMATIC

Please refer notes to Annexure VI -

Recommended Vendor List

79

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical TWO WAY / THREE WAY VALVES/ 2-WAY DRAIN VALVES Kindly allow DK LOKPlease refer notes to Annexure VI -

Recommended Vendor List

80

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical SS FITTINGS & VALVES Kindly allow DK LOKPlease refer notes to Annexure VI -

Recommended Vendor List

81

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical FLP SWITCH

Kindly allow

Shudir Switch Gear

Shyam Switch Gear

Please refer notes to Annexure VI -

Recommended Vendor List

82

ANNEXURE – VI:

RECOMMENDED

VENDOR LIST

Technical ON OFF BALL/NEEDLE VALVE Kindly allow Baumer needle valve for instrument isolationPlease refer notes to Annexure VI -

Recommended Vendor List

Page 8: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

83

17.0 TERMS OF

PAYMENT

61 of 100 (Vol.I)

17.1 Payment towards Supply (Booster Package)

i) 80% (Eighty Percent) Payment shall be released against receipt of

materials at site on submission of manufacturer’s certificates, invoice,

packing list, insurance policy, guarantee/warranty certificate inspection

release note & dispatch clearance issued by the Owner.

ii) 10% (Ten Percent) Payment shall be released after successful

completion of installation, Testing and Commissioning of each Booster

package at the site and Acceptance thereof by the OWNER.

iii) Balance 10% (Ten Percent) shall be released after successful

Performance acceptance Test at site and acceptance by owner for each

Boosters.

In case Installation, Testing & Commissioning and Performance Acceptance

Test could not be executed within 120 days from the date of receipt of

Boosters at site/ store due to reasons attributable to Purchaser, the 20%

payment shall be released against submission of BG valid till the Guarantee /

Warranty period.

Bidder proposes 90% Payment against receipt of material at

site within 15 days of supply.

Balance 10% payment will be released within 45 days after receipt of material at

site.

Bidder can provide an undertaking that it will do the Installation, Testing,

Commissioning & Performance acceptance test of dispenser whenever site is ready

at owner’s end at later stage.

Additional 10% BG Submission is an over financial burden on bidders.

Tender condition Prevails

84

5.1 Delivery

Period

7 of 100 (Vol.I)

Delivery Period

For 1 Lot Within 8 weeks on ex-works basis from date of LOA

Bidder require delivery Period as:

For 1st Lot Within 16 weeks on ex-works basis from date of LOATender condition Prevails

85

RECOMMENDED

VENDOR LIST

46 of 62

(Vol. II)

15.6 Preferred makes

Pressure Transmitter

Air/Heat Exchanger

Temperature transmitter

Flame Detectors

SS Fittings & Valves

Cable glands

Suction & Discharge Filter

Kindly approve the following Make

Pressure Transmitter- SETRA

Air/Heat Exchanger- UNITED HEAT EXCHANGER Temperature transmitter-

EXOTHERM

Flame Detectors- KROMSCHRODER

SS Fittings & Valves -DK-LOK Cable glands- SUDHIR

Suction & Discharge Filter – OEM (TGT)

Above makes are also approved the various CGD’s

like Gail, CUGL, SGL, MNGL, MGL etc. and we have supplied more than 200 booster

with the same

make & model which are giving trouble-free

performance till date

Please refer notes to Annexure VI -

Recommended Vendor List

86

5.0 BATTERY

LIMITS

12 of 95 (Vol. II)

5.2 As and where specified on the data sheets all vents (i.e. Relief

valve) shall be manifolded and terminated at skid edge outside the enclosure

and vented to safe height 3Mtrs at package roof. Silencer has to be provided

in the air vent line.

As per Standards, Bidder provided the Vent arrangement at 3

Meters from the Ground Level.Bidder Understanding is correct.

87

3.0 Scope of

Supply

6 of 62

(Vol. II)

10.27 ESD button (3 Nos.) shall be provided (Customer Interface room,

locally mounted on package and Panel room). A separate hooter for

customer interface room shall be provided with annunciation window alarm

of individual protection device.

10.29 Emergency shutdown devices

The emergency shutdown (ESD) system is also in scope of vendor. This shall

be in accordance with NZS 5425. A fail safe system shall be designed and

incorporated to isolate cascades storage from dispensers, stop Booster

isolate the Booster suction storage line and cut off power supply on

activation of ESD switch. This ESD switch shall have to be manually reset to

restart the Booster package again. Red ESD button ( 5 nos. ) shall be located

in Control Room, Process Area fencing, one side of Booster, one control

panel and one to be kept in electrical room.

Kindly confirm the Nos. of ESD Button, as per clause No.10.27 vendor

have to provide 3 Nos. ESD Button and as per clause no. 10.29 quantity of ESD

button is 5 Nos.

As well as please also confirm the cable from Control Room to Booster Compressor

is in the scope of Bidder or Purchase. If it is in the scope of Bidder please confirm

the length of ESD Cable.

Refer Corrigendum-I

Page 9: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

88

2.23 Operation

and

Maintenance of

Booster

6 of 95

(Vol. II)

xiii. It will be the responsibility of the contractor to pay as per the

minimum wages of the appropriate government applicable under the

Minimum Wage Act 1948.

Kindly confirm Minimum Wages of Operator State or

Central Govt.

Minimum Wages to be paid as per

statutory norms applicable in respective

state.

89

10.30 Local

Control

Panel

28 of 95

Vol. II)

10.30 Local Control Panel

PLC shall be housed inside flameproof IIA/ IIB (Ex’d’). Local operator panel

shall also be provided on the flameproof enclosure. The operator panel is

provided for parameterization, indication, monitoring, and alarms and first

out sequence of the system. PLC system shall have memory modules for

storing user programs, symbol lists, program comments and should facilitate

debugging/ trouble shooting without the application program. Program shall

be ladder logic and communication shall be in English for each run. Program

should have signal/ parameter tags as labels for easy identification/

troubleshooting. Each section of the program whether it is in the form of

rung or page or network should have comment to classify the interlock being

executed.

A soft copy of the program should be sent by email/ CD.

PLC Software is a proprietary item hence bidder Will

not provide Licensed software for PLC Tender condition Prevails

90

11.0 SKID AND

ENCLOSURE

29 of 95

(Vol. II)

Kindly confirm the Canopy (enclosure) is provided

with any overhead provision?

Overhead provision for cascade is not in

bidders scope.

91

Clause no. 17

Pg no. 61 of

Volume I

Commercial

Terms of Payment:

17.1 Payment towards Supply (Booster Package)

Through direct payment within 45 days from date of receipt of invoice.

i) 80% (Eighty Percent) Payment shall be released against receipt of materials

at site on submission of manufacturer’s certificates, invoice, packing list,

insurance policy, guarantee/warranty certificate inspection release note &

dispatch clearance issued by the Owner.

ii) 10% (Ten Percent) Payment shall be released after successful completion

of installation, Testing and Commissioning of each Booster package at the

site and Acceptance thereof by the OWNER.

iii) Balance 10% (Ten Percent) shall be released after successful Performance

acceptance Test at site and acceptance by owner for each Boosters.

Please amend the clause as follows:

100% of supply value and O&M payments within 30 days against receipt of

material/ equipment at site.

100% payment to be released within 30 days from the date of supply.

Tender Condition Prevails

92

Clause no. 4.4

Pg no. 13 of

Volume II

Technical

2 nos. mass flow meters to measure the Natural Gas consumption at

packages inlet and package discharge (both Coriolis type) with online test

arrangement.

2 Nos. Mass Flow Meter is required to be installed in Online Compressor to

calculate package gas loss. Since there is no package gas loss in Booster

Compressor, we feel that additional flow meter at discharge line is not required. It

will just add a considerable cost of compressor's package and O&M cost.

Please confirm.

Tender Condition Prevails

93

Clause no. 4.13

Pg no. 13 of

Volume II

TechnicalBlock and bleed valves to be provided for Pressure gauges and pressure

Transmitters.

Bleed valve are larger in size which are installed in the large gas pipeline of online

compressor. The pipeline of the daughter booster compressor is small and there is

less space in it. Therefore we are using needle valve from last 20 years and giving

satisfactory performance for more than 500 compressors supplied till date

Please confirm

Tender Condition Prevails

Page 10: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

94

Clause no. 4.15

Pg no. 13 of

Volume II

Technical

Main incoming cable from owners Power Distribution Board (PDB) to main

control panel of the Booster through heavy duty GI conduit or trenches,

Earthing Cable from owner’s electronic earth pit (EE) for electronic circuit in

control panel, cable from owner’s main earthing grid to control panel for

body earth and all inter connecting cables including complete erection

accessories like double compression cable gland, cable tags, lugs etc. as

required.

We confirm to supply main incoming cable of 50 mtrs. only. Laying through GI

conduit / trenches shall be in the scope of customer

Please confirm.

Tender Condition Prevails

95

Clause no. 4.18

Pg no. 13 of

Volume II

Technical One no. relief valve at each stage discharge, first (1st) stage suction.

As per our manufacturing standard relief valve at 1st stage suction is not required

because suction pressure is always reducing from 200 to 30 bar.

However we confirm that any safety requirement will not be bypassed due to this.

Please confirm.

Refer Corrigendum-I

96

Clause no. 4.4

Pg no. 13 of

Volume II

TechnicalBidder to provide Instrument air with an electric motor driven air

compressor with a suitably sized receiver & Refrigerant type air drier system.

We will provide heatless air dryer in place refrigerent type air dryer system.

Request you to allow the same. We have provided the same in all the packages

supplied till date to other CGDs

Please confirm.

Tender Condition Prevails

97

Clause no. 6.1

Pg no. 15 of

Volume II

TechnicalAll cabling (supply & laying) from electrical room to booster compressor shall

be in bidder’s scope.

Bidder can supply Cable and ESD swtiches. However laying of cables will be in the

scope of M/s IGL

Please confirm

Tender Condition Prevails

98

Clause no. 6.15

Pg no. 16 of

Volume II

Technical

The power factor (PF) of the whole electrical system should not be below

0.95. Motor feeder shall be provided with energy meter, heavy duty switch,

HRC link type with single phase presenter fuses, contractors (AC-3 Duty), bi-

metal relay switch fuse unit, voltmeter, push buttons, earth leakage relays,

indication lamps for start/stop/trip/ etc. Ammeters shall be provided for all

motors above 3.7. KW rating. Stop push buttons shall be lockable and have

stay put except in case of critical devices such as lube oil pumps etc.

Capacitor Bank is not required and it is not possible to provide this provision in

flame proof compressor panel due to excess heat in capacitor bank.

We request you to take capacitor bank in the scope of IGL & install the same in PDB

room if required. Please confirm.

Capacitor Bank will be in scope of IGL

and will be installed suitably in electrical

room.

99

Clause no. 9.25

Pg no. 25 of

Volume II

Technical

The temperature gauge shall be generally mercury in steel field type.

Capillary tubing shall be min. SS304 with SS flexible armouring. The gauge

shall have an accuracy of +1% FSD and 100mm dial size.

Temperature gauge of 100 mm dial are larger in size which are installed in the large

gas pipeline of online compressors. The pipeline of the daughter booster

compressor is small and there is less space in it. Therefore we are using Pressure

gauge of 63 mm dial size from last 20 years and are giving satisfactory performance

for more than 500 compressors supplied till date including previous supplies to IGL.

Please confirm

Refer Corrigendum-I

100

Clause no. 10.13

Pg no. 27 of

Volume II

Technical

Redundancy in PLC is required. PLC shall incorporate all process parameters

(specified elsewhere) and status of Booster, engine & priority panels and

shall be modular in construction with 100% redundancy with respect to CPU,

Power supply, Interface. PLC components/ system shall be tropicalized, MIL

standard adopted with complete wiring and necessary terminals. Wiring to

be color coded with cross ferruling in position. PLC shall be capable of

carrying out on line routines for at least ten separate loops without affecting

the scan, cycle & updating time etc. PLC shall be configured as a remote

terminal unit of supervisory computer and data acquisition system complete

with GPRS

and Ethernet connectivity. One card for transferring and accessing data from

minimum twenty devices with RS485 port shall be provided. In case of failure

of master/ active controller/ CPU, standby controller/ CPU should take over

the control in bump less manner. All values & data should be available

through both the controllers immediately, i.e. there should be no data loss.

We suggest, double PLC is not required for operational performance of daughter

booster compressor as this is required in critical applications like medical surgery,

chemical plants, online compressors etc. This requirement will unnecessarily

increase the cost of daughter booster compressor. Kindly amend your requirement

accordingly.

Tender Condition Prevails

101

Clause no. 10.30

Pg no. 29 of

Volume II

Technical

The bidder shall ensure integrity of compressor package and safety of

electrical supply system available at back end while testing package, at site.

Also, bidder shall arrange its own control/ single phase (UPS supply) for

testing and commissioning of package.

As the UPS supply in the scope of IGL, it is not possible to arrange UPS only for

commissioning at each and every site.

Please include the same in the scope of M/s IGL.

Tender Condition Prevails

Page 11: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

102

Clause no. 12.3

Pg no. 33 of

Volume II

Technical

Penalty for Non-Performance during Period of Operation & Maintenance:

The penalty in case of breakdown /shutdown (beyond stipulated time frame)

would be as below

• Beyond 8 hours upto 16 hours : Rs 5000

• Beyond 16 Hours upto 24 hours :Rs 10,000

• Beyond 24 Hours upto 32 Hours :Rs 15,000

• Beyond 32 Hours to upto 40 Hours: Rs 20,000

• Beyond 40 Hours to upto 72 Hours : 25,000

Penalty proposed by M/s IGL is very high and not acceptable. We request to amend

the penalty as follows:-

a) In case the equipment is down for more than 4 hours to 12 hours on any day

then penalty @ Rs.2500/- shall be applicable.

b) In case the equipment is down for more than 12 hours to 48 hours on any day

then penalty @ Rs.5000/-shall be applicable.

d) Maximum penalty imposed in a particular month for any case should not exceed

25% of monthly bill value of work done at a particular DBS in a particular month.

Tender Condition Prevails

103

Clause no. 13.3

Pg no. 36 of

Volume II

Technical Space Heater Supply

Space heater is not required as per Indian climatic conditions. We are running more

than 500 compressors without space heater and are giving satisfactory

performance.

Please confirm

Tender Condition Prevails

104

Annexure - III

Pg no. 51 of

Volume II

TechnicalAnnexure - XIII

4. Method of starting - Soft Starter

Soft Starter is not required as Booster compressr starts on unloaded condition and

motor will not draw current beyond specified limit, Star-Delta starter will not cause

any major voltage drop.

Please confirm

Refer Corrigendum-I

105

Annexure - XIII

Pg no. 92 of

Volume II

Technical FLP Motor

Please add OME s.r.l Italy Motor as M/s Crompton Greaves has shut down the

manufacturing and there is delivery and quality issue with M/s Bharat Bijlee. We

have started using OME s.r.l. Motors. OME s.r.l. Motor has been approved by SGL,

MNGL, IndianOil-Adani Gas and Green Gas. These motors have been approved by

PESO.

Please refer notes to Annexure VI -

Recommended Vendor List

106Annexure - VI

Volume IITechnical FLP Switchgear:

Please add Sudhir, Shyaam and Kaysons Make FLP Switchgear as demand of DBC is

very high. The same has also been approved by IndianOil-Adani, MNGL, SGL and

Green Gas. These Switchgear have been approved by PESO.

Please refer notes to Annexure VI -

Recommended Vendor List

107Annexure - VI

Volume IITechnical SS Fittings & Valves

Please add DK-LOK make SS fittings and Valves. DK LOK is already approved in all

other CGDS.

Please refer notes to Annexure VI -

Recommended Vendor List

108Annexure - VI

Volume IITechnical IR Gas detectors:

Please include Draeger make GD in approved vendor list. The same is already

approved by all other CGDS.

Please refer notes to Annexure VI -

Recommended Vendor List

109Annexure - VI

Volume IITechnical

UV Flame detectors: Please include Draeger make FD in approved vendor list. The same is already

approved by all other CGDS.

Please refer notes to Annexure VI -

Recommended Vendor List

110Annexure - VI

Volume IITechnical

Air Compressor Please include ICL make Air Compressor in approved vendor list. The same is

already approved by all other CGDS.

Please refer notes to Annexure VI -

Recommended Vendor List

111Pg no. 9 of

Volume ICommercial

The bidder, in the last seven (07) years from the date of issue of tender, shall

have

engineered, manufactured, tested and supplied to customer from the

proposed facility of manufacturing, at least 06 no. of Hydraulic CNG Booster

package of minimum 250SCMH capacity or above and Booster package

should have been running in India satisfactorily in the field for a period of

minimum 4000 hours as on date of issue/publish of tender.

It is submitted that Scope of Work in Group A and Group B is same. Work would be

awarded in both the groups at the lowest price received in either of the group.

Hence, for sake of equity and more competition, in both the groups, bidder’s

qualification criteria should be as that of Group B. Hence, the said clause as

mentioned may please be modified as below:

“The bidder, in the last seven (07) years from the date of issue of tender, shall have

engineered, manufactured, tested, and supplied to customer from the proposed

facility of manufacturing, at least 06 no. of Hydraulic CNG Booster package of

minimum 250SCMH capacity or above.

Tender Condition Prevails.

112Pg no. 10 of

Volume ICommercial

The bidder should have achieved the minimum annual turnover of Rs. 9.10

Cr in any one of the last three preceding financial years.

Since the company has proposed to split the total quantity in many bidders.

Contractual award to each bidder will also be less. Hence, the financial turnover of

the bidder shall also consider the turnover requirement accordingly. Lower

turnover will enable the more participation by the bidders and will lead to

competitive prices. Hence, the said clause as mentioned may please be modified as

below:

“The bidder should have achieved the minimum annual turnover of Rs. 7 Cr in any

one of the last three preceding financial years.”

Tender Condition Prevails.

Page 12: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

113Pg no. 14 of

Volume ICommercial

If only 01 bidder qualifies, then 4 boosters will be awarded and based on

satisfactory performance of 4 boosters, 2 more boosters will be awarded.

bidder and based on satisfactory performance, 2 more boosters will be

awarded to each.

bidder and based on satisfactory performance, 2 more boosters will be

awarded to each.

and based on satisfactory performance, 1 more boosters will be awarded to

each.

In case, more than one bidder qualifies, and lowest bidder is not in position to

supply the entire lot of compressors, L2/L3 bidders shall be offered the balance

quantity at matching L1 prices.

As the same will lead to more competitive prices due to advantage of economy of

scale.

Tender Condition Prevails.

114 Annexure - VI Technical Recommended Vendor List

We request Client to consider and approve following mentioned makes

• Filter – Delta

• Air Compressor – REAL / Unique Make

• Tube Fittings – DK-LOK

• GD&FD – Ambetronics

• Electric Motors – Hindustan Motor

• Co2 Cylinder Valve – Kuldeep Engineering

We request IGL to allowed these in the approved list.

Please refer notes to Annexure VI -

Recommended Vendor List

115 Technical

Main incoming cable from owners Power Distribution Board (PDB) to main

control panel of the Booster through heavy duty GI conduit or trenches,

Earthing Cable from owner’s electronic earth pit (EE) for electronic circuit in

control panel, cable from owner’s main earthing grid to control panel for

body earth and all inter connecting cables including complete erection

accessories like double compression cable gland, cable tags, lugs etc.

as required.

Client to specify the length of cable to considered for this.

Average 50 Mtr. can be considered for

loading purpose. However, supply &

laying of cable will be done as per actual

site requriement.

Tender Condition Prevail.

116

Clause no. 4.4

Pg no. 13 of

Volume II

Technical

2 nos. mass flow meters to measure the Natural Gas consumption at

packages inlet and package discharge (both Coriolis type) with online test

arrangement.

We propose that 1 no. mass flow meter is okay for hydraulic type booster

compressor, as there is such venting loss like mechanical type reciprocating

compressor.

Tender Condition Prevails.

117

Clause no. 4.18

Pg no. 1 of

Volume II

Technical One no. relief valve at each stage discharge, first (1st) stage suction.

We request to cancel first stage suction relief valve, as daughter booster suction

pressure is keeping decreasing, thus it’s not necessary to install pressure relief

valve.

Refer Corrigendum-I

118

Clause no. 4.22

Pg no. 14 of

Volume II

TechnicalInlet and outlet manual and automatic isolating valves for maintenance &

emergency.

Our understanding is that the automatic isolating valves mentioned here is the

valves on priority panel for compressor suction from LCV to booster and discharge

from compressor to cascade. Pls clarify.

Bidder Understanding is Correct.

119

Clause no. 6.2

Pg no. 15 of

Volume II

TechnicalAir compressor with discharge pressure of 7 kg/cm2 suitable for 1.5 KW

electric motor rating with dryer shall be supplied by the bidder.

Our booster does not require instrument air, thus we request to we will not supply

air compressor. Pls approve.Tender Condition Prevails.

120

Clause no. 7

Pg no. 16 of

Volume II

Technical Opposed design with lined cylinder We are not using lined cylinder, pls approve OEM design. Bidder may supply his proprietry design.

121

Clause no. 9.13

Pg no. 22 of

Volume II

TechnicalPriority panel shall be of 3 Bank priority panel along with emergency

actuators.We request to approve electro type SOV for priority panel. Tender Condition Prevails.

122

Clause no. 10.7

Pg no. 26 of

Volume II

Technical

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 through remote HMI PC (if provided)/ external Laptop in same

format as programmed in PLC.

Our understanding is that, the required function is to export data from PLC and can

be printed out from PC/Laptop, rather than directly connect printer to PLC/HMI, as

most commonly used model does not support such function. Pls clarify.

Tender Condition Prevails.

Page 13: TENDER DOCUMENT NO. IGL/ET2/CP/CC16654

123

Clause no. 10.13

Pg no. 27 of

Volume II

Technical The gauge shall have an accuracy of +1% FSD and 100mm dial size. We request to accept 63mm dial size. Refer Corrigendum-I

124

Clause no. 10.21

Pg no. 28 of

Volume II

Technical Non- resettable electromechanical hour meter on local control panel. We propose that its not necessary, as it’s not working in this way in the market. Tender Condition Prevails.

125

Clause no. 11.1

Pg no. 32 of

Volume II

Technical

Painting of Internal process piping should be as per international colour

coding standard, e.g- Gas line-Yellow, Water line- green, Airline-Blue, Fire

suppressing system – Red etc.

It’s not proposed to paint on stainless steel process gas system. Tender Condition Prevails.

126

Specification of FD

Pg no. 60 of

Volume II

Technical four year warranty against sensor and electronics for the supplied product.All suppliers are giving standard warranty of 12 months from commissioning or 18

months from supply, whichever is earlierTender Condition Prevails.

127

Specification of FD

Pg no. 60 of

Volume II

Technical 4 year warranty against sensor and electronics for the supplied product.All suppliers are giving standard warranty of 12 months from commissioning or 18

months from supply, whichever is earlierTender Condition Prevails.

128

Spec for Discharge

filter

Pg no. 63 of

Volume II

Technical

CE mark in accordance with European Directive for Pressure Equipment, PED

( 97 / 23 / EC ) Are Designed to meet the ATEX European Directive for

Explosion Protection , ( 94 / 9 / EC) All natural gas filters in accordance to CE

Eex 2GD IIB T6. Rib Mesh : Stainless Steel VA 1.4306

Not applicable for filter.

OEM standard SS material.Tender Condition Prevails.

129

Recommended

vendor list

Volume II

Technical

Regulator: N/A

FIELD INSTRUMENTS (P, DP, F,L,T): Senex

Pressure Gauge: Kaifeng

Temperature gauge: Request to accept RTD

PRESSURE RELIEF VALVE: DK-Lok/CL

Suction & Discharge filter: Endurance

Vibration switch: N/A

Cartridge filter: OEM/Endurance

Air compressor: N/A, not required.

SELF ACTUATED PR. CONTROL VALVE: N/A

SOLENOID VALVES: Aerospace

SPECIAL CONTROL VALVES: OEM

Two way/Three way/drain valves: Endurance/DK-Lok

Main motor: S&L/Weite

VFD starter: N/A

Soft starter: N/A

SS FITTINGS: DK-Lok/Hamlet/Endurance

FLP switch: Switchgear OEM

Contactor: ABB/Schneider

CABLES: OEM/South Cable

Plug valve: Endurance

On Off Ball./Needle valve: Endurance/DK-Lok

Pressure switch: WIKA

Please refer notes to Annexure VI -

Recommended Vendor List