CNG Compressor Procurement Tender AGL
CNG Compressor Procurement Tender AGL
FOR
BID DOCUMENT
VOL. II OF II T E CH NI CA L
TECHNICAL SPECIFICATION
FOR
CONTEN TS
SL NO: DESCRIPTION
1. GENERAL
2. UTILITIES & BATTERY LIMITS
3. EQUIPMENT QUALIFICATION CRIT ERIA
4. BASIC DESIGN
5. ELECTRICS AND INSTRUMENTATION CONTROL
6. INSPECTION AND T ESTING
7. PRICE LOADING AND COMPENSATION FOR UNDER PERFORMANCE
8. PAINT ING AND PROTECTION
9. ERECTION, TEST ING AND COMMISSIONING AT SIT E
10. FIELD TRIAL RUN
11. SPARE PART S, SPECIAL T OOLS AND T ACKLES
12. DAT A AND DRAWING
13. OPERATION & MAINTENANCE SERVICES
14. GUARANTEED PARAMETERS OF COMPRESSOR
15. GAS COMPOSITION.
16. DAT A SHEET OF COMPRESSOR, HEAT EXCHANGER & GAS ENGINE
17. DAT A SHEET OF OTHER ITEMS
18. OPERATING CONDITIONS & EXPERI ENCE RECORD OF COMPRESSOR
19. LIST OF INSTRUM ENTATION & CONTROLS FOR COMPRESSOR
20. QUALIT Y ASSURANCE PLAN
21. CHECKLIST
22. FORMAT OF DEVIATION TO T HE TECHNICAL SPECIFICAT ION
1.0 GENERAL
Aav antika Gas Ltd. (AGL) is a joint v enture company of M/s GAIL (India) Limited & M/s
HPCL. AGL has been set up to supply PNG to household, commercial & industrial
sectors as well as to distribute CNG to v ehicles including setting up of CNG filling
stations with its infrastructure in the cities of Indore, Ujjain & Gwalior.
This specification along with applicable codes as referred, describe the minim um
requirements f or design, engineering, manufa cturing, inspection, testing, supply including
packaging, f orwarding, insurance, custom clearance, handling and unloading at port as
well as at PURCHASER store/site at Indore, Ujjain & Gwalior, package perf ormance
test at Bidder 's shop, supply, erection & commissioning at site of "GAS ENGINE
DRIVEN RECIPROCATING GAS COMPRESSOR PACKAGES" as required f or
dispensing CNG to v ehicles at v arious locations in Indore, Ujjain & Gwalior. Various
parts of this specification shall be read in conjunction with each other and in case
where the diff erent parts of this specification differs the m ore stringent requirement shall
gov ern.
Any additional work/equipm ent or t ec hni c al requirem ent not m ent i oned in t he
specification but required to make the offered system complete in accordance with the
specification and f or saf e and proper operation, shall be deem ed to be included in the
scope of work by the Bidder.
The design, construction, manufacture, supply, testing and other general requirements of
the compressor package equipment shall be strictly in accordance with the data sheets,
applicable API codes, and shall comply f ully with relev ant National/ International
standards, Indian Electricity Act, Indian Electricity Rules, regulations of Insurance
Association of India and Factorie s Act while carrying out work as per this specification.
Any modification suggested by the statutory bodies either during drawing approv al or
during inspection, if any, shall be carried out by the Bidder without any additional cost
and delivery implications.
The following codes and standards (versions/ revisions valid on the date of order)
are referenced to & made part of specification:
API-11P, Second edition, API 618,
ISO 13631-2002,
NFPA-37, OISD 179, NFPA-52: 2006, NFPA-496, NFPA-68, NFPA-70
ANSI, ASTM, NEC, NEMA
Indian Electricity Rules, Indian Explosives Act, Gas cylinder rules, codes f or SS tube &
f orged fittings.
1.3 Precedence
In case of any conflict among the v arious docum ents of this requisition the f ollowing
preferential order shall gov ern:
1. Data sheets/drawings
2. This Technical Specification
3. International standards/codes as applicable
4. Indian Standards / codes applicable
Com pliance with this specification shall not reliev e the Bidder of the responsibility of
f urnishing equipment and accessories of proper design, m aterial and workm anship to
m eet the specified operating conditions.
No dev iations to the technical requirem ents and to the scope of supply specified in this
enquiry document shall norm ally be accepted and offers not in com pliance to the sam e
shall be rejected summarily. In case a deviation is required due to inherent design of the
equipm ent offered, the Bidder shall list all such deviations at one place giving reasons
thereon.
Bidder shall necessarily furnish the following along with the bid without which the
offer shall be considered incomplete:
3. Completely filled in Data Sheets of compressor, gas engine and electric m otors.
5. Tentativ e Lay out / key plan/ General Arrangem ent indicating size of skids,
center distance between skids and space required along with maintenance requirements
9. All electrical work related to com pressor package (PDB to compressor package & its
accessories)
11. Post commissioning annual maintenance with all spares and consum ables.
1. Lubricated or non-lubricated two throw balanced opposed reciprocating compressor with lube oil
system and cooling system (console type) as required.
3. Gas meter (4 nos.): Mass flow m eter (Model CNG 50 & F S er i es with integral local display)
based on C o r i o l i s principle o f Micro motion, USA CNG 5 0 with 2700 transmitter a t
Compressor discharge, F-series with 1700 transmitter at c om pr essor suction, Package Vent
a n d gas engine fuel consumption. Installation and manufacturing of mass flow meter shall be
as per as per AGA-11. While installing special care shall be taken to isolate the m ass flow meter
from piping v ibration.
Mass flow meter to measure the Natural Gas consumption at packages inlet, package discharge, package
vent and fuel consumption at gas engine inlet with online test arrangement. Mass flow meter shall be
provided in package vent for measuring vent losses. The mass flow meter shall be W&M approved only.
6. Separate junction boxes f or different type of signals like analog, digital signals, alarm,
shutdowns, and thermocouples, RTDs etc. f or interfacing to FLP local panel.
7. Main incoming cable from owner PDB to main control panel of the com pressor through
Conduit/trenches. Cable from owners electronic earth pit (EE) f or electronic circuit in control
Panel, cables f rom owners m ain earthing ring to control panel body earth and all
interconnecting Cables including com plete erection accessories like double compression cable,
FLP gland, cable tags, Lugs etc. as required. Conduit from PDB to Flam e control panel shall be
m ade av ailable by supplier & from Control panel to diff erent accessories / ESD /units shall be in
supplier scope.
8. O ver ride f acility in LCP to fill LCV in priority panel of 1200 Sm 3/h capacity com pressors shall be
provided.
9. Blow down vessel shall be loc ated preferably on top of the package to facilitate
periodic testing of pressure vessel.
10. All cables and accessories shall be as per cl. No. 5.8
11. Common structural steel skid for the compressor- gas engine and f or all auxiliary system s.
12. Structural supports within the com pressor package f or all piping, electrical and instruments
etc.
13. Shed Structure (Galvanized corrugated sheet) of 10’ x 8’ ov er the Control panel to the Operator
f or operating the com pressor. Total structure setup, fabrication & finishing shall be in bidder’s
scope. The shed over the control penal is also for operator to operating the compressor.
14. Inlet twin suction gas filter with oil drain valv e & DP gauge and tem porary suction line strainer
at 1st stage and at other stage if required.
15. Exhaust fan in the enclosure in addition to the cooling fan of the heat exchanger.
17. Separator/ Knockout drums/volume drums with solenoid valve operated auto & manual drains as
required. Moisture separator cum regulator in the system shall also be accepted. Bypass valves for
automatic drain system shall be as per manufacturer’s recommendation.
19. All interconnecting oil, gas, water, air piping within the compressor package.
20. Impulse and pneum atic piping/Tubing for all v alves, fittings as specified & required f or mounting
the instrum ents.
21. NRV at gas suction, final discharge point, LCV and priority panel as required.
22. Y- type/conical type strainers, valves, sight flow indicators, check valves, manual drain/ traps etc. as
required for various auxiliary systems i.e. frame lube oil, cylinder lubrication system, cooling water
systems, fuel supply/conditioning system etc.
24. Separate acoustic enclosure, seprated with a partition wall of minimum 3 mm thickness and fabricated
in such fashion that it is completely sealed so that gas or fire should not travel from one enclosure to
another, for both Compressor and Engine as specified, with two number L.E.L detector and two UV
detectors in each enclosure.
25. For each compressor, 5 nos. of ESDs (One no. on compressor, One no. on LCP of compressor, One
no. in control room, One no. in process area, One no. near dispenser)
26. CO 2 extinguishing system consisting of two cylinders, piping and v alv es.
29. Piping from air compressor and CO 2 cylinders up to enclosures wi ll be in the scope of bidder.
30. Annual O&M during one year warrantee period with spares, consum ables, man power and
lubricants.
31. O&M charges (post warrantee period) with spares, consumables, man power and lubricants
including complete overhauling of compressor & engine, if required.
32. Training of 2 persons (1 superv isors + 1 operators) at packager’s workshop and at sub-v
endors workshop. The trav eling boarding and lodging of Purchaser’s engineers shall be borne
by PURCHASER. Training m odule shall span f or one week and shall cov er the equipment
constructional f eatures, operational and maintenance procedures etc. (Bidder to indica te separate
price, if any).
Exclusions
The following are excluded from the scope of the Bidder:
1. All civ il works and f oundation design. Howev er the Bidder shall furnish all the relevant data
f or design of pedestal/ foundation. Howev er, Grouting of equipment including supply of
material is a part of erection.
1.7 Safety
1.7.1 All controls shall operate in a f ail-saf e m ode i.e. failure of any control shall not lead to running of
equipment in unsaf e mode. Fail saf e control shall be av ailable through both software and
hardware f or all trips.
1.7.2 Area Classification : The hazardous area classification Class-I, Division I, Group D as per NEC
or Zone I, Group II A/ II B as per IS/ IEC. Certificate f rom recognized agency to the effect that
equipment supplied and/or installed conf orm to abov e area classification shall be submitted. All
Devices shall meet the requirement f or the specified area classification in which they are installed,
including instrumentation leads.
1.7.3 All exposed rotating parts shall be provided with adequate guards of non-sparking type.
1.7.4 Driv e belt if used shall be of fire retardant and anti-static type.
1.7.5 Piping shall be arranged in a m anner so as to prov ide clear headroom and accessibility within
the package. Adequate clearances shall be prov ided for all the engineered components f or O&M
point of view.
1.7.6 Each enclosure shall hav e two IR type L.E.L detectors and two Ultra Violet (UV)/IR fire detectors
in each enclosure to cov er the enclosures effectiv ely.
1.7.8 The Compressor Package shall trip if any of the enclosure is opened while the m achine is running.
However, the bidder shall provide enclosure door by - pass selector switch to facilitate routine
checking while compressor is running.
1.7.9 Relief Valves shall be provided at suction and discharge and in between inter stages of compressor
with setting as per cl. 11.18.5 of ISO 13631:2002 with R.V. venting as per cl. 11.18.6 of ISO
13631:2002. All vented lines to be connected to common relief valve header.
The package shall be protected by automatically operated CO 2 flooding system designed as per
NFPA-12 which should hav e minimum following features: -
1. Gas Detection by installation of hydrocarbon gas detector (IR type) and transm itter with
adjustable alarm levels (0-100%) with preset of 10%, 20% and 50%. Package should hav e at
least 2 nos. gas detectors.
2. Installation of flam e detector (UV-IR type) and transmitter, alarm on detection of flam e. Package
should have at least 2 nos. flam e detectors.
3. CO 2 flooding system shall consist of 2 nos. of min 45 kg CO 2 cylinders. Howev er actual size of
the cylinder shall be as per compressor enclosure size. Necessary calculation shall be subm itted
by the bidder during detailed engineering. One cylinder will act as m ain cylinder & other as
stand by, which shall have identical arrangement and connected to the system . The cylinders shall
be protected from weather and direct sunrays as per Gas Cylinder Rules, 2004. Cylinders shall
be fitted with actuated Valv es, Solenoid v alves etc. for autom atic actuation. Control philosophy
shall be such that in case m ain cylinder fails, the standby cylinder shall discharge autom
atically. For this, the v endor shall provide suitable dev ice such as pressure switch (intrinsically
saf e type) to detect the failure of m ain cylinders f ailure. One m anual switch / call point shall
be prov ided to operate the CO 2 cylinder f rom rem ote control room. Pull down lev er on cylinder
v alv e f or manual operation shall be prov ided.
4. The System shall be designed to operate on 24 V DC supply. FRLS (Fire resistant low smoke)
cables shall be used for the wiring of the system.
iii. Maintenance Override Switch shall be prov ided to keep the system off during m aintenance.
iv. Compressor shall not start if the CO 2 Flooding System is f aulty, not working, Switched OFF during
maintenance etc.
v. Selector switch shall be prov ided to put Main/Stand by Cylinder in line at the turn of a switch as
per requirement.
6. One blinking aviation lam p shall be provided at top of com pressor canopy suitable for hazardous
area f or fire indication.
7. CO 2 Cylinders shall be provided outside the package at a saf e place, minim um 4.5 m eters away
(aerial distance), where it is not exposed to fire in case of fire in the compressor. Facility shall be
m ade to operate the system both manually f rom rem ote with the help of a switch/ call point and
with help of pull down lev er on cylinders.
8. Online weight (CO 2) loss indication device to be prov ided to ascertain the health of the CO 2 flooding
system .
9. All installation and instrum ents shall be com patible for hazardous area Class 1, Division 1, Group-
D for Methane Gas.
10. Technical specifications, Operation and Ma intenance Manual, CCOE Certificate, Approval/
M anuf ac t ur i ng certificates for c y l i n d e r s and c y l i n d e r v alv es, gas detectors, flam e
detectors, solenoid valv es etc. shall be f urnished by the supplier along with system. Software
and hardware, calibration procedure shall be prov ided by the supplier along with the supply
sufficient enough to handle the system independently.
11. System shall be tested by the supplier after commissioning at site by creating fire signal and
actual discharge of CO2 Gas from the Cylinders. The cylinders hav e to be refilled by the v endor
at no extra cost to purchaser af ter testing. If the system fails during testing, subsequent testing
and refilling would be at v endor’s cost.
12. Warning and Operating instructions to be displayed at equipments as per the statutory/ saf ety
regulations.
Any conflict between the above scope / specification / requirements, most stringent will be followed
as per the instruction of EIC.
2.1 Utilities
2.1.1 Bidder shall m ake his own provision for Instrument air with an electric motor driven air
compressor, receiver and air dryer system .
2.1.2 Air compressor of capacity approx. 3.7 kW preferably of IR/KPCL/Elgi/CP m ake of approx. 16
kg/cm 2(g) discharge pre ssure with PRV and 1000 water litre capacity air receiver shall be supplied
for each CNG compressor package f or gas engine starting purpose. Air dryer suitable for automatic
operation & Single phase prev enter unit shall also be supplied along with all accessories.
Electric power will be arranged by purchaser for driv ing the air com pressor. The air compressor
shall be kept in saf e area. All the electrical and instrument item s should be suitable f or Class
1, Division 1, Group-D Piping, electrical & instrumentation cabling shall be in bidder’s scope as per
2.1.3 Bidder will m ake piping connection from existing instrum entation air receiv er f or instrum
entation air requirement. Necessary FR unit shall also be prov ided as per requirem ent.
2.1.4 Cooling water is not available as utility and the package shall be prov ided with self sufficient
cooling water system f or Compressor, as required, with make up tank. However cooling water f or
make up tank is av ailable.
2.1.7 For running the Air compressor and illumination, 415 Volt (±10 %) 3-phases 4 W ire, 50 Hz (±5%)
shall be prov ided by Owner at a single point (feeder in PDB) inside the electrical room.
Bidder shall indicate power/Feeder (KW/Amp) requirement in the offer.
2.1.8 Purchaser shall also provide UPS (240 ±1% V, 50 ±1% Hz) if required f or control supply
requirements at a single point (f eeder in UPS ACDB) near the booster compressor. Bidder
shall indicate power/ feeder (KW/Amp) requirement in the offer. Surge protection devices
of approved make shall be provided f or all incoming supply to Bidder’s end.
2.2.1 All customer interf ace connections, gas Inlet shall be brought out to the package edge and
terminated in nozzles with isolation valv es having flange connection.
2.2.2 As and where specified on the data sheets all vents (i.e. Relief valv e, distance piece and packing)
shall be manif olded and terminated at skid edge outside the enclosure and ven ted to saf e
height of 3.0 m at package roof.
2.2.3 All drains from different process equipment, distance piece and packing shall be manifolded
and terminated at single point for customer interf ace duly flanged with isolation valve.
2.2.4 UPS and Non UPS power shall be m ade av ailable from power distribution board (PDB) in the
electrical room. Supply, Erection and termination of all cables and accessories f rom f eeder in
electrical room shall be in the bidder’s scope.
2.2.5 Electronics earth pit shall be made available at a distance of about 5 m eters f rom compressor
package. Cable from this earth pit shall be in the bidder’s scope. Owner’s earthing main ring
shall be made av ailable at compressor f oundation. Cable to control panel body earth inside the
compressor package shall be in the bidder’s scope.
The Offered Gas Compressor model shall be from the existing regular manufacturing range of
the Gas Compressor manufacturer. At least 2 no. Gas Engine Driven CNG compressors,
identical to the proposed offered compressor models in terms of number of stages, number of
throws, frame power and process gas (i.e natural gas) must have been manufactured, tested
and supplied to customers from the proposed manufacturing plant in the last Seven years
and must have been individually operating satisfactorily in the field for a period of min 8000
hours without any major break down as on the bid due date.
4.1 General
4.1.1 The Compressor shall meet all the technical requirements as specified in:
4.1.2 Gas composition giv en under Design Case shall be used f or Compressor selection, Sizing and
performance guarantee estimates. Howev er compressor shall be suitable f or continuous operation
with the indicated gas composition range and operating parameters giv en in this tender.
4.1.3 Suction line pressure v aries f rom 16 to 19 kg/cm 2. Bidder to note suction pressure regulator
is not required. However, suction pressure transm itters shall be provided to protect the
compressor from v ery high and low pressure.
4.1.4 Bidder's offer shall be based on firm and final compressor / gas engine make and models on which
basis the offer shall be ev aluated and no alternate compressor / gas engine make and models
or change of make and models to lower f ram e shall be entertained.
4.1.5 Note that the pressures given on the data sheet are at the com pressor package battery limits,
Bidder shall consider all pressure losses at suction, inter-stage and discharge at the specified
capacity (with no negative tolerance) f or compressor and indicate the sam e on the data
sheets.
4.2.1 The linear piston speed shall be limited to 4 m/sec f or non-lubricated and 4.5 m /sec f or lubricated
compressors.
4.2.2 The maximum discharge gas temperature f or each stage shall be limited to 150 degreeC.
4.2.3 Compressor maximum vibrations at cylinders and at f rame shall not exceed 10 mm /sec. And 5 mm /s
respectiv ely unfiltered peak v elocity. The Bidder shall prov ide for all structural support within
the package so that these levels can be achieved.
4.3.1 The surface hardness of Rockwell C 50 minim um is required on piston rods in the areas that pass
through the packing. Rolled threads shall be provided on the rods with thread relief area as
polished.
4.3.2 Crosshead shall be manufacturer standard m aterial and designs. Adequate openings for removal
of the crossheads shall be provided.
4.3.3 Piston rod and cross head pin loading at any specified operating condition at the relief valv e set
pressure shall not exceed 80% of the m aximum design rod load of the offered com pressor. Rod
loads shall hav e sufficient rev ersals in direction f or all specified operating conditions including RV
Settings and part load operation.
4.3.4 Fram e rating as published in catalogues of the offered com pressor m odel shall be min 1.1 times
the required rating corresponding to m ax sev ere operating conditions taking into account
temperature correction factor.
4.4.1 All oil wiper intermediate gas cylinder pressure packing shall be a segmental ring with stainless
steel garter springs. The pressure packing case shall be provided with a common v ent and
drain below the piston rod tube to the outside of the Package enclosure.
4.4.2 ERW / seamless steel tubing conforming to ASTM A-192 or series 300 SS tubing conf orming
to ASTM A-269 with minim um thickness as specified in Cl. 7.11 of API-11P shall be used f or v
ent piping.
4.4.3 Packing v ent piping inside of the distance piece shall be designed for the maximum operating
pressure of the cylinder.
4.4.4 In case of Pressurised crank case type design, packing vent & drain are not applicable.
4.5.1 Compressor frame lubrication shall be pressurized system, with a main oil pum p driven directly by
the compressor shaft.
4.5.2 If required the Bidder shall provide an air/electric motor driven pre-lubrication pump. Crankcase
shall be fitted with lube oil tem p & lev el indicator.
4.5.3 All lube oil piping after oil filter shall be 300 series stainless steel conforming to ASTM A269.
4.6.1 Distance piece as per API-11P with cylinder side compartment vented to saf e location is specified.
4.6.2 Distance pieces shall be provided with gasket, solid cov ers and shall be suitable f or a minimum
differential compartment pressure of 1.75 kg/cm ²g.
4.7.1 Single plunger per point force f eed mechanical lubricator / divider Block type shall provide lubrication
to compressor cylinders.
4.7.2 Lubricators shall be driv en by crankshaf t and bidder shall highlight any pre lubrication
requirements of the cylinders and the method of achieving the same.
4.7.3 Lubricators shall hav e a sight flow indicator for each lubricator point and a stainless steel double
ball check v alv e shall be provided at each lubrication point. Common sight glass is also acceptable.
Divider block lubrication system to compressor cylinders shall also be accepted.
4.7.4 Digital no flow tim er shall be provided to stop the compressor in case of loss of cylinder lubrication.
4.7.5 Lubricator reserv oir capacity shall be adequate for 100 Hrs of norm al flow, and shall be equipped
with low lev el alarm.
4.7.6 Bidder along with the proposal shall furnish the recommended lubricating oil type, International
Grades & Specification along with their quantity and f requency of change. The recommended
oil shall be compatible with gaskets, O-rings, seals, packing, lubricator parts and other parts coming
into contact.
For cooling of the Heat Exchangers a cooling fan (Gas Engine Driv en) to be prov ided inside
the enclosure(s).
Cooling system shall be preferably installed on the same skid as the compressor due to space
constraints. Bidder shall submit cooler sizing calculation f or review.
4.9.1 Carbon Steel separators/KOD at auto and manual drain system shall be prov ided for the
capacity as required.
4.9.2 All pressure vesse ls shall be designed as per ASME VIII Div 1 or equiv alent.
4.9.3 Scrubber service class - B shall be used f or Inter-stage / d ischarge scrubbers. Service Class - C
shall be used f or su ction scrubber. (Refer API -11P)
• The offered scrubber and mist rem ov al shall restrict the oil level to < 5 ppm in the discharge
gas of compressor. SS m esh pad shall be used in the scrubbers.
• All v essels including pulsation dam pers shall be fully (100 %) radio graphed as per ASME VIII
UW (a) or equiv alent.
• Minimum design temperature f or separators shall be 71oC and minim um design pressure shall be
m aximum operating pressure plus 15% for inter-stages and plus 10% f or final stage.
4.9.4 Gas recovery system : Bidder shall prov ide blow-down tank to act as:
• Surge tank for depressurization of each of the compressor stage piston cylinders during shutdown.
• Blow-down tank size should be to manufacturer’s design standards. The gas recovery vessel
shall be provided with pressure relief valve and necessary instrumentation to avoid cold flaring
of gas. If bidder will not provide PRV then bidder bidder shall have to ensure operation of
compressor package in without any venting of gas at time of starting and compressor capacity
must be ensured at the minimum inlet pressure.
• Capacity shall be suitable to prevent any v enting.
• Suction dam per and gas recovery v essel shall preferably not be com bined and one pressure
regulator with isolation v alv e shall be provided to connect gas recov ery v essel with compressor
suction.
• If suction dam per and gas recov ery v essel are com bined, pressure regulator af ter gas recov ery
v essel will not be allowed due to high pressure drop during compressor operation.
• One v ent line from gas recovery v essel with double isolation valves shall be provided
4.9.5 All separators / KOD's shall be provided with 3 mm corrosion allowance.
4.9.6 Oil from all drains shall be collected into the oil recovery pot. Oil recov ery pot shall be prov ided
with double isolation manual valve and level gauge. Capacity shall be min 15 water liter.
[Link] Suitable arrangement for interstage pulsation dam ping shall be prov ided in confirm ation to API
618 and API 11P.
[Link] Bidder shall get the acoustic and m echanical ev aluation study carried out for one com pressor
package (from inlet flange to discharge on skid edge as per API-618 approach-3) by an
agency or in house experts. The com pressor Bidder shall be totally responsible for all the
coordination with the agency carrying out the study
4.10.1 The gas engine offered shall be gas fired 4-stroke, spark ignited type. The integral gas engine
& compressor type design is not acceptable.
4.10.2 The site rating of engine shall be max of the following two conditions;
a) 110% of greatest BKW required by compressor including cooling fan, other auxiliaries and the
losses at any of the compressor operating conditions corresponding to suction pr of 16, 17.5
or 19 kg/cm 2 (g) with suction valve fully opened and discharge pressure 255 kg/cm 2 (g) .
b) 105% of greatest BKW required by compressor including cooling fan, other auxiliaries and the
losses at any of the compressor operating conditions corresponding to suction pr of 16, 17.5
or 19 kg/cm 2(g) with suction valve fully opened and discharge pressure at relief valve ( RV)
set pressure.
4.10.3 The site rating of engine shall be worked out considering the derating specified under the latest
edition of British Standard 5514/ISO 3046 and deducting the power absorbed by all the
engine driven auxiliaries, as conceived by the Packager. The site rating of engine shall
be based on 45oC ambient temperature, RH 80% and an altitude of 560 meter taking design
case gas composition as specified, the site rating so arrived shall be suitable for
the maximum Compressor BkW as arrived at and which can be applied 24 Hrs a day
seven days a week with a overrating capability of up to 10%. Bidder is requested to submit site-
rating calculation along with de-rating calculation in their bid. Note that the Design Gas
specified for the compressor shall be used as engine fuel.
4.10.4 All the auxiliary equipment including the cooling fans shall be engine driven.
4.10.5 The engine shall be provided with the shielded ignition system of breaker less type, low
tension solid state having vapor proof enclosure with a high-tension coil at each power
cylinder. All low-tension wiring shall be enclosed in grounded steel conduits. But the
spark plug connecting cables shall be enclosed in grounded, metal shielded flexible
conduits.
4.10.6 Constant speed hydraulic/electronic governor preferably of W OOD W ARD make adjustable
for speed setting over the operating range.
4.10.7 The engine silencer shall be residential type mounted on the roof of the engine enclosure.
4.10.9 Gas engine shall be supplied with Electronic Gas Carburettor/Air Fuel Ratio controller,
adjustable for speed setting over the operating range.
4.10.10 In order to keep minimum emission of hazardous gases in the atmosphere, Bidder shall provide
the suitable catalytic convertor in the exhaust of the gas engine. Engine shall meet all the latest MP
State / Central Pollution Control Board rules & regulations. Also, Bidder shall submit a certificate
approved/accepted by MP State Pollution Control Board for the installed gas engine during
Site Acceptance Test / Performance Test. All the requisite fees for this test shall be borne by
Bidder. Performance Test will be considered to be final thereafter only.
4.11.1 The maximum allowed temperature within the enclosure shall be 8°C above ambient
temperature. Adequate v entilation fans shall be provided to meet the abov e and also to account
for heat dissipation of the coolers. Interlock shall be provided to start the ex haust f an to v ent out
any entrapped gases in the enclosure before starting the m ain compressor. In case the
v entilation fan is mounted inside the canopy then no separate ventilation f an required provided
this meet the required temperature.
4.11.2 The compressor package shall consist of s ep r a t e enclosures for Com pressor and gas
engine. The equipment shall be mounted on one common skid. The Enclosure to restrict maximum
noise lev el to 72 dB (A) ± 3 dB (A) at 1 m eter from the enclosure.
4.11.3 Enclosures shall be provide with a degree of protection equivalent to IP 54 as defined in AS 1939,
shall be flam e proof and provided with ventilation system.
4.11.4 The enclosures shall hav e doors for normal access and removable wall panels for ease of m
aintenance.
4.11.5 All the pressure, tem perature, lube oil pressure, coolant temperature, coolant lev el indicators
shall be visible from outside of enclosures.
4.11.7 For handling of all heav y parts for maintenance purpose lifting arrangem ent i.e. beam fitted with
chain hoist shall be provided in enclosure.
4.11.8 The Compressor shall be located inside an acoustic enclosure. All Coolers, Knock out Drum s,
Scrubbers, Cooling System, lubrication system along with interconnecting piping shall be inside an
enclosure. Enough headroom shall be made av ailable f or easy access and m aintenance of all
equipm ent. The piping layout with respect to the com pressor, intercoo lers, KOD and auxiliaries
location shall be subject to Purchaser’s approval during detailed engineering stage.
• Components such as pressure gauges, tem perature , pressure switches, filter autom atic ball valv
es, saf ety v alves etc., which require in-situ adjustm ent, m aintenance and reading, shall be
easily accessible.
• Conduits and tubing shall be arranged in orderly and system atic m anner and shall be routed
neatly to enter the back of displa y or monitoring panels
• Routine serv ice item such as, but not limited to, crank case oil filters, inter stage gas filters,
inlet and outlets gas filters and driv e belt shall be located to facilitate easy one- man servicing.
• One person should be able to access crank case oil inlet and drains to allow addition or drainage
of oil without rem ov ing panels or adjacent components and without the need of the pum p.
4.12 Piping
4.12.1 All gas piping shall be designed, fabricated & tested in accordance with ANSI B 31.3.
4.12.2 Low pressure Gas piping shall be seamless carbon steel manufacturing in accordance with
ASTM A-53 Gr. B or ASTM A - 106 Grade B. All Gas piping shall be flanged connections. Pipe
wall minimum thickness shall be in accordance with Table 4 of ISO 13631:2002.
4.12.3 All rigid piping, tubing & other components of compressor package shall be designed for f ull range
of pressure & tem p and loading to which they may be subjected with a factor of Safety of at least 4
based on minim um specified tensile strength at specified am bient temperature.
4.12.4 All rigid piping shall be continuous between their respective com ponents & free of connections
except welded joints. All high pressure joints shall be welded unless otherwise not feasible.
4.12.5 The instrument air tubing material shall be SS316 as per ASTM A269.
4.12.6 All high-pressure double f errule fitting and 2/3 way v alv es shall be of S.S. m aterial only. Material of
tube shall also be SS316 as per ASTM A269 Sandvik/Tubacex/Parker m ake.
4.12.7 Bidder shall furnish a temporary start up conical strainer fitted with adequate size m esh.
4.12.8 All lube oil piping down stream of filter shall be series 300 Stainless [Link] lubricating
oil lines downstream of the filter (with the exception of cast-in-frame lines or passages) shall be
made of austenitic stainless steel. For either tubing or piping, bends shall be used to minimize the
number of fittings wherever possible. Steel fittings shall be furnished with stainless steel tubing.
Pressure piping downstream of oil filters shall be free of internal obstructions or pockets (such as
those created by socket weld fittings) that could accumulate dirt at pipe joints. Non-consumable
back-up rings and sleeve-type joints shall not be used. Other piping fittings shall be of the socket-
weld or butt-weld type. When butt welds are necessary, such precautions as internal grinding of
joints and use of gas tungsten-arc welding for the first weld pass shall be taken to prevent weld
splatter inside the lines. After fabrication, oil lines shall be thoroughly cleaned and preserved. In
addition, carbon steel piping shall be pickled and passivated.
4.12.9 External drain & v ent piping shall be Carbon Steel and not less than 1" nominal size. However, all
the internal drains shall be SS 316 tube as per ASTM A269. However, all the internal drains shall be
SS 300 series material.
4.12.10 Mercaptan/ THT dosing is envisaged hence all materials coming in contact with gas shall be
c o m p a t i b l e to s u c h gas w i t h M e r c a p t a n / THT d o s i n g and be of compressor
manufacture's standard. The use of SA 515 material is prohibited.
4.12.11 All piping after coalescent filter at compressor discharge shall be of SS 316.
4.12.12 The instrument air header upto compressor enclosure and CO 2 piping shall be seamless CS
4.12.13 All low pressure and high pressure gas piping joints fabricated at site / shop shall be 100%
radiographed after welding.
4.12.14 Design of piping systems shall achieve the following:
• Proper support and protection to prevent damage from vibration or from shipment, operation and
maintenance;
• minimize loads on the nozzles of cylinders and pulsation suppression devices;
• avoidance of pipe work bending forces and/or introduction of adequate flexibility to minimize stress;
• good accessibility for operation, maintenance and cleaning;
4.13 Coupling
4.13.1 V -Belt drive upto 150 KW gas engine rating is acceptable. Direct driv e shall be offered by the Bidder
if power requirement is > 150 [Link] drive is not acceptable. V -Belt driv e >= 150 KW gas engine
rating is also acceptable but the same design must be approved by PESO.
5.1.1 Doors shall be interlocked isolator. Panel shall be com plete with start and stop push buttons,
hours run meter, power on and f ault indication lamps, f ault reset button. All necessary timers
and intrinsically saf e relays to control the system on an automatic starting and stopping basis
shall be provided. The compressor package control system shall be designed for unattended
operation in automatic m ode and in case of any fault it will go in a saf e m ode.
A. The compressor package control system shall be designed for unattended operation in automatic
mode and in case of any fault it will go in a safe mode.
Compressor Package shall be provided with a PLC based LCP which shall be mounted on the
package enclosure, which shall be weatherproof to IP65 and shall be housed inside flameproof
IIA/IIB (Ex’d’). PLC should be integral with the package with necessary Hazardous Area Certificate
(HAC) compliance. HMI shall be of touch screen type. All operational buttons shall be on touch
screen except the Emergency stop button. Touch screen display system shall be weather proof to
IP65.
PLC shall incorporate all process parameters (specified elsewhere) and status of compressor,
engine & priority panels and shall be modular in construction with 100% redundancy with respect
to CPU, Power supply, Interface. PLC components/system shall be tropicalised, MIL standard
adopted with complete wiring and necessary terminals. Wiring to be colour coded with cross
ferruling in position.
PLC shall be capable of carrying out on line routines for at least ten separate loops without affecting
the scan, cycle & up dating time etc.
PLC shall be capable for display of flow meter data (i.e. Gas Suction, Gas Discharge, Gas
consumed by the engine), various trips/abnormal conditions, compressor running hour etc. in
following manner:
a) Shift wise (for 3 shift operation i.e. 06:00-14:00, 14:00-22:00 & 22:00-06:00) - shall be available for
atleast last 96 hours
b) Daily basis- shall be available for atleast last 31 days
c) Fortnightly basis- shall be available for atleast last 3 fortnights
G. Once the fault is acknowledged or the engine and/or compressor are under normal
maintenance, the valves of priority panel shall take the position so that gas available in the
stationary CNG storage cascade can be dispensed.
H. The pressure in each bank shall be monitored from downstream of priority panel.
I. Bidder shall provide emergency shut down (ESD) system in the control room as well as locally
mounted on the compressor panel and one no. on the enclosure. Total 3 nos. of ESD switches to
be provided as a minimum.
J. Fail-safe system shall be designed and incorporated to isolate cascade storage from dispenser,
stop compressor, isolate the compressor suction line and cut off fuel gas supply to engine on
activation of ESD switch.
ESD switch shall have to be manually reset to restart the compressor package again.
K. Bidder shall provide Application program for PLC, HMI (Human Machine Interface) on LCP (one
set) along with all interfacing adaptors and cables. Bidder shall also provide one set of source &
object codes for PLC, HMI on LCP (in both forms, hard & soft).
L. All pressure and temperature at compressor inlet, outlet, at each stage before and after cooling, all
engine related pressure temperature, all cooling water temperature at inlet and outlet to be available
on the PLC.
M. PLC shall have historical as well as event recording system for atleast last 200 events as per
attached section: General specification for instrumentation.
N. The pressure in each bank shall be monitored from down stream of priority panel.
- Pressures in each bank of stationary storage cascades.
- Pressure at outlet for dispenser.
- Pressure at outlet for mobile cascades.
- Control Air Pressure
- Indicators, Alarms and Trips as per Equipment Data Sheets
- Pre alarm to be incorporated in the software before machine trips in predefined values of Pressure
& temperatures.
O. Calibration certificates of all instruments such as Pressure, Temperature, flow meter,
vibration, KWH meter, SRV, GD FD etc shall be valid at the time of string test, compressor
commissioning and Performance Guarantee testing.
P. Vendor shall ensure to calibrate the instruments during O&M period and calibration shall be valid
upto three months from expiry of O&M period.
5.2 The priority fill systems: the priority panel shall ensure the filing of vehicle, storage cascades
& LCV in correct sequence. The priority fill system shall ensure 200-kg/cm 2g pressure in CNG
dispenser outlet port. Design of priority fill system shall be aim ed to achiev e maxim um flow
rate through combined flow f rom compressor and cascade arrangement. All priorities shall be
with f ull bore ball v alv es having high CV. Bidder shall indicate flow rate achiev able through
proposed priority fill system design. All tubing and valv es shall be ¾” size f or 1200 SM3/h
compressor. One isolation v alv e at outlet of each line shall be provided. After isolation v alv e tube
dia f or bus dispenser and bus cascades shall be 1” OD. Sheeting work of priority panel shall be SS
construction. All the pneumatic tubing for Solenoid of priority shall be of SS 304 only.
The priority fill panel shall be designed to deliver the CNG and priorities shall be as f ollows:
When the compressor is not running, the v alv es of priority panel shall take the position so that gas
available in the stationary car cascade and bus cascade can be dispensed. The priority of dispensing
from car cascade shall be as follows;
HMI shall be provided with touch screen and operating system software, (with minimum all the
features of operator panel MP277B/ TP1200 Comfort min. 10” graphic display of
Siemens/Schneider), sof tware’s for interlocking, monitoring and control. All operational buttons
shall be on touch screen except the Em ergency stop button. Touch screen display system
shall be weather proof to IP65. This should be provided in the flam e proof panel with HMI
m ounted on the door of the panel. The HMI screen shall be back side of the toughened glass.
During running of the com pressor the HMI should be assessable through the external push
button provided on the panel. All the param eters on the PLC shall be av ailable on the HMI.
Bidder shall provide one set of source & object codes f or PLC, HMI on LCP (in both form s,
hard & soft).
Bidder shall provide emergency shutdown (ESD) system in the control room as well as locally
mounted near the Compressor. Fail-saf e system shall be designed and incorporated to isolate
cascade storage f rom dispenser, stop compressor, and isolate the compressor suction and
Separate ESD push button shall be prov ided in LCP other than the packaged emergency push
button. This push button shall be directly wired with fuel shut off v alv e and engine ignition
grounding system by passing PLC /engine governing system . On pressing the button it shall
immediately cut off the fuel supply and ground the ignition system f or immediate stop of the
m achine. A spare contact from the emergency push button shall be connected in PLC to initiate
other auxiliaries shut down and indicate alarm as “hard ware emergency push button press”.
a) Type of driv e totally enclosed fan ventilated (TEFV) high efficiency as per IEEMA
standard-19-2000
b) Protection By bidder
c) Insulation Class “F” with Class “B” temperature rise
d) Mounting Horizontal f oot mounting
e) Specification Standard By Bidder
f) Supply Voltage (assum ed) 415 + 10% v olt, 3 phases, 50 + 5%Hz
g) Synchronous Speed By Bidder
h) Motor rating By Bidder
i) Motor efficiency %
j) Power factor By Bidder
k) Speed of motors By Bidder
l) Nos. of Hot Starts of Motors 4 per hour
m) Coupling type By Bidder
All ele ctrical equipments shall be suitable for the following supply conditions.
Power supply for electrical control panel: Electrical operating v oltage: AC, 3 phase, 415 ± 10
% V, 50 ± 5% Hz. Bidder to note that all control electronic / electrical /shall be capable of
withstanding v oltage fluctuation within ± 15 % of rated v oltage (230 VAC). In case, the cards /
components are not capable of withstanding abov e voltage fluctuation, the scope of supply of
compressor package shall include an uninterrupted power supply (UPS) / Voltage stabilizer (VS)
/ Voltage conditioner (VC), so as to take care of the voltage fluctuation. Each compressor
packager shall provide individual UPS/VS/VC in such a condition.
Power supply for PLC based control panel: Electrical control v oltage: 240 ±1%V, 50 ± 1 % Hz.
Control supply through UPS shall be provided by the purchaser in electrical control room.
Necessary cabling shall be in the scope of supplier.
5.6.1 PURCHASER shall prov ide 415 V, TPN electrical connection at only one designated point inside
electrical room f or complete electric driv en compressor package. Bidder shall distribute electric
5.6.2 All auxiliary and, power contactors in electrical panel etc. shall hav e operating voltage of 230 VC
5.6.3 Motor shall be TEFV squirrel cage type in standards fram e size as per IS/IEC rated f or continuous
duty with high efficiency and designed f or star/ delta starting. Motors shall be suitable for starting
under specified load conditions with 75 % of rated voltage at the terminals. Motor torque shall
be com patible with speed torque curv e of com pressor.
Motor windings shall be class ‘F’ insulated with temperature rise limited to class ‘B’. Minimum
degree of protection of m otor enclosure shall be IP55 as per IS. Motors f or use in hazardous area
shall hav e protection Ex (d) as per area classification. If required as per torque requirement to
start the m otor a sof t starter may be provided by the bidder.
5.6.4 The motor name plate rating (exclusiv e of service factor) shall be minim um 110 % of the greatest
HP required under any of the specification operating conditions. All motors shall be tested in
accordance with IS/IEC.
5.6.5 Each m otor shall compulsorily be protected with thermal –magnetic over current relay.
5.6.6 The electrical power supply distributions panels, switchgear panels and starter panels shall hav e
flam e proof construction. There shall be FLP push button panel av ailable at the compressor skid
suitable for hazardous area classification. The switchgear shall hav e one incom er and adequate
num ber of outgoing feeders. Adequate number of MCB feeders f or control and lighting shall be
provided. Bidder shall furnish single line diagram of the panel with the bid. Certification /Type test
certificate from CM RI/DGFASLI/CCE/BIS/DGMS shall be enclosed with the bid.
5.6.7 Push button for fault accept, fault reset, ESD, com p start, com p start, scroll up, scroll down,
enter , increm ent, decrem ent, back, hooter test, 4 nos spares shall be prov ided. Switch for main
ov er ride, auto m anual selection , Co2 cylinder main /Co2 cylinder standby, 415 VAC supply
on / off, 240 VAC supply on/off, tube light on/of, enclosure door by pass and 2 nos spares shall be
prov ided. Lam p for 415 VAC, 240 VAC on, 24 VDC PLC supply on, ready to start, running & trip
and 5 nos spares shall be provided.
5.6.8 Bidders shall make provisions f or earthing of the complete package as required as per IS (Earth
pits are not in Bidder’s scope). All electrics shall com ply with latest IS/IEC. Epoxy based paints
shall be applied on all electrical equipments. Bidder’s scope shall include obtaining statutory
approvals for the complete package, wherever necessary.
5.6.9 Earthing: Mettallic part of all equipment not intended to be aliv e shall be connected to earth as
per provisions of IS: 3043/IEC recommendation. Grounding of all electronics shall be separately
connected to earth using insulated copper wire. Grounding of electronic equipment shall not
be connected to earthing f or electrics or equi-potential bonding.
5.6.10 Pre-lubricated sealed bearings f or all m otors m ay be considered provided a full guarantee
is giv en f or 4 to 5 years of trouble –free service without necessity of relubrication.
i) Pressure Regulator & Slam M/s Pietro Fiorentini S.P.A. (Italy)/M/s Em erson Process
Shut Valve Management/M/s RMG-Regel Messtechnik (Germ any)/ M/s
Mokv eld Valv es BV (Netherlands)/ Tartarini/ Fisher /M/s
Gorter Controls (Netherlands)/M/s Dresser/ Nirmal /M/s
Vanaz
j) Pressure Saf ety Valv e M/s BHEL, OFE & OE Group (New Delhi)/ M/s Keystone
Valves (India) Pvt. Ltd. Baroda/M/s Sebim Sarasin Valves
India (P) Ltd. (New Delhi/ Halol-Gujarat)/ M/s Tyco Sanmar
Ltd.(New Delhi) / M/s Parcol SPA, Italy/ M/s Nuopignone,
Italy/ M/s Sarasin, France/ M/s Tai Milano SPA, Italy/ M/s
Fisher Rosemount (Now M/s Emerson Process) Singapore/
Mercer USA/ Fainger-Leser
k) Pressure Gauges M/s AN Instruments Pvt. Ltd., New Delhi/ M/s
& Temperatures Gauges General Instuments Ltd., Mumbai/ M/s WIKA/ WAREE/
BAUMER / M/s Altop
l) RTD’s M/s General Instruments LTD. Mumbai/M/s Nagm an Sensors
(Pv t.) Ltd./M/s Pyro Electic, Goa,M/s Waaree / M/s W ika /
M/s Altop
m) SS Tube M/s Tubacex / M/s Parker (USA)/ M/s
Sandvik, Sweden
n) SS Tube Fittings/ On Off M/s Swagelok (USA) / M/s Parker (USA)/HYLOK/DK-
v alv e/non – return valve f or LOK/SSP/HOKE/HAMLET/ M/S BMT Korea
CNG application
o) Plug Valve for air water M/s Nordstrom Valves Inc. USA/M/s Serck Audco Valv es, UK
/M/s Breda Energia Sesto industia Spa, Italy/ M/s Sumitom o
Corporation, New Delhi/ M/s Fisher Xom ox Sanmar India Ltd.,
New Delhi/ M/s Larsen & Toubro Ltd. (Audco India
Limited, Chennai)/M/s Microfinish/M/s Virgo/M/s BDK/M/s Petro
valves
p) Solenoid Valve M/s ASCO/ M/s Rotex/ M/s parker Hanifen/ M/s Swagelok
Note - 1:
a) The vendor/ supplier of bought out item(s) is a regular and reputed manufacturer/ supplier of said
item(s) for intended services and the sizes being offered is in their regular manufacturing/ supply range.
Further, the bidder has to certify that the item(s) has/have been regularly used by them in all the
packages for the last two years and they are working satisfactorily.
b) The vendor/ supplier should not be in the Holiday list of Client / Any other PSU.
Notes:
1) Successf ul bidders shall take prior approv al of the m ake for the item s not covered abov e for
which com plete technical credentials of the proposed v endors shall be required to be subm itted
f or evaluation by purchaser/consultant.
2) T he som e item s indicate only Indian m akes. Successf ul Foreign bidders may take prior approv al
of any other m ake also f or which com plete technical credentials of the proposed v endors shall be
required to be submitted for ev aluation by Purchaser/ Consultant.
Note - 2:
For any other item(s) for which the vendor list is not provided, bidders can supply those item(s) from
reputed vendors/ suppliers who have earlier supplied same item(s) for the intended services in earlier
projects and the item(s) offered is in their regular manufacturing/ supply range.
The bidder is not required to enclose documentary evidences (PO copies, Inspection Certificate etc.)
along with their offer, however in case of successful bidder; these documents shall be required to be
submitted by them within 30 days from date of Placement of Order.
5.7.1 All Instruments shall be suitable f or an area classification of “Class 1, Group D, Division1 as per NEC”
OR “Zone 1, Group IIA /IIB as per IS/ IEC”.
5.7.2 All package m ounted transmitters & tem perature elem ent shall be intrinsic saf e "ib" as per IEC
79-11 and solenoid v alv es, switches and related junction box es shall be flam e proof “D" as per
IEC 79-1. Other special equipment's/instruments, where intrinsic saf ety is not feasible or available,
shall be flam e proof as per IEC 79-1. Flameproof temperature elements shall also be accepted.
5.7.3 The compressor package instrumentation & control is to be configured f or manual as well f ully
automatic control system including starting, shutdown as applicable f or unattended operation. Control
system shall be PLC based of a reputed make and proven type.
5.7.4 Electrical instrumentation shall be certified by a recognized authority such as BASEEFA, PTB, LCIE,
CESI, INIEX, CMRS or any agency approved by Indian Gov ernm ent.
5.7.5 All the instrumentation shall be capable of operating for full range of operation.
5.7.6 Separate junction box es shall be provided f or each type of signal i.e., analog, digital, solenoids,
RTD thermocouple and power supply.
5.7.7 RTD shall be 3 wire PT-100 and duplex type, thermocouple shall be K type and solenoid valv e shall
be 24 V DC operated.
5.7.8 Power cable, analog signal cable, digital signal cable shall be separately laid and properly
tagged.
5.7.10 Pressure transmitters shall be fixed range type with 2 wire 4 to 20 m A suitable for CNG
applications ex cept at suction and discharge which is 2 wire sm art type 4 to 20 m A transmitter with
integral display and IP 67 certified & ex-proof.
5.7.11 The tem perature gauge shall be generally gel filled type, weatherproof & with capillary extension.
Capillary tubing shall be min Carbon Steel with CS flexible armoring. The gauge shall hav e
accuracy of + or - 1% FSD. The range shall be 1.5 times of operating temperature. The RTD shall
be Duplex type PT-100 and thermocouple shall be Duplex type.
TEMPERATURE : ˚C
5.7.13 Two nos. Of RS 485/RS232 Serial Communication Ports shall be prov ided f or Hooking Up the PLC
to SCADA & Laptop PC at PLC end in Future. Necessary adopter if required shall be under scope of
v endor. Also, Vendor shall include one set of all licensed relevant Software (W indows XP/ W indows
2000 based system configuration sof tware and application program) f or accessing the PLC,
HMI and mass f low m eter through owner supplied Laptop PC or laptop supplied by the bidder. All
the parameters available on the PLC through SCADA system are required. The detail requirem
ent of SCADA will be communicated to successf ul v endor during detailed engineering. For
selection of equipment, com patibility of SCADA system v endor shall consider the Modbus RTU
protocol, FCC-68 RJ 45 connection type RS 232 comm unication standard, Baud rate upto 19.2
K with configurable software.
5.7.14 Following points to be noted regarding Mass Flow m eter – Coriolis type.
• Each Mass Flow m eter shall include a sensor with integral transmitter i.e. m eter electronics
certified intrinsically safe/explosion proof by statutory authority suitable f or the required hazardous
area as per IS-2148 /IEC-79. Also the offered sensor and the transmitter shall be weather proof
to IP 65 as per IS-2147/IEC-529. Statutory authority f or local installation is CCOE.
• For online Calibration of MFM; Vendor to provide suitable arrangement to connect Master Mass flow
meter (Prover) with Compressor Suction & Compressor Discharge flow meter for calibration
purpose.
• Offered m ass flow m eter shall be necessary f or Custody Transfer application but not exceeding
0.5% of span. Type of approval certificate from W&M India is required.
• Calibration for the offered mass flow m eter from the authority of country of origin and should be
v alid at the time of supply. If the validity expired then the sam e shall be calibrated from FCRI.
The display shall be in Kg/hr for cumulative flow and M3/hr for volumetric flow.
• Flying lead type electrical termination is not acceptable. All electrical connections shall be ½”
NPTF. Cable glands shall be provided for electrical power, signal and control connections. Cable
glands shall be double com pression type and certified weatherproof and explosion proof f or the
required area classification as per IS-2147 and IS-2148.
• Offered Mass f low m eter shall be com pletely f ree from corrosion of measuring tube due to
alternating stresses continuously occurring in the tube. Also measuring tube shall be comp letely free
from erosion, which m ay result due to fluid velocity.
• The design of m eter electronics shall be in com pliance with the electrom agnetic compatibility
requirements as per IEC-801.
• Meter Electronics shall include all the associated pre-am plifiers conv erters line riser etc and
shall hav e enough diagnostic f acility to correct liv e zero, v ariation, m eter f actor etc with help
of Laptop. Output of the m ass flow m eter RS 485 type/ RS 232 to PLC shall be utilized. Mass flow
m eter shall be powered by 24 V DC only.
• Installation details like straight run requirem ents, recommendation f or horizontal /v ertical
installation, minim um distance between upstream and downstream pipe bends f rom Mass flow
m eter to be provided.
• Bidder shall calibrate each mass flow m eter at his shop or any recognized test house (f or India
f rom FCRI) with the fluid (Use design process conditions) f or which it is to be used as per clause
no.9 of MPMS (Draft standard Nov. 2000). In case it is not possible to calibrate the Mass Flow
meter with actual fluid Vendor must indicate.
a) Fluid used for calibration
b) Correction f actor/Adjustm ent required f or actual process fluid. In any case, inaccuracy when
extended to actual process shall not exceed the specified limits (as per manufacturer’s standard).
The calibration certificate should be v alid for at the tim e of supply. The validity of calibration
will be considered one year from the date of calibration. If the sam e is expired then the recalibration
has to be done from FCRI as per the latest NABL/IS standards with the fluid.
Vendor shall submit the following test certificates and test reports f or purchaser’s review:-
a) Material test certificate with detailed chemical analysis from foundry (MIL Certificate).
c) Hydrostatic test report with pressure of 1.5 tim es the design pressure.
d) Calibration report including calibration f actors f or each Mass flow m eter certificate
from statutory body for offered sensor and transmitter for required area classification.
e) W&M India certificates .
The requirem ent of statutory approv als for usage of equipment/instruments/system in electrically
hazardous areas shall be as f ollows:
a) The v endor shall be responsible f or obtaining all statutory approvals, as applicable f or all
instrum ents and control system s
.
b) Equipments/instruments/system s located in electrically hazardous areas shall be certified
f or use by statutory authorities for their use in the area of their installation. In general, the
following verification shall be provided by the v endor.
• Bidder shall prov ide certificates (from BASEEFA FM, UL, PTB, LCIE etc.) from country of origin
f or all intrinsically saf e/flam eproof protected by other m ethods equipment/instrument/systems,
which are m anufactured outside India. If required, bidder shall provide necessary
certification/approvals/authentication, for all such intrinsically safe/flameproof equipment/instrument
/system s, by the Indian authority–Chief Controller of Explosive (CCO E), Nagpur, India.
• For all intrinsically saf e equipment manufactured within India the testing shall be carried out by
any of the approv ed testing houses – Central Mining Research Institute (CMRI)/ERTL etc.
The item shall in addition bear the v alid certification from CCOE.
5.8.1 Control Cable inside the com pressor package shall be of 1.5 Sq. mm and f or outside compressor
package shall be 2.5mm.
5.8.2 Cables shall be 1100-v olt grade, stranded copper conductor, PVC insulated, PVC sheathed,
round wire armoured, FRLS cables.
5.8.3 Cables shall be terminated using double compression type m etallic f ram e proof glands and copper
lugs.
5.8.7 All the control and power cables shall be armoured cables.
5.8.8 All the communication cables shall be screened and shall be terminated to JB through threaded GI
conduits only.
5.9.1 Bidders shall m ake provisions f or earthing of the complete package as requ ired as per IS (Earth pits
are not in Bidder’s scope). All electrics shall com ply with latest IS/IEC. Epoxy based paints shall be
applied on all electrical equipments. Bidder’s scope shall include obtaining statutory approvals for
the complete package, wherever necessary.
5.9.2 Metallic part of all equipment not intended to be aliv e shall be connected to earth as per prov isions
of IS: 3043/IEC recommendation. Grounding of all electronics shall be separately connected to
earth using insulated copper wire. Grounding of electronic equipment shall not be connected to
earthing for electrics or equi-potential bonding
a) Inspection and Test Requirements hav e been spelled out in respectiv e Equipm ent Data Sheets
and this Technical Specification.
b) Bidder shall confirm compliance to all inspection and testing requirem ents stipulated therein and
include the inspection charges in the lum p sum cost.
c) Owner/consultant shall witness tests as per data sheet and this specification. The Bidder shall
notif y the timing of such inspection and testing at least 15 days in adv ance to
PURCHASER/CONSULTANT. PURCHASER/ CONSULTANT shall depute their representative
f or witnessing the tests.
d) Bidder shall subm it detailed T est Procedure for Approval of the Purchaser two m onths in advance of
the actual date of conducting each test.
e) Inspection testing f or foreign bidder: Cost of third party inspection including fees payable and
arranging the sam e shall be borne by bidder. Approved 3rd party inspection agencies are EIL, BVQ,
DNV, MECON, Lloyd’s reg , TUV India Pvt Ltd., TUV SUV South Asia,AB-Vincotee,SGS,American
bureau services,Velosi certification services/International certification services limited , Certification
Engineers International Ltd,Bureau Veritas (India) Pvt. Ltd , [Link] Controllers Pvt. Ltd , RINA.
f) Inspection testing f or Indian bidder: Owner/Consultant shall carry out Inspection and testing as
per QAP, inspection charges shall be considered @0.5% of the ex-works price excluding duty and
tax es of the equipment for price evaluation purpose only. Domestic bidder shall also arrange 3rd party for
inspection as indicated in QAP and expenses on third party inspection including fees payable and arranging
the same shall be borne by bidder.
Approved 3rd party inspection agencies are EIL, BVQ, DNV, MECON, Lloyd’s reg , TUV India Pvt
Ltd., TUV SUV South Asia,AB-Vincotee,SGS,American bureau services,Velosi certification
services/International certification services limited , Certification Engineers International Ltd,Bureau
Veritas (India) Pvt. Ltd , [Link] Controllers Pvt. Ltd , RINA.
6.2.1 The MRT for the each compressors shall be carried out by tenderer with job or shop driv er including
com plete job driv ing system i.e., job driv en V-belt, job pulleys etc., for 4 hours continuously at
shop of compressor manufacturer. The compressor need not be pressure loaded for MRT test.
During this test following shall be recorded at agreed intervals.
• Bearing temperature
• Sound lev el
Subsequent to satisf actory run the compressor shall be examined as per standard procedure &
following shall be examined as minimum:
Strip test is limited to open Crank Case cov er, X-Hd guide & [Link]. Cov er and opening of bore &
other parts, piston, one v alv e per cylinder. Visual examination of position rod If any of part found
damaged, all similar components shall be stripped for inspection. The MRT test shall be repeated
after replacement of such parts. All the interlocking and perf orm ance of the instrum entation
sy stem will be v erified during the MRT.
Mechanical String Test of complete package for 4 hrs shall be performed at packager’s shop before
dispatch in presence of Purchaser/Consultant. This test can be clubbed up with the Mechanical Run
Test of com pressor as specified abov e, prov ided the job driver, lube Oil system is used f or the
test. All parameters including discharge pressure shall be dem onstrated. String test at unload
condition is not acceptable.
6.3.1 Compressor capacity during string test for 1200 SCMH Gas Driven Compressor
The string test for this compressor shall be performed at suction pressure 16 to 19 kg/cm2 for 4
hrs continuously and the capacity shall be recorded. In case the capacity is found to be not
meeting the requirement, the compressor shall not be accepted.
Bidder shall assem ble the com plete package including auxiliary system s, instrum entation, saf ety
dev ices within the enclosure at his shop and dispatch. Duration of PG test shall be min 4 hours
6.4.1 The PT shall be conducted only af ter 30 days’ running of the machine after successf ul comm
issioning or after 30 days f rom the date of commercial operation, but not later than 90 days from the
date of commercial operation of the machine. T he delay in conducting PT beyond 90 days shall
be liable for PRS unless such delays are solely attributable to the owner (ie, due to
inadequate availability of CNG vehicles for conducting PT ).
6.4.2 The test shall be the basis of assigning penalties on the Bidder, acceptance/rejection of the
package thereon. Bidder shall submit the detail test procedure for the same, which shall be
approved by PURCHASERL/CONSULTANT. The test package shall be witnessed by
PURCHASER/CONSULTANT.
6.4.3 Bidder to note that prim e mover speed correction shall not be allowed below guaranteed speed.
Temperature and pressure will be considered at purchaser’s boundary limit.
Bidder shall submit exhaust gas certificate at the time of performance test of gas engine.
7.0 PRICE LOADING AND COM PEN SATION FOR UNDER PERFORM ANCE
a) This section describes the guaranteed param eter, which the CNG compressor package must f ulfill
and the penalty f or shortfall in guaranteed parameters.
b) The guaranteed param eter shall be adjusted on account of v ariation in gas composition
and prevailing ambient condition during testing.
c) Necessary calculations shall hav e to be furnished by Bidder, which shall be final and no deviation
shall be permitted afterwards.
d) In case of any inconsistency in m anufacture and/or operation of supplied com pressor package,
Bidder shall at his own risk and cost, eliminate the defects to the satisfaction of Owner.
Bidder shall guarantee 1200 SCMH capacity of com pressor with giv en gas composition, at suction
pressure of 16 kg/cm 2(g) and at suction temperature of 30 degree C, discharge pressure of 255
kg/cm 2 (g) & Relative Density of 0.59565 with no negativ e tolerance for errors in instrum ents
and m easurements.
Since the compressor suction pressure varies from 16 kg/cm 2 (g) to 19 kg/cm 2 (g) the compressor
2
shall be suitable to deliver flow corresponding to 16 and 19 kg/cm (g).
In both the above cases the driver shall be selected corresponding to max capacity.
Mechanically the compressor shall be suitable to operate from min to m ax suction pressure
without throttle and suction valve full open condition. Compressor shall also be operated at 16 and
2
19 Kg/cm g and reading shall be recoded without which the compressor will not be
accepted. Bidder to note that the suction pressure and temperature shall be measured at
vendor’s boundary limit and not at compressor cylinder.
Bidder shall indicate the specific fuel consumption Kg/hr/BHP and the total fuel consumption (above
defined compressor capacity) in Kg/hr as guaranteed value in the offer.
The offer shall be loaded for the fuel consumption as given [Link] loading per package
differential cost shall be evaluated as follows:
Where
A= Capital cost of each package including cost of erection, commissioning, and special tools and
commissioning spares.
B= Cost of recommended spares: Nil
C= Differential operating cost as defined hereunder
D= Cost of Annual Maintenance for 5 years (1 year warranty + 4 year post warranty) from date of
successful commissioning.
The bidder shall design the compressor package in such an efficient way so that Gas consumption
of engine (Kg/Hour) should be minimum for production of CNG. Bidder shall indicate actual gas
consumption for their compressor package.
Bidder shall indicate the specific fuel consumption kg/hr/BHP and the fuel consumption (above
defined compressor capacity) in SCMH as guaranteed value in the offer on the design case gas
composition.
This quoted figure will be used for evaluation and total quoted price for all compressors towards
Supply, Special tools & tackles, Erection and commissioning will be loaded as per following formulas:
F = (G - Q) x H x Nop x N
Where,
F = Loading amount in Rs.
G = Guaranteed fuel consumption in Kg/Hr for every 873 Kg (1200 SCM) of CNG Compressed for
bidder under evaluation.
Q = Lowest Guaranteed fuel consumption Kg/Hr for every 873 Kg (1200 SCM) of CNG
Compressed (amongst technically accepted bidder)
During compressor package performance test, in case the compressors package fails to meet the
guaranteed values, the compensation (calculated as per formula given under here) shall be claimable
During shop performance test of compressor package, in case the fuel consumed in terms of
Kg/hr, to achieve the guaranteed compressor capacity, is found more than 10% of the
guaranteed value, the entire package shall stand rejected. However, for every extra Kg/hr
consumed over and above the guaranteed value upto a maximum of 10%, the Bidder shall
compensate the owner for extra fuel consumption, as established during PAT.
During Performance Acceptance Test (PAT) at site, if the Gas consumption is found less than
Guaranteed Consumption then no penalty will be imposed. In case, actual consumption is found
more than guaranteed consumption, penalty shall be imposed as per following formula for each
compressor:
F = 2 x (G - Q) x H x Nop
Where,
F = Penalty amount in Rs.
G =Gas consumption rate established during PAT for every 873 Kg (1200SCM) of CNG
produced
Q =Guaranteed Consumption of NG quoted by supplier for every 873 Kg (1200SCM) of
CNG produced
H =Cost of NG =Rs. 44/ Kg
Nop = 13000 Hrs *
* This has been considered on present running hours, expected running hours
for next 15 years and NPV of Investment.
The gas consumption rate "G" shall be established by owner representative in presence of bidder
representative and consultant.
Bidders are to ensure that the package loss (excluding Engine consumption) should not exceed
1.0% of the capacity of the machine. If package loss is quoted more than 1 % of of the capacity
of the machine, then bid shall be rejected. In case the above loss exceeds 0.5% of the capacity of
the machine (established in PT), the purchaser shall be compensated @ Rs 65/- per kg for 5 years for
the gas leakage. The amount will be deducted from O&M monthly running bill. It is bidder’s responsibility
to demonstrate during PT that the gas leakage is within the limit of 0.5% of the capacity of the machine.
All the provisions such as Flow Meter (for low flow application) at common vent line suitable for the
application required for this shall be provided by bidder at his own cost.
During Operation & Maintenance period, engine fuel consumption shall be monitored based on the
engine consumption quoted as guaranteed consumption. This shall be calculated on monthly basis. If
the monthly actual Gas consumption is found less than guaranteed monthly consumption then no
penalty will be imposed. In case, actual monthly consumption is found more than guaranteed monthly
consumption, penalty shall be imposed as per following formula for each compressor:
F = (G-Q') x H
Where,
F = Monthly Penalty amount in Rs.
G =Monthly Actual Gas consumption for every 873 Kg (1200SCM) of CNG produced
Q’ =Guaranteed Consumption quoted by supplier or Fuel Consumption established during PAT,
whichever is higher for every 873 Kg (1200SCM) of CNG produced.
H= Cost of NG =Rs. 44 / Kg
During Operation & Maintenance period, Package Gas Loss shall be monitored based on the
Package Gas Loss quoted as Guarantee Gas Loss. If the monthly Package Gas Loss is found
less than guaranteed monthly Package Gas Loss then no penalty will be imposed. In case, actual
monthly Package Gas Loss is found more than guaranteed monthly package loss, penalty shall be
imposed as per following formula for each compressor:
Q = Guaranteed package loss in % quoted by supplier for every 873 Kg (1200 SCM) of CNG
produced.
H= Cost of NG per Kg = Rs.44/ kg
RD= 0.59565
Over and above the penalty due to fuel consumption, If during PG test, the compressor capacity
is found to be less than tender requirement penalty for the reduction in capacity shall be imposed
on the bidder on pro-rata basis based on the FOT/FOB cost of compressor (supply cost only)
without any upper limit. Further the methodology for capacity and fuel consumption (with sample
calculation), if operating parameters are different than indicated for design case, it shall be
compensated appropriately.
(a) Rust, rust scale and foreign m atter shall be rem oved fully to ensure that a clean and dry surface
is obtained.
(b) The first coat of prim er must be applied by brush on dry surf ace. This should be done immediately
after cleaning.
(c) Surface shall be inspected by Purchaser/ third party before application of primer.
Following primer and finish coats to be applied on the canopy and all structural parts as a minimum: -
a) Primer : Two component epoxy zinc phosphate primer with minimum volume solids of 59% an initial
cure of 75 minutes at 25 deg C and a weight of around
2.52 Kg/Litre
No. of Coats: 1
DFT :75 (micron) µ each
b) Primer: Two component intermediate coat with epoxy high build MIO (micaceous iron oxide)
of minimum volume solids of 80%, an initial cure of 60 minutes at 25 deg. C and a weight of
around 2.1 kg /liter.
No of Coats: 2
DFT: 50 (micron) each coat
Total DFT: 100
Total DFT after application of primer and paint shall be 275 µ (m icron) minimum.
8.3 The v endor to ensure that exterior steel surface of equipm ent and piping painted shall hav e a fade
free lif e without oxidation of paint surface for atleast 5 years in an environment of bright
sunlight with an intense UV content.
8.5 Packing shall be sufficiently robust to withstand rough handling during ocean shipment & in-land
journey. Sling points shall be clearly indicated on crates.
9.1 Bidder shall be responsible for erection commissioning; perform ance test, field noise lev el test and
field trial run of all compressor packages at site.
9.2 Bidder shall be liable to pay all local tax es, levies applicable and com ply with rules, laws prevailing in
concerned state.
Bidder shall conduct a field trial run of each compressor package for minim um 72 hours cum ulativ e
or 6 hours continuous duration near the guaranteed points in which satisf actory operation of
com plete package together with all accessories/auxiliaries controls shall be established f or
specified operating conditions prior to the start of one year operation and m aintenance period as
defined in the contract. During the field trial run the bidder will be allowed a m axim um of THREE
attem pts to com plete the abov e specified test. The Equipment shall be considered commissioned
after the successf ul completion of Field Trial Run.
OR
Due to non-availability of the commercial load at CNG station, package will be treated as commissioned after
filling of CNG cascades to min 100 Kg/cm2 installed at station.
11.1 All spare parts as required, special tools & tackles with toolbox for erection and commissioning
and one year operation and maintenance of compressor package shall be supplied by the packager
and shall form his scope of supply.
11.2 A brand new separate set of min 15 nos special tools and tackles ( such as tool for extraction of fly
wheel, key to hold crank shaft for loosing & tightening m ech seal/bush , special key to install and
uninstall bush f or m ech seal, piston nut wrench, valv e installation tool, rod nut wrench, v alv e
adjusting wrench, engine timing light, engine barring tool , spark plug rem ov al tool, etc ) as required
f or Norm al maintenance beyond the contractual operation & maintenance period shall be supplied by
the packager, which shall f orm the property of PURCHASER. Special tools & tackles used by bidder in
during O&M period shall not be considered as new. Supply shall be before one m onth of
completion of O&M period.
a. Drawings and Data shall be furnished in conform ity with the Bidder Data Requirem ents Form s attached
with Enquiry Specifications.
b. Bidder shall furnish all the inform ation at the time of bidding as specified in the relev ant Vendor Data
Requirement (VDR) f orm s.
c. The data requirement after placement of Telex of intent is indicated in the Bidder Data
requirement Form s for the respectiv e equipm ent, including the num ber of weeks with in which this
data is to be prov ided. Bidder shall confirm that all data as required shall be furnished by him and
shall indicate the Bidder’s prom ised data in the columns provided.
d. Af ter the placement of TOI, a conference (kick off m eeting) will be held at such date and at such
place, as m ay be m utually agreed upon between the Bidder and the Purchaser. The intent of this
conference shall be to discuss / clarify v arious requirements and finalize the m odus operandi f or
execution of the contract within the scheduled delivery period.
e. Bidder shall furnish the Drawings/Documents f or Purchaser’s Review / approv al as per the
Bidder Data Requirement (as specified in the Specifications/ Bidder data requirem ent f orm s). The
review comm ents f or major and critical drawings (such as system P&ID’s, operation philosophy ,
General Arrangement Drawings, Foundation Drawings, Perf orm ance characteristics, Pulsation and
Vibration Study Reports Tensional Analyses etc.) shall be discussed across the table at such date
and place as m ay be m utually agreed between the Purchaser and the Bidder.
Note:
1) T he abov e documents shall be giv en by bidder after placement of order and approv al of drawings/
document a explained above.
a) 1 CD- of all documents/drawing in editable form;
b) 6 sets of prints;
c) One set of transparency
d) One no licensed CD software f or compressor PLC
The dra wing submitted with bid will not be considered a final. Successful Bidder shall submit final
drawing as per scope defined in tender f or approv al
Howev er, bidder shall be paid only 50% of O&M charge for operation and m aintenance of the
com pressor f rom the date of commercial operation upto the date of performance test as part
payment against O&M till the capacity and other guaranteed parameters of the package is
established through PT. The balance 50% of O&M charge (from the date of comm ercial operation
upto the date of PG test) shall be released to the bidder subsequent to successf ul PT (ie, after
establishing all the guaranteed parameters as per tender). In case the PT is not successful the
balance 50% shall be forfeited in addtition to provision of Cl 7.2.2 and 7.2.3 of this section.
The bidder m ust f ollow the ‘OPERATION & MAINTENANCE REQUIREMENT’ as stated below but
not limited to and ensure to prov ide trouble free services to the satisfaction of the owner
13.1 Accommodation/transportation/medical
The bidder shall m ake his own arrangem ent for the accommodation of his personnel at respectiv e
locations and subsequent transportation arrangem ent for them from their place of residence to
work place or any other place as required and company shall hav e no obligation in this respect.
The com pany shall not be responsible f or providing any medical assistance to the bidder personnel.
13.2 Discipline:
The bidder shall be responsible for the discipline and good behavior of all his personnel deployed
in the serv ices contracted out and should any complaint be receiv ed against any of his employee,
he shall arrange to replace such persons within 24 hours of notice issued by the Engineer-in-
Charge. The decision of the Engineer –in-Charge in this m atter shall be final and binding on the
Bidder.
The contract shall arrange to supply / renew identity card to his workforce at his own cost, if so required
by the Purchaser f or security or for any other reasons. Those Bidder’s personnel shall be required
to carry their respectiv e identity cards while on duty and produce on dem and.
Nothing contained herein shall restrict Purchaser f rom accepting similar service f rom other
agencies, at its discretion and at the risk and cost of the Bidder, if the bidder f ails to provide the said
services any time.
Sub-letting of contract: The bidder m ay sub let/ assign the installation and O&M services to an
agency having ex perience of CNG compressor installation and O&M f or min two years. Howev er,
com plete responsibility including com posite bank guarantee shall be f urnished by the
bidder/supplier. Bank guarantee for O&M shall start from the date of commercial operation by
the purchaser which will be 10% of total cost of O&M services.
The bidder deploying 20(twenty) or m ore workm en as contract labour shall hav e to obtain license f rom
appropriate licensing authority, if required. The bidder (which shall include the Contracting firm /
com pany) shall be solely liable to obtain and to abide by all necessary licenses from the
concerned authorities as provided under the v arious labour laws legislation’s including labour
license f rom the com petent authority under the Contract Labour (“Regulation & Abolition”) Act or
similar act applicable to land of law.
The Bidder shall be responsible for necessary contributions towards PF, Family Pension, ESIC or
any other statutory paym ents to Governm ent Agencies if applicable under the laws in respect of
the contract and personnel deployed by the bidder for rendering serv ices to PURCHASER and
shall deposit the required am ount with the concerned statutory authorities on or before due dates.
The bidder shall not engage /deploy any person of less than 18 years under this contract and the
persons to be deployed should be physically and mentally fit.
The installations where job is to be carried out are live and hav e hydrocarbon env ironm
ent. Bidder shall com ply with all saf ety and security rules and regulations and other rules laid down
by PURCHASER for its operation. It shall be the duty/responsibility of the bidder to ensure the
compliance of fire, safety, security and other operational rules and regulations by his personnel.
Disregard to these rules by the Bidder’s personnel will lead to the termination of the contract in
all respects and shall f ace penal/legal consequences.
The bidder shall arrange f or insurance of all this workers engaged on the job as per the relev ant
Acts, rules and regulations, etc. In case by virtue of provisions of worker’s compensation Act, or
any other law in force. PURCHASER has to pay compensation f or a workm an em ployed by the
bidder due to any cause whatsoev er the am ount so paid shall be recovered from the dues payable
to the bidder and /or security deposit.
i) Issue the bidder from tim e to time during the running of the contract such further instructions
as shall be necessary f or the purpose of proper and adequate ex ecution of the contract and the
bidder shall carry out and bound by the sam e.
ii) During the currency of this contract, PURCHASER can increase and/or decrease the number of the
services / technicians to m eet contractual requirements.
iii) Order the bidder to rem ov e or replace any workm an whom the com pany considers incom petent
or unsuitable and opinion of the com pany representativ e as to the com petence of any
workm an engaged by the bidder shall be final and binding on the Bidder.
PURCHASER shall reserv es the right at any tim e during the currency of the contract, to terminate
it by giving 30 days notice to Bidder, and upon expiry of such notice period the bidder shall v acate
the site/office occupied by him immediately.
Bidder shall exclusiv ely be liable for non-com pliance of the provision of any act, laws, rules and
regulations having bearing ov er engagement of workers directly or indirectly f or execution of work
and the bidder hereby undertake to indemnify the com pany against all actions, suits, proceedings,
claim s, dam ages dem ands, losses, etc. which m ay arise under minimum wages act, payment
of wages act, workm an com pensation act, personnel injury (com pensation insurance) act ESI
Act, Fatal Accident Act, Industrial Dispute Act, Shops and Establishm ent Act, Em ployees
Provident Fund Act, Family Pension and deposit Linked Insurance Schem e or any other act or
statutes not herein specifically m entioned but having direct or indirect application f or the persons
engaged under this contract. (A certificate to this effect shall be submitted by the bidder
immediately on receipt of LOA).
13.10 Compensation for non-fulfillment of obligation under Annual Maintenance Contract (AMC)
During the AMC in warranty period of 1 year and post warrantee period of further 4 year, the bidder
m ust ensure that the compressor is av ailable for 365 days a year f or perf orming the required
services as defined in the tender docum ent. Refer: SCOPE OF WORK FOR AMC OF GED AND
EMD CNG COMPRESSOR.
The bidder shall depute his Supervisor f or superv ision of the services to receive instructions
from Engineer-in-Charge or his representative.
The bidder shall be directly responsible and indem nif y the com pany against all charges, claim s,
dues etc. arising out of disputes relating to the dues and em ploym ent of personnel deployed
by him.
The bidder shall indemnify the com pany against all losses or dam ages caused to it on account of
acts of the personnel deployed by the Bidder. The bidder shall ensure regular and effective
supervision of the personnel deployed by him.
The bidder shall be liable f or m aking good all damages/losses arising out of loss or theft of each
handled, leakage, pilferage of any office, furniture equipm ent fitting and fixtures what-so-ev er as
may be caused directly or indirectly by the engaged persons through him /work carried out by them.
13.13 General
i) The operation and maintenance services shall be provided in term s of shift pattern on the round the
clock basis as mentioned in the tender docum ent. In case of Compressor operations are less
than or equal to 2 shift operations then recovery for the O&M charges equivalent to the
applicable minimum wages for skilled category shall be applicable. Recovery will be made
on monthly basis from O&M running Invoices.
ii) The bidder shall deploy adequate num ber of technicians / supervisors / Engineers / helpers as
well as tools & equipment f or sm ooth and proper operation & maintenance of the compressors
supplied in term s of the contract. In case required to m eet operational requirem ents, the bidder
shall augm ent the sam e as per direction of Engineer –in- Charge.
iii) The bidder is required to carry out all services as mentioned in the Scope of Serv ices and Schedule
of Rates on all the 365 days including Sunday and all Holiday & around the clock.
iv) The bidder shall allow weekly rest and daily working hours to his workm en as per the relev ant
Act/Law/and Rule m ade there under. Howev er, no work shall be left incomplete /unattended on
any holiday/weekly rest. Technician/operators prov ided shall hav e minim um qualification of ITI.
Contract in person or his authorized representative shall prov ide the serv ices on daily basis to
interact with Engineer-in-charge and deployed workman.
v) The work f orce deployed by the bidder f or O&M services at CNG installation shall be of sound
relevant technical professional ex pertise which is otherwise also essential from the saf ety point of
view of the personnel of the bidder as well as for the installation.
vi) Bidder has to ensure the saf ety of m an and m achine all the times. Dam ages of equipment
due to negligence will be recovered as per the decision of Engineerin-Charge, which will be final.
vii) Regarding work com pletion, the decision of the Engineer-in-Charge will be final and binding.
viii) The bidder shall m ake his own arrangements to provide all f acilities like boarding and transport etc.
to his workm en.
ix) All personnel of the bidder entering on work premises shall be properly and neatly dressed and
shall wear uniform , badges while working on premises of the com pany including work sites.
x) Bidder shall m aintain proper record of his working employee’s attendance and paym ent m ade to them.
xi) The Bidder’s represen tative/supervisor shall report daily to the Shift-in-Charge f or day to day working.
xii) All the saf ety rules and regulations prev ailing and applicable from tim e to tim e at the
installations as directed by PURCHASER will be strictly adhered to by the Bidder.
xiii) The rates quoted by the Bidder must be inclusiv e of all the taxes, duties, serv ices tax, work contract
tax and any other lev ies, Bidder’s share of P.F. and insurance charges, Bidder’s profit and any
other expenditure etc.
xiv) It will be the responsibility of the bidder to pay as per the minim um wages of the appropriate
government applicable under the Minimum Wage Act.
xv) The services shall be provided in term s of shift pattern on the round the clock basis. The bidder is
responsible to provide effectiv e and efficient services in all shifts and assure that there is no disruption
in the services f or want of any resources.
xvi) The bidder shall establish a central control room to operate 24 hours, sev en days a week where com
plaint regarding non-performance of the compressors in term s of the contract can be lodged.
Further, the bidder shall deploy adequate num ber of technicians/ supervisors / engineers at
v arious site offices in consultation with Engineer-in-Charge to provide trouble free operation &
maintenance of the com pressors.
xvii) All arrangements f or communication f rom control room to the contract person working on job under the
services shall be the responsibility of the Bidder, viz pagers / walky-talky.
xviii) All the jobs m entioned under scope of services shall be carried out as per sound engineering
practices, work procedure docum entation, recommendation of the m anufacturer and as per the
guidelines/direction of engineer-in-charge of authorised representative.
xviiii) The bidder shall carry out retesting of pressure vessels periodically i.e every year or earlier as per
Gas Cylinder rules 2004/ Static and Mobile Pressure Vessels Rules.
13.14 Operation and Maintenance of compressor packages during one year warranty Period and
further 4 year of post warranty period.
All spares, consum ables, lubricants, lubricating oil, coolant, sealant etc. required f or carrying out
the Operation and maintenance of the com plete compressor package during the warranty period,
including periodic, breakdown m aintenance for continuous and uninterrupted operation of the
compressor packages shall be in scope of the Bidder and shall be kept in stock. If any equipment got
fire or broken due to accident the sam e shall be replaced or rectified by the bidder. Electricity shall
be supplied free of cost to the Bidder.
All spares, consum ables, lubricants, lubricating oil, coolant, sealant etc. required f or carrying
out the Operation and maintenance of the com plete compressor package during the post warranty
period, including periodic, breakdown m aintenance for continuous and uninterrupted operation of the
compressor packages shall be in scope of the Bidder and shall be kept in stock. If any equipm
ent got fire or broken due to accident the sam e shall be replaced or rectified by the bidder. Electricity
shall be supplied free of cost to the Bidder.
The Bidder shall hav e to keep all the spares, consum ables, lubricants, coolant, etc required
f or carrying out periodic, breakdown, emergency m aintenance etc of the package so as to
minimize the down tim e of the com pressor. Non-av ailability of compressor package for non-
availability of spares shall be liable for compensation.
13.14.4 All tools, tackles and fixtures required for carrying out the abov e m aintenance of the com pressor
shall be in scope of the Bidder. The scope will also include handling equipment like crane,
f orklif t, chain pulley block, etc required during the any m aintenance activity.
13.14.5 Any expert services required f rom principal com pany or OEM shall be arranged by the bidder or
his agent at his own cost. All arrangem ents like phone, fax, computer, Internet etc required for
correspondences with abov e personnel shall be arranged by the Bidder.
13.14.6 The periodic m aintenance required to be done as per OEM recomm endation shall be taken up
prom ptly. The Bidder shall provide the detailed preventativ e maintenance schedule along with
The bidder shall plan such m aintenance during non-peak hours and in consultation with the
Engineer In Charge (EIC) of PURCHASER. Any maintenance that needs to be taken up shall be well
planned in advance with due approval of the EIC.
13.14.7 The Bidder shall use only OEM’s certified spares during m aintenance. In case, the schedule m
aintenance of the OEM m anual recomm ends checking and replacing parts like v alv e spring, v alv e
plates, piston rings etc. after certain tim e interv al, same shall be replaced or used further only on
approv al from the PURCHASER representativ e. Howev er any untoward consequences f or non-
replacem ent of such parts shall be the responsibility of the Bidder.
13.14.8 All routine and periodic checks / inspections required to be done as per OEM recommendation
shall be done by the Bidder. Instruments required for abov e inspection like v enire caliper, micrometer
screw gauge, fill gauges, bore gauge etc shall be in scope of the Bidder and these instruments shall
be calibrated every year.
13.14.9 All parts replaced by the Bidder during the abov e contract period shall be properly packed and
handed ov er to PURCHASER, on replacem ent.
13.14.10 The bidder shall submit a copy of the daily / weekly / fortnightly / m onthly / bim onthly / quarterly
and yearly perf ormance report to the EIC in both sof t and hard f orm. All stationery including
the printed material shall be in scope of the Bidder.
13.14.11 All the maintenance / inspection job carried out by the Bidder shall be recorded and the report of the
sam e shall be jointly signed by PURCHASER representativ e.
13.14.12 The EIC will be final authority to take decision with regards to m aintenance or replacement of
parts or any disagreement between the Bidder and PURCHASER, during the execu tion of the
contract.
13.14.14 Calibration shall be done from government-approved laboratories and shall be carried out at least
15 days prior to the calibration due date.
13.14.15 The Bidder shall keep 1 set of saf ety relief v alves in spare f or the purpose of calibration.
13.14.16 The Bidder shall carry out retesting of pressure v essels periodically as per Gas Cylinder rules 1981 or
Static & Mobile Pressure Vessels Rules.
The periodic m aintenance required to be done as per OEM recommendation shall be taken up
prom ptly. The Bidder shall plan such maintenances during non peak hours and in consultancy with
the Engineer in Charge (EIC) of PURCHASER. Any maintenance that needs to be taken up shall be
well planned in adv ance with due approv al of the EIC. The scope shall include preparation of m
aintenance schedule for carrying out the maintenance during the contract period.
13.14.17 In case, the schedule maintenance of the OEM m anual recomm ends checking and replacing parts
like v alv e spring, v alv e plates, piston rings etc. after certain tim e interv al, sam e shall replaced in the
presence of PURCHASER representativ e.
If top overhauling and m ajor overhauling of the compressor and prim e mover is required as per
compressor and prim e mov er manuf acturer’s O&M m anual recommendation, the same shall be in
supplier’s scope.
13.14.18 Insurance of free issue item s upto 15 days beyond commercial operation by purchaser or two months
f rom the date of supply of equipment at site whichev er comes earlier will be in the scope of supplier.
The risks that are to be covered under the insurance shall include, but not be limited to the loss or
dam age in handling, transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all
kinds, fire, war risk etc.
2
14.2 SUCTION PR 17.5 KG/CM (g), COM PRESSOR CAPACIT Y BY BIDDER
14.3 SUCTION PRESSURE 16 KG/CM 2 (g): COM PRESSOR C APACIT Y=1200 SM 3/H.
Note:
• Bidder shall indicate the specific fuel consumption kg/hr/BHP and the fuel consumption
(above defined compressor capacity) in Kg/hr as guaranteed value in the offer on the
design case gas composition.
• Fuel consumption of all the techno-commercially qualified Bidders shall be compared with
respect to the lowest Kg/hr quoted by any bidder.
NOT ES:
• O 2 not m ore than 0.5% mole. Total non h ydrocarbon-Not more than 2.0%.
• Total S including H2S not more than 10PPM by weight.
• H2S not more than 4 PPM by volum e.
• Moisture content in the range 112 to 114 Kg/MMSCM.
• Relative Density of 0.59565 (design case).
• Tem p of gas shall be 20 to 40 °C.
CLIMAT E
• Height abov e Mean sea level: 560m
• Max. site tem p.: 45°C
• Minimum site tem p.: 40°C
• Max. RH: 81% in the m onth of August.
• Min. RH : 36% in the m onth of March.
1 GENERAL: ■ Means required □Means bidder shall indicate; if not indicated shall be in
bidders scope
2 PROJECT: City Gas Distribution
3 OWNER : AGL
12 □DRIVE: □ V-BELT S
(ANT I-STAT IC TYPE) □ DIRECT W ITH COUPLING
13 □ DIRECT IONOF ROTATION (FACING DRIVEN END) : □CLOCKW ISE □COUNTER CLOCKW ISE
14 ■SITE/ INSTALLATION DATA
15 SITE DATA:
16 AMBIENT MAX:
TEMP (O C): MIN:
17 RELATIVE
HUMIDITY (%)
MAX:
ALTITUDE (M):
18 EARTH QUAKE ZONE V (MAX) W IND VELOCITY (KM/HR) 160
19 INSTALLATION: ■OUTDOOR
20 ■ MOUNT ED ON A COMMON SKID ALONGWITH DRIVER, ENCLO SED INSIDE A ACOUSTIC
ENCLOURE
21 ■ EL ECT RICAL AREA H AZARD:
22 CLASS/ZONE: CLASS I ZONEI DIVISION: I GAS G ROUP:D, GROUP IIA, IIB
23 APPLICABLE CODES AND ST ANDARDS
24 COMPRESSOR: Preferably PIPING: ASME/ANSI B 31.3
nd
API 618 API 11P 2 EDN
52 No of Cylinders-
53 Single Acting (SA)/
Double Acting (DA)
54 Cylinder Bore / mm/mm
Stroke
55 Rotational Speed RPM
56 Linear Average M/sec
Piston Speed
57 Piston Displacement M3/hr
58 Cylinder Liner
(Yes/No)
59 Type of Cylinder
Liner: Dry/W et-
60 Clearance pockets
Yes/ No
61 Max. Allow. W orking Kg/cm 2a
Pressure, cylinder
62 Max. /Min Allow. oC
W orking Tem p.,
cylinder
63 M.A.W.P, Cylinder Kg/cm 2a
@ Am b. Tem p.
64 Safety Valv e set Kg/cm 2a
Pressure, Cylinder
65 G Helium Test Kg/cm 2a
Pressure , Cylinder
66 Hydrostatic Test Kg/cm 2a
pressure, cylinder
67 Cylinder Jacket
cooling Type As
reqd.
68 Cooling Media,
cylinder Jackets
W ater/Air
77 Type of Suction
valv e-
78 Type of Discharge
valv e-
79 Suction valv e
unloaders Yes/No
80 Clearance Pockets
Unloaders Type
81 Piston Rod Diam eter MM
82 Rod Reversal at Deg.
Crosshead Pin
(min.)
83 Piston Rod Run Out
Operating
84 Max. Allow. Rod Kg
Load Com p.
85 Tension Kg
86 Rod Load Com p. Kg
87 Tension Kg
88 Rod Load at R.V Set Kg
Com p.
89 Distance piece/
packing
90 Type of packing
91 Packing vent
connected to ##
92 Packing cooling
93 Type of Distance
piece
94 Cyl. Side
Com partment
Purged
95 Fram e Side
Com partment
Pressurized
96 Distance Piece Mm H2O
purge gas Pressure
97 Distance Piece Nm 3/hr
purge gas flow
98 Distance Piece vent Saf e Height Saf e Saf e
to Height Height
99 Distance piece Kg/cm 2G
Hydrostatic Test
Pressure
100 ## Pa ckaging should be connected to v ent header Ref 7.19.4 of API-11
101 Fram e
102 Replaceable
Crosshead Shoes
Yes/ No
103 Crosshead Guide
Integral / Separate
149 □ Including
drain s, v ents, flow & temp. indicators, tem p. control v alv e, regulating & isolation valves,
complete piping
150 □ Main circulating pumps with driv ers & suction strainers □ single coolers
151 □ Re servoir (make up) □Heater (if required)
152 Pumps, reservoirs, coolers etc. to be mounted on a common skid as to m ake a separate console
153 Material of piping
154 Type of coolant
155 Jacket cooling
156 Gas piping system
157 Vendor’s supply includes:
□Separator
163 □ Check v alv e on discharge line (compressor v alv e design and suction line)
169 □Materials
171 □Between
173 □ Interconnecting piping between packing vents, PSV relief terminating to v ent recovery
system
174 □ Interconnecting piping between distance piece term inating to v ent recovery system up to
package BL
200 Volum e
201 Material : SA 516 Gr.60 SA516 Gr.60 SA516 Gr.60
vessels
202 Internals
203 Corrosion 3 3 3
allowance mm
204 Hydrostatic 1.3XMAW P 1.3XMAW P 1.3XMAW P
test pressure
kg/cm 2,g
205 Design code : ASME SECT. VIII DIV 1
206 Analog piping study / acoustic simulation, as per approach 3, Cl. [Link] API618, 4th edition
207 Upstream / downstream inter-stage
208 Performed by : Vendor Any other agency having similar experience
209 Piping mechanical analysis
210 Performed by : Vendor Any other agency having similar experience
211 Automatic drain valves f or each stage suction KOD
212 Capacity control
213 Start / Stop based on discharge receiver pressure : Fully autom atic
214 Unloading f or start up / shut down : automatic through Valv e unloader Recycle v alve
215 Interlock against loaded start
216 Automatic control based on
217 Suction pressure Discharge pressure Flow manual signal
218 Type of actuator Actuation fluid to load Actuation fluid to unload
219 On po wer/actuation fluid failure : compressor to load unload
220 Continuously Maximum hrs.
221 Continuously Maximum hrs.
222 At all other capacity, compressor should run continuously
223 Vendor’s scope should include :
224 Pilot dev ices (pressure / temperature / flow devices, controllers & switches)
225 Intermediate devices (solenoid valves / pneumatic relay / v alv es)
226 Actuators
227 Recycle valv es
228 Control logic & system f or complete capacity control
229 Inter connecting tubing, piping, cabling & wiring
230 Protection against e xtended unloaded operation (trip)
231 Valv e unloaders are required as such compressor should start / stop at specified receiver
pressures.
232 Purchaser’s interface
288 Notes :
289 Minimum required indications, alarm s and trips are shown herewith. Bidder should provide any
additional instrumentation f or saf e operation.
290 Compressor should start stop at pre determined receiver pre ssure as specified. Bidder should
include in his
291 Scope includes the necessary hardware for the sam e.
292 Inspection and tests
293 Material composition and physica l properties certificates required for :
294 Cylinder and liner Piston
295 Crankshaf t Connecting rod
296 Pressure vessels Heat exchangers
297 X-ray examination for components : pressure vessels (certificates to be furnished)
298 By bidder W itnessed
299 Mech. Running test with shop driv er (4 hours
min.)
300 Performance test at site as per IS
5456/PTC9/BS 726 (*).
301 Partial stripping and internal inspection
302 Functional / continu ity tests – control panel
303 Field trial run under vendor’s supervision
(package)
304 Valv e leak test
305 Lube oil console run test
306 Closed circuit C.W . System test
307 During package performance test
308 Test certificates required for :
309 Auxiliary motor & pum ps Saf ety relief v alv es
310 Safety switches Solenoid v alves
311 Weights
312 O verall supply (excluding driv er and gear box, if any) kg. approx.
313 Maximum erection weight kg. approx.
314 Maximum maintenance weight /kg. approx .
325 Local control panel PLC Panel Human machine interface located on skid
328 Flywheel
329 V-belts with pulley
330 Couplings
331 Driver compressor
332 Guards f or moving parts
333 Base plate common f or compressor and driver
334 Fabricated steel skid common for compressor, driv er and accessories
335 Ladders and platform s
336 Special tools – one set for each package
338 Piping supports and brackets : prefabricated for piping in vendor’s scope
339 Supports f or cylinders and auxiliaries, prefabricated and fitted in the package
1 GENERAL
2 PROJECT:
3 OWNER :M/S AGL SITE : Indore,Ujjain & Gwalior
4 Service : Intercooler / After cooler for Compressor Package
5 No. Reqd.: One for each unit
NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □
6 INFORMATIO N REQUIRED FROM VENDOR.
7 □ Manufacturer : Type : □ Forced Draft □Induced Draft
□ Bundle Size : m x m x m Bundles/Section
8
□ Number of Units :
□ Bundles/Unit : In Parallel / Series
9
□ Section Size :
□ Surface/Bundle : m ² Kg/cm2e Tube : m ²
10
□ Section/Unit :
□ Surface/Unit : m² Kg/cm2e Tube : m ²
11
□ Plot Area/Unit :
12 PERFORMANCE (Of One Unit)
□ Heat Exchanged : kcal/hr MTD
13
(Corrected) : 0C
□ Transfer Rate : kcal/hr m ² 0C (Finned Surface)
14
(Kg/cm2e Surface)
15 ■ TUBE SIDE
■ Fluid Circulated G AS Gravity :
16
Liquid API SG @ 15.4EC
■ Total Entering Gas kg/hr Enthalpy /
17
Latent Heat kcal/kg
□ Operating Temperature In : Out : Fouling
18
Resistance hr m ² 0C/kcal
19 □ Operating Pressure Passes / Bundle kg/cm ²
20 AIR SIDE
■ Tem perature ■ In: 44 Out : ■ Altitude
21
m :115,168.3,172respecctiv ely
□ Total Flow/Unit kg/hr Static
22
Pressure kg/cm ²
□ Quantity/Fan kg/hr Power/Fan
23
kW
□ Face Velocity m /sec Power/Unit
24
kW
25 CONSTRUCTION (Each Bundle)
1 GENERAL
2 PROJECT: PROCUREMENT OF CNG COMPRESSOR
3 OW NER: M/S AGL
4 SERVICE: DRIVER (Gas Engine) FOR CNG COMPRESSOR
5 NO. REQD.: One for each unit
NOTE: ■SCOPE OPTION/ INFORMATIO N SPECIFIED BY PURCHASER INFORMATION
6
REQ UIRED FROM VENDOR.
7 SITE/ INSTALLATION DATA
8 SITE CONDITIONS:
LOCATION: ■OUTDOOR ■CLOSED ROOM W ITH FORCED AIR VENTILATION
9 SYSTEM
SITE DATA: AMBIENT
10 0
TEMP. ( C) MAX: 45 MIN: 8
11 RELATIVE HUMIDITY (%) MAX: 85 %
12 ALTITUDE (M):
13 EARTH QUAKE ZONE v W IND VELOCITY (KM/HR) 160 (MAX)
14 ELECTRICAL AREA CALASSIFICATION
15 CLASS 1 GROUP D DIVISION I OR 2
16 CLASS 1 GROUP IIA, IIB ZONEI
17 □UTILITY DATA
COOLING W ATER TEMP. (0C) SUPPLY (DESIGN/MAX/NOR/M IN):
18 RETURN
(MAX):
COOLING W ATER PR. (KG/CM2G) SUPPLY (DESIGN/MAX/NOR/MIN):
19 RETURN
(MIN):
20 COOLING W ATER CHARACTERISTICS:
21 □INSTRUMENT AIR:
22 SUPPLY PRESSURE (DESIG N/MAX/NOR/MIN) (KG/CM2G):
23 □ELECTRIC POW ER
24 □ELECTRIC SUPPLY: AC/DC VOLTS HZ
25 □APPLICABLE CODES & STANDARDS
■NOISE SPECIFICATION ■APPLICABLE TO M/C MAX. 72 DBA ± 3 DBA @ 1.0 M
26
OUTSIDE THE ACOUSTIC ENCLOSURE
■EXHAUST GAS EMISSIO N: - Provide catalytic convertor in the exhaust of gas
27
engine.
28 ■LISTING/APPROVAL OF ENG INE REQUIRED FORM: ■UL/FM □TAC
■AIR RECEIVER FOR STARTING AIR SYSTEM ASME SEC-VIII DIV 1 □ AIR
29 COMPRESSOR FOR STARTING AIR SYSTEM MANUFACTURE’S STD. AIR STARTER
W ITH SILENCER.
□SHELL AND TUBE TYPE EXHANG ERS MANUFACTURER’S STD. □ AUXILIARY
30 PUMPS MANUFACT URER’S STD.
□ AIR COOLED HEAT EXCHANG ERS/RADIATOR MANUFACTURER’S STD □ OTHER
31 TANKS AND VESSELS MANUFACTURER’S STD.
32 DRIVEN EQUIPMENT
33 ■RECIPROCATING GAS COMPRESSOR
34 ■ DUTY: INTERMITTENT
PROBABLE PERIOD FOR CONTINUO US RUNNING: 20 HOURS WITH FREQUENT
35 STARTS AND STOPS
68 (A) GUARANTEED
ENGINE RATED
POW ER (100 %
CONTINUOUS
RATING)
69 (B) 75% OF (A)
70 (C) 110% OF (A)
71 *STANDARD
REFERENCE
CONDITIONS:
72 TOTAL BAROMETRIC
PRESSURE,P,KG/CM2 A
73 A
0
TMOSPHERIC TEMP.
C
74 A
0
TMOSPHERIC TEMP.
C
75 RELATIVE HUMIDITY %
76 CHARG E AIR &
COOLANT
0
TEMP C
77 □SPEED GOVERNING SYSTEM
78 TYPE: □SINGLE SPEED □MULTIPLE SPEED □ALL
SPEED
(VARIABLE SPEED)
79 GOVERNER TYPE: □ELECTRONIC □ELECRONIC HYDRAULIC
□MECHANICAL
80 □MAKE: WOODWARD □MODEL:
81 GOVERNOR CONTROL MECHANISM: □MANUAL □REMOTE
82 □STARTING SYSTEM
83 ■METHOD OF STARTING: AUTOMATIC
84 ■METHOD OF STOPPING: AUTOMATIC
85 □TYPE OF COLD STARTING: (CONSIDERING MIN. AMBIENT TEMP
86 ■TYPE OF STARTING MECHANISM: AIR STARTING THROUGH ENIGNE
MOUNTED PNEUMATIC
87 REMARKS:
88 1. BIDDER SHOULD ENGINEER AND SUPPLY THE COMPLETE AIR STARTING
MECHANISM INCLUDING AIR RECEIVER
89 THE PURCHASER SHALL PRO VIDE ELECTRICITY FOR AIR COMPRESSOR MOTOR.
90 ■STARTING AIR SYSTEM: (TO BE PLACED O UTSIDE THE ENCLOSURE)
91 ■AIR COMPRESSOR TYPE: RECIPROCATING
92 □RATED CAPACITY (AM3/HR AT INLET CONDTIONS):
93 □DISCHARG E PRESSURE (KG/CM2G):
94 □BKW : □RPM:
95 ■AIR COMPRESSOR DRIVEN BY : ELECTRIC MOTOR
96 □DRIVING RATING □KW : □RPM □VOLTS/N/HZ.:
230/SINGLE/50
97 AIR RECEIVER W ITH PRESSURE GAUGE, RELIEF VALVE & MANUAL DRAIN VALVE:
98 ■START –STOP SWITCH FOR COMPRESSOR: AUTOMATIC
99 □NO. OF AIR RECEIVER: ONE /TW O CAPACIT Y OF EACH AIR RECEIVER
(M3):
100
101 ■COOLING SYSTEM
102 TYPE: CLOSED CIRCUIT COOLING
1 TECHNICAL GENERAL
2 PROJECT:
3 OWNER: M/S AGL SITE:
4 EQ UIPMENT: GAS DETECTOR
5 NO. GAS DETECTION TYPE:
6 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □
INFORMATION REQUIRED FROM
VENDOR.
7 □ MANUFACTURER: □ MODEL NO.:
SIG NAL TRANSMISSION
8 □ ANALOG: TRANSMISSION BY 3CORE SHEILDED CABLE
9 □ MEASUREM ENT CONTROL: 4mA to 20mA
10 □ SENSOR DRIFTS BELOW ZERO:
11 □ MEASURING R ANGE EXCEEDED:
12 □ TRANSMITTER FAULT:
13 □ MAINTENACE SIGNAL:
14 □ HART COMPATIBLE:
■ SITE / ENVIRONM ENTAL DAT A
15 SITE DATA:
16 AMBIENT TEMP. (P0PC): MAX:
17 MIN:
18 RELATIVE HUMIDITY (%): MAX:
ALTITUDE (M):
19 INSTALLATION: ■INDOOR
20 ■ ELECTRICAL AREA HAZARD:
21 CLASS/ZONE: CLASS I ZONE I DIVISIO N: I GAS GROUP: D, GROUP IIA, IIB
■ APPLICABLE CO DES AND STANDARDS
22 ■ GAS DETECTION APPROVALS: CENELEC ■ UL, CSA: Class 1, Div 1, Groups
:Exd IIC 6 B,C,D
VOLTAGE OF SUPPLY
23 OPERATING VOLTAGE 20 – 36 VDC, 24 VDC @ 150mA max. □ COMM. FAULT
24 □ IN-RUSH CURRENT: A.C/D.C
25 □ POW ER INPUT A.C/D.C
■ PHYSICAL SPECIFICAT IONS
26 □ ENCLOSURE: Nema 4+7 (IP65)
27 □ SIZE
28 □ W EIGHT
■ INSPECTION AND TESTS
29 □ Physical Tests on site:
REMARKS
TECHNICAL GENERAL
1 PROJECT:
2 OWNER: M/S AGL SITE:
3 EQ UIPMENT: UV FIRE DETECTION FOR CNG ST AT IONS
4 NO. FIRE DETECTION TYPE:
5 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □
INFORMATION REQUIRED FROM VENDOR.
6 □ MANUFACTURER: □ MODEL NO.:
7 □ WAVE LENGTHS: ■ TYPICAL RESPONSE TIME: <
3 SEC
@ 50FT
8 □ FIELD OF VIEW: □ MINIMU M SENSOR
RESPONSE
TIME:
9 □ SENSITIVITY □ MAINTENACE SIGNAL:
10 ■ CLASSIFICATIO N: CLASS I, DIV ■ CLASS II, GROUP E,F & GCLASS
1, GROUPS B, C & D: Eexd IIC, T 5, III,
IP66 TYPE 4X
11 ■ APPROVALS: CSA, FM, ATEX, CENELEC, CE MARKING
12 ■ ENVIRONMENTAL SPECIFICAT IONS
13 ■ OPERATING TEMPERATURE RANGE: -40 (0PC) to 85 (P0PC)
14 ■ STORAGE TEMPERATURE RANGE: -50 (0PC) to 85 (P0PC)
15 ■ OPERATING HUMIDITY RANGE: 0% TO 100% RH NON-CON-DENSING
16 ■ ALTITUDE (M):
17 ■ EARTH QUAKE ZONE V
18 ■ INSTALLATION: ■ INDOOR
■ ELECTRICAL SPECIFICATION:
19 ■ OPERATING VOLTAGE 20 – 36 VDC, □ COMM. FAULT
24 VDC @ 150mA max.
20 ■ANALOG SIGNAL: 4-20mA (1200 Ohm s Max.) □ READY SIGNAL
21 □ FAULT SIGNAL: 0Ma □ UV SIGNAL:
22 □ IR SIGNAL: □ W ARN SIGNAL:
23 □ ALARM SIGNAL: □ BAUD RATE:
24 ■ RELAY CONTACT RATING: 8A, 250VAC, 8A □ RS-485 OUTPUT:
@ 24VDC
25 ■ RFI/EMI PROTECTIO N: COMPLIES W ITH □ STATUS INDICATOR:
EN50081-2
26 □ FAULT MONITORING:
■ MECHANICAL SPECIFICAT ION:
28 ■ HOUSING: ■ LENGTH:
We want to monitor / control all parameters available on the PLC through SCADA system.
1. Hardware Details: Connector Type, Communication Standard, Communication port Pin details,
2. Communication Port Configuration: Baud Rate, data bits, stop bit, parity
3. Polling Constraints: Minimum time period between two consecutive poll cycles.
4. Protocol Details: Protocol name and message structure for different read / write functions.
5. Function codes for reading digital and Analog inputs
6. Function code for writing analog values in the IED registers
7. List of parameters available in the IED which can be accessed from the IED through serial port.
8. Register address of each parameter in the IED.
IED SCADA
RJ45
1. GND
2. DTR
3. RTS
4. TX RX
5. RX TX
6. CTS
7. DCR
Response Format:
Address 1 Byte
Function 1 Byte
Length 1 Byte
Date Item 1 4 Byte
.
.
Date Item n 4 Byte
Response Format:
Address 1 Byte
Function 1 Byte
Length 1 Byte
Date Item 1 2 Byte
.
Date Item n 2 Byte
A) Digital Parameters :
B) Analog Parameters:
CASE-L
d2) Power required f or CASE-G
all heat exchanger f ans
including radiator fan of
CASE-H
engine in Kw
package:
a) Year and m onth of packaging the
compressor package
b) Nam e and address of user with
FAX no, Phone no, E-m ail address
c) Nos of hours the com pressor hav e
clocked on bid due date. (Enclose
certificate from user)
d) Documentary evidence that the
Bidder/ m anufacturer or packager
hav ing the capability and facilities
(i.e. shop, manpower, testing
f acility etc.) f or m anufacturing /
packaging fiv e packages in a year.
e) W hether the bidder having office
set up in India equipped with
trained and ex perienced technical
m anpower for the operation and
maintenance services. If not submit
the agreem ent of O&M com pany
hav ing experience of gas engine
driv en compressor package
25 Turn ov er of the Bidder/ m anufacturer
of packager during any of the last three
financial years.
Bidder can add another column to indicate the details of existing compressor at more than
one site.
low /high
41 Cylinder packing v ent
pressure
42 Final Disch pressure ■yes ■yes ■yes ■yes ■yes ■yes
after coalescent filter*
43 Blow Down v essel lev el ■yes
44 Piston piece diff. Purge
pressure
45 Distance piece diff.
purge pressure
46 Common process
param eters
47 Common m achine
param eters
48 Blow down vessel ■yes ■yes ■yes
pressure
49 Vibration on comp., ■yes
heat exchanger f an,
m ain electric m otor
C US T OM ER'S R E F … … … … … …:
R E F … … … … … … … …. .:
C OM PR E SS OR M O D E L … … … …….:
(1) I NS P E C T I ON- BY CUS T OM ER/ C O NS U L T A NT / T HIRD P A RT Y
(2) C E RT I FI C AT ES/ D OC UM E NT S R EVI E W- BY C US T O M ER/ C O N S ULT ANT / T HIRD PAR T Y
(3) I NS P E C T I ON - BY VE NDOR
(4) C ER T I FI C AT ES/ D OC UM E NT S T O BE S U BM IT T ED BY VENDOR/ S UB-V E NDOR
1 R W Y HYDROTEST OF - CYLINDER, PRESS. VESSELS, HEAT EXCHANGERS
2 R W Y HYDROTEST OF-CYLINDER HEADS
3 W R W Y LEAK PROOF T EST OF P R E S S U R I Z E D CRANK CASE (4 Hours wit h k erosene)
ULTRASONIC TEST OF-CRANK SHAFT , CO NNECTING ROD., PIST ON R O D
4 R R Y Refer Note: 1
M A G N E T IC P ARTI CA L T EST OF -CRANK SHAFT, CO NNECTING ROD., PIST O N
5 R R Y ROD
Refer Note: 1
RA DIO GR AP H Y AS APPLICABLE-PRESSURE VESSELS, HEAT EXCHANGER, G AS
6 R R Y
PIPING
BARRING O VER TO CHECK CYLINDER END CLEARANCE AND PISTON R O D
7 R W Y
R U N OU T
NO LOAD MECHANICAL RUN T EST OF THE COMPR. W IT H RAT ED (OR MO RE)
8 W R W Y
SPEED AND SHOP DRIVER (4 HRS. Minim u m .)
STRIP CHECK AND INTERNAL INSPECTION AFTER " NLMRT" OF ALL
9 W R W Y C O MP R E S SO RS ; - Routin test c ertif icat e by v endors
Refer Note: 2
Gas Engine Perofrmance T est: At Sub-Vendors W orks As Per ISO STD.
10 R R Y
Refer Note: 3
MAT E RI AL TEST CE RTI FIC AT ES FOR : CRANK SHAFT , CON NE CT ING RODS,
11 R R Y CYLINDER, LINER, PISTON (CO MPLIANCE CERT. ), PRESSURE VESSELS, HEAT
E XC HAN G ER
CONOPY STRUCTURE PAINTING IN S P E C T IO N AT W ORKS. SURFACE
12 R W Y P R E P A R A T I O N TO BE INSPECTED AFTER CLEANING AND BEFORE A P PLIC ATI O N
OF FIRST COAT OF PRIMER.
F U N CT I O N A L/ H V/ C O N TI N U T Y T E S T /BILL OF MA T E RIA L FOR CONTRO L PANEL
13 R W Y
(AT SUB VENDOR'S W ORKS).
MECHANICAL STRINGS TEST FOR 4 HOURS FOR CNG C O M P R E S S O RS
14 W R W Y
PACKAG ES W IT H CONT ROL PAN EL.
T EST CERT IFICAT E F O R - S A F E T Y SW IT CHES, T R A N S MI T T E R, SAFET Y RELIEF
VALVES, SO LENO ID VALVES, C O N T R O L PANEL, POW ER/CO N TRO L
15 R R Y
& INSTRUMENT CABLES, FLAME PROOF LIGHTING FI XT URE, PANEL, JUN CT IO N
BO XES ETC.- C A LI B R A TI O N C E R TI FI C A T E FOR MEASURING IN STR U ME NT S.
FINAL MOCK-UP ASSEMBLY OF THE PACKAGE- AS PER GAFD, P&I DRAW ING S,
16 W R W Y
W IRING DIAGRAM
17 W R W Y P ER FO R MANCE TEST AT SITE AT GUARANTEED PARA ME T ERS.
18 W R W Y FIELD TRIAL RUN AT SITE FOR EACH PACKAGE AFTER COMMISSIONING
T EST CERT IFICAT E FOR TILTERS, SS TUBES, FIT T I N G S, VALVES, CHAIN P ULLE Y
19 R W Y
BLOCK, ACCOSTIC MATERIAL
20
21
L E G ENDS: W =W IT NESS. R= REVIEW OF CO CUMENTS, Y= DOC. S U B MI S S I O N B Y
VENDOR/ S U B-VE N DO R
N O TES:
1 Crank shaft, Connecting rod : UT/MPT shall be c onnducted in either in f orging OR in finish c ondition.
Strip test is limit ed t o open Crank c ase c over, X-Hd guide & [Link]. Cover and opening of bore &
2
other parts, Piston, one v alv e per cylinder.
4 Seller shall submit the list of approved Third Paty Inspection Agency (TPIA) for Purchaser’s approval for
inspection and testing of the package. The Inspection and Testing of the package by TPIA is in seller’s
scope.
Notes:
(i) Bidder shall f urnish all equipment, drivers, auxiliary systems, instruments and
controls and safety devices as per the enquiry document. Anything required over
and above what is specified, for saf e and satisfactory operation of the equipment
package shall be included by the Bidder in his scope.
(ii) Bidder to write YES/NO against each item. Bidder is required to include complete
scope, as such 'NO' is not warranted. However, in case for any of the items if
vendor's reply is 'NO', vendor should give reasons f or the same:
(iii) Bidders’ scope of supply shall include but not be limited to the following:
6 Miscellaneous
All deviations sought by the vendor shall be f urnished in this format. If some
deviations/ /observations/comments are f urnished by the vendor at some other
places of the offer, the same shall not be considered as deviation. Purchaser
may accept some deviation in the interest of project. However, 1.5 times the cost
of deviation shall be loaded in the offered cost for evaluation purpose.
Certified that, only the above-mentioned deviations have been taken against
this tender.
Signature
TECHNICAL
SPECIFICATION
FOR
CONTEN TS
SL NO: DESCRIPTION
1. GENERAL
2. UTILITI ES & BATT ERY LIMITS
3. EQUI PM ENT QUALIFICAT ION CRITERIA
4. BASIC DESIGN
5. EL ECT RICS AND INSTRUM ENT ATI ON CONTROL
6. INSPECTION AND TESTING
7. PRICE LOADING AND COM PEN SATI ON FOR UNDER PERFORMANCE
8. PAINT ING AND PROTECTION
9. ERECTI ON, TESTING AND COMMI SSIONING AT SITE
10. FIELD TRIAL RUN
11. SPARE PARTS, SPECIAL TOOLS AND T ACKLES
12. DAT A AND DR AWING
13. OPER ATI ON & MAINT ENANCE SERVICES
14. GUARANT EED PAR AM ET ERS OF COMPRESSOR
15. GAS COMPOSITION.
16. DAT A SHEET OF COMPR ESSOR, HE AT EXCHAN GER & ELECTRIC MOTOR
17. DAT A SHEET OF OTHER ITEMS
18. OPER ATING CONDITI ONS & EXPERI ENCE RECORD OF COMPRESSOR
19. LIST OF INSTRUM ENT ATION & CONTR OL S FOR COMPRESSOR &
SPECIFICATION OF KWH METER
20. QUALITY ASSUR ANCE PLAN
21. CHECKLIST
22. FORMAT OF DEVI ATION TO THE TECHNICAL SPECIFICAT ION
Aavantika Gas Ltd. (AGL) is a joint venture company of M/s GAIL (India) Limited &
M/s HPCL. AGL has been set up to supply PNG to household, commercial &
industrial sectors as well as to distribute CNG to vehicles including setting up of
CNG filling stations with its infrastructure in the cities of Indore, Ujjain & Gwalior.
1.1 scope of work
The following National & International Codes & Standards of Latest editions shall be applicable.
OISD 179, NFPA-52: 1995 or equivalent
NFPA – 37
NFPA – 12- CO2 Flooding system
IS: 325/ IEC or International standards. – Standards for electric Motor
IS: 6382
Applicable ANSI, ASTM, NEC, NEMA code.
API – 618
API – 11P 2nd edition
API – 661 Specifications for Air cooled exchangers
ASME Section – VIII Div – 1/2 Design codes for pressure vessels.
Gas Cylinder Rules 2016.
Standard Specifications of Bureau of Indian Standards (BIS).
Specifications/Recommendations of IEC.
Indian Electricity Rules.
Indian Explosives Act.
TEMA – C - Water cooled heat exchangers
ASME / ANSI – B-31.3 Code for Process Piping
In case of any conflict among the various documents of this requisition the following preferential order
shall govern:
1. Data sheets/drawings
2. Technical Specification
3. International standards/codes as applicable
4. Indian Standards / codes as applicable
Compliance with these specifications shall not relieve the bidder of the responsibility of furnishing
equipment and accessories of proper design, material and workmanship to meet the specified
operating conditions.
No deviations to the technical requirements and to the scope of supply specified in this enquiry
document shall be accepted and offers not in compliance to the same shall be rejected. In case a
deviation is required due to inherent design of the equipment offered, the bidder shall list all such
deviations at one place giving reasons thereon.
1.4 DOCUMEN TS/DATA REQUIRED ALONG WIT H BID
(1) Proven Track Record Formats, duly filled in along with general reference list shall be submitted for the
earlier supplied CNG compressor packages as per the BEC requirements.
(2) Checklist duly filled in with regards to scope of supply
(3) Completely filled in Data Sheets of compressor, motor
(4) Deviations if any to this Technical Specification
(5) Tentative Lay out/key plan/General Arrangement Drawing indicating size of skids, center distance
between skids and space required along with maintenance requirements
(6) (a) Utilities requirements (b) Electrical Load summary
(7) Catalogues of compressor, motor, instrumentation & controls
(8) Other details are given in VDR.
The scope of work/services to be provided by the bidder shall be inclusive of but not limited to:
• Instrumentation and control system as specified on data sheets, P&ID including Local panel,
Console /Local gauge boards, PLC.
• Common structural steel skid for the compressor- Motor combination and for all auxiliary systems
• Air-cooled heat exchanger for inter stage and discharge gas.
• 9 bank Priority Panel at Package Discharge.
• All interconnecting oil, gas, water, air piping within the compressor package.
• Impulse and pneumatic piping/Tubing for all valves, fittings as specified & required for mounting the
instruments.
• Separate junction boxes for different type of signals like intrinsically safe signals, alarm, shutdowns,
thermocouples, RTDs etc. for interfacing to local panel.
• NRV at gas suction, final discharge point, LCV and priority panel as required.
• Structural supports within the compressor package for all piping, instruments etc.
• One no. relief valve at each stage discharge, first (1st) stage suction and Blow Down Vessel.
• Y- type/conical type strainers, valves, sight flow indicators, check valves, manual drain/ traps etc. as
required for various auxiliary systems i.e. frame lube oil, cylinder lubrication system, cooling water
systems, conditioning system etc.
• Coupling/V-belts/pulleys.
• Separate acoustic enclosure, seprated with a partition wall of minimum 3 mm thickness and fabricated in
such fashion that it is completely sealed so that gas or fire should not travel from one enclosure to
another, for both Compressor and motor as specified, with two number L.E.L detector and two UV
detectors in each enclosure.
• For each compressor, 5 nos. of ESDs (One no. on compressor, One no. on LCP of compressor, One
no. in control room, One no. in process area, One no. near dispenser)
• Common CO2 extinguishing system consisting of two cylinders, piping, valves and control systems as
per details given in this specification.
• Inlet and outlet manual and automatic isolating valves for maintenance & emergency.
• Piping from air compressor and CO2 cylinders up to enclosures will be in the scope of bidder.
• Inlet twin suction gas filter with oil drain valve & DP gauge and tem porary suction line strainer at 1st
stage and at other stage.
• Erection, O&M and all others relevant manuals for compressor & its accessories, priority panel, electrical
motor & all field instruments.
• Priority Panel at Package Discharge as per Priority fill system
• Annual O&M during one year warrantee period with spares, consumables, man power and lubricants.
• O&M charges (post warrantee period) with spares, consumables, man power and lubricants including
complete overhauling of compressor & motor, if required.
Exclusions
All civil works and foundation design. Howev er the Bidder shall furnish all the relevant data for design of
pedestal/ foundation. However, Grouting of equipment including supply of material is a part of erection.
1.7 Safety
1.7.1 All controls shall operate in a fail-safe mode i.e. failure of any control shall not lead to running of equipment
in unsafe mode. Fail safe control shall be available through both software and hardware for all trips.
1.7.2 Area Classification : The hazardous area classification Class-I, Division I, Group D as per NEC or Zone I,
Group II A/ II B as per IS/ IEC. Certificate from recognized agency to the effect that equipment supplied
and/or installed conform to abov e area classification shall be submitted. All Devices shall meet the
requirement for the specified area classification in which they are installed, including instrumentation leads.
1.7.3 All exposed rotating parts shall be provided with adequate guards of non-sparking type.
1.7.4 Driv e belt if used shall be of fire retardant and anti-static type.
1.7.5 Piping shall be arranged in a m anner so as to provide clear headroom and accessibility within the package.
Adequate clearances shall be provided for all the engineered components for O&M point of view.
1.7.6 Each enclosure shall have two IR type L.E.L detectors and two Ultra Violet (UV)/IR fire detectors in each
enclosure to cover the enclosures effectively.
1.7.8 The Compressor Package shall trip if any of the enclosure is opened while the m achine is running.
However, the bidder shall provide enclosure door by - pass selector switch to facilitate routine checking
while compressor is running.
1.7.9 Relief Valves shall be provided at suction and discharge and in between inter stages of compressor with
setting as per cl. 11.18.5 of ISO 13631:2002 with R.V. venting as per cl. 11.18.6 of ISO 13631:2002. All
vented lines to be connected to common relief valve header.
The package shall be protected by automatically operated CO2 flooding system designed as per NFPA-12
which should have minimum following features: -
1. Gas Detection by installation of hydrocarbon gas detector (IR type) and transmitter with adjustable
alarm levels (0-100%) with preset of 10%, 20% and 50%. Package should have at least 2 nos. gas
detectors.
2. Installation of flame detector (UV-IR type) and transmitter, alarm on detection of flame. Package should have
at least 2 nos. flame detectors.
Bidder Seal and Sign Page 91 of 167
CITY GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
3. CO2 flooding system shall consist of 2 nos. of min 45 kg CO2 cylinders. However actual size of the cylinder
shall be as per compressor enclosure size. Necessary calculation shall be submitted by the bidder during
detailed engineering. One cylinder will act as main cylinder & other as stand by, which shall have identical
arrangement and connected to the system. The cylinders shall be protected from weather and direct sunrays
as per Gas Cylinder Rules, 2004. Cylinders shall be fitted with actuated Valves, Solenoid valves etc. for
automatic actuation. Control philosophy shall be such that in case main cylinder fails, the standby cylinder
shall discharge automatically. For this, the vendor shall provide suitable device such as pressure switch
(intrinsically safe type) to detect the failure of main cylinders failure. One manual switch / call point shall be
provided to operate the CO2 cylinder from remote control room. Pull down lever on cylinder valve for manual
operation shall be provided.
4. The System shall be designed to operate on 24 V DC supply. FRLS (Fire resistant low smoke)
cables shall be used for the wiring of the system.
ii. Compressor shall trip on detection of flame at pre-set level and automatic discharge of CO2 gas shall take
place from the main cylinder simultaneously.
iii. Maintenance Override Switch shall be provided to keep the system off during maintenance.
iv. Compressor shall not start if the CO2 Flooding System is faulty, not working, Switched OFF during
maintenance etc.
v. Selector switch shall be provided to put Main/Stand by Cylinder in line at the turn of a switch as per
requirement.
6. One blinking aviation lamp shall be provided at top of compressor canopy suitable for hazardous area for fire
indication.
7. CO2 Cylinders shall be provided outside the package at a safe place, minimum 4.5 meters away (aerial
distance), where it is not exposed to fire in case of fire in the compressor. Facility shall be made to operate
the system both manually from remote with the help of a switch/ call point and with help of pull down lever on
cylinders.
8. Online weight (CO2) loss indication device to be provided to ascertain the health of the CO2 flooding system.
9. All installation and instruments shall be compatible for hazardous area Class 1, Division 1, Group-D for
Methane Gas.
10. Technical specifications, Operation and Maintenance Manual, CCOE Certificate, Approval/ Manufacturing
certificates for cylinders and cylinder valves, gas detectors, flame detectors, solenoid valves etc. shall be
furnished by the supplier along with system. Software and hardware, calibration procedure shall be
provided by the supplier along with the supply sufficient enough to handle the system independently.
11. System shall be tested by the supplier after commissioning at site by creating fire signal and actual discharge
of CO2 Gas from the Cylinders. The cylinders have to be refilled by the vendor at no extra cost to purchaser
after testing. If the system fails during testing, subsequent testing and refilling would be at vendor’s cost.
12. Warning and Operating instructions to be displayed at equipments as per the statutory/ safety regulations.
2.1 Utilities
2.1.1 Any auxiliary motor above 10 hp shall be provided with star delta/ soft starter (three phase controlled) type
starter. Single phase motor will be not acceptable above 1 hp rating.
2.1.2 Bidder shall make his own provision for Instrument air if required with an electric motor driven air
compressor with a suitably sized receiver & Refrigerant type air drier system. Air Compressor motor
should be 415 V squirrel cage motor DOL / star delta starter having overload protection, single phase
preventer. A Rain guard of MOC carbon steel minimum thickness of 2 mm should be provided over the air
compressor.
2.1.3 Drain should be through a common header and discharge to be allowed in pot outside the package
(capacity not more than 2.5 litres) to avoid spillage around the compressor package.
Bidder Seal and Sign Page 92 of 167
CITY GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
2.1.4 All electrical and instrumentation terminals shall be as specified.
2.1.5 Purchaser shall provide 415 V, 3Ph, 50Hz electric power for compressor motor drive at a single point.
2.1.6 Purchaser shall provide the 230V, 50Hz, 1Ph UPS for LCP at single point in the electrical room.
2.2.1 All customer interface connections, gas Inlet shall be brought out to the package edge and terminated in
nozzles with isolation valves having flange connection.
2.2.2 As and where specified on the data sheets all vents (i.e. Relief valve, distance piece and packing) shall
be manifold and terminated at skid edge outside the enclosure and vented to safe height of 3.0 m at
package roof.
2.2.3 All drains from different process equipment, distance piece and packing shall be manifold and
terminated at single point for customer interface duly flanged with isolation valve.
2.2.4 UPS and Non UPS power shall be made available from power distribution board (PDB) in the electrical
room. Supply, Erection and termination of all cables and accessories from feeder in electrical room shall
be in the bidder’s scope.
2.2.5 Electronics earth pit shall be made available at a distance of about 5 meters from compressor package.
Cable from this earth pit shall be in the bidder’s scope. Owner’s earthing main ring shall be made
available at compressor foundation. Cable to control panel body earth inside the compressor package
shall be in the bidder’s scope.
The offered Gas Compressor model shall be from the existing regular manufacturing range of the Gas
Compressor manufacturer. At least 2 no. Electric Motor Driven CNG compressors, identical to the
proposed offered compressor models in terms of number of stages, number of throws, frame power and
process gas (i.e. natural gas) must have been manufactured, tested and supplied to customers from the
proposed manufacturing plant in the last seven years and must have been individually operating
satisfactorily in the field for a period of min 8000 hours without any major break down as on the bid due
date.
4.1 General
4.1.1 The Compressor shall meet all the technical requirements as specified in:
4.1.2 Gas composition given under Design Case shall be used for Compressor selection, Sizing and
performance guarantee estimates. However compressor shall be suitable for continuous operation with the
indicated gas composition range and operating parameters given in this tender.
4.1.3 Suction line pressure varies from 16 to 19 kg/cm2. Bidder to note suction pressure regulator is not required.
However, suction pressure transmitters shall be provided to protect the compressor from very high and low
pressure.
4.1.4 Bidder's offer shall be based on firm and final compressor / electric motor make and models on which
basis the offer shall be evaluated and no alternate compressor / electric motor make and models or
change of make and models to lower frame shall be entertained.
4.2.1 The linear piston speed shall be limited to 4 m/sec for non-lubricated and 4.5 m/sec for lubricated
compressors.
4.2.2 The maximum discharge gas temperature for each stage shall be limited to 150 degree C.
4.2.3 Compressor maximum vibrations at cylinders and at frame shall not exceed 10 mm /sec. And 5 mm/s
respectively unfiltered peak velocity. The Bidder shall provide for all structural support within the package
so that these levels can be achieved.
4.3.1 The surface hardness of Rockwell C 50 minim um is required on piston rods in the areas that pass through
the packing. Rolled threads shall be provided on the rods with thread relief area as polished.
4.3.2 Crosshead shall be manufacturer standard material and designs. Adequate openings for removal of the
crossheads shall be provided.
4.3.3 Piston rod and cross head pin loading at any specified operating condition at the relief valve set pressure
shall not exceed 80% of the maximum design rod load of the offered compressor. Rod loads shall have
sufficient reversals in direction for all specified operating conditions including RV Settings and part load
operation.
4.3.4 Frame rating as published in catalogues of the offered compressor model shall be min 1.1 times the
required rating corresponding to max severe operating conditions taking into account temperature
correction factor.
4.4.1 All oil wiper intermediate gas cylinder pressure packing shall be a segmental ring with stainless steel
garter springs. The pressure packing case shall be provided with a common vent and drain below the
piston rod tube to the outside of the Package enclosure.
4.4.2 ERW / seamless steel tubing conforming to ASTM A-192 or series 300 SS tubing conforming to ASTM A-
269 with minim um thickness as specified in Cl. 7.11 of API-11P shall be used for vent piping.
4.4.3 Packing vent piping inside of the distance piece shall be designed for the maximum operating pressure of
the cylinder.
4.4.4 In case of Pressurised crank case type design, packing vent & drain are not applicable.
4.5.1 Compressor frame lubrication shall be pressurized system, with a main oil pump driven directly by the
compressor shaft.
4.5.2 If required the Bidder shall provide an air/electric motor driven pre-lubrication pump. Crankcase shall be
fitted with lube oil temp & level indicator.
4.5.3 All lube oil piping after oil filter shall be 300 series stainless steel conforming to ASTM A269.
4.6.1 Distance piece as per API-11P with cylinder side compartment vented to safe location is specified.
4.6.2 Distance pieces shall be provided with gasket, solid covers and shall be suitable for a minimum
differential compartment pressure of 1.75 kg/cm²g.
4.7.2 Lubricators shall be driven by crankshaft and bidder shall highlight any pre lubrication requirements of the
cylinders and the method of achieving the same.
4.7.3 Lubricators shall have a sight flow indicator for each lubricator point and a stainless steel double ball
check valve shall be provided at each lubrication point. Common sight glass is also acceptable . Divider
block lubrication system to compressor cylinders shall also be accepted.
4.7.4 Digital no flow timer shall be provided to stop the compressor in case of loss of cylinder lubrication.
4.7.5 Lubricator reservoir capacity shall be adequate for 100 Hrs of normal flow, and shall be equipped with low
level alarm.
4.7.6 Bidder along with the proposal shall furnish the recommended lubricating oil type, International Grades &
Specification along with their quantity and frequency of change. The recommended oil shall be
compatible with gaskets, O-rings, seals, packing, lubricator parts and other parts coming into contact.
Compressor cylinders may be air-cooled or water-cooled. The CW shall be cooled by an air-cooled heat
exchanger.
For cooling of the Heat Exchangers a cooling fan to be provided inside the enclosure(s).
Cooling system shall be preferably installed on the same skid as the compressor due to space
constraints. Bidder shall submit cooler sizing calculation for review.
4.9.1 Carbon Steel separators/KOD at auto and manual drain system shall be provided for the capacity as
required.
4.9.2 All pressure vessels shall be designed as per ASME VIII Div 1 or equivalent.
4.9.3 Scrubber service class - B shall be used for Inter-stage / discharge scrubbers. Service Class - C shall be
used for suction scrubber. (Refer API -11P)
• The offered scrubber and mist removal shall restrict the oil level to < 5 ppm in the discharge gas of
compressor. SS mesh pad shall be used in the scrubbers.
• All vessels including pulsation dam pers shall be fully (100 %) radio graphed as per ASME VIII UW (a) or
equivalent.
• Minimum design temperature for separators shall be 71oC and minim um design pressure shall be m
aximum operating pressure plus 15% for inter-stages and plus 10% for final stage.
4.9.4 Gas recovery system: Bidder shall provide blow-down tank to act as:
• Surge tank for depressurization of each of the compressor stage piston cylinders during shutdown.
Bidder Seal and Sign Page 95 of 167
CITY GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
• Blow-down tank size should be to manufacturer’s design standards. The gas recovery vessel shall be
provided with pressure relief valve and necessary instrumentation to avoid cold flaring of gas. If bidder
will not provide PRV then bidder bidder shall have to ensure operation of compressor package in without
any venting of gas at time of starting and compressor capacity must be ensured at the minimum inlet
pressure.
4.9.6 Oil from all drains shall be collected into the oil recovery pot. Oil recovery pot shall be provided with
double isolation manual valve and level gauge. Capacity shall be min 15 water liter.
4.9.7 Coalescent super fine filters (preferably two stages) with CE m ark/ third party inspected for rem oval of
liquid (e.g. water & oil) and solid particles down to 0.1 microns out of com pressed natural gas shall be
provided. Residual Oil Contents shall be less than 1 PPM. Manual drains with isolation valves with oil
collecting pot shall be provided. The filter should be sized to flow for 200% of flow corresponding to flow
at suction pressure of 19 kg/cm2g . However mechanical design shall be based on safety set pressure.
[Link] Suitable arrangement for interstage pulsation dam ping shall be provided in confirmation to API 618 and
API 11P.
[Link] Bidder shall get the acoustic and m echanical evaluation study carried out for one com pressor package
(from inlet flange to discharge on skid edge as per API-618 approach-3) by an agency or in house
experts. The com pressor Bidder shall be totally responsible for all the coordination with the agency
carrying out the study
Adjustable motor slide rails for belts tensioning to be used (if any)
4.10.2 Motors shall be capable of starting and accelerating the load with the applicable method of starting
without exceeding permissible winding temperature, when the supply voltage is 75% of the rated motor
voltage.
4.10.3 Motors shall be designed for restart under full load, after momentary loss of voltage and with possibility
of restoration in few cycles. Supply voltage being 100% out of phase with motor residual voltage, motors
shall be capable of withstanding transient torque’s associated under such reaccelerating conditions.
Constructional details
1. The rotor shall be of squirrel cage type, dynamically balanced to provide a low vibration level and a
long service life for the bearings. The accepted values of peak to peak vibration amplitudes for a motor
at rated voltage and speed on a machined surface bedplate with the motor levelled and with a half-key
or coupling fitted shall not exceed those given in IS:12075.
3. Motors shall be provided with Class ‘F’ insulation with temperature rise limited to Class ‘B’.The
permissible temperature rise above the specified ambient temperature by thermometer method shall be
limited to these specified in the applicable Indian standards for class ‘B’ insulation.
4. The windings shall be treated so as to resist the action of corrosive agents or substances(solids, liquids
or gases) as may be present in the atmosphere of chemical, petrochemical and natural gas plants
which may tend to adversely affect the insulation. Sulphur vapour may be present in the atmosphere.
The windings shall be tropicalized. The windings shall be suitably varnished, baked and treated with
epoxy gel for operating satisfactory in humid and corrosive atmosphere.
5. The windings shall be adequately braced to prevent any relative movement during operation and, in
this respect, particular attention is drawn to the stator windings of full voltage started squirrel cage
motors insulation shall be provided between coils of different phases which lie together.
6. In case of motors driving equipment with pulsating loads, special attention shall be paid to the joints of
rotor bars and end rings to avoid failure due to induced fatigue stress.
7. Phase connections.
(a) The windings shall preferably be connected in delta. However, for motors rated 1.5KW and below, star
connection may be accepted.
b) If star-delta starting is required, this will be specified in the data sheet and the motor windings shall be
fully insulated for delta connection.
8. Winding terminations
(a) The ends of the windings shall be brought out into a terminal box. They shall be terminated by means
of terminals mounted on an insulating base made of nonhygroscopic and non-flammable material.
(b) The terminals shall be adequately designed and thoroughly insulated from the frame using material
resistant to tracking.
(a) The terminal box shall be of sturdy construction and large enough to facilitate easy connection of the
cables.
(b) An adequately sized earth terminal shall be provided in the motor terminal box for termination of the
fourth core of cables.
(c) The terminal box shall be provided with bolted terminals, Cu cable lugs and entries for suitable cable
glands corresponding to the number and size of specified cables. If specified in the requisition, nickel-
plated brass (or aluminium if specifically required) double compression type cable glands and pin type
lugs shall be supplied along with the motor for the mentioned cable sizes.
(d) Equipment and accessories provided should conform to the area classification and the environmental
conditions specified in the motor data sheet.
(e) The terminal box shall be capable of withstanding the full internal short-circuit conditions without danger
to personnel or plant from the emission of hot gases or flame or due to excessive distortion or damage
to the terminal enclosure.
Other Details:
Motor shall be TEFC squirrel cage type in standard frame size as per IS/IEC rated for continuous duty
with high efficiency and designed for soft starting. Motor shall be suitable for starting under specified
load conditions with 75% of rated voltage at the terminals. Motor torque shall be compatible with the
speed torque curve of the compressor. Motor winding shall be Class F insulated with temperature rise
limited to Class B. Minimum degree of protection of enclosure shall be IP55 as per IS. Motor for use of
hazardous shall have flameproof protection ex (d) as per area classification. The main motor starter
should be soft starter and all accessories motor above 5.5kW should have start-delta except main
compressor motor. Adequate space shall be provided along/ around the motor for maintenance
purpose.
The motor name-plate rating (exclusive of service factor) shall be minimum 110% of the greatest kW/
HP required under any of the specification operating conditions. All motor shall be tested in accordance
with IS/IEC.
Each motor shall be compulsorily be protected with thermal magnetic over-current relay.
Electric power supply distribution panel switchgear panel and starter panels shall be skid mounted
construction, weather and vermin proof suitable for installation in the compressor package. There shall
be FLP push button panel available at the compressor skid. The switchgear shall have 1 incomer and
adequate no. of outgoing feeders. The incomer shall be provided with suitable rated switch fuse unit,
ammeter, voltmeter with selector switch, energy meter, pf meter, etc. Motor feeder shall be provided
with heavy duty dwitch. HRC link type fuses, contractors (Ac 3 duty) bimetallic relays, single phase
prevented, ammeter, pushbutton, earth leakage relay and indication lamp for start/stop/trip etc.
Adequate nos. Of MCB feeders for control and lighting shall be provided. Supplier shall furnish single
line diagram of panel with the bid. The switch for change over of phase shall be provided inside the
panel. Multi functional digital energy meter preferably HPL socomac CT2emfA1- basic version with
maximum demand in kVA and kW with suitable fuse protection required within the panel.
There shall be separate panel for main incoming switch (MCCB) and starter for main motor.
The compressor panel shall have phase reversal relay to detect electric supply phase sequence and
trip the compressor on wrong phase sequence.
Supplier shall make provision for earthing of the complete package as required as per IS
All electrical shall comply with latest IS/ IEC. Epoxy base paint shall be applied on all electrical
equipments.
Bidder to note that all control electronics/ electrical, instrumentation shall be capable of withstanding
voltage fluctuation within +/- 15% of rated voltage (240 VAC). In case the card/components are not
capable of withstanding above voltage fluctuation, the scope of supply of compressor package shall
include an UPS/ voltage stabilizer (VS) / voltage conditioner(VC) so as to take care of voltage
fluctuation.
In such condition each compressor packager shall be provided with individual UPS / VC / VS. along
with necessary interconnecting cable. Bidder shall also be responsible for lying of such cable,
installation and commissioning of UPS.
Pre-lubricated sealed bearing for all motors may be considered provided a full guarantee is given for 4-
5 years of trouble, free service without necessity of lubrication.
Various Data’s Curves & Design calculation for selection of Driver i.e. Electrical Motor to be submitted
by bidder. Superimposed Torque-Speed characteristics of motor & compressor. Starting time
calculation at 100%, 80% & 58% of rated voltage.
1. Motors for use in safe areas shall be normal industrial types meeting the specified ambient conditions
and operating requirements. The minimum degree of motor enclosures, including terminal boxes and
bearing housing, shall be IP-44 as per IS: 4691 for motors meant for indoor use and IP-55 for outdoor
duty motors.
2. Motors for use in hazardous area (Zone 1 or Zone 2) shall have type of protection Ex (d) or ex (p) or Ex
(e) or ex (n) as specified in the data sheet and shall meet the requirements of applicable Indian
standards. The minimum degree of motor enclosure, including terminal boxes and bearing housings,
shall be IP-55 as per IS: 4691 for all motors, used in hazardous areas.
3. Motors for outdoor use shall be suitable for installation and satisfactory operation without any protective
shelter or canopy. In case of manufacturer’s view that the motors for outdoor duty should have a
canopy at any particular site, the same shall be deemed to be included in manufacturer’s scope of
supply. Motor casing shall be provided with a suitable drain for removal any of condensed moisture.
4. All internal and external metallic parts which can come into contact with cooling air, (piping, air supply
and discharge conduit, protective grills, air deflectors, filters and supports) shall be of corrosion-
resistant material or appropriately treated to resist the corrosive agents which may be present in the
atmosphere. Screws and bolts shall be hot- dip galvanised or zinc passivated to protect against
corrosion.
1. Motors shall have grease-lubricated ball or roller bearings. In all cases, the bearings shall be chosen to
provide a minimum operating life of 40,000 hours. Unless otherwise specified the bearing shall be
adequate to absorb axial thrust in either direction produced by the motor itself or due to shaft
expansion. Vertical motors shall be provided with thrust bearings suitable for the load imposed by the
driven equipment. In cases such as pumps for hot liquids, the driven machine operates at high
temperatures and the bearings, particularly of vertical motors, which are exposed to high temperature,
shall be cooled by an impeller fan mounted on the shaft. This shall ensure efficient ventilation of the
bearing and disperse the heat transmitted from the driven object by conduction or convection.
2. Bearings shall be capable of grease injection from outside without removal of covers with motors in the
running condition. The bearing boxes shall be provided with required seals, to prevent loss of grease or
entry of dust or moisture, where grease nipples are provided, these shall be associated, where
necessary, with appropriately located relief devices which ensure passage of grease through the
bearing. Pre-lubricated sealed bearings will be considered provided a full guarantee can be given for 4
to 5 years’ trouble-free service without the necessity of re-lubrication.
COOLING SYSTEM
1. All motors shall be self-ventilated, fan cooled. The fans shall be of bronze, brass, aluminium, mild steel,
stainless steel or of plastic. Plastic fans shall be “antistatic” type. i.e. they shall not permit the
Bidder Seal and Sign Page 99 of 167
CITY GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
accumulation of electric charge on the fan surface. In all cases fans shall be corrosion-resistant or
appropriately protected against corrosion. They shall be suitable for rotation in either direction without
affecting the performance of the motor. If this is not possible for large outputs, it shall be possible to
reverse the fan without affecting the balancing of the motor.
2. Motors for installation in dusty atmospheres or in the presence of sand, fuel or other solid particles in
suspension in the air, shall be fitted with filters for the cooling air. The filters shall be easily accessible
for inspection and removable for cleaning and re-use.
3. The material of the filter and support trays shall be rustproof or protected against oxidation or corrosion.
Other requirements
1. Motors shall be provided with a single shaft extension with keyway and full key.
2. All motors above 25Kg of weight shall be provided with lifting hooks of adequate capacity to facilitate
safe lifting.
3. Two earth terminals located preferably on diametrically opposite points shall be providing for each
motor. Necessary nuts and spring washers shall be provided for earth connection.
4. A warning with indelible red inscription shall be provided on the motor to indicate that isolation of the
power line alone is not sufficient and that the heater supply should also be isolated before carrying out
any work on the motor.
5. Fixing bolts: All motors shall be supplied with fixing bolts.
6. Special tools and spanners
(a) Each motor shall be provided with a set of spanners and special tools, required for dismantling and
maintenance of the motor.
(b) Triangular spanners required for explosion-proof or increased safety motors are considered as special
tools.
7. A name plate as required under specification IS: 325 shall be provided on each motor in addition to the
motor rating plate. A separate motor plant equipment number plate shall be fixed in readily visible
position. This number is indicated on the attached data sheets. Additional information as stipulated in
applicable Indian standards shall be included in the nameplate for motors meant for use in hazardous
atmospheres.
8. The permissible noise level shall not exceed the stipulations laid down in IS: 12065.
9. Motor vibrations shall be within the limits of IS: 12075 unless otherwise specified for the driven
equipment.
10. Internal and external parts of the casing and all metal parts likely to come in contact with the
surrounding air shall be protected with anti-acid paint that will resist the particular ambient condition.
All external surfaces shall be given a coat of epoxy based paint.
4.11.1 The maximum allowed temperature within the enclosure shall be 8°C above ambient temperature.
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 compressor. In case the ventilation fan is mounted inside
the canopy then no separate ventilation fan required provided this meet the required temperature.
4.11.2 The compressor package shall consist of separate enclosures for Compressor and electric motor.
The equipment shall be mounted on one common skid. The Enclosure to restrict maximum noise level
to 72 dB (A) ± 3 dB (A) at 1 meter from the enclosure.
4.11.3 Enclosures shall be provide with a degree of protection equivalent to IP 54 as defined in AS 1939,
shall be flam e proof and provided with ventilation system.
4.11.4 The enclosures shall have doors for normal access and removable wall panels for ease of
maintenance.
4.11.5 All the pressure, temperature, lube oil pressure, coolant temperature, coolant level indicators shall
be visible from outside of enclosures.
Bidder Seal and Sign Page 100 of 167
CITY GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
4.11.6 Enclosures shall have internal flame proof lighting arrangement.
4.11.7 For handling of all heavy parts for maintenance purpose lifting arrangement i.e. beam fitted with chain
hoist shall be provided in enclosure.
4.11.8 The Compressor shall be located inside an acoustic enclosure. All Coolers, Knock out Drums,
Scrubbers, Cooling System, lubrication system along with interconnecting piping shall be inside an
enclosure. Enough headroom shall be made available for easy access and maintenance of all
equipment. The piping layout with respect to the compressor, intercoolers, KOD and auxiliaries
location shall be subject to Purchaser’s approval during detailed engineering stage.
• Components such as pressure gauges, temperature , pressure switches, filter automatic ball valves,
safety valves etc., which require in-situ adjustment, maintenance and reading, shall be easily
accessible.
• Conduits and tubing shall be arranged in orderly and systematic manner and shall be routed neatly to
enter the back of display or monitoring panels
• Routine serv ice item such as, but not limited to, crank case oil filters, inter stage gas filters, inlet and
outlets gas filters and driv e belt shall be located to facilitate easy one- man servicing.
• One person should be able to access crank case oil inlet and drains to allow addition or drainage of oil
without rem oving panels or adjacent components and without the need of the pum p.
• Items which must be operated & monitored during operation shall be readily accessible without
opening the door.
• Suitable gradients shall be provided on the enclosure roof for rain drainage and to avoid water
pockets.
• Communication/Control cables shall be routed through Cable Trays/conduits
4.12 Piping
4.12.1 All gas piping shall be designed, fabricated & tested in accordance with ANSI B 31.3.
4.12.2 Gas piping shall be seamless carbon steel manufacturing in accordance with ASTM A-53 Gr. B or
ASTM A - 106 Grade B. All Gas piping shall be flanged connections. Pipe wall minimum thickness shall
be in accordance with Table 4 of ISO 13631:2002.
4.12.3 All rigid piping, tubing & other components of compressor package shall be designed for full range of
pressure & tem p and loading to which they may be subjected with a factor of Safety of at least 4 based
on minim um specified tensile strength at specified am bient temperature.
4.12.4 All rigid piping shall be continuous between their respective components & free of connections except
welded joints. All high pressure joints shall be welded unless otherwise not feasible.
4.12.5 The instrument air tubing material shall be SS316 as per ASTM A269.
4.12.6 All high-pressure double ferrule fitting and 2/3 way v alves shall be of S.S. material only. Material of
tube shall also be SS316 as per ASTM A269 Sandvik/Tubacex/Parker make.
4.12.7 Bidder shall furnish a temporary start up conical strainer fitted with adequate size mesh.
4.12.8 All lube oil piping down stream of filter shall be series 300 Stainless [Link] lubricating oil
lines downstream of the filter (with the exception of cast-in-frame lines or passages) shall be made of
austenitic stainless steel. For either tubing or piping, bends shall be used to minimize the number of
fittings wherever possible. Steel fittings shall be furnished with stainless steel tubing. Pressure piping
downstream of oil filters shall be free of internal obstructions or pockets (such as those created by
socket weld fittings) that could accumulate dirt at pipe joints. Non-consumable back-up rings and
sleeve-type joints shall not be used. Other piping fittings shall be of the socket-weld or butt-weld type.
When butt welds are necessary, such precautions as internal grinding of joints and use of gas tungsten-
arc welding for the first weld pass shall be taken to prevent weld splatter inside the lines. After
fabrication, oil lines shall be thoroughly cleaned and preserved. In addition, carbon steel piping shall be
pickled and passivated.
4.12.9 External drain & vent piping shall be Carbon Steel and not less than 1" nominal size. However, all the
internal drains shall be SS 316 tube as per ASTM A269. However, all the internal drains shall be SS
300 series material.
4.12.10 Mercaptan/ THT dosing is envisaged hence all materials coming in contact with gas shall be
compatible to such gas with Mercaptan/ THT dosing and be of compressor manufacture's
standard. The use of SA 515 material is prohibited.
4.12.11 All piping after coalescent filter at compressor discharge shall be of SS 316.
4.12.12 The instrument air header upto compressor enclosure and CO2 piping shall be seamless CS
4.12.13 All low pressure and high pressure gas piping joints fabricated at site / shop shall be 100%
radiographed after welding.
4.12.14 Design of piping systems shall achieve the following:
• Proper support and protection to prevent damage from vibration or from shipment, operation and
maintenance;
• minimize loads on the nozzles of cylinders and pulsation suppression devices;
• avoidance of pipe work bending forces and/or introduction of adequate flexibility to minimize stress;
• good accessibility for operation, maintenance and cleaning;
• installation in a neat and orderly arrangement adapted to the contour of the machine and not
obstructing access openings;
• elimination of air pockets;
• complete drainage through low points without piping disassembly;
• elimination of low points in the inlet process piping including recycle/by-pass piping that could trap
liquid;
• use of pipe clamps on all gas piping and on all piping DN 50 (2 in) and larger;
• supports shall not be welded directly to gas piping.
• Following certificates have to be submitted for piping fabricated at Site / shop
A- Electrode qualification test procedure
B- Proposed Welding procedure specification with impact test
C- Electrode qualification test results.
D- Procedure qualification test results and final WPS .
E- Welder’s qualification test .
4.13 Coupling
5.1.1 Doors shall be interlocked isolator. Panel shall be complete with start and stop push buttons, hours
run meter, power on and fault indication lamps, fault reset button. All necessary timers and intrinsically
safe relays to control the system on an automatic starting and stopping basis shall be provided. The
compressor package control system shall be designed for unattended operation in automatic mode
and in case of any fault it will go in a safe mode.
A. The compressor package control system shall be designed for unattended operation in automatic
mode and in case of any fault it will go in a safe mode.
Compressor Package shall be provided with a PLC based LCP which shall be mounted on the
package enclosure, which shall be weatherproof to IP65 and shall be housed inside flameproof IIA/IIB
(Ex’d’). PLC should be integral with the package with necessary Hazardous Area Certificate (HAC)
compliance. HMI shall be of touch screen type. All operational buttons shall be on touch screen except
the Emergency stop button. Touch screen display system shall be weather proof to IP65.
G. Once the fault is acknowledged or the motor and/or compressor are under normal
maintenance, the valves of priority panel shall take the position so that gas available in the stationary
CNG storage cascade can be dispensed.
H. The pressure in each bank shall be monitored from downstream of priority panel.
I. Bidder shall provide emergency shut down (ESD) system in the control room as well as locally
mounted on the compressor panel and one no. on the enclosure. Total 3 nos. of ESD switches to be
provided as a minimum.
J. Fail-safe system shall be designed and incorporated to isolate cascade storage from dispenser, stop
compressor, isolate the compressor suction line and cut off supply to motor on activation of ESD
switch.
ESD switch shall have to be manually reset to restart the compressor package again.
K. Bidder shall provide Application program for PLC, HMI (Human Machine Interface) on LCP (one set)
along with all interfacing adaptors and cables. Bidder shall also provide one set of source & object
codes for PLC, HMI on LCP (in both forms, hard & soft).
L. All pressure and temperature at compressor inlet, outlet, at each stage before and after cooling, all
related pressure temperature, all cooling water temperature at inlet and outlet to be available on the
PLC.
M. PLC shall have historical as well as event recording system for atleast last 200 events as per attached
section: General specification for instrumentation.
5.2 The priority fill systems: the priority panel shall ensure the filing of vehicle, storage cascades &
LCV in correct sequence. The priority fill system shall ensure 200-kg/cm2g pressure in CNG dispenser
outlet port. Design of priority fill system shall be aimed to achieve maximum flow rate through
combined flow from compressor and cascade arrangement. All priorities shall be with full bore ball
valves having high CV. Bidder shall indicate flow rate achievable through proposed priority fill system
design. All tubing and valves shall be ¾” size for 1200 SM3/h compressor. One isolation valve at
outlet of each line shall be provided. After isolation valve tube dia for bus dispenser and bus cascades
shall be 1” OD. Sheeting work of priority panel shall be SS construction. All the pneumatic tubing for
Solenoid of priority shall be of SS 304 only.
The priority fill panel shall be designed to deliver the CNG and priorities shall be as follows:
When the compressor is not running, the valves of priority panel shall take the position so that gas
available in the stationary car cascade and bus cascade can be dispensed. The priority of dispensing
from car cascade shall be as follows;
Priority no One: Low bank of storage cascade Priority no Two: Medium bank of storage cascade
Priority no Three: High bank of storage cascade
HMI shall be provided with touch screen and operating system software, (with minimum all the
features of operator panel MP277B/ TP1200 Comfort min. 10” graphic display of Siemens/Schneider),
software’s for interlocking, monitoring and control. All operational buttons shall be on touch screen
except the Emergency stop button. Touch screen display system shall be weather proof to IP65. This
should be provided in the flame proof panel with HMI mounted on the door of the panel. The HMI
screen shall be back side of the toughened glass. During running of the compressor the HMI should
be assessable through the external push button provided on the panel. All the parameters on the PLC
shall be available on the HMI. Bidder shall provide one set of source & object codes for PLC, HMI on
LCP (in both forms, hard & soft).
Bidder shall provide emergency shutdown (ESD) system in the control room as well as locally
mounted near the Compressor. Fail-safe system shall be designed and incorporated to isolate
cascade storage from dispenser, stop compressor, and isolate the compressor suction and discharge
lines. ESD switch shall have to be manually reset to restart the compressor package again. ESD shall
activate either on pressing emergency push button (red button) or on fire detection. Red ESD button
(5 nos) shall be located near dispenser, control room, control panel and at two sides of compressor.
Separate ESD push button shall be provided in LCP other than the packaged emergency push
button.. On pressing the button it shall immediately cut off the fuel supply and ground the ignition
system for immediate stop of the machine. A spare contact from the emergency push button shall be
connected in PLC to initiate other auxiliaries shut down and indicate alarm as “hard ware emergency
push button press”.
a) Type of drive totally enclosed fan ventilated (TEFV) high efficiency as per IEEMA
standard-19-2000
b) Protection By bidder
c) Insulation Class “F” with Class “B” temperature rise
d) Mounting Horizontal foot mounting
e) Specification Standard By Bidder
f) Supply Voltage (assum ed) 415 + 10% volt, 3 phases, 50 + 5%Hz
g) Synchronous Speed By Bidder
h) Motor rating By Bidder
i) Motor efficiency %
j) Power factor By Bidder
k) Speed of motors By Bidder
l) Nos. of Hot Starts of Motors 4 per hour
m) Coupling type By Bidder
i) Pressure Regulator & Slam M/s Pietro Fiorentini S.P.A. (Italy)/M/s Em erson
Shut Valve Process Management/M/s RMG-Regel Messtechnik
(Germany)/ M/s Mokveld Valv es BV (Netherlands)/
Tartarini/ Fisher /M/s Gorter Controls (Netherlands)/M/s
Dresser/ Nirmal /M/s Vanaz
j) Pressure Safety Valve M/s BHEL, OFE & OE Group (New Delhi)/ M/s
Keystone Valves (India) Pvt. Ltd. Baroda/M/s Sebim
Sarasin Valves India (P) Ltd. (New Delhi/ Halol-Gujarat)/
M/s Tyco Sanmar Ltd.(New Delhi) / M/s Parcol SPA,
Italy/ M/s Nuopignone, Italy/ M/s Sarasin, France/ M/s
Tai Milano SPA, Italy/ M/s Fisher Rosemount (Now M/s
Emerson Process) Singapore/ Mercer USA/ Fainger-
Leser
k) Pressure Gauges & M/s AN Instruments Pvt. Ltd., New Delhi/ M/s
Temperatures Gauges General Instuments Ltd., Mumbai/ M/s WIKA/ WAREE/
BAUMER / M/s Altop
s) Air exchanger GEI Ham on Ind Ltd, GEA India , Patel Air tem p,
Process equipments Karad / M/s KPCL , M/s CP.
t) Vibration Switch Robertshaw Control, Murphy
u) MCCB Siemens/ Legrand/Schnieder
v) SMPS Telemecanique(Schnieider)/ Siemens/Phoenix
Please note that the above listed makes shall be preferable from vendors/suppliers however, for procuring
bought out items from vendors other than those listed above, the same may be acceptable subject to prior
approval of Consultant/owner to the following: -
Note - 1:
a) The vendor/ supplier of bought out item(s) is a regular and reputed manufacturer/ supplier of said item(s)
for intended services and the sizes being offered is in their regular manufacturing/ supply range. Further,
the bidder has to certify that the item(s) has/have been regularly used by them in all the packages for the
last two years and they are working satisfactorily.
b) The vendor/ supplier should not be in the Holiday list of Client / Any other PSU.
Notes:
1) Successful bidders shall take prior approval of the make for the items not covered abov e for which
complete technical credentials of the proposed vendors shall be required to be submitted for evaluation by
purchaser/consultant.
2) The some items indicate only Indian m akes. Successful Foreign bidders may take prior approval of any
other make also for which complete technical credentials of the proposed vendors shall be required to be
submitted for evaluation by Purchaser/ Consultant.
Note - 2:
For any other item(s) for which the vendor list is not provided, bidders can supply those item(s) from
reputed vendors/ suppliers who have earlier supplied same item(s) for the intended services in earlier
projects and the item(s) offered is in their regular manufacturing/ supply range.
The bidder is not required to enclose documentary evidences (PO copies, Inspection Certificate etc.) along
with their offer, however in case of successful bidder; these documents shall be required to be submitted
by them within 30 days from date of Placement of Order.
5.7.1 All Instruments shall be suitable for an area classification of “Class 1, Group D, Division1 as per
NEC” OR “Zone 1, Group IIA /IIB as per IS/ IEC”.
5.7.2 All package m ounted transmitters & temperature element shall be intrinsic safe "ib" as per IEC 79-11 and
solenoid valves, switches and related junction boxes shall be flame proof “D" as per IEC 79-1. Other
special equipment's/instruments, where intrinsic safety is not feasible or available, shall be flame proof as
per IEC 79-1. Flameproof temperature elements shall also be accepted.
5.7.4 Electrical instrumentation shall be certified by a recognized authority such as BASEEFA, PTB, LCIE, CESI,
INIEX, CMRS or any agency approved by Indian Gov ernm ent.
5.7.5 All the instrumentation shall be capable of operating for full range of operation.
5.7.6 Separate junction boxes shall be provided for each type of signal i.e., analog, digital, solenoids, RTD
thermocouple and power supply.
5.7.7 RTD shall be 3 wire PT-100 and duplex type, thermocouple shall be K type and solenoid valve shall be 24
V DC operated.
5.7.8 Power cable, analog signal cable, digital signal cable shall be separately laid and properly tagged.
5.7.9 All pressure gauges and pressure transmitters shall be provided with isolation valves and have accuracy of
+ or - 1% of FSD and + or - 0.25% of FSD respectively.
5.7.10 Pressure transmitters shall be fixed range type with 2 wire 4 to 20 mA suitable for CNG applications except
at suction and discharge which is 2 wire smart type 4 to 20 m A transmitter with integral display and IP 67
certified & ex-proof.
5.7.11 The temperature gauge shall be generally gel filled type, weatherproof & with capillary extension. Capillary
tubing shall be min Carbon Steel with CS flexible armoring. The gauge shall hav e accuracy of + or - 1%
FSD. The range shall be 1.5 times of operating temperature. The RTD shall be Duplex type PT-100 and
thermocouple shall be Duplex type.
: kg/cm^2
PRESSURE
5.7.14 Following points to be noted regarding Mass Flow meter – Coriolis type.
• Each Mass Flow meter shall include a sensor with integral transmitter i.e. meter electronics certified
intrinsically safe/explosion proof by statutory authority suitable for the required hazardous area as per IS-
2148 /IEC-79. Also the offered sensor and the transmitter shall be weather proof to IP 65 as per IS-
2147/IEC-529. Statutory authority for local installation is CCOE.
• For online Calibration of MFM; Vendor to provide suitable arrangement to connect Master Mass flow meter
(Prover) with Compressor Suction & Compressor Discharge flow meter for calibration purpose.
• Offered mass flow meter shall be necessary for Custody Transfer application but not exceeding 0.5% of
span. Type of approval certificate from W&M India is required.
• Calibration for the offered mass flow meter from the authority of country of origin and should be valid at the
time of supply. If the validity expired then the same shall be calibrated from FCRI. The display shall be in
Kg/hr for cumulative flow and M3/hr for volumetric flow.
• Flying lead type electrical termination is not acceptable. All electrical connections shall be ½” NPTF. Cable
glands shall be provided for electrical power, signal and control connections. Cable glands shall be double
compression type and certified weatherproof and explosion proof for the required area classification as per
IS-2147 and IS-2148.
• Offered Mass flow meter shall be completely free from corrosion of measuring tube due to alternating
stresses continuously occurring in the tube. Also measuring tube shall be completely free from erosion,
which m ay result due to fluid velocity.
• The design of meter electronics shall be in compliance with the electromagnetic compatibility requirements
as per IEC-801.
• Meter Electronics shall include all the associated pre-amplifiers converters line riser etc and shall have
enough diagnostic facility to correct live zero, variation, meter factor etc with help of Laptop. Output of the m
ass flow meter RS 485 type/ RS 232 to PLC shall be utilized. Mass flow meter shall be powered by 24 V DC
only.
• Installation details like straight run requirements, recommendation for horizontal /vertical installation,
minimum distance between upstream and downstream pipe bends from Mass flow meter to be provided.
• Bidder shall calibrate each mass flow meter at his shop or any recognized test house (for India from FCRI)
with the fluid (Use design process conditions) for which it is to be used as per clause no.9 of MPMS (Draft
standard Nov. 2000). In case it is not possible to calibrate the Mass Flow meter with actual fluid Vendor
must indicate.
a) Fluid used for calibration
b) Correction factor/Adjustment required for actual process fluid. In any case, inaccuracy when extended to
actual process shall not exceed the specified limits (as per manufacturer’s standard).
The calibration certificate should be valid for at the time of supply. The validity of calibration will be
considered one year from the date of calibration. If the same is expired then the recalibration has to be done
from FCRI as per the latest NABL/IS standards with the fluid.
Vendor shall submit the following test certificates and test reports for purchaser’s review:-
a) Material test certificate with detailed chemical analysis from foundry (MIL Certificate).
c) Hydrostatic test report with pressure of 1.5 times the design pressure.
5.7.15 CERTIFICATION:
a) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all instruments and
control systems.
b) Equipment’s/instruments/ systems located in electrically hazardous areas shall be certified for use by
statutory authorities for their use in the area of their installation. In general, the following verification shall be
provided by the vendor.
• Bidder shall provide certificates (from BASEEFA FM, UL, PTB, LCIE etc.) from country of origin for all
intrinsically safe/flameproof protected by other methods equipment/instrument/systems, which are
manufactured outside India. If required, bidder shall provide necessary certification/
approvals/authentication, for all such intrinsically safe/flameproof equipment/instrument/system s, by the
Indian authority–Chief Controller of Explosive (CCOE), Nagpur, India.
• For all flame proof equipment manufactured within India, the testing shall be carried out by any of the
approved testing houses- Central Mining Research Institute (CMRI)/ERTL etc. The item shall in addition
bear the valid certification from CCOE and also the manufacturer shall hold a valid Bureau of Indian
Standards (BIS) license.
• For all intrinsically safe equipment manufactured within India the testing shall be carried out by any of the
approved testing houses – Central Mining Research Institute (CMRI)/ERTL etc. The item shall in addition
bear the valid certification from CCOE.
5.8.1 Control Cable inside the compressor package shall be of 1.5 Sq. mm and for outside compressor package
shall be 2.5mm.
5.8.2 Cables shall be 1100-volt grade, stranded copper conductor, PVC insulated, PVC sheathed, round wire
armoured, FRLS cables.
5.8.3 Cables shall be terminated using double compression type m etallic frame proof glands and copper lugs.
5.8.7 All the control and power cables shall be armoured cables.
5.8.8 All the communication cables shall be screened and shall be terminated to JB through threaded GI conduits
only.
5.9.1 Bidders shall m ake provisions for earthing of the complete package as required as per IS (Earth pits are not
in Bidder’s scope). All electrics shall com ply with latest IS/IEC. Epoxy based paints shall be applied on all
electrical equipments. Bidder’s scope shall include obtaining statutory approvals for the complete package,
wherever necessary.
Any conflict between the above scope / specification / requirements, most stringent will be followed
as per the instruction of EIC.
a) Inspection and Test Requirements have been spelled out in respective Equipment Data Sheets and this
Technical Specification.
b) Bidder shall confirm compliance to all inspection and testing requirem ents stipulated therein and include the
inspection charges in the lump sum cost.
c) Owner/consultant shall witness tests as per data sheet and this specification. The Bidder shall notify the
timing of such inspection and testing at least 15 days in advance to PURCHASER/CONSULTANT.
PURCHASER/ CONSULTANT shall depute their representative for witnessing the tests.
d) Bidder shall submit detailed Test Procedure for Approval of the Purchaser two m onths in advance of the
actual date of conducting each test.
e) Inspection testing for foreign bidder: Cost of third party inspection including fees payable and arranging the
same shall be borne by bidder. Approved 3rd party inspection agencies are EIL, BVQ, DNV, MECON,
Lloyd’s reg , TUV India Pvt Ltd., TUV SUV South Asia,AB-Vincotee,SGS,American bureau services,Velosi
certification services/International certification services limited, Certification Engineers International
Ltd,Bureau Veritas (India) Pvt. Ltd , [Link] Controllers Pvt. Ltd , RINA
f) Inspection testing for Indian bidder: Owner/Consultant shall carry out Inspection and testing as per QAP,
inspection charges shall be considered @0.5% of the ex-works price excluding duty and taxes of the
equipment for price evaluation purpose only. Domestic bidder shall also arrange 3rd party for inspection as
indicated in QAP and expenses on third party inspection including fees payable and arranging the same
shall be borne by bidder. Approved 3rd party inspection agencies are EIL, BVQ, DNV, MECON, Lloyd’s
reg , TUV India Pvt Ltd., TUV SUV South Asia,AB-Vincotee,SGS, American bureau services,Velosi
certification services/International certification services limited , Certification Engineers International Ltd,
Bureau Veritas (India) Pvt. Ltd , [Link] Controllers Pvt. Ltd , RINA.
6.2.1 The MRT for the each compressors shall be carried out by tenderer with job or shop driver including
complete job driving system i.e., job driven V-belt, job pulleys etc., for 4 hours continuously at shop of
compressor manufacturer. The compressor need not be pressure loaded for MRT test. During this test
following shall be recorded at agreed intervals.
• Bearing temperature
• Sound level
Subsequent to satisfactory run the compressor shall be examined as per standard procedure & following
shall be examined as minimum:
1. Tests on the completely assembled motor shall be carried out in the presence of
CLIENT/CONSULTANT or his representative. The results shall be tabulated and signed by both
contractor and owner or their representatives. Though the motors shall be accepted on the basis of the
satisfactory results of the tests at the works, it shall not absolve the contractor from liability regarding the
proper functioning of motor coupled to the driven equipment at site.
2. General Inspection
3. The motors shall be tested in accordance with IS:325 and IS:4029. Type tests including any specific test
to ascertain compliance with these specifications shall be carried out if necessary, on one sample from
each kW rating and frame size. Routine tests shall be carried out on all motors which are as follows:
(a) Insulation resistance test.
(b) High voltage test.
(c) No load running of motor and reading of current in three phases and voltage.
(d) Locked rotor test at a suitable voltage.
(e) Reduced voltage running up test.
(f) Temperature rises test.
Mechanical String Test of complete package for 4 hrs shall be performed at packager’s shop before
dispatch in presence of Purchaser/Consultant. This test can be clubbed up with the Mechanical Run
Test of compressor as specified above, provided the job driver, lube Oil system is used for the test. All
parameters including discharge pressure shall be demonstrated. String test at unload condition is not
acceptable.
6.3.1 Compressor capacity during string test for 1200 SCMH Gas Driven Compressor
The string test for this compressor shall be performed at suction pressure 16 to 19 kg/cm2 for 4 hrs
continuously and the capacity shall be recorded. In case the capacity is found to be not meeting the
requirement, the compressor shall not be accepted.
Bidder shall assemble the complete package including auxiliary systems, instrumentation, safety devices
within the enclosure at his shop and dispatch. Duration of PG test shall be min 4 hours continuously.
Complete package including electric motor shall be performance tested as a module along with electric
motor driven air compressor. Bidder shall demonstrate all controls, shutdown, trips & alarm s etc.
Pressure and temperature of gas shall be considered at purchaser’s boundary limit and supplier
shall install necessary pressure and temp measuring devices. Necessary spool piece shall be provided
in discharge tubing of the compressor. All instrument duly calibrated, tools & tackles, any
modification required for conducting PT shall be in the scope of supplier.
6.4.1 The PT shall be conducted only after 30 days’ running of the machine after successful commissioning or
after 30 days from the date of commercial operation, but not later than 90 days from the date of
commercial operation of the machine. The delay in conducting PT beyond 90 days shall be liable for
PRS unless such delays are solely attributable to the owner (ie, due to inadequate availability of
CNG vehicles for conducting PT).
6.4.3 Bidder to note that prime mover speed correction shall not be allowed below guaranteed speed.
Temperature and pressure will be considered at purchaser’s boundary limit. Bidder shall submit
exhaust gas certificate at the time of performance test of Compressor Package.
7.0 PRICE LOADING AND COM PENSATION FOR UNDER PERFORM ANCE
a) This section describes the guaranteed param eter, which the CNG compressor package m ust fulfill and
the penalty for shortfall in guaranteed param eters.
b) The guaranteed parameter shall be adjusted on account of variation in gas composition and
prevailing ambient condition during testing.
c) Necessary calculations shall have to be furnished by Bidder, which shall be final and no deviation shall
be permitted afterwards.
d) In case of any inconsistency in manufacture and/or operation of supplied compressor package, Bidder
shall at his own risk and cost, eliminate the defects to the satisfaction of Owner.
Bidder shall guarantee 1200 SCMH capacity of compressor with given gas com position, at suction
pressure of 16 kg/cm2(g) and at suction temperature of 30 degree C discharge pressure of 255 kg/cm 2
(g) & Relative Density of 0.59565 with no negative tolerance for errors in instruments and
measurements.
Since the compressor suction pressure varies from 16 kg/cm 2 (g) to 19 kg/cm2 (g) the compressor shall
be suitable to deliver flow corresponding to 16 and 19 kg/cm 2 (g).
In both the abov e cases the driver shall be selected corresponding to m ax capacity. Mechanically the
com pressor shall be suitable to operate from min to max suction pressure without throttle and suction
valve full open condition. Compressor shall also be operated at 16 and 19 Kg/cm2g and reading shall
be recoded without which the com pressor will not be accepted. Bidder to note that the suction
pressure and temperature shall be measured at vendor’s boundary limit and not at compressor
cylinder.
Bidder shall guarantee compressor capacity in SCM/hr as per MR for design case gas composition,
suction pressure and suction temperature as specified against guaranteed condition with discharge
pressure of 255 kg/cm2g with the no negative tolerance for errors in instruments and measurements.
Mechanically the compressor shall be suitable to operate from min to max suction pressure without
throttle and suction valve full open condition.
Bidder shall indicate the power consumption and/or BHP as guaranteed value in the offer. Bidder shall
also indicate the venting losses due to leakages from packings in percentage of total throughput of the
package.
The offers shall be loaded for the fuel/electricity consumption as given under the loading
per package, the differential cost shall be evaluated as follows;
A= Capital cost of each package including cost of erection, commissioning, and special tools and
commissioning spares.
B= Cost of recommended spares: Nil
C= Differential operating cost as defined hereunder
D= Cost of Annual Maintenance for 5 years (1 year warranty + 4 year post warranty) from date of
successful commissioning.
The compressor package shall be designed in such a way that Energy Consumption of motor (KWH/Kg)
should be minimum for production of CNG.
Bidder shall indicate actual energy consumption for their compressor package. This quoted figure will be
used for evaluation and total quoted price for all compressors towards supply, special tools & tackles,
erection and commissioning will be loaded as per following formulas:
F = (G-Q) x H x Nop x N Where,
F = Loading amount in Rs.
G = Guaranteed Energy consumption in Kwh/Hr for every 873 Kg (1200SCM) of CNG
Compressed for bidder under evaluation.
Q = Lowest Guaranteed Energy consumption Kwh/Hr for every 873 Kg (1200SCM) of CNG
Compressed (amongst technically accepted bidder)
H = Cost of Energy INR 9/Kwh
Nop = 13000 Hrs *
N = Number of compressors
* This has been considered on present running hours, expected running hours
for next 15 years and NPV of Investment..
During compressor package performance test, in case the compressors package fails to meet the
guaranteed values, the compensation (calculated as per formula given under here) shall be claimable
by the owner and the same shall be recovered by the owner from any payment due to the supplier. In
case such claims are not fully recovered, then supplier will pay the balance amount to the owner.
During shop performance test of compressor package, in case the energy consumed in terms of
Kwh/hr, to achieve the guaranteed compressor capacity, is found more than 10% of the
guaranteed value, the entire package shall stand rejected. However, for every extra Kwh/hr
consumed over and above the guaranteed value upto a maximum of 10%, the Bidder shall
compensate the owner for extra energy consumption, as established during PAT.
During Performance Acceptance Test (PAT) at site, if the energy consumption is found less than
Guaranteed Consumption then no penalty will be imposed. In case, actual consumption is found more
than guaranteed consumption, penalty shall be imposed as per following formula for each compressor:
F = 2 x (G - Q) x H x Nop x N
Where,
F = Penalty amount in Rs.
G =Energy consumption rate in KWH established during PAT for every 873 Kg (1200SCM) of CNG
produced
* This has been considered on present running hours, expected running hours
for next 15 years and NPV of Investment..
The Energy consumption rate "G" shall be established by owner representative in presence of bidder
representative and consultant.
Bidders are to ensure that the package loss should not exceed 1.0% of the capacity of the
machine. If package loss is quoted more than 1 % of of the capacity of the machine, then bid
shall be rejected. In case the above loss exceeds 0.5% of the capacity of the machine (established in
PT), the purchaser shall be compensated @ Rs 65/- per kg for 5 years for the gas leakage. The amount
will be deducted from O&M monthly running bill.
It is bidder’s responsibility to demonstrate during PT that the gas leakage is within the limit of 0.5% of
the capacity of the machine. All the provisions such as Flow Meter (for low flow application) at common
vent line suitable for the application required for this shall be provided by bidder at his own cost.
During Operation & Maintenance period, enrgy consumption shall be monitored based on the energy
consumption quoted as guaranteed consumption. This shall be calculated on monthly basis. If the
monthly actual energy consumption is found less than guaranteed monthly consumption then no
penalty will be imposed. In case, actual monthly consumption is found more than guaranteed monthly
consumption, penalty shall be imposed as per following formula for each compressor:
F = (G-Q’) x H
Where,
F = Monthly Penalty amount in Rs.
G =Monthly Actual Energy consumption for every 873 Kg (1200SCM) of CNG produced.
Q’ =Guaranteed Consumption quoted by supplier or Energy Consumption established during PAT,
whichever is higher for 873 kg (1200 SCM) of CNG produced.
H= Cost of Energy INR 9/Kwh
During Operation & Maintenance period, Package Gas Loss shall be monitored based on the Package
Gas Loss quoted as Guarantee Gas Loss. If the monthly Package Gas Loss is found less than
guaranteed monthly Package Gas Loss then no penalty will be imposed. In case, actual monthly
Package Gas Loss is found more than guaranteed monthly package loss, penalty shall be imposed as
per following formula for each compressor:
Over and above the penalty due to energy consumption, If during PG test, the compressor capacity is
found to be less than tender requirement penalty for the reduction in capacity shall be imposed on the
bidder on pro-rata basis based on the FOT/FOB cost of compressor (supply cost only) without any
upper limit. Further the methodology for capacity and energy consumption (with sample calculation), if
operating parameters are different than indicated for design case, it shall be compensated
appropriately.
(a) Rust, rust scale and foreign m atter shall be removed fully to ensure that a clean and dry surface is
obtained.
(b) The first coat of prim er must be applied by brush on dry surface. This should be done immediately after
cleaning.
(c) Surface shall be inspected by Purchaser/ third party before application of primer.
Following primer and finish coats to be applied on the canopy and all structural parts as a minimum: -
a) Primer
Two component epoxy zinc phosphate primer with minimum volume solids of 59% an initial cure of 75
minutes at 25 deg C and a weight of around 2.52 Kg/Litre
No. of Coats :1
DFT :75 (micron) µ each
b) Primer
Two component intermediate coat with epoxy high build MIO (micaceous iron oxide) of minimum
volume solids of 80%, an initial cure of 60 minutes at 25 deg. C and a weight of around 2.1 kg /liter.
No. of Coats: 1
DFT :100 (micron) µ each
No. of Coats : 2
DFT : 50 (micron) µ each
Total DFT : 100
Total DFT after application of primer and paint shall be 275 µ (micron) minimum.
8.3 The vendor to ensure that exterior steel surface of equipment and piping painted shall have a fade free
life without oxidation of paint surface for atleast 5 years in an environment of bright sunlight with an
intense UV content.
8.5 Packing shall be sufficiently robust to withstand rough handling during ocean shipment & in-land journey.
Sling points shall be clearly indicated on crates.
Bidder Seal and Sign Page 117 of 167
CITY GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
9.0 ERECTION, T ESTING AND COMMISSIONING AT SIT E
9.1 Bidder shall be responsible for erection commissioning; performance test, field noise level test and field trial
run of all compressor packages at site.
9.2 Bidder shall be liable to pay all local taxes, levies applicable and com ply with rules, laws prevailing in
concerned state.
Bidder shall conduct a field trial run of each compressor package for minim um 72 hours cumulative or 6
hours continuous duration near the guaranteed points in which satisfactory operation of complete
package together with all accessories/auxiliaries controls shall be established for specified operating
conditions prior to the start of one year operation and maintenance period as defined in the contract. During
the field trial run the bidder will be allowed a maximum of THREE attempts to complete the above specified
test. The Equipment shall be considered commissioned after the successful completion of Field Trial Run.
OR
Due to non-availability of the commercial load at CNG station, package will be treated as commissioned after
filling of CNG cascades to installed at station.
11.1 All spare parts as required, special tools & tackles with toolbox for erection and comm issioning and
one year operation and maintenance of compressor package shall be supplied by the packager and shall
form his scope of supply.
11.2 A brand new separate set of min 15 nos special tools and tackles ( such as tool for extraction of fly wheel,
key to hold crank shaft for loosing & tightening m ech seal/bush , special key to install and uninstall bush
for m ech seal, piston nut wrench, valve installation tool, rod nut wrench, valve adjusting wrench, etc ) as
required for Normal maintenance beyond the contractual operation & maintenance period shall be supplied
by the packager, which shall form the property of PURCHASER. Special tools & tackles used by bidder in
during O&M period shall not be considered as new. Supply shall be before one m onth of completion of O&M
period
a. Drawings and Data shall be furnished in conformity with the Bidder Data Requirements Forms attached with
Enquiry Specifications.
b. Bidder shall furnish all the inform ation at the time of bidding as specified in the relevant Vendor Data
Requirement (VDR) forms
c. The data requirement after placement of Telex of intent is indicated in the Bidder Data requirement Forms for
the respective equipment, including the number of weeks with in which this data is to be provided. Bidder
shall confirm that all data as required shall be furnished by him and shall indicate the Bidder’s promised data
in the columns provided.
d. After the placement of TOI, a conference (kick off meeting) will be held at such date and at such place, as
may be mutually agreed upon between the Bidder and the Purchaser. The intent of this conference shall be
to discuss / clarify various requirements and finalize the modus operandi for execution of the contract within
the scheduled delivery period.
e. Bidder shall furnish the Drawings/Documents for Purchaser’s Review / approval as per the Bidder Data
Requirement (as specified in the Specifications/ Bidder data requirement forms). The review comments for
major and critical drawings (such as system P&ID’s, operation philosophy , General Arrangement
Drawings, Foundation Drawings, Performance characteristics, Pulsation and Vibration Study Reports
Tensional Analyses etc.) shall be discussed across the table at such date and place as may be mutually
agreed between the Purchaser and the Bidder.
Note:
1) The above documents shall be given by bidder after placement of order and approval of drawings/ document
a explained above.
a) 1 CD- of all documents/drawing in editable form;
b) 6 sets of prints;
c) One set of transparency
d) One no licensed CD software for compressor PLC
The drawing submitted with bid will not be considered a final. Successful Bidder shall submit final drawing as
per scope defined in tender for approval
The date of successful performance test (PT) at site (which shall be conducted within 90 days from the date of
successful commissioning of the m achine) will be considered as date of start of the annual maintenance
contract.
However, bidder shall be paid only 50% of O&M charge for operation and maintenance of the compressor from
the date of commercial operation upto the date of performance test as part payment against O&M till the
capacity and other guaranteed parameters of the package is established through PT. The balance 50% of O&M
charge (from the date of comm ercial operation upto the date of PG test) shall be released to the bidder
subsequent to successful PT (ie, after establishing all the guaranteed parameters as per tender).In case the PT
is not successful the balance 50% shall be forfeited in addtition to provision of Cl 7.2.2 and 7.2.3 of this
section. The bidder must follow the ‘OPERATION & MAINTENANCE REQUIREMENT’ as stated below but not
limited to and ensure to provide trouble free services to the satisfaction of the owner
13.1 Accommodation/transportation/medical
The bidder shall make his own arrangement for the accommodation of his personnel at respectiv e locations
and subsequent transportation arrangement for them from their place of residence to work place or any other
place as required and company shall have no obligation in this respect. The com pany shall not be responsible
for providing any medical assistance to the bidder personnel.
The bidder shall be responsible for the discipline and good behavior of all his personnel deployed in the
services contracted out and should any complaint be received against any of his employee, he shall arrange to
replace such persons within 24 hours of notice issued by the Engineer-in-Charge. The decision of the Engineer
–in-Charge in this m atter shall be final and binding on the Bidder.
The contract shall arrange to supply / renew identity card to his workforce at his own cost, if so required by the
Purchaser for security or for any other reasons. Those Bidder’s personnel shall be required to carry their
respectiv e identity cards while on duty and produce on demand.
Nothing contained herein shall restrict Purchaser from accepting similar service from other agencies, at its
discretion and at the risk and cost of the Bidder, if the bidder fails to provide the said services any time.
Sub-letting of contract: The bidder may sub let/ assign the installation and O&M services to an agency having
experience of CNG compressor installation and O&M for min two years. However, complete responsibility
including composite bank guarantee shall be furnished by the bidder/supplier. Bank guarantee for O&M shall
start from the date of commercial operation by the purchaser which will be 10% of total cost of O&M
services.
The bidder deploying 20(twenty) or m ore workmen as contract labour shall hav e to obtain license from
appropriate licensing authority, if required. The bidder (which shall include the Contracting firm / com pany)
shall be solely liable to obtain and to abide by all necessary licenses from the concerned authorities as
provided under the various labour laws legislation’s including labour license from the competent authority
under the Contract Labour (“Regulation & Abolition”) Act or similar act applicable to land of law.
The Bidder shall be responsible for necessary contributions towards PF, Family Pension, ESIC or any other
statutory payments to Government Agencies if applicable under the laws in respect of the contract and
personnel deployed by the bidder for rendering services to PURCHASER and shall deposit the required
amount with the concerned statutory authorities on or before due dates.
The bidder shall not engage /deploy any person of less than 18 years under this contract and the persons to be
deployed should be physically and mentally fit.
The installations where job is to be carried out are live and hav e hydrocarbon environm ent. Bidder
shall com ply with all safety and security rules and regulations and other rules laid down by PURCHASER for its
operation. It shall be the duty/responsibility of the bidder to ensure the compliance of fire, safety, security and
other operational rules and regulations by his personnel. Disregard to these rules by the Bidder’s personnel will
lead to the termination of the contract in all respects and shall face penal/legal consequences.
The bidder shall arrange for insurance of all this workers engaged on the job as per the relevant Acts, rules and
regulations, etc. In case by virtue of provisions of worker’s compensation Act, or any other law in force.
PURCHASER has to pay compensation for a workman employed by the bidder due to any cause whatsoev er
the am ount so paid shall be recovered from the dues payable to the bidder and /or security deposit.
i) Issue the bidder from time to time during the running of the contract such further instructions as shall be
necessary for the purpose of proper and adequate execution of the contract and the bidder shall carry out and
bound by the sam e.
iii) Order the bidder to remove or replace any workman whom the company considers incompetent or unsuitable
and opinion of the company representative as to the competence of any workman engaged by the bidder
shall be final and binding on the Bidder.
PURCHASER shall reserves the right at any tim e during the currency of the contract, to terminate it by giving
30 days notice to Bidder, and upon expiry of such notice period the bidder shall v acate the site/office occupied
by him immediately.
Bidder shall exclusively be liable for non-com pliance of the provision of any act, laws, rules and regulations
having bearing over engagement of workers directly or indirectly for execution of work and the bidder hereby
undertake to indemnify the com pany against all actions, suits, proceedings, claims, dam ages dem ands,
losses, etc. which may arise under minimum wages act, payment of wages act, workm an compensation
act, personnel injury (com pensation insurance) act ESI Act, Fatal Accident Act, Industrial Dispute Act, Shops
and Establishment Act, Em ployees Provident Fund Act, Family Pension and deposit Linked Insurance
Schem e or any other act or statutes not herein specifically mentioned but having direct or indirect application
for the persons engaged under this contract. (A certificate to this effect shall be submitted by the bidder
immediately on receipt of LOA).
13.10 Compensation for non-fulfillment of obligation under Annual Maintenance Contract (AMC)
During the AMC in warranty period of 1 year and post warrantee period of further 4 year, the bidder m ust
ensure that the compressor is av ailable for 365 days a year f or perf orming the required services as defined in
the tender docum ent. Refer: SCOPE OF WORK FOR AMC OF GED AND EMD CNG COMPRESSOR.
The bidder shall depute his Supervisor for supervision of the services to receive instructions from Engineer-
in-Charge or his representative.
The bidder shall ensure and will be solely responsible for payment of wages and other dues latest by 7th of the
following month to the personnel deployed by him in the presence of the Company’s representative.
The bidder shall be directly responsible and indemnify the company against all charges, claims, dues etc.
arising out of disputes relating to the dues and employment of personnel deployed by him
The bidder shall indemnify the com pany against all losses or dam ages caused to it on account of acts of the
personnel deployed by the Bidder. The bidder shall ensure regular and effective supervision of the personnel
deployed by him.
The bidder shall be liable for making good all damages/losses arising out of loss or theft of each handled,
leakage, pilferage of any office, furniture equipment fitting and fixtures what-so-ever as m ay be caused directly
or indirectly by the engaged persons through him/work carried out by them.
13.13 General
i) The operation and maintenance services shall be provided in term s of shift pattern on the round the
clock basis as mentioned in the tender docum ent. The operation and maintenance services shall be
provided in term s of shift pattern on the round the clock basis as mentioned in the tender docum ent. In
case of Compressor operations are less than or equal to 2 shift operations then recovery for the
O&M charges equivalent to the applicable minimum wages for skilled category shall be
applicable. Recovery will be made on monthly basis from O&M running Invoices.
Bidder Seal and Sign Page 123 of 167
CIT Y GAS DISTRIBUTION PROJECT
ANNUAL RATE CONTRACT FOR PROCUREMENT OF 1200
SCMH GED AND MOTOR DRIVEN CNG COMPRESSOR
AGL/0304/TO/CNG COMPRESSOR/05-19
ii) The bidder shall deploy adequate num ber of technicians / supervisors / Engineers / helpers as well
as tools & equipment f or sm ooth and proper operation & maintenance of the compressors supplied
in term s of the contract. In case required to m eet operational requirem ents, the bidder shall augm ent
the sam e as per direction of Engineer –in- Charge.
iii) The bidder is required to carry out all services as mentioned in the Scope of Serv ices and Schedule of
Rates on all the 365 days including Sunday and all Holiday & around the clock.
iv) The bidder shall allow weekly rest and daily working hours to his workm en as per the relev ant Act/Law/and
Rule m ade there under. Howev er, no work shall be left incomplete /unattended on any holiday/weekly
rest. Technician/operators prov ided shall hav e minim um qualification of ITI. Contract in person or his
authorized representative shall prov ide the serv ices on daily basis to interact with Engineer-in-charge and
deployed workman.
v) The work f orce deployed by the bidder f or O&M services at CNG installation shall be of sound
relevant technical professional ex pertise which is otherwise also essential from the saf ety point of
view of the personnel of the bidder as well as for the installation.
vi) Bidder has to ensure the saf ety of m an and m achine all the times. Dam ages of equipment due
to negligence will be recovered as per the decision of Engineerin-Charge, which will be final.
vii) Regarding work com pletion, the decision of the Engineer-in-Charge will be final and binding.
viii) The bidder shall m ake his own arrangements to provide all f acilities like boarding and transport etc. to his
workm en.
ix) All personnel of the bidder entering on work premises shall be properly and neatly dressed and shall
wear uniform , badges while working on premises of the com pany including work sites.
x) Bidder shall m aintain proper record of his working employee’s attendance and paym ent m ade to them.
xi) The Bidder’s represen tative/supervisor shall report daily to the Shift-in-Charge f or day to day working.
xii) All the saf ety rules and regulations prev ailing and applicable from tim e to tim e at the installations as
directed by PURCHASER will be strictly adhered to by the Bidder.
xiii) The rates quoted by the Bidder must be inclusiv e of all the taxes, duties, serv ices tax, work contract tax
and any other lev ies, Bidder’s share of P.F. and insurance charges, Bidder’s profit and any other
expenditure etc.
xiv) It will be the responsibility of the bidder to pay as per the minim um wages of the appropriate
government applicable under the Minimum Wage Act.
xv) The services shall be provided in term s of shift pattern on the round the clock basis. The bidder is
responsible to provide effectiv e and efficient services in all shifts and assure that there is no disruption in the
services f or want of any resources.
xvi) The bidder shall establish a central control room to operate 24 hours, sev en days a week where com plaint
regarding non-performance of the compressors in term s of the contract can be lodged. Further,
the bidder shall deploy adequate num ber of technicians/ supervisors / engineers at v arious site
offices in consultation with Engineer-in-Charge to provide trouble free operation & maintenance of the
com pressors.
xvii) All arrangements f or communication f rom control room to the contract person working on job under the
services shall be the responsibility of the Bidder, viz pagers / walky-talky.
xviii) All the jobs m entioned under scope of services shall be carried out as per sound engineering
practices, work procedure docum entation, recommendation of the m anufacturer and as per the
guidelines/direction of engineer-in-charge of authorised representative.
xviiii) The bidder shall carry out retesting of pressure vessels periodically i.e every year or earlier as per
Gas Cylinder rules 2004/ Static and Mobile Pressure Vessels Rules.
13.14 Operation and Maintenance of compressor packages during one year warranty Period and further 4
year of post warranty period.
All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation
and maintenance of the complete compressor package during the warranty period, including periodic,
breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in
scope of the Bidder and shall be kept in stock. If any equipment got fire or broken due to accident the same
shall be replaced or rectified by the bidder. Electricity shall be supplied free of cost to the Bidder.
All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation
and maintenance of the complete compressor package during the post warranty period, including periodic,
breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in
scope of the Bidder and shall be kept in stock. If any equipment got fire or broken due to accident the same
shall be replaced or rectified by the bidder. Electricity shall be supplied free of cost to the Bidder.
The Bidder shall have to keep all the spares, consumables, lubricants, coolant, etc required for carrying out
periodic, breakdown, emergency maintenance etc of the package so as to minimize the down time of
the compressor. Non-availability of compressor package for non-availability of spares shall be liable for
compensation.
13.14.4 All tools, tackles and fixtures required for carrying out the above maintenance of the compressor shall be in
scope of the Bidder. The scope will also include handling equipment like crane, forklift, chain pulley block, etc
required during the any maintenance activity.
13.14.5 Any expert services required from principal com pany or OEM shall be arranged by the bidder or his agent at
his own cost. All arrangements like phone, fax, computer, Internet etc required for correspondences with above
personnel shall be arranged by the Bidder.
13.14.6 The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The
Bidder shall provide the detailed preventative maintenance schedule along with
The bidder shall plan such maintenance during non-peak hours and in consultation with the Engineer In Charge
(EIC) of PURCHASER. Any maintenance that needs to be taken up shall be well planned in advance with due
approval of the EIC.
13.14.7 The Bidder shall use only OEM’s certified spares during maintenance. In case, the schedule maintenance of the
OEM m annual recommends checking and replacing parts like valve spring, valve plates, piston rings etc. after
certain time interval, same shall be replaced or used further only on approval from the PURCHASER
representative. However any untoward consequences for non-replacement of such parts shall be the
responsibility of the Bidder.
13.14.8 All routine and periodic checks / inspections required to be done as per OEM recommendation shall be
done by the Bidder. Instruments required for above inspection like venire caliper, micrometre screw gauge, fill
gauges, bore gauge etc shall be in scope of the Bidder and these instruments shall be calibrated every year.
13.14.9 All parts replaced by the Bidder during the above contract period shall be properly packed and handed over to
PURCHASER, on replacement.
13.14.10 The bidder shall submit a copy of the daily / weekly / fortnightly / monthly / bimonthly / quarterly and yearly
performance report to the EIC in both soft and hard form. All stationery including the printed material shall be
in scope of the Bidder.
13.14.11 All the maintenance / inspection job carried out by the Bidder shall be recorded and the report of the same
shall be jointly signed by PURCHASER representative.
13.14.12 The EIC will be final authority to take decision with regards to maintenance or replacement of parts or
any disagreement between the Bidder and PURCHASER, during the execution of the contract.
13.14.13 The Bidder shall carryout calibration of gas detectors and flame detectors ev ery six months or earlier as per
requirement or instruction of EIC of PURCHASER. Also yearly calibration of all instruments such as pressure
gauges, transmitters, switches, mass flow meters etc shall be in the scope of the Bidder. In addition to the
above all safety relief valves shall also be tested and calibrated every year.
13.14.14 Calibration shall be done from government-approved laboratories and shall be carried out at least 15 days
prior to the calibration due date.
13.14.15 The Bidder shall keep 1 set of safety relief valves in spare for the purpose of calibration.
13.14.16 The Bidder shall carry out retesting of pressure vessels periodically as per Gas Cylinder rules 1981 or Static &
Mobile Pressure Vessels Rules.
The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The
Bidder shall plan such maintenances during non peak hours and in consultancy with the Engineer in Charge
(EIC) of PURCHASER. Any maintenance that needs to be taken up shall be well planned in advance with due
approval of the EIC. The scope shall include preparation of maintenance schedule for carrying out the
maintenance during the contract period.
13.14.17 In case, the schedule maintenance of the OEM manual recommends checking and replacing parts like valve
spring, valve plates, piston rings etc. after certain time interval, same shall replaced in the presence of
PURCHASER representative.
If top overhauling and major overhauling of the compressor and prime mover is required as per compressor and
prime mover manufacturer’s O&M manual recommendation, the same shall be in supplier’s scope.
13.14.18 Insurance of free issue items upto 15 days beyond commercial operation by purchaser or two months from the
date of supply of equipment at site whichever comes earlier will be in the scope of supplier. The risks that are to
be covered under the insurance shall include, but not be limited to the loss or damage in handling, transit, theft,
pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk etc.
Gas Loss % of production, including loss from SRV, due to oil top
5 ups and idling ( basis for loading & penalty)
Auxiliaries load (motor cooling fan, after cooler and inter cooler
fan, lube oil pump, water pump etc. if applicable) in KW (No +v e
3
tolerance)
NOT ES:
• O 2 not m ore than 0.5% mole. Total non h ydrocarbon-Not more than 2.0%.
• Total S including H2S not more than 10PPM by weight.
• H2S not more than 4 PPM by volum e.
• Moisture content in the range 112 to 114 Kg/MMSCM.
• Relative Density of 0.59565 (design case).
• Tem p of gas shall be 20 to 40 °C.
CLIMAT E
• Height abov e Mean sea level: 560m
• Max. site tem p.: 45°C
• Minimum site tem p.: 40°C
• Max. RH: 81% in the m onth of August.
• Min. RH : 36% in the m onth of March.
17 RELATIVE
HUMIDITY
(%) MAX:
ALTITUDE (M):
18 EARTH QUAKE ZONE V (MAX) W IND VELOCITY (KM/HR) 160
19 INSTALLATION: ■OUTDOOR
20 ■ MOUNT ED ON A COMMON SKID ALONGWITH DRIVER, ENCLOSED INSIDE A
ACOUSTIC ENCLOURE
21 ■ EL ECT RICAL AREA HAZARD:
22 CLASS/ZONE: CLASS I ZONEI DIVISION: I GAS GROUP:D, GROUP IIA, IIB
23 APPLICABLE CODES AND ST ANDARDS
24 COMPRESSOR: Pref erably PIPING: ASME/ANSI B 31.3
API 618 API 11P 2 nd EDN
52 No of Cylinders-
53 Single Acting
(SA)/ Double
Acting (DA)
54 Cylinder Bore mm/mm
/ Stroke
55 Rotational Speed RPM
56 Linear Average M/sec
Piston Speed
57 Piston M3/hr
58 CyilipndaereLineer
(Yes/No)
59 Type of Cylinder
Liner: Dry/W et-
60 Clearance pockets
Yes/ No
61 Max. Allow. W Kg/cm2a
orking
Pressure, cylinder
62 Max. /Min oC
Allow. W orking
Temp., cylinder
63 M.A.W.P, Cylinder Kg/cm2a
@ Amb. Temp.
64 Safety Valve set Kg/cm2a
Pressure, Cylinder
65 G Helium Test Kg/cm2a
Pressure , Cylinder
66 Hydrostatic Test Kg/cm2a
pressure,
cylinder
77 Type of
Suction valve-
78 Type of
Discharge valve-
79 Suction valve
unloaders
Yes/No
80 Clearance Pockets
Unloaders Type
81 Piston Rod Diam MM
82 e
Roedr Reversal Deg.
at Crosshead
Pin (min.)
83 Piston Rod Run Out
Operating
84 Max. Allow. Rod Kg
Load Comp.
85 Tension Kg
86 Rod Load Comp. Kg
87 Tension Kg
88 Rod Load at R.V Kg
Set
89 Diostance piece/
packing
90 Type of packing
94 Cyl. Side
Compartment
Purged
95 Fram e Side
Compartme
nt
Pressurized
96 Distance Piece Mm H2O
purge gas
97 PDisetanuce Nm 3/hr
Piece purge
98 Dgisstafnoce Piece Safe Height Safe Safe
vent to Height Height
99 Distance piece Kg/cm2G
Hydrostatic
Test Pressure
100 ## Packaging should be connected to vent header Ref 7.19.4 of API-11
101 Fram e
102 Replaceable
Crosshead
Shoes Yes/ No
149 □ Including drains, vents, flow & temp. indicators, tem p. control valve, regulating &
isolation valves, complete piping
150 □ Main circulating pumps with drivers & suction strainers □ single coolers
151 □ Reservoir (make up) □ Heater (if required)
152 Pumps, reservoirs, coolers etc. to be mounted on a common skid as to m ake a separate
153 Matesrial l of piping
154 Type of coolant
155 Jacket cooling
156 Gas piping system
157 Vendor’s supply includes:
□Separator
169 □ Materials
171 □Between
173 □ Interconnecting
piping between packing vents, PSV relief terminating to vent
recovery system
174 □ Interconnecting
piping between distance piece terminating to vent recovery
system up to package BL
200 Volume
201 Material : SA 516 Gr.60 SA516 Gr.60 SA516 Gr.60
vessels
202 Internals
203 Corrosion 3 3 3
allowance
204 Hymdrostatic 1.3XMAW P 1.3XMAW P 1.3XMAW P
test
pressure
2
205 kDe/sim gn,cgode : ASME SECT. VIII DIV 1
206 Analog piping study / acoustic simulation, as per approach 3, Cl. [Link] API618, 4 th edition
207 Upstream / downstream inter-stage
208 Performed by : Vendor Any other agency having similar experience
209 Piping mechanical analysis
210 Performed by : Vendor Any other agency having similar experience
211 Automatic drain valves for each stage suction KOD
212 Capacity control
213 Start / Stop based on discharge receiver pressure : Fully automatic
214 Unloading f or start up / shut down : automatic through Valv e unloader Recycle
215 vIntevrelock against loaded start
216 Automatic control based on
217 Suction pressure Discharge pressure Flow manual signal
218 Type of actuator Actuation fluid to load Actuation fluid to unload
219 On power/actuation fluid failure : compressor to load unload
220 Continuously Maximum hrs.
221 Continuously Maximum hrs.
222 At all other capacity, compressor should run continuously
223 Vendor’s scope should include :
288 Notes :
289 Minimum required indications, alarms and trips are shown herewith. Bidder should
provide any additional instrumentation f or safe operation.
290 Compressor should start stop at pre determined receiver pressure as specified. Bidder
should include in his
291 Scope includes the necessary hardware for the sam e.
292 Insp ectio n and tests
293 Material composition and physical properties certificates required f or :
294 Cylinder and liner Piston
295 Crankshaft Connecting rod
296 Pressure vessels Heat exchangers
297 X-ray examination for components : pressure vessels (certificates to be furnished)
298 By bidder W itnessed
299 Mech. Running test with shop driver (4
hours min.)
300 Performance test at site as per IS
5456/PTC9/BS 726 (*).
301 Partial stripping and internal inspection
302 Functional / continuity tests – control panel
303 Field trial run under vendor’s supervision
(package)
304 Valve leak test
305 Lube oil console run test
306 Closed circuit C.W . System test
307 During package performance test
308 Test certificates required f or :
309 Auxiliary motor & pumps Safety relief valves
310 Safety switches Solenoid valves
311 Weights
312 Overall supply (excluding driver and gear box, if any) kg. approx.
325 Local Control Panel PLC Panel Man Machine Interface located in Control
Room
326 _ Main driver (Electric motor)
1 GENERAL
2 PROJECT:
3 OWNER :M/S AGL SITE : Indore,Ujjain & Gwalior
4 Service : Intercooler / After cooler for Comp ressor Package
5 No. Reqd.: One for each unit
NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □
6 INFORMATION REQUIRED FROM VENDOR.
7 □ Manufacturer : Type : □ Forced Draft □Induced Draft
□ Bundle Size : m x m x m Bundles/Section
8
□ Number of Units :
□ Bundles/Unit : In Parallel / Series
9
□ Section Size :
□ Surface/Bundle : m² Kg/cm2e Tube : m²
10
□ Section/Unit :
□ Surface/Unit : m² Kg/cm2e Tube : m²
11
□ Plot Area/Unit :
12 PERF ORM ANCE (Of One Unit)
□ Heat Exchanged : kcal/hr
13
MTD (Corrected) : 0C
□ Transfer Rate : kcal/hr m² 0C (Finned
14
Surface) (Kg/cm2e Surface)
15 ■ TUBE SIDE
■ Fluid Circulated GAS
16 Gravity :
20 AIR SIDE
■ Temperature ■ In: 44 Out : ■
21 Altitude
□Total Flow Unit Kg/hr
22
Static
P ower/Fan kW
23
□ Face Velocity m/sec
24
Power/Unit kW
25 CON STRUCTI ON (Each Bundle)
ITEM NO.:
QUANTITY: As per requirement
DESCRIPTION:
IS:325 / IEC / EQUIVALENT INTERNATIONAL
A. APPLICABLE SPECIFICATION AND STANDARDS
STANDARDS
B. SERVICE CONDITIONS:
Max. Ambient Temp. (Deg. C)
Min. Ambient Temp. (Deg. C)
Design Ambient Temp. (Deg. C)
Altitude Above MSL (MTS)
Relative Humidity (Max.) (%)
Environment
Location ( Indoor / Outdoor )
Area ( Safe / Hazardous )
C. SYSTEM CHARACTERISTICS:
Systems Voltage with ± % 415 V ±10%
Number of Phases 3
Rated Frequency with ± % 50 Hz ±5%
Combined Variation ±10%
Fault Level 25 KA
Space Heater Supply
Low Voltage Stator Winding Heating Supply NA
D. Motor Rating / Details:
Rated Output As per Vendor
Rotor Type Squirrel Cage
Syn. Speed (RPM) As per pump and fan vendor
Direction of Rotation Bi-Directional
Insulation Class ‘F’, Temperature Rise Limited to ‘B’
Duty S1, Continuous
Winding Treatment Moisture Protection Varnish
Insulation Process Anti Corrosive Treatment
Starting Method Star / delta
Starting Current Vendor to Furnish
Minimum Voltage Start at Terminal 80% of 415V
Starting Torque Min. 200% of FLT
Pull Out Torque
No. of Hot Starts
No. of Cold Starts
Shaft Extension Required
Type of Coupling
Earth Terminals 2 Nos. on Body & 2 Nos. on T. Box
Greasing Arrangement Yes
Name Plate Yes, as per IS:325
Starter Connection Vendor to Furnish
Efficiency at
100% load
75% load
50% load
E. ENCLOSURE:
Degree of Protection EExd IP55
Mounting Arrangement As per requirement.
Type of Cooling TEFC
F. TERMINAL BOX
i) Terminal Box (Main) 1 No.
Type
Fault Withstand
LIST OF MOTORS
NOTE:- Motors are in hazardous area classification Zone 1 and Zone 2. Therefore, the Motors shall be flame
proof. Vendor shall furnish the list of motor(s).
1 T ECHNICAL GENER AL
2 PROJECT:
3 OWNER: M/S AGL SITE:
4 EQUIPMENT: GAS DETECTOR
5 NO. GAS DETECTION TYPE:
6 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □
INFORMATION REQUIRED
FROM VENDOR.
7 □ MANUFACTURER: □ MODEL NO.:
SIGNAL TRANSMISSION
8 □ ANALO G: TRANSMI SSI ON BY 3CORE SHEILDED CABLE
9 □ MEASUR EM ENT CONTR OL : 4mA to 20mA
10 □ SENSOR DRIFTS BELOW ZERO:
11 □ MEASURIN G R ANGE EXCEEDED:
12 □ TRANSMITT ER FAULT:
13 □ MAINT EN ACE SIGNAL:
14 □ HART COMPATIBLE:
■ SITE / ENVIRONM ENT AL DAT A
15 SITE DATA:
16 AMBIENT TEMP. (P0PC): MAX:
17 MIN:
18 RELATIVE HUMIDITY (%): MAX:
ALTITUDE (M):
19 INSTALLATION: ■INDOOR
20 ■ EL ECTRICAL ARE A HAZARD:
21 CLASS/ZONE: CL ASS I ZONE I DIVISION: I GAS GROUP: D, GROUP IIA, IIB
■ APPLICABLE CODES AND STANDARDS
22 ■ GAS DETECTION APPROVALS: ■ UL, CSA: Class 1, Div 1,
CENELEC Groups
VOxLT ACG6E OF SUPPLY , ,
23 OPERATING VOLTAGE 20 – 36 VDC, 24 VDC @ 150mA m □ COMM. FAULT
24 □xIN-RUSH CURRENT: A.C/D.C
25 □ POW ER INPUT A.C/D.C
■ PHYSIC AL SPECIFICAT IONS
26 □ ENCLOSURE: Nema 4+7 (IP65)
27 □ SIZE
28 □ W EIGHT
■ INSPECTION AND TESTS
29 □ Physical Tests on site:
REMARKS
T ECHNICAL GENER AL
1 PROJECT:
2 OWNER: M/S AGL SITE:
3 EQUIPMENT: UV FIRE DET ECTION FOR CNG ST ATIONS
4 NO. FIRE DETECTION TYPE:
5 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □
INFORMATION REQUIRED FROM VENDOR.
6 □ MANUFACTURER: □ MODEL NO.:
7 □ WAVE LENGTHS: ■ TYPICAL RESPONSE TIME: <
3 SEC
@ 50FT
8 □ FIELD OF VIEW: □ MINIMU M SENSOR
RESPONSE
TIME:
9 □ SENSITIVITY □ MAINTENACE SIGNAL:
10 ■ CLASSIFICATION: CLASS I, DIV ■ CLASS II, GROUP E,F & GCLASS
1, GROUPS B, C & D: Eexd IIC, III,
T5, IP66 TYPE 4X
11 ■ APPROVALS: CSA, FM, ATEX, CENELEC, CE MARKING
12 ■ ENVIRONM ENT AL SPECIFICAT IONS
13 ■ OPERATING TEMPERATURE RANGE: -40 (0PC) to 85 (P0PC)
14 ■ STORAGE TEMPERATURE RANGE: -50 (0PC) to 85 (P0PC)
15 ■ OPERATING HUMIDITY RANGE: 0% TO 100% RH NON-CON-DENSING
16 ■ ALTITUDE (M):
17 ■ EARTH QUAKE ZONE V
18 ■ INSTALLATION: ■ INDOOR
■ EL ECTRICAL SPECIFICAT ION:
19 ■ OPERATING VOLTAGE 20 – 36 VDC, □ COMM. FAULT
24 VDC @ 150mA max.
20 ■ANALOG SIGNAL: 4-20mA (1200 Ohms □ READY SIGNAL
21 M □ FxAULT SIGNAL: 0Ma □ UV SIGNAL:
22 □ IR SIGNAL: □ W ARN SIGNAL:
23 □ ALARM SIGNAL: □ BAUD RATE:
24 ■ RELAY CONTACT RATING: 8A, 250VAC, □ RS-485 OUTPUT:
8A
25 ■ RFIV /EMCI PROTECTION: COMPLIES W □ STATUS INDICATOR:
ITH EN50081-2
26 □ FAULT MONITORING:
■ M ECH ANICAL SPECIFICAT ION:
28 ■ HOUSING: ■ LENGTH:
29 ■ DIAMETER: ■ MOUNTING:
30 ■ CABLE ENTRY: ■ WEIGHT:
SCOPE OF SUPPLY
31 ■ UV FIRE DET CTI ON SEN SORS COMPLETE:
32 ■ DAT A SHEET COMPLETED
33 REMARKS:
We want to monitor / control all parameters available on the PLC through SCADA system.
1. Hardware Details: Connector Type, Communication Standard, Communication port Pin details,
2. Communication Port Configuration: Baud Rate, data bits, stop bit, parity
3. Polling Constraints: Minimum time period between two consecutive poll cycles.
4. Protocol Details: Protocol name and message structure for different read / write functions.
5. Function codes for reading digital and Analog inputs
6. Function code for writing analog values in the IED registers
7. List of parameters available in the IED which can be accessed from the IED through serial port.
8. Register address of each parameter in the IED.
IED SCADA
RJ45
1. GND
2. DTR
3. RTS
4. TX RX
5. RX TX
Response Format:
Address 1 Byte
Function 1 Byte
Length 1 Byte
Date Item 1 4 Byte
.
.
Date Item n 4 Byte
Response Format:
Address 1 Byte
Function 1 Byte
Length 1 Byte
Date Item 1 2 Byte
.
Date Item n 2 Byte
A) Digital Parameters :
B) Analog Parameters:
Other information of
package:
a) Year and month of packaging
the compressor package
b) Name and address of user
with
c) Nos of hours the compressor
have clocked on bid due date.
(Enclose certificate f rom user)
d) Documentary evidence that
the Bidder/ m anufacturer or
packager having the capability
and facilities (i.e. shop,
manpower, testing f acility etc.)
e) W hether the bidder having
office set up in India
equipped with trained and
experienced technical
manpower for the operation
and maintenance services. If not
submit the agreem ent of O&M
com pany having experience of
motor driven compressor
package
25 Turn over of the Bidder/
manufacturer of packager during
any of the last three financial years.
Bidder can add another column to indicate the details of existing co mp ressor at
more than one site.
FINAL MOCK-UP ASSEMBLY OF THE PACKAGE- AS PER GAFD, P&I DRAW ING S,
16 W R W Y
W IRING DIAGRAM
17 W R W Y P ER FO R MANCE TEST AT SITE AT GUARANTEED PA RA ME T ERS.
18 W R W Y FIELD TRIAL RUN AT SITE FOR EACH PACKAGE AFTER COMMISSIONING
T EST CERT IFICAT E FOR TILTERS, SS TUBES, FIT T I N G S, VALVES, CHAIN P ULLE Y
19 R W Y
BLOCK, ACCOSTIC MATERIAL
L E G ENDS: W =W IT NESS. R= REVIEW OF CO CUMENTS, Y= DOC. S U B MI S S I O N B Y
VENDOR/ S U B-VE N DO R
N O TES:
1 Crank shaf t, Connecting rod : UT/MPT shall be connducted in either in f orging OR in f inish c onditi on.
Strip test is li mit ed t o open Crank c ase c over, X-Hd guide & [Link]. Cover and opening of bore &
2
other parts, Piston, one v alv e per c yli nder.
3 Revi ew of m anuf acturer's test reports/ c ert if i c at es of al l Electric Motors.
4 Seller shall submit the list of approved Third Paty Inspection Agency (TPIA) for Purchaser’s approval for
inspection and testing of the package. The Inspection and Testing of the package by TPIA is in seller’s scope.
Notes:
(i) Bidder shall f urnish all equipment, drivers, auxiliary systems, instruments and controls and
safety devices as per the enquiry document. Anything required over and above what is specified,
for saf e and satisfactory operation of the equipment package shall be included by the Bidder in his
scope.
(ii) Bidder to write YES/NO against each item. Bidder is required to include complete scope, as such
'NO' is not warranted. However, in case for any of the items if vendor's reply is 'NO', vendor
should give reasons for the same:
(iii) Bidders’ scope of supply shall include but not be limited to the following:
6 Miscellaneous
7 Operation maintenance
contract including all Yes
copnesraum
i agbsles,r msan power etc.
Certified that, only the above-mentioned deviations have been taken against
this tender.
Signature
FOR
1.1 The job involves round the clock Operation and Maintenance with spares in shift pattern, of CNG
Compressor Package supplied by Bidder for a Period of 5 year.
The operation and maintenance services shall be provided in terms of shift pattern on round the clock
basis. This covers the routine servicing / maintenance works of Compressor as per the operation &
maintenance Manual. Brief work to be carried out during O&M, but not limited to, is as follows:
Check motion work oil and inspect crank case for contamination.
Check oil filter and clean non-return valves.
Check and clean oil strainer in motion work.
Clean motion work.
Check oil rise in cylinder
Check oil consumption from records,
Check the suction and discharge resp. stage pressure.
Control condensate draining system, if required.
Check vibration level of the Compressor.
Tighten all cylinder head screw resp. bolts.
Check condition and tension of V-belts.
Check the functioning resp. tightness of safety & diaphragm valves.
Check the concentric Valves of all stages, wherever necessary replace inner parts,
Cleaning of V-belt grooves of flywheel and motor pulley.
Cleaning of non-return valve of discharge line.
Check condensate collection tank for contamination.
To educate / train the operating & maintenance staff on preventive maintenance.
To carry out repairs like arresting leakages, adjustments required etc. immediately to
ensure availability of Compressor.
To carry out Zero calibration of Mass Flow Meters at site. In case of errors beyond limit and if AGL feels the
requirement then AGL may send the Mass Flow Meter for calibration to FCRI or OEM laboratory. Off-site
calibration shall be in AGL’s Scope
To carry out both air compressors maintenance, as per OEM guideline including consumables installed at
CNG station sites.
1.2 Calibration Schedule
Another Section-
In case there is a continuous breakdown beyond 72 hours up to 15 days, 12000/- per day up to 50% of the
monthly AMC charges/bill will be deducted.
All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation
and Maintenance of the complete compressor package inclusive of air compressor (1 Nos), Dryer etc., including
periodic, breakdown maintenance for continuous and uninterrupted operation of the compressor package, shall
be in the scope of Bidder and shall be kept in stock. If any equipment got fire or broken due to accident the
same shall be replaced or rectified by the Bidder.
Bidder shall have to keep all the spares, consumables, lubricants, coolant, etc. required for carrying out
periodic, breakdown, emergency maintenance etc. of the package so as to minimize the down time of the
compressor. Non-availability of compressor package for non-availability of spares shall be liable for
compensation. Bidder to submit the Spares stock list available with them in every month (by first week of the
next consecutive month) during normal course of O&M to AGL.
All tools, tackles and fixtures required for carrying out the above maintenance of the compressor shall be in the
scope of Bidder. The scope will also include handling equipment like crane, forklift, chain pulley block, etc.
required during any maintenance activity. Any other additional expense required at site during maintenance
shall also be in Bidder’s scope.
The periodic maintenance required to be done as per OEM recommendations shall be taken up promptly. The
Bidder shall provide the detailed preventative maintenance schedule along with
Bidder shall use only OEM’s certified spares during maintenance. In case, the schedule maintenance of the
OEM manual recommends checking and replacing parts like valve spring, valve plates, piston rings etc. after
certain time interval, same shall be replaced or used further only on approval from the AGL representative.
However, any untoward consequences for non-replacement of such parts shall be the responsibility of the
Bidder.
Bidder shall submit a copy of the weekly / monthly and yearly performance report to the EIC in both soft and
hard form. All stationery including the printed material shall be in scope of the Bidder
All the maintenance / inspection job carried out by the Bidder shall be recorded and the report of the same shall
be jointly signed by AGL representative.
Calibration shall be done from government-approved laboratories (NABL accredited labs) and shall be carried
out at least 15 days prior to the calibration due date and Calibration Reports shall be submitted. All the
calibration compliances to be closed within 1 month of calibration at site.
Bidder shall provide Oil & consumables for compressor lubrication. Bidder to re-sale used oil for re-processing
or disposal to authorized party and has to submit the report to AGL in form of FORM NO. 10 (Hazardous
Manifest Declaration) timely.
Bidder shall provide spares for maintenance of Compressor.
Bidder shall deploy adequate number of technicians / supervisors / Engineers / helpers as well as tools &
equipment for smooth and proper operation & maintenance of the Compressors package.
To inspect and carry out checks on compressor as per Check sheet during O & M period.
To maintain a log book for keeping all the day to day activities and compressor readings, for every site.
To Check the Log Book / records, maintained and guide accordingly.
To arrest the minor faults, leakages immediately. Any leakage which is after Suction Valve/Suction Filter will
be in scope of Bidder.
To correct failures arising due to workmanship defects under the scope of contract.
To attend Emergency / breakdown calls on priority and provide workable solutions whenever Feasible.
To adhere to safe working practice and take utmost care not to harm material and men around the equipment.
To depute trained engineers / technicians from its network to carry out services
To meet all statutory norms in terms of workmen involved in this contract.
Bidder shall plan such maintenance during non-peak hours and in consultation with the Engineer In Charge
(EIC) of AGL. Any maintenance that needs to be taken up shall be well planned in advance and submitted to
EIC for approval.
Bidder shall carry out scheduled maintenance (as per compressor running hour) as per OEM
recommendation. Bidder to submit the OEM recommended hourly maintenance schedule to AGL along with
parts list (hourly maintenance schedule-wise) to be over-hauled or to be replaced entirely during
maintenance.
Bidder shall deliver Old/ replaced spare part to AGL warehouse/Stores after the preventive/breakdown
maintenance. The material return voucher of the same jointly signed by the AGL representative and Bidder
representative shall be submitted along with the monthly bill.
Any consequential damages, losses to any Individual or the property of the Customer; Expenses of
whatsoever nature incurred by customer directly or Indirectly due to non-availability of the Compressor during
the period of contract. In all events, the liability of the contractor is restricted to operation & preventive /
breakdown maintenance only.
AGL’s Responsibility: