Technical Specs 1200 SCMH Electric Motor Online Compressor 5af901
Technical Specs 1200 SCMH Electric Motor Online Compressor 5af901
P.013751
DRIVEN RECIPROCATING CNG ON-LINE
D11077
COMPRESSOR PACKAGE
023
(1200 SCMH)
TABLE OF CONTENTS
1.0 GENERAL
OWNER is responsible for distribution of Natural Gas for household/commercial sectors including setting up
CNG refuelling stations for vehicles etc.
2.0 SCOPE
2.1 The intent of this tender is to outline minimum requirement for design, engineering, manufacturing, assembly,
inspection, testing, packaging, supply, erection & commissioning including performance acceptance test at
site along with operation and comprehensive AMC during 1 (one) year warranty period and subsequent 9
(nine) year period including supply of all spares and consumable items for “ ELECTRIC MOTOR DRIVEN
RECIPROCATING CNG ON-LINE COMPRESSOR PACKAGES ” as required for dispensing CNG to
vehicles at various locations in allotted GA as per this technical specification and applicable codes as referred.
Various parts of this specification shall be read in conjunction with each other and in case where the different
parts of this specification differ, the more stringent requirement shall govern.
2.2 Online compressors have to be installed at the CNG outlets of owner and other oil marketing company (OMC)
retail outlets located in allotted GA as per the instructions of engineer in charge to increase the pressure of
natural gas for dispensing in vehicles.
2.3 Bidder shall be responsible for supply, erection, commissioning and field trial run. Noise level test and
performance test of all packages at sites. The field trial run of the compressor will be for minimum of 4 hours
(can be in multiple runs) and the package should be kept under observation for 72 hours for stable operation
and no major breakdown in which satisfactory performance of the package together with all accessories
auxiliaries and controls shall be established for satisfactory performance for specified operating conditions.
2.4 It will be the endeavour of all the parties to get the Performance Acceptance Test (PAT) at site conducted
within a period of 20 days from the start of commercial operation of a particular package. The bidder has to
keep the compressors operational round the clock in three shifts or as defined by EIC and all the expenditures
including spares and consumables, oil etc. To make the compressors operational shall have to be borne by the
bidder. The power required to run the compressors will be provided by OWNER/ OMC. The contractor shall
maintain the compressors in sound mechanical condition at all times. The contractor shall rectify the defects
notified by owner immediately and should submit all the history log sheets and spares availability status along
with the report in the format mutually agreed between owner and the bidder.
2.5 The bidder shall depute adequate numbers of qualified, experienced and competent persons and supervisors
for smooth maintenance of the compressors. The maintenance staffs have to be available round the clock daily
throughout the year.
2.6 Periodic inspections of safety valves, transmitters, pressure vessel gauge and any other equipment as per
statutory norms of state factory rules. SMPV and gas cylinder rules shall have to be carried out by the bidder
at his own cost during the period of maintenance by the bidder. The inspections have to be carried out by
competent persons as per advice of engineer-in-charge and certificates have to be submitted to owner.
2.7 The bidder has to maintain an office at site with telephone and fax facility and keep his services personnel
ready to attend problems any time of the day. Name and mobile phone number of in-charge of the services
team has to be provided to engineer-in-charge / his representatives.
2.8 The bidder shall allow weekly rest and restrict daily working hours of his workmen as per relevant act/law/and
rule made there under. However no work shall be left incomplete/ in dismantled condition on any
holiday/weekly rest. Technician provided shall have minimum qualification of ITI. The bidder in person or his
authorized representative shall be available on regular basis to interact with engineer –in-charge.
2.9 The work force deployed by the bidder for the maintenance services at the CNG installation in at site shall be
of sound relevant technical professional expertise which is otherwise also essential from the safety point of
view of the personnel of the contractor as well as for the installation.
2.10 All personnel of the bidder entering on work premises shall be properly and neatly dressed while working on
premises of the company including work sites.
2.11 Bidder shall maintain proper record of his working employee’s attendance and payment made to them.
2.12 The bidder’s representative/supervisor shall report on regular basis to the shift-in-charge at owner control
rooms for day to day working.
2.13 All the safety rules and regulations prevailing and applicable from time to time at the installations as directed
by owner will be strictly adhered to by the contractor and his workforce.
2.14 The bidder shall plan schedule maintenance in consultation and prior permission of engineer in-charge or his
representatives.
2.15 The bidder shall be responsible for the discipline and good behaviour of all his personnel deployed to carry
out the services. In case of any complaint received against any of his employee, he shall arrange to replace
such persons within 24 hrs of notice issued by the engineer-in-charge. The decision of the engineer-in-charge
in this matter shall be final and binding on the contractor.
2.16 The bidder shall arrange to provide identity cards to his workforce at his own cost. The contractor’s personnel
shall be required to carry their respective identity cards while on duty and produce on demand. Without valid
identity cards, they will not be allowed to enter into the CNG station.
2.17 Engineer-in-charge shall have authority to issue instructions to the contractor from time to time during the
contract period necessary for the purpose of proper and safe execution of the contract and the contractor shall
carry out and bound by the same. In case of non-fulfilment of any obligations under the contract and /or non
execution of any instruction issued by engineer-in-charge as per terms and conditions of the contract,
engineer-in-charge shall have power to withhold payment for an amount equivalent to the amount to be spent
for execution the obligations/instructions issued by him. The decision of engineer-in-charge in this regard will
be final and binding to the contractor.
2.18 Receipt at site, storage in warehouse as per manufacturer’s recommendation and safety and security from theft
and breakage/damage during transportation, handling including security guard at site.
2.19 Submission of drawings & documents.
2.20 Erection, O&M and all others relevant manuals for compressor & its accessories, priority panel, electrical
motor & all instrumentation.
2.21 GENERAL
The contractor must follow the OPERATION & MAINTENANCE REQUIREMENT as stated below but not
limited to and ensure to provide trouble free services as defined in the bid documents.
A. ACCOMMODATION/ TRANSPORTATION/ MEDICAL
The contractor shall make his own arrangement for the accommodation of his personnel at respective
locations and subsequent transportation arrangement for them from their place of residence to work
place or any other place as required and owner shall have no obligation in this respect.
B. DISCIPLINE
The contractor shall be responsible for the discipline and good behaviour of all his personnel deployed
in the services contracted out and should any complaint be received against any of his employee, he
shall arrange to replace such persons within 24 hours of notice issued by the Engineer-in-Charge. The
decision of the Engineer –in-Charge in this matter shall be final and binding on the contractor.
C. GATEPASS / IDENTITY CARD
The contract shall arrange to supply / renew identity card to his workforce at his own cost, if so
required by OWNER for security or for any other reasons. Those contractor’s personnel shall be
required to carry their respective identity cards while on duty and produce on demand.
D. RIGHT TO GET SERVICES CARRIED OUT THROUGH OTHER AGENCIES
Nothing contained herein shall restrict OWNER from accepting similar service from other agencies, at
its discretion and at the risk and cost of the contractor, if the contractor fails to provide the said services
any time.
The maintenance services shall be provided in terms of shift pattern or the round the clock basis as
mentioned in the bid document.
E. OWNER will notify the start date for operation and Comprehensive Maintenance services
i. After the successful completion of test run & commissioning, system taking over certificate shall
be issued by the owner.
2.22 OPERATION AND MAINTENANCE OF COMPRESSOR PACKAGES
i. The contractor shall deploy adequate number of technicians / supervisors / Engineers / helpers as well
as tools, spares, consumables and equipment for smooth and proper maintenance of the Compressor
supplied in terms of the contract. In case required to meet operational requirements, the contractor shall
augment the same as per direction of `Engineer–in-Charge. Contractor to submit a detailed organogram
with key person details before starting maintenance of the compressor package.
ii. The contractor is required to carry out all services as mentioned in the Scope of Services and Schedule
of Rates on all the 365 days including Sunday and all Holiday & around the clock.
iii. The contractor shall allow weekly rest and daily working hours to his workmen as per the relevant
Act/Law/and Rule made there under. However, no work shall be left incomplete/unattended on any
holiday/weekly rest. Technician/operators provided shall have minimum qualification of ITI. Contract
in person or his authorized representative shall provide the services on daily basis to interact with
Engineer-in-charge and deployed workman.
iv. The work force deployed by the contractor for maintenance service of Compressors, shall be of sound
relevant technical professional expertise which is otherwise also essential from the safety point of view
of the personnel of the contractor as well as for the installation.
v. Contractor has to ensure the safety of man and machine all the times. Damages to equipment due to
negligence will be recovered as per the decision of Engineer-in-Charge, which will be final.
vi. Regarding work completion, the decision of the Engineer-in-Charge will be final and binding.
vii. The contractor shall make his own arrangements to provide all facilities like lodging, boarding and
transport etc. to his workmen.
viii. All personnel of the contractor entering on work premises shall be properly and neatly dressed and
shall wear uniform, badges while working on premises of the Owner including work sites.
ix. Contractor shall maintain proper record of his working employee’s attendance and payment made to
them.
x. The contractor’s representative/supervisor shall report daily to the Shift-in-Charge for day to day
working.
xi. All the safety rules and regulations prevailing and applicable from time to time at the installations as
directed by OWNER will be strictly adhered to by the contractor.
xii. It will be the responsibility of the contractor to pay as per the minimum wages of the appropriate
government applicable under the Minimum Wage Act 1948.
xiii. The services shall be provided in terms of shift pattern on the round the clock basis. The contractor is
responsible to provide effective and efficient services in all shifts and assure that there is no disruption
in the services for want of any resources.
xiv. The contractor shall establish a central control room to operate 24 hours, seven days a week where
complaint regarding non-performance of the Compressors in terms of the contract can be lodged.
Further, the contractor shall deploy adequate number of technicians/ supervisors / engineers at various
site offices in consultation with Engineer-in-Charge to provide trouble free maintenance of the
Compressors.
xv. All arrangements for communication from control room to the contract person working on job under
the services shall be the responsibility of the contractor, viz. cell phone / walky-talky.
xvi. The successful bidder shall indemnify the Owner from any claim of the contract labour.
xvii. - The successful bidder shall comply to all the rules regarding PF,ESI etc. as stated in the tender
document All the jobs mentioned under scope of services shall be carried out as per sound engineering
practices, work procedure documentation, recommendation of the manufacturer and as per the
guidelines/direction of engineer-in-charge of authorized representative.
xviii. Summary of breakdown hours station wise with analysis shall be submitted to CNG control room on a
fortnightly basis both in hard and soft form as per OWNER format.
xix. The contractor has to submit the following documents on monthly basis along with the bill:
xx. Preventative maintenance compliance report for that month along with the detailed service report.
xxi. Details of the compressor breakdown, summary of break down hours for that month and the cumulative
break down hours along with breakdown response time.
xxii. Compressor parameter log book for the month.
xxiii. Certificate to be given by the bidder stating that they have complied with all the labour regulations and
are following the minimum wages act.
xxiv. All consumables, lubricating oil, coolant required for carrying out preventive / any type of
maintenance shall be in the scope of supplier during the warranty period. The warranty spares shall be
supplied by the vendor during the warranty period as per warranty clause.
xxv. 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’s like crane, forklift, chain
pulley block, etc required during any maintenances activity.
xxvi. Any correspondence required to be made with the company or OEM or various offices shall be made
by the bidder or bidder’s agent. All arrangements like phone, fax, computer, Internet etc required for
above correspondences shall be arranged by the bidder at his own cost.
xxvii. The periodic maintenance required to be done as per OEM recommendation shall be taken up
promptly. The bidder shall provide the detailed preventative maintenance schedule along with
a) Estimated down time required for each type of maintenance schedule.
b) List of spares and their quantities required for each type of maintenance schedule per compressor.
c) Type and number of man days required for each type of maintenance schedule per compressor.
xxviii. The bidder shall plan such maintenances during non-peak hours and in consultancy with the Engineer
In Charge (EIC) of OWNER. Any maintenance that needs to be taken up shall be well planned in
advance with due approval of the EIC.
xxix. The bidder shall use only OEM’s certified spares during maintenances. All spares shall be kept in
sealed OEM stamped packages. The packages shall be opened in front of OWNER representative
during maintenance. In case, the schedule maintenance of the OEM manual recommends to check and
replace parts like valve spring, valve plates, piston rings etc. after certain time interval, same shall
replaced or used further only on approval from the OWNER’s representative. However any untoward
consequences for non-replacement of such parts shall be the responsibility of the bidder and spares,
repair required to put back the unit into operation will be to bidders account.
xxx. All routine and periodic checks / inspections required to be done as per OEM recommendation shall be
done by the bidder. Instruments required for above inspection like vernier calliper, micrometer screw
gauge, fill gauges, bore gauge etc shall be in scope of the bidder and these instruments shall be
calibrated every year.
xxxi. All parts replaced by the bidder during the above contract period shall be properly packed and handed
over to OWNER, on replacement.
xxxii. The contractor 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 such as compressor parameter log book, complaint log book, service report, break
down summary report etc. shall be in scope of the bidder.
xxxiii. All the maintenance / inspection job carried out by the bidder shall be recorded in a service report and
the report of the same shall be jointly signed by OWNER representative and submitted immediately
after carrying out the maintenance. Service report format shall be approved by OWNER.
xxxiv. The EIC will be final authority to take decision with regards to maintenance or replacement of parts or
any disagreement between the bidder and OWNER, during the execution of the contract.
xxxv. The bidder shall carryout calibration of gas detectors and flame detectors every six months or earlier as
per requirement or instruction of EIC of OWNER. 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.
xxxvi. Calibration shall be done from government-approved laboratories and shall be carried out at least 15
days prior to the calibration due date.
xxxvii. The bidder shall keep 1 set of safety relief valves in spare for the purpose of calibration.
xxxviii. The bidder shall carry out retesting of pressure vessels including blowdown vessel periodically i.e.
every year or earlier as per Gas Cylinder rules 2016 / Static & Mobile Pressure Vessels Rules.
xxxix. All spares, consumables, oil and lubricants required for carrying out the Operation and Maintenance of
the complete compressor packages including periodic breakdown and any other materials required for
operation and maintenance of the compressor packages, shall be provided by the bidder.
xl. All tools, tackles including special tools and 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
equipments like crane, forklift, chain pulley block, etc required during the any maintenances activity.
xli. Any correspondence required to be made with the principal company or OEM or various offices shall
be made by the bidder or bidder’s agent. All arrangements like phone, fax, computer, internet etc
required for above correspondences shall be arranged by the bidder at his own cost.
xlii. 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 OWNER. 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.
xliii. In case, the schedule maintenance of the OEM manual recommends to check and replace parts like
valve spring, valve plates, piston rings etc. after certain time interval, same shall replaced or used
further only on approval from the OWNER’s representative.
xliv. All routine and periodic checks / inspections required to be done as per OEM recommendation shall be
done by the bidder. Instruments required for above inspection like vernier calliper, micrometer screw
gauge, fill gauge, bore gauge etc shall be in scope of the vender.
xlv. Bidder to provide Preventive maintenance schedule based on running hours / periodicity of the
compressor package.
xlvi. All parts replaced by the bidder during the above contract period shall be properly packed and handed
over to OWNER, on replacement.
xlvii. The contractor 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.
3.0 CODES AND STANDARDS
The following National & International Codes & Standards of Latest editions shall be applicable.
OISD 179, NFPA-52: 1995 or equivalent
NFPA – 37: STANDARD FOR THE INSTALLATION AND USE OF STATIONARY COMBUSTION
ENGINES AND GAS TURBINES
NFPA – 12: STANDARD ON CO2 EXTINGUISHING SYSTEM
IS: 325/ IEC or International standards. : THREE PHASE INDUCTION MOTORS - SPECIFICATION
IS: 6382 : CODE OF PRACTICE FOR DESIGN AND INSTALLATION OF FIXED CO2 FIRE
EXTINGUISHING SYSTEM
Applicable ANSI, ASTM, NEC, NEMA code.
In case of any conflict among the various documents, 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.
Bidder shall necessarily furnish the following along with the bid, without which the offer shall be
considered incomplete:
(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) Data Sheets of compressor, motor, instrumentation & controls
3.2 Ambient Conditions
Complete compressor package shall be suitable to work under the following climatic conditions:
The climatic conditions to be considered for selection, design and derating of equipment shall be as indicated
below:
i. Amb. temp min/max0C : 2 0C / 47.5 0C
ii. Design wet bulb temp (WBT), 0C : 27 0C
NOTE: Compressor guaranteed performance shall be estimated for the design gas composition and
performance shall be reported for the two extreme gas compositions above.
The scope of work/services to be provided by the bidder shall be inclusive of but not limited to:
i. Design, Engineering, Manufacture, assembly, testing at manufacturer’s works, erection,
commissioning, field trial runs, Equipment performance test along with associated electricals,
instrumentation etc. as per bid document.
ii. 3 nos. mass flow meters to measure the Natural Gas consumption at packages inlet, package discharge
(both Coriolis type) and package loss / venting (thermal type) with online test arrangement. All 3 no.
of mass flow meters should be of same make and should have local display and should be weather
proof. The flowmeters should be enabled with MODBUS/RS 485 communications.
iii. Instrumentation and control system as specified on data sheets, P&ID including Local panel,
Console/Local gauge boards, PLC.
iv. Common structural steel skid for the compressor- Motor combination and for all auxiliary systems
v. Air-cooled heat exchanger for inter stage and discharge gas.
vi. 9 line for 1200 SCMH (3 bank) Priority Panel at Package Discharge.
vii. All interconnecting oil, gas, water, air piping within the compressor package.
viii. Impulse and pneumatic piping/Tubing for all valves, fittings as specified & required for mounting the
instruments. Block and bleed valves to be provided for Pressure gauges and pressure Transmitters.
ix. Separate junction boxes for different type of signals like intrinsically safe signals, alarm, shutdowns,
thermocouples, RTDs etc. for interfacing to local panel.
x. NRV at final discharge
xi. Structural supports within the compressor package for all piping, instruments etc.
xii. One no. relief valve at each stage discharge, first (1st) stage suction and Blow Down Vessel.
xiii. Y- type strainers, valves, sight flow indicators, check valves, auto & manual drain traps etc. as
required for various auxiliary systems i.e. frame lube oil, cylinder lubrication system, cooling water
systems etc.
xiv. Coupling/V-belts/pulleys.
xv. Acoustic enclosure for Compressor package, with two number L.E.L detectors and two UV detectors
in one enclosure.
xvi. Common CO2 extinguishing system consisting of two cylinders, piping, valves and control systems as
per details given in this specification.
xvii. Inlet and outlet manual and automatic isolating valves for maintenance & emergency.
xviii. Complete Erection, Testing & Commissioning of compressor packages.
xix. Run test and Performance acceptance test at site
xx. Supply of all essential spares as specified, erection & commissioning spares.
xxi. One set of priced spare parts catalogue along with the priced bid (Commercial bid), as built drawings
and Operation & Maintenance catalogue with each compressor package.
xxii. An oil drain pot outside of the package shall be provided to collect all drains from packing, distance
pieces, processes etc. The capacity of the drain pot should not be more than 2.5 Litres.
xxiii. Only air cooled and lubricated compressor with suction/discharge volume bottles (dampers) for each
stage (separators) with manual drains and automatic drain system, lube oil system, closed circuit
cooling water system (console type)/Air cooled as required.
xxiv. Priority refuelling system outside of the package or as per vendors design.
xxv. Drive belt, if used shall be anti-static fire retardant type.
xxvi. Duplex suction filters to be provided at the inlet of package with Differential Pressure gauge after Y-
type strainer.
xxvii. Two stage filtration at discharge so as to limit oil carryover is to be provided.
xxviii. Three no. Emergency stop button (push type) along with one hooter in office/customer interface room.
xxix. Wires mesh type guard for heat exchanger fan.
xxx. The provision for overhead mounting of cascade (3000 Water Litre capacity with approximate weight
of 7 tons) should be there & same should be of enough strength having working space and with ladder
arrangement. However, cascade supply and its mounting on the structure shall be in scope of
purchaser. Structure Stability compliance Certificate of the unit where cascade will be mounted to be
submitted during detail engineering.
xxxi. Secondary lubrication system with check valve protector, HP (High Pressure) Filter (for all lubricating
points) & DNFT (Digital No Flow Timer) flow switches with standby pump. Secondary lubrication
system with divider block shall be provided.
xxxii. Erection, O&M and all others relevant manuals for compressor & its accessories, priority panel,
electrical motor & all field instruments.
xxxiii. Annual Operation and comprehensive maintenance services for a period of 1(one) year during the
warranty period, including supply of all spares and consumable items.
xxxiv. Annual Operation and comprehensive Maintenance services for a period of 9 (nine) years after the
warranty period including supply of all spares and consumable items.
4.1 Exclusions
4.1 Supplier shall arrange its own UPS supply for testing, installation and commissioning compressor control
circuitry. UPS of adequate rating along with battery backup to be part of vendors scope.
4.2 All customer interface connections (i.e. Gas inlet & gas outlet) shall be brought out to the package edge. Gas
inlet shall be terminated in nozzles with isolation valves having flange connections and gas outlet (priority
panel outlet connection) shall be terminated through high-pressure ¾” full bore ball valves with 3/4” end
connectors.
4.3 As and where specified on the data sheets all vents (i.e. Relief valve, distance piece, packing and starting air)
shall be manifolded and terminated at skid edge outside the enclosure and vented to safe height at package
roof. Silencer has to be provided in the starting air vent line.
4.4 All drains from different process equipments, distance piece and packing shall be manifolded and terminated
as single point for customer interface duly flanged with isolation valve. Drains should be through a common
header and discharge to be allowed in a pit to avoid spillage around compressor package.
6.0 UTILITIES
i. 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.
ii. 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 L&T make DOL / star delta starter having overload protection,
single phase preventer.
iii. Oil 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.
iv. All electrical and instrumentation terminals shall be as specified.
v. Purchaser shall provide 415 V, 3Ph, 50Hz, 4 wire electric power for compressor motor drive at a single
point.
vi. Purchaser shall provide the 230V, 50Hz, 1Ph UPS, for LCP at single point in the electrical room.
7.0 GENERAL DESCRIPTION
The CNG Compressor is to be installed at CNG station. The gas will be tapped from OWNER pipeline. The
gas composition is as detailed in this document.
A. GENERAL DATA
Hereinafter the rated suction pressure, where guaranteed flow is required, will be referred as Rated Suction
Pressure, which means 16 Kg/cm2g for 1200 SCMH compressors. Suction pressures will be measured at inlet
flange of the compressor package. Bidder has to ensure that compressors are designed such that the desired
flow is achieved (without any negative tolerance) at Rated Suction Pressure.
Note: -
a) No advantage shall be given in case bidder offers compressor with flows higher than as detailed above for
various types.
b) Bidders offer shall be based on firm and final compressor model on which basis the offer shall be
evaluated and no alternate compressor model or change of model, after submission of bid shall be
entertained / considered. This is very important and all bidders shall take full cognizance of this matter
before submitting the bid.
c) Bidder to indicate the capacity and absorbed power of the offered compressors at various suction
conditions starting from 14 Kg/Cm2 g to 19 Kg/Cm2 g (Temperature 40 deg C max.) and 255 Kg/Cm2g
and 52 deg. C (max) discharge condition.
Performance curves and tables i.e. Flow versus suction pressure and temperature and power curves i.e.
absorbed power versus suction pressure and temperature at specified discharge conditions shall be
furnished. In addition to above, flow capacity and absorbed power values for suction conditions from 14
Kg/Cm2 g to 19 Kg/Cm2 g in steps of 0.5 Kg/Cm2 shall also be given in tabular form. The graph shall be
plotted at various suction pressures ranging from 14 Kg/Cm 2g to 19 Kg/Cm2g and at various suction
temperatures ranging from 20o to 40o C. Similarly the graphs shall be plotted at various discharge
pressures ranging from 200 Kg/Cm2g to 255 Kg/Cm2g, however at 520 C (max) discharge conditions.
d) Bidder to note that the compressor package required shall be suitable for operating at a suction pressure
from 14 Kg/Cm2g to 19 Kg/Cm2g at 40 deg. C. Reduction of suction pressure by means of pressure
regulating valve (PRV) is to be achieved. Gas inlet pressure regulator of 300# class rating with inlet
pressure range of 10 kg/cm2 to 45 kg/cm2 with an outlet discharge range of 10 Kg/Cm 2 g to 30 Kg/Cm2 g
adjustable.
Bidder to note that negative tolerance on the guaranteed capacity will not be acceptable. Also no
advantage shall be given for positive tolerance of the capacity
8.0 SAFETY
a) 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.
b) The hazardous area classification Class-I, Division I, Group D as per NEC or Zone I, Group II A/ II B as
per IS/ IEC. Certificate from recognized agency to the effect that equipment supplied and/or installed
conform to above area classification. All Devices shall meet the requirement for the specified area
classification in which they are installed, including instrumentation leads.
c) Bidder needs to submit the copy of valid type approval for compressor packages from PESO. The PESO
certificate should be valid as on due date of Tender. It will be the responsibility of the successful bidder to
keep the PESO approval valid throughout the contract execution period.
d) All exposed rotating parts shall be provided with adequate guards of non-sparking type.
e) Driver belt if used shall be of anti-static and fire resistant type.
f) Piping shall be arranged in a manner so as to provide clear headroom and accessibility within the
package. Adequate clearances shall be provided for all the engineered components.
g) Each package ENCLOSURE shall have two nos. (2) LEL detectors (IR Type) and two nos. (2) Ultra
Violet (UV) fire detectors to cover the enclosure effectively as already spelt in the scope of supply.
h) All material used in the package shall be flame retardant.
i) Relief valves shall be provided at suction and discharge and each inter stages of compressor with setting
as per cl.7.20.4 of API-11P with R.V. venting as per cl. 7.20.4 of API-11P.All vented to common relief
valve header.
a) CO2 flooding system should be installed for the protection of CNG compressor by automatic actuation
system. The package should be protected by automatic operated CO2 flooding system designed as per
NFPA-12.
b) Gas Detection by installation of hydrocarbon gas detector (IR type) with self check function and
transmitter with adjustable alarm levels (0-100% of flammability range) with preset of 10%, 20% and
50%.
c) Installation of flame detector (UV-IR type) with self check function and transmitter, alarm & shutdown on
detection of flame.
d) CO2 flooding system will consist of 2 nos. brand new CO2 cylinders of 45 Kg capacity. One cylinder will
act as main & other as stand by, which shall have identical arrangement and connected to the system. The
cylinders should be placed in a shed raised above ground level to protect from weather and direct sunrays
as per Gas Cylinder Rules, 2016. Cylinders shall be fitted with automatic actuated Valves, Solenoid
valves.
No extra utility as air, inert Gas shall be made available by OWNER/used by the supplier to operate the
system other than the UPS.
Cylinder should be ISI marked as per IS: 7285 and CCOE approved.
e) 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.
f) Interlock of CO2 Flooding system with compressor as per following sequence:
g) Compressor shall trip on detection of gas at preset level and close the inlet & Outlet valve
h) Compressor shall trip on detection of flame at preset level and automatic discharge of CO2 gas shall take
place from the main cylinder simultaneously.
i) Compressor shall not start if the CO2 Flooding System is faulty or Pressure is low, not working,
SWITCHED OFF etc. The compressor shall be able to start only when the CO2 Flooding System is in
healthy working condition.
j) Maintenance Override Switch shall be provided to keep the system off during maintenance.
k) Selector switch shall be provided to put Main/Stand by Cylinder in line at the turn of a switch as per
requirement.
l) Alarm panel for CO2 Flooding System shall be integral with the main compressor panel. Necessary
displays as system ON, OFF, FAULT, RESET, Gas/ Flame indication, Remote actuation of solenoid
valve, distinguished hooter etc., shall be provided for CO2 flooding system.
m) 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.
n) Suitable online weight (CO2) loss monitoring/ indication device to be provided to ascertain the health of
the CO2 flooding system.
o) All installation shall be compatible for hazardous area Class 1, Division 1, Group-D for Methane Gas.
p) The system designed by the supplier shall be duly approved by Owner/ Owner’s representative.
q) 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. Necessary tools (1 set ) shall be provided with the system.
r) System shall be offered for testing to OWNER by the supplier after commissioning at site by creating
actual Gas leak and Gas fire situations and actual discharge of CO2 Gas from the Cylinders. This shall
form a part of performance test and thereby acceptance of the package. The cylinders have to be refilled
by the vendor at no extra cost to OWNER after performance test. If the system fails during testing,
subsequent testing and refilling would be at vendor’s cost.
s) Warning and Operating instructions to be displayed at equipment as per the statutory/ safety regulations.
t) Piping of CO2 flooding system shall be seamless high pressure pipe of Schedule 40 of 50 mm dia of
appropriate length with a minimum safe distance of 4.5 Meter from CNG Compressor, The fittings like
elbows, Tees, Union, sockets should be of same schedule and capacity for installation in a high pressure
system as per NFPA-12.
u) Flameproof online weighing system, complete frame with shed and all accessories should be of good
quality, weighing scale should be of reputed make.
v) Specifications:
Non Return Valve for CO2 High Pressure Hose:
i. As per BIS specifications
“No Smoking”
Caution notice “This Machine may automatically start at any time”.
“Flammable Gas”
9.0 BASIC DESIGN OF COMPRESSOR
9.1 Following specification is intended to give the bidder the technical and operating conditions the compressor
must fulfil.
9.2 The bidder shall meet all applicable statutory codes, national law and local regulation for safety and
environment protection.
9.3 The design shall conform to API 618 / API 11P, 2nd edition / other relevant reputed international standards
(bidders to indicate).
9.4 Cylinders of compressor should be horizontal balanced/ trunk piston design. Vertical blocks are not acceptable.
Compressor shall utilize preferably separate suction and discharge valves. Valve should be of preferably plate
or spring type (non-metallic type) developed specifically for Natural gas.
9.5 Compressor cylinder shall be provided preferably with removable liners.
9.6 Latest technology shall be applied to the piston ring to ensure reliability and oil control with polymer rings
fitted to the final stage. The bidder to indicate the life of piston rings of all stages in terms of running hours.
9.7 Each pressurized component of the compressor package shall be subjected to hydraulic proving test and the
final assembly shall be performance tested and certified.
9.8 The inter stage and final stage cooler tube material shall be carbon steel. Bidder to submit cooler sizing
calculation for review.
9.9 All gas piping shall be designed, fabricated and tested in accordance with ANSI B 31.3.
9.10 The relief valve sizing shall be in accordance to IBR, ASME code for boiler & pressure vessel and API RP-
520. The relief valve and associated piping shall be sized for full block discharge.
9.11 Compressor maximum vibrations of cylinders shall not exceed 10 mm/sec. unfiltered peak velocity. Maximum
vibration level installed compressor frame shall not exceed an unfiltered peak velocity of 5 mm/sec or as per
IEC codepenalty unfiltered peak to peak vibration whichever is less. The bidder shall provide for all structural
support within the package so that these levels can be achieved.
9.12 In case of lubricated cylinder & packing design, single plunger per point force feed mechanical lubricator shall
provide lubrication to compressor cylinders. Lubricators with double ball check valve shall be provided at each
lubricator point. Digital no flow timer shall be provided to stop the compressor in case of loss of cylinder
lubrication.
9.13 The bidder along with the offer shall furnish the recommended lubricating oil type, grades & specification
along with their quantity and frequency of change. The recommended oil shall be compatible with gaskets,
O-ring, seals, packing, lubricator parts and other parts coming into contact.
9.14 Coolant tank must be provided with proper opening for flush/ clean of the tank, so that coolant level trip
system works properly. Switch position should be such that sludge doesn’t deposit on float sensor. Material of
coolant make up tank should be SS304.
9.15 Gauge panel with physical gauges for temperature and pressure shall be provided and should be visible from
outside of the package. LCD display as an extension of PLC display is not acceptable.
9.16 Proper oil draining system for the package is required. Packager should provide proper pocket system in
package structure for draining coolant/ oil from inside the package. Package base frame block must be
interconnected & slope must be provided.
9.17 Level trips of oil & coolant must be provided with wire open alarm.
9.18 All package flow meters should have isolation valve in upstream and NRV/Valve at downstream of flow
meter. Flow meters which are on piping should be connected with flexible hoses and should have proper
clamping support to avoid vibration so that correct reading are observed.
9.19 All cables entries should be from bottom in the FLP boxes (local control panel). There should be no cabling
from the bottom of the package. All the cables should be routed from the side or top for easy trouble shooting.
9.20 All instruments and their cables should be at appropriate distances from the exhaust line/hot parts as per
applicable codes & standards
9.21 Status of all field instruments viz. switches should be displayed on PLC.
9.22 Direction of flow should be marked on the pipe line and nomenclature of all vessel (e.g. 1st stage discharge
dampener etc.) should be written on them. Cross head inspection windows should be transparent for easy of
inspection during running. Set values should be prominently marked on the gauges.
9.23 Part / Equipment / Accessories to be included
a) Gas tight crankcase.
b) Packing case & pressure packing.
c) Drive motor with pulley/flywheel
d) Inter-stage coolers for all stages.
e) Final cooler.
f) Oil pump, oil filter
g) Oil cooler.
h) Crankcase breather piped back to suction.
i) Oil/moisture separators appropriate for selected cylinder configuration.
j) Automatic condensate drains system for all separators to remove oil / moisture periodically and ease
starting.
k) Separator drain valves piped to collection drain block suitable for connection to gas recovery system.
l) Safety relief valve on each stage of compression.
m) Safety relief valve discharges connected to common manifold suitable to allow dispersion of gas via a
vent stack and flame arrestor / trap.
n) PRV (Pressure Reilef Valve) at the inlet of the system.
o) BDV (Blow Down Vessel) at the inlet of the system.
p) Interconnecting piping between cylinders, coolers and separators.
q) Pulsation dampeners.
r) Interconnecting water piping between radiator and compressor.
s) Interconnecting instrumentation piping.
9.27 Priority system should be designed so that the gas flow from mobile cascade to dispenser is possible even with
the Compressor shutdown & de-energized
Compressor shall be designed to ensure flow capacity as follows:
S No Suction Pressure Flow Capacity
1. Minimum flow capacity as on-line compressor at 1200 sm3/hr
suction pressure of 16 barg at 35 Degree C.
Maximum power requirement including the accessories to be indicated by the bidder and shall be minimum for
the requested performance.
Noise level shall not exceed 75+3dBA at 1m from the compressor package enclosure at any point.
9.28 Framework shall be mounted on a suitable skid type base, external-lifting lugs shall be provided at each
corner. For 1200 scmh, bidder should quote their most optimised footprint area package. PLC can be placed
separately (outside of the canopy) for optimisation of the foot print area. Maximum footprint of compressor
Package shall be as under,
a) For 1200 SCMH, the foot print of the package shall be limited to 10m2.
9.29 The compressor package control system shall be so designed that the first item to go into alarm condition shall
”Lock out” to indicate the cause of the trip though the cause of the trip may have disappeared. The lock out
condition shall be manually reset.
9.30 An automatic restart shall be provided on restoration of power with a 10-second delay after temporary
interruption. Existing alarm condition shall remain indicated.
9.31 The compressor shall be vented into BDV before restarting in order to avoid overload to the main drive. In any
case venting of gas to atmosphere is not allowed. There is need to have a blow down vessel so that gas is
vented to vessel. The size of the BDV should be the sufficient to allow main drive to start. BDV volume to be
designed in such a way that gas accumulated in the process should not be vented out in any case of stopping/
emergency push of package. Calculation for BDV volume shall be considering 20% higher than calculated
volume and it should be calculated on higher range (19 bar) of the operating pressure (14 bar to 19 bar). Bidder
shall submit calculation for same at the time of designing/drawing approval to client. BDV should be
preferably placed on top of package and if placed inside package, it should be in vertical position.
9.32 Prime mover (Electric Motor)
The motor shall be flame proof/ explosion proof and confirm to IS: 2148 suitable for zone 1 group II area as
per IS/IEC. The Motor shall be of standard frame size as per IS/IEC and rated for continuous duty with high
efficiency and shall be designed for star-delta starting. The Motor shall be provided with class ‘F’ insulation,
however, temperature rise shall be limited to the temperature specified for class ’B’ insulation as per IS and
shall be suitable for voltage variation of 415V+ 10%. The bidder shall indicate the guaranteed total power
requirement in KW. The motor rating shall be 110% of the greatest BKW required by the compressor.
9.33 Motor Specification (To be provided 1200 scmh)
i. Electric Motor
a) Type of drive Totally Enclose Fan Cooled (TEFC) high efficiency as per IEEMA standard-19-2000
b) Protection Flame proof & weather proof enclosure
c) Insulation Class F however winding temperature limited to class B
d) Mounting Horizontal Foot Mounting
e) Specification standard By Bidder
f) Supply Voltage(assumed) 415+ 10% volt, 3 phases,50+ 5%Hz
g) Synchronous speed By bidder
h) Motor rating By Bidder
i) Motor Efficiency By Bidder
j) Power factor By Bidder
k) Speed of motor By Bidder
l) Nos. of hot starts of motor minimum 4 per hours
m) Coupling Type By Bidder
j) Chain pulley to be provided in package for easy extraction of motor from package
k) Multifunction meter to be provided for metering of package total energy and other parameters (viz;
KVAH, KWH, Voltage, current, PF, Frequency, MDI (KVA), MD (KWH).
l) Multifunction meter also required for fan motor electrical parameters monitoring.
m) Bidder to ensure that spares and service support of all switchgears, VFD, instruments, or meter etc used
in package/ panel, shall be available in Indian market.
n) The power factor (PF) of the whole electrical system should not be below 0.95. Motor feeder shall be
provided with energy meter, heavy duty switch, HRC link type with single phase presenter fuses,
contactor (AC-3 Duty), bi-metal relay switch fuse unit, voltmeter, push buttons, earth leakage relays,
indication lamps for start/stop/trip/ etc. Ammeters shall be provided for all motors above 3.7. KW
rating. Stop push buttons shall be lockable and have stay put except in case of critical devices such as
lube oil pumps etc.
9.38 Earthing System
The design & installation of earthing system shall be as per IS 3043 or equivalent international specification.
One or more no of earth plates with provision of inter connection to main earth grid shall be provided. All
hardware used for earthing system shall be hot dip galvanized or zinc passivated.
All cables shall be terminated at equipment by means of double compression type compression glands and
shall be flame proof cable glands if located in hazardous area.
9.39 Phase sequence preventer (Current based) shall be provided
9.40 Vibration
Compressor maximum vibration of cylinders shall not exceed 10 mm/sec unfiltered peak velocity. Maximum
vibration level of installed compressor frame shall not exceed an unfiltered peak velocity of 5mm/sec or 200
micron unfiltered peak-to-peak vibration whichever is less. The bidder shall provide for all structural support
within the package so that these levels can be achieved.
10.1 All the instruments and control shall be suitable for area Class I, Group D, Division1
10.2 All package mounted transmitters & temperature elements shall be intrinsic safe 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 /
instrument, where intrinsic safety is not feasible or available, shall be flame proof/ explosion proof as per IEC
79-1. All pressure gauges shall have an accuracy of +/- 1% of FSD (full scale division) and 100mm dial size.
Pressure sensing elements shall be minimum of SS316 and movement of SS304. All pressure gauges on
process lines having range more than 40kg / cm2g shall be with two isolation valves
10.3 There shall be provision of two, Coriolis based mass flow meters inside the compressor package one for
suction and one for discharge . Flow meters shall be suitably installed and clamped as per OEM guidelines/
recommendations to avoid measurement errors due to external vibration. Relevant calibration certificates to be
provided. Flow meters must have integral display to show instantaneous values of mass flow. The totalizer
readings from the flow meter should be communicated to PLC and PLC shall record the flow readings. Shift
wise, day wise and month wise flow totalizer readings should be available in PLC display.
10.4 The temperature gauge shall be generally mercury in steel field type. Capillary tubing shall be min. SS304
with SS flexible armouring. The gauge shall have an accuracy of +/-1% FSD and 100mm dial size. The range
shall be 1.5 times of operating temperature. Skin type temperature gauges shall not be used. In PLC pressure
process values should be taken from pressure transmitters and should be independent from pressure gauges
installed on local gauge panel. Temperature process values should be taken from temperature transmitters and
should be independent from temperature gauges installed on local gauge panel. The compressor package
instrumentation & control is to be configured for manual as well fully automatic control system including
starting, shutdown as applicable for unattended operation.
10.5 Individual (2/3 core) cabling is required for each field instrument from field JB to avoid multiple JB’s and
multicore cables in field for easy trouble shooting & replacement.
10.6 Each cable shall be neatly tagged & dressed for each instrument with ferrule.
10.7 There shall be provision of relay for DO cards between PLC & SOV & barriers/ isolators for DI cards between
field & PLC. The barriers and isolators should be either single or double channel in place of multichannel for
easier replacement.
10.8 All the instrumentation shall be capable or operating for full range of operation.
10.9 Separate junction boxes shall be provided for each type of signal i.e. analog, digital, solenoids RTD,
thermocouple, intrinsic safe and for power supply. No cable shall share power & signal.
10.10 Suitable bypass for interlocks shall be provided for start-up.
10.11 Compressor package shall be provided with the following indicators:
i. Pressure indicator each stage suction and discharge.
ii. Oil pressure indicator on each pressure lubrication system
iii. Oil levels indicator, field mounted
iv. Hour meter
v. Non- resettable electromechanical hour meter on local control panel.
vi. Compressor jacket water coolant temperature indicator on local gauge panel
vii. Hydraulic oil cooler inlet & outlet temperature on local gauge panel (if required)
viii. Hydraulic oil pressures each stage on local gauge panel (if required) The Compressor package shall be
provided with the following trip devices:
a. Low oil level protection devices
b. High oil temperature devices
b) Out of three ports, from first port there shall be an arrangement to retrieve the data in external storage
device such as memory card/ pen drive. Data may be required in suitable format as per OWNER
engineer in charge discretion. This will include critical temperature, pressure, flow, running hour
information etc. Depending upon the parameters calculation of gas loss, efficiency, normalized
efficiency etc. is also required.
c) Second port shall be for remote monitoring of the parameters. Besides PLC display, all the parameters
which are measured should be monitored on a HMI/ MMI for remote monitoring as well as of remote
operation. Data should be stored at 2 places simultaneously, in case of failure of one device data can
be retrieved from second device. Trends, alarms, events should be logged for at least 3 months on day/
hour/ minutes/ basis.
d) PLC shall have facility to store the data & event upto to 15 days in case of communication break
between PLC & SCADA system. All the stored data shall be downloaded in SCADA system
automatically with time stamping after establishment of communication.
e) Third port shall be available for any third party interface which shall be OPC compliant for
networking or SCADA. The recorded data or part of the data may be required to transmit to remote
locations over open/ secured network through internet/ Ethernet using local cable/ data card/ sim card
(GPRS/LTE). Modem/ router or any other medium to transmit the data should be available. Vendor
shall provide protocol details to OWNER and also provide necessary support for third party interface
for remote data connectivity.
f) Redundancy in PLC is required. 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
tropicalized, MIL standard adopted with complete wiring and necessary terminals. Wiring to be color
coded with cross ferruling in position. PLC shall be capable of carrying out on line routines for at least
ten separate loops without affecting the scan, cycle & updating time etc. PLC shall be configured as a
remote terminal unit of supervisory computer and data acquisition system complete with GPRS and
Ethernet connectivity. One card for transferring and accessing data from minimum twenty devices
with RS485 port shall be provided. In case of failure of master/ active controller/ CPU, standby
controller/ CPU should take over the control in seamless and bumpless manner. All values & data
should be available through both the controllers immediately, i.e. there should be no data loss.
g) Successful bidder to include in scope live demonstration of remote monitoring of all PLC logged
parameters in one machine at his works. OWNER may ask for the same. However, this may be
required to be demonstrated at site.
h) PLC based logic circuits shall be used for control & interlock of the compressor package with RS485
SCADA Connectivity as per details in Annexure-IX.
i) Local control panel shall be furnished with annunciation window alarm of individual protection device
and a common hooter for audible alarm.
j) Local panel should have separate push button for start, stop, emergency stop, alarm acknowledge,
alarm rest & test button for checking healthiness of annunciation system.
k) PLC shall be housed inside flameproof IIA/ IIB (Ex’d’). Local operator panel shall also be provided
on the flameproof enclosure. The operator panel is provided for parameterization, indication,
monitoring, and alarms and first out sequence of the system. PLC system shall have memory modules
for storing user programs, symbol lists, program comments and should facilitate debugging/ trouble
shooting without the application program. Program shall be as per IEC 61131 and communication
shall be in English for each run. Program should have signal/ parameter tags as labels for easy
identification/ troubleshooting. Each section of the program whether it is in the form of rung or page
or network should have comment to classify the interlock being executed. A soft copy of the program
should be sent by email/ portable hard disc/pen drive.
l) PLC & electronic shall be housed in flameproof control panel & shall be mounted on compressor skid
itself. Main cable entry shall be bottom to up. Also control panel shall have 2 nos. spare 2.5 sq mm
slots with copper gland arrangement.
m) Bidder to quote for complete package with all relevant panels required for the compressor to perform
as desired. The electric panel shall consist of electric MCC, switchgear, contractors, power supply
distribution panel etc. and shall be located in hazardous area. The compressor package with control
panel (including PLC and other controls) and other electric/ electronic instruments etc. shall meet
hazardous area classification of Class I, Division I, Group D as per NEC or Zone I, Group IIA/ IIB as
per IS/ IEC.
10.19 Priority fill system
Contractor shall supply 3-bank of cascade (9 line for 1200 scmh) priority fill system with compressor top-up
facility inclusive of regulating valves, check, by pass valves & liquid filled pressure gauges all mounted in a
stainless steel panel. All fittings and tubes used in priority system shall be of stainless steel 316 of suitable
pressure rating. The priority fill system is to be installed to ensure that vehicle filling takes priority over
cascade filling and direct CNG to three storage banks in correct sequence. The compressor shall shut down
once all three-cascade storage banks are filled to 250 barg g. Compressor shall start on pressing of manual start
push button & automatically when the cascade storage high bank pressure of compressor falls to 200 barg and
shutdown automatically when all 3 stages of stationery cascade are filled to a pressure of 250barg.
10.20 Documents to be provided with package
a. Operation and Maintenance Manual (In English) – 02 Copies
b. Calibration certificates of all instruments & devices
c. P&ID Diagrams
d. Interlock Block Diagrams
e. Bill of Material with Tag No & Technical Specifications
f. Wiring Diagram of Electrical & Instrument Panel
g. Electrical Power & Control Diagram
h. Specifications of Electric Motor & Characteristic Curves
i. Foundation Drawings
j. Capacity vs. Suction Pressure curve
k. Capacity vs. Energy Consumption curve
l. List of spares for nine years of operation and maintenance. The list of spares should include ordering
specification and manufacturer’s catalogues and price.
m. List of special tools & tackles to be provided along with the bid.
11.1 Each compressor module shall be housed within a purpose built SS 304 acoustic enclosure or in case of mild
steel the surface shall be treated with anti-rust coatings followed by UV resistant epoxy paint for durability and
rust protection. The units shall incorporate a rigid framework with a combination of fixed and removable
panels. Filling of Class A melamine self-extinguishing polyurethane (PU) foam specifying the maximum burn
extent, with UL certification or better shall be used in acoustic enclosure.
11.2 The enclosure shall be assembled onto the package base plate at the supplier’s works to give a fully
transportable unit.
11.3 Enclosures shall be designed to include cooling air inlet and outlet louvers together with a forced ventilation
system to prevent the possibility of gas build up inside the enclosure. Suitable interlocks shall be built in for
clearing entrapped gases (if any) within the enclosures before the startup of the electric motor / compressor.
Packages design should be such that its vent should not go upward (package vent in vertical direction not
required) i.e. opening of package vent should be in horizontal directional with duct arrangement.
11.4 The maximum temperature within the enclosure shall be limited to ambient + 80C. Adequate ventilation fans
shall be provided to meet the above and also to account heat dissipation of the coolers/ all other components.
11.5 Enclosures shall be engineered to give a noise level of maximum 75+3 dBA measured at 1 meter as standard,
utilizing Melamine filled self-extinguishing, low smoke Polyurethane (PU) foam. Specifying maximum burn
extent with UL certification covering aluminum or steel with perforated steel inner face. Materials shall be
non-combustible to deter spread of flame requirements.
11.6 The enclosure shall be designed for ease of access to the equipment within and has suitable entry doors.
11.7 To prevent the discharge of gas into the enclosure, all safety relief valves within to be connected to a manifold.
From this connection a single pipe passes through the enclosure roof to a vent stack to allow satisfactory
dispersion of gas at a height of minimum 3m above ground level.
11.8 A viewing window at operating level to be fitted to allow monitoring of gauges, etc. without entering the
enclosure.
11.9 External emergency stop push-button shall be fitted to wall of enclosure close to main access door. Total 3
Nos. of Emergency shut off push buttons with hooter. One to be provided local at package mounted area, one
in panel room and one in customer interface room (control / sales room). Bidder to assume that the sales /
control room and compressor area, each, will be max 50 Mtrs away from the compressor. Bidders to include
the cables along with cable trays / flexible PVC ducts for Emergency stop push buttons and have to install the
same at the site. Cables shall be PVC insulated with steel armored and of 1.1 KV grade. Any unutilized cables
shall be returned to OWNER with no extra cost.
11.10 Enclosure shall have gas detection & Fire detection system consisting of 2 nos. Infrared type LEL detectors
and 2 nos. flame detectors (UV type) shall be provided. The detectors shall be re- calibrated at site during
commissioning. Also the performance of the detectors shall be demonstrated at the time of commissioning.
11.11 Adequate fixed flameproof lighting (minimum at 2 locations) shall be provided inside the enclosure.
11.12 Bidder shall optimize the compressor package for minimum possible space requirements considering space
constraints of sites where the compressors are proposed for installation.
11.13 Suitable gradient shall be provided on the enclosure roof for rain drainage and to avoid water pockets.
Enclosures shall be designed with proper rain protection in the ducting or any other cut out to protect the inside
equipment from rain water.
11.14 For handling of all heavy parts for maintenance purpose suitable lifting arrangement shall be provided i.e.
beam fitted with chain hoist arrangement. The chain hoist arrangement i.e. chain pulley block shall be
removable type, which can be disassembled and shifted onto the other machines. 1no. each shall be provided
for tendered quantity of compressors. Eye bolt arrangement shall be provided on heavier components like
electric motor, cylinder crankcase, and wherever felt necessary for lifting during maintenance.
11.15 The bidder shall also provide 1 nos. monkey ladder for safe climbing on the top of the canopy along with hand
railing on the top for ease of maintenance and operation.
Packing shall be sufficiently robust to withstand rough handling during ocean shipment & inland journey.
Sling points shall be clearly indicated on crates.
Painting of Internal process piping should be as per international colour coding standard, e.g- Gas line-Yellow,
Water line- green, Air line-Blue, Fire suppressing system – Red etc. The paint shall be chosen, primed and
applied to have a service life of ten years the exterior of equipment and enclosure is required to be corrosion
free for ten years.
13.0 INSPECTION & TESTING
a) For all the shop inspection & tests specified to be witnessed by OWNER or OWNER’s authorized
representative. The bidder has to provide 15 days advance notice prior to said inspection & test. The
bidder shall be responsible for all sub bidders of specified inspection & testing requirements.
b) Bidder shall keep following data available for at least 5 years for examination by purchaser.
c) All necessary certification of materials, such as mill test reports.
d) Purchaser specification for all items on bills of materials.
e) Test data to verify that requirement of the specification have been met
f) Result of quality control test.
g) Pressure retaining parts including auxiliaries shall be hydrostatically tested with water at following
minimum test pressure for a minimum period of 1 hour :
Cylinder: 1-1/2 times maximum allowable working pressure.
Cylinder cooling jacket & packing case 1-1/2 times coolant pressure but not less than 8 barg effective.
a) These tests shall have mechanical operation of compressor, driver and accessories, Instruments, control
system and the coolers.
b) The MRT for the 25% compressors block of the lot shall be carried out with job or shop driver including
complete job driving system i.e., job driven V-belt, job pulleys etc., for 4 hours continuously at the
premises of compressor block OEM. The compressor need not be pressure loaded for MRT test. During
this test following shall be recorded at agreed intervals (as applicable).
i. Vibration levels measured on cylinders and frame
ii. Bearing temperature
iii. Oil cooler inlet and outlet temp
iv. Subsequent to satisfactory run the compressor shall be examined as per standard procedure &
following shall be examined as minimum:
v. Bore & other parts by opening a valve
vi. Piston & cylinder clearance
vii. Visual examination of position rod, cylinder guide bore without dismantling
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.
Mechanical String Test for 4 hrs is a mandatory requirement to be performed at packager’s shop before
despatch in presence of Owner’s representatives (or a third party as arranged by OWNER). 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. At least 25% of the package lot ordered shall be string tested. String test on N2 or
air is not acceptable. It shall be on natural gas.
The bidder shall be responsible for erection, testing, commissioning & performance test and noise level test of
all packages at site. Commissioning of various equipment and systems shall be carried out by the bidder as per
the accepted procedures and as per the instruction of the manufactures of the equipment. The units will be
considered commissioned only after the successful performance tests are carried out by the bidder.
The bidder shall ensure integrity of compressor package and safety of electrical supply system available at
back end while testing package, at site. Also, bidder shall arrange its own control/ single phase (UPS supply)
for testing and commissioning of package.
Bidder shall conduct a field trial run of each online compressor package for minimum 4 (four) hrs. (can be in
multiple runs) in which satisfactory operation of complete package together with all accessories controls shall
be established for specified operation conditions. In case of any defect, discrepancies under specified site
conditions, bidder shall first rectify the same and repeat the field trial run. The bidder shall record data of field
trial run.
During the field trial run, noise level test shall be carried out and bidder shall demonstrate /achieve the granted
noise level. All necessary instruments /accessories required for fields trial run and noise level test shall be
arranged by the bidder.
Before conducting performance acceptance test at site, Bidder is required to clear all punch points (if any)
raised by OWNER / OWNER’s authorized representative.
Compressor Package Performance test at sites shall be carried out as per ASME PTC9. All necessary
instruments/accessories required for this test at site shall be arranged by the bidder and repatriated after
successful performance test by the bidder.
All such instrument shall be pre-calibrated. In case any defect/deficiency is noticed under the specified site
conditions bidder shall first rectify the same and repeat the performance test. Bidder to quote for performance
test per compressor package separately at site inclusive of boarding, lodging office space, local transport for
bidder personnel and hiring ;of local contractor, crane etc. bidder shall be liable to pay all local taxes, levies
applicable and strictly comply with rules, laws prevailing in India.
14.0 GUARANTEE, LOADING AND PENALTY CRITERIA
The bidder shall furnish the guaranteed value for the following:
a) Compressor Capacity: Compressor shall guarantee the capacity as mentioned in Guaranteed Parameters.
b) Compressor BKW: Bidder shall indicate guaranteed BKW including all losses such as mechanical,
transmission etc.
c) Motor Power Output of the prime mover (KW)
d) Total power required for the package including power consumed by accessories.
a) Bidder shall guarantee 1200 SCM/hr capacity (as the case may be) of compressor with design case gas
composition, at suction pressure of 16 kg/cm2g, suction temperature of 35°C, discharge pressure of 255
kg/cm2g with the negative tolerance for errors in instruments and measurements.
b) Since the compressor suction pressure varies from 14 kg/cm²g to 19 kg/cm²g the compressor shall be
sized / selected for specified capacity of 1200 SCMH at 16 kg/cm²g (with no -ve tolerance) whereas the
driver shall be selected on the basis of compressor BkW with either 14 kg/cm²g or 19 kg/cm²g
whichever is higher.
c) For calculation purpose 1kg of CNG =1.33 SCM
d) The same shall be used to establish the capacity at test bed during package performance test.
14.1 LOADING AGAINST ENERGY CONSUMPTION:
The compressor package shall be designed in such a way that Energy Consumption (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:
For 1200 SCMH Compressor
F = (G-140) x H x I x N
Where,
F = Loading amount in Rs.
G = Bidder’s Energy consumption rate quoted in KWH for producing 1200SCMH of CNG
G-140 = Bidder’s energy consumption rate over and above 140 KWH
H = Cost of Energy INR 8/Kwh
I = Factor towards lifecycle in hours @ 36,500 hours
N = Number of machines
Note: Bidder shall not be given any advantage/credit for quoting power consumption below 140 KWH for
1200 SCMH.
At the start of O&M period or even at any point of time during the O&M period, cost towards excess gas loss
beyond the quoted figure shall be deducted from O&M bills.
Following calculations shall be used for deduction towards excess gas loss:
F = [G- (Q * D)] * H
Where,
F = Penalty in Rupees to be deducted from O&M bill
G= Monthly Vent/Leakage loss observed during O&M period
At the start of O&M period or even at any point of time during the O&M period, cost towards excess power
consumption beyond quoted figure shall be deducted from O&M bills.
Following calculations shall be used for deduction towards excess power consumption.
F = (G-Q) x H
Where,
F = Monthly Penalty in Rs.
G = Monthly Actual power consumption
Q = Guaranteed consumption rate quoted by supplier for every 903 Kg of CNG X CNG produced
during the month 903 (for 1200 SCMH)
This penalty shall be imposed on compressor blocks not capable of delivering rated capacity of 1200 SCMH
Following calculations shall be used for penalty towards package efficiency loss:
F = 2 x {(1200 x H x RD x AD) – M}
Where,
F = Penalty Amount in Rupees
H = Hours clocked in a month
RD = Average RD for the month using GC Data
AD = Air Density = 1.22541
M = Discharge mass flow during the month in Kgs
Note:
1) Gauge Pressure at Station Inlet shall be used as benchmark for imposition of penalties and not suction
pressure being displayed at the PLC.
2) Pressure regulator shall not be used to reduce the pressure at the compressor block inlet below 16
Kg/Cm2.
3) In case pipeline pressure at the station itself is less than 16 Kg/Cm2, then the penalty shall be imposed if
the package delivery falls below discharge values corresponding to the station pressure.
Penalty for Non-Performance during One Year Period of Operation & Maintenance
i. The party has to ensure that the equipments are available for operation for minimum 20 hours per day
and on an average the equipment availability has to be 98% in a month.
ii. If the equipment is down for more than 4 hours on any day or availability is less than 98% in a month.
Penalty would be applicable as follows:
upto 12 hours : Rs. 20,000/-
Beyond 12 hours: Rs. 40,000/- per day.
In case of daily availability is 20 hrs. but monthly average availability is below 98%. Then penalty @ of
10,000 per % or part thereof shall be applicable.
b. On schedule maintenance day:
i. The party would be required to carry out the recommended schedule/preventive maintenance of the
equipments for which the party has to indicate the time required for each type of schedule
maintenance.
ii. If the equipment is down for more than 4 hours & upto 12 hours beyond the time indicated for the
agreed schedule maintenance, the party would be penalized Rs. 20,000/- and for more than 12 hours
Rs. 40,000/- per day.
iii. In any case, the maximum penalty imposed in a month for non-performance of the equipment turns
out be 50% or more of the amount of O&M charges to be paid to the party per month per compressor
(a complete cost break up of O&M charges need to be furnished by the bidder during bid), OWNER
will take necessary actions as per terms and conditions of the contract for such non-performance.
15.0 SPECIAL TOOLS AND TACKLES
15.1 Special tools & tackles for erection and commissioning and for operation & maintenance are required to be
arranged by successful bidder.
15.2 Vendor shall maintain sufficient spares to fulfill the warranty & subsequent nine years period requirements. In
case of additional requirement during the warranty period, if any spare part is taken from OWNER, the same
shall be replaced to OWNER with new part supported by necessary document for its authenticity of being new
& original spare part
16.0 DOCUMENTATION
iv. Bidder shall furnish relevant calculation and protection relay setting table for the equipment /system being
supplied by them, It shall also contain the manufacture’s catalogue, operation and maintenance manuals for
all types of relays/components used,
v. The bidder shall submit all drawing within specified time, in requisite number, for each equipment/item for
approval.
vi. Approval of drawings by Owner.
vii. The bidder shall submit furnish drawings as indicated/agreed for each item for approval of the
Owner/Consultant.
viii. Owner/Consultant will scrutinize drawing/data furnished by Bidder and comments, if any, will be
communicated to the Bidder within 2 weeks from the date of receipt.
ix. The Bidder shall submit all the drawings/documents in six (6) sets. All the drawing of sub-bidder/bidders
etc. shall be checked by Bidder for correctness and compliance with requirement of order/contract and
signed before submission to Owner.
x. The drawings shall be stamped in either of following category and one print shall be returned to the Bidder.
i. “APPROVED”
ii. “APPROVED SUBJECT TO INCORPORATION OF COMMENTS”
iii. “NOT APPOVED”
iv. “FOR INFORMATION ONLY”
xi. Wherever drawings are returned to the Bidder with the marking “Approved subject to incorporation of
comments” the bidder shall make the necessary modifications/corrections and resubmit the revised
drawings and data for final approval.
xii. Bidder shall be responsible for correctly incorporating all the points conveyed to him and resubmit the
drawings to the Owner for final approval. Specified number of copies of approval drawing and reproducible
of specified quality shall be submitted after the final approval of drawings.
xiii. Approval of drawing by owner shall not relieve the suppliers of his contractual obligations and
responsibility for engineering design, workmanship, materials and performance of equipment, Work shall
be carried out exactly as indicated on the approved drawings and data and no alterations shall be made
without the written approval of the Owner,
xiv. If any subsequent alterations are found necessary and approved by the Owner, all drawings and data
affected by such alterations shall be duly revised and re-submitted for the approval.
xv. Bidder shall incorporate/cause to incorporate all change made in the drawings from approval stage to the
handing over of equipment and submit as built drawings in the requisite sets (these will be in addition to the
sets submitted at the time of approval/for information and up to commissioning). The drawing to be
submitted shall include all the drawings submitted for approval, information as also the drawings required
for normal operations, trouble shooting repair, and maintenance and testing of equipment etc.
xvi. Bidder shall submit the following drawings/data/document in bound volume prior to submission of final bill
to the Owner in soft and hard copies (2 Sets).
xvii. All drawings submitted to Owner for approval information
xviii. Equipment manufacturing drawings submitted for information of Owner.
xix. Equipment drawings required for operation and maintenance.
xx. Fault calculations, protection relay setting calculations and recommended settings.
xxi. Inspection reports, factory and site test certificates in bounded volume.
xxii. As built drawings incorporating all site modifications.
xxiii. Instruction manuals
xxiv. List of spares for nine years operation and maintenance. The list of spares should include ordering
specification and manufacture’s catalogues and price.
xxv. Operation and maintenance procedures for individual equipment and total system.
ANNEXURES
Unit
Sr. Bidder’s
Parameter
No. Data
Sr. Bidder’s
Parameter Data Unit
No.
COMPRESSOR BKW IN KW @ RATED CONDITIONS (NO + VE
4. KW
TOLERANCE)
COMPRESSOR BKW IN KW @ RV SET CONDITIONS (NO + VE
5. KW
TOLERANCE)
6. NET OF ALL AUXILIARIES/PACKAGE VENTILATION LOADS IN KW KW
7. SITE RATED BKW OF ELECTRIC MOTOR (NO – VE TOLERANCE) KW
NOISE LEVEL 75 DBA @ 1 METER FROM ENCLOSURE (REQUIRED 75
8. DBA
± 3 DBA)
Note:
Bidder to quote the data in the above table.
Bidder shall quote the guaranteed parameters for suction pressure of 16kg/cm2 and temperature 35degc,
discharge pressure of 255 Kg/cm2 at maximum temperature of 52deg C.
Conversion factor for Kg to SCM is 1 kg = 1.33 SCM
Bidder has to guarantee that offered compressor package will deliver minimum 1200 SCMH under the
condition described above. Delivery of less than 1200 SCMH is not acceptable and will be summarily
rejected.
Bidder to submit separate table for 1200 SCMH compressor package offered.
10.0 INSTRUMENTATION
10.1 PRESSURE INDICATION PRESSURE SWITCHES
10.2 Gas At inlet Frame oil header (1 no. For
trip on low pressure.)
11.7 Ammeters for main and Aux. Motors Compressor suction Pr. Low
11.8 ESD Compressor suction Pr.
11.9 Common machine trip-alarm
11.10 Following to be included in vendor's scope of supply :
11.11 All interconnecting oil gas water piping & tubing as per schematic attached.
11.12 All electrical power distribution and interconnection as specified.
11.13 Intrinsically safe system for trips ( Ref. Inst. specs)
11.14 Electrical circuits to be housed in Explosion Proof Cabinet (Refer Elect. & inst. Specs)
11.15 Electrical circuits to be provided for repeating pre alarm and trip alarm on the local panel.
11.16 Annunciation system with test / acknowledgement push buttons & sole first off sequences
11.17 Motor Interlock against loaded start
11.18 Motor Interlock against start without air cooler fan running
11.19 Motor interlock against start without pre-lubrication
11.20 Provision shall be made for common alarm and trip alarm
11.21 Any additional instruments & controls required for safe operation of compressor ( as recommended by
compressor vendor)
12.0 MATERIAL OF CONSTRUCTION & GRADES
12.1 Stage 1st 2nd 3rd Remar
ks
12.2 Cylinder & Head
12.3 Liner
12.4 Piston
12.5 Piston Ring
12.6 Piston Shoe ( Wear Band)
12.7 Valve seat
12.8 Valve stop
12.9 Valve / plate / Ring
12.10 Valve spring
12.11 Cylinder Packing Ring
12.12 Crank Shaft F.S ( Forged Connecting Road (CR) F.S CR cap. Bolts FS
steel)
12.13 Main bearing: Big End Beating: Small end bush:
12.14 Piston Rod Yield strength Hardness(RC) Surface Finish
12.15 Pulsation Dampers / Volume Bottles Suction/Discharge KOD
12.16 Non Return Valve- Shall be compressor Discharge valve type
13.2 Ultrasonic testing for piston rod, connecting rod, crank YES
shaft, big end bolts, main brg. studs.
13.3 Magnaflux testing for crankshaft, piston rod, YES
connecting rod
13.4 Dye penetrant testing for cylinder liners , piston YES
13.5 Shop inspection by purchaser during construction YES
13.6 Barring over to check clearance YES
13.7 Mechanical running test with shop job driver at YES
compressor vendor's works
13.8 Stripping check and internal inspection for one comp
13.9 Hydrostatic test of Cylinders, Pressure Yes
Vessels
13.10 Leak proof test of crank case ( min 24 hrs with Yes
With kerosene)
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).
Housing: Anodized aluminum with powder coated finish or equivalent (Explosion proof enclosure)
Mounting: Roof mounted or wall mounted. For threaded type detectors suitable termination box
(approved for use inside hazardous area) shall be provided.
ACCESSORIES The detector shall be supplied with suitable Sunshade/ Deluge protection, Strombaffle, Weather
protection, Dust barrier, Gassing Cap, etc. as applicable protection against dust particles.
Super fine filter for removal of liquid (e.g. water & oil )and solid particles down to 0.01 microns out of compressed
natural gas
Filter Designed :
Paint Compatible
CE mark in accordance with European Directive for Pressure
Equipment, PED ( 97 / 23 / EC )
Are Designed to meet the ATEX European Directive for Explosion
Protection , ( 94 / 9 / EC)
All natural gas filters in accordance to CE Eex 2GD IIB T6.
Standard equipment:
Complete filter including manual drain.
Filter Fabric : Borosilicate Microfibre Fabric coated with polypropylene homopolymer support - fabric.
Drainage Layer: Parafil - Fibre fabric incorporated in the filter fabric.( Without Foam Sock)
NOTE : Bidder to get the inspection done by TPIA accordance with European Directive for Pressure
Equipment, PED (97 / 23 / EC ) if CE marks are not available.
Notes:
1. Above vendor list is indicative only and any other vendor(s) apart from as mentioned above may be accepted subject to
approval by Owner/Owners representative based on their past track record / credentials. However no relaxation or
advantage in delivery period will be given to the successful bidder on account of this approval.
2. For the vendors of items not covered in above vendor list, but required for completion of project successfully, supplier
shall take approval form Owner/Owners representative for the same during project execution. Bidder shall submit the
required certifications, documents, PTR and Performance letters from clients for the same.
Vendor:
Compliance By Vendor (To Be Answered By
S. No. Requirements
Vendor)
Confirm compliance individually to following clauses of
1.0
Job Specification.
Clause no 1.0
Clause no 2.0
Clause no 3.0
Clause no 4.0
Clause no 5.0
Clause no 6.0
Clause no 7.0
Clause no 8.0
Clause no 9.0
Clause no 10.0
Clause no 11.0
Clause no 12.0
Clause no 13.0
Clause no 14.0
Confirm that you have filled-up the following Schedules/
2.0
Annexures and enclosed these with the Bid
Guarantee Parameters
Gas Composition
Mandatory Spares
Vendor List
SCADA requirements
Confirm that you have filled-up the Data Sheet and
3.0
enclosed with the Bid.
Compressor Data Sheet
Control Valves
Solenoid Valves
Pressure Instruments
Pressure Gauges
Confirm that following Documents have been enclosed
4.0
with Bid.
List of components of CNG Compressor with Make &
Specification of components alongwith Technical
Catalogues of components.
Battery Limit (Interface) drawing/ information.
Process flow diagrams (PFDs) and Piping &
Instrumentation diagrams (P & Ids) of sub systems and
complete system with write-up on operation
Utility requirement
Detail of control wiring diagram, interlock/shutdown/
control scheme with write up on operation. Sizing
calculation for instrument items.
1 Status of bidder
a) Compressor manufacturer
b) Electric Motor manufacturer
c) Packager
2 COMPRESSOR
Name of compressor manufacturer
Place of compressor manufacturer
Compressor model
Anticipated Life in running hours
Compressor max frame BKW
Comp Manufacturing code
Lubricated or non lubricated
Nos of stages
Max stage temperature oC (150oC )
Compressor max RPM
Compressor operating RPM
Piston speed m/s
Vibrations at comp cylinders <10 mm /
sec. Unfiltered peak velocity Vibration
comp frame : Unfiltered peak velocity of
5 mm/sec or as per IEC code unfiltered
peak to peak vibration whichever is less
Material for all stages
Cylinder (C.S)
Piston Rings (PTFE)
Rider Rings (PTFE)
Piston Rod (Forged steel)
Valve (Rings / plates / spring) :
(SS/SS/SS)
3 PERFORMANCE OF COMPRESSOR
GUARANTEED POINT:
Average Flow capacity (overfull range of
A suction pressure from 14 barg to 19 barg
varying on continuous basis)
5 PACKAGE
Name of Packager
Place of Packaging
KOD
Coalescent filter
PLC based Priority panel with full bore
ball valve
Final gas outlet connection from priority
panel 3/4” SS valves and 1” OD SS
compression fittings
9 ESD system
Volume bottles / dampers at each
10
compressor stage of compressor
Vessels
Drainage system
12 Automatic valves
13 Heat exchanger
25 Instrumentation as indicated in TS
PROTOCOL DETAILS:
A. Digital Parameters :
B) Analog Parameters:
ANNEXURE – XII
QUALITY ASSURANCE PLAN
Technical
1.2 Hydrotest of Cylinder Heads Technical Specification Test Report W R R
Specification
Leak Proof Test of Crank
Technical
1.3 Case (4 Hours . with Technical Specification Test Report W W W
Specification
Kerosene ) Refer Note :4
Ultrasonic Test of - Crank
Shaft, Connecting Rod, Technical
1.4 Technical Specification Test Report R R R
Piston Rod Etc. Refer Note: Specification
1
Magnetic Particle Test of -
Crank Shaft, connecting Technical
1.5 Technical Specification Test Report R R R
Rod., Piston Rod Refer Specification
Note: 1
Radiography as Applicable -
Pressure Vessels, Heat
Technical
1.6 Exchanger. Gas Piping 10% Witness Technical Specification Test Report R W W
Specification
(Only 10% Joints To Be
Witnessed)
Barring Over to check
Technical
1.7 Cylinder End Clearance And Technical Specification Test Report W W W
Specification
Piston Rod Runout
No Load Mechanical Run
Test Of the Compr. with
Technical
1.8 Rated (Or More) Speed And Technical Specification Test Report W W W
Specification
Shop Driver. (4
Hrs. Min.)
LEGENDS
: W = WITNESS, R = REVIEW OF DOCUMENTS, Y = DOC. SUBMISSION BY VENDOR / SUB-VENDOR
NOTES:
1 Crank Shaft, Connecting Rod: UT / MPT shall be conducted in either in forging-OR-in finish condition
2 Strip test is limited to open Crank Case cover, Crosshead guide & Distance piece. Cover and opening of bore & other (sails. Piston one valve per cylinder).
3 Review of manufacturer's test reports/certificates of all compressor package.
4 Witness of tests by TPIA or owner/owner’s representative.
5 Inspection of the components / assembly, shall be conducted as per standard Test Procedures.
6 All reference codes/ Standards, documents, P.O. copes shall be arranged by vendor/ supplier for reference of Owner / Owner’s representative / TPIA at the time of inspection.
7 The owner shall submit their own detailed QAP prepared on the basis of above technical specification for approval of Owner/ Owner’s representative.
NOTE: TPIA (THIRD PARTY INSPECTION AGENCY WILL BE APPOINTED BY SUPPLIER AFTER DUE APPROVAL FROM OWNER.
ANNEXURE - XIII
DATA SHEET
5.5 10 3
7.5 10 3
11.0 16 3
15.0 16 3
18.5 16 3
22.0 16 3
30.0 25 3
37.0 25 3
45.0 35 3
55.0 50 3
75.0 95 3
90.0 120 3
110.0 2x95 3
125.0 2x120 3
132.0 2x120 3
NOTES: 1. Above table is valid for 2/4/6 pole motors. For low speed motors cable sizes shall be defined at the
time of detail engineering.
2. Cable size for motor space heater shall be 3x2.5 mm2 with Cu Conductor.
3. Cables will be 650/1100V, copper conductor, FRLS-PVC insulated, FRLS-PVC extruded inner
sheath armoured with overall FRLS-PVC sheath.
PROJECT
UNIT
ITEM NO.
EQUIPMENT
CLIENT
JOB NO.
PACKAGE
MR. NO.
DESIGN CONDITION
TEMPERATURE (0C)
OPERATING CONDITIONS
TEMPERATURE (0C)
CORROSION ALLOWANCE 3 MM
DIAMETER (mm)
HEIGHT TL TL (mm)
SHELL FLANGES
NOZZLE FLANGES
NOZZLE NECK
MAN-WAY NECK
PIPE FITTINGS
GASKETS (EXTERNAL)
GASKET (INTERNAL)
INTERNAL PARTS
EXTERNAL PARTS
NOTE: VENDOR SHALL SUBMIT COMPLETED DATA SHEET ALONG WITH OFFER WHEREVER
ENGG. DRAWING IS NOT ATTACHED FOR THE VESSEL.
------
1.1. Documents and drawings under column no. 3 shall be submitted with each copy of the bid.
1.2. Documents listed under column 4 are to be submitted in 4 copies
1.3. Documents listed in column 5 are to be submitted as hard bound indexed book containing the following details
in Two (2) copies and to be submitted within 4 weeks of release note/dispatch of materials/ equipment from
vendor's works.
2. DETAILS TO BE INCLUDED IN FINAL DOCUMENTS BOOKS
3.1. Fold all prints to 216 MM x 279 MM size & roll transparencies.
3.2. Contractor to forward the drawings and documentation to OWNER (Attention vendor prints control
department) clearly specifying purchasers Job no. & Req. No.
3.3. The drawing/Document no. with Rev. No. is essential. The number may be upto a maximum of 28 characters
in length.
3.4. Each Drawing/Document submitted to OWNER must be checked and signed/stamped by contractor before it is
submitted to OWNER.
3.5. Revision number must change during subsequent submission of vendor document.
3.6. Multi-sheet documents other than drawings must be submitted in their entirety in the event of a re-submission
even if only a few sheets are revised.
3.7. Final submission in bound volumes shall necessarily have a cover page giving project title, Item name, P.O.
No. particulars of owner, consultant & vendor and an index giving list of drawings & documents included
(with revision no.).
Rev. 0 Supply of Electric Motor Driven CNG On-Line Compressor Page 84 of 84
Package for CGD Project
TECHNICAL SPECIFICATION - ELECTRIC MOTOR P.013751
DRIVEN RECIPROCATING CNG ON-LINE D11077
COMPRESSOR PACKAGE 023
(1200 SCMH)
3.8. All vendor drawings to be provided with a blank space measuring 75 mm W x 38 mm H for marking of review
codes etc. by OWNER.
3.9. The review of the vendor drawings shall be done by OWNER, as applicable, under the following review
codes:
R Review Code 1 N No comments.
P Proceed with manufacture/fabrication as per commented drawings.
R Review Code 2
Revise drawings required
R Review Code 3 D Document does not conform to basic requirements.
3.10. Review of vendor drawings by OWNER would be only to check compatibility with basic designs & concepts
& would in no way absolve the contractor/vendor of his responsibility to meet applicable codes, specifications
& statutory rules/regulations.
Vendor shall submit within 10 days after placement of FOI, the complete list of drawings/ documents with
submission dates against each. Critical drawings, only, the list of which will be agreed during kick-off meeting
shall be reviewed jointly at OWNER's office.