SHOLAGASCO PVT. LTD. - VCS Quality Services Pvt LtdOffice - 707 and 708, Tower 1, Assotech Business...
Transcript of SHOLAGASCO PVT. LTD. - VCS Quality Services Pvt LtdOffice - 707 and 708, Tower 1, Assotech Business...
Table of Contents
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SHOLAGASCO PVT. LTD.
CITY GAS DISTRIBUTION PROJECT, SOLAPUR GA
SUPPLY OF CNG COMPRESSOR, CNG CASCADE &
SS TUBING
TENDER DOCUMENT NO.
VCS/NOIDA/C&P/SPL/CC&ST/2019/005
ISSUED DATE : 30th APRIL, 2019
(OPEN DOMESTIC COMPETITIVE BIDDING)
ISSUED BY
VCS Quality Service Pvt. Ltd
0 07.05.2019 Issued for Bids Anand Krishnan Rachna Shukla H. S. Bist
Rev Date Description Prepared Checked Approved
Table of Contents
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION I INVITATION FOR BIDS (IFB)
1.0 INTRODUCTION
2.0 BRIEF DESCRIPTION OF PROJECT
3.0 BRIEF SCOPE
4.0 COMPLETION PERIOD
5.0 BID VALIDITY
6.0 DETAILS OF BID DOCUMENTS
7.0 BID EVALUATION CRITERIA (BEC)
8.0 UN-PRICED BID
9.0 PRICED BID
SECTION II INSTRUCTIONS TO BIDDERS (ITB)
1.0 SCOPE OF BID
2.0 ELIGIBLITY FOR GOODS & SERVICES & ORIGIN OF GOODS
3.0 ELIGIBILITY OF BIDDERS
4.0 ONE BID PER BIDDER
5.0 NON-TRANSFERABILITY OF THE BID DOCUMENTS
6.0 CLARIFICATION ON BID DOCUMENTS
7.0 DEVIATIONS
8.0 DOCUMENT COMPRISING THE BID
9.0 BID PRICE
10.0 PRICE BASIS
11.0 CURRENCIES OF BID
12.0 PERIOD OF VALIDITY OF BID
13.0 DEAD LINE FOR SUBMISSION OF BID
14.0 LATE BIDS
15.0 PRELIMINARY EXAMINATION OF BIDS
16.0 REJECTION CRITERIA
17.0 OPENING OF PRICE BID
18.0 EVALUATION AND COMPARISON OF BIDS
19.0 AWARD CRITERIA
20.0 SPL’S RIGHT TO VARY QUANTITIES DURING CONTRACT PERIOD
21.0 SPL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
22.0 NOTIFICATION OF AWARD
23.0 SINGLE POINT RESPONSIBILITY
24.0 CONTACT PERSON
SECTION - III CONDITIONS OF CONTRACT (CC)
1.0 DEFINITIONS
2.0 COUNTRY OF ORIGIN
3.0 STANDARDS
4.0 CONFIDENTIALITY
5.0 PRICES AND PRICE BASIS
6.0 CONTRACT PERFORMANCE BANK GUARANTEE
7.0 PATENT RIGHTS
Table of Contents
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
8.0 INSPECTION & TESTS
9.0 ADDITIONAL TESTS
10.0 PACKING
11.0 DISPATCH INSTRUCTION
12.0 DELIVERY & DOCUMENTS
13.0 INSURANCE
14.0 TRANSPORTATION
15.0 GUARANTEE / WARRANTY
16.0 LATENT DEFECT
17.0 PAYMENT TERM
18.0 CHANGE ORDER
19.0 ASSIGNMENT
20.0 DELAY IN THE CONTRACTOR’S PERFORMANCE
21.0 PRICE REDUCTION SCHEDULE ( PRS )
22.0 DEDUCTION FROM THE CONTRACT PRICE
23.0 TERMINATION FOR CONTRACT
24.0 FORCE MAJEURE
25.0 SETTLEMENT OF DISPUTES
26.0 TAXES, DUTIES AND LEVIES
27.0 STATUTORY VARIATION
SECTION –IV TECHNICAL SPECIFICATIONS
SECTION - V FORMS & FORMATS
1.0 F-1 BIDDER’S GENERAL INFORMATION
2.0 F-2 BID FORM
3.0 F-3 LIST of ENCLOSURES
4.0 F-4 PROFORMA OF “BANK GURANTEE” FOR “EARNEST MONEY/SECURITY”(NOT
APPLICABLE)
5.0 F-5 LETTER OF AUTHORITY
6.0 F-6 NO DEVIATION CONFIRMATION
7.0 F-7 BIDDER’S EXPERIENCE
8.0 F-8A ANNUAL TURNOVER
9.0 F-8B FINANCIAL STATUS
10.0 F-9 CHECKLIST FOR AGREED TERMS AND CONDITIONS
SECTION - VI SCHEDULE OF RATES (SOR)
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION - I
INVITATION FOR BIDS (IFB)
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
1.0 INTRODUCTION
IMC Limited (hereinafter referred as “IMC Ltd/ IMC”) was incorporated as the Indian Molasses
Company in the year 1935, primarily for import and export of molasses. IMC is India’s leading
independent bulk liquid storage company. It currently offers storage for bulk liquid at Kandla,
Pipavav, JNPT, Mumbai, Goa, Karwar, Mangalore, Cochin, Chennai, Ennore, Kakinada, Vizag,
Kolkata and Haldia Ports. At Kandla, it is operating a liquefied gas terminal for storing butadiene
and compatible gases. They serve a wide range of customers including public sector companies,
traders and multinational corporations.
In 2017, IMC has forayed into City Gas Distribution and received the authorization to undertake
City Gas Distribution project in Solapur GA by PNGRB, as per vide order dated 06-03-2017.
Further PNGRB vide their letter dated 08.03.2019 has authorized IMC Ltd. for geographical area
of Solapur in favour of Sholagasco Pvt. Ltd. for executing CGD project to provide Natural Gas
for the Domestic, Commercial, and Industrial and Transport consumer segments in Solapur GA,
Maharashtra.
VCS Quality Services Private Limited has been awarded as PMC for development of Solapur GA and nominated to prepare “Tender for supply of CNG Compressor, CNG Cascade & SS Tubing package for Solapur GA”
Bidders are requested to submit their bids in two parts i.e. PART I. TECHNO-COMMERCIAL UN-
PRICED Bid and PART II. Priced Bid in the prescribed format of SOR (Section VI). Bidders are
requested to submit their bid in the prescribed format and submit their quotation strictly as per
the format without any alteration a/ modification.
2.0 BRIEF DESCRIPTION OF PROJECTS
Sholagasco Pvt. Ltd. (An IMC limited Group Company) is developing City Gas Distribution (CGD)
network in Solapur GA (Geographical Area), Maharashtra. The CGD network shall be designed
to serve domestic, industrial, commercial and automotive sector. Sholagasco Pvt Ltd.
(hereinafter referred as SPL) plans to source gas by conventional NG Pipeline and /or by virtual
pipeline model i.e. LNG by trucks/ CNG cascades etc.
SPL intends to purchase supply of CNG Compressor, CNG Cascade & SS Tubing package including erection, testing and commissioning for Solapur GA.
3.0 BRIEF SCOPE
The scope of work / services to be provided by the Bidder shall be inclusive of but not limited to the following:
Design, Manufacture, assembly, inspection and testing at manufacturer’s work site and supply at FOT site (including packing, forwarding, loading, unloading at site, insurance, transportation from owner’s store to site should also be considered by bidder if site is not ready, etc.) of CNG Booster compressor Package, drive motors along with associated electrical, instrumentation works etc.
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
including CNG storage Cascade and Station Tubing with all fittings between Booster, stationary cascade, mobile cascade and all dispenser inlet including erection, testing and commissioning.
3.1. Owner reserves the right to order additional quantity during execution of work, on same rates,
terms & conditions as mentioned in Tender document / Work Order. No escalation in rates shall
be considered for increase / decrease in quantity.
3.2. ABBREVIATIONS:
For this specification the following definitions shall apply:
OWNER/ CLIENT : SHOLAGASCO Pvt. Ltd.
MANUFACTURER : Means the Manufacturer of CNG Compressor/ CNG Cascade/ SS Tubing VENDOR : The person(s), firm, company, organization from whom
Client/Contractor Procures Material. TPIA : Third Party Inspection Agency to be appointed by
Vendor after SPL approval EIC : Engineer — in — charge
QAP : Quality Assurance Plan
3.3. INSPECTION / DOCUMENTATION
Complete package of CNG Compressor and CNG Cascade shall undergo inspection at various stages and as required to meet all technical requirements.
The vendor is expected to submit TPIA list as stipulated in technical document. Out of which SPL will give approval for TPIA for its order. Vendor will carry out online inspection from approved TPIA as per approved QAP.
Cost of inspection charges shall be borne by bidder.
4.0 COMPLETION PERIOD
Delivery of CNG Compressor, CNG Cascade & SS Tubing package including erection, testing and commissioning shall be 16 weeks from the date of placement of FOA.
5.0 BID VALIDITY
Bid should be valid for 120 (One hundred twenty) days from the date of schedule submission.
6.0 DETAILS OF BID DOCUMENTS
Sl.
No. Description Details
1 Type of Bidding Open Domestic
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
2 Tender Document Number VCS/NOIDA/C&P/SPL/CC&ST/2019/005
3 Tender Fee Nil
4 Pre-Bid Meeting Nil
5 Bid Submission Date and
Time
28.05.2019 AT 1400 HRS IST at VCS Quality
Services Private Limited
6 Un-Priced bid opening date
and time
28.05.2019 AT 1500 HRS IST at VCS Quality
Services Private Limited
7 Price bid opening date and
time Shall be intimated later on.
8 Place of Bid Submission
VCS Quality Services Private Limited
Office - 707 and 708, Tower 1, Assotech Business
Cresterra; Sect-135, Expressway, Noida 201301
7.0 BID EVALUATION CRITERIA (BEC)
7.1. TECHNICAL CRITERIA:
7.1.1. The bidder should have completed/ executed minimum three nos. of purchase order/ work order/
contracts of at least three numbers of 250 or 450 SCMH Electric Motor Driven CNG Hydraulic
Booster Compressors, issued by Indian companies directly involved in City Gas Distribution
business, in previous 4 years to be reckoned from last date of Bid Submission. The bidder shall be
a regular manufacturer and supplier of Electric Motor driven hydraulic booster compressor
package handling hydrocarbon gas with single point responsibility including all operation and
maintenance services.
The bidder shall have to submit the copy/copies of purchase order/work order/contract including detailed scope of supply/ work along with its completion certificate/ execution certificate/ inspection release note and performance certificate for trouble free operation, issued by the concerned authority indicating year of supply, no. of packages, no. of hours clocked duly certified/ attested by the Chartered Engineer and Notary Public with legible stamp along with bid to meet the eligibility criteria.
7.2. COMMERCIAL
7.2.1. Annual Turnover
The minimum annual turnover achieved by the bidder, as per their audited financial statements of
any one of the last three (03) preceding financial years [[i.e. FY: 2017-18 / FY: 2016-17 / FY:
2015-16] shall be as under:
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
Sl. No. As per
SOR Item Description Minimum Annual Turnover (In – INR)
1, 2 & 3
supply of CNG Compressor, CNG
Cascade & SS Tubing package
including erection, testing and
commissioning for Solapur GA
3,36,76,000/-
(a) Notarized Copy of Audited Financial Statement for the preceding three (03) financial years
[i.e. FY: 2017-18 / FY: 2016-17 / FY: 2015-16] issued by Statutory Auditor / Chartered
Accountant shall be considered for bid evaluation.
(b) Documents at (a) above must be duly attested by a Notary Public with legible Stamp.
7.2.2. Net Worth
The net worth of the bidder shall be “Positive” as per the audited financial statement of the
preceding Financial Year [i.e. FY: 2017-18].
7.2.3. Working Capital
The minimum working Capital of the bidder, as per the audited financial statement of preceding
financial year [i.e. FY: 2017-18] shall be as under:
Item Sl.
No. As per
SOR
Item Description Minimum Working Capital
(In – INR)
1, 2 & 3
supply of CNG Compressor, CNG
Cascade & SS Tubing package
including erection, testing and
commissioning for Solapur GA
67,35,000/-
If the bidder’s working capital is inadequate, the bidder shall supplement this with a letter from
their bank, having net worth not less than Rs.100 Crore, confirming the availability of line of
credit for at least the minimum working capital requirement as stated above. The letter issued by
the Bank shall specify the Tender No. and name of job as per the format enclosed in Tender
Document.
7.3. The documents required to be submitted by the bidder to substantiate their qualification
under Bidder Evaluation Criteria (BEC) shall be as follows:
7.3.1. Purchase order (s)/ Work Order (s) defining the complete scope.
7.3.2. Inspection release note(s)/ Dispatch clearance note issued by Purchaser/ Consultant or their
authorized representative/ copy of invoices for relevant orders.
7.3.3. Bidder shall submit signed and stamped copy of SPL technical specification along with an
undertaking on their letter head for No deviation from SPL tender conditions.
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
7.3.4. Bidder shall submit undertaking on their letterhead, stating that the Bidder is not blacklisted / put
on holiday by any major Indian Oil and Gas companies for relevant bid items.
7.3.5. Annual audited Financial Statements complete in all respect of last three financial years.
8.0 UN-PRICED BID
The Un-priced bid is to be submitted in physical form by courier and by E-mail (scanned copies),
complete with all technical details other than price along with TENDER duly signed with seal.
The Un-priced bid can also be sent by email. It should contain the AWB no (Couriered number)
of the Un-priced bid which would be sent only in a separate sealed envelope (PART I –
TECHNO-COMMERCIAL UN-PRICED BID) mentioned on the top of it.
9.0 PRICED BID
The priced bid to be submitted in a separate Sealed Envelope and should contain only the prices,
without any condition whatsoever. Bids complete in all respects should be submitted on or before
the due date and time of of bid submission.
The bid document (comprising of Un-priced & priced bid) has to be sent in separate sealed envelope, clearly mentioning the tender number and a caption stating “PART I - UN-PRICED – TECHNO COMMERCIAL BID & PART II - PRICED BID- DO NOT OPEN”. and should be marked to Mr. H. S. Bist/ Ms Rachna Shukla (Contracts & Procurement).
10.0 BID SECURITY
10.1. All bids must be accompanied by a bid security amount of Rs 50,000/- (Rupees Fifty Thousand
Only).
10.2. Bid security shall be either in the form of banker’s demand draft in favour of SHOLAGASCO Pvt.
Ltd. payable at Chennai or bank guarantee from any Nationalised Bank or Schedule Indian bank
of repute or by the branch of a reputable international bank located in India as per proforma
attached in the Tender document. The bid security shall be submitted along with the bid and to
be enclosed in Part – I (Un-priced bid). Bid security in the form of Bank Guarantee shall be valid
for sixty (60) days beyond the validity of the bid.
10.3. The bid security is required to protect the Purchaser against the risk of Bidder’s conduct, which
would warrant the security’s forfeiture.
10.4. The bid security shall be in one of the following forms:
10.5. Unless otherwise specified, a bank guarantee issued by a nationalized bank or a scheduled
Indian bank or by the branch of a reputable international bank located in India or by an
international reputed bank from abroad provided in that case, the guarantee is confirmed through
any bank as above located in India, in the form provided in the bid documents or another form
acceptable to the Purchaser and shall be valid for sixty (60) days beyond the validity of the bid.
A banker’s cheque or a demand draft payable to the Purchaser as detailed in tender.
10.6. Unsuccessful bidder’s bid security shall be discharged or returned as promptly as possible, but
not later than thirty (30) days after the expiration of the period of validity of the bank guarantee
and any extension thereof, if required by the Purchaser.
10.7. The successful Bidder’s bid security shall be discharged upon by purchaser when such Bidder
accepts the award of contract, and furnish the Contract Performance Guarantee
Invitation For Bids
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
10.8. The bid security may be forfeited:
10.8.1. if a Bidder:
(i) Withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form
including extensions if any or
(ii) Does not accept the correction of errors; or
10.8.2. In the case of a successful Bidder, if such Bidder fails
(i) To accept the award
(ii) To furnish Contract Performance Bank Guarantee in accordance with tender.
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION - II
INSTRUCTIONS TO BIDDERS (ITB)
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
1.0 SCOPE OF BID
The Purchaser invites sealed bids for the supply of CNG Compressor, CNG Cascade & SS Tubing
package including erection, testing and commissioning for Solapur GA of Solapur GA as mentioned
in the tender documents.
1.1 The biding document specifies the supplier scope of work, terms and conditions.
1.2 All terms, conditions and specifications of the bidding document shall be construed as applicable in
general, unless specifically indicated to the contrary.
1.3 Bidders shall quote in the manner as specified in the bidding document. SPL reserves the right to
evaluate and accept bids at their sole discretion. The provisions of this clause shall supersede any
contrary provisions expressly stated or implied anywhere else in the bidding document.
2.0 ELIGIBLE GOODS AND SERVICES AND ORIGIN OF GOODS
2.1 All goods and related services to be supplied under the contract shall have their origin only insource
countries, which are not prohibited to trade with by any law or rules made there under having the
force of law of the Union of India or any state Government of India.
2.2 For purposes of this clause, “Origin” means the place where the goods are mined, grown, or
produced, or the place from which the related services are supplied. Goods are produced when,
through manufacturing, processing, or substantial and major assembly of components, a
commercially recognized product results that is substantially different in basic characteristics or in
purpose or utility from its components.
2.3 The origin of goods and services need not to be from the home country of the Bidder.
3.0 ELIGIBILITY OF BIDDERS
3.1 Bidders shall as a part of their bid, submit a written Power of Attorney authorizing the signatory of
the bid to bind the bidder.
4.0 ONE BID PER BIDDER
4.1 Each bidder shall submit only one bid. A Bidder who submit or participates in more than one bid will
be disqualified. This includes bid of companies which are managed & controlled by same group of
individual (common SPLs / proprietor, common partner /common directors). The participation in a
particular tender by such bidders will not be allowed and bids shall be disqualified.
4.2 Alternative bids are not acceptable.
5.0 NON-TRANSFERABILITY OF THE BID DOCUMENTS
5.1 Bid document is non-transferable. Bid received from the bidders in whose name bid document has
been issued shall only be considered.
6.0 CLARIFICATION ON BID DOCUMENTS
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
A prospective bidder requiring any clarification of the Bid Documents may send their queries to
SPL/ Consultant through Email mentioned in the tender within 2 (Two) working days of receipt of
the bid. SPL / Consultant will respond the same within 2 working days.
7.0 DEVIATIONS:
Deviation, if any has to be listed only in the Deviation Form of the bid submitted by the bidder.
Deviations listed anywhere else shall not be considered and in case of award of work to the bidder,
the work has to be completed in all respect and in accordance with the tender terms and conditions
without any commercial implications to the Purchaser.
8.0 DOCUMENTS COMPRISING THE BID
The bid prepared by the bidder shall comprise of the following components:
8.1 Envelope- I: Super scribing Techno-Commercial Un-Priced-Bid (PART-I)
Part – I: Techno-commercial/ Un-priced Bid (to be furnished in one original and one copy) and shall
contain the following:
F-1 BIDDER’S GENERAL INFORMATION
F-2 BID FORM
F3 LIST of ENCLOSURES
F-4 PROFORMA OF “BANK GURANTEE” FOR “EARNEST MONEY/SECURITY” (NOT
APPLICABLE)
F-5 LETTER OF AUTHORITY
F-6 NO DEVIATION CONFIRMATION
F-7 BIDDER’S EXPERIENCE
F-8A ANNUAL TURNOVER
F-8B FINANCIAL STATUS
F-9 CHECKLIST FOR AGREED TERMS AND CONDITIONS
DOCUMENTS FOR MEETING BQC MENTIONED IN TENDER DOCUMENT
POWER OF ATTORNEY OF THE AUTHORIZED SIGNATORY OF THE BID ON NON-
JUDICIAL STAMP PAPER
Note:
The bid offer shall consist of the above documents only.
All pages of the bid offer to be signed and stamped by an authorised signatory (as described in
bid document) of the bidder.
8.2 Envelope II: Super scribing “Price Bid – Not to Open with Techno–Commercial Un-Priced Bid”-
PART-II.
Part II-shall contain one original and one copy of Schedule of Rates duly filled and sealed in duly
signed and stamped on each page. In case of any correction, the bidders shall put his full signature
and his stamp.
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.0 BID PRICES
9.1 The Prices should be quoted in INR only.
9.2 Bid quoted for part scope of the SOR liable to be rejected.
9.3 Prices quoted by the bidder, shall remain firm, fixed and valid until completion of the contract and
will not be subjected to any variation, except statutory variation (as specified in Bid document.) or
provision for price variation in the tender document.
9.4 All corrections and alterations in the entries shall be signed in full by the bidder with date. No eraser
or over-writings are permissible.
9.5 Bidder shall quote their all-inclusive prices as per scope of work and SOR, taking into consideration
all applicable taxes, duties, overheads, provision of safety gadgets to their personnel, cost of
material as per scope of work, transportation, conveyance, trainings, recruitments, communication
charges, cost for providing tools & tackles, equipment, machineries, minimum spares, etc. No
additional cost shall be payable by the Purchaser.
10.0 PRICE BASIS
10.1 Rates quoted by the Bidder shall be considered as firm and fixed for the entire duration of contract
and not subject to any variation on any account except statutory variations.
11.0 CURRENCIES OF BID
11.1 Bidders shall submit bid in INR only.
12.0 PERIOD OF VALIDITY OF BIDS
12.1 The bid shall remain valid for 120 days from the bid due date. SPL may reject a bid which is valid
for a shorter period being non-responsive.
12.2 In exceptional circumstances, prior to expiry of the original bid validity period, SPL may request the
bidder to extend the period of bid validity for a specified additional period. The requests and the
responses thereto shall be made in writing (by fax/ post/ e-mail) by a bidder.
13.0 DEADLINE FOR SUBMISSION OF BIDS
13.1 Bids must be received by the Purchaser at the address specified in Tender, not later than the time
and date specified in the tender documents.
13.2 The Purchaser, at its discretion, extend the deadline for the submission of bids by amending the bid
document, in which case all rights and obligations of the Purchaser and Bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.
14.0 LATE BIDS
14.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the
Purchaser shall be rejected and returned unopened to the Bidder.
15.0 PRELIMINARY EXAMINATION OF BIDS
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
15.1 The Purchaser will examine the bids to determine whether they are complete, whether required
securities have been furnished, whether the documents have been properly signed and whether the
bids are in order.
15.2 Purchaser reserves the right to not to open the bids of those bidders with whom purchaser
experience with regard to performance of any earlier contract/equipment has been found to be
unsuitable.
16.0 REJECTION CRITERIA
The provisions of the following clauses of the Bid document must be adhered to, failing which the bid
shall be considered as non-responsive and shall be summarily rejected:
a) Period of validity of bid.
b) Offer for complete scope of work
c) Resolution of Dispute/ Arbitration clause.
d) Payment terms.
e) Completion Period.
f) Price reduction schedule provisions.
g) Penalty provisions
17.0 OPENING OF PRICE BID
Only Techno-commercially qualified Bidders’ priced bid shall be opened.
18.0 EVALUATION AND COMPARISONS OF BIDS
18.1 The Purchaser/ Consultant will evaluate and compare the bids which have been determined to be
substantially responsive.
18.2 Prices shall be evaluated on overall basis (item sl. no. 1, 2 and 3) for Compressor and cascade
package to arrive at the lowest evaluated cost to Purchaser.
SS tubing shall not be part of evaluation however, bidder to submit per meter/ per unit rate as per
SOR-2
18.3 The evaluated price of bidders shall include the following:
18.3.1 Ex-works Price including Packing, Forwarding and Third Party Inspection charges
18.3.2 Freight Charges including transit insurance, unloading and staking at SPL’s Store/site
18.3.3 GST on Finish good and Freight
19.0 AWARD CRITERIA
19.1 The Purchaser will place the order on the successful bidder(s) whose bid has been determined to
be substantially responsive and techno-commercially most viable by SPL.
19.2 Comprehensive AMC of complete package (Booster compressor + Cascade + Air Compressor +
station tubing and their allied facilities) shall be awarded for 1 year after completion of guarantee/
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
warranty period, which shall be further extended for a period of 2 (two) year on same prices, terms
& conditions.
19.3 SPL reserves the right to award the work in full or split among various bidders at its sole discretion.
19.4 BID QUALIFICATION CRITERIA (BQC)
Supplier’s Scope: Supply of CNG Compressor, CNG Cascade & SS Tubing package including
erection, testing and commissioning for Solapur GA in line with provided technical specifications.
The bidder should have completed/ executed minimum three nos. of purchase order/ work order/ contracts of at least three numbers of 250 or 450 SCMH Electric Motor Driven CNG Hydraulic Booster Compressors, issued by Indian companies directly involved in City Gas Distribution business, in previous 4 years to be reckoned from last date of Bid Submission. The bidder shall be a regular manufacturer and supplier of Electric Motor driven hydraulic booster compressor package handling hydrocarbon gas with single point responsibility including its operation and maintenance services.
20.0 SPL’S RIGHT TO VARY QUANTITIES DURING CONTRACT PERIOD
SPL reserves the right to increase or decrease the quantities specified in the Schedule of Rates
during contract period, without any change in unit price or other terms and conditions. Bidder shall
note that the quantities mentioned against each activity in Schedule of Rates are tentative only and
is subject to change, based on actual requirement. The unit rates quoted by the bidders shall
remain fixed and firm throughout the contract period i.e. no price adjustment shall be allowed after
bid submission and after the award of contract.
21.0 SPL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
SPL reserves the right to accept or reject any or all bids received at its discretion without assigning
any reason whatsoever.
22.0 NOTIFICATION OF AWARD
22.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful Bidder in
writing that its bid has been accepted.
22.2 The bidder shall promptly, but not later than Seven (7) days of notification of award shall furnish its
acceptance of award.
22.3 Successful Bidder shall furnish Contract-Cum-Equipment Performance Bank Guarantee pursuant to
Contract Condition (CC) Clause.
23.0 SINGLE POINT RESPONSIBILITY
The bidder shall submit bid on single point sole/prime bidder responsibility basis. Bids from Joint
Venture / Consortium shall not be acceptable.
Instructions to Bidders
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
24.0 CONTACT DETAILS
CONSULTANT:
Contact Person Name : Mr. Hira Singh Bist / Ms Rachna Shukla E-mail : [email protected]/ [email protected]
VCS Project Consultants Pvt. Ltd. 707 & 708, Tower 1, Assotech Business Cresterra, Sector 135, Noida 201301 Contact No. +91 9891257027, +91 120 5987144/5987145
PURCHASER: Contact Person Name : Mr. Hemant Kumar/ Mr Ankit Arya
E-mail : [email protected] /[email protected]
SHOLAGASCO PVT. LTD.
(An IMC Ltd. Group Company)
Business Development “Neeladri”, 3rd & 1st Floor, No. 9, Cenotaph Road Alwarpet, Chennai-600018 Contact No. +91-44-4590 2222, 4590, 2299
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION - III
CONDITIONS OF CONTRACT (CC)
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
1.0 DEFINITIONS
All the initial capitalised terms used in the Agreement shall have the meaning as describeds to such
term hereunder:
a) ‘Completion Schedule’ or ‘Delivery Schedule’ means a schedule approved by the SPL for
completion of all obligations of the Contractor under the Agreement.
b) ‘Contract Documents’ mean all the documents referred to in the Agreement for discharging
the requisite obligations by respective party.
c) ‘Day’, ‘Month’ or ‘Year’ means calendar day, calendar month or calendar year.
d) ‘Effective Date’ means a date on which Contractor’s obligations will commence and thereupon
Delivery Schedule and/or Completion Schedule will be drawn up.
e) ‘Notification of Award’ means date of either a Fax of Intent (FOI) or Letter of Intent (LOI) or
Letter of Award (LOA), whichever is earlier issued to a successful bidder for award of the work
pursuant to bidding process.
f) ‘Purchaser’ / or ‘SPL’ shall mean Sholagasco Private Limited, a company incorporated in India
having its registered office at NEELADARI, 3rd Floor, No.9, Cenotaph Road, Alwarpet, Chennai-
600 018
g) ‘Services’ or ‘Ancillary Services’ means those services ancillary to the supply of the Goods,
such as transportation and insurance, and any other incidental services, such as installation,
commissioning, provision of technical assistance, training and other such obligations of the
Contractor covered under the scope of the Agreement.
h) ‘CC’ means the Conditions of the Contract forming a part of the Contract Documents.
i) ‘Contractor’ or ‘Seller’ or ‘Contractor’ means the individual person or firm or body corporate
supplying the Goods and Ancillary Services under the Agreement.
j) ‘FOT’ – means that the Goods or supply items or services shall be done at site(s) warehouses
or places mentioned by the Purchaser on FOT basis.
k) CC shall apply to the extent that they are not superseded by provisions of other parts of
the Agreement.
2.0 COUNTRY OF ORIGIN
2.1 For purpose of this Clause, 'Origin' means the place where the Goods were mined, grown, or
produced. Goods are produced when, through manufacturing, processing, or substantial and major
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
assembly of components, a commercially recognized new product results that is substantially
different in basic characteristics or in purpose or utility from its components.
2.2 The origin of Goods and services may be different from the nationality of the Supplier.
3.0 STANDARDS
3.1 The Goods supplied under this Agreement shall conform to the standards mentioned in the
Technical Specifications and when no applicable standard is mentioned, to the authoritative
standards appropriate to the Goods’ in country of origin. Such standards shall be the latest issued
by the concerned institution.
4.0 CONFIDENTIALITY
4.1 The contractor cannot, without agreement of the SPL, disclose nor enable third parties to benefit
from the documents drawn up in the course of his obligations under the Agreement or information
received from the Purchaser / Consultant / Engineer/ Inspector.
4.2 Further, contractor is not allowed to publish copy or transmit to third parties the documents that are
transmitted to him by Purchaser or Consultant or Engineer or Inspector. The SPL retains the right to
claim damages from the contractor in the case where these documents have been used without
such written consent.
4.3 However, these obligations do not apply to documents for which it can be demonstrated that
Such documents were already public before these were communicated to the other party, or have
become public since without any fault or negligence of the party concerned, or
Such documents were already in its possession without having obtained them directly or indirectly
from the other party, or
Such documents were obtained from an independent source that had neither direct nor indirect
secrecy commitment to the other party.
5.0 PRICES AND PRICE BASIS
5.1 Prices charged by the Contractor for Services performed under the Agreement shall be on firm price
basis and not vary from the prices quoted by the Contractor in its bid, with the exception of any price
adjustments authorized in the tender document.
6.0 CONTRACT PERFORMANCE BANK GUARANTEE
6.1 Within twenty-one (21) Days of receipt of the Notification of Award, the successful bidder shall
furnish to the Purchaser the Contract-Cum-Equipment Performance Bank Guarantee (CPBG)
equivalent to 10% of total supply order value inclusive of all taxes, duties and charges towards
stevedoring, port and customs clearances, forwarding, inland/unloading and handling up to
Sholagasco Private Limited site/store.
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
6.2 CPBG of 10 % for Comprehensive Annual Maintenance contract inclusive of all taxes shall be
submitted at the start of the Annual Maintenance contract within 21 days of Notice to Commence
work at site.
6.3 The proceeds of the Contract-Cum-Equipment Performance Bank Guarantee shall be payable to the
Purchaser as compensation for any loss or damage resulting from the Contractor’s failure to
complete its obligations under the Agreement.
6.4 A bank guarantee issued by a nationalized bank or a scheduled Indian bank or by the branch of a
reputable international bank located in India or by an international reputed bank from abroad
provided in that case, the guarantee is confirmed through any bank as above located in India.
6.5 The Contract Performance Guarantee will be discharged by the SPL and returned to the Contractor
not later than thirty (30) days following the date of completion of all the Contractor’s performance
obligations under the Contract, including any warranty obligations or the contractor should agree for
deductions of 10% of the invoice value for each of the work executed and the same shall be
refunded after 30 days of completion of performance obligations.
6.6 The Contract-Cum- Equipment Performance Bank Guarantee should be kept valid for 90 days
beyond the contract completion period. Bidder will be required to submit a written request to
SHOLAGASCO PRIVATE LIMITED for release of CPBG on expiry of this period and confirming that
all contractual obligations against the contract have been fulfilled.
7.0 PATENT RIGHTS
7.1 The Supplier shall alone bear the liability and costs of any prejudicial consequence of any
infringement of all or part of the patents, industrial trademarks, designs and models relating to the
Goods. Therefore, the Supplier shall make the arrangements at his own expense with the holders
and pay the royalties, obtain the necessary licenses and authorizations, failing which he agrees to
modify the Goods to the extent needed to avoid any such infringement.
7.2 In case of legal action or proceedings for infringement against the SPL, the Supplier undertakes to:
Stand up for the SPL in the defence of his rights and interests;
Save Purchaser harmless of any legal, financial and other consequences as may result to him
from the legal action or proceedings;
Bear all the damages and interests as may be due to the holders of the patents, industrial
trademarks, designs and models, in principal, costs and interests;
Reimburse to the Purchaser at the Purchaser’s first request, the costs of any nature
whatsoever, including the fees of lawyers, experts and technical advisers, etc. incurred due to or
on the occasion of the legal action or proceedings;
To modify if need to be and without delay, the incriminated Goods / equipment, or have it
replaced, free of charge, by equivalent Goods / equipment free of any infringement. Supplier
alone shall bear all the costs, risks and liability that result thereof including the costs of
dismantling, erecting, adapting or modifying such Goods/ equipment and starting up, etc.
7.3 In case of legal action or proceedings for infringement brought against the Purchaser the Supplier
has the right to participate in the SPL's defence. Any transaction with the third party in such cases
shall be discussed and jointly agreed by the parties, wherever feasible.
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
8.0 INSPECTIONS AND TESTS
8.1 Considering ITP provided by SPL/PMC, The Supplier will submit to Purchaser the quality assurance
plan (QAP) regarding design, manufacture and testing of all the items required under the Agreement
within 15 days of Notification of Award. Purchaser will then review the QAP and inform the Seller,
the stages when the Purchaser / Inspector / Engineer would witness the tests and/or inspect the
Goods under manufacturing, beyond which the progress of the specified activity / manufacturing will
not proceed, without written approval.
8.2 The Seller will inform Purchaser fifteen (15) Days in advance for readiness of material for inspection.
8.3 The Purchaser or its representative shall have the right to inspect and / or to test the Goods to
confirm their conformity to the requirements of the Agreement at no extra cost to the Purchaser. All
costs for such inspections and tests except the cost of travel, board and lodge of the Purchaser’s
representative / Inspector shall be to the account of the Supplier.
8.4 The inspections and tests may be conducted at the premises of the manufacturer or Supplier or its
sub-supplier (s), at point of delivery, and / or at the Goods’ final destination. If conducted on the
premises of the manufacturer or Supplier or its sub-supplier(s), all reasonable facilities and
assistance, including access to drawings and production data, shall be provided by the Supplier to
the inspectors at no charge to the SPL.
8.5 Should any inspected or tested Goods fail to conform to the Specifications, the SPL may reject the
Goods, and the Supplier shall either replace the rejected Goods meeting the Specification
requirements or make necessary alterations to meet Specification requirements free of cost to the
Purchaser.
8.6 All third party inspection charges shall be in supplier’s scope.
9.0 ADDITIONAL TEST
9.1 The Purchaser can also request for additional tests which were not identified and specified in the
QAP, but considered as necessary to ensure the quality of the raw materials or of the manufacture.
9.2 In this case, additional tests shall be designed and conducted in minimum of time. . Further, before
starting these additional tests, the Supplier define and justifies to the Purchaser’s satisfaction, the
possible effects of the duration of these tests on the contractual time-limits / schedule(s).
9.3 The Supplier places at the disposal of the Purchaser, or of the chosen official or approved
organization, the tools and/or items of general use, which belong to him as well as the staff,
necessary for the additional tests as decided by the Purchaser.
9.4 Should these additional tests reveal unacceptable faults, taking into account the features asked for
and the Specifications that entail the repair or rejection of the relevant item or components, the
Supplier will be responsible of the ensuing delays, in as much as these tests have been made in the
shortest possible time. He shall bear, in such case, any cost he has had to incur for the carrying out
the tests.
9.5 If, on the other hand, the additional tests do not reveal, in the opinion of the Purchaser,
unacceptable faults as indicated above, the cost borne by the supplier for carrying out of these tests
will be invoiced to the SPL, after prior justification, and the Supplier may be entitled to reasonable
extension of the time limit.
10.0 PACKING
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
10.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or
deterioration during transit to their final destination, as indicated in the Agreement. The packing shall
be sufficient to withstand, without limitation, rough handling during transit and tropical humid
conditions as exposure to extreme temperatures, salinity and precipitation during transit, and open
storage. Further the size and weights of the packing cases shall take into consideration, where
appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling
facilities at all points in transit.
10.2 The packing, marking and documentation within and outside the packages shall comply strictly with
such special requirements as shall be expressly provided for in the Agreement, including additional
requirements, if any.
11.0 DISPATCH INSTRUCTIONS
At least fifteen (15) Days before the expected dispatch date, the Supplier shall obtain authorization
from the Purchaser to go ahead with the dispatch, after ensuring compliance to other requirements
of the Agreement.
12.0 DELIVERY AND DOCUMENTS
Delivery of the Goods shall be made by the Supplier in accordance with the Delivery Schedule
specified in the Agreement. The details of shipping and/or other documents to be furnished by the
Supplier.
13.0 INSURANCE
Transit Insurance up to SPL site/store shall be arranged and paid by Supplier.
14.0 TRANSPORTATION
14.1 Where the Supplier is required under the Scope of the Contract to transport the Goods to a
specified place of destination or to Site, the Supplier shall transport to such place of destination or
site, as the case may be, including Freight, unloading at site/ store and storage within Solapur
district, if required. The Contract Price will include costs of all such transportation.
14.2 The Supplier shall select such carrier which could deliver the Goods in requisite time and ensure
safe and timely transportation of the Goods.
14.3 In case delay occurs for reasons not attributable to Purchaser alone, the Supplier shall, if directed by
Purchaser, adapt a specific way of delivery of Goods (air freight or likewise) at destination, the
additional cost for which shall be borne by the Supplier. If such specific way of delivery is required by
Purchaser to pre-pone the deliveries, nevertheless, Supplier will arrange the same and difference of
justified transportation charges shall be borne by the Purchaser.
14.4 In case the goods are delivered at store due to non-readiness of site, it will be in scope of supplier to
issue material from store for project works and arrange local transportation for goods from store to
any site within Solapur GA (in case of supply to Solapur CGD)
15.0 GUARANTEE/ WARRANTY
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
15.1 The Supplier warrants that the Goods supplied under the Agreement are new, unused, of the most
recent or current models and that they incorporate all recent improvements in design and materials
unless provided otherwise in the Contract Documents. The Supplier further warrants that all Goods
supplied under this Agreement shall have no defect, arising from design, materials, or workmanship
(except when the design and / or material is required by the Purchaser’s specifications and the
Supplier has given his disclaimer of warranty obligations with respect to such requirement) or from
any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the
conditions prevailing in the place of use / destination.
15.2 This warranty shall remain valid for twelve (12) months after the dispatch of Goods, or any portion
thereof as the case may be, have been put into operation or for eighteen (18) Months after the date
of delivery, whichever occurs earlier.
15.3 The SPL shall promptly notify the Supplier in writing of any claims arising under this warranty.
15.4 Upon receipt of such notice, the Supplier shall, within a reasonable period, repair or replace the
defective Goods or parts thereof, free of cost to the Purchaser, deliver at the appropriate
destination. The Supplier may take over the replaced parts / Goods at the time of their replacement.
No claim whatsoever shall lie on the Purchaser for the replaced parts / goods thereafter. In the
event of any correction of defects or replacement of defective material during the warranty period,
the warranty for the corrected / replaced Goods or item or material shall be extended further for a
period of twelve (12) Months from the date of such repair/replacement if put to use immediately or
eighteen (18) Months.
15.5 If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the
Purchaser may proceed to take such remedial action as may be necessary, at the Supplier’s risk
and expense and without prejudice to any other rights which the Purchaser may have against the
Supplier under the Agreement.
16.0 LATENT DEFECT
If any latent defect (a defect which could not have manifested itself in the normal course of
inspection and testing as per relevant codes, test procedures and contract specifications and normal
usage as per industry practice will be referred to as latent defect) surfaces within five years of
putting the Goods or parts thereof into operation, the Supplier shall repair or replace such Goods or
parts, as the case may be, within technically reasonable period to the satisfaction of the Purchaser
and without any additional liability on the Purchaser, whatsoever.
17.0 PAYMENT TERMS
The method and conditions of payment to be made to the Supplier under this Contract shall be as
follows:
17.1.1 For Supplies
90% of the invoice value along with taxes and duties shall be paid within 30 days on receipt of
Goods at designated SPL Site /Store upon submission of the following:
(i) GST invoice
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
(ii) LR or GR (original)
(iii) Packing List
(iv) Dispatch clearance issued by Purchaser
(v) Inspection release note issued by Purchaser/ TPIA
(vi) Certificate of receipt of goods at Purchaser's store
10 % payment shall be released Progressively on successful completion of Installation,
erection & commissioning of each CNG Compressor & CNG Cascade unit against
submission of invoice and acceptance by owner. However, if, erection is not started within
60 days, payment against erection and commissioning shall be released to the successful
bidder on an undertaking to complete erection and commissioning at a later date as per the
direction of owners Engineer In-Charge.
For Erection & Commissioning
100% payment shall be released within 30 days after successful erection and commissioning and on
submission of invoice duly certified by Owners Engineer In-Charge.
For Comprehensive Annual Maintenance Contract
Separate order shall be issued for Comprehensive Annual Maintenance Contract for complete
package of CNG Compressor, CNG Storage Cascade package and SS Tubing for one year.
This order shall further be extended for a period of 2 years on same prices, terms & conditions.
Monthly payment on pro-rata basis shall be released within 30 days of certified invoice from
Engineer In-charge.
17.2 MODE OF PAYMENT
Payment shall be released to domestic bidders within a period of thirty (30) days of invoice with all
relevant/supporting documents, by SPL through RTGS/Cheque.
18.0 CHANGE ORDERS
Any change in obligations with respect to the Agreement of either party shall be governed by a
change order. The procedure of change order shall be detailed in project coordination procedure
and shall be developed pursuant to Notification of Award and agreed by the parties.
19.0 ASSIGNMENT
The Supplier shall not assign, in whole or in part, any of its obligations to be performed under this
Agreement to any third party, except with the SPL’s prior written consent.
20.0 DELAYS IN THE SUPPLIER’S PERFORMANCE
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
20.1 Performance of Services shall be made by the Supplier in accordance with the time schedule
prescribed by the Purchaser in the Delivery Schedule.
20.2 If at any time during performance of the Agreement, the Contractor encounters conditions impeding
timely delivery of the Goods and performance of Services, the Contractor shall promptly notify the
Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Contractor’s notice, the Purchaser shall evaluate the situation and
may at its discretion extend the Contractor’s time for performance, with or without levy of Price
Reduction Schedule, in which case the extension shall be ratified by the parties by amendment of
Agreement.
21.0 PRICE REDUCTION SCHEDULE (PRS)
In case the CONTRACTOR fails to complete the supply within the Contractual Completion period,
then, unless such failure is due to Force Majeure as defined in tender or due to SPL's defaults, the
CONTRACTOR shall pay to the SPL, by way of price reduction, a sum @ ½ % per week of delay or
part thereof (Half Per Cent) of the value of subject to maximum of 5 % (Five Per Cent) of the total
contract value. The parties agree that this is a genuine pre estimate of the loss/damage which will
be suffered on account of delay/breach on the part of the CONTRACTOR and the said amount will
be payable on demand without there being any proof of the actual loss or damages caused by such
delay/breach. The decision of SPL in regard to the actual delay shall be final and binding on the
CONTRACTOR.
22.0 DEDUCTIONS FROM THE CONTRACT PRICE:
All costs, damages or expenses which SPL may have paid or incurred for which under the
provisions of the CONTRACT, the CONTRACTOR is liable/will be liable, will be deducted from
contractors bills or from any money due or becoming due to the CONTRACTOR.
23.0 TERMINATION OF CONTRACT
23.1 Termination for Default
SHOLAGASCO PRIVATE LIMITED reserves its right to terminate / short close the contract, without
prejudice to any other remedy for breach of CONTRACT, by giving one month notice if supplier fails
to perform any obligation(s) under the CONTRACT and if supplier, does not cure his failure within a
period of 30 days (or such longer period as SHOLAGASCO PRIVATE LIMITED may authorize in
writing) after receipt of the default notice from SHOLAGASCO PRIVATE LIMITED.
23.2 Termination for Insolvency
SHOLAGASCO PRIVATE LIMITED may at any time terminate the CONTRACT by giving written
notice without compensation to supplier, if supplier becomes bankrupt or otherwise insolvent,
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
provided that such termination will not prejudice or affect any right of action or remedy which has
accrued or will accrue thereafter to SHOLAGASCO PRIVATE LIMITED.
23.3 Termination for convenience
SHOLAGASCO PRIVATE LIMITED may by written notice sent to supplier, terminate the contract, in
whole or part, at any time for its convenience. However, the payment shall be released to the extent
to which work is executed as determined by SHOLAGASCO PRIVATE LIMITED till the date upon
which such termination becomes effective.
24.0 FORCE MAJEURE
Shall mean and be limited to the following:
1. War/hostilities
2. Riot or Civil commotion
3. Earthquake, flood, tempest, lightening or other natural physical disaster.
4. Restrictions imposed by the Government or other statutory bodies which prevents or delays the
execution of the Contract by supplier.
Supplier shall advise SHOLAGASCO PRIVATE LIMITED by a registered letter duly certified by the
local Chamber of Commerce or statutory authorities, the beginning and end of the above causes of
delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In
the event of delay lasting over one month, if arising out of causes of Force Majeure, SHOLAGASCO
PRIVATE LIMITED reserves the right to cancel the Contract and the provisions governing
termination shall apply.
For delays arising out of Force Majeure, supplier shall not claim extension in completion date for a
period exceeding the period of delay attributable to the causes of Force Majeure and neither
SHOLAGASCO PRIVATE LIMITED nor supplier shall be liable to pay extra costs provided its
mutually established that Force Majeure Conditions did actually exist.
Supplier shall categorically specify the extent of Force Majeure Conditions prevalent in their works at
the time of submitting their bid and whether the same have been taken into consideration or not in
their quotations. In the event of any force majeure cause, supplier or the SHOLAGASCO PRIVATE
LIMITED shall not be liable for delays in performing their obligations under this order and the
completion dates will be extended to supplier without being subject to price reduction for delayed
completion, as stated elsewhere.
25.0 SETTLEMENT OF DISPUTES
25.1 If any dispute or difference arising between the parties in respect of or concerning or connected with the interpretation or implementation of this contract, or otherwise arising out of this contract, the parties hereto shall promptly and in good faith negotiate with a view to bring out an amicable resolution and settlement.
Conditions of Contract
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
25.2 In the event, no amicable resolution or settlement is reached within a period of 30 days from the date on which dispute difference arose (in writing), such dispute or difference shall be settled by referring the same to sole arbitrator in accordance with the provisions of the arbitration and conciliation act,1996, or any other statutory modification/amendment thereof.
25.3 Sholagasco Private Limited will nominate three independent persons who can be the sole arbitrator and intimate the same to vendor. The vendor needs to choose one person from the said nominees as sole arbitrator. If vendor fails to choose the arbitrator within thirty days from receipt of a nomination by Sholagasco Private Limited, then Sholagasco Private Limited will have right to choose the sole arbitrator.
25.4 The arbitration proceedings shall be held in Solapur and shall be conducted in the English language. The decision of such arbitration shall be binding and conclusive upon the parties. The parties to the arbitration shall equally share the costs and expenses of any such arbitration.
25.5 It is hereby clarified that the courts at Solapur alone shall have jurisdiction to try and entertain
any and all suits or other proceedings in respect of, relating to or otherwise arising out of this
contract
26.0 TAXES, DUTIES AND LEVIES:
26.1 Supplier shall pay any and all taxes including GST etc. which are payable in relation to the
performance of the Contract. The quoted price shall be exclusive of all such taxes and duties. The
contractor has to submit quote without applicable taxes but including transportation, insurance and
other support service requirements,
26.2 Contractor shall raise invoices as per rate finalized plus applicable taxes. SPL will pay full payment
including applicable taxes.
26.3 Statutory variation in taxes (GST) and duties, if any, within the contractual completion period shall
be borne by Sholagasco Private LIMITED. No variation in taxes duties or levies other than statutory
taxes & duties shall be payable.
27.0 STATUTORY VARIATION
Change of law clause: All of the charges shall stand revised from the date from which change in law
is made effective or implemented by relevant Government Authority.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION – IV
TECHNICAL SPECIFICATION
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
TABLE OF CONTENTS
Sr. No. Content
1 General
2 Scope of Work
3 Extent of Supply and Services
4 Codes and Standards
5 Precedence
6 Documents and Data Requirement
7 Certification
8 Design Data
9 Description of Supply
10 Health, Safety and Environment (HSE) Specifications
11 Erection, Testing and Commissioning
12 Project Schedule
13 Guarantee
14 Operation and Maintenance During Warranty
List of Enclosures
Sr. No. Content
1 Annexure#1 – Guaranteed Parameters
2 Annexure#2 – Datasheet
3 Annexure#3 – Indicative Bill of Materials (BOM)
4 Annexure#4 – Preferred Vendor List
5 Annexure#5 – Checklist for Scope of Work
6 Annexure#6 – Checklist for Mandatory Spares
7 Annexure#7 – Quality Assurance Plan (QAP) for Factory Inspection and Testing
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
1.0 General M/s. Sholagasco Pvt. Ltd. is planning to Develop CNG & City Gas Distribution Infrastructure in the Geographical Area (GA) of Solapur (Maharashtra), based on PNGRB authorization.
1.1 Bidder’s Eligibility Criteria (BEC) – Technical:
The bidder should have completed/ executed minimum three nos. of purchase order/ work order/ contracts for at least three numbers of 250 or 450 SCMH Electric Motor Driven CNG Hydraulic Booster Compressors, issued by Indian companies directly involved in City Gas Distribution business, in previous 4 years to be reckoned from last date of Bid Submission. The bidder shall be a regular manufacturer and supplier of Electric Motor driven hydraulic booster compressor package handling hydrocarbon gas with single point responsibility including operation and maintenance services.
The bidder shall have to submit the copy/copies of purchase order/ work order/contract including detailed scope of supply/ work along with its completion certificate/ execution certificate/ inspection release note and performance certificate for trouble free operation, issued by the concerned authority indicating year of supply, no. of packages, no. of hours clocked duly certified/ attested by the Chartered Engineer and Notary Public with legible stamp along with bid to meet the eligibility criteria.
2.0 Scope of Work
The scope of work/services to be provided by the Vendor is detailed in this document and shall be inclusive of:
2.1 Design, Manufacture, assembly, inspection and testing at manufacturer’s works site and supply
FOT site (including packing, forwarding, loading, unloading at site, insurance, transportation
from owner’s store to site should also be considered by bidder if site is not ready, etc.) of CNG
Booster compressor Package, drive motors along with associated electrics, instrumentation etc.
including CNG storage Cascade and Station Tubing with all fittings between Booster, stationary
cascade, mobile cascade and all dispensers inlet.
2.2 Erection, Testing and Commissioning.
2.3 Carrying out field noise test, performance test and Guarantee tests.
2.4 Package Performance Test at site/Site Acceptance Test (SAT).
2.5 Supply of drawings & documents.
2.6 Project Management.
2.7 Operation & Maintenance services during warranty period of 12 months from the date of
successful SAT or 18 months from the date of supply whichever is earlier.
2.8 The scope covers complete design, supply, erection and commissioning of the Booster
Compressor, CNG Stationary Storage Cascade and Station Tubing with all fittings as detailed
herein. Any additional work or technical requirement not mentioned in the specification but
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
required to make the offered system complete in accordance with the specification or required
for safe operation shall be deemed to be included in the scope of work of the vendor.
2.9 The Booster Compressor Control panel along with main electrical receiving power shall be
mounted along with the Booster Compressor base frame/skid considering the area
classification as per the compressor layout and in compliance with applicable regulations and
standards.
2.10 Battery Limits: Gas Inlet connection from mobile cascade shall be connected with QRC coupler,
NRV; ¼” vent tube with needle valve, breakaway and mass flow meter. Final outlet discharge
connection from priority panel of Booster Compressor to dispenser inlet shall be inclusive of all
station interconnecting tubing with all fittings between Booster outlet, stationary cascade,
mobile cascade and all dispenser’s inlet.
3.0 Extent of Supply and Services The specifications mentioned in this enquiry document does not specify each & every piece of
equipment or item nevertheless all items required for safe, trouble free continuous smooth
operation of the compressor package shall form part of scope of supply under this specification.
Vendor shall supply Booster Compressor package with CNG storage cascade and station
tubing with all fittings complete in all respect, install & commission the same at site and carry
out all field tests and handover the compressor packages to entire satisfaction of
SHOLAGASCO PVT. LTD.
3.1 Extent of Supply
The scope of supply for Booster Compressor shall include but not be limited to:
3.1.1 Booster Compressor - Direct Coupled
3.1.2 Integrated Compressor package shall be suitable for outdoor installation without roof/shed
3.1.3 Hydraulic Booster Compressor with lube oil system and cooling system as required
3.1.4 For metering of natural gas, 2 Nos. Coriolis type Mass Flow Meter shall be provided one each at inlet and outlet of Booster Compressor package
3.1.5 Instrumentation and Control system shall be provided. Instrument Air Compressor as required
for operation of complete package shall be provided by the bidder, costfor same shall be considered and shall be included in compressor package by bidder.
3.1.6 Electrical equipment / Instruments shall be provided in the Compressor package
3.1.7 Common structural steel skid for the Booster Compressor- electric motor and for all auxiliary
systems. Structural supports within the compressor package for all piping, electrical and instruments etc.
3.1.8 All interconnecting oil, gas, water, other piping within the compressor package
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
3.1.9 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 from O&M point of view
3.1.10 All material used in the package shall be flame retardant.
3.1.11 The compressor package shall trip if any of the enclosure doors is opened while the machine is
running. However, the bidder shall provide enclosure door bypass selector switch to facilitate routine checking while compressor is running
3.1.12 Inlet and outlet manual isolating valves
3.1.13 Complete Erection, Testing & Commissioning of Booster Compressor package.
3.1.14 Tool box for basic operation and maintenance
3.1.15 Compressor lubricating oil system with lube oil pump, lube oil filter & lube oil cooler (as
required)
3.1.16 Safety relief valves on each suction and discharge stage of Booster Compressor
3.1.17 All vents (i.e., relief valves, distance piece and packing) shall be manifolded and terminated at skid edge outside the enclosure and vented to a safe height of 3m above from package roof
3.1.18 All tubing, valves, fittings as specified & required with compressor package
3.1.19 Common skid for Booster Compressor & its accessories and auxiliaries
3.1.20 Y – type strainers, valves, sight flow indicators, check valves auto/manual drain traps etc., as
required for various compressors auxiliary system i.e. Frame lubrication system, Cylinder lubrication system & Cooling water system
3.1.21 Booster Compressor Driver- Energy Efficient Electric Motor
3.1.22 Coupling-Direct coupled
3.1.23 Slide rail for electrical motor for coupling alignment
3.1.24 Inlet and Outlet separator (Suction and Discharge filters) to remove moisture, particles and oil
3.1.25 Inlet relief valve
3.1.26 Automatic inlet isolation valve
3.1.27 Non Return valve to protect the flow meter
3.1.28 Three-Bank priority fill system includes valves, non-return valves and bypass with all
interconnecting pipe work. Priority shall be with 1/2” OD SS Tubing
3.1.29 Automatic Compressor loading/unloading system for automatic start and stop of compressor
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
3.1.30 Common CO2 extinguishing system consisting of lifting device, two cylinders, piping, valves and control systems
3.1.31 Piping from Air Compressor and CO2 cylinders up to enclosures
3.1.32 Foundation bolts and grouting of package
3.1.33 Emergency shut down system
3.1.34 Gas detector & Flame detector should be supplied and the same shall be configured in PLC for
necessary alarms and trips
3.1.35 Instrument and control panel with PLC having I/O’s and serial (MODBUS) Interface facility, Ethernet support, PID control, compatible with local monitoring system as well as Grid monitoring system. All Licenses should be original and transferable. Original logic backup (PLC, HMI) to be handover with control Package.
3.1.36 Common structural steel skid for the Booster Compressor-Motor combination and for all
auxiliary systems.
3.1.37 Any item, which is not included above but required for commissioning /operation of the system, is to be supplied without any additional cost and time implication.
3.1.38 Standard and customized software (licensed version).
3.1.39 The electrical power cabling from main electrical panel to Booster Compressor package, UPS
to Booster Compressor electrical panel, main electrical panel to Air Compressor location, Booster Compressor to Hooter and upto ESD push button in control room, Booster Compressor to ESD push button near dispenser, power and signal communication cables from compressor to mass flow meter during PG test shall be supplied and laid by the bidder without any additional cost. Cost of these items shall be included in supply cost and/or erection/commissioning cost of Booster Compressor and no separate payment shall be given for these items.
3.1.40 The bidder shall provide a set of new special tools and tackles which are required for erection,
start-up, commissioning and maintenance of compressor package for each compressor package.
3.1.41 All tool kits supplied by vendor shall be of non-sparking type.
3.1.42 Two LOTO (Lock Out Tag Out) kits shall be provided by the bidder.
The scope of supply for CNG Storage Cascade shall include but not be limited to:
3.1.43 All cylinders should be designed, constructed and tested in accordance with the Indian IS 7285 (Part 2)-2004 or similar standard code approved by the Petroleum & Explosive Safety Organization.
3.1.44 Each cylinder should be equipped with cylinder shut-off valve and combination bursting disc
and fusible plug confirming to Indian Standard IS 3224-2002.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
3.1.45 Robust painted iron cascade frame. The iron surface shall be properly cleaned, primer and paint selected and applied to have a service life of at least five years. The exterior of the equipment is required to be corrosion free for at least five years and to have a fade free life without oxidation of paint surface for at least five years in an environment of bright sunlight with an intensive UV content. The bidder to specify the grade of paint intended to be used.
3.1.46 Inter connecting tubing/piping, fittings and valves.
3.1.47 Non return valves (NRV’s) as required for three bank operation.
3.1.48 Glycerine filled Pressure gauges on low and medium bank and Digital Pressure gauge on high
bank.
3.1.49 Supply of anchor bolts and nuts
3.1.50 Mounting plate
3.1.51 All other items required for completing the cascade assembly shall be properly fitted and the drawing of cascade shall be approved by SHOLAGASCO PVT. LTD. prior to supply.
The scope of supply for CNG Station Tubing with All Fittings shall include but not be
limited to:
3.1.52 The Technical Specification covers the design, engineering, fabrication/manufacturing,
inspection, supply, testing at work site and at site & commissioning of tubing, fittings and associated trays for CNG station.
3.1.53 The vendor has to supply and install these items conforming to applicable relevant codes as
described in this document.
3.2 Extent of Services
The scope of services for Booster Compressor Package shall include but not limited to:
3.2.1 Warranty period of 12 months from the date of successful SAT or 18 months from the date of supply whichever is earlier. Warranty to be inclusive of operation and maintenance services as indicated in this document
3.2.2 Vendor shall furnish detailed O&M manual along with all electrical schemes and wiring
diagrams.
3.2.3 Procurement of raw materials, bought out components, fabrication & shop assembly.
3.2.4 Shop inspection & testing including third party inspection & statutory approvals.
3.2.5 Packaging, crating, dispatch to site including, transportation & handling.
3.2.6 Erection, commissioning, noise level test and field trial run at site inclusive of boarding, lodging, local transport for vendor’s personnel and hiring of local vendor, crane etc.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
3.2.7 Field performance test of compressor at site. All necessary Instruments / accessories required for measurement purpose at site shall be arranged by the Vendor and repatriated after successful performance test by Vendor.
3.2.8 Project management
3.2.9 Administration, kick off meeting, technical coordination meeting.
3.2.10 Scheduling
3.2.11 Procurement management
3.2.12 Any special test equipment and tools required at any location.
3.2.13 Obtaining relevant permits/approval/HSE clearance to work at site.
3.2.14 Assist in loop checking and calibration of instruments.
3.2.15 Assist in integrating of various sub system, third party system.
3.2.16 Generation of material status/progress/damage/short supply report.
3.2.17 Issue of final as Built cable schedule termination details, wiring schematic drawing and P&ID
drawings shall be submitted.
3.2.18 Provide complete details for commissioning consumables, back up spares (with system spare philosophy) etc. to justify availability of the system with MTTR (Minimum Time To Repair)
3.2.19 Accountability till system is commissioned along with Dispenser and Mobile cascade system.
3.2.20 The foundation design/drawings shall be furnished by the vendor along with relevant data. The
Civil work related with foundation design shall be part of the SHOLAGASCO PVT. LTD. Scope. Grouting for foundation bolts shall be in Vendor’s Scope.
3.2.21 Training, both functional and operational with PLC and instrumentation system to
SHOLAGASCO PVT. LTD. team at site shall be provided by vendor for a minimum period of 4 days. Training program and procedure shall be provided 7 days in advance from the date of commencement of on-site training. Cost of travelling, lodging and boarding facilities shall be borne by bidder for successful conduct of on-site training requirement.
The scope of services for CNG Storage Cascade shall include but not limited to:
3.2.22 Preparation and submission of following documents/drawings:
a) Process & instrument diagram along with Bill of Material. The Bill of Material should indicate all items, quantity of all items installed per storage system, their part no’s and make.
b) General Arrangement drawing of the storage system giving overall dimensions and erection/shipping weight.
c) Technical datasheet of storage system indicating tube material, tube size, etc.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
d) Typical cross sectional drawing and literature to fully describe the details of all major components such as cylinders, valve, gauges, piping, etc.
e) Operation and maintenance manuals for each storage cascade. The instruction manual should describe in details the construction and recommended procedure for maintaining, operating and troubleshooting of the storage system. It should also include cross-sectional drawings, exploded views of all spare parts along with part no’s, quantity installed per storage unit. The manual should provide detailed catalogues of all bought out items.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
S.
No.
DESCRIPTION
To be
submitt
ed with
Bid
To be submitted
for Approval
To be submitted
for Shipment
Submit as
certified Final /
As Built
Required Days
after
WO
Required Days
after
WO
Require
d
Days
after
WO
1.
Technical specification for CNG storage CASCADE and Accessories giving details of various components.
14
2. Process and instrument diagram 14
3. Installation requirements for all equipment included in the supply.
14
4.
Typical cross sectional drawing and literature to fully describe the details of all major components such as cylinders, valve, gauges piping etc. data sheet indicating material of tube, tube size etc., piping and instrument diagram.
5. Leaflets, catalogues for all major items.
6. Factory acceptance test procedure.
14
7.
Engineering manuals including O&M manual.
14
8.
Maintenance schedule of the storage system along with list of spares for O&M during warranty period.
14
9.
A complete zonal drawings of the storage Cascade (complete package), all certification for all components used within the hazardous areas should be provided.
14
10. Quality Assurance Plan (QAP)
of Cascade Frame and
Cylinders along with GAD,
dimensional drawings, load
data.
14
11. Copies of chief controller of Explosives approval.
14
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
e) Test certificates of all major components like cylinders, shut off valves, pressure relief valves, tubing/piping, etc.
f) Calibration certificates for all measuring and protection devices.
3.2.23 Obtaining approvals from concerned departments/agencies/statutory authorities such as BIS
certificate, PESO/CCOE, etc.
3.2.24 Procurement of raw materials, bought out components, fabrication, shop assembly.
3.2.25 Shop inspection and testing including third party inspection (TPIA) or inspection by IMC’s delegate and statutory approvals.
3.2.26 Testing at site
12.
Cascade Data Sheet, GA drawings.
14
13. Schematic of cascade piping.
45
14.
Drawing of cascade frame along with 4G static calculations for one complete assemble cascade with all the cylinders mounted & filled.
14
15.
Drawing of cylinder of specified parameters proposed to be used in offered cascade approved from chief controller of explosives, Government of India.
14
16. Make of bought out items
17.
Bill of quantities with weight of each component.
14
18.
Detailed time schedule for supply indicating time periods required for cylinder manufacturing, cascade frame fabrication, shop testing, dispatch of material from works and delivery at site.
Weekly &
Monthly
19.
Test Certificates.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
3.2.27 Packaging, crating, dispatch of cascades
3.2.28 Installation, testing and commissioning at site.
3.2.29 Painting as per this document.
The scope of services for CNG Station Tubing with all Fittings shall include but not
limited to:
3.2.30 The bidder shall carry out tubing works based on site requirement after inspecting the site thoroughly and get himself acquainted with all necessary information before starting the tubing work.
3.2.31 Bidder shall submit the P&ID of CNG Station tubing with all fittings for approval to
SHOLAGASCO PVT. LTD. after site inspection. The bidder shall indicate the complete Bill of Materials in P&ID for approval to SHOLAGASCO PVT. LTD.
3.2.32 Bidder shall submit the final SOR as per quantity requirement for CNG station tubing with all
fittings, accessories, etc. to SHOLAGASCO PVT. LTD. as per approved P&ID.
3.2.33 Final clean up and restoration of site, facilities etc. as per the requirement of Owner/ Engineer-in charge.
3.2.34 Testing the total system i.e. tubing, fittings etc. after installation with Nitrogen at a pressure of
250 Bar (g) and carry out leak tests. Leakages, if any, observed during testing shall be rectified without any additional cost to SHOLAGASCO PVT. LTD.
3.3 Facilities to be provided by SHOLAGASCO PVT. LTD.
3.3.1 Storage space
3.3.2 Power and UPS supply
3.3.3 Grounding system
3.4 Exclusions
3.4.1 CNG dispenser
3.4.2 Civil Work for foundation
4.0 Codes and Standards
4.1 For Booster Compressor
The following Codes & Standards (versions/revisions valid on the date of order) are referred to & made part of specification:
a) API-11P (Latest edition), API 661: 1997, ASME VIII Div 1 1999, ASME B31.3 b) BS 5514 1996.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
c) ISO 3046/1. d) API 618, API 520 e) NFPA-37, OISD 179 and NFPA-52: 1995 or equivalent. f) NFPA-12 IS: 6382, Gas Cylinder Rule-2016, OISD-179 g) IS: 5571, IS: 5572, IS: 5580 h) ANSI, ASTM, NEC, NEMA i) Indian Electricity Rules, Indian Explosives Act j) Standard specifications of Bureau of Indian Standards k) Specifications / Recommendations of IEC
4.2 For CNG Storage Cascade
The design, construction, manufacture, supply, testing and other general requirements of the Storage Cascades should be strictly in accordance with the applicable Standards and Codes and should comply fully with relevant Indian/International standards, Gas Cylinder Rule 2016 and subsequent amendments if any, Indian Explosive Act – 1884, Stationary and Mobile Pressure Vessels (Unfired) Rules (SMPV) 1981, Design Code 7285 (Part-2) 2016, CNG Cylinder Valves, IS 3224-1979 (Amendments 1983, 84, 85, 86, 92, 98), Hydrostatic Stretch Test, IS 5844-1970, Safety Devices of Gas Cylinders, IS 5903-1970, Regulations of Insurance Association of Indian and Factories Act while carrying out work as per the specification.
The bidder without any additional cost and delivery implications should carry out any modifications suggested by the statutory bodies either during drawing approval or during inspection, if any.
Following Codes and Standards shall be followed by the vendor:
a) IS 7285 (Part 2)-2004, specifications for seamless steel cylinders for permanent and high pressure liquefiable gases. b) IS 3224-2002, valve fittings for compressed gas cylinders excluding liquefied petroleum gas (LPG) cylinders. c) OISD-179, Safety requirements on compressors, storages, handling and refueling of natural gas for use in automotive sector. d) Gas Cylinder Rules – 2016 and subsequent amendments, if any e) Frame Structural Steel Specification, IS 2062-1992 (Grade-A) f) Indian Explosives Act g) Safety Devices of Gas Cylinder IS 5903-1970, Regulations of Insurance Association
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
h) NFPA 52 Standards for CNG Vehicular systems All the applicable statutory codes, national laws and local regulations for safety and environment protection shall be followed by the vendor for design, engineering, fabrication, etc.; the vendor shall obtain from concerned authorities all necessary approvals.
4.3 For CNG Station tubing with all fittings
The design and engineering shall conform to the following:
All the elements of the tubing shall be designed for the full range of pressure, temperature and loading to which they may be subjected with a factor of safety of at least 4 (four) based on the minimum specified tensile strength at 20°C.
The latest editions of following standards are referred to in this specification:
ASME/ASTM B 31.3 : Chemical Plant and Petroleum Refinery Piping ANSI B31.1 : For Power Piping ASME Sec. VIII : For Boilers and Pressure Vessels SAE-J-514 : For Wall Thickness.
AGA 1-93, BS970 Para 4 1970 Grade SS316. C.G.A. and NGV Standards
5.0 Precedence In case of any conflict among the various documents of this requisition, the following preferential order shall govern:
5.1 ITB
5.2 Conditions of contract
5.3 Scope of Work
5.4 Data sheets/drawings
5.5 This Technical Specification
5.6 International standards/codes as applicable
5.7 Indian Standards / codes applicable
Compliance with this specification shall not relieve the Bidder of the responsibility of furnishing equipment and accessories of proper design, material and workmanship to meet the specified operating conditions.
No deviations to the technical requirements and to the scope of supply specified in this enquiry document shall normally be accepted and offers not incompliance to the same shall be rejected summarily. In case a deviation is required due to inherent design of the equipment offered, the Bidder shall list all such deviations at one place giving reasons thereon.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
6.0 Documents and Data Requirement
6.1 Owner Approvals
6.1.1 The Vendor shall furnish drawings as indicated/agreed for each item for approval of the Owner.
6.1.2 Owner will scrutinize data furnished by Vendor and comments, if any, will be communicated to
the Vendor within 4 weeks from the date of receipt of initial submission.
6.1.3 The Vendor shall submit all the drawings/ documents. All the drawings of sub-Vendors/Vendors etc. shall be checked by Vendor for correctness and compliance with requirement of order /contract and signed before submission it to Owner.
6.1.4 Vendor shall be responsible for correctly incorporating all the points conveyed to him and
resubmit the drawings to the Owner for final approval.
6.1.5 Approval of drawings by Owner shall not relieve the supplier of his contractual obligations and responsibility for engineering, design, workmanship, materials and performance of the equipment.
6.1.6 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 Owner’s Engineer
6.1.7 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 resubmitted for the approval.
6.2 As Built Drawings
6.2.1 Vendor shall provide one soft copy in pen drive and 03 hard copies of ‘As Built’ Drawings
6.2.2 Vendor shall incorporate all changes made in the drawings from approval stage to the handing
over of equipment/system/installation and submit ‘As Built’ drawings in requisite sets (these will be in addition to the sets submitted at the time of approval/for information and up to commissioning). The drawings to be submitted shall include all the drawings submitted for approval, information as also the drawings required for normal operation, trouble shooting, repair, maintenance and testing of equipment/system/installation. An As Built soft copy of all the drawings and logics shall be submitted to the client.
6.2.3 Vendor shall submit the following drawings/data/documents in specified number of copies w.r.t.
particular unit prior to submitting the final bill to the Owner or handing over the installation to the Owner, whichever is earlier.
a) All drawings (Tentative layout/Key plan/GA/Cross sectional drawing/ P&ID/ Electrical/ Electronics) submitted to Owner for approval/information. b) Process and instrument diagram of equipments must indicate the bill of materials for all major components. c) Equipment manufacturing drawings submitted for information of Owner.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
d) Equipment drawings required for operation and maintenance. e) Fault calculations, protection relays setting calculations and recommended settings. f) Inspection reports, factory and site test certificates including valid calibration reports of all instruments, cylinders, safety devices and all other accessories in bounded volume. g) As built drawings incorporating all site modifications. h) Instruction manuals i) List of all mandatory spares as indicated in this tender document along with Bid for one year O&M services post warranty period of 12 months indicating separate price for each item. SHOLAGASCO PVT. LTD. shall review it and place separate call out order for the same as per SHOLAGASCO PVT. LTD.s requirement. The rate shall be valid for 1 year from the date of issue of order. j) Operation and maintenance procedures for individual equipment and total system.
6.2.4 After completion of testing and commissioning of the equipment/system, the Vendor shall
furnish the site test results of all equipment/systems. This shall also indicate clearly, the rectification carried out during testing. In case site test results vary very widely with factory test results, commissioning engineer’s observations shall be clearly indicated against corresponding equipment, identified by manufacturer’s serial numbers.
6.3 O&M Manuals
6.3.1 Vendor shall provide one soft copy in pen drive and 03 hard copies for O&M manuals. The
manual should provide detailed catalogues of all the equipments’ bought out items with cross-sectional drawings including explosive views of all spare parts with part nos. and quantity installed per equipment
6.3.2 Vendor shall prepare operation and maintenance manual for the equipment/system being
supplied to SHOLAGASCO PVT. LTD. The maintenance manual shall include minimum the followings:
a) Log sheets indicating daily/hourly recordings of parameters to be noted down by customer’s operating personnel b) Preventive maintenance schedule for each equipment c) Safety procedures for safe operation of equipment and complete system d) Specifications of equipment installed e) Test procedures for site tests f) List of spare parts with ordering specification and manufacturer’s catalogues g) List of consumables with specifications, brand names and annual consumption figures h) Drawings relevant for erection, operation, maintenance and repair of the equipment
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
i) Procedures for ordering spares
6.3.3 Manuals shall give step by step procedure for:
a) Erection, testing and commissioning b) Operation c) Maintenance and Repair d) Diagnostic trouble shooting/fault location charts e) Tests for checking of proper functioning.
6.3.4 One preliminary copy of the instruction manual shall be submitted by the Vendor for approval to
SHOLAGASCO PVT. LTD. The final manual in bound volumes shall be supplied before dispatch of equipment in specified number of copies.
6.3.5 Vendor shall furnish bound volumes of copies of factory routine and type test certificates for all
equipment.
6.3.6 Following documents shall be submitted by vendor for CNG station tubing and all fittings:
a) Chemical composition for heat b) Chemical composition for products c) Tensile test d) Hardness test e) Flaring test f) Eddy current test g) Leak test h) Visual inspection and dimensional check
6.3.7 Vendor shall furnish bound volume indicating list of spares supplied for each equipment. The
volume shall contain manufacturer’s catalogue number of components with description. It shall also indicate precautions to be taken for storage.
6.3.8 The incomplete data furnished with bid shall make the bid liable for rejection.
6.3.9 The final payment to successful Vendor shall be subject to furnishing the complete
documentation in bound volume in required no. of copies.
7.0 Certification
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
7.1 The requirement of statutory approvals for usage of equipment/instruments/system in
electrically hazardous areas shall be as follows:
7.1.1 The vendor shall be responsible for obtaining all statutory approvals, as applicable for all
instrument and control systems.
7.1.2 Equipment/instrument/system located in electrically hazardous areas shall be certified for use by statutory authorities for their use in the area of their installation. In general, the following verification shall be provided by the vendor:
a) Bidder shall provide certificates (from BASEEFA FM, UL, PTB, LCIE etc.) from country of origin for all intrinsically safe/flameproof protected by other methods equipment/instrument/systems, which are manufactured outside India. If required bidder shall provide necessary certification /approvals authentication for all such intrinsically safe/flameproof equipment/instrument/systems by the Indian authority–Chief Controller of Explosive (CCoE)/PESO, Nagpur, India. b) For all flame proof equipment manufactured within India, the testing shall be carried out by any of the approved testing houses- Central Mining Research Institute (CMRI)/ERTL etc. The item shall in addition bear the valid certification from CCOE /PESO and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS) licence. c) For all intrinsically safe equipment manufactured within India the testing shall be carried out by any of the approved testing houses – Central Mining Research Institute (CMRI)/ERTL etc. The item shall in addition bear the valid certification from CCOE.
7.1.3 Detailed quality control procedure, duly approved by PESO for manufacture of cylinder, fabrication of frame, etc.
7.1.4 The quality assurance program of the tubings manufacturer shall have been audited and ISO
9000 certification achieved by the manufacturer through any one of the following auditing/inspection agencies:
a) ASME b) British Standard Institute c) Det Norske Veritas (DNV) d) Lloyd’s Registrar of Shipping e) TUV
7.1.5 The fittings shall have approval certificates from Lloyds Registrar of Shipping.
8.0 Design Data
8.1 Design Life
The design life of the CNG daughter booster station facilities shall be 30 years as minimum.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
8.2 Site Conditions
8.2.1 The climatic conditions to be considered for selection, design and rating of equipment shall be
for Solapur, Maharashtra location as indicated below:
a) Wind velocity km/hr (max): 120 km/hr b) Ambient. Temp min/max °C: 6.1°C/47°C c) Design Temp: 52°C d) Design wet bulb temp (WBT), °C: 29°C e) Design relative humidity: 90% f) Altitude, M above MSL: 500 to 550 meters
8.2.2 The equipment offered shall be suitable for operation in dusty and tropical climate prevailing at
site.
8.3 Gas Composition
The expected gas composition of the feed gas to the CNG booster compressor is given below. The CNG equipment shall be designed to meet the changes in the gas compositions from gas fields, India. The following details are only for power consumption purpose.
Compositions Normal Gas
Composition (% Mol)
Design Gas Composition
(% Mol)
CO2 4.93 – 0.00 3.5 – 4.2
Hydrogen 0.6 – 0.00 0.00
Methane (C1) 82.43 – 99.10 90.5 – 92.5
Ethane (C2) 7.27 – 0.90 4.0 – 5.6
Propane (C3) 3.47 – 0.00 0.3 – 0.8
C6+ 0.10 – 0.00 0.01 – 0.21
I-Butane 0.65 – 0.00 0.00
N-Butane 0.78 – 0.00 0.002
I-Pentane 0.17 – 0.00 0.00
N-Pentane 0.13 – 0.00 0.00
8.4 CNG Specification
The CNG specification should meet the IS 15403:2000 (E) natural gas quality designation for use as a compressed fuel for vehicles.
The proposed specification of the CNG is as follows:
Gas Temperature -10 °C to 70 °C
Oil Content 10 ppm
Particulate matter < 5 microns
Odorant ≤10 mg/sm3 (Ethyl Mercaptan)
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
8.5 Daughter Booster/CNG Stationary Storage Cascade
Booster Inlet Pressure 30 to 220 kg/cm2g
Booster Outlet Pressure 210 – 255 kg/cm2g
Booster Design Pressure 280 kg/cm2g
Booster Design Temperature 52 °C
Booster Capacity 250 SCMH & 450 SCMH
Stationary Cascade Capacity 3000 WL & 4500 WL
Stationary Cascade Working Pressure 255 kg/cm2g
8.6 Station Tubing and Fittings
Tubing (Seamless) Material Seamless SS tubing as per ASTM A 269 Grade TP 316/316L, bright annealed
Size ½” (Thickness 0.083”), ¾” (Thickness 0.095”)
Tolerance on OD ± 0.005”
Hardness Rb80
Finish Fully annealed
Pressure Rating Shall be suitable for more than 250 bar
Hydrotest Hydro tested as per ASTM A 450 at 350 kg/sq. cm
Tube Hardness As per NACE MR 0175 Certification
Tubing Length 5-6 meters
Tubing content Tubing should have minimum Mo content of 2.5% and carbon content of ≤ 0.03%
Designed Working pressure of fittings 6000 psig
Bar stock of Fittings BS (&) 316-S31, DIN 4401 or ASME SA 479-316 but with carbon content < 0.05% to provide increased resistance to corrosion
Forging standard of Fittings BS 970-316-S31, DIN 4401 or ASME SA-182-316
9.0 Description of Supply
The scope covers supply of complete plant and equipment for satisfactory, trouble free continuous operation of the CNG Booster Compressor Package. The supply shall include all main plant, drive motors, enclosures, cng storage stationary cascade, station tubing & fitting, accessories, spares, manuals as required, including but not limited to the following:
9.1 Booster Compressor
9.1.1 Booster Compressor shall be skid mounted constant speed electric motor driven reciprocating
compressor with 2 or 3 stages giving discharge pressure of 255 Kg/cm2 g with variable suction pressure. Reciprocating, lubricated/non-lubricated, high pressure, multistage, totally air cooled/inbuilt water cooled, gas tight, flame proof electric motor driven and of robust construction.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.1.2 It shall be possible to start the compressor, under unloaded condition, with maximum suction
pressure. Capacity test shall be done at minimum suction pressure of 30 to 40 Kg/cm2g.
9.2 Electric Motor
9.2.1 The design, manufacture and testing of the flame proof motor shall comply with the latest issue
of IS: 325, IS: 2148, NEMA and other relevant standards.
9.2.2 Flame proof motor shall be suitable for Zone-1, gas group llA and llB and as per IS: 5571 and IS: 5572/ IEC.
9.2.3 Flame proof Motor shall be designed for the ambient condition specified elsewhere.
9.2.4 FLP Motor shall be rated for continuous duty (s1).
9.2.5 FLP Motor shall be energy efficient.
9.2.6 FLP Motor shall have Class-F insulation and temperature rise limited to Class-B insulation as
per IS.
9.2.7 FLP Motor rating for compressor shall be 22 KW for 250 SCMH and 37 KW for 450 SCMH Booster Compressor.
9.2.8 Flameproof Motor shall be provided with online grease lubrication arrangement for both Drive
End and Non Drive End side bearings.
9.2.9 Bearing must be guaranteed to ensure smooth operation and life not shorter than 40,000 hours. Provision of measurement of bearing temperature should be provided. The locked rotor withstands time (tE) of motor under hot conditions at 110% of rated voltage shall be min 2 sec higher than the starting time at 75% rated voltage.
9.2.10 The motor shall be suitable for the following cycle:
a) With the motor at ambient temperature, 2 successive start and 3rd start after 5 minutes. This sequence shall be repeated if required after one hour. b) With the motor at steady state load temperature, 1 immediate start and 2nd start after 5 minutes. The sequence shall be repeated if required after one hour.
9.2.11 Motor shall be capable to start within limits of permissible vibration as per IS: 12075.
9.2.12 Motor shall be capable to start compressor under un-loaded conditions with maximum suction
pressure specified.
9.2.13 The motor rating exclusive of service factor shall be minimum of 110% of maximum kilowatt loading required by compressor plus other coupled equipment plus transmission and other losses in any of the specified operating conditions.
9.2.14 The drive coupling shall be of anti-static, fire resistant type.
9.2.15 Integrated motor and variable speed controller may be considered.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.3 Priority Fill System
Vendor shall supply a suitable priority fill system with compressor top-up facility inclusive of regulating valves, by pass valve & liquid filled pressure gauges all mounted in a stainless steel structure. The Priority fill system shall ensure that vehicle filling takes precedence over cascade filling. One 3-way valve shall be provided so that compressor can take suction either from mobile cascade or from stationary cascade.
9.3.1 Case-1, Valves positioned to take suction from mobile cascade
a) If the mobile cascade pressure is more than 200 kg/cm2, the gas dispensing should take place directly from mobile cascade to dispenser bypassing booster compressor. b) Compressor shall start on pressing of manual/auto start push button when the mobile cascade pressure falls below 200 kg/cm2.The priority of filling shall be as follows:
I) First priority: Priority panel shall first fill the vehicle through dispenser. II) Second priority: If no vehicle is to be fueled, priority panel shall fill the stationary cascade. The compressor shall shutdown automatically when either all stages of stationery cascade are filled to a pressure of 250 kg/cm2 or pressure in mobile cascade is less than 30 kg/cm2.
9.3.2 Case-2, Valves positioned to take suction from stationary cascade
a) Dispensing shall be done through stationary cascade without compressor running, if stationary cascade pressure is more than 200kg/cm2. b) Compressor shall start on pressing of manual/auto start push button if stationary cascade pressure is less than 200 kg/cm2. Dispensing into the vehicle should take place as usual. Compressor shall trip if either there is no vehicle for fuelling or pressure in stationary cascade is less than 30 kg/cm2.
9.4 Cooling System
Booster Compressor shall be complete with its own skid mounted water cooling system including an air cooled heat exchanger to cool closed cycle cooling water. The gas temperature after cooler shall not exceed 52° C considering maximum ambient temperature of 47° C for design.
The inter cooling and water jacket shall be designed with 10% margin over maximum heat load under any operating condition over and above the fouling factor as per relevant international standard. Temperature switch and Flow switch shall be provided on the cooling water return line to shut down the compressor in the event of high cooling water temperature and low cooling water flow respectively.
Air cooler fan, silencer etc. shall be designed to limit noise level to IS: 11446 standard requirements.
9.5 Piping and Valves
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
All gas piping shall confirm to applicable standard requirements. Seamless pipes shall only be used. All joints shall be welded.
Tubing material shall be SS: 316 confirming to ASTM A269. All tubing, fitting and valves on high pressure tube work shall be SWAGELOK/PARKER makes only.
All external drains and vents shall be not less than 1” Nominal Bore. All the vents shall be connected to a common header and released at a safe height with rain hood. All the drains shall be collected and terminated at one point at edge of skid.
All relief valves shall be spring loaded type and shall be sized for full capacity discharge. The set pressure for intermediate stages shall be 10% above the maximum allowable working pressure and the final stage relief valve shall be set 6% above the rated discharge pressure of 255 Kg/Cm2 g or shall be as per the limits defined in API618/API520.
9.6 Pulsation and Vibration Control
9.6.1 Pulsation suppression devices, if required shall be designed as per API 618 design approach 3.
9.6.2 Vendor shall furnish type report on mechanical and acoustic performance of identical skids
supplied if any or if any simulation studies are carried out.
9.6.3 Vibration transmitter (analog) shall be provided so that compressor shall trip in case of vibration exceeding desired limits.
9.6.4 All pressure transmitters, Resistance Temperature Detectors (RTDs), Digital switches; vibration
transmitter shall be connected to PLC via barriers.
9.7 CO2 Flooding System
The package shall be protected against fire with automatically operated CO2 flooding system designed as per NFPA-12 and consisting of two cylinders, piping, valves and control systems etc. The minimum requirements of the system shall be as under:
9.7.1 Gas Detection by installation of hydrocarbon gas detector (IR type) with self-check function and
transmitter with adjustable alarm levels (0-100%) with preset of 10%, 20% and 50%. Each enclosure should have at least 2 nos. gas detectors.
9.7.2 Installation of flame detector (UV-IR type) with self-check function and transmitter, alarm on
detection of flame. Each enclosure shall have minimum 2 nos. of flame detectors.
9.7.3 CO2 flooding system will consist of 2 nos. of adequately sized CO2 cylinders. One cylinder will act as main cylinder & other as stand by, which shall have identical arrangement and connected to the system. The cylinders shall be placed outside the package enclosure and in a shed to protect from weather and direct sunrays as per Gas Cylinder Rules, 2016 and subsequent amendments, if any. Cylinders shall be fitted with automatic actuated valves, solenoid valves, etc. for automatic actuation. Control philosophy shall be such that in case main cylinder fails the standby cylinder shall discharge automatically. For this the vendor shall provide suitable device such as pressure switch (intrinsically safe type) to detect the failure of main cylinder. One
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
manual switch / call point shall be provided to operate the CO2 cylinder from remote control room. Pull down lever on cylinder valve for manual operation shall also be provided.
9.7.4 9.7.4 The System shall be designed to operate on 24 V DC supply.
9.7.5 FRLS (Fire resistant low smoke) cables shall be used for the wiring of the system.
9.7.6 9.7.6 Interlock of CO2 Flooding system with respect to compressor shall as per following
sequence:
a) Compressor shall trip on detection of gas at preset level. b) Compressor shall trip on detection of flame at preset level and automatic discharge of CO2 gas shall take place from the main cylinder simultaneously. c) Compressor shall not start if the CO2 Flooding System is faulty, not working, Switched OFF etc. The compressor shall be able to start only when the CO2 Flooding System is in healthy working condition. d) Maintenance Override Switch shall be provided to keep the system off during maintenance. This feature shall be in compliance to the point no. (c). e) Selector switch shall be provided to put Main/Stand by Cylinder in line at the turn of a switch as per requirement.
9.7.7 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.
9.7.8 Flame proof CO2 flooding system is required and 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. CO2 flooding system to be integrated with PLC and no additional cards should be required. GD/FD should directly interface with PLC. Weight and Pressure of CO2 shall be monitored through PLC.
9.7.9 The Bidder shall also provide suitable manual weighing arrangement to facilitate weighing of
the cylinders without requiring the cylinders to be detached from the installation. For this lever operated lifting arrangements shall be made.
9.7.10 Online weight loss indication device to be provided to ascertain the health of CO2 flooding
system. Health status of CO2 system shall be monitored and controlled through PLC.
9.7.11 All installation shall be compatible for hazardous area Class 1, Division 1, Group-D for Methane Gas. One blinking aviation lamp shall be provided at the top of compressor canopy suitable for hazardous area for fire indication.
9.7.12 The system designed by the Bidder shall be duly approved by SHOLAGASCO PVT. LTD.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.7.13 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 Bidder 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 per package) shall be provided with the system.
9.7.14 System shall be offered for testing to SHOLAGASCO PVT. LTD. by the Bidder after
commissioning at site by creating actual Gas leak and simulated 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 Bidder at no extra cost to SHOLAGASCO PVT. LTD. after performance test. If the system fails during testing, subsequent testing and refilling would be at Bidder’s cost.
9.7.15 CO2 flooding system piping of the compressor shall be Hydro tested after installation at site.
Manufacturer’s Test Certificates of seamless CS tubes / pipes to be a part of technical dossier.
9.7.16 Warning and operating instructions to be displayed at equipment as per the statutory/safety regulations.
9.8 Electrical System
9.8.1 All electrical equipment of compressor package shall be installed in accordance with IS: 5571
for Zone-1, gas group IIA and IIB, NFPA 70, NEC for Class-1, Group D Division 1. All flame proof equipment shall be certified by CMRS or a recognized certifying authority. Over and above, vendor will also provide CCOE certificate for all flame-proof equipment’s.
9.8.2 All Electrical Components shall have CCOE/CMRS/ATEX Certificates.
9.8.3 Flame proof lighting fixtures shall be provided in the sound proof Compressor and Motor
enclosure.
9.8.4 FLP motor shall be designed as per applicable ISS/NEC Code.
9.8.5 Phase sequence preventer and earth fault relay shall be provided.
9.8.6 The PLC modules shall be replaceable slot ones (i.e. each and every slot like communication module, redundant Power module, latest CPU version with approved license , DI/DO, AI/AO Modules shall be replaceable ones).
9.8.7 The PLC shall have an open protocol communication system.
9.8.8 The Vendor shall provide Ethernet Card with 6-port Ethernet switch ATEX approved.
9.8.9 Extra Modbus card shall be provided which is connected with the PLC.
9.8.10 All compressors shall have approved cable schedule with respective Tags.
9.8.11 Cabling inside the enclosure shall be of 1.5 sq. mm core.
9.8.12 Cabling outside the enclosure shall be minimum 2.5 sq. mm core.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.8.13 All the signal cables shall be screened armoured cables only.
9.8.14 All the control and power cables shall be armoured cables only.
9.8.15 All the communication cables shall be screened and shall be terminated to junction box threaded GI conduits only.
9.8.16 All the cables shall be laid in through galvanized cable trays.
9.8.17 All ferruling to be carried out in compressor shall be PVC Printed ferrule ones.
9.8.18 All data sheets for the instruments to be installed and QAP shall be approved and a copy of the
same shall be submitted to SHOLAGASCO PVT. LTD. prior to procurement.
9.8.19 All the field instruments signal (except local pressure gauge, temp. gauge) shall be connected to PLC and configured in HMI. Hence necessary provisions (like supply & mounting of barriers, repeaters etc.) shall be made available in the panel by the vendor. PLC shall support standard protocol like MODBUS RTU, DNP, Ethernet NTP and it shall have interface facility with mass flow meter, Fire& Gas system and CO2 flooding system and with local monitoring system and Grid/SCADA system.
9.8.20 Contactor – AC3 duty
9.8.21 Start-stop push buttons, Indication lamp for ON, OFF, Trip
9.8.22 Power meter with Modbus connectivity.
9.8.23 Timer
9.8.24 Flameproof power distribution panel for lighting and other auxiliary loads should have one
incoming and adequate number of outgoing feeders and one number spare feeders. The incomer shall have MCCB, Voltmeter with selector switch etc.
9.8.25 Ammeter shall be provided for all motors above 3.7 KW rating.
9.8.26 Emergency push buttons shall be lockable and have stay put except in case of critical devices
such as lube oil pump etc.
9.8.27 Vendor shall furnish the Single Line Diagram of each panel with bid.
9.8.28 All power cables shall be 1100 V grade PVC insulated, extruded, inner sheath, GI Wire/Flat armoured FRLS PVC outer sheathed over all heavy duty cables conforming to IS : 1554 Part-I. Power cables upto 10 sq. mm shall be stranded copper conductor and 16 sq. mm above shall be stranded copper conductor cables.
9.8.29 All control cables shall be 1100 V grade PVC insulated, extruded inner sheath, GI Wire
armoured, FRLS PVC outer sheathed over all stranded copper conductor cables confirming to IS : 1554, Part-I. Spare cores to be kept in each control cable.
9.8.30 All non-current carrying metal enclosures shall be bonded for earth continuity to the earth grid.
9.8.31 All equipment earthing shall be carried out as per IS: 3043.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.8.32 Cables glands shall be flame proof & double compression type.
9.8.33 Lugs, ferrules and hardware as required for completeness of the works are in the scope of
vendor. All junction boxes shall have flame proof metallic enclosure.
9.8.34 Surge Protection Devices of MTL/Phoenix make shall be provided in the control panel.
9.8.35 HMI System (Human Machine Interface):
a) All operational buttons shall be on display except the Emergency Stop Button. b) Display system shall be whether proof to IP65. c) Vendor shall also provide one set of source and object codes for PLC, HMI on LCP (in both forms, hard and soft). d) Bidder shall indicate power/feeder (KW/Amp) requirement in the offer and shall supply power KWH meter for power consumption of the complete package including all accessories to be installed in the control panel. KWH reading shall be available in HMI. e) All the parameters on PLC shall also be available on HMI on single page or shall AUTO SCROLL (interval shall be programmable) during compressor Running/Stop mode. f) The PLC system offered shall be supplied with monitor and memory card for processing of live data and stored data. g) The PLC shall be capable of compressor control and emergency shutdown; fire/gas detection and monitoring; graphics, data acquisition, monitoring and logging, viewing, modifying set point and range of all process parameters for which transmitters are provided; record the last 20 alarms of abnormal operations on separate page, display of flow meter data for flow rate and flow tantalizer (i.e. gas suction and gas discharge) and power consumed by motor, compressor running hour. h) The above data will be viewed / analysed offline (during shutdown of compressor) or online through dedicated SCADA port (Ethernet / RS 485) on laptop / local PC. Necessary software for downloading data and processing as defined above shall be provided. 10-meter cable with suitable adaptor shall be provided.
9.9 Instrumentation and Control
9.9.1 Control System Philosophy
a) Booster Compressor Control System shall be designed in “Fail-Safe” manner so that in case of any fault, discrepancy or abnormality, it will go in safe mode. All controls shall be made in fail safe mode & failure of any control shall not lead to operation of equipment/system in unsafe condition. The control system must ensure safety of equipment as well as personnel. b) In case of fault, a warning hooter shall operate, the sound of which should be audible at distance of at least 15 meter. Further the fault alarm and emergency stop Push Button (PB) shall be duplicated in the office of CNG station. Acknowledgement/resetting of fault shall be
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
possible only from Booster Compressor panel. Emergency stop PB’s shall be mushroom head turn lockable type. c) Once that fault is acknowledged or the motor, compressor etc., are down for any normal maintenance, the valves of priority panel shall take the position so that gas available in the cascade can be dispensed. d) All control logic, interlock, monitoring and annunciation shall be achieved using programmable logic controller. The controller and associated equipment shall be designed to work satisfactorily in the environment expected to be prevailing at site.
9.9.2 Instrumentation
a) The Hazardous area classification for compressor package is Class I, Group D, Division I. All the instruments shall be suitable for this area. b) All package mounted transmitters & temperature elements shall be intrinsic safe “ib” as per IEC 60079 and solenoid valves, switches and related junction boxes shall be flame proof “EExd” as per IEC 60079. Other special equipments/instruments, where intrinsic safety is not feasible or available shall be flame proof as per IEC 60079. c) The compressor package instrumentation & control shall be configured both for manual and fully automatic control system including starting, shutdown as applicable for unattended operation. PLC based control system shall be supplied along with Human-Machine Interface (HMI). d) All electrical instrumentation shall be suitable for hazardous area classified above. Electrical instrumentation shall be certified by a recognized authority e.g. BASEEFA, PTB, LCIE, CESI, INIEX, CMRI etc., and comply with Cenelec or other equivalent international standards. e) Vendor shall submit detailed P&ID, indicating the complete instrumentation & control. f) All the instrumentation shall be capable of operating for process condition. g) Separate junction boxes shall be provided for each type of signal i.e. analog, digital, solenoids, RTD/thermocouple, intrinsic safe and for power supply. All signal and control cables shall be laid in separate trays. h) All inter locks & safety shutdown shall be carried out in local control panel to be supplied by Vendor using plug in type electro mechanical relays. i) Suitable by pass for interlocks shall be provided for startup. j) All pressure gauges shall be provided with block & bleed and have accuracy of ±1% of FSD (full scale deflection). These shall be weather proof to IP65 as per IEC 60529 and shall have features like bayonet type screwed bezels, externally adjustable zero, over range protection and blowout disc. Pressure sensing element shall be minimum of SS316 & movement of SS304. The range shall be 150% higher than operating pressure and pressure gauge shall be liquid fitted type. Pressure gauges shall be supplied with required accessories like snubber, solid front, gauge saver etc. wherever necessary. Over range protection shall be 130% of FSD value. All Pressure gauges on process line having range more than 40 kg/cm2 g shall be solid front type.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
k) The temperature gauge shall be generally mercury in steel filled type, weather proof to IP 65 as per IEC 60529 & with capillary extension. Capillary tubing shall be min SS 304 with SS flexile armouring. The gauge shall have accuracy of ±1% FSD. The range shall be 150% higher than operating temperature. l) All the field instrument signals (except local pressure gauge, temperature gauge) shall be connected to PLC and shall be provided with Ethernet card for SCADA connectivity. Hence necessary provisions (like supply & mountings of barriers, repeaters etc.) shall be made available in the panel by the contractor. PLC shall support standard open protocols like MODBUS RTU, DNP, Ethernet NTP and it shall have interface facility with mass flow meter and CO2 flooding system and with local monitoring system and Grid SCADA system. Local gauges shall be connected neither to local monitoring system nor SCADA system. m) Units of measurement
Flow Sm3/Hr (SCMH)
Pressure Kg/Cm2g
Temperature Degree Celsius (°C)
n) Each booster compressor package shall be provided with following Indicators:-
I) Pressure indicators at each stage suction II) Pressure transmitter at each stage discharge III) Temperature indicator each stage suction IV) Temperature transmitter/RTD at each stage discharge and final stage V) Oil pressure indicator and transmitter on each pressure lubrication system. VI) Oil cooler outlet temp RTD. VII) Oil levels VIII) Running Hour meter IX) Compressor jacket water temperature X) Power meter should have Modbus connectivity.
o) Each package shall be furnished with following tripping circuit:
I) Low lube oil pressure II) High Oil Temp. III) Excessive discharge temperature each stage IV) Excessive discharge pressure each stage
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
V) Excessive Priority Pressure (High Bank) VI) Gas leakage VI) Flame Detection VII) High vibration-on activation of vibration transmitter VIII) High Imbalance Current IX) Earth Fault, over current and under/over voltage X) Improper Phase Sequence/Phase reversal
p) Common trips
I) On actuation of gas detector alarm. Gas detection alarm to be set at 20% of LEL
II) On actuation of flame detectors alarm. Audible alarm shall be available up to distance of 15 m from package and CO2 system should operate.
III) On pressing of manual stop button at compressor package.
IV) On pushing of emergency stop device
V) Each package shall be furnished with an audible and visual alarm system for annunciation on compressor trip.
q) Emergency shutdown device
Vendor shall also supply the Emergency Shutdown (ESD) system. This shall be in accordance with NZS 5425. The system shall be designed in fail safe manner and it shall be incorporated in the system to isolate cascade storage from dispenser, stop compressor, isolate the compressor suction line & ground ignition on activation of ESD switch. This ESD switch shall have to be manually reset to restart the compressor package again. All the ESD system components, switches, valves, tubing & fittings shall be suitable to hazardous area and shall be supplied by Vendor.
r) Priority Panel
Priority panel consists of 3 banks filling system consisting of control valves, pressure transmitters, Non-return valves and isolation valves. Each priority should have Pressure transmitter and should have set points for Auto Start/Stop of the compressor.
9.9.3 Instrument Identification
The instrumentation terminology shall confirm to ISA S51.1 “Process Instrumentation Terminology”.
9.9.4 General Specifications
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
a) Cable entry from bottom, bidder to indicate all cable/wiring details and sizes as per compressor requirement for procurement and erection by vendor. b) Wire identification ferrule no.: PVC printed as per ferruling methodology, black color printed on white sleeve. c) Internal tag plate: sticker, yellow background with black letter. d) External tag plate: lamicoid with white letters and black background, provide clear indication of selector switch position. e) HMI and power meter should be provided with canopies. f) Provision to be made to attach copy of wiring diagram inside panel.
9.10 Skid Enclosure
9.10.1 The skid, carrying the compressor package equipment as specified, shall be fitted with an enclosure to provide a degree of protection equivalent to 1844 as per IS: 1939 complete with necessary acoustic insulation to achieve specified noise level.
The enclosure shall have doors for normal access and removable wall panels for maintenance of equipment. Internal lighting system shall be provided.
Enclosure design shall ensure that gas accumulation does not take place. The enclosure shall be flame proof and water proof of a strong light alloy material as may be approved by engineer. A suitable forced air ventilation system shall also be provided as part of scope of supply.
9.10.2 Gas detection system comprising 2 nos. LEL detectors shall be provided with provision for
automatic shutdown of compressor in case of gas leakage.
A flame detection system (2 nos. FD-Triple IR Type) with necessary controls to shut-down the compressor on flame detection within enclosure shall also be provided. Additionally, provision shall be made for CO2 flooding in case of fire detection. 2 Nos. CO2 cylinders (one on line and other as standby) shall be included in scope of supply.
9.10.3 The Booster Compressor package control system shall be designed for unattended safe
operation in automatic mode and perform functions like unload, start, load safety. The compressor shall start in auto mode in case high bank storage pressure falls below 205 kg/cm2 and stop once the pressure in all banks of stationary cascade reaches 250 kg/cm2. The priority fill system shall ensure the filling of vehicle, high bank of cascade, medium bank of cascade and low bank of cascade in correct order. The priority fill panel shall be designed to ensure filling of vehicle, storage cascade in correct order.
The priority fill system shall be designed such that it shall ensure 205 kg/cm2 g pressures in CNG dispenser outlet port. Design of priority fill system shall be selected to achieve maximum flow rate through combined flow from compressor and 3 banks cascade arrangement. All priority shall be full flow ball valves having high Cv. Vendor shall indicate flow rate achievable through proposed priority fill system design. The total pressure drop through the system shall not be more than 5 kg/cm2 g.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
The Outlet Priority panel settings (3 Priority Settings) should be in such a way that switchover from LP, MP and HP should be maintained at specified pressure settings from Low to Medium to High will be in accordance to Dispenser pressure settings so that three banks will be utilized in tandem.
The compressor package control system shall be designed in such a way that the first to go into alarm condition shall lock out to indicate the cause of the trip. The lock out condition shall be manually reset.
9.10.4 Automatic compressor unloading/loading systems, automatic start & stop of compressor. The
priority panel shall be installed inside the compressor package.
a) Flame and weatherproof acoustic enclosure complete with internal lighting, a ventilation system in order to prevent accumulation of explosive gases two infrared L.E.L. detectors and UV flame detector systems. b) CO2 flooding system shall have online hanging type weighting devices with two equal size cylinders with each cylinder being suitable for flooding the compressor enclosure. One CO2 cylinder shall remain online and second as standby. c) Instrumentation & controls as specified in the tender. d) All electrical accessories & auxiliaries as specified in the tender. e) Two nos. earthing terminal (threaded bolts) of M10, 50 mm long shall be provided on two sides of compressor chassis. The redundant Earthing of motors from 0.5KW to 10KW shall be of 16Sqmm and that of the main motor and compressor shall be done with 50x6 GI Flat. f) All compressor packages shall be identical and meet the following requirements.
I) Each compressor shall be sized and selected for the operating conditions specified in the data sheets and shall be driven by an electric motor along with their auxiliaries. II) Compressors shall be mechanically powered, operating at constant speed and having minimum two stages of compression. All components of compressor shall be designed to run safely to the driver speed trip setting. III) Vendor shall size compressors with guaranteed flow with no negative tolerance for gas composition with variable suction pressure of 30-200 kg/cm2 g, suction temperature of 35-degree C and discharge pressure of 255 kg/cm2 g. IV) Average flow capacity (over full range of suction pressure from 200 kg/cm2 to 30 kg/cm2 varying on continuous basis) shall be 250 SCMH and 450 SCMH for the respective capacity booster compressor. V) System shall be designed such that it shall be possible to start the compressor under unloaded condition with maximum suction pressure specified on the data sheet with all cases of gas compositions.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
VI) Design Gas Composition shall be gas composition for guarantee point. However, compressor shall be suitable for continuous operation with all cases of gas composition and operating parameters specified in data sheet.
9.11 CNG Stationary Storage Cascade
The following specification is to give the vendor the technical and operating conditions the cascades must fulfil. Features other than those indicated herein but which call for a better design, increase in efficiency, enhanced reliability, optimization may be accepted subjected to Sholagasco Pvt. Ltd.'s approval. The Vendor may submit their bid for any alternative design as optional item which may be indicated separately describing all advantages. The cascade shall be shipped in completely assembled condition. Gas supply line and delivery connection shall be made at site. The vendor shall bid in their main offer, items according to the technical specifications outlined below:
9.11.1 Cascade
a) Cascade shall be a group of cylinders of capacity required to meet the specified total water capacity, dimensional and weight limitations. The cascades shall also be provided with steel structural frame having facility of lifting and placement. Cylinders of 75 liters water capacity at 15°C are only envisaged. All cylinders in a cascade shall be of same capacity.
b) Stationary Cascade storage capacity: The water storage capacity of cascade shall be 3000 & 4500 (-0%/+5%) water liters at 15°C.
c) Cascade storage dimension:
The tare weight of one cascade shall not exceed 6.0 tons for 3000 WL capacity and 8.8 tons for 4500 WL capacity. The overall dimensions shall not exceed: For 3000 WL Capacity: Length 4500 mm, Width 1900 mm, Height 1900 mm (with canopy) and Length 4500 mm, Width 1900 mm, Height 1600 mm (without canopy) For 4500 WL Capacity: Length 5500 mm, Width 1900 mm, Height 1900 mm (with canopy) and Length 5500 mm, Width 1900 mm, Height 1600 mm (without canopy) d) Filling Permissions for all cylinders in cascades are to be furnished along with supply. All cylinders shall be new and unused. Re-certified cylinders are not acceptable. e) There shall not be any back flow between any two banks with all valves open. f) The water liter capacity of any individual cylinder in-group of cylinders forming cascades shall not exceed 75 liters at 15°C.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
g) The design of cylinder shall be as per IS 7285 – Part II: 2004 Standard and approved by Chief Controller of Explosives (CCoE), Government of India for use in India for specified conditions. h) Working Pressure of cascade cylinder shall be maximum 255 kg/cm2g at 15°C. i) Cylinder material shall be seamless alloy steel (Cr-Mo) as per design approval by Chief Controller of Explosives (CCOE), Government of India. j) Cylinder neck threading shall be as per IS 3224- 2004 or as per design approved by Chief Controller of Explosive (CCOE) Government of India. k) The cylinder shut-off valve shall be with fusible burst disc confirming to requirements of IS: 3224 (2004) or as per design approved by Chief Controller of Explosives (CCOE), Government of India.
l) The burst disc shall rupture on excess pressure as well as excess temperature either individually or combined. The burst disc discharge shall be manifolded to a common header for safe venting. Vendor shall indicate burst pressure and temperature. m) The cylinder shut-off valve orifice shall be designed for high flow to permit the combined flow of 100 kg/min from each bank at pressure of 255 kg/cm2g. Vendor to furnish necessary calculations indicating overall pressure drop for each bank, Coefficient of flow (Cv) values, valve orifice size etc. n) Number of cylinders in the cascade shall be divided into three independent banks of low, medium and high pressure of different storage pressures. Vendor shall optimize the number of cylinders in each bank for maximizing the recovery from the cascade storage and submit the calculations along with the bid. Vendor may assume the residual cylinder pressure of the vehicle coming for refill at 50 kg/cm2g and 28 kg/cm2g in case of booster compressor at daughter station. o) The interconnecting tube work of cylinders manifold in configuration suitable for priority filling and sequential dispensing system by the electronic CNG dispensers at the Retail Outlets. p) Full bore ¾” ball valves for isolation shall be provided at inlet/outlet of each fill line and at each bank. q) The interconnecting tube work for pressure Manifold shall be minimum of 3/4" OD tubing with 1/4" for pressure Gauge Line and 3/8" Copper tube loops for Vent Manifold. The sizing of connecting tubing between each outlet and its associated cylinders shall be such that where they join the total incoming flow areas shall not be less than outgoing area. The loops in tube work shall be provided for absorbing contraction, expansion and vibration piping / tubing shall be suitably clamped to the frame structure. r) Cylinders in the cascade should be horizontally placed. In horizontal configuration, minimum 30mm cylinder to cylinder gap shall be provided. The material used to separate the cylinders should be sufficiently strong enough and should not absorb moisture. Special precautions should be taken to avoid corrosion at the point of contact. s) All cylinders in cascade shall be identical (of 75 litre water capacity).
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
t) Proportion for flow from the three banks shall be 50% (Low bank), 30% (Medium bank) and 20% (High bank)
9.11.2 Cascade Frame
a) The frame shall not allow lateral and rotational movement of cylinders during regular road transport under any circumstances. Vendors shall take into account the rough patches / bumps on roads. b) Frame shall be free standing and have facility for lifting by crane and forklift the complete assembled cascade without removing canopy. Bottom and top of frame shall be reinforced to prevent any twisting or strain to inter- connections among cascade cylinders during lifting by crane, forklift and during the transport. c) Frame structure of each cascade shall be capable of withstanding 4g impact (four times gravity) from any direction without any distortion. Calculation shall be carried for same of one complete cascade with all cylinders mounted. Calculation sheet shall be submitted to SHOLAGASCO PVT. LTD./Consultant’s review. d) All items used in the frame shall be weatherproof. Frame shall be suitably covered with canopy from top to avoid the ingress of rain water. e) Supplier shall submit structural drawing of the frame giving details of the steel, welding procedure, corrosion protection for approval of SHOLAGASCO PVT. LTD. before commencing fabrication work. Vent header with nipple, end flange shall be of CS material.
9.11.3 Piping/Tubing/Fittings/Pressure Gauges
a) Materials used for the piping shall be stainless steel 316 fully annealed seamless confirming to ASTM A269 with maximum hardness of Rb80 or less and suitable for bending and flaring. OD tolerance shall not exceed 0.005%. The piping/ tubing material shall be of Sandvik/Parker make. b) All SS fittings including valves shall be of Swagelok / Parker make. Material shall be SS 316 conforming to ASTM A269. Open ends on fittings and vents shall be provided with caps. c) Bidder shall provide Pressure Safety Relief Valve in each bank of Parker/Swagelok make. d) All Cylinder Valves shall be of Vanaz make. All Brass Fittings shall be of Parker/Swagelok make. e) Liquid filled (glycerine) pressure gauges of diameter 4", (0-600 kg/cm2) Wika make with a 3- way relief/isolating valve on each bank shall be used. f) Liquid filled (glycerine) Temperature gauges of diameter 4" Wika make (0-200 degree C) shall be used for each bank. g
h) Material of vent tubing shall be Copper. The piping/ tubing material shall be of Sandvik /Parker make.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
i) A pressure relief safety valve on each bank shall be used, to release of excess pressure set at a not exceeding 20% above the maximum allowable working pressure of the system for fusible burst disc. Relief devices should be positioned in such a way as to avoid discharge of high pressure gas to the operator or persons in close vicinity. j) All the vents shall be connected to a common header and released at a safe height of 3 meters above the cascade foundation with rain hood.
9.12 CNG Station Tubing and Fittings
9.12.1 The basic material for fittings shall be SS 316.
9.12.2 The fitting end connections shall be compatible to tube of hardness < Rb80
9.12.3 All component parts of the fitting shall be of the same material. The ferrule material shall be
able to withstand an atmosphere of natural gas, oil and moisture without rusting.
9.12.4 Supply of SS tubes and fittings of all sizes and rating as required for successful completion of work.
9.12.5 All fittings shall be designed in conformance with the requirements of ASME B31.3 and
applicable standards. Area classification applicable for all items shall be Class 1, Division 1, Group D as per NEC or Zone-1, Group IIA/IIB specification or equivalent specification. All fittings shall be designed so that all parts / components meet the requirements for the specified area classification.
9.12.6 The SS fittings shall be of flare less design and four-piece construction, consisting of front and
rear ferrules, nut and body suitable for use on SS tubes conforming to ASTM A 269 TP 316. All the parts should be interchangeable with any other reputed fittings.
9.12.7 Fittings shall be rated for at least the design pressure as stipulated in the material requisition.
The design of fitting shall ensure that they shall be capable of holding full tube burst pressure after only one and a quarter turn pull of the nut.
9.12.8 The threaded ends of fittings shall be NPT as per ANSI B.1.20.1, Especially male threads are to
be made by cold rolling method and shall be protected by plastic caps. 9.12.9 All Fittings should be hydro-tested to a pressure of 1.5 times the working pressure. The fittings
shall hold the tube with a collecting action producing a firm grip on the tube without substantially reducing the wall thickness.
9.12.10 Fittings shall not torque the tubing during original or subsequent make-up of the connection and
should use geometry for inspection before and after make-up. The fitting shall not require disassembly for inspection before or after make-up.
9.12.11 The tube fittings shall be gaugeable for sufficient pull up after one and a quarter turn. Tube
fittings shall have a gaugeable shoulder and there shall be no radius at the point where the shoulder meets the neck of the fitting body.
9.12.12 The gap inspection gauge shall be easily insertable at finger tight position of nut. The gap
inspection gauge shall not be insertable between the nut and shoulder of the fitting after completing only one and a quarter turn pull up of the nut.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.12.13 The tube seat counter bore in the body shall be faced flat 90° to the axis of the tubing to minimize tube expansion and subsequent galling.
9.12.14 The sealing and gripping power of the fitting shall be controlled such that the action between
ferrules will overcome commercial variations in tubing wall thickness, hardness, diameter and installer skill.
9.12.15 The seal contact areas of the fitting body shall have a machined finish of 32 Ra or better.
9.12.16 The fitting body shall have no machined stop or shoulder to preclude additional tightening in
subsequent make up. If shoulder is provided, supplier to supply hydraulic swaging tool with the supply of fittings to enable efficient swaging. This shall be at no extra cost to SHOLAGASCO PVT. LTD.
9.12.17 Front Ferrule:
a) The front ferrule shall affect a long, smooth repeatable seal by contact with body and a grip hold on the tube surface. b) The front ferrule shall always remain in a sprung condition to compensate for thermal stresses and to accomplish repeated make or break. c) Front ferrule which is wetted part shall not be hardened by Heat treatment. d) The sealing cone of body where front ferrule seats shall be burnished to remove tool marks and to give extra smooth surface for proper sealing.
9.12.18 Rear Ferrule:
a) The rear ferrule shall collet the tubing surface, improving the performance of the tubing in systems of high impulse or vibration. b) The rear ferrule shall have a machined recess on the inside diameter and shall have complete surface hardening so as to substantially reduce the required pull up torque. Both the requirements i.e. complete surface hardness and machined recess shall be met for all rear ferrules. c) Rear ferrule, which grips the tubing and not typically wetted part shall be significantly hardened than the tubing up to RC 60 hardness. d) Rear ferrule shall not be hardened by Heat treatment. e) For hardening of back ferrule multiple processes shall not be-used.
9.12.19 Nuts shall have silver plated threads to act as a lubricating agent to avoid galling and to reduce
tightening torque.
9.12.20 Fitting body, nut and Ferrules shall be Electro polished.
9.12.21 Fittings shall be suitable to operate at high temperature and pressure combinations.
9.12.22 Trays:
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
a) Type: Perforated tray b) Material: Galvanized Iron c) Sheet Thickness: 3 mm d) Width: 300/150mm e) Length of tray: 2.5 Meter f) Accessories: Clamps and Nut bolts, couplers etc. as required g) Tray shall be supported at every: 1.5 meter interval. Necessary accessories shall be included.
9.12.23 Providing all equipments, manpower, machinery, consumables for fabrication, laying,
installation, inspection, testing and pre-commissioning and assistance during commissioning: all types of safety tools, tackles, devices and apparatus, equipment etc. including ladders and scaffolding etc. complete as required including providing of all types of consumables, tools, tackles and facilities for inspection and interpretation of testing results by SHOLAGASCO PVT. LTD./SHOLAGASCO PVT. LTD.’s Representative personnel.
9.12.24 All steel materials such as structural steel, reinforcement steel, shims, wedges, packing plates,
pipes, perforated trays, nuts and bolts etc. for all types of supports and foundation as required (Pipes supplied by Company shall not be used for fabrication of supports I saddles etc.). All nuts and bolts, washers, U-bolts, clamps, clips etc. as required for fabrication of support and other structural works. Tube/ Tray supports like MS plates, GI plates, flats, pipe etc.
9.12.25 All types of painting materials including primers, paints, solvents, sand blasting materials,
cleaning agents, compressed air etc.
9.12.26 Nitrogen for purging of tubing.
9.13 Painting Requirements
9.13.1 Booster Compressor
a) Packing shall be sufficiently robust to withstand rough handling during ocean shipment & in-land journey. Sling points shall be clearly indicated on crates. b) The external steel surfaces of equipment & piping shall be painted as per Vendor standard. The paint shall be chosen, primed and applied as to have a service life of ten years. The exterior of equipment and container is required to be corrosion free for ten years and to have fade free life without oxidation of paint surface for five years in an environment of bright sunlight with an intense UV content. c) Name plate, moving parts of machinery, finned tube surfaces; v-belts sheave grooves & temporary shall not be painted. d) The headers of air-cooled exchanger shall be galvanized.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
9.13.2 CNG Storage Cascade
Cylinders shall be painted as per Gas Cylinder Rules/IS code as follows:
a) White colour on cylinder body b) Signal red on cylinder neck portion c) Yellow colour on frame
Cascade and spacer frame to be painted with anti-rust and etching primer under coat. Importance should be drawn to avoiding corrosion which can limit the working life of a cylinder and affect the fatigue characteristics in serious cases. The implementation of good periodic maintenance anti-corrosion procedures is strongly recommended.
The paint shall be chosen, primed and applied as to have a service life of five (5) years. The exterior surface is required to be corrosion free for five (5) years and to have fade free life without oxidation of paint surface for five years in an environment of bright sunlight with an intense UV content.
Surface preparation by Shot Blasting as per grade SA 2 1 / 2 IS 9954/ ISO 8501. Three coats of paint shall be applied with minimum thickness of 300 micron. The recommended painting system should be of category C5-I very high (Industrial) as specified in the standard ISO 12944 Part 1 – 8. The proposed Painting system shall conform to Table A5 of ISO 12944 - 5 standard.
9.14 Inspection and Testing at Vendor’s Works
9.14.1 Booster Compressor
a) Inspection and Test Requirements shall be as per approved QAP. b) Bidder shall confirm compliance to all inspection and testing Requirements. c) Bidder shall submit detailed Test Procedure for Approval of the Purchaser two months in advance of the actual date of conducting each test. d) Factory Acceptance Test (FAT) at supplier’s works/factory shall be done and witnessed by third party. In addition to third party, consultant/purchaser may also witness the FAT. The bidder shall notify the timing of such inspection and testing at least 15 days in advance to Purchaser/consultant. Purchaser/consultant shall depute their representative for witnessing the tests. Purchaser/Consultant may also witness the stage inspection as per convenience. Cost of third party inspection including fee payable and arranging the same shall be borne by bidder. Approved third party inspection agencies are EIL, BVQ, DNV, MECON and Lloyd’s reg. e) Mechanical Running Test (MRT): The MRT for each compressor shall be carried out in presence of Purchaser/consultant or their representatives and third party as arranged by the bidder with job or shop driver including complete job driving system for 4 hours continuously at shop of compressor manufacturer. The
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
compressor need not be pressure loaded for MRT test. During this test following shall be recorded at agreed intervals.
I) Vibration levels measured on cylinders and frame II) Bearing temperature III) Oil cooler inlet and outlet temp IV) Bidder shall submit test procedure for approval
9.14.2 CNG Storage Stationary Cascade
a) Vendor shall carryout 4-G static calculation of one complete assembled cascade with all the cylinders mounted and filled and submit the same for SHOLAGASCO PVT. LTD./ Consultant's review. b) Vendor shall carryout cylinder burst test of one cylinder from the entire batch produced for supply to SHOLAGASCO PVT. LTD. in case offered cylinders are of new design. Vendor shall inform the schedule of the test well in advance to enable SHOLAGASCO PVT. LTD./Consultant to depute technical personnel for witnessing the test. c) Vendor shall carry out all standard shop tests / QA/QC, hydro test, pneumatic tests etc. as per recommendation of manufacturer/ Chief Controller of Explosives requirements & Gas Cylinder Rules. Copies of the testing / inspection carried out shall be furnished to SHOLAGASCO PVT. LTD. d) Vendor shall furnish record of storage capacity check of each cylinder in a cascade and the same need to be demonstrated to SHOLAGASCO PVT. LTD./ Consultant or their authorized representative. e) Each assembled storage cascade with all tubing, valves shall be pressure tested to ensure existence of no leakage prior to dispatch. f) The bidder shall appoint Third Party Inspection Agency for carrying out the inspection at bidder’s works as per approved QAP, approved drawings & tender documents and TPIA charges shall be borne by the bidder. Successful bidder will propose three names of reputed and approved TPIA by PNGRB and SHOLAGASCO PVT. LTD. will approve the TPIA. Some of the TPIA names are as under:
I. Lloyd Register of Industrial Services
II. TechnischeUlierwachungsVerein (TUV) SUD South Asia
III. International Certification Service Pvt. Ltd
IV. TQ Services
V. Moody International (India) Pvt. Ltd
VI. Bureau Veritas (India) Pvt. Ltd
VII. SGS
VIII. Quality Services and Solutions Pvt. Ltd.
IX. Velosi Certification Services
X. Certification Engineers International Ltd
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
g) The vendor shall depute his representative at site for successful demonstration of operability of cascade storage system within specified parameters for a period of 4 hours. There shall not be any back flow between any two banks with all valves open. Defects noticed, if any, shall be repaired/ replaced and test shall be repeated to the satisfaction of SHOLAGASCO PVT. LTD./Consultant’s without any additional cost implications.
10.0 Health, Safety and Environment (HSE) Specifications
These specifications establish the 'Health, Safety and Environment [HSE] Management' requirement to be complied with by the Vendor during executing their Job. Requirements stipulated in these specifications shall supplement the requirements of 'HSE Management' given in relevant act(s) / legislation(s).
10.1 Requirements of “Health, Safety and Environment (HSE) Management System” To Be
Complied By Bidders
a) Bidder should have a documented HSE Policy to cover commitment of their organization to ensure health, safety and environment aspects in their line of operations. b) Bidder shall ensure that the Sholagasco Pvt. Ltd.’s HSE requirements are clearly understood and faithfully implemented at all level at all sites. c) Bidder shall promote and develop consciousness for health, safety and environment among all personnel working for the vendor. d) Bidder shall ensure that all their staff and workers shall wear “Personal Protective Equipments (PPE’s)” such as safety helmets, safety shoes, safety belts, protective goggles, gloves, etc., as per job requirements. All these gadgets shall conform to relevant IS specifications or equivalent. e) Bidder shall assign competent and qualified personnel for carrying out various tasks/jobs as per requirement. f) All equipments should be tested and certified for its capacity before use. g) All persons deployed at site shall be knowledgeable of and comply with the environmental laws, rules and regulations relating to the hazardous material substances and waste. Vendors shall not dump, release or otherwise discharge or dispose of any such materials without the express authorization of Sholagasco Pvt. Ltd.
10.2 Relevant Codes for “Personal Protection Equipments”
IS: 2925 – 1984 Industrial Safety Helmets
IS: 47701 – 1968
Rubber Gloves for Electrical Purpose
IS: 6994 - 1973 [Part-I]
Industrial Safety Gloves [Leather & Cotton Gloves]
IS: 1989 - 1986 [Part-II]
Leather Safety Boots & Shoes
IS: 5557 - 1969
Industrial & Safety Rubber Knee Boots
IS: 6519 – 1971
Code of Practice for Selections, Care & Repair of Safety Footwear
IS: 11226 – 1985
Leather Safety Footwear Having Direct Molding Sole
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
IS: 5983 - 1978
Eye Protectors
IS: 9167 - 1979
Ear Protectors
IS: 3521 - 1983
Industrial Safety Belts & Harnesses
10.3 Equipment Safety Requirements
The following specification is to give vendor the safety requirements the equipments must fulfil including but not limited to following:
10.3.1 All controls shall operate in a fail-safe mode i.e. failure of any control shall not lead to running of equipment in unsafe mode. Fail-safe control shall be available through hardware for all trips and also in software if PLC is used for controlling.
10.3.2 10.3.2 Area Classification: The hazardous area classification Class-I, Division I, Group D as per NEC or Zone I, Group II A/ II B as per IS/ IEC. Certificate from recognized agency to the effect that equipment supplied and/or installed conform to above area classification. All Devices shall meet the requirement for the specified area classification in which they are installed, including instrumentation leads.
10.3.3 All exposed rotating parts shall be provided with adequate guards of non-sparking type.
10.3.4 Drive belt if used shall be of fire retardant and anti-static type.
10.3.5 Piping shall be arranged in a manner so as to provide clear headroom and accessibility within
the package. Adequate clearances shall be provided for all the engineered components for O&M point of view.
10.3.6 Package enclosures shall have one IR-L.E.L detectors and one Ultra Violet (UV/IR) fire
detectors in each enclosure to cover the enclosures effectively.
10.3.7 All material used in the package shall be flame retardant.
10.3.8 The Compressor Package shall trip if any of the enclosure is opened while the machine is running. However, the bidder shall provide enclosure door bypass selector switch to facilitate routine checking while compressor is running.
10.3.9 Relief Valves shall be provided at suction and discharge and each inter stages of compressor with setting as per clause no. 7.20.3 of API – 11P with R.V. venting as per clause no. 7.20.4 of API-11P. All vented to common relief valve header.
10.3.10 Noise level shall be less than 70 dB (A) for industrial area and 55 dB (A) for commercial area @ 1 m distance from enclosure.
10.3.11 Emergency isolation valves with locking provision in close condition shall be provided by the vendor on Fencing, Booster compressor and Dispenser.
10.3.12 Pressure relief valves shall be provided at the inlet and at all stages to prevent pressure build up above the predetermined set point.
10.3.13 Compressor shall shut down in case the discharge temperature exceeds the set design temperature of compressor.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
10.3.14 Temperature switch and Flow switch shall be provided on the cooling water return line to shut down the compressor in the event of high cooling water temperature and low cooling water flow respectively.
10.3.15 Compressor shall shut down in case of high inlet, inter stage or discharge pressure and low lube oil pressure.
10.3.16 A remote isolation switch for emergency shutdown shall be provided with manual reset at control panel.
10.3.17 Following minimum markings shall be provided on the enclosure/frame of equipments (Booster Compressor and Stationary Cascade) by the bidder: a) Manufacturer’s Name, Model No. and Serial No. b) Month and year of manufacture c) PESO Approval Certificate No. d) Rated capacity e) Operating speed f) Required Driving Power g) Maximum and Minimum Inlet Pressure h) Maximum Outlet Pressure
10.3.18 Safety relief devices shall be installed in the vertical position with suitable rain caps and shall have a locking arrangement to prevent tampering by unauthorized persons.
10.3.19 Safety relief valves should have a permanent tag indicating: a) Set pressure b) Discharge capacity in cubic meter per minute c) Calibration range
10.3.20 No shut off valves shall be installed between the safety relief device and the gas storage unit.
11.0 Erection, Testing and Commissioning
The bidder shall be responsible for erection, testing, commissioning and performance test and noise level test of complete package at site. Commissioning of various equipments and systems shall be carried out by the bidder as per the accepted procedures and as per the instruction of the manufacturer 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.
11.1 Field Trial Run
Bidder shall conduct a field trial run of each booster compressor package for minimum four hours in which satisfactory operation of complete package together with all accessories controls shall be established for specified operation conditions. In case of any defect or 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.
11.2 Noise Level Test
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
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.
11.3 Package Performance Test at Site / Site Acceptance Test (SAT)
Bidder shall assemble the complete package including auxiliary, instrumentation, safety devices within the enclosure at his shop/site and dispatch, the machine shall be accepted after the performance test at site. Complete package shall be performance tested as a module along with electric motor. Supplier shall demonstrate all controls, shutdown, trips / alarms etc.
The test shall be the basis of acceptance / rejection of the package thereon. Bidder shall submit the detail test procedure for the same, which shall be approved by SHOLAGASCO PVT. LTD./CONSULTANT. The test for the package shall be witnessed by SHOLAGASCO PVT. LTD./CONSULTANT or their representatives. All guaranteed and other critical parameters shall be demonstrated by the suppler. The duration of the Performance Guarantee test shall be 4 hrs continues/intermittent.
12.0 Project Schedule
The overall completion schedule of the project under this specification is 16 weeks from the date of issue of Letter of Award. The time is the essence of the Project and Contractor shall plan for all his activities to ensure that project is completed as schedule.
The Vendor shall submit a bar chart detailing his planning for engineering, procurement and manufacturing and construction activities to comply with stipulated project schedule.
13.0 Guarantee All Goods or Materials shall be supplied strictly in accordance with the specifications, drawings, data sheets, other attachments and conditions stated in the Contract. No deviation from such specifications or alterations or of these conditions shall be made without SHOLAGASCO PVT. LTD.’S agreement in writing which must be obtained before any work against the order is commenced. All materials supplied by the VENDOR pursuant to the Contract (irrespective of whether engineering, design data or other information has been furnished, reviewed or approved by SHOLAGASCO PVT. LTD.) are guaranteed to be of the best quality of their respective kinds (unless otherwise specifically authorized in writing by SHOLAGASCO PVT. LTD.) and shall be free from faulty design, workmanship and materials, and to be of sufficient size and capacity and of proper materials so as to fulfill in all respects all operating conditions, if any, specified in the Contract. If any trouble or defect, originating with the design, material, workmanship or operating characteristics of any materials, arises at any time prior to twelve(12) months from the date of the use for which the materials supplied under the Contract form a part thereof, or eighteen (18) months from the date of shipment (for each lot) whichever period shall first expire, and the VENDOR is notified thereof, VENDOR shall, at his own expense and as promptly as possible, make such alterations, repairs and replacements as may necessary to permit the materials to function in accordance with the specifications and to fulfil the foregoing guarantees.
SHOLAGASCO PVT. LTD. may, at its option, remove such defective materials, at VENDOR’S expense in which event VENDOR shall, without cost to SHOLAGASCO PVT. LTD. and as promptly as possible,
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
furnish and install proper materials. Repaired or replaced materials shall be similarly guaranteed by the VENDOR for a period of no less than twelve (12) months from the date of replacement/repair.
In the event that the materials supplied do not meet the specifications and/or not in accordance with the drawings data sheets or the terms of the Contract and rectification is required at site, SHOLAGASCO PVT. LTD. shall notify the VENDOR giving full details of differences. The VENDOR shall attend the site within seven (7) days of receipt of such notice to meet and agree with representatives of SHOLAGASCO PVT. LTD., the action required to correct the deficiency. Should the VENDOR fail to attend meeting at Site within the time specified above, SHOLAGASCO PVT. LTD. shall immediately rectify the work/materials and VENDOR shall reimburse SHOLAGASCO PVT. LTD. all costs and expenses incurred in connection with such trouble or defect.
14.0 Operation and Maintenance During Warranty
14.1 Scope of Supply during Warranty
14.1.1 All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation and Maintenance of the complete compressor package during the warranty period, including periodic, breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in the scope of Bidder and shall be kept in stock. If any equipment got fire or broken due to accident the same shall be replaced or rectified by the bidder.
14.1.2 Electricity shall be supplied free of cost to the Bidder. However, if electrical consumption is abnormally higher than rated power consumption due to inefficiency of package supplied by vendor, IMC may generate debit note to vendor for excess power cost and may settle against pending dues/BG/any other recoverable/get reimbursement from vendor.
14.1.3 The warranty spares shall be supplied by the vendor during warranty period as per warranty clause.
14.2 Scope of Services during Warranty
14.2.1 The bidder shall have to keep all the spares, consumables, lubricants, coolant, etc. required for carrying out periodic, breakdown, emergency maintenance etc. of the package so as to minimize the down time of the compressor package. Non availability of compressor package for non-availability of spares shall be liable for compensation.
14.2.2 All tools, tackles and fixtures required for carrying out the above maintenance of the compressor shall be in the scope of Bidder. The scope will also include handling equipment like crane, forklift, chain pulley block, etc. required during any maintenance activity.
14.2.3 The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The Bidder shall provide the detailed preventative maintenance schedule along with:
a) Estimated down time required for each type of maintenance schedule. b) List of spares and their quantities required for each type of maintenance schedule per compressor package.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
c) Type and number of man days required for each type of maintenance schedule per compressor package.
14.2.4 The bidder shall plan such maintenance during non-peak hours and in consultation with Owner’sEngineer-In-Charge (EIC). Any maintenance that needs to be taken up shall be well planned in advance with due approval of the EIC. IMC may demand to carry out maintenance during weekly off or holiday and vendor is bound to arrange the same.
14.2.5 The Bidder shall use only OEM’s certified spares during maintenance. In case, the schedule maintenance of the OEM manual recommends checking and replacing parts like valve spring, valve plates, piston rings etc. after certain time interval, same shall be replaced or used further only on approval from the SHOLAGASCO PVT. LTD. representative. However, any unto ward consequences for non-replacement of such parts shall be the responsibility of the Bidder.
14.2.6 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 calipers, micrometer screw gauge, fill gauges, bore gauge etc. shall be in scope of the Bidder and these instruments shall be calibrated.
14.2.7 The entire maintenance / inspection job carried out by the Bidder shall be recorded and the report of the same shall be jointly signed by SHOLAGASCO PVT. LTD. representative.
14.2.8 The EIC will be final authority to take decision with regards to maintenance or replacement of parts or any disagreement between the Bidder and SHOLAGASCO PVT. LTD., during the execution of the contract.
14.2.9 The Bidder shall carryout calibration of gas detectors and flame detectors every six months or earlier as per requirement or instruction of EIC of SHOLAGASCO PVT. LTD. 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. Pressure vessel shall be tested ultrasonically every six months or as per requirement of pressure vessel code.
14.2.10 Calibration shall be done from government approved laboratories/agencies.
14.2.11 The Bidder shall keep 1 set of safety relief valves in spare for the purpose of calibration.
14.2.12 The Bidder shall carry out retesting of pressure vessels periodically i.e. every year or earlier as per Gas Cylinder Rules 2016 and subsequent amendments, if any / Static and Mobile Pressure Vessels Rules.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
14.2.13 The bidder shall submit a copy of the daily / weekly / fortnightly / monthly / bimonthly / quarterly and yearly performance report to the EIC in both soft and hard form. All stationery including the printed material shall be in scope of the Bidder.
14.2.14 DPR (Daily Progress Report) shall be submitted every day before 10:30 AM, including Sundays and Holidays.
14.2.15 Vendor shall timely dispose all Hazardous Waste like Drain Oil, Filters, and Oily Cotton Waste as per MPCB norms and submit certificates/specifications of disposal to SHOLAGASCO PVT. LTD.
14.2.16 Oil reconciliation data shall be submitted to purchaser on monthly basis, daily oil reconciliation of Compressor & Dispenser shall be submitted to purchaser on mail with DPR. Compressor operator shall drain Compressor & Dispenser oil in each shift. Compressor operator shall drain Dispenser oil on daily basis.
14.2.17 Joint Meter Readings (JMR) shall be checked & prepared on site daily and every fortnight; JMR sheet shall be submitted to SHOLAGASCO PVT. LTD. along with monthly reports.
14.2.18 Machine history & master HMR excel sheet shall be prepared & submitted to SHOLAGASCO PVT. LTD. on monthly basis.
14.2.19 Preventive maintenance schedule & Shift schedule for compressor operator shall be submitted to SHOLAGASCO PVT. LTD. 5 days (i.e. 25th of every month) before starting of the next month.
14.2.20 Organogram of the vendor’ O&M team shall be updated and sent every month.
14.2.21 Tool box, First Aid Box & Safety shoes, Safety helmet, hand gloves, mask electrical gloves shall be provided & ensured onsite by Service provider; In addition to this One additional pair of safety shoes for Operators shall be kept on each site.
14.2.22 Operator should note down all the opening & closing readings of Instruments & Electrical meters in case of Auto Start/Stop, Breakdown & Preventive maintenance of CNG Compressors Package, Dispensers & Electrical instruments.
14.2.23 Operator will carry out the leakage test of CNG Compressor’s high pressure joints every morning at 7:00 AM & note down the same in the Log sheet with Name & Sign. Vendor’s O&M team shall update the same in DPR.
14.2.24 Housekeeping must be maintained in the Compressor package area, Operator shall coordinate with RO (Retail Outlet) dealer if applicable for this. If there is any issue in co-operation from Dealer same shall be brought to notice of SHOLAGASCO PVT. LTD.
14.2.25 Vendor shall submit the training material contents/ presentation first to SHOLAGASCO PVT.
14.2.26 LTD. before imparting the training to Operators. Vendor shall conduct Operator training once in 3 months and submit record with photographs, undertaking, course content & attendance to SHOLAGASCO PVT. LTD.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
14.2.27 Parameter log book shall be submitted by 5th day of every month.
14.2.28 Monthly reports shall submit by 3rd day of every month.
14.2.29 Ensure CO2 bottles are filled & CO2 flooding system is healthy.
14.2.30 Oil storage location & any resistance experienced on site by Vendor’s O&M team to be communicated to SHOLAGASCO PVT. LTD.
14.2.31 Vendor to inform SHOLAGASCO PVT. LTD.’s Site-In-Charge (SIC), one day in advance before carrying Preventive Maintenance.
14.2.32 Vendor shall take utmost care during the execution of the work so that no part/property of SHOLAGASCO PVT. LTD. or Dealer or third party is damaged. In case of damage by Vendor or its representative by whatsoever reason or due to negligence, then Vendor shall repair / replace the damaged property / part of property. SHOLAGASCO PVT. LTD. reserves the right to replace / repair the same and debit the Vendor at actual.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#1 – GUARANTEED PARAMETERS
S.No. Parameter Vendor Data
1 Compressor capacity in SM3/Hr
2 Package Power Consumption in kw
3 Motor kw rating
4
Noise level shall be less than 70 dB(A) for industrial area and 55 dB(A) for commercial area @ 1 m distance from enclosure
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#2 – DATASHEET
2 (A) (A) General
1 Project Name CGD Solapur GA
2 Owner Sholagasco Pvt. Ltd.
3 Service Procurement of CNG Booster Compressor Package
4 Site Solapur (Maharashtra)
5 No. of Units As per SOR
(B) Design
6 Required Compressor Flow Capacity 450 scmh at 30 or 40 Kg/cm2g
7 Drive Arrangement Direct Coupling
8 No. of stages 2 or 3
9 Suction Temperature 10°C to 45°C
10 Suction Pressure 30 to 200 Kg/cm2g
11 Discharge Temperature Maximum 52°C After Cooler
12 Discharge Pressure 255 Kg/cm2g, Variable
13 Stationary Cascade Capacity 4500 WL
14 Stationary Cascade Working Pressure 255 kg/cm2g
15 Pressure Rating of station tubing Shall be suitable for more than 250 bar
16 Designed Working pressure of fittings 6000 psig
(C) Site Conditions
17 Site Ambient Temperature Minimum 6.1°C, Maximum 47°C
18 Maximum Relative Humidity 90%
19 Site Elevation 500 to 550 Meters Above Mean Sea Level
20 Area Classification Class Div. 1 Group D or Zone 1 Div. Group IIA Group IIB
(D) Applicable Codes
21 Compressor API 11P, Latest Edition
22 Piping/Tubing ASME/ANSI B31.3
23 Air Cooled Exchanger API 661
24 Water Cooled Exchanger TEMA ‘C’
25 Pressure Vessel ASME SEC VIII DIV ½
26 Driver Job Specification and Electrical Motor Datasheet
27 CNG Stationary Storage Cascade GCR 2016 and as indicated elsewhere
2(B) (A) General
1 Project Name CGD Solapur GA
2 Owner Sholagasco Pvt. Ltd.
3 Service Procurement of CNG Booster Compressor Package
4 Site Solapur (Maharashtra)
5 No. of Units As per SOR
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
(B) Design
6 Required Compressor Flow Capacity 250 scmh at 30 or 40 Kg/cm2g
7 Drive Arrangement Direct Coupling
8 No. of stages 2 or 3
9 Suction Temperature 10°C to 45°C
10 Suction Pressure 30 to 200 Kg/cm2g
11 Discharge Temperature Maximum 52°C After Cooler
12 Discharge Pressure 255 Kg/cm2g, Variable
13 Stationary Cascade Capacity 3000 WL
14 Stationary Cascade Working Pressure 255 kg/cm2g
15 Pressure Rating of station tubing Shall be suitable for more than 250 bar
16 Designed Working pressure of fittings 6000 psig
(C) Site Conditions
17 Site Ambient Temperature Minimum 6.1°C, Maximum 47°C
18 Maximum Relative Humidity 90%
19 Site Elevation 500 to 550 Meters Above Mean Sea Level
20 Area Classification Class Div. 1 Group D or Zone 1 Div. Group IIA Group IIB
(D) Applicable Codes
21 Compressor API 11P, Latest Edition
22 Piping/Tubing ASME/ANSI B31.3
23 Air Cooled Exchanger API 661
24 Water Cooled Exchanger TEMA ‘C’
25 Pressure Vessel ASME SEC VIII DIV ½
26 Driver Job Specification and Electrical Motor Datasheet
27 CNG Stationary Storage Cascade GCR 2016 and as indicated elsewhere
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#3 – INDICATIVE BILL OF MATERIALS (BOM)
1 Set means the quantity installed in one Booster Compressor package. Detailed items in the Set will be as per OEM’s BOM and Sholagasco Pvt. Ltd.’s approval. Successful Supplier will furnish details of the Set with Part Nos. during drawings and other documents submission to Sholagasco Pvt. Ltd. for approval.
Sr.
No.
Item
Description
Part No.
(Bidder to
indicate)
Tentative
Specification
(Bidder to
indicate as
per tender
requirement)
Approved
Make
Actual
Supply
Make
(Bidder to
indicate)
Unit Approved
Qty.
Actual
Qty
1 Armoured Cable
___ ___ Finolex/ KEI
Set 1
2 Heat Exchanger
___ ___ GEI Hamon Ind Ltd/ GEA India/ CP/ KPCL
Set 1
3 CO2 Cylinders
___ ___ Rama/ EKC
Nos. 2
4 Main Electric Motor (22 KW for 250 scmh and 37 KW
for 450 scmh booster
compressor)
___ ___ Crompton Greaves/ Bharat Bijlee
Nos. 1
5 Electrical Panel
___ ___ Sudhir/ Shyaam
Nos. 1
6 Hydraulic Pump
___ ___ Dynatec Internation
al
Nos. 1
7 Flowmeter ___ ___ Emerson Micromotion/ Endress & Hauser
Nos. 2
8 Fixed Gas Detector
___ ___ Honeywell/ Detronics/ Crowcon
Nos. 2
9 Flame Detector
___ ___ Honeywell/ Detronics/ Crowcon
Nos. 2
10 Pressure Transducer/ Transmitter
___ ___ Setra/ Wika
Set 1
11 Barrier (Digital and
Analog)
___ ___ MTL Set 1
12 PLC ___ ___ Schneider Set 1
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
13 Hydraulic Intensifier
___ ___ OEM recommen
ded
Set 1
14 Pressure Gauge
___ ___ Wika/ Waaree/ AN Instruments/ Altop/ General Instruments
Set 1
15 CNG Hose ___ ___ Eaton/ Parker
Set 1
16 SS Fittings and Valves
___ ___ Swagelok/ Parker
Set 1
17 Actuator ___ ___ Rotex Set 1
18 Solenoid Valves
___ ___ Rotex Set 1
19 Safety Valves ___ ___ Tyco Set 1
20 SS Tubing ___ ___ Sandvik Set 1
Note: Items not mentioned above has to be indicated by the bidder in the above format by adding appropriate no. of additional rows.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#4 – PREFERRED VENDOR LIST
Sr.
No.
Item Preferred Makes*
1 Electrical Motor Crompton Greaves/Bharat Bijlee
2 SS Tubes Sandvik
3 SS Fittings, Valves and NRV Swagelok/Parker
4 Mass Flow Meter E&H/Emerson Micromotion With Display Type Transmitter
5 Suction/Discharge Filter Beko
6 Gas Regulator Fischer/Vanaz
7 Pressure Regulating Valve Fischer/Nirmal
8 Flame Detector/Gas Detector Detronics/Honeywell/Crowcon
9 PLC Siemens/Schneider
10 Pressure/Temp. Gauges Wika/ Waaree/ AN Instruments/ Altop/ General Instruments
11 Pressure Transmitter Setra/ Wika
12 Solenoid Valves Rotex
13 Power And Control Cables Finolex/KEI
14 Safety Relief Valve Tyco/Mercer
15 Actuator Rotex
16 Surge Protection Device (SPD) MTL/Phoenix
17 Heat Exchanger GEI Hamon Ind Ltd/ GEA India/ CP/ KPCL
18 CO2 and Stationary Cascade Cylinders Rama/EKC
19 Mass Flow Meter Emerson Micromotion
*Note:
For any other make not indicated in the preferred makes above, vendor may seek approval from Sholagasco Pvt. Ltd. before manufacturing during drawing approval stage.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#5 – CHECKLIST FOR SCOPE OF WORK Bidder shall furnish all equipment, drivers, auxiliary systems, instruments and controls and safety devices as per the enquiry document. Anything required over and above what is specified, for safe and satisfactory operation of the equipment package shall be included by the Bidder in his scope.
Bidder to write YES/NO against each item. Bidder is required to include complete scope, as such 'NO' is not warranted. However, in case for any of the items if vendor's reply is 'NO', vendor should give reasons for the same. Bidder’s scope of supply shall include but not be limited to the following:
Sr.
No.
Description Specified By
Purchaser
(Yes/No)
Included By
Bidder
(Yes/No)
Remarks
Each Booster Compressor package complete with:
1 Design, manufacture, assembly, inspection, testing and supply of Booster Compressor package (Booster Compressor + CNG Stationary Cascade + Station Tubing and All Fittings) to IMC site/stores/store to site
Yes
2 Erection, Testing and Commissioning
Yes
3 Carrying out field noise test, performance and guarantee test including site acceptance test
Yes
4 Supply of drawings, data and documents including certifications
Yes
5 Project Management Yes
6 O&M services during warranty period
Yes
7 Battery limits Yes
8 Extent of Supply and Services Yes
9 Facilities to be provided by Sholagasco Pvt. Ltd.
Yes
10 Exclusions for Bidder Yes
11 Codes and Standards to be followed by the bidder
Yes
12 Design Data Yes
13 Booster Compressor Yes
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
14 Electric Motor Yes
15 Priority Fill System Yes
16 Cooling system Yes
17 Piping and valves Yes
18 Pulsation and vibration control Yes
19 CO2 Flooding system Yes
20 Electrical system Yes
21 Instrumentation and control Yes
22 Skid enclosure Yes
23 Stationary cascade Yes
24 Station tubings and fittings Yes
25 Painting Yes
26 Equipment safety Yes
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#6 – CHECKLIST FOR MANDATORY SPARES
A) Spares for Booster Compressors 1 Set means the quantity installed in one compressor package. Detailed items in the Set will be as per OEM’s spare parts and maintenance manual. Successful Supplier will furnish details of the Set with Part Nos. If a supplier fails to indicate the price and details of the Part No., they will have to supply the parts as per O&M manual without any additional cost. For O&M during warranty period, No Spare part shall be used from those supplied as Mandatory Spares.
S.No. Item Unit Qty. Installed Per
Booster
Compressor
Unit Price
(To be provided only by the
Successful Bidder)
1 Seal kit set for cylinder Each 1 Set
2 Piston Rod Male for Hydraulic Intensifier
Each 1 Set
3 Piston Rod Female for Hydraulic Intensifier
Each 1 Set
4 Reciprocating valve Each 1 Set
5 Pressure Control Valve (PRV)
Each 1 Set
6 Direction Control valve (NRV)
Each 1 Set
7 Flow Regulator Each 1 Set
8 Gear Coupling Each 1 Set
9 Coupling – For Water Pump
Each 1 Set
10 Oil Hose Set Each 1 Set
11 Set of Gas Filter Cartridge
Each 1 Set
12 Set of Gas Filter Cartridge
Each 1 Set
13 Actuator with Solenoid Valves
Each 1 Set
14 Pressure Transducer/ Pressure Transmitter
Each 1 Set
15 Bearing/Bushes for all motors, fans, etc.
Each 1 Set
16 Pressure Gauges Each 1 Set
17 Any Other Recommended Spares (Including Special Parts)
Each 1 Set
Note: Any other mandatory spare not mentioned above has to be indicated by the bidder in the above format by adding appropriate no. of additional rows.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
B) Spares for Stationary Cascades
Sr No Item Quantity
( i) Pressure Guage (Range 0-400 Kg/CM2) 1 No per each cascade
(ii) Cylinder Valve with end tube fitting 5 No per each cascade
(iii) Isolation Valve 2 No per each cascade
(iv) Check Valve 1 No per each cascade
(v) Tube Pig Tail 1 No per each cascade
(vi) Burst Dish with Washer 5 No per each cascade
(vii) Seal Kit, Spindle & Handle for Isolation Valve 2 No per each cascade
(viii) Safety Relief Valve 1 No per each cascade
(ix) ¼” NPT(M) X ¾” OD- Male Connector 3 No per each cascade
(x) ¼” NPT(F) X 1/2” OD- Bull Nose Connect 3 No per each cascade
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#7 – QUALITY ASSURANCE PLAN (QAP) FOR FACTORY
INSPECTION AND TESTING Customer: M/s Sholagasco Pvt Ltd Tender Reference No.:
A) Compressor Model: Electric Motor Driven Hydraulic CNG Booster Compressor Package
Sr.
No.
Description Extent of Inspection,
Tests, Test
Certificates &
Documents
1 Hydrotest of Cylinder, Pressure vessels, Heat exchangers (also applicable for Stationary Cascades and CO2 Cylinders)
W Y R
2 Hydrotest of Cylinder heads W Y R
3 Leak proof test of Crank case (4 hours with Kerosene)_ Refer Note # 4
W Y R
4 Ultrasonic test of Crank shaft, Connecting rod, Piston rod_ Refer Note # 1
Y R
5 Magnetic particle test of Crank shaft, Connecting rod, Piston rod_ Refer Note # 1
Y R
6 Radiography as applicable for Pressure vessels, Heat exchangers, Gas piping (only 10% joints to be witnessed)
W Y R
7 Bar-over test to check piston end clearance and piston rod runout measurement
W Y R
8 No Load Mechanical Run Test (NLMRT) of the compressor with rated (or more) speed and shop driver (4 hours minimum)
W Y R
9 Strip check and internal inspection after “NLMRT” of all compressors_ Refer Note # 2
W Y R
10 Electric motor performance test at works as per ISO standard_ Refer Note # 3
Y R
11 Material test certificates for Crankshaft, Connecting rods, Cylinder liner, Piston (Compliance certificate), Pressure vessels, Heat exchangers
Y R
12 Canopy structure painting inspection at works, surface preparation to be inspected after cleaning and before application of first coat of primer.
W Y R
13 Functional/ HV (High Voltage)/ Continuity test for Control panel at works
W Y R
14 Mechanical string test for 4 hours for 2 nos. of CNG compressor packages
W Y R
15 Test certificates for Safety switches, Safety relief valves, Solenoid valves and All tubings & fittings
Y R
16 Final mock-up assembly of the package as per GAD (General Arrangement Drawing), P&ID (Process and Instrumentation Diagram) and Wiring diagram
W Y R
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
17 Performance test at site at guaranteed parameters W Y R
18 Field trial run for 72 hours W Y R
Legends: W = Witness, Y = Document submission, R = Review of Documents
Notes:
1. Crank shaft, Connecting rod: UT (Ultrasonic Testing) / MPT (Magnetic Particle Testing)
shall be conducted in either during forging or in finish condition.
2. Strip test is limited to open Crank case cover, Crosshead guide and Distance piece.
3. Review of manufacturer’s test reports/ certificates of all gas engines.
4. Witness of tests by TPIA (Third Party Inspection Agency) or Sholagasco Pvt. Ltd./
Sholagasco Pvt. Ltd.’s representatives.
5. Inspection of the components/ assembly shall be conducted as per standard test
procedures.
6. All reference codes/ standards, documents; PO copies shall be arranged by vendor/
supplier for reference of Sholagasco Pvt. Ltd./ Sholagasco Pvt. Ltd.’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 Sholagasco Pvt. Ltd./ Sholagasco Pvt. Ltd.’s representative.
8. TPIA will be appointed by supplier after due approval from Sholagasco Pvt. Ltd.
B. QUALITY ASSURANCE PLAN – HIGH PRESSURE GAS CYLINDER, CASCADE FRAME &
FITTINGS
S.No
OPERARAT
ION /
PARAMETE
R
CHARACTERISI
CS /
PARAMETERS
ACCEPTANCE
CRITERIA
& CERTIFICATION
INSPECTION
FREQUENCY
VEN
DOR TPAI CA REMARKS
1
Raw Material
Chemical Composition
Chrome Moly Steel, Grade-DS-202/IS: 7285- 2004 ci. 5.2 Table-1
One sample per heat No.
P
R
R
Verificatio n of RMT certificate Received from RM
supplier.
IN PROCESS
2
Raw Material Cutting (seamless Tube)
Length As per process heat 4-5 jobs during setting
approval &
every two hour.
P
W/R
R
Thickness
Outside Diameter
Surface Flaws
Ultrasonic
Examination
3
Bottom Forming
Bottom Thickness 1.5 T min (where T is
wall thickness) 4-5 jobs during setting approval & every four hour.
P
W/R
R
Centre of Bottom IS: 7285 : 2004
Side of Bottom
Forting Free from crack, excess metal, pin
4-5 jobs during setting approval & every two hour.
Visual Inspection
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
Ultrasonic
examination IS: 7285 : 2004 Each cylinder
4
Neck Forming
Solid Neck Length As per Approved
Drawing
4-5 Jobs during setting
approval &
every two hour.
P
W/R
R
Neck Diameter As per Approved
Drawing
4-5 jobs during setting
approval &
every two hour.
Surface finish, defects
Free from crack, excess metal, pin hole, ball
formation, roller mark
4-5 jobs during setting approval & every two hour.
and other surface
defects.
Ultrasonic
Examination IS: 7285 : 2004 Each cylinder
5
Heat Treatment
Hardness As per approved
drawing
Every cylinder
P
W
R
(As Tempered
) IS: 7285 : 2004
Mechanical
Properties
Tensile Strength
As per IS: 7285 : 2004
One random cylinder will be selected from Heat Treatment Batch conforming the mechanical properties like tensile test, impact test, bend test etc, in presence of
inspecting officer.
IS: 7285 : 2004
Yield Strength
% Elongation
Impact test (at-20˚C) IS: 7285 : 2004
Bend Test IS: 7285 : 2004
Burst Test IS: 7285 : 2004
6
Ultrasonic testing
Crank deduction As per IS: 7285 :
2004
Every cylinder
P
W
R
Wall Thickness
measurement
As per approved
drg. IS:
7285-2004
7
Neck cutting & threading
Neck Length As per approved
drawing Audit check by Q.A staff
P
W
R
Machined neck step
diameter
As per approved
drawing Audit check by Q.A staff
Neck thread
configuration
As per approved
drawing Every cylinder
Visual inspection thread finish
Free from crack blow hole excess metal at inside neck, thread damage, flat threads
etc.
Every cylinder
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
8
Water capacity checking & hydrostatic strength testing.
Measurement of water capacity. Total Expansion and permanent expansion at test pressure. Holding Time = 30 sec min.
Tolerance on water capacity +5 % IS- 7285 : 2004
Every cylinder
P
W
W/R
Permanent expansion shall not exceed 10% of total expansion. IS : 7285:2004
Audit check by Q.A staff
9
Air leakage Test
Access leakage from cylinder body, neck and bottom side at working pressure. Holding Time=60 sec.
Free from
Leakage. IS:
7285:2004
Every cylinder
P
W
R
Audit check by Q.A staff
10
Bursting Test
The value of hoop stress shall be not less than 0.95 of the minimum specified
tensile strength of
the cylinder material.
IS-7285-2004
One Cylinder of the first batch.
P
W
W/R
11
Steam cleaning & Air Drying
Examination of Oil residue, Moisture etc.
Free from Oil , Moisture etc when Cylinder is exposed to steam jet at steam temp. 160-180˚C for period minimum 5-6
minutes.
Audit check by Q.A staff
P
R
R
12 Interna
l shot blasting
Scale free surface
Inner surface should
be
free from
scales, metallic
particles etc
Audit Check by Q.A staff
P
R
R
13 Externa
l shot blasting
Scale free surface
Cylinders should be free from scales & other
surface imperfection
Audit Check by Q.A staff
P
R
R
14 Fixed data stamping
Stamp data As per IS: 7285 : 2004
Audit Check by Q.A staff
P R R
15 Variable
Data stamping
Stamp data
Verification of data as per drawing & test
Result
Every cylinder check by Q.A staff
P
R
R
16 Vacuum Cleaning Any scales, dust
etc inside cylinder
Free from scales,
dust etc from inside
cylinder
Every cylinder check by Q.A staff
P R R
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
17 Weighing Tare
weight /
calibration
As per
approved
drawing
Every cylinder check P W R
18 Painting
(primer &
finish painting)
Paint
coating
thickness
As per process sheet Audit check by Q.A staff P R R
19 Marking IS: 7285 : 2004 Each cylinder P R R
20 Colour identification IS: 7285 : 2004 Each cylinder P R R
21
Cascade frame fabrication painting cascade frame complete
Visual (Welding etc) Dimensional Physical Test Chemical Test
Approved Drawing/ Manufacturers standard. Owner’s specification approved
drawing
100%
P
W/R
R
22 polyureth
ane/
Epoxy
paint
Chemical properties Approved Make /
Owner’s
Specification
P W R
23
SS Tubes
Physical Test Chemical Test Visual (Welding etc) Dimensional Fitment
& Alignment
Approved Drawing, Manufacture Test certificate for bought out items.
As per tender / Owner’s instruction.
P
R
R
24
Fittings
Visual Dimensional
pressure Test
Fitment &
Alignment
Approved Drawing / Manufactures standard
As per tender / Owner’s instructions
P
R
P
25
Valves 2 way
Visual dimensional fitment & Alignment
Approved Drawing/ Manufacturer Test Certificate for bought
out items.
As per tender/owner’s instruction
P
R
P
26 CNG
Cascade Assembly
Visual (Welding etc) Dimensional Fitment
& Alignment
Approved drawing/Manufacturer
std.
Owner’s specification/instruction
P
W
W/R
27 CU Tubes
for vending of Burst Disc separator
Visual (welding etc) Dimensional pressure test leakage
Fitment & Alignment
Approved Drawing /Manufacturer std.
Owner’s specification/instruction
P
W
R
28
Cylinder valves
As per approved CCOE Drawing, Bill of
Material.
Owner’s specification/instruction
P 100% W
R
29 Gauge Visual Dimensional
Fitment &
Alignment
Approved
Drawing. Bill of
Material.
Owner’s specification/instruction
P 100% W R
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
30
Final Inspection of Finished Cylinders:
Visual Inspection for Internal cleaning
and PAINTING OF Cylinder and
Cascade frame.
IS: 7285-2004
Each cylinder
P
100% W
Final dimensional checking of cylinders & cascade frame. Check every cylinder for neck threads & cleaning from inside/outside surface.
Verification of stamped data like
cylinder serial No. tare Weight, Water
Capacity etc.
LEGENDS: We witness; H=Hold; M=Monitoring; P=Perform; R=Review of documents; R/M=Random Check; A=Approved; TPAI=Third Party Inspection Agency
Notes: 1. The above testing and acceptance criteria are minimum requirements; however,
manufacturer shall ensure that the product shall also comply to the additional requirements as per particular Technical Specification (PTS) and Data Sheet.
2. The supplier shall submit their own detailed QAP prepared on the basis of above / Technical specification for approval of Owner/Owner’s representative.
3. Supplier shall submit calibration certificates of all instruments/Equipment to be used for inspection and Testing to TPIA with relevant procedures and updated standards for TPIA review/Approval. All reference codes / documents shall be arranged by vendor for reference of TPIA at the time of inspection.
4. Owner / Owner’s representative include TPIA will have the right to inspect activity of manufacturing at any time.
5. TPIA along with Owner / Owner’s representative shall review/approval all the documents related to QAP/Quality manuals/Drawings etc. submitted by supplier.
6. Contractor shall in coordination with supplier/sub vendor shall issue detailed production and inspection schedule indicating the dates and the location of facilities Owner/Owner’s representative and TPIA to organise inspection.
7. Special manufacturing procedure have to be specially approved or only previously approved procedures have to be used, in case of conflict between specification more stringent condition shall be applicable.
8. All reference codes/standards, Documents; P.O. Copies shall be arranged by vendor/Supplier for reference of TPIA/VCS at the time of inspection.
9. Certification requirement shall comply with European standard EN 10204-3.2 (Latest edition)
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#8 – ENCLOSURES WITH THE BIDS
Bidder confirms that the following has been enclosed with the bid:
Sr No. Details Please tick
1 Reference List of previous supply/ work orders
2 Filled – up Data Sheets, duly signed and stamped by bidder enclosed.
3 List of recommended commissioning spares and accessories for Procured item.
4 List of recommended spares and accessories for two year normal operation for
procured item.
5 Compliance statement duly filled and stamped enclosed.
6 GA & assembly drawings, cross section drawings including part list & material list
enclosed.
7 Other technical details & vendor’s product catalogues enclosed.
Technical Specification
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
ANNEXURE#9 – REFERENCE LIST
Sr No Project Year of
Supply Client’s address
and contact number
Email Size/ Capacity/ Rating of material
Service Details
Order Value (Rs)
Bidders signature with stamp.
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION-V
FORMS & FORMATS
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
FORM-F1
BIDDER'S GENERAL INFORMATION
To,
SHOLAGASCO PVT LTD. TENDER NO:
1 Bidder Name
2
Name of Contact Person
&
Mobile No.
3 Status of Firm
Proprietorship Firm/ Partnership firm/ Limited/ Others If Others Specify: [Enclose certificate of Registration]
4 Name of Proprietor/ Partners/
Directors of the firm/ company
5 Number of Years in Operation
6
Address of Registered Office:
*In case of Partnership firm, enclose letter mentioning current address of the firm and the full names and current addresses of all the partners of the firm.
City:
District:
State:
PIN/ZIP:
7
Operation Address (if different from above)
City:
District:
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
State:
PIN/ZIP:
8 Telephone Number
(Country Code) (Area Code) (Telephone no.)
9 E-mail address
10 Website
11 Fax Number: (Country Code) (Area Code) (Telephone No.)
12 ISO Certification, if any {If yes, please furnish details}
13 Bid Currency
14 Banker’s Name
15 Branch
16 Bank account number
17 PAN No.
[Enclose copy of PAN Card]
18 GST No.
[Enclose copy of GST Registration
Certificate]
19 Type of Entity Corporate/ Non-Corporate (In case of Non – Corporate Entity, bidder will submit documentary evidence for same).
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F-2
BID FORM
To,
SUB: Tender for Supply of Diaphragm Meters For Domestic, Commercial & Small
Industrial Operation Tender NO: VCS/NOIDA /C&P/ IMC/ARC/ D&C
METER/2018/009
Dear Sir, After examining / reviewing the Bidding Documents for the tender of “ ---------------------------“
including “ Condition of Contract” (CC) and “Schedule of Rates (SOR)” , etc. the receipt of
which is hereby duly acknowledged, we , the undersigned, are pleased to offer to execute the
whole part of the job and in conformity with the said Bid Documents, including Addenda/
Corrigenda Nos. -----------------------------.
We confirm that this Bid is valid for a period as specified in BDS from the date of opening of
“Techno-Commercial/ Un-priced Bid” , and it shall remain binding upon us and may be
accepted by and time before the expiry of that period.
If our bid is accepted, we will provide the “Contract Performance Security / Security Deposit”
equal to “ ---------------------- of the Contract Price” or as mentioned in Tender Document for the
due performance within “ twenty-one (21) days” of such Award.
Until a final Agreement/ Letter of Award is prepared and executed, the tender document
(including addenda/ corrigenda) together with the “Notification of Award” shall constitute a
binding Agreement between us.
We understand that Bidding Document is not exhaustive and any action and activity not
mentioned in Bidding Documents but may be inferred to be included to meet the intend of
the Bidding Documents shall be deemed to be mentioned in Bidding Documents unless
otherwise specifically excluded and w e c o n f i r m to p e r f o r m for f u l f i l m e n t of
A g r e e m e n t and completeness of the Work in all respects within the time frame and
agreed price.
We understand that you are not bound to accept the lowest priced or any Bid that you may
receive.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation: Seal:
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F-3
LIST OF ENCLOSURES
To,
SHOLAGASCO PVT LTD
SUB
Dear Sir,
We are enclosing the following documents in original:
1. Bid Security/EMD.
2. Power of Attorney.
3. Completion certificates from the served companies indicating value, quantum and details
of the work done.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation: Seal:
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F-4
PROFORMA OF “BANK GUARANTEE” FOR “EARNEST MONEY/ BID SECURITY”
(To be stamped in accordance with the Stamp Act.)
Ref…………………… Bank Guarantee No……….
Date
SHOLAGASCO PVT LTD
TENDER NO:
Dear Sir(s),
In accordance with Letter Inviting Tender under your reference No.----------------------------------
M/s ---------------------------------------- having their Registration / Head Office at ----------------------
(hereinafter called the Tenderer), wish to participate in the said tender for --------------------------------------
-------------------------------------------------------------------------------------------------------------------as an
irrevocable Bank Guarantee against Earnest money for the amount of -------------------------------------------
------------------ is required to be submitted by the Tenderer as a condition precedent for participation in
the said tender which amount is liable to be forfeited on the happening of any contingencies mentioned
in the tender Document.
We, the --------------------------------------------- Bank at ----------------------------------------------------------having
our Head office -----------------------------------------------------------------------------------------------(Local
Address) guarantee and undertake to pay immediately on demand without any recourse to the tenderer
by Sholagasco Pvt. Ltd., the amount -----------------------------------------------------------without any
reservation, protest, demur and recourse. Any such demand made by IMC, shall be conclusive and
binding on us irrespective of any disput or difference raised by the Tenderer.
This guarantee shall be irrevocable and shall remain valid up to ---------------------------------------- [this
date should be two (02) months beyond the validity of the bid]. If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving instruction from
M/s -------------------------------------------------------------------------------------- whose behalf this guarantee is
issued.
In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this
day of 20 at .
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
WITNESS:
(SIGNATURE) (NAME)
Designation with Bank Stamp
(OFFICIAL ADDRESS) Attorney as per
Power of Attorney No. Date:
INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST MONEY" BY "BANK
GUARANTEE"
1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per "Stamp
Duty" applicable. The non-judicial stamp paper should be in the name of the issuing Bank.
In case of foreign Bank, the said Bank's Guarantee to be issued by its correspondent Bank in
India on requisite non-judicial stamp paper
2. The Bank Guarantee by bidders will be given from Bank as specified in tender.
3. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said Bank
Guarantee / all future communication relating to the Bank Guarantee shall be forwarded to the
Employer at its address as mentioned at "ITB".
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F-5
LETTER OF AUTHORITY
[Pro forma for Letter of Authority for Attending Subsequent ‘Negotiations’]
Ref: Date:
To,
SHOLAGASCO PVT LTD
TENDER NO:
Dear Sir,
I/We, ---------------------------------------------------------------------hereby authorize the following
representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un- priced Bid
Opening', 'Price Bid Opening' and for any subsequent correspondence / communication
against the above Bidding Documents:
[1] Name & Designation Signature Phone/Cell:
Fax:
E-mail: ………………………………….. @ ………………………………
[2] Name & Designation Signature Phone/Cell:
Fax:
E-mail: ……………………………………….. @ ………………………………
We confirm that we shall be bound by all commitments made by aforementioned authorised
representative(s).
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
Note: This "Letter of Authority" should be on the “letterhead" of the Firm / Bidder and should
be signed by a person competent and having the 'Power of Attorney' to bind the Bidder.
Not more than 'two [02] persons per Bidder' are permitted to attend “Techno-commercial /
Un-priced" & "Price Bid" Openings. Bidders authorized representative is required to
carry a copy of this authority letter while attending the un-priced and priced bid
opening, the same shall be submitted to SPL.
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F-6
"NO DEVIATION" CONFIRMATION
To,
SHOLAGASCO PVT LTD
TENDER NO:
Dear Sir,
We understand that any 'deviation / exception' in any form may result in rejection of Bid.
We, therefore, certify that we have not taken any 'exception / deviation' anywhere in the
Bid and we agree that if any 'deviation / exception' is mentioned or noticed, our Bid may
be rejected.
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F-7
BIDDER’S EXPERIENCE
To,
SHOLAGASCO PVT LTD
TENDER NO:
Sl.
No
Description
of the
Services
LOA
/WO
No.
and
date
Full
Postal
Address & phone nos.
of Client. Name,
designation and address
of Engineer / Officer - in- Charge (for cases other
than purchase)
Value of
Contract/ Order
(Specify Currency Amount)
Date of
Commencement of Services
Scheduled
Completion Time
(Months)
Date
of
Actual Completi
on
Reasons for
Delay in
execution,
if any
1 2 3 4 5 6 7 8 9
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F– 8A
ANNUAL TURNOVER
Bidder must fill in this form (On Bidder’s letterhead)
Annual Turnover data for the last 3 years:
Sl No. Year Amount
(in INR)
1 2017-18
2 2016-17
3 2015-16
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F– 8B
FINANCIAL STATUS
FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR
Description For the year of 2016-17
Amount (in INR)
1. Current assets
2. Current Liabilities (including secured and
unsecured short term loans & working
capital loans)
3. Working Capital (Current Assets-Current
liabilities)
4. Net Worth IMCs funds (Paid up share
capital and Free Reserves & Surplus) (NW)
1. Attached are copies of the audited balance sheets, including all related notes and income
statement for the last Audited Financial year, as indicated above, complying with the following
conditions
All such documents reflect the financial situation of the bidder
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already completed and audited (no statement for partial periods shall be requested or accepted)
SEAL AND SIGNATURE OF BIDDER
FORMS & FORMATS
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
F– 9
CHECK LIST FOR AGREED TERMS AND CONDITIONS
S.
No.
DESCRIPTION BIDDER’S
CONFIRMATION
1 Price Basis Accepted
2 Firm & Fixed Prices Accepted
3 Supply as per scope defined in the Tender documents Accepted
4 Price is exclusive of applicable taxes inclusive of transportation, insurance,
other support services and delivery/unloading at IMC store in Solapur
district
Accepted
5 Packing & Forwarding is Included in unit price Included
6 Delivery period (As per Tender document) Accepted
7 Guarantee Clause Accepted
8 Term of Payments (As per Tender document) Accepted
9 Contract Performance Bank Guarantee to be submitted Accepted
10 Validity of bid & bid security Accepted
11 Bid Security (EMD) Details
To be filled by bidder
………………………….
………………………….
………………………….
………………………….
12 Price Quoted as per SOR. Yes
13 Deviation
14 Defect Liability Period Accepted
15 GST @ ----------------------% (To be filled by bidder)
Name of the Bidder : Signature Designation Date Seal
SCHEDULE OF RATES (SOR)
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SECTION - VI
SCHEDULE OF RATES (SOR)
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SCHEDULE OF RATES
(SOR) – 1
Item
Nos. Item Description Unit Qty.
Unit Price
Ex-works
including
cost of
raw
materials/
compone
nts,
pkg/fwd
but
excluding
GST
Per
Unit
GST
Per Unit
Freight
upto
Project site
by Road
including
Transit
Insurance
and
unloading
Per Unit
GST on
Freight
upto
Project site
by Road
including
Transit
Insurance
and
unloading
Per Unit FOT
site
(4+5+6+7)
Total FOT
Project site
(3x8)
1 Supply (2) (3) (4) (5) (6) (7) (8) (9)
1.1.a Design, Engineering, Manufacturing, Supply (including packaging and forwarding, insurance, custom clearance, handling and unloading) at site of skid mounted electric motor driven hydraulic/reciprocating CNG Booster Compressor as per technical specifications and scope defined in tender document of 250 SCMH
Nos. 4
1.1.b Design, Engineering, Manufacturing, Supply (including packaging and
Nos 5
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
forwarding, insurance, custom clearance, handling and unloading) at site of skid mounted electric motor driven hydraulic/reciprocating CNG Booster Compressor as per technical specifications and scope defined in tender document of 450 SCMH
1.2.a Design, Engineering, Manufacturing, Supply (including packaging and forwarding, insurance, custom clearance, handling and unloading) at site of CNG Stationary Storage Cascade as per technical specifications and scope defined in tender document of 3000 WL capacity
Nos. 4
1.2.b Design, Engineering, Manufacturing, Supply (including packaging and forwarding, insurance, custom clearance, handling and unloading) at site of CNG Stationary Storage Cascade as per technical specifications and scope defined in tender document of 4500 WL capacity
Nos 5
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
1.3 Design Engineering, Manufacturing, Supply (including packaging and forwarding, insurance, custom clearance, handling and unloading at port as well as at IMCL's stores / site) of air compressor of capacity approx. 1.5 kW, discharge pressure approx. 10 kg/cm2g , 100 water litre capacity air receiver and air dryer along with all accessories and auxiliaries.
Nos 9
2 Erection, testing &
commissioning
2.1 a Erection, Testing and Commissioning Charges combined for SOR Item Nos. 1.1a
Nos. 4
2.1b Erection, Testing and Commissioning Charges combined for SOR Item Nos. 1.1b
Nos. 5
2.2a Erection, Testing and Commissioning Charges combined for SOR Item Nos. 1.2a
Nos. 4
2.2b Erection, Testing and Commissioning Charges combined for SOR Item Nos. 1.2b
Nos. 5
2.3 Erection, Testing and Nos. 9
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
Commissioning Charges combined for SOR Item Nos. 1.3
3 Comprehensive Annual
Maintenance Services
Comprehensive Monthly AMC charges of complete package (Booster compressor + Cascade + Air Compressor + station tubing and their allied facilities)
Nos. 108
Total
Grand Total
9 station for 12 months
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
SCHEDULE OF RATES
(SOR) – 2*
Sr.No. Item Description UoM Unit Price (INR) Unit Price with GST
Included (INR)
1 Seamless tubing-3/4”, WT .095”, MOC SS316, SANDVIK MAKE
Per Meter ___ ___
2 Seamless tubing-1/2”, WT .083”, MOC SS316, SANDVIK MAKE
Per Meter ___ ___
3 Seamless tubing-1/4”, WT .065”, MOC SS316, SANDVIK MAKE
Per Meter ___ ___
4 Two way ball valve-3/4” OD, SS316, SWAGELOK/PARKER MAKE
Per Unit ___ ___
5 Two way ball valve-1/2” OD, SS316, SWAGELOK/PARKER MAKE
Per Unit ___ ___
6 Two way ball valve-1/4” OD, SS316, SWAGELOK/PARKER MAKE
Per Unit ___ ___
7 Check Valve-3/4” OD, SS316, SWAGELOK/PARKER MAKE
Per Unit ___ ___
8 Check Valve-1/2” OD, SS316, SWAGELOK/PARKER MAKE
Per Unit ___ ___
9 Union-3/4”, SS316, SWAGELOK/Parker make Per Unit ___ ___
10 Union-1/2”, SS316, SWAGELOK/Parker make Per Unit ___ ___
11 Union-1/4”, SS316, SWAGELOK/Parker make Per Unit ___ ___
12 Reducing Union, ½” OD x ¾” OD, SS316, SWAGELOK/Parker make
Per Unit ___ ___
13 Union Equal Tee-3/4”, SS316, Swagelok/Parker make
Per Unit ___ ___
14 Union Equal Tee-1/2”, SS316, Swagelok/Parker make
Per Unit ___ ___
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
15 Union Equal Tee-1/4”, SS316, Swagelok/Parker make
Per Unit ___ ___
16 Reducing Union Tee-1/2” OD x ¾” OD x ¾” OD, SS316, Swagelok/Parker make
Per Unit ___ ___
17 Tube clamp-20mm with bolts Per Unit ___ ___
18 Tube clamp-12mm with bolts Per Unit ___ ___
19 Tube clamp-6mm with bolts Per Unit ___ ___
20 Tray Per Meter ___ ___
21 Laying charges including all inspection and testing at site
Per Meter ___ ___
*Note:
1. Above BOM for station tubing is based on theoretical evaluation, any additional material along with total quantity required of the above material has to be proposed after site visit by the successful bidder only and submit the final SOR – 2 accordingly. 2. Transportation/Freight charges of materials indicated in SOR – 2 shall be included in supply cost by the bidder. No separate charges for transportation shall be paid by SHOLAGASCO PVT. LTD. for SOR – 2.
SCHEDULE OF RATES
Enquire Doc No. : VCS/NOIDA/C&P/SPL/CC&ST/2019/005
Date: 7th May, 2019
1. The bidder shall read these SOR (s) in conjunction with the Scope of Work detailed in this enquiry Document and quote accordingly.
2. Bidder to mandatory quote the taxes applicable above, the evaluation of the price bid shall be done accordingly (inclusive of GST).
3. In case the bidder does not indicate/quote the rate & amount of applicable taxes in the SOR or makes any other statement (e.g., "NIL" "Inclusive", Kept as Blank", "Extra at actual" etc.), their quoted price shall be considered inclusive of all applicable taxes.
NAME OF THE COMPANY
AUTHORIZED SIGNATORY
NAME
DESIGNATION
SEAL
DATE
PLACE