Anda di halaman 1dari 123

TRIPURA NATURAL GAS COMPANY LIMITED

PROJECT FOR CNG & CITY GAS DISTRIBUTION FOR AGARTALA

BID DOCUMENT FOR PROCUREMENT OF GAS ENGINE DRIVEN CNG COMPRESSORS LIMITED DOMESTIC COMPETITIVE BIDDING Bid Document No.: 05/51/23M6/TNGCL/031
VOLUME II OF II

PREPARED AND ISSUED BY

MECON LIMITED
(A Govt. of India Undertaking)
U

Delhi, India
APPROVED BY:

PREPARED BY:

CHECKED BY:

(R. K. DUTTA)

(GURDEEP SINGH)

(K.K. DE)

Page 1 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

VOLUME-II of II
U

CONTENT
U

Sl.No.

Description

Total No. of Pages

SECTION-8 SECTION-9 SECTION-10 SECTION-11

MATERIAL REQUISITION SPECIAL CONDITIONS OF CONTRACT (SCC) TECHNICAL SPECIFICATION FOR CNG COMPRESSOR SCHEDULE OF RATES

Page 2 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

SECTION 8 MATERIAL REQUISITION

Page 3 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

PROJECT MR NO. CLIENT ITEM ITEM NO; 1 Item No. 1.1

: : : :

CNG AND CITY GAS DISTRIBUTION FOR AGARTALA MEC/MR/05/25/23M6/031 TRIPURA NATURAL GAS COMPANY LIMITED GAS ENGINE DRIVEN CNG MOTHER COMPRESSORS AT AGARTALA CITY

DESCRIPTION Design, Engineering, Manufacturing, Supply (including packaging and forwarding, insurance, custom clearance, handling and unloading at port as well as at TNGCLs site (at Agartala) of Skid mounted gas engine driven CNG Compressor Package with explosion proof electric & control panel of 550 Sm3/h capacity at suction pr. of 2kg/cm2(g) (range 1.5 to 3 kg/cm2(g) with discharge pr. 255 kg/cm2(g) with 9 bank Priority panel. String test of complete compressor package along with gas engine and accessories at packagers' factory Special tools & tackles (list of tools & tackles to be furnished by the bidder) Design, Engineering, Manufacturing, Supply (including packaging and forwarding, insurance, custom clearance, handling and unloading at port as well as TNGCL stores at Agartala) of air compressor of capacity approx 3.7 kW, discharge pressure approx 16 kg/cm g , 1000 water litre capacity air receiver and air dryer along with all accessories and auxiliaries. Installation, commissioning & Field performance test of Compressor Package including air compressor at site. Lump sum Annual operation ,Repair & maintenance charges per Compressor Package including air compressor for 1st year warrantee period inclusive of all manpower, spare and lubricant, etc
2

UNIT Nos.

QTY 1

Remark Compressors is required at Agartala.

1.2 1.3 1.4

Nos. Set Nos.

1 1 1

1.5 1.6

Nos. Nos.

1 1

Page 4 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Item No. 1.7

DESCRIPTION Lump sum Annual operation, Repair & maintenance charges per Compressor Package including air compressor for second year i.e. after first year of warranty period inclusive of all manpower, spare and lubricant, etc Lump sum Annual operation, Repair & maintenance charges per Compressor Package including air compressor for third year i.e. after first year of warranty period and second year of ARC inclusive of all manpower, spare and lubricant, etc

UNIT Nos.

QTY 1

Remark

1.8

Nos.

Notes: 1. For Indian bidder inspection shall be carried out by Owner / Consultant and the Inspection shall be considered @ 1.25% of the ex-works price of the equipment for price comparison purpose only. 2. Cost of air Compressor installation and O&M shall also be included in above relevant heads. 2. Evaluation Basis : OVERALL BASIS.

Page 5 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

SECTION - 9 SPECIAL CONDITIONS OF CONTRACT (SCC)

Page 6 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

SPECIAL CONDITIONS OF CONTRACT (SCC) CONTENT 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 13.0 14.0. 15.0 16.0 17.0 18.0 . GENERAL SCOPE OF WORK TERMS OF PAYMENT

INLAND TRANSIT INSURANCE FOR PROCUREMENT OF GOODS INDEMNITY BOND CUSTOM DUTY & EQUIPMENT CLEARANCE
PROJECT SCHEDULING & MONITORING RULES, REGULATIONS AND PROCEDURES FIELD INSPECTION ERECTION AND INSTALLATION SITE CLEANING DOCUMENTATION ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING SERVICES. QUALITY ASSURANCE / QUALITY CONTROL PROGRAMME DEDUCTION FROM CONTRACT PRICE CONSTRUCTION AIDS, EQUIPMENT, TOOLS & TACKLES MAKE OF MATERIAL/BOUGHT OUT ITEMS INSPECTION OF SUPPLY ITEMS

19.0
20.0 21.0

DELIVERY BASIS
COMPLETION SCHEDULE EVALUATION BASIS

Page 7 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

SPECIAL CONDITIONS OF CONTRACT 1.0 GENERAL The following article shall supplement the General conditions of Contract. Where any portion of the General Conditions of Contract and Instruction to Bidders is repugnant to or at variance with any provisions of the Special conditions of contract, then unless a different intention appears, the provision (s) of the Special Conditions of Contract shall be deemed to override the provision (s) of General Conditions of Contract to bidders, only to the extent that such repugnancies of variations in the Special Conditions of Contract as are not possible reconciled with the provisions of General Condition of Contract to Bidders. In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract, Special Conditions of Contract, Specification, Drawings or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict in order of precedence: i. ii. iii. iv. v. vi. vii. viii. ix. x. 1.1 Letter of Award/ Purchase Order Letter of Acceptance/ FOI alongwith Statement of Agreed Variations. Schedule of Rates as enclosures to Letter of Award/ Purchase Order Special Conditions of Contract Drawings Technical/ Material Specifications Instruction to Bidder General Conditions of Contract (Goods) for supply part of the contract and GCC (for procurement of works) for other than supply part of the contract. Applicable standards as specified. Applicable standards not specified.

This enquiry envisages total responsibility for complete work from design, engineering, manufacture, supply/ shipment, port handing, clearance at port of entry in India, inland transportation within India upto the designated Project Sites, all taxes, duties, (except Custom Duty on the imported component in case of Foreign Bidder only) levies, fees, octroi, etc. as applicable and payable by the bidders under the Contract in India, all insurance, handling of goods at all stages, loading and unloading facilities at designated storage of client, re-transportation of the package from the store to the actual site/ station including transit insurance, other associated works including materials, tools/ tackles etc., and civil works (limited to grouting of package) prior to start of work at sites till the time of installation, testing, commissioning, performance test, Site Acceptance Test, Trial Run and handing over at site to the Owner and Operation and Maintenance Work as specified in technical parts for the items stated in Price Schedule and in Technical Part. In case of Foreign Bidder, all work related to collection of Cheque / Draft towards custom duty & deposition of same to the custom authorities shall be in the scope of the bidder.

Page 8 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1.2

Owner shall be issuing concessional forms like Form-C or any other such forms, for availing concessional taxes/ duties by the bidder, if available. As such bidder shall include full rates of all taxes/ duties as applicable and percentages of the same shall be filled in at Agreed Terms and Conditions- Section-V of this tender document. The quoted price shall be deemed to be inclusive of all applicable taxes & duties including Service Tax, works contract tax, sales tax, local taxes, import duty, excise duty, octroi and other levies etc. till the complete execution of the order as applicable in India under this contract and the bidder shall not be eligible for any compensation on this account. Both Indian and Foreign Bidders shall not be eligible for compensation by the Owner for any variations whatsoever in the aforesaid taxes/ duties/ levies, etc. as included in the total price except for statutory variation as provided under tender document. Noncompliance to the provisions of this Article as aforesaid shall lead to rejection of offer.

1.3

1.4 1.5

Void Foreign Bidder because of various constraints of distance, unfamiliarity with local and lack of any established branch office in India, may quote on the basis of tie up with any Indian Sub-contractor for the activities to be undertaken in India, they may do so provided their bid is submitted on PACKAGE BASIS WITH OVERALL CONTRACTUAL RESPONSIBILITY WITH THE FOREIGN BIDDER ONLY. All payments under the contract shall however, be payable to Foreign Bidders only. Payments shall be made as per Terms of Payment Clause no. 3.0 of SCC enclosed herewith. All Bidders are requested to indicate positively the division of work To be directly undertaken by the Bidder Envisaged to be undertaken by Bidders Sub-contractor under Bidders Overall responsibility. A copy of MOU (Memorandum of Understanding) shall be furnished alongwith the offer. The activities listed in the scope of proposal in this document as well as in the price break-up shall be only broad categories and shall in no way absolve the Bidder in executing and completing of the turnkey philosophy of the Owner within the quoted lump sum price. Any item/equipment/services/ activities/ taxes/duties, if not specifically identified in the Bid document or in the offer but is necessary for the completion of work, shall be deemed to be included in the quoted lumpsum price and no extra charges are payable by the Owner. As regards the Income tax, surcharge on Income tax or any other corporate tax payable by the Bidder for reason of the contract awarded, then Owner shall not bear any tax liability whatsoever irrespective of the mode of construction of contract. The bidder shall be liable and responsible for payment of such tax, if attracted under the provision of Indian Income tax Act.

1.6 a) b) c) 1.7

1.8

Page 9 of 118

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Bidder may note that if any tax is deductible at source as Permanently Indian Income Tax Law, the same will be so deducted before releasing any payment of the bidders. Accordingly, bidder shall have the responsibility to check and include such provisions of taxes in their prices. 1.9 1.9.1 CONTRACT AGREEMENT Contract Documents for agreement shall be prepared, after award of works to the successful tenderer by Telegram/Fax/Detailed letter of Intent in line with format F-13 to GCC. Until the final Contract documents are prepared and executed this tender document together with the annexed documents, modifications, deletions agreed upon by the OWNER and Tenderer's acceptance there of shall constitute a binding contract between the successful tenderer and the OWNER based on terms contained in the aforesaid documents and the finally submitted and accepted prices. The Contract document shall consist of the following :a) Original tender documents issued with its enclosures. b) Addendum/Corrigendum to tender documents issued if any. c) Fax of Intent. d) The detailed letter of Intent/Acceptance alongwith statement of Agreed Variation (if any) and enclosures attached there with. 1.9.3 The statement of agreed deviations shall be prepared based on the finally retained deviations if any by the Tenderer and all correspondences and MOM's held between the OWNER and the Tenderer prior to issue of Telegram/Fax of intent shall be treated as Null and Void. Any deviation or stipulations made and accepted by the owner after award of the jobs shall be treated as amendments to the contract documents as above. ADDITIONAL WORKS/EXTRA WORKS OWNER reserves their right to execute any additional works/extra works, during the execution of work, either by themselves or by appointing any other agency even though such works are incidental to and necessary for the completion of works awarded to the contractor. In the event of such decisions taken by OWNER, contractor is required to extend necessary cooperation, and act as per the instructions of Engineer-in-Charge. 1.11 PRELIMINARY EXAMINATION:

1.9.2

1.10

1.11.1 The OWNER will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

Page 10 of 118

10

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1.11.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of the errors, its Bid will be rejected. If there is a discrepancy between words and figures, the amount in words will prevail. 1.11.3 Prior to the detailed evaluation, the OWNER will determine the substantial responsiveness of each Bid with reference to the Bidding Documents. For this purpose a substantially responsive Bid is one which confirms to all other terms and Conditions of the Bidding documents without material deviations. The OWNER'S determination of a Bids responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence. 1.11.4 A bid determined as not substantially responsive will be rejected by the OWNER and may not subsequently be made responsive by the Bidder by correction of the non- conformity. 1.11.5 The OWNER may waive any minor informality or non- conformity or irregularity in a Bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 1.12 Complete Scope of Work The scope of work is mentioned in Tender Document. Offers of those Bidders who take total responsibility for complete scope of work for the SOR item in case evaluation is itemwise basis otherwise for all the items as mentioned in Tender Document shall be considered for detailed evaluation. 1.13 Clarification of Bids After opening of the Bids to assist in the examination, evaluation and comparison of Bids, the OWNER may, at its discretion, ask the Bidder for a clarification of its Bid. The request for such clarification and the response shall be in writing and no change in the price or substance of Bids shall be sought, offered or permitted. 1.14 Deduction at source

1.14.1 Owner will release the payment to the Contractor after effecting deductions as per applicable law in force & after offsetting all dues to the Owner payable by the Contractor under the Contract. 1.15 TESTS AND INSPECTION The contractor shall carry out the various tests as enumerated in the technical specifications of this tender document and the technical documents that will be furnished to him during the performance of the work and no separate payment shall be made unless otherwise specified in schedule of rates.

Page 11 of 118

11

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1.16

REGISTRATION UNDER SALES TAX ACT (Wherever applicable) Attested copy of certificate for registration under State Government Sales Tax Act in the proforma prescribed by State Govt. should accompany the tender. The registration should be in the name of the Firm / individual quoting for the work. In absence of the above registration, tenderer may not be awarded the work tendered for, in the light of State Govt. directive / instruction.

1.17

PROVIDENT FUND ACT (Wherever applicable)

1.17.1 The bidder shall submit the EPF code number along with the bid document. 1.17.2 The Contractor shall strictly comply with the provisions of Employees Provident Fund Act and register themselves with RPFC before commencing work. The Contractor shall deposit Employees and Employers contributions to the RPFC every month. The contractor shall furnish along with each running bill, the challan/receipt for the payment made to the RPFC for the preceding months. 1.17.3 In case the RPFC's challan/receipt, as above, is not furnished, Owner shall deduct 16 % (Sixteen percent) of the payable amount from contractor's running bill and retain the same as a deposit. Such retaining amounts shall be refunded to Contractor on production of RPFC challan/receipt for the period covered by the related running bill. 1.18 LABOUR LICENCE Before starting of work, contractor shall obtain a licence from concerned authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same of Owner. 1.19 STATUTORY APPROVALS

1.19.1 The package supplier shall give necessary documents for obtaining approval from CCOE and any other concerned authority as required by the client. 2.0 2.1 SCOPE OF WORK The Scope of Work shall be as set out in MR, Data Sheets and Technical Specifications given Volume-II of tender document and supplemented by all stipulation in the total tender document. TERMS OF PAYMENT FOR SUPPLIES Payments shall be released by the Owner against pre-receipted invoice, submission of valid performance guarantee and other documents complete in all respect meeting the requirement of contract document.

3.0 3.1

Page 12 of 118

12

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

3.1.1 A) i) ii) iii) iv) v) vi)

For Indian Bidders 85% of supply value including string test as applicable will be paid progressively by Owner within 15 days against receipt of the following documents:Invoice in triplicate (Invoice shall enable owner to claim CENVAT credit of ED and / or service tax, VAT setoff etc. as applicable. Invoice also to indicate all taxes and duties separately.) Inspection Release note issued by inspection agency appointed by Owner. GR/ LR Packing List Insurance cover note covering transit insurance A certificate from manufacturer that the all items/ equipment under supply including its component or raw material used with manufacturing are new and conform to the tender requirement. In case manufacturer is not the contractor this certificate will duly be endorsed by the contractor owning overall responsibility. Final technical file as per Technical Specifications/ Material Requisition including all test certificates , if applicable Indemnity bond for the total price of delivered items. (Which will be valid till equipment is taken over by Owner at site). Performance Bank Guarantee(s) of 10% of Contract Value. (If already submitted, a copy of the same). Document related to CENVAT credit to be claimed by Owner, if applicable. In case of delay in supply the invoice value shall be reduced to take care of stipulation of PRS clause of the contract 5% payment: On completion of erection, alignment & commissioning of each compressor units. However, if, erection is not started within 90 days after supply due to non availability of site/gas, payment against erection and commissioning shall be released to the successful bidder against receipt of bank guarantee of the said amount to remain valid for a period of 1 year after completion of 90 days; ie; 15 months from the date of FOT site (actual). 10% payment: On Testing and completion of PG test of each compressor unit, all other works & final acceptance by the owner and submission following additional document: Acceptance certificate Clearance from ESIC, PF and labour authority Work completion certificate Payment reconciliation statement Sales tax assessment certificate No claim certificate

vii) viii) ix) x) xi) B)

C)

Page 13 of 118

13

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

However, if the PG test is not successful (as per guaranteed parameters defined in the tender), the provision of clause 7.2.2 and 7.4 shall apply. 3.1.2 A) For Foreign Bidders {Applicable for ICB (International Competitive Bidding) only} 85% of supply value (CIF Indian Port) of foreign component excluding Indian component but including string test as applicable through Letter of Credit against receipt of material at CIF Indian Port by Owner on receipt of the following: i) Invoice in triplicate (Invoice shall enable owner to claim CENVAT credit of ED and / or service tax, VAT setoff etc. as applicable. Invoice also to indicate all taxes and duties separately.)

ii) Inspection Release note issued by inspection agency appointed by Owner. iii) Clean Bill of Lading. iv) Packing List v) Country of origin certificate. vi) A certificate from manufacturer that the all items/ equipment under supply including its component or raw material used with manufacturing are new and conform to the tender requirement. In case manufacturer is not the contractor this certificate will duly be endorsed by the contractor owning overall responsibility. vii) Bill of Entry. viii) Final technical file as per Technical Specifications/ Material Requisition including all test certificates. ix) Indemnity bond for the total price of delivered items. x) Performance Bank Guarantee of 10% of Contract Value. xi) In case of delay in supply as on the date of receipt of material at Indian port (as per Bill of Entry) the invoice value shall be reduced to take care of stipulation of PRS clause of the contract taking into account delay till date. B) 5% payment: On completion of erection, alignment & commissioning of each compressor units. The invoice value shall be reduced as per the stipulation of PRS clause of the contract to the extent of total delay in receipt of the material at site. The invoice value to be reduced above shall be computed after taking into account any reduction against 85% of the payment. However, if, erection is not started within 90 days after supply due to non availability of site/gas, payment against erection and commissioning shall be released to the successful bidder against receipt of bank guarantee of the said amount to remain valid for a period of 1 year after completion of 90 days; ie; 15 months from the date of FOT site (actual).

. .

Page 14 of 118

14

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

C)

10% payment: On testing and successful completion of PG test of each compressor unit, all other works & final acceptance by the owner and submission following additional document: Acceptance certificate Clearance from ESIC, PF and labour authority Work completion certificate Payment reconciliation statement Sales tax assessment certificate No claim certificate

However, if the PG test is not successful (as per guaranteed parameters defined in the tender), the provision of clause 7.2.2 and 7.4 shall apply. 3.1.3 In case the Testing and Field Performance Test could not be executed within 90 days from the date of completion of Erection and commissioning due to reason directly attributable to the owner. OR Erection could not be taken up within 105 days from the date of delivery of material at site due to reasons directly attributable to the owner; the balance 10% of supply value as per 3.1.1 (C) or 3.1.2 (C) shall be released after deduction against PRS clause if any and on submission of Bank Guarantee of equivalent amount which shall remain valid for a period of 1 year after completion of 90 days; ie; 15 months from the date of FOT site (actual). . 3.2 Erection, Testing, commissioning & field performance etc. 100 % Payment on erection, testing of individual items and successful field performance test of the machine, completion of all works and on final acceptance by owner. 3.3 3.3.1 3.3.2 Annual Maintenance Service charges Monthly payment on pro-rata basis as certified by Engineer-in-charge shall be made against the invoices raised. The date of successful performance test at site (which shall be conducted within 90 days from the date of successful commissioning of the machine or from the date of commercial operation) will be considered as date of start of the annual maintenance contract. However, bidder shall be paid only 50% of O&M charge for operation and maintenance of the compressor from the date of commercial operation upto the date of performance test as part payment against O&M till the capacity and other guaranteed

Page 15 of 118

15

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

3.1.1 A)

For Indian Bidders 85% of supply value including string test as applicable will be paid progressively by Owner within 15 days against receipt of the following documents:Invoice in triplicate (Invoice shall enable owner to claim CENVAT credit of ED and / or service tax, VAT setoff etc. as applicable. Invoice also to indicate all taxes and duties separately.) Inspection Release note issued by inspection agency appointed by Owner. GR/ LR Packing List Insurance cover note covering transit insurance A certificate from manufacturer that the all items/ equipment under supply including its component or raw material used with manufacturing are new and conform to the tender requirement. In case manufacturer is not the contractor this certificate will duly be endorsed by the contractor owning overall responsibility. Final technical file as per Technical Specifications/ Material Requisition including all test certificates , if applicable Indemnity bond for 110% of the value of delivered items. (Which will be valid till equipment is taken over by Owner at site). Performance Bank Guarantee(s) of 10% of Contract Value. (If already submitted, a copy of the same). Document related to CENVAT credit to be claimed by Owner, if applicable. In case of delay in supply the invoice value shall be reduced to take care of stipulation of PRS clause of the contract 5% payment: On completion of erection, alignment & commissioning of each compressor units. However, if, erection is not started within 90 days after supply due to non availability of site/gas, payment against erection and commissioning shall be released to the successful bidder against receipt of bank guarantee of the said amount to remain valid for a period of 1 year after completion of 90 days; ie; 15 months from the date of FOT site (actual). 10% payment: On Testing and completion of PG test of each compressor unit, all other works & final acceptance by the owner and submission following additional document: Acceptance certificate Clearance from ESIC, PF and labour authority Work completion certificate Payment reconciliation statement Sales tax assessment certificate No claim certificate

i)

ii) iii) iv) v) vi)

vii) viii) ix) x) xi)

B)

C)

Page 13 of 118

16

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

documentary evidence in support of statutory variation shall be submitted alongwith claim/ invoicing. 4.0 INLAND TRANSIT INSURANCE FOR PROCUREMENT OF GOODS Contractor will be required to submit documentary proof for the transit insurance before dispatch. 5.0 INDEMNITY BOND After award of work, bidder has to furnish legal indemnity bond to owner equivalent to 110% of total value of equipment before Owner hands over such equipment to them for the purpose of further action as per scope of work in the format as per F-12 to GCC. The Indemnity Bond shall be valid from the date of receipt of 1st consignment at site & remain valid upto 06(six) months from date of the receipt of last consignment at site. 6.0 CUSTOM DUTY & EQUIPMENT CLEARANCE Custom duty shall be paid by Owner. All other work related to custom clearance including port handling, transportation upto site etc. would be in the scope of bidder. Owners scope would be limited to handing over of cheque / draft towards custom duty to contractor upon receipt of copy of bill of entry duly assessed by custom authorities and indemnity bond from contractor. 7.0 PROJECT SCHEDULING & MONITORING The following schedules/documents/reports shall be prepared and submitted by the Bidder/Contractor for review/approval at various stages of the contract. 7.1 a) ALONGWITH BID Time Schedule The Completion Time Schedule for the work (including mobilization period ) as per Appendix-I to Invitation for bid, PART-A of Tender in all respect, from the date of issue of telex/telegram/letter/Fax of Intent. The Bidder is required to submit a Project Time Schedule in Bar Chart Form, alongwith the Bid. The Schedule shall cover all aspects like sub-ordering, manufacturing and delivery, indicated in the Bid Document. The Owner interface activities shall be clearly identified with their latest required dates. Owner reserves the right to disqualify the Bidder if the above Schedule submitted by the Bidder is not in line with the over all Project requirement. b) Scheduling & Monitoring System

Page 17 of 118

17

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

The Bidders should describe their system of Project Scheduling and monitoring, the extent of computerization, level of detailing, tracing methodology etc. with the name of computer package and sample outputs. 7.2 a) AFTER THE AWARD OF CONTRACT Overall Project Schedule The Contractor shall submit within 1 week of Fax of Intent, a sufficiently detailed over all Project Schedule in the activity network form, clearly indicating the major milestones, interrelationship/ interdependence between various activities together with analysis of critical path and floats. The network will be reviewed and approved by Engineer- in-Charge and the comments if any shall be incorporated in the network before issuing the same for implementation. The network thus finalised shall form part of the contract document and the same shall not be revised without the prior permission from Engineer-in- Charge during the entire period of contract. b) Progress Measurement Methodology

The contractor is required to submit within 1 week of award of WORK, the methodology of progress measurement of sub-ordering, manufacturing/delivery, sub- contracting construction and commissioning works and the basis of computation of overall services/physical progress informed. Owner reserves the right to modify the methodology in part or in full. c) Functional Schedules

The contractor should prepare detailed functional schedules in line with network for functional monitoring and control and submit scheduled progress covers for each function viz. ordering, delivery and construction. 8.0 8.1 RULES , REGULATIONS AND PROCEDURES CONTRACTOR shall observe in addition to Codes specified in respective specification, all National and Local Laws, Ordinances, Rules and Regulations and requirements pertaining to the WORK and shall be responsible for extra costs arising from violations of the same. Various procedures and method statements to be adopted by CONTRACTOR during the construction as required in the respective specifications shall be submitted to OWNER in due time for APPROVAL. No such construction activity shall commence unless approved by OWNER in writing. FIELD INSPECTION

8.2

9.0

Page 18 of 118

18

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

CONTRACTOR shall have at all times during the performance of the WORK, a Competent Superintendent on the premises. Any instruction given to such superintendent shall be construed as having been given to the CONTRACTOR. 10.0 ERECTION AND INSTALLATION The CONTRACTOR shall carry out required supervision and inspection as per quality Assurance plan and furnish all assistance required by the OWNER in carrying out inspection work during this phase. The OWNER will have engineers, inspectors or other authorised representatives present who are to have free access to the WORK at all times. If an OWNER's representative notifies the CONTRACTOR's authorised representative not lower than a Foreman of any deficiency, or recommends action regarding compliance with the SPECIFICATIONS, the CONTRACTOR shall make every effort to carry out such instructions to complete the WORK conforming to the SPECIFICATIONS and approved DRAWINGS in the fullest degree consistent with best industry practice. 11.0 SITE CLEANING

11.1.1 The contractor shall take care for cleaning the working site from time to time for easy access to work site and also from safety point of view. 11.1.2 Working site should be always kept cleaned upto the entire satisfactions of the Engineer-in-charge. Before handing over and work to owner, the Contractor in addition to other formalities to be observed as detailed in the document shall clear the site to the entire satisfaction of Engineer-in-charge. 12.0 12.1 DOCUMENTATION "AS BUILT" DRAWINGS Notwithstanding the provisions contained in standard specifications, upon completion of WORK, the CONTRACTOR shall complete all of the related drawings to the "AS BUILT" stage and provide the OWNER, the following :a) b) c) d) One complete set of all original tracings. One complete set of full size reproducibles. One complete set of reduced size (279 mm x 432 mm) reproducible copies of all drawings. One complete set of microfilm of all original drawings.

Page 19 of 118

19

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

e) f) g)

Six complete sets of reduced size (279 mm x 432 mm) prints. Six complete bound sets of Contractors specifications including design calculations. Six complete sets, in the form of hand bound volumes, of the manufacturer's data book for all the equipments, instruments etc. including certified prints and data. Data books shall be completed with index as to tag numbers associated with manufacturer's data shown, Equipment data shall include as a minimum requirement the principle and descriptions of operations, installation and maintenance instructions, drawings and dimensions, parts list and priced purchase orders including those of major sub-vendors and suppliers. Requirements pertaining to "VENDOR DATA REQUIREMENT" attached with standard specifications for the documents to be included in the Data Book for each equipment, instruments etc. shall also be complied with. Six bound copies each of the Spare Parts Data Books and the Lubricants Inventory Schedule.

h) 12.2

Completion Document The following documents shall be submitted in hard binder by the CONTRACTOR in THREE sets, as a part of completion documents: a) b) c) d) e) Test results and reports. Pre-commissioning/commissioning check list. Performance certificate Completion Certificate issued by Owners Site Engineer. No claim certificate by the Contractor. WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING

13.0

ORDER OF SERVICES

The order in which the WORK shall be carried out shall be subject to the approval of the Engineer-in-charge and shall be so as to suit the detailed method of construction adopted by the CONTRACTOR, as well as the agreed joint programme. The WORK shall be carried out in a manner so as to enable the other contractors, if any, to work concurrently. OWNER reserves right to fix up priorities which will be conveyed by Engineer-in-Charge and the CONTRACTOR shall plan and execute work accordingly. 14.0 14.1 QUALITY ASSURANCE / QUALITY CONTROL PROGRAMME Bidder shall include in his offer the Quality assurances Programme containing the overall quality management and procedures which is required to be adhered to during the execution of contractor. After the award of the contract detailed quality assurance

Page 20 of 118

20

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

programme to be followed for the execution of contract under various divisions of work will be mutually discussed and agreed to. 14.2 14.3 The Contractor shall establish document and maintain an effective quality assurance system as outlines in recognised codes. Quality Assurance system plans/procedures of the Contractor shall be furnished in the form of a QA manual. This document should cover details of the personnel responsible for the Quality Assurance, plans or procedures to be followed for quality control in respect of design, Engineering, Procurement, Supply, Installation, Testing and Commissioning. The quality assurance system should indicate organizational approach for quality control and quality assurance of the construction activities, at all stages of work at site as well as the manufactures works and despatch of materials. The Owner/Consultant or their representative reserve the right to inspect witness, review any or all stages of work at shop/site as deemed necessary for quality assurance. DEDUCTION FROM CONTRACT PRICE All costs, damages or expenses which the OWNER may have paid, for which under the CONTRACT the CONTRACTOR is liable, shall be cleared by the OWNER. All such claims shall be billed by the OWNER to the CONTRACTOR, regularly as and when they fall due. Such bills shall be supported by appropriate and certified vouchers or explanations, to enable the CONTRACTOR to properly identify such claims. Such claims shall be paid by the CONTRACTOR within fifteen (15) days of the receipt of corresponding bills and if not paid by the CONTRACTOR within the said period, the OWNER may then deduct the amount, from any amount due or becoming due by OWNER to the CONTRACTOR under the Contract may be recovered by actions of law or otherwise, if the CONTRACTOR fails to satisfy the OWNER of such claims. 16.0 CONSTRUCTION AIDS, EQUIPMENT, TOOLS & TACKLES CONTRACTOR shall be solely responsible for making available for executing the work, all requisite Construction Equipments, Special Aids, Cranes, and Tools, Tackles and testing equipments and appliances. Such construction equipments etc. shall be subject to examination by owner and approval for the same being in first class operating condition. Any discrepancies pointed out by OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by CONTRACTOR. OWNER shall not in any way be responsible for providing any such equipment, machinery, tools and tackles. The OWNER reserves the right to rearrange such deployment depending upon the progress and priority of work in various sections. 17.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS

14.4

15.0

Page 21 of 118

21

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

An annexure of approved vendors for various major items is enclosed with this tender specification. The bidder shall consider such names only as indicated in the aforesaid list and clearly indicate in the bid the name(s) as selected against these items. However, for any other item not covered in the list enclosed with this tender document, prior approval shall be obtained by the contractor for its make/ suppliers name. 18.0 INSPECTION OF SUPPLY ITEMS All inspections and tests shall be made as required by the specifications forming part of this contract. Contractor shall advise Owner/ Consultant in writing at least 10 days in advance of the date of final inspection/tests. Manufactures inspection or testing certificates for equipment and materials supplied, may be considered for acceptance at the discretion of Owner/ Consultant. All costs towards testing etc. shall be borne by the contractor within their quoted rates. All inspection of various items shall be carried out based on Quality Assurance Plan, which will be submitted by the Contractor and duly approved by Owner/ Consultant. 19 19.1 INSURANCE FOR TOTAL SCOPE OF WORK INCLUDING FOR FREE ISSUE ITEMS/ MATERIALS Insurance For Free Issue Material All supplies at CIF Indian Port for foreign bidder and FOT site for Indian bidder shall be considered free issue material to contractor. Contractor shall at his own expense arrange, secure and maintain insurance cover of value not less than the supply value (including custom duty, CVD, Special Duty, Cess etc. as applicable) during entire tenure of Contractors custody till the material is handed over to Owner at site in a manner defined in Tender Document. Contractors quoted price shall be inclusive of all costs on account of insurance liabilities covered under the Contract. Contractor to note that the beneficiary of insurance cover shall be the Owner. Indemnity Bond to be executed by the supplier while taking custody of all supplies at the time of custom clearance and transporting to site in case of foreign bidder however, in case of Indian bidder at the time of despatch of supply as per format F-12 to General Conditions of Contract. 19.2 Insurances In India

19.2.1 In addition to the insurance covers specified in the General conditions of Contract to be obtained and maintained by the Contractor, Contractor shall at his own expense arrange, secure and maintain insurance with Indian insurance companies to the satisfaction of the owner as may be necessary and to its full value including than for free issue material for all such amounts to protect the works in progress from time to time and the interest of Owner against all risks as detailed herein. The form and the limit of such insurance as defined herein together with the under writer works thereof in each case should be as acceptable to the Owner. However, irrespective of work acceptance

Page 22 of 118

22

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be that of Contractor alone. Contractors failure in this regard shall not relieve him of any of this responsibilities and obligations under Contractor. 19.2.2 Any loss of damage to the equipment during inland transportation, storage, erection and commissioning till such time the Work is taken over by Owner shall be to the account of Contractor. Contractor shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/ or replacement of the parts of the Work damaged or lost. Contractor shall provide the Owner with a copy of all insurance policies and documents shall be submitted to the owner immediately upon the Contractor having taken such insurance coverage. Contractor shall also inform the Owner regarding the expiry cancellation and/ or changes in any of such documents and ensure revalidation/ renewal etc., as may be necessary well in time. The risks that are to be covered under the insurance shall include, but not be limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk etc. The scope of such insurance shall cover the entire value of supplies of equipments, plants and materials. All cost on account of insurance liabilities covered under this Contract will be to Contractors account and will be included in Contract Price. However, the Owner may from time to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance coverage risk and in such a case, the parties to the Contract will agree for a mutual settlement, for reduction in Value Of Contract to the extent of reduced premium amounts. 19.2.3 Contractor as far as possible shall cover insurance with Indian Insurance Companies 20.0 DELIVERY BASIS Delivery basis is to be on FOT site basis. 21.0 COMPLETION SCHEDULE Delivery basis to be on FOT site basis. Sl. Item Description Completion Period No. i) Design, Engineering, Testing, Supply 26 weeks from date of Fax of Intent (FOT Site basis) Including packaging, forwarding, transportation, Custom clearance etc. ii) Installation, Testing & Commissioning 30 weeks from date of Fax of Intent of CNG Compressor Package Excluding PT & AMC as defined in the Tender Document.
Page 23 of 118

23

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Notes: 1. Price reduction schedule shall be applicable on sl. no. (I) & (II) separately. Contract value for sl. no. (I) & (II) for PRS purpose shall exclude price for AMCs 2. Price Reduction Schedule for supply shall be applicable on the undelivered part of the supply value as per complete week of delay or part thereof subject to a maximum of 5% (five percent) of total contract price. 3. Similarly, Price Reduction Schedule for Installation, Testing & Commissioning shall be applicable of Commissioning value as per complete week of delay or part thereof subject to a maximum of 5% (five percent) of total contract price as per SOR.

22.0

EVALUATION BASIS Evaluation will be done on overall basis and order will be placed on the lowest acceptable bidder.

Page 24 of 118

24

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

SECTION 10
TECHNICAL SPECIFICATION FOR GAS ENGINE DRIVEN CNG COMPRESSOR
(MEC/TS/05/25/23M6/031)

MECON Limited DELHI 110 092

Page 25 of 118

25

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

CONTENTS

SL NO:
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20.

DESCRIPTION

GENERAL UTILITIES & BATTERY LIMITS EQUIPMENT QUALIFICATION CRITERIA BASIC DESIGN ELECTRICS AND INSTRUMENTATION CONTROL INSPECTION AND TESTING PRICE LOADING AND COMPENSATION FOR UNDER PERFORMANCE PAINTING AND PROTECTION ERECTION, TESTING AND COMMISSIONING AT SITE FIELD TRIAL RUN SPARE PARTS, SPECIAL TOOLS AND TACKLES DATA AND DRAWING OPERATION & MAINTENANCE SERVICES GUARANTEED PARAMETERS OF COMPRESSOR GAS COMPOSITION. CLIMATE DATA SHEET OF COMPRESSOR DATA SHEET OF GAS ENGINE DATA SHEET OF DETECTORS

OPERATING CONDITIONS & EXPERIENCE RECORD OF GAS ENGINE DRIVEN COMPRESSOR


EXPERIENCE RECORD PROGRAMME OF GAS ENGINE DRIVEN COMPRESSOR

21. 22. 23. 24. 25. 26. 27.

LIST OF INSTRUMENTATION & CONTROLS


QUALITY ASSURANCE PLAN PREFFERED MAKES CHECKLIST DRAWINGS ENCLOSED FORMAT OF DEVIATION TO THE TECHNICAL SPECIFICATION.

Page 26 of 118

26

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1.0

GENERAL Tripura Natural Gas Company Limited is a joint venture company of M/s GAIL (India) Limited, Govt. of Tripura and Govt. of Assam. TNGCL has been set up to distribute CNG to commercial vehicles through filling stations and PNG to household / commercial sectors including setting up of CNG filling stations with its infrastructure in Agartala.

1.1

Scope of work This specification along with applicable codes as referred, describe the minimum requirements for design, engineering, manufacturing, inspection, testing, supply including packaging, forwarding, insurance, custom clearance, handling and unloading at port as well as at PURCHASER stores at Agartala, package performance test at Bidder 's shop, supply, erection & commissioning at site of "GAS ENGINE DRIVEN RECIPROCATING GAS COMPRESSOR PACKAGES" as required for dispensing CNG to vehicles at various locations in Agartala. Various parts of this specification shall be read in conjunction with each other and in case where the different parts of this specification differs the more stringent requirement shall govern. Any additional work/equipment or technical requirement not mentioned in the specification but required to make the offered system complete in accordance with the specification and for safe and proper operation, shall be deemed to be included in the scope of work by the Bidder .

1.2

Codes & Standards The design, construction, manufacture, supply, testing and other general requirements of the compressor package equipment shall be strictly in accordance with the data sheets, applicable API codes, and shall comply fully with relevant National/ International standards, Indian Electricity Act, Indian Electricity Rules, regulations of Insurance Association of India and Factories Act while carrying out work as per this specification. Any modification suggested by the statutory bodies either during drawing approval or during inspection, if any, shall be carried out by the Bidder without any additional cost and delivery implications. The following codes and standards (versions/ revisions valid on the date of order) are referenced to & made part of specification: API-11P, Second edition, API 618 NFPA-37, OISD 179, NFPA-52: 2006, NFPA-496, NFPA-68, NFPA-70 ANSI, ASTM, NEC, NEMA Indian Electricity Rules, Indian Explosives Act.

1.3

Precedence In case of any conflict among the various documents of this requisition the following preferential order shall govern:

Page 27 of 118

27

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1. 2. 3. 4.

Data sheets/drawings This Technical Specification International standards/codes as applicable 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 in compliance 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. 1.4 DOCUMENTS/DATA REQUIRED ALONG WITH BID
U

Bidder shall necessarily furnish the following along with the bid without which the offer shall be considered incomplete: 1. Proven Track Record Formats duly filled in 2. Checklist duly filled in with regards to scope of supply 3. Completely filled in Data Sheets of compressor, gas engine and electric motors. 4. Deviations if any to this Technical Specification 5. Tentative Lay out / key plan/ General Arrangement indicating size of skids, center distance between skids and space required along with maintenance requirements 6. (a) Utilities requirements (b) Electrical Load summary 7. Catalogues of compressor, gas engine and instrumentation items. 8. Other details are given in VDR( Vendor Data Requirement). 1.5 SCOPE OF SERVICES 1. Engineering, design and manufacturing. 2. Procurement of raw materials etc., from sub-vendors. 3. Preparation of documentation for design, approval by Purchaser/consultant. 4. Inspection and testing as per T.S. 5. Surface preparation, protective coating and painting as per T.S. 6. Packaging for transportation to site and supply. 7. Erection, testing & commissioning as per T.S.
Page 28 of 118

28

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

8. Field trial run and performance test at site. 9. Post commissioning annual maintenance with all spares and consumables. 1.6 SCOPE OF SUPPLY FOR EACH COMPRESSOR PACKAGE Each compressor Package shall be complete with: Lubricated or non-lubricated two throw balanced opposed reciprocating compressor with lube oil system and cooling system (console type) as required. Gas engine as compressor driver. Gas meter (3 nos.): Mass flow meter (Model CNG 50 with integral local display) based on Coriolis principle of Micro motion, USA with F-series 2700 transmitter at compressor discharge, F-series with 1700 transmitter at compressor suction and gas engine fuel consumption. Installation and manufacturing of mass flow meter shall be as per as per AGA-11.While installing special care shall be taken to isolate the mass flow meter from piping vibration. One Laptop with latest specifications Instrumentation and control system as specified on data sheets, P&ID including Local panel, Console/Local gauge boards, PLC Electrical equipment / Instruments indicated in the Compressor package. Separate junction boxes for different type of signals like analog, digital signals, alarm, shutdowns, and thermocouples, RTDs etc. for interfacing to local panel. Same is not applicable for direct run cable upto PLC panel. All cables and accessories shall be as per cl. No. 5.7 Common structural steel skid for the compressor- gas engine and for all auxiliary systems. Structural supports within the compressor package for all piping, electrical and instruments etc Inlet twin suction gas filter with oil drain valve & DP gauge and temporary suction line strainer at 1 st stage and at other stage if required, Inter-stage and discharge gas, air cooled heat exchangers.
P P

Inter-stage and discharge gas, air cooled heat exchanger. Exhaust fan in the enclosure in addition to the cooling fan of the heat exchanger. Separator/ Knockout drums with solenoid valve operated auto & manual drains as required. Priority Panel at Package Discharge as per Priority fill system. All interconnecting oil, gas, water, air piping within the compressor package.

Page 29 of 118

29

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Impulse and pneumatic piping/Tubing for all valves, fittings as specified & required for mounting the instruments. NRV at gas suction, final discharge point, LCV and priority panel as required. Over ride facility in LCP to fill LCV in priority panel of compressors shall be provided. Y- type strainers, valves, sight flow indicators, check valves, manual drain/ traps etc. as required for various auxiliary systems i.e. frame lube oil, cylinder lubrication system, cooling water systems, fuel supply/conditioning system etc. Coupling/V-belt/pulleys. Single Acoustic enclosure for both Compressor and gas engine as specified, with two number L.E.L detectors and two UV detectors in enclosure. CO 2 extinguishing system consisting of two cylinders, piping and valves.
B B

Inlet and outlet manual & automatic isolating valves. Piping from air compressor and CO2 cylinders up to enclosure. Complete Erection, Testing & Commissioning of compressor packages. Annual O&M during one year warrantee period with spares, consumables, man power and lubricants. O&M during 2 year post warrantee period (second and third year) charges with spares, consumables, man power and lubricants after warrantee period of one year. Training of 4 persons (2 supervisors + 2 operators) at packagers workshop and at sub-vendors workshop. The traveling boarding and lodging of Purchasers engineers shall be borne by PURCHASER. Training module shall span for one week and shall cover the equipment constructional features, operational and maintenance procedures etc. (Bidder to indicate separate price, if any). Exclusions The following are excluded from the scope of the Bidder: All civil works and foundation design. However the Bidder shall furnish all the relevant data for design of compressor foundation. However, grouting of equipment including supply of material is a part of erection. CNG storage cascade.

1.7 1.7.1 Safety

All controls shall operate in a fail-safe mode i.e. failure of any control shall not lead to running of equipment in unsafe mode. Fail safe control shall be available through both software and hardware for all trips.
Page 30 of 118

30

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1.7.2

Area Classification :The hazardous area classification Class-I, Division I, Group D as per NEC or Zone I, Group II A/ II B as per IS/ IEC. Certificate from recognized agency to the effect that equipment supplied and/or installed conform to above area classification. All Devices shall meet the requirement for the specified area classification in which they are installed, including instrumentation leads. All exposed rotating parts shall be provided with adequate guards of non-sparking type. Drive belt if used shall be of fire retardant and anti-static type. 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. Package enclosures shall have two IR type L.E.L detectors and two Ultra Violet (UV)/IR fire detectors in each enclosure to cover the enclosures effectively. All material used in the package shall be flame retardant. The Compressor Package shall trip if any of the enclosure is opened while the machine is running. Relief Valves shall be provided at suction and discharge and in between inter stages of compressor with setting as per cl. 7.20.3 of API 11P with R.V. venting as per cl. 7.20.4 of API-11P. All vented lines to be connected to common relief valve header.

1.7.3 1.7.4 1.7.5

1.7.6 1.7.7 1.7.8 1.7.9

1.7.10 CO2 flooding system: The package shall be protected by automatically operated CO flooding system designed as per NFPA-12 which should have minimum following features: 1. Gas Detection by installation of hydrocarbon gas detector (IR type) and transmitter with adjustable alarm levels (0-100%) with preset of 10%, 20% and 50%. Package should have at least 2 nos. gas detectors. Installation of flame detector (UV-IR type) and transmitter, alarm on detection of flame. Package should have at least 2 nos. flame detectors. CO2 flooding system shall consist of 2 nos. of min 45 kg CO2 cylinders. However actual size of the cylinder shall be as per compressor enclosure size. Necessary calculation shall be submitted by the bidder during detailed engineering. One cylinder will act as main cylinder & other as stand by, which shall have identical arrangement and connected to the system. The cylinders shall be protected from weather and direct sunrays as per Gas Cylinder Rules, 2004. Cylinders shall be fitted with actuated Valves, Solenoid valves etc. for automatic actuation. Control philosophy shall be such that in case main cylinder fails the standby cylinder shall discharge automatically. For this the vendor shall provide suitable device
2

2. 3.

Page 31 of 118

31

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

such as pressure switch (intrinsically safe type) to detect the failure of main cylinders failure. One manual switch / call point shall be provided to operate the CO2 cylinder from remote control room. Pull down lever on cylinder valve for manual operation shall be provided. 4. 5. The System shall be designed to operate on 24 V DC supply. FRLS (Fire resistant low smoke) cables shall be used for the wiring of the system. Interlock of CO2 Flooding system with compressor as per following sequence: i. Compressor shall trip on detection of gas at preset level. ii. Compressor shall trip on detection of flame at preset level and automatic discharge of CO2 gas shall take place from the main cylinder simultaneously. iii. Maintenance Override Switch shall be provided to keep the system off during maintenance. iv. Compressor shall not start if the CO2 Flooding System is faulty, not working, Switched OFF during maintenance etc. v. Selector switch shall be provided to put Main/Stand by Cylinder in line at the turn of a switch as per requirement. 6. 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. Online weight (CO ) loss indication device to be provided to ascertain the health of the CO flooding system.
2 2

7. 8. 9.

All installation and instruments shall be compatible for hazardous area Class 1, Division 1, Group-D for Methane Gas. Technical specifications, Operation and Maintenance Manual, CCOE Certificate, Approval/ Manufacturing certificates for cylinders and cylinder valves, gas detectors, flame detectors, solenoid valves etc. shall be furnished by the supplier along with system. Software and hardware, calibration procedure shall be provided by the supplier along with the supply sufficient enough to handle the system independently. System shall be tested by the supplier after commissioning at site by creating fire signal and actual discharge of CO2 Gas from the Cylinders. The cylinders have to be refilled by the vendor at no extra cost to purchaser after testing. If the system fails during testing, subsequent testing and refilling would be at vendors cost. Warning and Operating instructions to be displayed at equipments as per the statutory/ safety regulations.

10.

11.

Page 32 of 118

32

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

2.0 2.1 2.1.1 2.1.2

UTILITIES & BATTERY LIMITS Utilities Bidder shall make his own provision for air required for starting the compressor. Air compressor of capacity approx 3.7 kW preferably of IR/KPCL/Elgi/CP make of approx 16 kg/cm (g) discharge pressure with PRV, and 1000 water litre capacity air receiver shall be supplied for each CNG compressor package for gas engine starting purpose. Air dryer suitable for automatic operation shall also be supplied along with all accessories. Electric power will be arranged by purchaser for driving the air compressor. The air compressor shall be kept off the package in safe area or in electrical room. Piping, electrical & instrumentation cabling shall be in bidders scope as per cl. No. 2.1.3. The air receiver shall be connected to existing instrumentation air dryer for emergency purpose through NRV, PRV (set at 7 kg/cm2) and isolation valve. Air receiver shall be provided with, SRV, pressure gauge and drains. Manual drains and automatic moisture traps shall be provided in the system.
2

2.1.3

Bidder will make piping connection from existing instrumentation air receiver for instrumentation air requirement. Necessary FR unit shall also be provided as per requirement Cooling water is not available as utility and the package shall be provided with self sufficient cooling water system for Compressor, as required, with make up tank. However cooling water for make up tank is available. All electrical and instrumentation terminals shall be as specified. Electric power shall be made available by Owner. For running the Air compressor, Exhaust fan and illumination, 415 Volt (10 %) 3-phases 4 Wire, 50 Hz (5%) shall be provided by Owner at a single point (feeder in PDB) inside the electrical room. Bidder shall indicate power/Feeder (KW/Amp) requirement in the offer. Purchaser shall provide UPS (240 1 % V, 50 1 % Hz) for control supply requirements at a single point (feeder in UPS ACDB) inside the electrical room. Bidder shall indicate power/ feeder (KW/Amp) requirement in the offer. Surge protection devices of approved make shall be provided for all incoming supply to Bidders end. Battery limits All customer interface connections , gas Inlet shall be brought out to the package edge and terminated in nozzles with isolation valves having flange connection

2.1.4

2.1.5 2.1.6 2.1.7

2.1.8

2.1.9 2.1.9.1

Page 33 of 118

33

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

2.1.9.2

As and where specified on the data sheets all vents (i.e. Relief valve, distance piece and packing) shall be manifolded and terminated at skid edge outside the enclosure and vented to safe height of 2.5 m at package roof. All drains from different process equipment, distance piece and packing shall be manifolded and terminated at single point for customer interface duly flanged with isolation valve. UPS and Non UPS power shall be made available from power distribution board (PDB) in the electrical room. Supply, Erection and termination of all cables and accessories from feeder in electrical room shall be in the bidders scope Electronics earth pit shall be made available at a distance of about 5 meters from compressor package. Cable from this earth pit shall be in the bidders scope. Owners earthing main ring shall be made available at compressor foundation. Cable to control panel body earth inside the compressor package shall be in the bidders scope. EQUIPMENT QUALIFICATION CRITERIA The Gas Compressor model offered shall be from the existing regular manufacturing range of the Gas Compressor manufacturer. At least one identical or higher capacity compressors must have been manufactured, tested and supplied from the proposed manufacturing plant in the last seven years. And the supplied compressor must have been operating satisfactorily in this field for a period of 8000 hours without any major break down as on the bid due date. The Gas Engine model offered shall be from the existing regular manufacturing range of the gas engine manufacturer. At least 1 identical or of higher capacity engine must have been manufactured, tested and supplied from the proposed manufacturing plant in the last seven years from bid due date and the supplied engine must have been operating satisfactorily in any field for a period of 8000 hours without any major overhaul as on the bid due date. BASIC DESIGN General The Compressor shall meet all the technical requirements as specified in: 1. Data Sheets: As enclosed 2. Technical Specification: 3. Code and specification API-11P, API-61, OISD 179, NFPA, ANSI, ASTM, NEC, NEMA, Indian Electricity Rules, and Indian Explosives Act are referenced to & made part of specification.

2.1.9.3

2.1.9.4

2.1.9.5

3.0 3.1

3.2

4.0 4.1 4.1.1

Page 34 of 118

34

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

4. Compressor and its auxiliarys design shall be in conformity with API 11P, second edition, API 618, piston trunk design. 4.1.2 Gas composition given under Design Case shall be used for Compressor selection, sizing and performance guarantee estimates. However compressor shall be suitable for continuous operation with the indicated gas composition range and operating parameters given in this tender. Suction line pressure varies from 1 to 3 kg/cm2. Bidder to note suction pressure regulator is not required. However, suction pr transmitters shall be provided to protect the compressor from very high and low pressure. Bidder's offer shall be based on firm and final compressor / gas engine make and models on which basis the offer shall be evaluated and no alternate compressor / gas engine make and models or change of make and models to lower frame shall be entertained. Note that the pressures given on the data sheet are at the compressor package battery limits, Bidder shall consider all pressure losses at suction, inter-stage and discharge at the specified capacity (with no -ve tolerance) for compressor and indicate the same on the data sheets. Allowable speeds, temperature and vibration levels The linear piston speed shall be limited to 4 m/sec for non-lubricated and 4.5 m/sec for lubricated compressors. The maximum discharge gas temperature for each stage shall be limited to 150 degree C. Compressor maximum vibrations at cylinders and at frame shall not exceed 10 mm /sec. And 5 mm/s respectively unfiltered peak velocity. The Bidder shall provide for all structural support within the package so that these levels can be achieved. Piston Rod, Bearings and Cross Heads The surface hardness of Rockwell C 50 minimum is required on piston rods in the areas that pass through the packing. Rolled threads shall be provided on the rods with thread relief area as polished. Crosshead shall be manufacturer standard material and designs. Adequate openings for removal of the crossheads shall be provided. Piston rod and cross head pin loading at any specified operating condition at the relief valve set pressure shall not exceed 80% of the maximum design rod load of the offered compressor. Rod loads shall have sufficient reversals in direction for all specified operating conditions including RV Settings and part load operation.

4.1.3

4.1.4

4.1.5

4.2 4.2.1 4.2.2 4.2.3

4.3 4.3.1

4.3.2 4.3.3

Page 35 of 118

35

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

4.3.4

Frame rating as published in catalogues of the offered compressor model shall be min 1.1 times the required rating corresponding to max severe operating conditions taking into account temperature correction factor. Packing Cases and Pressure Packing All oil wiper intermediate gas cylinder pressure packing shall be a segmental ring with stainless steel garter springs. The pressure packing case shall be provided with a common vent and drain below the piston rod tube to the outside of the Package enclosure. ERW/ seamless steel tubing conforming to ASTM A-192 or series 300 SS tubing conforming to ASTM A-269 with minimum thickness as specified in Cl. 7.11 of API-11P shall be used for vent piping. Packing vent piping inside of the distance piece shall be designed for the maximum allowable working pressure of the cylinder. Compressor Frame Lubrication Compressor frame lubrication shall be pressurized system, with a main oil pump driven directly by the compressor shaft. If required the Bidder shall provide an air/electric motor driven pre-lubrication pump. Crankcase shall be fitted with lube oil temp & level indicator. All lube oil piping after oil filter shall be 300 series stainless steel conforming to ASTM A269. Heating shall be provided for reservoir when the minimum ambient temperature is less than the Bidders required minimum start up temperature. Heater besides meeting the area classification requirements specified in the Tender shall be star connected if designed for operation on 3-phase (4 wire), 440V, 50 Hz supply. Distance Pieces Distance piece as per API-11P with cylinder side compartment vented to safe location is specified. Distance pieces shall be provided with gasketted, solid covers and shall be suitable for a minimum differential compartment pressure of 1.75 kg/cmg. Cylinder and Packing Lubrication Single plunger per point force feed mechanical lubricator shall provide lubrication to compressor cylinders.

4.4 4.4.1

4.4.2

4.4.3 4.5 4.5.1 4.5.2 4.5.3 4.5.4 4.5.5 4.6 4.6.1 4.6.2 4.7 4.7.1

Page 36 of 118

36

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

4.7.2 4.7.3 4.7.4 4.7.5 4.7.6

Lubricators shall be driven by crankshaft and bidder shall highlight any pre lubrication requirements of the cylinders and the method of achieving the same. Lubricators shall have a sight flow indicator for each lubricator point and a stainless steel double ball check valve shall be provided at each lubrication point. Digital no flow timer shall be provided to stop the compressor in case of loss of cylinder lubrication. Lubricator reservoir capacity shall be adequate for 100 Hrs of normal flow, and shall be equipped with low level alarm. Bidder along with the proposal shall furnish the recommended lubricating oil type, International Grades & Specification along with their quantity and frequency of change. The recommended oil shall be compatible with gaskets, O-rings, seals, packing, lubricator parts and other parts coming into contact. Cooling System Compressor Cylinder Compressor cylinders may be air-cooled or water-cooled. The CW shall be cooled by an air-cooled heat exchanger.

4.8 4.8.1

4.8.2

Inter / After Gas Coolers Air-cooled inter-stage and final stage discharge coolers shall be provided which shall limit the gas temperature after the after cooler to 50 degree C. For calculating the surface area of the air cooler the ambient air temperature of 42 oC and 80% RH shall be considered. Cooler design shall be on the basis of 20% excess capacity than required corresponding to suction pr of 2 kg/cm2..Gas sections of coolers shall be designed as per API-661 requirements. Vibration switch shall be provided on the heat exchanger to trip the compressor on high vibration limit. Bidder shall indicate vibration level in the offer. For cooling of the Heat Exchangers a cooling fan to be provided inside the enclosure(s). Cooling system shall be preferably installed on the same skid as the compressor due to space constraints. Bidder shall submit cooler sizing calculation for review.

4.9 4.9.1 4.9.2 4.9.3

Separators & Oil Removal System Carbon Steel separators / KOD at auto and manual drain system shall be provided for the capacity as required. All pressure vessels shall be designed as per ASME VIII Div 1 or equivalent. Scrubber service class - B shall be used for Inter-stage / discharge scrubbers. Service Class - C shall be used for suction scrubber. (Refer API -11P)

Page 37 of 118

37

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

The offered scrubber and mist removal shall restrict the oil level to < 5 ppm in the discharge gas of compressor. SS mesh pad shall be used in the scrubbers. All vessels including pulsation dampers shall be fully (100 %) radiographed as per ASME VIII UW (a) or equivalent. Minimum design temperature for separators shall be 71OC and minimum design pressure shall be maximum operating pressure plus 15% for inter-stages and plus 10% for final stage. NRV shall be provided on suction, 1st stage , 2nd stage , 3rd stage ,4th stage scrubber drains.

4.9.4

Gas recovery system: Bidder shall provide blow-down tank to act as: A buffer tank during start-up. Gas flow dampener during compressor operation Surge tank for depressurization of each of the compressor stage piston cylinders during shutdown. Blow-down tank size should be to manufacturers design standards. The gas recovery vessel shall be provided with pressure relief valve and necessary instrumentation to avoid cold flaring of gas. Capacity shall be suitable to prevent any venting. Suction damper and gas recovery vessel shall preferably not be combined and one pressure regulator with isolation valve shall be provided to connect gas recovery vessel with compressor suction. If suction damper and gas recovery vessel are combined, pressure regulator after gas recovery vessel will not be allowed due to high pressure drop during compressor operation. One vent line from gas recovery vessel with double isolation valves shall be provided

4.9.5 4.9.6

All separators / KOD's shall be provided with 3 mm corrosion allowance. Oil from all drains shall be collected into the oil recovery pot. Oil recovery pot shall be provided with double isolation manual valve, safety relief valve and level gauge. Capacity shall be min 15 water liter. Coalescent super fine filters (preferably two stage ) with CE mark for removal of liquid ( e.g. water & oil )and solid particles down to 0.1 microns out of compressed natural gas shall be provided. Residual Oil Contents shall be less than 1 PPM . Manual drains with double isolation valves with oil collecting pot shall be provided. The filter should be sized to flow min 200% of the maximum flow at 255 kg/cm2g. However mechanical design shall be based on safety set pressure.

4.9.7

Page 38 of 118

38

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

4.9.8

Pulsation, Vibration Control and Analog Study

4.9.8.1 Suitable arrangement for interstage pulsation damping shall be provided in confirmation to API 618 and API 11P. 4.9.8.2 Bidder shall get the acoustic and mechanical evaluation study carried out for one compressor package (from inlet flange to discharge on skid edge as per API-618 approach-3) by an agency or in house experts. The compressor Bidder shall be totally responsible for all the coordination with the agency carrying out the study. Bidder shall submit acoustic and mechanical evaluation report to BGL /CONSULTANT for review. If supplier has conducted such study previously, the may also be considered. 4.10 Gas Engine

4.10.1 The gas engine offered shall be gas fired 4-stroke, spark ignited type. The integral gas engine & compressor type design is not acceptable. 4.10.1 The site rating of engine shall be max of the following two conditions; a) 110% of greatest BKW required by compressor including cooling fan , other auxiliaries and the losses at any of the compressor operating conditions corresponding to suction pr of 1, 2 or 3 kg/cm2(g) with suction valve fully opened and discharge pressure 255 kg/cm2(g) for MR item no. 1. b) 105% of greatest BKW required by compressor including cooling fan , other auxiliaries and the losses at any of the compressor operating conditions corresponding to suction pr of 1, 2 or 3 kg/cm2(g) with suction valve fully opened and discharge pressure at relief valve ( RV) set pressure for MR item no. 1. 4.10.3 The site rating of engine shall be worked out considering the derating specified under the latest edition of British Standard 5514/ISO 3046 and deducting the power absorbed by all the engine driven auxiliaries, as conceived by the Packager. The site rating of engine shall be based on 45.0oC ambient temperature, RH 80% and an altitude of 12.8 meter taking design case gas composition as specified, the site rating so arrived shall be suitable for the maximum Compressor BkW as arrived at and which can be applied 24 Hrs a day seven days a week with a overrating capability of up to 10%. Bidder is requested to submit site-rating calculation along with de-rating calculation in their bid. Note that the Design Gas specified for the compressor shall be used as engine fuel. 4.10.4 All the auxiliary equipment including the cooling fans shall be engine driven. 4.10.5 The engine shall be provided with the shielded ignition system of breaker less type, lowtension solid state having vapour proof enclosure with a high-tension coil at each power cylinder. The spark plug shall be shielded and all low-tension wiring shall be enclosed in grounded steel conduits. But the spark plug connecting cables shall be enclosed in grounded, metal shielded flexible conduits.

Page 39 of 118

39

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

4.10.6 Constant speed hydraulic/electronic governor preferably of WOOD WORD make adjustable for speed setting over the operating range. 4.10.7 The engine silencer shall be residential type mounted on the roof of the engine enclosure. 4.10.8 Bidder shall supply fuel gas conditioning system to condition the fuel gas so as to make it suitable for use in offered gas engine. The fuel gas-conditioning skid shall mainly consist of fuel gas filter, interconnecting piping, fittings, valves, pressure regulator, safety valve, mass flow meter and necessary instrumentation etc as required shall be incorporated by the bidder. 4.11 Enclosure of CNG Compressor Package 4.11.1 The maximum allowed temperature within the enclosure shall be 5C above ambient temperature. Adequate ventilation fans shall be provided to meet the above and also to account for heat dissipation of the coolers. Interlock shall be provided to start the exhaust fan to vent out any entrapped gases in the enclosure before starting the main compressor. 4.11.2 The compressor package shall consist of single enclosure for Compressor and gas engine. The equipment shall be mounted on one common skid. The Enclosure to restrict maximum noise level to 70 dB (A) at 1 meter from the enclosure. 4.11.3 Enclosures shall be provide with a degree of protection equivalent to IP 54 as defined in AS 1939, shall be flame proof and provided with ventilation system. 4.11.4 The enclosures shall have doors for normal access and removable wall panels for ease of maintenance. 4.11.5 All the pressure, temperature, gas flow meter, oil level, lube oil pressure, coolant temperature, coolant level indicators shall be visible from outside of enclosures. 4.11.6 Enclosures shall have internal flame proof lighting arrangement. 4.11.7 For handling of all heavy parts for maintenance purpose lifting arrangement i.e. beam fitted with chain hoist shall be provided in enclosure. 4.11.8 The Compressor shall be located inside an acoustic enclosure. All Coolers, Knock out Drums, Scrubbers, Cooling System, lubrication system along with interconnecting piping shall be inside an enclosure. Enough headroom shall be made available for easy access and maintenance of all equipment. The piping layout with respect to the compressor, intercoolers, KOD and auxiliaries location shall be subject to Purchasers approval during detailed engineering stage.

Page 40 of 118

40

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Components such as pressure gauges, temperature , pressure switches, filter automatic ball valves, safety valves etc., which require in-situ adjustment, maintenance and reading, shall be easily accessible.. Conduits and tubing shall be arranged in orderly and systematic manner and shall be routed neatly to enter the back of display or monitoring panels Routine service item such as, but not limited to, crank case oil filters, inter stage gas filters, inlet and outlets gas filters and drive belt shall be located to facilitate easy one-man servicing. One person should be able to access crank case oil inlet and drains to allow addition or drainage of oil without removing panels or adjacent components and without the need of the pump. Items which must be operated & monitored during operation shall be readily accessible without opening the door. Suitable gradients shall be provided on the enclosure roof for rain drainage and to avoid water pockets.

4.12 Piping 4.12.1 All gas piping shall be designed, fabricated & tested in accordance with ANSI B 31.3. 4.12.2 Gas piping shall be seamless carbon steel manufacturing in accordance with ASTM A- 53 Gr. B or ASTM A - 106 Grade B. All Gas piping shall be flanged connections. 4.12.3 All rigid piping, tubing & other components of compressor package shall be designed for full range of pressure & temp and loading to which they may be subjected with a factor of safety of at least 4 based on minimum specified tensile strength at specified ambient temperature. 4.12.4 All rigid piping shall be continuous between their respective components & free of connections except welded joints. All high pressure joints shall be welded unless otherwise not feasible. 4.12.5 The instrument air tubing material shall be SS316 as per ASTM A269. 4.12.6 All high-pressure double ferrule fitting and 2/3 way valves shall be of S.S. material only. Material of tube shall also be SS316 as per ASTM A269. 4.12.7 Bidder shall furnish a temporary start up conical strainer fitted with adequate size mesh. 4.12.8 All lube oil piping down stream of filter shall be series 300 Stainless Steel. 4.12.9 External drain & vent piping shall be Carbon Steel and not less than 1" nominal size. However, all the internal drains shall be SS 300 series material.

Page 41 of 118

41

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

4.12.10 Mercaptan / THT dosing is envisaged hence all materials coming in contact with gas shall be compatible to such gas with Mercaptan / THT dosing and be of compressor manufacture's standard. The use of SA 515 material is prohibited. 4.12.11 All piping after coalescent filter at compressor discharge shall be of SS 316. 4.12.12 The instrument air header upto compressor enclosure and Co2 piping shall be seamless CS 4.13 Coupling 4.13.1 V-Belt drive upto 150 KW gas engine rating is acceptable. Direct drive shall be offered by the Bidder if power requirement is > 150 KW. Gear drive is not acceptable. 5.0 5.1 5.1.1 ELECTRICS & INSTRUMENTATION CONTROL: Starter/Control Panel/ Control philosophy Doors shall be interlocked isolator. Panel shall be complete with start and stop push buttons, hours run meter, power on and fault indication lamps, fault reset button. All necessary timers and intrinsically safe relays to control the system on an automatic starting and stopping basis shall be provided. The compressor package control system shall be designed for unattended operation in automatic mode and in case of any fault it will go in a safe mode. Compressor Package shall be provided with a PLC based LCP, which shall be mounted on the package enclosure. PLC shall be housed inside flameproof IIA/IIB (Exd) enclosure. Local operator panel shall also be provided on the flameproof enclosure. All the interlock, monitoring and controlling of the CNG compressor package shall be done through PLC based control system which will be of proven type and make. PLC hardware shall be in accordance with IEC-61131-2 and PLC programming shall be made only in ladder diagram, however PLC shall be capable to convert programmed in flow chart, functional block diagram, structural text etc in accordance with IEC-61131-3. PLC shall be provided display & scrolling facilities to view process & machine parameters. All source & object codes including logic flow chart, ladder diagram etc is to be furnished by the Packager during detailed engineering. Laptop shall not be in the Bidders scope. PLC shall be suitable for recording of compressor parameters as indicated in instrumentation and all other parameters that are recommended by the compressor manufacturer for recording on hourly basis for the last 24 hours. PLC shall be suitable for interfacing with printer (HP Laser printer) for getting the printout of the parameters recorded (as mentioned above) for the last 24 hours through remote HMI PC (if provided). The units of measurement for flow shall be Kg/hr, for pressure shall be Kg/cm2(g) or and for temperature shall be degree C. PLC shall be of modular in construction with redundant CPU with EEPROM, redundant interface module, redundant power supply for CPU and HMI, redundant power supply for load , non redundant I/Os , communication cards for connecting mass flow meter, communication card card/port for future SCADA connectivity. The selected I/O shall have 40 % spare capacity for future use. Diagnosis feature shall be

5.1.2

Page 42 of 118

42

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

available in CPU and I/O used in PLC. Mounting of PLC components such as CPU, HMI, I/Os in one JB and power supply relay barriers/isolators, fuses, MCB, electrical earthling bus bar in other JB... PLC components / system shall be tropicalised, adopted with complete wiring and necessary terminals. Wiring to be color-coded with cross printed ferruling in position. Mass to volume calculation is not required; however, bidder shall provide a soft tag for entering standard density upto 2 decimal point with the help of external push button in PLC for converting mass flow rate to volume flow rate. PLC shall be configured as a remote terminal unit of supervisory computer and data acquisition system complete with dial up connectivity. PLC shall be capable of carrying out on line routines for at least ten separate loops without affecting the scan, cycle & up dating time etc. The PLC System offered shall be supplied with monitor and shall be capable of: a) Compressor Control & Emergency Shut down b) Fire and gas detection and monitoring c) Data acquisition, monitoring & logging, viewing, modifying set point and range of all process parameters for which transmitters are provided. d) Record the last 20 Alarms of abnormal operations on separate page. e) Viewing process diagram with on line data on line. f) Viewing trend of min 10 critical parameters. g) Shall have historical as well as event recording system for atleast last 200 events h) PLC shall be capable for display of flow meter data for flow rate and flow tantalizer (i.e. Gas Suction, Gas Discharge, Gas consumed by the engine), compressor running hour etc. in following manner: 1) Shift wise (for 3 shift operation i.e. 06:00-14:00, 14:00-22:00 & 22:00-06:00)- shall be available for at least last 96 hours with date stamping 2) Daily basis- shall be available for at least last 31 days with date stamping 5.1.3 The compressor package control system shall be so designed that the first item to go into alarm condition shall lock out to indicate the cause of the trip though the cause of the trip may have disappeared. The lock out condition shall be manually reset. A change over set of contacts shall be provided for Owners use to give a remote indication of alarm and trip. Where three bank cascade has been envisaged ; in auto mode, compressor shall start automatically in case high bank storage pressure falls below 220 kg/cm2(g) and stop as soon as pressure in all three banks of stationery cascade and mobile cascade reaches 255 kg/cm2(g). Where only one bank cascade has been envisaged; in auto mode, compressor shall start automatically in case storage pressure falls below 220 kg/cm2(g) and stop as soon as pressure in cascade and mobile cascade reaches 255 kg/cm2(g). In manual mode the compressor shall also stop at 255 kg/cm2(g) pressure. The priority fill system (In Bidder s scope) shall ensure the filling of vehicle, storage cascade and mobile cascade in correct sequence. Control system shall be designed such that in case of any fault, discrepancy or abnormality, it will go in safe mode. All controls shall be made in failsafe mode & failure of any control shall not lead to operation of equipment/ system in unsafe condition. 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 PB shall be duplicated in the CNG station control room. Acknowledgement/resetting of fault shall be possible only from compressor panel. There shall be red and green indication at top of enclosure to indicate code no of alarm/trip in red color. List of alarm

Page 43 of 118

43

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

with code no shall be indicated on SS plate and to be fixed at compressor enclosure. Acknowledgement/resetting of fault shall be possible only from compressor panel. Emergency stop PBs shall be mushroom head turn lockable type. Once the fault is acknowledged or compressor is under normal maintenance, the valves of priority panel shall take the position so that gas available in the stationary CNG storage cascade can be dispensed. The pressure in each bank shall be monitored from down stream of priority panel. 5.2 Pressures in each bank of stationary storage cascades. Pressure at outlet for dispenser. Pressure at outlet for mobile cascades. Control Air Pressure Indicators, Alarms and Trips as per Equipment Data Sheets

The priority fill systems: the priority panel shall ensure the filing of vehicle, storage cascades & LCV in correct sequence. The priority fill system shall ensure 200-kg/cm2g pressure in CNG dispenser outlet port. Design of priority fill system shall be aimed to achieve maximum flow rate through combined flow from compressor and cascade arrangement. All priorities shall be with full bore ball valves having high CV. Bidder shall indicate flow rate achievable through proposed priority fill system design. All tubing and valves shall be size for 600 SM3/h compressor. One isolation valve at outlet of each line shall be provided. After isolation valve tube dia for bus dispenser and bus cascades shall be 1 OD. Sheeting work of priority panel shall be SS construction. The priority fill panel shall be designed to deliver the CNG and priorities shall be as follows:

5.2.1

TYPE 1 FOR MOTHER STATION: 9 LINE : A: When compressor is running 1 2 3 4 5 6 7 8 9 Priority no one: Priority no two: Priority no three: Priority no four: Priority no five: Priority no six: Priority no seven: Priority no eight Priority no Nine Car dispenser Low bank Car dispenser Medium bank Car dispenser High bank Bus dispenser (Single bank filling) High bank of storage cascade Medium bank of storage cascade Low bank of storage cascade Bus cascade (Single bank filling) Mobile cascade mounted on Light commercial vehicle (single bank filling).

B: When compressor is not running:

Page 44 of 118

44

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

When the compressor is not running, the valves of priority panel shall take the position so that gas available in the stationary car cascade and bus cascade can be dispensed. The priority of dispensing from car cascade shall be as follows; Priority no One: Low bank of storage cascade Priority no Two: Medium bank of storage cascade Priority no Three: High bank of storage cascade 5.2.2 TYPE 2 FOR ON LINE STATION: 8 LINE : A: When compressor is running 1 2 3 4 5 6 7 8 Priority no one: Priority no two: Priority no three: Priority no four: Priority no five: Priority no six: Priority no seven: Priority no eight Car dispenser Low bank Car dispenser Medium bank Car dispenser High bank Bus dispenser (Single bank filling) High bank of storage cascade Medium bank of storage cascade Low bank of storage cascade Bus cascade (Single bank filling)

B: When compressor is not running: When the compressor is not running, the valves of priority panel shall take the position so that gas available in the stationary car cascade and bus cascade can be dispensed. The priority of dispensing from car cascade shall be as follows; Priority no One: Priority no Two: Priority no Three: Priority no Four: 5.2.3 Low bank of storage cascade Medium bank of storage cascade High bank of storage cascade Bus cascade (Single bank filling)

TYPE 3 FOR ON LINE STATION: 6 LINE : A: When compressor is running 1 2 3 4 5 6 Priority no one: Priority no two: Priority no three: Priority no four: Priority no five: Priority no six: Car dispenser Low bank Car dispenser Medium bank Car dispenser High bank High bank of storage cascade Medium bank of storage cascade Low bank of storage cascade

B: When compressor is not running:

Page 45 of 118

45

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

When the compressor is not running, the valves of priority panel shall take the position so that gas available in the stationary car cascade and bus cascade can be dispensed. The priority of dispensing from car cascade shall be as follows; Priority no One: Low bank of storage cascade Priority no Two: Medium bank of storage cascade Priority no Three: High bank of storage cascade 5.2.4 TYPE 4 FOR ON LINE STATION: 7 LINE : A: When compressor is running (1) (2) (3) (4) (5) (6) (7) Priority no one: Priority no two: Priority no three: Priority no four: Priority no five: Priority no six: Priority no seven: Car dispenser Low bank Car dispenser Medium bank Car dispenser High bank Bus dispenser (Single bank filling) High bank of storage cascade Medium bank of storage cascade Low bank of storage cascade

B: When compressor is not running: When the compressor is not running, the valves of priority panel shall take the position so that gas available in the stationary car cascade and bus cascade can be dispensed. The priority of dispensing from car cascade shall be as follows; Priority no One: Low bank of storage cascade Priority no Two: Medium bank of storage cascade Priority no Three: High bank of storage cascade 5.3 Human machine interface (HMI) HMI shall be provided with touch screen and operating system software (with minimum all the features of operator panel MP277B 10 graphic display of siemens or equivalent), softwares for interlocking, monitoring and control. All operational buttons shall be on touch screen except the Emergency stop button. Touch screen display system shall be weather proof to IP65. This should be provided in the flame proof panel with HMI mounted on the door of the panel. The HMI screen shall be back side of the toughened glass. During running of the compressor the HMI should be assessable through the external push button provided on the panel. The PLC shall be interfaced with SCADA in future. All the parameters on the PLC shall be available on the HMI. Bidder shall provide Application program for PLC, HMI on LCP (licensed one set) along with all interfacing adaptors and cables. Bidder shall also provide one set of source & object codes for PLC, HMI on LCP (in both forms, hard & soft). 5.4 Emergency Shut Down

Page 46 of 118

46

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Bidder shall provide emergency shut down (ESD) system in the control room as well as locally mounted near the Compressor. Fail-safe system shall be designed and incorporated to isolate cascade storage from dispenser, stop compressor, and isolate the compressor suction and discharge lines. ESD switch shall have to be manually reset to restart the compressor package again. ESD shall activate either on pressing emergency push button ( red button ) or on fire detection. Red ESD button ( 5 nos )shall be located near dispenser, control room, control panel and at two sides of compressor. Separate ESD push button shall be provided in LCP other than the packaged emergency push button. This push button shall be directly wired with fuel shut off valve and engine ignition grounding system by passing PLC /engine governing system. On pressing the button it shall immediately cut off the fuel supply and ground the ignition system for immediate stop of the machine. A spare contact from the emergency push button shall be connected in PLC to initiate other auxiliaries shut down and indicate alarm as hard ware emergency push button press. 5.5 5.5.1 Electric and control panel : The electrical panel shall be flameproof construction and located on the compressor package. The electrical power supply distributions panels, switchgear panels and starter panels shall have flame proof construction. There shall be FLP push button panel available at the compressor skid suitable for hazardous area classification. The switchgear shall have one incomer and adequate number of outgoing feeders. The incomers shall be provided with suitably rated fuse switch unit (AC 23), ammeter, voltmeter with selector switch, energy meter, PF meter, Phase reversal relay, Earth fault relay, indication lamps etc. Adequate number of MCB feeders for control and lighting shall be provided. Bidder shall furnish single line diagram of the panel with the bid. Push button for fault accept, fault reset, ESD, comp start, comp stop, scroll up, scroll down, enter, increment, decrement, back, hooter test, 4 nos spares shall be provided. Switch for main over ride, auto manual selection, Co2 cylinder main /Co2 cylinder standby, 415 VAC supply on/off ,230 VAC supply on/off, tube light on/off, enclosure door by pass and 2 nos spares shall be provided. Lamp for 415 VAC, 230 VAC on, 24 VDC PLC supply on , ready to start , running & trip and 5 nos spares shall be provided Electrical Power supply for electrical control panel: All electrical equipments shall be suitable for the following supply conditions. Power supply for electrical control panel: Electrical operating voltage: AC, 3 phases, 415 + 10%V, 50 + 5%Hz.. Bidder to note that all control electronic / electrics shall be capable of with standing voltage fluctuation specified. Power supply for PLC based Control Panel : Electrical control voltage: 230 5 % V, 50 1 % Hz. Control supply through UPS shall be provided by the purchaser

5.5.2

5.5.3

5.5.4

All auxiliaries and , power contactors in electrical panel etc. shall have operating voltage of 230 volt AC
Page 47 of 118

47

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

5.6

Electric Motor for Air compressor a) Type of drive totally enclosed fan ventilated (TEFV) high efficiency as per IEEMA standard-19-2000 b) Protection By bidder c) Insulation Class F with Class B temperature rise d) Mounting Horizontal foot mounting e) Specification Standard By Bidder f) Supply Voltage (assumed) 415 + 10% volt, 3 phases, 50 + 5%Hz g) Synchronous Speed By Bidder h) Motor rating By Bidder i) Motor efficiency % j) Power factor By Bidder k) Speed of motors By Bidder l) Coupling type By Bidder

5.6.1

Motor accessories a) b) c) d) e) f) g) Compressor grooved flywheel Motor grooved drive pulley Drive vee belts Flexible coupling for direct drive Drive guard Adjustable motor slide rails for vee belt tensioning Starter

5.6.2

The motor name plate rating (exclusive of service factor) shall be minimum 115% of the greatest HP required under any of the specification operating conditions. All motors shall be tested in accordance with IS/IEC. Pre-lubricated sealed bearings for all motors may be considered provided a full guarantee is given for 4 to 5 years of trouble free service without necessity of relubrication. CABLING (all suitable for hazardous area applications) Control Cable inside the compressor package shall be of 1.5 Sq. mm and for outside compressor package shall be 2.5mm. Cables shall be 1100-volt grade, stranded copper conductor, PVC insulated, PVC sheathed, round wire armoured, FRLS cables. Cables shall be terminated using double compression type metallic frame proof glands and copper lugs. Spare cores to be kept in each control cable.

5.6.3

5.7 5.7.1 5.7.2 5.7.3 5.7.4

Page 48 of 118

48

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

5.7.5 5.7.6 5.7.7 5.7.8 5.8 5.8.1

All JBs shall have flame proof metallic enclosure. All the signal cables shall be screened armoured cables. All the control and power cables shall be armoured cables. All the communication cables shall be screened and shall be terminated to JB through threaded GI conduits only. Electrical cables: Following cables shall be supplied and laid by purchaser for flame proof control panel: a) From PDB to compressor control panel b) From compressor to hooter and upto ESD push button in control room. c) From compressor to ESD push button near dispenser. a) Form PDB to air compressor.

5.8.2

Following cables shall be supplied, laid and terminated by bidder: a) Power and signal communication cables from compressor to trailer panel, if trailer is indicated in SOR (distance 20 m approx). b) Cables inside the compressor package

5.8.3 5.8.4

Termination of cables in compressor control panel including cable lugs and double compression cable glands etc. is in bidders scope. Bidder shall furnish following electrical data along with bid:
S NO. 1 DESCRIPTION CABLES FOR PROCUREMENT AND ERECTION BY CLIENT a) From PDB to compressor control panel (three phase) b) From UPS ACDB to compressor control panel (single phase) c) From compressor to hooter and upto ESD push button in control room. TO BE FILLED BY TENDERER REMARKS Note: If bidder revises the cables size being procured by client, it shall be supplied, erected and terminated by him free of cost.

3.5X---- SQMM AYFY 3.5X---- SQMM YFY 3.5X---- SQMM AYFY

d) From compressor to ESD 3.5X---- SQMM push button near dispenser. AYFY e) From PDB to air Compressor. 3.5X---- SQMM AYFY

Page 49 of 118

49

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 2 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

FEEDER RATING IN PDB PANEL b)FOR AUXILIARY LOAD (lights inside enclosure, exhaust fan etc.)

---- AMP ---- AMP ----- KW ----- KW

3 4

c)FOR AIR COMPRESSOR UPS LOAD NON UPS LOAD

for providing feeder in PDB by client

5.9 5.9.1 5.9.2

INSTRUMENTATION All Instruments shall be suitable for an area classification of Class 1, Group D, Division 1 as per NEC OR Zone 1, Group IIA /IIB as per IS/ IEC. All package mounted transmitters & temperature element shall be intrinsic safe "ib" as per IEC 79-11 and solenoid valves, switches and related junction boxes shall be flame proof D" as per IEC 79-1. Other special equipment's/instruments, where intrinsic safety is not feasible or available, shall be flame proof as per IEC 79-1. The compressor package instrumentation & control is to be configured for manual as well fully automatic control system including starting, shutdown as applicable for unattended operation. Control system shall be PLC based of a reputed make and proven type. Electrical instrumentation shall be certified by a recognized authority such as BASEEFA, PTB, LCIE, CESI, INIEX, CMRS or any agency approved by Indian Government. All the instrumentation shall be capable of operating for full range of operation. Separate junction boxes shall be provided for each type of signal i.e., analog, digital, solenoids, RTD thermocouple and power supply. RTD shall be 3 wire PT-100 and duplex type, thermocouple shall be K type and solenoid valve shall be 24 V DC operated. Power cable, analog signal cable, digital signal cable shall be separately laid and properly tagged. All pressure gauges and pressure transmitters shall be provided with isolation valves and have accuracy of + or - 1% of FSD and . + or - 0.25% of FSD respectively.

5.9.3

5.9.4 5.9.5 5.9.6 5.9.7 5.9.8 5.9.9

5.9.10 Pressure transmitters shall be fixed range type with 2 wire 4 to 20 mA transmitter of piezoresisitive suitable for CNG applications except at suction and discharge which is 2 wire smart type 4 to 20 mA transmitter with integral display and IP 67 certified & ex-proof.

Page 50 of 118

50

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

5.9.11 The temperature gauge shall be generally mercury in steel filled type, weatherproof & with capillary extension. Capillary tubing shall be min Carbon Steel with CS flexible armoring. The gauge shall have accuracy of + or - 1% FSD. The range shall be 1.5 times of operating temperature. 5.9.12 Units of measurement shall be: GAS FLOW : PRESSURE : TEMPERATURE: SM3/hr & kg/hr kg/cm2 (g)
0

5.9.13 Two nos. Of RS 485/RS232 Serial Communication Ports shall be provided for Hooking Up the PLC to SCADA & Laptop PC at PLC end in Future. Necessary adopter if required shall be under scope of vendor. Also, Vendor shall include one set of all licensed relevant Software (Windows XP/ Windows 2000 based system configuration software and application program) for accessing the PLC, HMI and mass flow meter through owner supplied Laptop PC or laptop supplied by the bidder. All the parameters available on the PLC through SCADA system are required. The detail requirement of SCADA will be communicated to successful vendor during detailed engineering. For selection of equipment, compatibility of SCADA system vendor shall consider the Modbus RTU protocol, FCC-68 RJ 45 connection type RS 232 communication standard, Baud rate upto 19.2 K with configurable software. 5.9.14 Following points to be noted regarding Mass Flow meter Coriolis type. Each Mass Flow meter shall include a sensor with integral transmitter i.e. meter electronics certified intrinsically safe/explosion proof by statutory authority suitable for the required hazardous area as per IS-2148 /IEC-79. Also the offered sensor and the transmitter shall be weather proof to IP 65 as per IS-2147/IEC-529. Statutory authority for local installation is CCOE. Offered mass flow meter shall be necessary for Custody Transfer application but not exceeding 0.5% of span. Calibration for the offered mass flow meter from the authority of country of origin and should be valid at the time of supply. If the validity expired then the same shall be calibrated from FCRI. The display shall be in Kg/hr for cumulative flow and M3/hr for volumetric flow. Flying lead type electrical termination is not acceptable. All electrical connections shall be NPTF. Cable glands shall be provided for electrical power, signal and control connections. Cable glands shall be double compression type and certified weatherproof and explosion proof for the required area classification as per IS-2147 and IS-2148.

Page 51 of 118

51

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Offered Mass flow meter shall be completely free from corrosion of measuring tube due to alternating stresses continuously occurring in the tube. Also measuring tube shall be completely free from erosion, which may result due to fluid velocity. The design of meter electronics shall be in compliance with the electromagnetic compatibility requirements as per IEC-801. Meter Electronics shall include all the associated pre-amplifiers converters line riser etc and shall have enough diagnostic facility to correct live zero, variation, meter factor etc with help of Laptop. Output of the mass flow meter RS 485 type/ RS 232 to PLC shall be utilized. Mass flow meter shall be powered by 24 V DC only. Installation details like straight run requirements, recommendation for horizontal /vertical installation, minimum distance between upstream and downstream pipe bends from Mass flow meter to be provided. Vendor shall calibrate each Mass Flow meter from the statutory authority of country of origin or any recognized test house ( for India from FCRI) with the fluid for which it is to be used. In case it is not possible to calibrate the Mass Flow meter with actual fluid. Vendor must indicate. a) Fluid used for calibration b) Correction factor/Adjustment required for actual process fluid. In any case, inaccuracy when extended to actual process shall not exceed the specified limits (as per manufacturers standard). The calibration certificate should be valid for at the time of supply. The validity of calibration will be considered one year from the date of calibration. If the same is expired then the recalibration has to be done from FCRI as per the latest NABL/IS standards with the fluid.

Vendor shall submit the following test certificates and test reports for purchasers review:a) Material test certificate with detailed chemical analysis from foundry (MIL Certificate). b) Certificate of radiography / x-ray for any welded joint. c) Hydrostatic test report with pressure of 1.5 times the design pressure. d) Calibration report including calibration factors for each Mass flow meter certificate from statutory body for offered sensor and transmitter for required area classification.

5.9.15 CERTIFICATION:

Page 52 of 118

52

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

The requirement of statutory approvals for usage of equipment/instruments/system in electrically hazardous areas shall be as follows: b) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all instruments and control systems. c) Equipments/instruments/systems located in electrically hazardous areas shall be certified for use by statutory authorities for their use in the area of their installation. In general, the following verification shall be provided by the vendor. Bidder shall provide certificates (from BASEEFA FM, UL, PTB, LCIE etc.) from country of origin for all intrinsically safe/flameproof protected by other methods equipment/instrument/systems, which are manufactured outside India. If required, bidder shall provide necessary certification/approvals/authentication, for all such intrinsically safe/flameproof equipment/instrument/systems, by the Indian authority Chief Controller of Explosive (CCOE), Nagpur, India. For all flame proof equipment manufactured within India, the testing shall be carried out by any of the approved testing houses- Central Mining Research Institute (CMRI)/ERTL etc. The item shall in addition bear the valid certification from CCOE and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS) license. For all intrinsically safe equipment manufactured within India the testing shall be carried out by any of the approved testing houses Central Mining Research Institute (CMRI)/ERTL etc. The item shall in addition bear the valid certification from CCOE.

5.10

Earthing of equipment:

5.10.1 Bidders shall make provisions for earthing of the complete package as required as per IS (Earth pits are not in Bidders scope). All electrics shall comply with latest IS/IEC. Epoxy based paints shall be applied on all electrical equipments. Bidders scope shall include obtaining statutory approvals for the complete package, wherever necessary. 5.10.2 Metallic part of all equipment not intended to be alive shall be connected to earth as per provisions of IS: 3043/IEC recommendation. Grounding of all electronics shall be separately connected to earth using insulated copper wire. Grounding of electronic equipment shall not be connected to earthing for electrics or equi-potential bonding 6.0 6.1 INSPECTION AND TESTING General a) Inspection and Test Requirements have been spelled out in respective Equipment Data Sheets and this Technical Specification.

Page 53 of 118

53

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

b) Bidder shall confirm compliance to all inspection and testing requirements stipulated therein and include the inspection charges in the lump sum cost. c) Owner/consultant shall witness tests as per data sheet and this specification. The Bidder shall notify the timing of such inspection and testing at least 15 days in advance to PURCHASER/CONSULTANT. PURCHASER/ CONSULTANT shall depute their representative for witnessing the tests. d) Bidder shall submit detailed Test Procedure for Approval of the Purchaser two months in advance of the actual date of conducting each test. e) Inspection testing for foreign bidder: Cost of third party inspection including fees payable and arranging the same shall be borne by bidder. Approved 3rd party inspection agencies are EIL, BVQ, DNV, MECON and Lloyds reg. f) Inspection testing for Indian bidder: Owner/Consultant shall carry out Inspection and testing as per QAP, inspection charges shall be considered @1.25% of the ex-works price excluding duty and taxes of the equipment for price evaluation purpose only. Domestic bidder shall also arrange 3rd party for inspection as indicated in QAP and expanses on third party inspection including fees payable and arranging the same shall be borne by bidder 6.2 6.2.1 Mechanical running test (MRT) The MRT for the each compressors shall be carried out by tenderer with job or shop driver including complete job driving system i.e., job driven V-belt, job pulleys etc., for 4 hours continuously at shop of compressor manufacturer. The compressor need not be pressure loaded for MRT test. During this test following shall be recorded at agreed intervals. Vibration levels measured on cylinders and frame Bearing temperature Oil cooler inlet and outlet temp Sound level

Subsequent to satisfactory run the compressor shall be examined as per standard procedure & following shall be examined as minimum: Strip test is limited to open Crank Case cover, X-Hd guide & Dist.pc. Cover and opening of bore & other parts, piston, one valve per cylinder. Visual examination of position rod If any of part found damaged, all similar components shall be stripped for inspection. The MRT test shall be repeated after replacement of such parts. 6.3 Mechanical String Test Mechanical String Test for 4 hrs shall be performed at packagers shop before dispatch in presence of Purchaser/Consultant. This test can be clubbed up with the Mechanical Run Test of compressor as specified above, provided the job driver, lube Oil system is

Page 54 of 118

54

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

used for the test. Air/N2 can be used for string test purpose if natural gas is not available in the shop. All parameters including discharge pressure shall be demonstrated. String test at unload condition is not acceptable. 6.3.1 Compressor capacity during string test for MR item no. 1.1 The string test for this compressor shall be performed at suction pressure 2 kg/cm2 (g) for 4 hrs continuously and the capacity shall be recorded. In case the capacity is found to be not meeting the requirement, the compressor shall not be accepted. 6.4 Package Performance Test (PT) Bidder shall assemble the complete package including auxiliary systems, instrumentation, safety devices within the enclosure at his shop and dispatch. Duration of PG test shall be min 4 hours continuously. Complete package shall be performance tested as a module along with gas engine & compressor as per Performa given in Annexure-I. Bidder shall demonstrate all controls, shutdown, trips & alarms etc. Pressure and temperature of gas shall be considered at purchasers boundary limit and supplier shall install necessary pressure and temp measuring devices. One pressure regulator (which will be suppliers property) at compressor discharge to maintain 255-kg/cm2 pressure shall be arranged by the supplier. Necessary spool piece shall be provided in discharge tubing of the compressor. All instrument duly calibrated, tools & tackles, any modification required for conducting PT shall be in the scope of supplier. 6.4.1 The PT shall be conducted only after 30 days running of the machine after successful commissioning or after 30 days from the date of commercial operation, but not later than 90 days from the date of commercial operation of the machine. The delay in conducting PT beyond 90 days shall be liable for PRS unless such delays are solely attributable to the owner (ie, due to inadequate load, ie, non-availability of CNG vehicles for conducting PT). The test shall be the basis of assigning penalties on the Bidder. The test shall be conducted as per format attached as annexure-I. The PT shall be witnessed by PURCHASERL/CONSULTANT. Bidder to note that prime mover speed correction shall not be allowed below guaranteed speed. Temperature and pressure will be considered at purchasers boundary limit. PRICE LOADING AND COMPENSATION FOR UNDER PERFORMANCE This section describes the guaranteed parameter, which the CNG compressor package must fulfill and the penalty for shortfall in guaranteed parameters.

6.4.2

6.4.2

7.0 a)

Page 55 of 118

55

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

b) c) d)

The guaranteed parameter shall be adjusted to account for variation in gas composition and prevailing ambient condition during testing. Necessary calculations shall have to be furnished by Bidder, which shall be final and no deviation shall be permitted afterwards. In case of any inconsistency in manufacture and/or operation of supplied compressor package, Bidder shall at his own risk and cost, eliminate the defects to the satisfaction of Owner. Bidder shall furnish guaranteed values as per cl. 14 of this specification.

7.1

Compressor Capacity Bidder shall guarantee 550 SCMH capacity of compressor with given gas composition, at suction pressure of 2 kg/cm (g) and at suction temperature of 30 C, discharge pressure of 255 kg/cm (g) with no negative tolerance for errors in instruments and measurements. Since the compressor suction pressure varies from 1.5 kg/cm (g) to 3 kg/cm (g) the compressor shall be suitable to deliver flow corresponding to 1.5 and 3 kg/cm2 (g). In both the above cases the driver shall be selected corresponding to max capacity. Mechanically the compressor shall be suitable to operate from min to max suction pressure without throttle and suction valve full open condition. Bidder to note that the suction pressure and temperature shall be measured at vendors boundary limit and not at compressor cylinder. Bidder shall guarantee compressor capacity in SCMH as per MR for design case gas composition, suction pressure and suction temperature as specified against guaranteed condition with discharge pressure of 255 kg/cm 2 g with no negative tolerance for errors in instruments and measurements. Mechanically the compressor shall be suitable to operate from min to max suction pressure without throttle and suction valve full open condition.
P P

7.2 7.2.1

Loading & Compensation Criteria Price loading for fuel consumption of gas engine driven compressor Bidder shall indicate the specific fuel consumption kg/hr/BHP and the total fuel consumption (above defined compressor capacity) in SCMH as guaranteed value in the offer. The guaranteed value of fuel consumption of gas engine in SCMH shall be between 44 and 49 SCMH corresponding to flow of 550 SCMH for the given gas. Bidder shall not be given any credit/advantage for quoting fuel consumption below the lower limit. But in case the fuel consumption quoted by the bidder exceeds the upper limit, the bid will be rejected. Therefore bidders are requested to indicate the fuel consumption very carefully.

Page 56 of 118

56

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Fuel consumption of all the techno-commercially qualified Bidders shall be compared with respect to the lowest SCMH quoted by any Bidder within the range 44 to 49 SCMH. All other bidders shall be loaded as per differential cost evaluated as per following formula. Total cost of the package for evaluation purpose (A+B+C+D+E) Where A = Capital cost of each package including cost of erection, commissioning, and special tools and commissioning spares B = Cost of Recommended spares: Nil C = Differential operating cost as defined hereunder D = Cost of Annual Maintenance for 3 years (1 year warranty + 2 year post warranty) from date of successful commissioning E = Charges for training of 4 persons Differential operating cost C (in Rs) = Top x (Fe - Fr) x Cf X Df Where: Top FQ FL Cf Df = Operating Time in hours = 6570 Hrs = Guaranteed fuel consumption in SCMH quoted by a bidder under evaluation. = Lowest Guaranteed fuel consumption SCMH (amongst the techno-commercially accepted bidders) =Cost of fuel as Rs17/- per SCM =discounting factor to arrive at Net Present Value (NPV) based on 5 years i.e. 3.274

The financial loading on account of fuel consumption shall not exceed 5 % of basic compressor supply cost on FOT basis. For loading calculations purpose fuel consumption as indicated in the original bid shall be taken. If any bidder fails to indicate the fuel consumption, highest fuel consumption figure from the techno-commercially accepted bidders shall be considered for evaluation purpose and the same shall be considered for demonstration by the supplier at site. 7.2.2 Compensation for fuel consumption of gas engine in excess of guaranteed value. During compressor package performance test, in case the compressors package fails to meet the guaranteed values, the compensation (calculated as per formula given under

Page 57 of 118

57

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

here) shall be claimable by the owner and the same shall be recovered by the owner from any payment due to the supplier. In case such claims are not fully recovered, then supplier will pay the balance amount to the owner. The compensation per package shall be the differential cost calculated as follows: PY (in Rs) = 2 x Top (FT- FQ) X CF X DF Where, PY = Differential Cost Top= Operating Time in hours = 6570 Hrs FT = Fuel consumption as arrived from PT in SCMH FQ = Guaranteed fuel consumption in SCMH as quoted by the bidder during bidding. CF = Rs. 17/- per SCM DF = 3.274 (Discounting factor based on 5 years of operating years) The total penalty to be charged for non-conformance of guaranteed parameter on account of fuel consumption shall not exceed 10 % of basic compressor supply cost on FOT basis. No advantage shall be given for higher performance than the guaranteed. Bidder shall indicate the Guarantee parameter in his offer as per AnnexureII of this specification. Fuel consumption shall be adjusted for actual gas at site for density and C.V. 7.3 Compensation (Penalty) against Package Loss. Bidders are to ensure that the package loss (excluding Engine consumption) should not exceed 1% of the capacity of the machine. In case the above loss exceeds 1% of the capacity of the machine (established in PT), the purchaser shall be compensated @ Rs 30/- per kg for 3 years for the gas leakage. The amount will be deducted from O&M monthly running bill. 7.4 Compensation (Penalty) due to non performance of compressor Over and above the penalty due to fuel consumption, If during PG test, the compressor capacity is found to be less than tender requirement (as per 7.1 above), penalty for the reduction in capacity shall be imposed on the Bidder on pro-rata basis based on the FOT cost of compressor (supply cost only) without any upper limit.

Page 58 of 118

58

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

8.0 8.1

PAINTING AND PROTECTION SURFACE PREPARATION (a) Rust, rust scale and foreign matter shall be removed fully to ensure that a clean and dry surface is obtained. The minimum acceptable standard for blast cleaning shall be Sa 2-1/2 or equivalent as per Swedish Standard SIS-055900-1967 or equivalent. (b) Blast cleaning shall not be performed where dust can contaminate surfaces undergoing such cleaning or during humid weather conditions having humidity exceeding 85%. (c) The first coat of primer must be applied by brush on dry surface. This should be done immediately after cleaning. (d) Surface shall be inspected by Purchaser/ third party before application of primer.

8.2

PAINTING (PRIMER & FINISH COAT) Following primer and finish coats to be applied on the canopy and all structural parts as a minimum:a) Primer Two component epoxy zinc phosphate primer with minimum volume solids of 59%, an initial cure of 75 minutes at 25 deg. C and a weight of around 2.52 kg/litre. 1 75 (micron) each Two component intermediate coat with epoxy high build MIO (micaceous iron oxide) of minimum volume solids of 80%, an initial cure of 60 minutes at 25 deg. C and a weight of around 2.1 kg/ litre. 1 100 micron : Acrylic Polyurethane paint 2 50 (micron) each coat 100

No. of Coats: DFT b) Primer

No. of Coats DFT c) Finish Coat No. of Coats: DFT Total DFT

Total DFT after application of primer and paint shall be 275 (micron) minimum.

Page 59 of 118

59

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

8.3

The vendor to ensure that exterior steel surface of equipment and piping painted shall have a fade free life without oxidation of paint surface for atleast 5 years in an environment of bright sunlight with an intense UV content. The headers of air-cooled exchanger shall be zinc sprayed. Packing shall be sufficiently robust to withstand rough handling during ocean shipment & in-land journey. Sling points shall be clearly indicated on crates. ERECTION, TESTING AND COMMISSIONING AT SITE Bidder shall be responsible for erection commissioning; performance test, field noise level test and field trial run of all compressor packages at site. Bidder shall be liable to pay all local taxes, levies applicable and comply with rules, laws prevailing in concerned state. FIELD TRIAL RUN Bidder shall conduct a field trial run of each compressor package for minimum 72 hours cumulative or 6 hours continuous duration near the guaranteed points in which satisfactory operation of complete package together with all accessories/auxiliaries controls shall be established for specified operating conditions prior to the start of one year operation and maintenance period as defined in the contract. During the field trial run the bidder will be allowed a maximum of THREE attempts to complete the abovespecified test. The Equipment shall be considered commissioned after the successful completion of Field Trial Run.

8.4 8.5 9.0 9.1 9.2 10

11 11.1

SPARE PARTS, SPECIAL TOOLS AND TACKLES All spare parts as required, special tools & tackles with toolbox for erection and commissioning and one year operation and maintenance of compressor package shall be supplied by the packager and shall form his scope of supply. A brand new separate set of min 15 nos special tools and tackles ( such as tool for extraction of fly wheel, key to hold crank shaft for loosing & tightening mech seal/bush , special key to install and uninstall bush for mech seal, piston nut wrench, valve installation tool, rod nut wrench, valve adjusting wrench, engine timing light, engine barring tool , spark plug removal tool, etc ) as required for Normal maintenance beyond the contractual operation & maintenance period shall be supplied by the packager, which shall form the property of PURCHASER. Special tools & tackles used by bidder in during O&M period shall not be considered as new. Supply shall be before one month of completion of O&M period DATA AND DRAWING

11.2

12

Page 60 of 118

60

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

a. Drawings and Data shall be furnished in conformity with the Bidder Data Requirements Forms attached with Enquiry Specifications. b. Bidder shall furnish all the information at the time of bidding as specified in the relevant Bidder Data Requirement (VDR) forms c. The data requirement after placement of Telex of intent is indicated in the Bidder Data requirement Forms for the respective equipment, including the number of weeks within which this data is to be provided. Bidder shall confirm that all data as required shall be furnished by him and shall indicate the Bidders promised data in the columns provided. d. After the placement of TOI, a conference (kick off meeting) will be held at such date and at such place, as may be mutually agreed upon between the Bidder and the Purchaser. The intent of this conference shall be to discuss / clarify various requirements and finalize the modus operandi for execution of the contract within the scheduled delivery period. e. Bidder shall furnish the Drawings/Documents for Purchasers Review / approval as per the Bidder Data Requirement (as specified in the Specifications/ Bidder data requirement forms). The review comments for major and critical drawings (such as system P&IDs, operation philosophy , General Arrangement Drawings, Foundation Drawings, Performance characteristics, Pulsation and Vibration Study Reports, Tensional Analyses etc.) shall be discussed across the table at such date and place as may be mutually agreed between the Purchaser and the Bidder. DRAWINGS AND DATA REQUIRED FROM BIDDER (All drawings & Documents shall be in English Language only and shall be submitted in three sets) DESCRIPTION Required with bid Certified Information Required after Purchaser order Prints For records Time from for & FOI in weeks review Information (To be indicated by vendor) (4) (5) (6)

(1) A A.1 A.2

(2) GENERAL Schedule for furnishing the vendor data A specific statement that CNG Yes compressor package is in strict accordance with data sheet , technical specification & applicable standards, In case of any deviation, specific list with details & reasons for each deviation.

Yes

Page 61 of 118

61

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

DESCRIPTION

Required with bid

(1) A.3 A.4 A.5 A.6 A.7 A.8

A.9 A.10 B B.1 B.2 B.3

B.4 B.5 B.6 B.7

General arrangement (GA) indicating battery limit for electric and piping connection & schematic diagram. A statement on oil consumption and minimum allowable oil temp. Flange details of piping connection with connection at battery limit. Duly filled in experience record program Tentative load data for foundation design. List of sub-vendors with address / phone/ fax no. For all bought out items including electrical & instrumentation items. Leaflet, catalogues for all items. O & M manual Compressor Data Sheet duly filled in. Catalogue of compressor Typical cross sectional drg. and literature to fully describe the details of offering. Compressor Suction Discharge valve Piston rod gland packing & piston rings. Lube oil pump V-belt & pulley with selection chart & calculation Cooler data / drg with thermal & mech. design calculation Design calculation, GA drgs for pulsation dampner. Gas hydraulic oil, lube oil piping & instrument diagram

(2) Yes Yes

Certified Information Required after Purchaser order Prints For records Time from for & FOI in weeks review Information (To be indicated by vendor) (4) (5) (6) Yes Yes Yes

Yes Yes Yes

Yes Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Page 62 of 118

62

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

DESCRIPTION

Required with bid

(1) B.8 B.9 B.10 B.11 B.11 B.12 B.13 B.14 B.15

B.16 B.17

B.18 B.19 C C.1

Torque angle diagram, piston rod load VS crank angle. Torque speed characteristic. Starting torque of engine and compressor to be superimposed over each other. Acoustic / mechanical evaluation report Itemized price list of spares Itemized list with price of spares for erection / commissioning. Item list of spares for one year warrantee period Drg. For testing arrangement & test procedure to be adopted. Quality Assurance Plan (QAP) and Quality Procedure Certificate for following a) Hydraulic testing b) Non destructive testing c) Material composition & physical properties. d) Leak proofness list of frame e) Lube pump, frame oil pump, hyd. Oil pump Design / Actual assembly clearance chart Test records of following a) Mechanical running b) Performance test c) Noise level test List of special tools & tackles for installation & maintenance Filled in air cooler data sheet Electric equipment and motors Performance curves of motor

(2) Yes Yes Yes Yes Yes Yes Yes

Certified Information Required after Purchaser order Prints For records Time from for & FOI in weeks review Information (To be indicated by vendor) (4) (5) (6) Yes Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes

Yes Yes Yes Yes

Page 63 of 118

63

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

DESCRIPTION

Required with bid

(1) C.2 C.3 C.4 C.5 C.6 C.7 C.8 C.9 C.10 C.11 C.12 C.13 D D.1 D.2 D.3 D.4 D.5 D.6 D.7 D.8 D.9 D.10 D.11 D.12

(2) Technical literature/catalogue, Yes selection charts, nomographs etc. for motors Filled in data sheet of motor and Gas Yes engine and UV detection system Control schematics of motors Yes Performance curves for auxiliaries like fan, pump along with motor Typical component cross sectional drawing and literature to fully describe the details of offering. Test procedure of motor Mill test report of motors Manufacturer's test report of motors Stage inspection and test report Final acceptance testing and performance tested records. Schematic diagram with start up & shut down procedure & logic Inter connection & wiring diagram INSTRUMENTATION AND ELECTRICS Drawing & document index Instruments and electric motor data sheets Start up and shut down write up Start up & shut down inlerlock diagram Alarm & shut down list with set point Control panel layout Termination diagram, panel writing detail Loop schematic Inter connecting diagram Cable schematic Bill of material Inspection & test procedure Yes Yes

Certified Information Required after Purchaser order Prints For records Time from for & FOI in weeks review Information (To be indicated by vendor) (4) (5) (6) Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Yes Yes Yes Yes

Page 64 of 118

64

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

DESCRIPTION

Required with bid

(1) D.13 D.14 D.15 D-17 D-16 D-18 Note: 1)

(2) Test / Inspection certificate List of relief valves with settings P & ID of priority panel. Yes

Certified Information Required after Purchaser order Prints For records Time from for & FOI in weeks review Information (To be indicated by vendor) (4) (5) (6) Yes Yes Yes

Electrical Load summary Yes Power required from UPS Supply Yes (230 V AC Single Phase) Power required from Non UPS Yes Supply (415V TPN)

The above documents shall be given by bidder after placement of order and approval of drawings/ document as explained above. a) b) c) d) 1 CD of all documents/drawing in editable form; 6 sets of prints; one set of transparency One set of CD of software for compressor PLC.

For consultant : 1 CD of all documents/drawing in editable form; b) 2 sets of prints The drawing submitted with bid will not be considered as final. Successful Bidder shall submit final drawing as per scope defined in tender for approval. 13.0 OPERATION & MAINTENANCE SERVICES The date of successful performance test (PT) at site (which shall be conducted within 90 days from the date of successful commissioning of the machine) will be considered as date of start of the annual maintenance contract. However, bidder shall be paid only 50% of O&M charge for operation and maintenance of the compressor from the date of commercial operation upto the date of performance test as part payment against O&M till the capacity and other guaranteed parameters of the package is established through PT. The balance 50% of O&M charge (from the date of commercial operation upto the date of PG test) shall be released to the bidder subsequent to successful PT (ie, after establishing all the guaranteed parameters as per tender) In case the PT is not successful, the balance 50% shall be forfeited in addition to provision of cl. 7.2.2 and 7.4 of this Section. The bidder must follow the OPERATION & MAINTENANCE

Page 65 of 118

65

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

REQUIREMENT as stated below but not limited to and ensure to provide trouble free services to the satisfaction of the owner 13.1 Accommodation/transportation/medical The bidder shall make his own arrangement for the accommodation of his personnel at respective locations and subsequent transportation arrangement for them from their place of residence to work place or any other place as required and company shall have no obligation in this respect. The company shall not be responsible for providing any medical assistance to the bidder personnel. 13.2 Discipline: The bidder shall be responsible for the discipline and good behavior of all his personnel deployed in the services contracted out and should any complaint be received against any of his employee, he shall arrange to replace such persons within 24 hours of notice issued by the Engineer-in-Charge. The decision of the Engineer in-Charge in this matter shall be final and binding on the Bidder. 13.3 Gate pass/identity card The contract shall arrange to supply / renew identity card to his workforce at his own cost, if so required by the Purchaser for security or for any other reasons. Those Bidders personnel shall be required to carry their respective identity cards while on duty and produce on demand. 13.4 Right to get services carried out through other agencies. Nothing contained herein shall restrict Purchaser from accepting similar service from other agencies, at its discretion and at the risk and cost of the Bidder, if the bidder fails to provide the said services any time. 13.5 Sub-letting of contract Sub-letting of contract: The bidder may sub let/ assign the installation and O&M services to an agency having experience of CNG compressor installation and O&M for min two years. However, complete responsibility including composite bank guarantee shall be furnished by the bidder/supplier. Bank guarantee for O&M shall start from the date of commercial operation by the purchaser which will be 10% of total cost of O&M services. 13.6 Compliance of laws The bidder deploying 20(twenty) or more workmen as contract labour shall have to obtain license from appropriate licensing authority, if required. The bidder (which shall include the Contracting firm / company) shall be solely liable to obtain and to abide by all necessary licenses from the concerned authorities as provided under the various labour

Page 66 of 118

66

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

laws legislations including labour license from the competent authority under the Contract Labour (Regulation & Abolition) Act or similar act applicable to land of law. The Bidder shall be responsible for necessary contributions towards PF, Family Pension, ESIC or any other statutory payments to Government Agencies if applicable under the laws in respect of the contract and personnel deployed by the bidder for rendering services to PURCHASER and shall deposit the required amount with the concerned statutory authorities on or before due dates. The bidder shall not engage /deploy any person of less than 18 years under this contract and the persons to be deployed should be physically and mentally fit. The installations where job is to be carried out are live and have hydrocarbon environment. Bidder shall comply with all safety and security rules and regulations and other rules laid down by PURCHASER for its operation. It shall be the duty/responsibility of the bidder to ensure the compliance of fire, safety, security and other operational rules and regulations by his personnel. Disregard to these rules by the Bidders personnel will lead to the termination of the contract in all respects and shall face penal/legal consequences. The bidder shall arrange for insurance of all this workers engaged on the job as per the relevant Acts, rules and regulations, etc. In case by virtue of provisions of workers compensation Act, or any other law in force. PURCHASER has to pay compensation for a workman employed by the bidder due to any cause whatsoever the amount so paid shall be recovered from the dues payable to the bidder and /or security deposit. 13.7 The officer in charge shall have power to i) Issue the bidder from time to time during the running of the contract such further instructions as shall be necessary for the purpose of proper and adequate execution of the contract and the bidder shall carry out and bound by the same. During the currency of this contract, PURCHASER can increase and/or decrease the number of the services / technicians to meet contractual requirements. Order the bidder to remove or replace any workman whom the company considers incompetent or unsuitable and opinion of the company representative as to the competence of any workman engaged by the bidder shall be final and binding on the Bidder.

ii) iii)

13.8

Repatriation and termination PURCHASER shall reserves the right at any time during the currency of the contract, to terminate it by giving 30 days notice to Bidder, and upon expiry of such notice period the bidder shall vacate the site/office occupied by him immediately.

13.9

Indemnity agreement

Page 67 of 118

67

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Bidder shall exclusively be liable for non-compliance of the provision of any act, laws, rules and regulations having bearing over engagement of workers directly or indirectly for execution of work and the bidder hereby undertake to indemnify the company against all actions, suits, proceedings, claims, damages demands, losses, etc. which may arise under minimum wages act, payment of wages act, workman compensation act, personnel injury (compensation insurance) act ESI Act, Fatal Accident Act, Industrial Dispute Act, Shops and Establishment Act, Employees Provident Fund Act, Family Pension and deposit Linked Insurance Scheme or any other act or statutes not herein specifically mentioned but having direct or indirect application for the persons engaged under this contract. (A certificate to this effect shall be submitted by the bidder immediately on receipt of LOA). 13.10 Compensation for non-fulfillment of obligation under Annual Maintenance Contract (AMC) During the AMC in warranty period of 1 year and post warrantee period of further 2 years, the bidder must ensure that the compressor is available for a minimum of 18 continuous hours a day and 365 days a year for performing the required services as defined in the tender document. The timing of 18 hours will be decided by client. If the bidder fails to provide the required services for any day, the bidder shall compensate the owner @ Rs 3000/- per hr. for the default period. For calculation of default period will be recorded jointly by the bidder and owner on daily basis. However, compensation will be on monthly cumulative basis rounded to nearest hour. During 6 hours bidder can carryout cleaning and preventive maintenance. Bidder in consultation with owner can club these 6 hours for two consecutive days for 2 times a month only without any penalty. In case bidder has utilized less down time of the compressor package than that allowed, the bidder can carry forward only max unutilized 9 hours downtime to immediate next month. 13.11 Bidders responsibility The bidder shall depute his Supervisor for supervision of the services to receive instructions from Engineer-in-Charge or his representative. 13.12 Employment liability of Bidder The bidder shall ensure and will be solely responsible for payment of wages and other dues latest by 7 th of the following month to the personnel deployed by him in the presence of the Companys representative.
P P

The bidder shall be directly responsible and indemnify the company against all charges, claims, dues etc. arising out of disputes relating to the dues and employment of personnel deployed by him.

Page 68 of 118

68

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

The bidder shall indemnify the company against all losses or damages caused to it on account of acts of the personnel deployed by the Bidder. The bidder shall ensure regular and effective supervision of the personnel deployed by him. The bidder shall be liable for making good all damages/losses arising out of loss or theft of each handled, leakage, pilferage of any office, furniture equipment fitting and fixtures what-so-ever as may be caused directly or indirectly by the engaged persons through him/work carried out by them. 13.13 General The operation and maintenance services shall be provided in terms of shift pattern on the round the clock basis as mentioned in the tender document.

i)

ii) iii)

iv)

v) vi) vii) viii) ix) x)

The bidder shall deploy adequate number of technicians / supervisors / Engineers / helpers as well as tools & equipment for smooth and proper operation & maintenance of the compressors supplied in terms of the contract. In case required to meet operational requirements, the bidder shall augment the same as per direction of Engineer in-Charge. The bidder is required to carry out all services as mentioned in the Scope of Services and Schedule of Rates on all the 365 days including Sunday and all Holiday & around the clock. The bidder shall allow weekly rest and daily working hours to his workmen as per the relevant Act/Law/and Rule made thereunder. However, no work shall be left incomplete/unattended on any holiday/weekly rest. Technician/operators provided shall have minimum qualification of ITI. Contract in person or his authorised representative shall provide the services on daily basis to interact with Engineer-in-charge and deployed workman The work force deployed by the bidder for O&M services at CNG installation shall be of sound relevant technical professional expertise which is otherwise also essential from the safety point of view of the personnel of the bidder as well as for the installation. Bidder has to ensure the safety of man and machine all the times. Damages of equipment due to negligence will be recovered as per the decision of Engineerin-Charge, which will be final. Regarding work completion, the decision of the Engineer-in-Charge will be final and binding. The bidder shall make his own arrangements to provide all facilities like boarding and transport etc. to his workmen. All personnel of the bidder entering on work premises shall be properly and neatly dressed and shall wear uniform, badges while working on premises of the company including work sites. Bidder shall maintain proper record of his working employees attendance and payment made to them. The Bidders representative/supervisor shall report daily to the Shift-in-Charge for day to day working.

Page 69 of 118

69

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

xi) xii) xiii) xiv)

xv)

xvi) xvii)

All the safety rules and regulations prevailing and applicable from time to time at the installations as directed by PURCHASER will be strictly adhered to by the Bidder. The rates quoted by the Bidder must be inclusive of all the taxes, duties, services tax, work contract tax and any other levies, Bidders share of P.F. and insurance charges, Bidders profit and any other expenditure etc. It will be the responsibility of the bidder to pay as per the minimum wages of the appropriate government applicable under the Minimum Wage Act. The services shall be provided in terms of shift pattern on the round the clock basis. The bidder is responsible to provide effective and efficient services in all shifts and assure that there is no disruption in the services for want of any resources. The bidder shall establish a central control room to operate 24 hours, seven days a week where complaint regarding non-performance of the compressors in terms of the contract can be lodged. Further, the bidder shall deploy adequate number of technicians/ supervisors / engineers at various site offices in consultation with Engineer-in-Charge to provide trouble free operation & maintenance of the compressors. All arrangements for communication from control room to the contract person working on job under the services shall be the responsibility of the Bidder, viz pagers / walky-talky. All the jobs mentioned under scope of services shall be carried out as per sound engineering practices, work procedure documentation, recommendation of the manufacturer and as per the guidelines/direction of engineer-in-charge of authorised representative.

13.14 Operation and Maintenance of compressor packages during one year warranty period and further 2 years of post warranty period. 13.14.1 Scope of supply during one year warranty period: All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation and maintenance of the complete compressor package during the warranty period, including periodic, breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in scope of the Bidder and shall be kept in stock. If any equipment got fire or broken due to accident the same shall be replaced or rectified by the bidder. Electricity shall be supplied free of cost to the Bidder. 13.14.2 Scope of supply during two years post warranty period: All spares, consumables, lubricants, lubricating oil, coolant, sealant etc. required for carrying out the Operation and maintenance of the complete compressor package during the post warranty period of further 2 years, including periodic, breakdown maintenance for continuous and uninterrupted operation of the compressor packages shall be in scope

Page 70 of 118

70

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

of the Bidder and shall be kept in stock. If any equipment got fire or broken due to accident the same shall be replaced or rectified by the bidder. Electricity shall be supplied free of cost to the Bidder. 13.14.3 Scope of services: 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 minimise the down time of the compressor. Non-availability of compressor package for non-availability of spares shall be liable for compensation. 13.14.4 All tools, tackles and fixtures required for carrying out the above maintenance of the compressor shall be in scope of the Bidder. The scope will also include handling equipment like crane, forklift, chain pulley block, etc required during the any maintenance activity. 13.14.5 Any expert services required from principal company or OEM shall be arranged by the bidder or his agent at his own cost. All arrangements like phone, fax, computer, Internet etc required for correspondences with above personnel shall be arranged by the Bidder. 13.14.6 The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The Bidder shall provide the detailed preventative maintenance schedule along with a) b) c) Estimated down time required for each type of maintenance schedule. List of spares and their quantities required for each type of maintenance schedule per compressor. Type and number of man days required for each type of maintenance schedule per compressor.

The bidder shall plan such maintenance during non-peak hours and in consultation with the Engineer In Charge (EIC) of PURCHASER. Any maintenance that needs to be taken up shall be well planned in advance with due approval of the EIC. 13.14.7 The Bidder shall use only OEMs 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 PURCHASER representative. However any untoward consequences for non-replacement of such parts shall be the responsibility of the Bidder. 13.14.8 All routine and periodic checks / inspections required to be done as per OEM recommendation shall be done by the Bidder. Instruments required for above inspection like venire caliper, micrometer screw gauge, fill gauges, bore gauge etc shall be in scope of the Bidder and these instruments shall be calibrated every year.

Page 71 of 118

71

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

13.14.9 All parts replaced by the Bidder during the above contract period shall be properly packed and handed over to PURCHASER, on replacement. 13.14.10 The bidder shall submit a copy of the daily / weekly / fortnightly / monthly / bimonthly / quarterly and yearly performance report to the EIC in both soft and hard form. All stationery including the printed material shall be in scope of the Bidder. 13.14.11 All the maintenance / inspection job carried out by the Bidder shall be recorded and the report of the same shall be jointly signed by PURCHASER representative. 13.14.12 The EIC will be final authority to take decision with regards to maintenance or replacement of parts or any disagreement between the Bidder and PURCHASER, during the execution of the contract. 13.14.13 The Bidder shall carryout calibration of gas detectors and flame detectors every six months or earlier as per requirement or instruction of EIC of PURCHASER. Also yearly calibration of all instruments such as pressure gauges, transmitters, switches, mass flow meters etc shall be in the scope of the Bidder. In addition to the above all safety relief valves shall also be tested and calibrated every year. 13.14.14 Calibration shall be done from government-approved laboratories and shall be carried out at least 15 days prior to the calibration due date. 13.14.15 The Bidder shall keep 1 set of safety relief valves in spare for the purpose of calibration. 13.14.16 The Bidder shall carry out retesting of pressure vessels periodically as per Gas Cylinder rules 1981 or Static & Mobile Pressure Vessels Rules. The periodic maintenance required to be done as per OEM recommendation shall be taken up promptly. The Bidder shall plan such maintenances during non peak hours and in consultancy with the Engineer In Charge (EIC) of PURCHASER. Any maintenance that needs to be taken up shall be well planned in advance with due approval of the EIC. The scope shall include preparation of maintenance schedule for carrying out the maintenance during the contract period. 13.14.17 In case, the schedule maintenance of the OEM manual recommends checking and replacing parts like valve spring, valve plates, piston rings etc. after certain time interval, same shall replaced in the presence of PURCHASER representative. If top overhauling and major overhauling of the compressor and prime mover is required as per compressor and prime mover manufacturers O&M manual recommendation, the same shall be in suppliers scope. 13.14.18 Insurance of free issue items upto 15 days beyond commercial operation by purchaser or two months from the date of supply of equipment at site whichever comes earlier will be in the scope of supplier. The risks that are to be covered under the insurance shall include, but not be limited to the loss or damage in handling, transit, theft,

Page 72 of 118

72

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk etc. 14.0 14.1 GUARANTEED PARAMETERS : AT SUCTION PR 1.5 KG/ CM2(g); COMPRESSOR CAPACITY By Bidder: DESCRIPTION Compressor capacity in SCMH at suction pr1 kg/cm2(g) disch pr 255 kg/cm2(g) and gas inlet temp 300 C (No ve tolerance): Compressor BKW excluding (engine cooling fan , after cooler and inter cooler fan, lube oil pump, water pump etc. if applicable ) at guaranteed condition in Kw (No +ve tolerance Auxiliaries load (engine cooling fan , after cooler and inter cooler fan, lube oil pump, water pump etc. if applicable ) in Kw (No +ve tolerance) Gas engine heat rate in Kcal/ kW hr (No +ve tolerance) Site rated BKW of gas engine at operating RPM (No ve tolerance) Over all transmission efficiency % Kcal required by gas engine to drive compressor package per hour sl no {( 2+3)*4/6)} Net CV of gas considered in Kcal/Sm3 : 8300 Fuel gas consumed by gas engine in SCMH (basis of Loading and Penalty) : (No +ve tolerance) Noise level at 1 meter from enclosure (required 75 dBA max) AT SUCTION PR 2 KG/ CM2(g); COMPRESSOR CAPACITY = 550 SCMH: DESCRIPTION Compressor capacity in SCMH at suction pr. 2 kg/cm2 disch pr 255 kg/cm2 and gas inlet temp 300 C (No -ve tolerance). (Required 550 SCMH) By bidder By bidder

SL NO 1 2

3 4 5 6 7 8 9 10

14.2

SL NO 1

Page 73 of 118

73

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

3 4 5 6 7 8 9 10

Compressor BKW excluding (engine cooling fan , after cooler and inter cooler fan, lube oil pump, water pump etc. if applicable ) at guaranteed condition in Kw (No +ve tolerance Auxiliaries load (engine cooling fan , after cooler and inter cooler fan, lube oil pump, water pump etc. if applicable ) in Kw (No +ve tolerance) Gas engine heat rate in Kcal/ kW hr (No +ve tolerance) Site rated BKW of gas engine at operating RPM (No ve tolerance) Over all transmission efficiency % Kcal required by gas engine to drive compressor package per hour slno {( 2+3)*4/6)} Net CV of gas considered in Kcal/Sm3 : 8300 Fuel gas consumed by gas engine in SCMH (basis of Loading and Penalty) : (No +ve tolerance) (Should lie between 44 & 49 SCMH) Noise level at 1 meter from enclosure (required 75 dBA max) AT SUCTION PR 3 KG/ CM2(g); COMPRESSOR CAPACITY By Bidder: DESCRIPTION Compressor capacity in SCMH at suction pr 3 kg/cm2(g) discharge pr 255 kg/cm2(g) and gas inlet temp 300 C (No -ve tolerance) Compressor BKW excluding (engine cooling fan , after cooler and inter cooler fan, lube oil pump, water pump etc. if applicable ) at guaranteed condition in Kw (No +ve tolerance Auxiliaries load (engine cooling fan , after cooler and inter cooler fan, lube oil pump, water pump etc. if applicable ) in Kw (No +ve tolerance) Gas engine heat rate in Kcal/ kW hr (No +ve tolerance) Site rated BKW of gas engine at operating RPM (No ve tolerance) Over all transmission efficiency % Kcal required by gas engine to drive compressor package per hour sl no {( 2+3)*4/6)} By bidder

14.3 SL NO 1 2

3 4 5 6 7

Page 74 of 118

74

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

8 9 10

Net CV of gas considered in Kcal/Sm3 : 8300 Fuel gas consumed by gas engine in SCMH (basis of Loading and Penalty) : (No +ve tolerance) Noise level at 1 meter from enclosure (required 75 dBA max)

Note: 1) For evaluation purpose average fuel consumption for Guarantee case shall be corresponding to 850 & 600 SCMH prorate basis. calculated

15.0

GAS COMPOSITION: The gas composition at Agartala is as shown below: Component Methane Ethane Propane I Butane N Butane I Pentane N Pentane CO2 Nitrogen Total NOTES: Total non hydrocarbon-Not more than 1.0%. Total S including H2S not more than 10 PPM by weight. H2S not more than 4 PPM by volume. Moisture content in the range 112 to 114 Kg/MMSCM. Specific gravity- 0.5774 Net CV 8300 Kcal/Sm3 (Design condition) Temp of gas shall be 20 to 40 C. Range mole % 95.5 0.69 0.03 0.05 0.05 0.00 0.00 0.00 0.00 100 97.5 4.00 0.05 0.2 0.2 0.04 0.35 0.6 0.5 100 Design Case Mole % 96.56 2.00 0.40 0.10 0.10 0.02 0.02 0.40 0.40 100

16.0

CLIMATE Height above Mean sea level: 12.8m Max. site temp.: 450C Minimum site temp.: 40C

Page 75 of 118

75

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Max. RH: 81% in the month of August. Min. RH : 36% in the month of March.

17.0 17.1

DATA SHEET OF COMPRESSOR Data Sheet of Main Compressor:


1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 GENERAL: Means required Means bidder shall indicate; if not indicated shall be in bidders scope PROJECT: : . OWNER: TNGCL SERVICE: PROCUREMENT OF CNG COMPRESSORS SITE: NO. REQD : COMPRESSOR CAPACITY : DRIVER: Gas engine NOTE: SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER INFORMATION REQUIRED FROM VENDOR. MANUFACTURER: MODEL NO.: PLACE OF MANUFACTURE: NO. OF STAGES: by Bidder CYLINDER ARRANGEMENT: CYLINDER LUBRICATION: LUBRICATED MINIMUM LUBRICATED NON LUBRICATED DRIVER TYPE: Gas Engine DRIVE: V BELTS (ANTI-STATIC TYPE) DIRECT WITH COUPLING DIRECTION OF ROTATION (FACING DRIVEN END): CLOCKWISE COUNTER CLOCKWISE SITE / INSTALLATION DATA SITE DATA: AMBIEN MAX: T MIN: TEMP. ( 0 C):
P P

17

18 19 20 21

RELATI MAX: VE HUMIDI TY (%): ALTITU DE (M): EARTH QUAKE ZONE V WIND VELOCITY (KM/HR) 160 (MAX) INSTALLATION: OUTDOOR MOUNTED ON A COMMON SKID ALONGWITH DRIVER, ENCLOSED INSIDE A ACOUSTIC ENCLOSURE ELECTRICAL AREA HAZARD:

Page 76 of 118

76

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

CLASS/ZONE: CLASS I ZONE I DIVISION: I GAS GROUP: D, GROUP IIA, IIB APPLICABLE CODES AND STANDARDS COMPRESSOR: Preferably PIPING: ASME/ANSI B 31.3 API 618API 11P2nd ed PRESSURE VESSELS: GAS COOLER: Preferable API 661 ASME SEC-VIII, DIV-1. OIL COOLER: TEMA `C. SOUND: 70 DBA @ 1M FROM ENCLOSURE AUX. ELECT. MOTORS: CONTROL PANEL & INSTRUMENTATION REFER: TECHNICAL SPECIFICATION UTILITIES DATA Cooling Water (Not Available) Type: Supply temperature ( 0 C): Max 0 return temperature ( C): Fouling Factor: Supply pressure (kg/cmG): Min. return pressure(kg/cmG): Design pressure (kg/cm A): Design temperature ( 0 C): Water Flow Rates (m3/hr) Electricity Auxiliary Motors: V Ph Hz Oil Heaters: V Ph Hz Solenoid Valves: A.C/D.C V Ph Hz Instruments: A.C/D.C V Ph Hz Local Panel INDI./Alarm/Ann : A.C/D.C V Ph Hz Local Panel Trip Circuit: A.C/D.C V Ph Hz UPS: KVA, V Ph Hz Total Utility Consumption Cooling Water (Make UP) (m 3 /hr) Power (Auxiliaries) (kW) Power (Heaters) (kW) REMARKS: Vendor/ Bidder should estimate the requirement for all the Utilities and indicate the same in tabular form. CONSTRUCTION / DESIGN FEATURES Nomenclature Unit Stag Stage# Stage # 3 Stag Stage-5(if e#1 2 e-4 required. Cylinders No of Cylinders Single Acting (SA) / Double Acting (DA) Cylinder Bore / Stroke mm / mm Rotational Speed RPM
P P P P P P P P

Page 77 of 118

77

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 Bid Document No.: 05/51/23M6/TNGCL/031 M/sec M 3 / hr
P P

MECON LIMITED

Linear Average Piston Speed Piston Displacement Cylinder Liner (Yes / No) Type of Cylinder Liner : Dry/Wet Clearance Pockets Yes / No Max. Allow. Working Pressure, Cylinder Max./Min Allow. Working Temp., Cylinder M.A.W.P, Cylinder @ Amb. Temp. Safety Valve Set Pressure, Cylinder G Helium Test Pressure, Cylinder Hydrostatic Test Pressure, Cylinder Cylinder Jacket Cooling Type As reqd. Cooling Media, Cylinder Jackets Water /AIR Max. Allow. Working Pressure, Cyl. Jacket Hydrostatic Test Pressure, Cyl. Jacket Suction Nozzle Size/Rating/Position Discharge Nozzle Size/Rating/Position Suction Valve Number Average gas Velocity Discharge Valve Number Average gas Velocity Type of Suction valve Type of Discharge valve Suction Valve Unloaders Yes / No Clearance Pockets Unloaders Type Piston Rod Diameter Rod Reversal at Crosshead Pin (min.)

kg/cm a 0 C
P P

kg/cm a kg/cm a kg/cm a kg/cm a

kg/cm a kg/cm a

M/sec M/sec

Mm Deg.

Page 78 of 118

78

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Piston Rod Run out Operating Max. Allow. Rod Load Comp. Tension Rod Load Comp. Tension Rod Load at R.V Set Comp. Distance piece / Packing Type of Packing Packing Vent Connected to ## Packing Cooling Type of Distance Piece Cyl. Side Compartment Purged Frame Side Compartment Pressurized Distance Piece purge gas Pressure Distance Piece purge gas Flow Distance Piece Vent to

Kg Kg Kg Kg Kg

Mm H2O Nm 3 /hr
B B P P

Safe Heig ht

Safe Height

Safe Height

Safe Heig ht

Safe Height

Distance Piece kg/c Hydrostatic Test mG Pressure ## Packaging should be connected to vent header Ref 7.19.4 of API-11 Frame Replaceable Crosshead Shoes Yes / No Crosshead Guide Integral / Separate Maximum Frame KW Rating Speed - Maximum/ Rpm Minimum Lubrication Systems Type of lube system Piping material Carbon Steel Main Oil Pump Driven By : Stainless Steel (all piping & valves Trims) Standby Oil Pump, Driven By : Auxiliary oil tank Hand Operated Prelube/Priming Oil Grade : Pump:

Page 79 of 118

79

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152

Suction Strainer Lube Oil Consumption Pressure Control Valve Main Pump Make : Model : Level Sight Glass on the Type : Material : Crankcase Type of Oil Cooler : Standby Pump Make : Model : Size of Filter: Type : Material : Oil Heater (if required). Electric Heater with thermostat (Kw) Thermostatic Valve Type of Cylinder Lubrication Lubricator Equipped With : Lubricator Type: Manzel or Level sight glass Equivalent. Single plunger per feed Oil heater electric with thermostat Divider blocks type. Electric Heater (Kw) (if required) Lubricator Driven By : Auxiliary Oil Tank (if required) Compressor Shaft Oil Grade : Lube oil Electric Motor KW Oil System Capacity: (min 30 Hrs.) All tubing and valves in SS Oil Consumption. Rate Double Ball Check valve on each lubrication point Cooling System Static filled coolant system for All Stage Cylinders Including expansion chamber, Vents, Drains, Level Gauge, Piping, etc. All Piping prefabricated Material Atmospheric thermosyphon cooling system for All Stage Cylinders Including expansion tank, Vents, Drains, Coolers, and Level & Temp. indicators, Piping, etc. All Piping prefabricated. Material Forced Cooling Water System All Stage Cylinders Packings Oil Coolers Gas Coolers Including drains, Vents, flow & temp. Indicators, regulating & Isolation valves, complete piping to provide one Common inlet and one common outlet connections for Purchaser's interface terminated by a flanged block valve Block valve. Each isolatable circuit to be provided with thermal relief valve. All Piping prefabricated. Material Self contained, forced circulation, closed circuit Cooling Water System (if reqd.) All Stage Cylinders Packing Oil Coolers Gas Coolers Including drains, Vents, flow & temp. Indicators, Temp. Control Valve, Regulating & Isolation valves, complete piping Main circulating pumps with drivers & suction strainers Single Coolers Reservoir (Make Up) Heater (if required) Pumps, Reservoirs, Coolers etc. to be mounted on a common skid as to make a Page 80 of 118

80

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180

181 182 183

separate console. Material of piping: Type of coolant: Jacket cooling Gas Piping System Vendor's Supply Includes: Separator Pulsation suppression equipment as per next page Suction Filter: Temporary Strainer on Compressor Suction Type of Strainer: Relief Valves: on compressor suction Inter-stage on compressor discharge Check Valve on Discharge Line (compressor valve design, and suction line) Process Gas Coolers Complete With Manual Drain Valve Separators Complete With Manual/ Automatic Drain Values Process Gas Piping Supply starts at inlet flange of CNG PACKAGE Terminates after priority panel with isolation valve Materials: By-Pass Line Piping Between Gas cooler Interconnecting Piping Between Packing Vents, PSV Relief terminating to Vent Recovery System. Interconnecting piping between distance piece terminating to Vent Recovery System upto package B/L Interconnecting piping between Drains terminating as a single point Interconnecting piping between Instrument Air terminating Pulsation Suppression Equipment Stage #: Stage#1 Stage#2 Stage#3 Stage#4 Stage-5 Suction Puls. YES yes Equipme nt Required Yes/No Inlet Pressure Residual Peak to Peak Pulsation % As per API 618 ( APPROACH 3 ), Cl 3.9.2.7 Inlet Nozzle Size / Rating/Po sition

Page 81 of 118

81

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 184 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

185 186 187 188 189 190 191

192 193

194 195 196

197

198 199 200 201 202

Discharg e Nozzle Size / Rating/Po sition Design Pressure Kg/cma Design Temperat ure 0 C Volume Material : SA 516 Gr.60 vessels Internals Corrosion Allowanc 3 e mm Hydrostat ic test 1.3XMAWP Pressure kg/cm,g Discharge Puls. YES Equipme nt Supplied Yes/No Inlet Pressure Residual Peak to Peak Pulsation % Inlet Nozzle Size / Rating/Po sition Discharg e Nozzle Size / Rating/Po sition Design Pressure Kg/cma Design Temperat ure 0 C Volume Material : SA 516 Gr.60 vessels Internals
P P P P

SA 516 Gr.60 3 1.3XMAW P

YES

As per API 618, Cl 3.9.2.7

SA 516 Gr.60

Page 82 of 118

82

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 203 204 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240

Corrosion 3 3 Allowanc e mm Hydrostat 1.3XMAWP 1.3XMAW ic test P Pressure kg/cm,g Design Code:. ASME SECT. VIII DIV. 1 Analog Piping Study / Acoustic Simulation, As per Approach 3, Cl. 3.9.2.6 API618, 4 th edition Upstream / downstream Inter-stage Performed By: Vendor Any other agency having similar experience Piping Mechanical Analysis Performed By: Vendor Any other agency having similar experience Automatic Drain Valves For Each Stage suction KOD Capacity Control Start / Stop, based on discharge receiver pressure: Fully Automatic Unloading for Start up/Shut down :Automatic Through Valve Unloader Recycle Valve Interlock against loaded start Automatic Control based on Suction Pressure Discharge Pressure Flow Manual Signal Type of Actuator Actuation fluid to load Actuation fluid to unload On Power / Actuation fluid failure : Compressor to Load Unload Continuously Maximum Hrs. Continuously Maximum Hrs. At All other capacity, Compressor should run continuously Vendor's scope Should Include : Pilot Devices (pressure / temperature / Flow devices ,Controllers & Switches) Intermediate Devices (Solenoid Valves | Pneumatic Relay / Valves) Actuators Recycle valves Control Logic and System for Complete Capacity Control Inter Connecting Tubing, Piping, Cabling & Wiring Protection against extended unloaded operation (Trip) Valve unloaders are required as such Compressor should start / stop at specified receiver pressures. Purchaser's Interface Type of Interface Size Rating Face Position/Locatio (Single Point) n Main Gas Piping Inlet Main Gas Piping Outlet Relief Valves discharge Distance Piece Vent Packing Vent C.W. Inlet C.W. Outlet
P P

Page 83 of 118

83

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 241 242 243 244 245 246 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

N 2 Inlet Supply N2 Vent (Safe location) Drains MATERIALS Cylinder Materials Stage
B B B B

1 Stage

2 Stage

3 St ag e

4th sta ge

5th stage if required.

247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278

Cylinder Liner Piston Piston Rings Rider Rings Piston Rod Packings Rings Valve Seats Valve Stops Valve Rings / Plates Valve Springs Cylinder Head Motion Work Materials :

PTFE PTFE

PTFE PTFE

PT FE . PT FE

Material / ASTM Grades Top Cover Crankcase Crankshaft Connecting Rods Cross heads Cross Head Shoes Cross Head Guide Main Bearings Type Cross Head Pin Bearings Type Connecting Rod Bearings Type Cross Head Pin Type Notes : Bidder to indicate the material Each package should be provided with two number drain lines, one from Suction KOD and second drain as common drain line from intermediate and discharge KOD routed to drain vessels through gas recovery vessels CONTROLS & INSTRUMENTATION AC Power On/Off Switch With Indication Lamp Control Power On/Off Switch With Indication Lamp YES Selector Switch A/M Station For L/O Pump Motor Selector Switch A/M Station For CW Pump Motor

Page 84 of 118

84

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Emergency Stop Push Button Start Push Button For Air Compressor Motor Emergency Stop Push Button for Gas Engine Lamp Test Push Button Alarm / Trip Acknowledge / Reset Push Button Frame Oil Heater ON (Indicating lamp) Lubricator Oil Heater ON (Indicating lamp) Interlock Against Loaded Start Interlock Against Start Without Prelubrication Notes : Minimum required indications, alarms & trips are shown herewith. Bidder should provide any additional instrumentation for safe operation. Compressor should start stop at pre determined receiver pressure as specified. Bidder should include in his Scope includes the necessary hardware for the same. INSPECTION AND TESTS Material Composition and Physical Properties Certificates Required For: Cylinder and Liner Piston Crankshaft Connecting Rod Pressure Vessels Heat Exchangers X-Ray Examination for components: Pressure Vessels (certificates to be furnished). By bidder Witnessed Mech. Running Test with shop Driver (4 Hours min.) Performance Test at site as per IS 5456/PTC9/BS 726 (*). Partial Stripping and internal inspection Functional/Continuity Tests Control Panel. Field Trial Run ,under Vendor's Supervision (Package) Valve Leak Test Lube Oil Console Run test Closed Circuit C.W. System test During package performance test Test Certificates Required For: Auxiliary Motor & Pumps Safety Relief Valves Safety Switches Solenoid Valves WEIGHTS Overall supply (excluding driver and gear box, if any) Kg. approx. Maximum erection weight Kg. approx. Maximum maintenance weight Kg. approx. Gear Box Kg. approx. Driver Kg. approx. SCOPE OF SUPPLY

Page 85 of 118

85

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 318 319 320 321 322 323 323 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Compressor Assembly complete with frame, cylinders, cross head etc. Motion work lubrication system Cylinder and packing lubrication system Cooling system Process Gas system Local instrumentation Local Gauge Board Local Control Panel PLC Panel Human Machine Interface located on skid Main driver Barring Device: Manual Electric. Pneumatic Flywheel V-Belts with Pulley Couplings Driver Compressor Guards for moving parts Base plate Common for Compressor and Driver Fabricated Steel skid Common for compressor, driver and accessories Ladders and platforms Special Tools - One Set for each package Anchor Bolts for Complete Package Piping supports and brackets : prefabricated for piping in Vendor's Scope Supports For Cylinders & Auxiliaries, Prefabricated & fitted in the Package Commissioning Spares, erection and commissioning spares Spares as specified in the Job Specification Vendor Data as specified NOTE : Refer checklist for scope of supply

Page 86 of 118

86

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

17.2
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47

Data sheet of Heat Exchangers to be submitted for Compressors.

GENERAL PROJECT: OWNER :M/S TNGCL SITE :Agartala Service : Intercooler / After cooler for Compressor Package No. Reqd.: NOTE: SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER INFORMATION REQUIRED FROM VENDOR. Manufacturer : Type : Forced Draft Induced Draft Bundle Size : m x m x m Bundles/Section Number of Units : Bundles/Unit : In Parallel / Series Section Size : Surface/Bundle : m Bare Tube : m Section/Unit : Surface/Unit : m Bare Tube : m Plot Area/Unit : PERFORMANCE (Of One Unit) 0 Heat Exchanged : kcal/hr MTD (Corrected) : C 0 Transfer Rate : kcal/hr m C (Finned Surface) (Bare Surface) TUBE SIDE Fluid Circulated GAS Gravity : Liquid API SG @ 15.4EC Total Entering Gas kg/hr Enthalpy / Latent Heat kcal/kg 0 Operating Temperature In : Out : Fouling Resistance hr m C/kcal Operating Pressure Passes / Bundle kg/cm AIR SIDE Temperature In: Out : Altitude m:115,168.3,172respecctively Total Flow/Unit kg/hr Static Pressure kg/cm Quantity/Fan kg/hr Power/Fan kW Face Velocity m/sec Power/Unit kW CONSTRUCTION (Each Bundle) 0 Design Pressure : kg/cmg Test Pressure : kg/cmg Design Temperature : C Code Requirements : Type of Tubing : Tube Material : Fin Material : Al Tube Bare Tubes (no's): No. of rows: O.D. BWG/Thk Length Fins: Spacing /inch. O.D. Root Dia Thickness : Header Type: Plug / Cover No. of Splits: Material : Plugs/Gaskets Side Frame : C.S. Inside Zinc Protected Nozzles In : Out : Couplings Vent: Drain : CONSTRUCTION (Each section) Structure CS Sec. /Gr. No. Design Wind Load : kgf/m Plenum Chamber CS inside Zinc Protected Type : Fans No. Dia. RPM Mfr. Blades Material : No./Fan Pitch Angle(Design) : Hubs Material: Pitch: Auto variable / Adjustable (No.) Louvers Material : Type : Mfr. Weights kg Each Section(Dry) : Full of Water: Each Bundle (Dry) : Full of Water: APPLICABLE SPECIFICATIONS API Standard 661 REMARKS 1. Air coolers should be designed for 10% excess capacity than required normally. 0 Exchanger should be designed with air side temperature of 44 C. Separate data sheet should be filled by the bidder for each service i.e. Inter cooler and After cooler

Page 87 of 118

87

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 18.0 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Data Sheet of Gas Engine:


1 2 3 4 5 6 7 8 9 10 11 12 13 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46

GENERAL
PROJECT: PROCUREMENT OF CNG COMPRESSORS OWNER: M/S TNGCL SERVICE: DRIVER FOR CNG COMPRESSOR NO. REQD.: ONE FOR EACH UNIT. NOTE: SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER INFORMATION REQUIRED FROM VENDOR. SITE / INSTALLATION DATA SITE CONDITIONS: LOCATION: OUTDOOR CLOSED ROOM WITH FORCED AIR VENTILATION SYSTEM. SITE DATA: 0 TEMP. ( C): AMBIENT MAX : 45 MIN : 8

MAX : 85 % RELATIVE HUMIDITY (%): ALTITUDE (M): EARTH QUAKE ZONE V WIND VELOCITY (KM/HR) 160 (MAX) ELECTRICAL AREA CLASSIFICATION CLASS 1 GROUP D DIVISION I OR 2 CLASS 1 GROUP IIA, IIB ZONE I UTILITY DATA COOLING WATER 0 COOLING WATER TEMP. ( C) SUPPLY (DESIGN/MAX/NOR/MIN): RETURN (MAX): COOLING WATER PR. (KG/CMG) SUPPLY (DESIGN/MAX/NOR/MIN): RETURN (MIN): COOLING WATER CHARACTERISTICS: INSTRUMENT AIR: 2 SUPPLY PRESSURE (DESIGN/MAX/NOR/MIN)(KG/CM G): ELECTRIC POWER ELECTRIC SUPPLY: AC / DC VOLTS HZ APPLICABLE CODES & STANDARDS NOISE SPECIFICATION: APPLICABLE TO M/C MAX. 70 DBA @ 1.0 M OUTSIDE THE ACOUSTIC ENCLOSURE EXHAUST GAS EMISSION: - STATUTORY REQUIRMENTS AS PER Andhra Pradesh STATE POLLUTION CONTROL BOARD LISTING/APPROVAL OF ENGINE REQUIRED FROM: UL/FM TAC AIR RECEIVER FOR STARTING AIR SYSTEM ASME SEC-VIII DIV 1 AIR COMPRESSOR FOR STARTING AIR SYSTEM MANUFACTURER'S STD.AIR STARTER WITH SILENCER. SHELL AND TUBE TYPE EXCHANGERS MANUFACTURER'S STD. AUXILIARY PUMPS MANUFACTURER'S STD. AIR COOLED HEAT EXCHANGERS/RADIATOR MANUFACTURER'S STD. OTHER TANKS AND VESSELS MANUFACTURER'S STD. DRIVEN EQUIPMENT RECIPROCATING GAS COMPRESSOR DUTY: INTERMITTENT PROBABLE PERIOD FOR CONTINUOUS RUNNING: 20 HOURS WITH FREQUENT STARTS AND STOPS DURATION OF MAX. LOAD: 20 HOURS MINIMUM BKW OF THE DRIVEN EQPT. KW: @ RPM: RATED BKW OF THE DRIVEN EQPT. KW: @ RPM: MAXIMUM BKW OF THE DRIVEN EQPT. KW: @ RPM: (@ R.V. SET PRESSURE) FOR MECH. DRIVE APPLICATIONS: MINIMUM SITE RATING OF THE ENGINE REQUIRED KW @ RPM ACCOUNTING FOR ENGINE DERATION FOR SITE CONDITIONS & ALTERNATOR EFFICIENCY WITH ENGINE DRIVING ITS ALL AUXILIARIES. DIRECTION OF ROTATION OF DRIVEN EQUIPMENT VIEWED FROM COUPLING END : METHOD OF DRIVE: DIRECT THRU FLEXIBLE COUPLING OR V-BELTS CONSTRUCTION FEATURES MANUFACTURER: ENGINE MODEL:

Page 88 of 118

88

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited
47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68

Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

TYPE OF ENGINE: FOUR-STROKE ENGINE COOLING : WATER COOLED TURBO-CHARGED WITH CHARGE AIR COOLER NORMALLY ASPIRATED NO. OF CYLINDERS: CYLINDER ARRANGEMENT: BORE/STROKE (MM/MM): COMPRESSION RATIO: SPEED (RPM): MEAN PISTON SPEED (M/SEC.): PERFORMANCE RATED ENGINE POWER AT STANDARD OPERATING CONDITIONS AS PER ISO 3046/ BS 5514 (ISO STD. POWER): KW @ RPM (USING ONLY THE ESSENTIAL DEPENDENT AUXILIARIES AND WITH 10 % OVERLOAD PROVISION RATED ENGINE POWER AT SITE CONDITIONS GUARANTEED, NO NEGATIVE TOLERANCE): KW @ RPM (USING THE ESSENTIAL DEPENDENT AUXILIARIES AND WITH 10 % OVERLOAD PROVISION MIN. ENGINE SITE POWER AT, WHICH ENGINE CAN BE OPERATED CONTINUOUSLY. KW @ RPM MIN. ENGINE SPEED & CORRESPONDING SITE POWER AT WHICH ENGINE CAN BE OPERATED CONTINUOUSLY. RPM @ KW STARTING TIME REQUIRED FOR FULL LOAD OPERATION (SECONDS): AIR FLOW REQUIRED FOR OPERATION OF THE ENGINE FOR: COMBUSTION & SCAVENGING COOLING & VENTILATION OF ENCLOSURE AIR COOLERS ESSENTIAL DEPENDENT AUXILIARIES ARE: ENGINE SHAFT DRIVEN RADIATOR FAN: KW ENGINE SHAFT DRIVEN CW PUMP: KW ENGINE SHAFT MAIN LO PUM: KW SPECIFIC FUEL CONSUMPTION: DESCRIPTION FUEL CONSUMPTION, GM/KW-HR @ REFERENCE CONDITIONS * ISO 3046* MANUFR'S. STD.* SITE * MANFR'S. SHOP * (A) GUARANTEED ENGINE RATED POWER (100 % CONTINUOUS RATING) (B) 75 % OF (A) (C) 50 % OF (A) (D) 110 % OF (A) * STANDARD REFERENCE CONDITIONS: TOTAL BAROMETRIC 2 PRESSURE, P, KG/CM A 0 ATMOSPHERIC TEMP. C RELATIVE HUMIDITY % CHARGE AIR & COOLANT 0 TEMP C SPEED GOVERNING SYSTEM TYPE: SINGLE SPEED MULTIPLE SPEED ALL SPEED (VARIABLE SPEED) GOVERNOR TYPE: ELECTRONIC ELECTRO HYDRAULIC MECHANICAL MAKE: WOODWARD MODEL: GOVERNOR CONTROL MECHANISM: MANUAL REMOTE STARTING SYSTEM METHOD OF STARTING: AUTOMATIC METHOD OF STOPPING: AUTOMATIC TYPE OF COLD STARTING: (CONSIDERING MIN. AMBIENT TEMP TYPE OF STARTING SYSTEM: AIR STARTING THROUGH ENGINE MOUNTED PNEUMATIC REMARKS: 1. BIDDER SHOULD ENGINEER AND SUPPLY THE COMPLETE AIR STARTING MECHANISM INCLUDING AIR COMPRESSOR, AIR RECEIVER.

69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88

Page 89 of 118

89

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited
89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115

Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

THE PURCHASER SHALL PROVIDE ELECTRICITY FOR AIR COMPRESSOR MOTOR. STARTING AIR SYSTEM: (TO BE PLACED OUTSIDE THE ENCLOSURES) AIR COMPRESSOR TYPE: RECIPROCATING 3 RATED CAPACITY (AM /HR AT INLET CONDITIONS): DISCHARGE PRESSURE (KG/CMG): BKW: RPM: AIR COMPRESSOR DRIVEN BY: ELECTRIC MOTOR DRIVER RATING KW: RPM: VOLTS/N/HZ.: 230 SINGLE/ 50 AIR RECEIVER WITH PRESSURE GAUGE, RELIEF VALVE & MANUAL DRAIN VALVE: START-STOP SWITCH FOR COMPRESSOR: AUTOMATIC 3 NO. OF AIR RECEIVER: ONE /TWO CAPACITY OF EACH AIR RECEIVER (M ):

COOLING SYSTEM TYPE: CLOSED CIRCUIT COOLING WATER PUMP DRIVEN BY: ENGINE COOLANT CIRCUIT PIPING WITH TEMP. CONTROL & MAKE-UP TANK. HEAT EXCHANGER WITH ANCHOR/FOUNDATION BOLTS: AIR COOLED EXCHANGER BY-PASS VALVE: CHECK VALVE: 0 HEAT EXCHANGER TEMP ( C) INLET: OUTLET: FAN DRIVEN BY: DRIVER RATING/SPEED (KW/RPM): 0 ENGINE WATER TEMP ( C): INLET: OUTLET: PACKAGER MAY CLUB THE ENGINE JACKET AND COMPRESSOR CYLINDER COOLING WATER SYSTEM WITH ENGINE SHAFT OR COMPRESSOR SHAFT DRIVEN PUMP FRAME LUBRICATION SYSTEM TYPE: FORCE FEED LUBRICATION INCLUDING VALVES, OIL PUMP & PIPING OIL COOLER TYPE: AIR COOLED WATER COOLED OIL FILTERS SELF CLEANING DUPLEX PAPER CARTRIDGE PRELUBE OIL PUMP DRIVEN BY (IF REQUIRED):

116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139

PRELUBRICATION MANUAL AUTOMATIC TYPE/GRADE OF LUB. OIL: OIL CONSUMPTION (LPH): OIL SUMP CAPACITY (LITRES): OIL COOLER TESTING PRESSURE (KG/CMG): EXPLOSION RELIEF VALVE FOR CRANKCASE AIR INLET SYSTEM SUCTION AIR FILTER AIR INLET DUCTING / PIPING / MANIFOLDS INLET SILENCER EXPANSION BELLOWS (IF REQUUIRED) & ALL SUPPORTS / HANGERS ENGINE EXHAUST SYSTEM EXHAUST MANIFOLDS / DUCTING / PIPING TERMINATED AT SAFE HEIGHT OUTSIDE ENGINE ENCLOSURE EXHAUST SILENCER (RESIDENTIAL TYPE) EXPANSION BELLOWS EXHAUST STACK / CHIMNEY ALL SUPPORTS / HANGERS PROTECTION INSULATION FOR COMPLETE EXHAUST PIPING PROVIDED AS ABOVE YES NO CONTROLS & INSTRUMENTATION ELECTRIC SUPPLY: LAMPS: V: AC/DC: N: HZ: ALARAM CIRCUIT: V: AC/DC: N: HZ: TRIP CIRCUIT: V: AC/DC: N: HZ: CONTROL CIRCUIT: V: AC/DC: N: HZ: SOLENOID VALVES: V: AC/DC: N: HZ: CONTROL SWITCHES: AC POWER ON/OFF SWITCH WITH INDICATION LAMP CONTROL POWER ON/OFF SWITCH WITH INDICATION LAMP START SWITCH WITH INDICATION YES

Page 90 of 118

90

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited
140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185

Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

START/STOP PUSH BUTTON FOR AUX. DRIVE MOTOR EMERGENCY STOP PUSH BUTTON LAMP TEST PUSH BUTTON ALARM/TRIP ACKNOWLEDGE /RESET PUSH BOTTON YES LUBRICATING OIL HEATER `ON' INDICATING LAMP (IF PROVIDED) INTERLOCK AGAINST START WITHOUT PRELUBRICATION NOTE: VENDOR TO PROVIDE CONTACT/SIGNAL FOR EXECUTION IN DCS. MATERIAL CHARGE AIR COOLER SHELL: TUBES: WATER COOLER SHELL: TUBES: AIR COOLER SHELL: TUBES: AIR RECEIVER INSPECTION AND TESTING WITNESS OBSERVE BY SUPPLIER STAGE INSPECTION DURING MANUFACTURE FULL LOAD TEST AT ENGINE MANUFACTURER'S SHOPAS PER ISO (PERFORMANCE TEST) FUEL CONSUMPTION & GOVERNING TEST AT ENGINE MANUFACTURER'S SHOP AS PER ISO FULL LOAD TEST FOR 4 HRS FOR GAS ENGINE WITH ALL AUXILIARIES & 1 HR @ 110 % LOAD AT SITE. NO LOAD MECHANICAL RUN TEST AT PACKAGERS / DRIVEN EQUIPMENT MFR. SHOP VENDOR'S STANDARD MECHANICAL RUN TEST (FOR ALL ENGINE) INSPECTION/TESTING WITNESSED BY: OTHERS M/S TNGCL OR THEIR REPRESENTATIVE WEIGHTS NET WEIGHT OF ENGINE WITH MOUNTED ANCILLARIES (KG): HEAVIEST PART TO BE HANDLED DURING ERECTION AND ITS WEIGHT (KG): HEAVIEST PART TO BE HANDLED DURING NORMAL MAINTENANCE AND ITS WEIGHT (KG): RECOMMENDED CRANE CAPACITY (TONS): CRANE HOOK HEIGHT (M): MAINTENANCE DATA EXPECTED PERIOD OF RUNNING BETWEEN TOP OVERHAULS: HOURS EXPECTED PERIOD OF RUNNING BETWEEN MAIN OVERHAULS: HOURS THE TYPE AND GRADE OF LUBRICATING OIL RECOMMENDED: LUBE OIL CONSUMPTION (KG/HR)/ (LITRES/HR) CHANGE OF LUBRICATING OIL AFTER: HOURS SCOPE OF SUPPLY / WORK ENGINE WITH LUBRICATION SYSTEM, GOVERNING SYSTEM, FUEL SYSTEM, COOLING SYSTEM AND STARTING SYSTEM AS SPECIFIED SUCTION AIR FILTER WITH SUCTIONPIPING INSTRUMENTS AND CONTROLS AS SPECIFIED INLET AND EXHAUST MANIFOLDS, EXHAUST PIPING WITH FILLINGS, BENDS AND INSULATION EXHAUST SILENCER (RESIDENTIAL, SPARK ARRESTING TYPE) WITH EXPANSION BELLOWS AND COMPLETE WITH EXHAUST PIPING FROM MANIFOLD TO OUTSIDE SHED WITH FITTINGS AND INSULATION. FLYWHEEL WITH BARRING DEVICE GUARDS FOR MOVING PARTS COUPLING FOR ENGINE - DRIVEN EQUIPMENT BASE PLATE FOR ENGINE & DRIVEN EQUIPMENT SPARES AS PER ORDER

Page 91 of 118

91

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited
186 187 188 189 190 191 192 188 193 194 191 192

Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

ERECTION AND COMMISSIONING SPARES TORTIONAL ANALYSIS REPORT ON ENGINE REFER TECHNICAL SPECIFICATION FOR COMPLETE SCOPE OF SUPPLY FOUNDATION/ ANCHOR BOLTS ANTI VIBRATION PADS FIRST FILL OF LUBRICATING OIL AND COOLANT. ACCOUSTIC ENCLOSURE WITH FORCED VENTILATION FAN REMARKS

18.1 1 2 3 4 5 6 7 8 9 10 11 11 12 13 14 15 16 17 18 19 20

DATA SHEET OF AIR COMPRESSOR MOTOR:


Project name: Driven equipment Tag No. / Equipment No. Duty Manufacturer Motor Duty & Type Frame Size/Mounting Output _______________________ KW Voltage _____________________VOLT Full load current_______________AMP Starting current with star delta starting AMP Full load speed _______________ RPM Enclosure Mounting Insulation Class Ambient temperature ____________C Temp. Rise by resistance __________ C Applicable Code Full load torque ______________ Kg-m Starting torque ________________FLT Efficiency at _____________100% Load ________________________75% Load ________________________50% Load Rotation viewed from DE Bearing type No. Type of Lubrication Coupling / pulley Net weight (approximate) __________kg Cable size / type ______ mm sq. Phase / connection / No. of terminal TNGCL Air Compressor

415 V+/ - 10%

TEFC/FLAMEPROOF/IP55 AS PER IS:4691-1985 F Temp. rise limited to Class B

21 22 23 24 25 26 27

DIRECT / FLEXIBLE

Page 92 of 118

92

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 28 29 30 31 32 33 Bid Document No.: 05/51/23M6/TNGCL/031 50 Hz + / - 5%

MECON LIMITED

34 35

Frequency _______________ Hz. No. of poles ______________ Locked rotor current___________%FLC LR withstand time (HOT) _________Sec (COLD) Sec Startor / rotor time constant _______Min Power factor at 100% Load - 75% Load - 50% Load Break down or pull out torque ___ %FLT Space heaters _________WATT / VOLT

36 Vibration Level / Noise Level

As per IS12065 / IS12075

19.0
19.1
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22

DATA SHEET OF DETECTORS


Data Sheet IR-Gas Detection (LEL) System
TECHNICAL GENERAL PROJECT: OWNER: M/S TNGCL SITE: AGARTALA EQUIPMENT: GAS DETECTION FOR CNG STATIONS GAS DETECTION TYPE: NO. NOTE: SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER INFORMATION REQUIRED FROM VENDOR. MANUFACTURER: MODEL NO.: SIGNAL TRANSMISSION ANALOG: TRANSMISSION BY 3CORE SHEILDED CABLE MEASUREMENT CONTROL: 4mA to 20Ma SENSOR DRIFTS BELOW ZERO: MEASURING RANGE EXCEEDED: TRANSMITTER FAULT: MAINTENACE SIGNAL: HART COMPATIBLE: SITE / ENVIRONMENTAL DATA SITE DATA: AMBIENT TEMP. MAX: ( 0 C): MIN: RELATIVE HUMIDITY (%): MAX: ALTITUDE (M): INSTALLATION: INDOOR ELECTRICAL AREA HAZARD: CLASS/ZONE: CLASS I ZONE I DIVISION: I GAS GROUP: D, GROUP IIA, IIB APPLICABLE CODES AND STANDARDS GAS DETECTION APPROVALS: CENELEC UL, CSA: Class 1, Div 1, Groups B,C,D :Exd IIC 6
P P

Page 93 of 118

93

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

23 24 25 26 27 28 29

VOLTAGE OF SUPPLY OPERATING VOLTAGE:

A.C/D.C

Ph

IN-RUSH CURRENT: A.C/D.C POWER INPUT A.C/D.C PHYSICAL SPECIFICATIONS ENCLOSURE: Nema 4+7 (IP65) SIZE WEIGHT INSPECTION AND TESTS Physical Tests on site: REMARKS

19.2
1 2 3 4 5

Data Sheet- UV/IR Fire Detection System

TECHNICAL GENERAL PROJECT: OWNER: M/S TNGCL SITE: AGARTALA EQUIPMENT: UV FIRE DETECTION FOR CNG STATIONS FIRE DETECTION TYPE: NO. NOTE: SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER INFORMATION REQUIRED FROM VENDOR. 6 MANUFACTURER: MODEL NO.: 7 TYPICAL RESPONSE TIME: < 3 SEC @ 50FT WAVE LENGTHS: 8 FIELD OF VIEW: MINIMUM SENSOR RESPONSE TIME: 9 SENSITIVITY MAINTENACE SIGNAL: 10 CLASSIFICATION: CLASS I, DIV 1, CLASS II, GROUP E,F & GCLASS III, TYPE 4X GROUPS B, C & D: Eexd IIC, T5, IP66 11 APPROVALS: CSA, FM, ATEX, CENELEC, CE MARKING 12 ENVIRONMENTAL SPECIFICATIONS 13 OPERATING TEMPERATURE RANGE: -40 (0C) to 85 (0C) 14 STORAGE TEMPERATURE RANGE: -50 (0C) to 85 (0C) 15 OPERATING HUMIDITY RANGE: 0% TO 100% RH NON-CON-DENSING 16 ALTITUDE (M): 17 EARTH QUAKE ZONE V 18 INSTALLATION: INDOOR ELECTRICAL SPECIFICATION: 19 INPUT POWER: 20 36 VDC, 24 VDC @ COPM FAULT 150Ma max. 20 ANALOG SIGNAL: 4-20mA (600 Ohms Max.) READY SIGNAL 21 FAULT SIGNAL: 0Ma UV SIGNAL: 22 IR SIGNAL: WARN SIGNAL: 23 ALARM SIGNAL: BAUD RATE: 24 RELAY CONTACT RATING: 8A, 250VAC, 8A @ RS-485 OUTPUT: 24VDC 25 RFI/EMI PROTECTION: COMPLIES WITH EN50081- STATUS INDICATOR: 2 26 FAULT MONITORING: MECHANICAL SPECIFICATION:

Page 94 of 118

94

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031 LENGTH: MOUNTING: WEIGHT:

MECON LIMITED

28 HOUSING: 29 DIAMETER: 30 CABLE ENTRY: SCOPE OF SUPPLY 31 UV FIRE DETCTION SENSORS COMPLETE: 32 DATA SHEET COMPLETED 33 REMARKS:

Page 95 of 118

95

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

20.0 20.1
Sl no S1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33

Operating Conditions & Experience Record Of Compressor (350 SCMH) Compressor Suction Pressure: 1 kg/cm2(g)
Units Gas Handled (See Analysis) Corrosion Due to Suction Conditions Pressure (@ Vendor's B/L) kg/cm 0 Temp. (+@ Vendor's B/L) C Discharge Conditions (Vendor's Battery Limit : Pressure (@ Vendor's B/L kg/cm Pressure @ Cylinder Flg. kg/cm 0 Temp., Adiabatic @Cyl. Flange C 0 Temp.,Actual @Cyl.Flange C 0 Temp.,After After Cooler C Cp/Cv Ratio Compr. Factor (ZB2B ) or (Z avg ) Operating Characteristics Capacity (wet) SM3 /Hr Mfr's Rated Cap. (Design) (No ve tol.) Actual Inlet Flow (wet) SM3 /Hr Specific Gravity V Belt / Coupling Losses KW Volumetric Efficiency % Valve Lift Suction / mm / mm Valve Lift Area Suction/ mm2 / mm2 Discharge Valve Velocity m/sec Compressor Speed RPM Gas engine sped in RPM Compressor Shaft Power ( KW without cooling fan ) Compressor Shaft Power KW @ KW RV Set Pr. Transmission efficiency % Gas engine heat rate Kcal/ Kwh Driver Power KW Kcal required by gas engine to KW drive compressor per hour slno ( 26*29/28) Kcal required by gas engine per KW hour to drive fan and other auxiliaries. Specific gravity of gas Stage 1 NONE 1 30 Stage 2 NONE Stage 3 NONE Stage 4 NONE Stage 5 (if req.) NONE

<150

< 150

<150

<150

<150

Page 96 of 118

96

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

20.2
Sl no 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33

Compressor Suction Pressure: 2 kg/cm2(g) (Guaranteed Clause)


Units Stage 1 Stage 2 NONE Stage 3 NONE. Stage 4 NONE. Stage 5 (if req.) NONE.

Gas Handled (See Analysis) Corrosion Due to NONE Suction Conditions Pressure (@ Vendor's B/L) kg/cm 2 Temp. (+@ Vendor's 0C 30 B/L) Discharge Conditions (Vendor's Battery Limit : Pressure (@ Vendor's B/L Kg/cm(G) Pressure @ Cylinder Flg. Kg/cm Temp., Adiabatic @Cyl. 0C <150 Flange 0 Temp.,Actual @Cyl.Flange C 0 Temp.,After After Cooler C Cp/Cv Ratio Compr. Factor (ZB2B ) or (Z avg ) Operating Characteristics Capacity (wet) SM3 /Hr Mfr's Rated Cap. (Design) (No ve tol.) Actual Inlet Flow (wet) SM3 /Hr Specific Gravity V Belt / Coupling Losses KW Volumetric Efficiency % Valve Lift Suction / Mm / mm Valve Lift Area Suction/ mm2 / mm2 Discharge Valve Velocity m/sec Compressor Speed RPM Gas engine sped in RPM Compressor Shaft Power ( KW without cooling fan ) Compressor Shaft Power KW KW @ RV Set Pr. Transmission efficiency % Gas engine heat rate Kcal/ Kwh Driver Power KW Kcal required by gas engine KW to drive compressor per hour slno ( 26*29/28) Kcal required by gas engine KW per hour to drive fan and other auxiliaries. Specific gravity of gas

< 150

<150

<150

<150

Page 97 of 118

97

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

20.3
Sl no 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33

Compressor Suction Pressure : 3kg/cm2(g) :


Units Stage 1 Stage 2 NONE Stage 3 NONE Stage 4 NONE Stage 5 (if req.) NONE

Gas Handled (See Analysis) Corrosion Due to NONE Suction Conditions Pressure (@ Vendor's B/L) kg/cm 3 Temp. (+@ Vendor's 0C 30 B/L) Discharge Conditions (Vendor's Battery Limit : Pressure (@ Vendor's B/L kg/cm Pressure @ Cylinder Flg. kg/cm Temp., Adiabatic @Cyl. 0C <150 Flange 0 Temp.,Actual @Cyl.Flange C 0 Temp.,After After Cooler C Cp/Cv Ratio Compr. Factor (ZB2B ) or (Z avg ) Operating Characteristics Capacity (wet) SM3 /Hr Mfr's Rated Cap. (Design) (No ve tol.) Actual Inlet Flow (wet) SM3/Hr Specific Gravity V Belt / Coupling Losses KW Volumetric Efficiency % Valve Lift Suction / mm / mm Valve Lift Area Suction/ mm2 / mm2 Discharge Valve Velocity m/sec Compressor Speed RPM Gas engine sped in RPM Compressor Shaft Power ( KW without cooling fan ) Compressor Shaft Power KW KW @ RV Set Pr. Transmission efficiency % Gas engine heat rate Kcal/ Kwh Driver Power KW Kcal required by gas engine KW to drive compressor per hour slno ( 26*29/28) Kcal required by gas engine KW per hour to drive fan and other auxiliaries. Specific gravity of gas

< 150

<150

<150

<150

Page 98 of 118

98

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

21.0
Sl.No.

Experience Record Programme Of Gas Engine Driven Compressor (550 SCMH)


Description REQUIREMENT AS PER TENDER INFORMATION OF OFFERED COMPRESSOR

a) Status of bidder (Indicate packager or agent of packager) b) In case bidder is the agent submit the agreement of agent ship/dealership with packager. COMPRESSOR Name of compressor manufacturer Place of compressor manufacturer Compressor model Anticipated Life in running hours Compressor maximum frame BKW Compressor operating RPM Compressor max design RPM Comp Manufacturing code preferably API-618 Lubricated or non lubricated Nos of stages Max stage temperature deg cen ( 150) Compressor Operating RPM ( max RPM-1500 ) Piston speed ( 4.5 m/s lub, 4m/s non lub) Compressor maximum vibrations at cylinders and at frame shall not exceed 10 mm /sec. And 5 mm/s respectively unfiltered peak velocity Material for all stages Cylinder Piston Rings Rider Rings Piston Rod Valve (Rings / Plates/ spring)

3 CASEL CASEG CASEH

PERFORMANCE OF COMPRESSOR Performance of compressor at 1 kg/cm2(g) suction pr, 255 kg/cm2 (g)discharge pr and 30 deg c suction temperature Performance of compressor at 2 kg/cm2(g) suction pr, 255 kg/cm2 (g)discharge pr and 30 deg c suction temp Performance of compressor at 3 kg/cm2(g) suction pr, 255 kg/cm2(g) discharge pr and 30 deg c suction temp CASE-L a) Capacity Sm3/h CASE-G CASE-H CASE-L b) BKW required by

Page 99 of 118

99

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Sl.No. Bid Document No.: 05/51/23M6/TNGCL/031 Description compressor including CASE-G compressor's lube oil pump BKW CASE-H CASE-L c) BKW required by compressor including compressor's lube oil pump CASE-G BKW at RV set pr CASE-H d2 ) Power required for all CASE-L heat exchanger fans CASE-G including radiator fan of engine in Kw CASE-H e) Ventilation fans for enclosure No of fans Type of fans (induced or forced draft) Power required for all ventilation fans in Kw Capacity of gas engine (max of b+ max of d2 +e above) *1.1 Piston rod and cross head pin loading at any specified operating condition including the relief valve set condition shall not exceed 80% of the maximum design rod load of the offered compressor. ----Piston rod : max Design ----Piston rod : calculated at safety set pr condition ----Max cross head pin loading: Design ----Cross head pin loading :calculated at safety set pr condition Gas Engine Make and model Anticipated Life in running hours Compression ratio Power ( ISO power) & corresponding Max RPM Power ( ISO) and corresponding Operating RPM Site power ( kW) at operating RPM after deration KW of engine with availability of 10 % overload for one hour within a period of 12 hrs operation with no negative tolerance. PACKAGE Name of packager Place of packaging Name of enclosure manufacturer Place of enclosure manufacturing Sound level at 1 m distance from package in db(A) 70 Make & model LEL detector Make & model fire detector Co2 flooding system ( 2 cylinder each of 100% capacity

MECON LIMITED

INFORMATION OF OFFERED COMPRESSOR

Page 100 of 118

100

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Sl.No. Bid Document No.: 05/51/23M6/TNGCL/031 Description required) Quantity of CO2 in each cylinder in Kg Volume of enclosure in m3 Min 3 Nos of explosion proof tube light Coupling Direct/V-belt Separators between inter stage of compressor 6 Gas inlet train WNRF, Flanged connection; outside canopy Inlet relief valve Inlet gas pressure gauge Non return valve Inlet filter of 5 micron size Inlet twin filter Temporary suction filter after main filter Inlet manual isolation valve Inlet automatic isolation valve Gas recovery system Gas recovery system with pr relief valve, pr regulator, pr gauge, manual & automatic drainage system Gas delivery system High pr piping with SS 316 tubing, compression fittings , NRV. Coalescent final separator Coalescent super fine filter with CE mark for removal of liquid ( e.g. water & oil )and solid particles down to 0.1 microns out of compressed natural gas. Residual Oil Contents shall be less than 1 PPM. Discharge isolation valve PLC based Priority panel with SS 316 double ferrule compression fillings , tubing , full bore valve ball. Indicate nos of banks Mass flow meter: Coriolis principle; interfaced with PLC; head mounted integral local display to indicate flow rate (Kg/hr), cumulative gas compressed (in Kgs) etc.; inbuilt totaliser nonvolatile & non-resetable type ; suitable for hazardous area classification ; One at compressor discharge One at compressor inlet One for engine fuel gas Final gas outlet connection from priority panel 3/4 ( 1 for bus ) pipe OD SS double ferrule compression fittings. ESD system Volume bottles/ dampers at each compressor stage of compressor. Drainage system :Manual isolation valve and automatic valves

MECON LIMITED

INFORMATION OF OFFERED COMPRESSOR

7 8

9 10 11

Page 101 of 118

101

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Sl.No. 12 13 18 20 Bid Document No.: 05/51/23M6/TNGCL/031 Description Heat exchanger : Code of construction API 661, Coolers stamped as per API-11P requirements. Piping between stages shall be continuous with flange and welded connection or SS316 L tubing with ferrule fittings. Instrument air tubing shall be SS 316 Area classification; Class 1, Group D, Division 1 as per NEC OR Zone 1, Group IIA /IIB as per IS/ IEC Instruments. 22 23 24 25 26 27 28 29 30 31 Engine The size of the complete package Beam for chain pulley block with Chain pulley block ( indicate cap of chain pulley block ) Acoustic and pulsation study Separate Acoustic enclosure for engine and compressor or only one . Instrumentation are as per tender. The offered compressors and gas engine and auxiliaries are new. Human-machine interfacing unit (MMI String test at shop Field trial run at site Electric power requirement (purchaser will give electric power for air compressor, ventilation fans and compressor controls) List out if any deviation w.r.t. tender. Other information of existing compressor package : a) Year of manufacturing / packaging the compressor package b) Name and address of user with FAX no ,Phone no , E-mail address c) Nos of hours the compressor have clocked on bid due date. ( Enclose certificate from user) d) Documentary evidence that the bidder/ manufacturer or packager having the capability and facilities (i.e. shop, manpower, testing facility etc.) for manufacturing / packaging compressor packages. e) Whether the bidder having office set up in India equipped with trained and experienced technical manpower for the operation and maintenance services. If not submit the agreement of O&M company having experience of gas engine driven compressor package

MECON LIMITED

INFORMATION OF OFFERED COMPRESSOR

22.0

LIST OF INSTRUMENTATION & CONTROLS

Page 102 of 118

102

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

22.1

List of Instrumentation & Controls for Compressor:


INDICATIO N INDICATOR LOCAL PANEL (PLC) DISPLAY GUAGE LOCAL GUAGE BOARD ANNUNCIATION & PRE ALARM HIGL LOCAL PANEL DISPLAY (PLC) LOW LOCAL PANEL DISPLAY TRIP & A/V ALARM ANNUN. HIGH LOCAL PANEL PLC- DISPLAY LOW LOCAL PANEL -PLCDISPLAY yes, switch yes yes

Sl no

Description

1 2 3 4 5 6 7 8 9 10

Frame Oil Sump/Reservoir Level Main L/O Pump Disch. Pr (supply header). Oil Flow Oil Pressure at Main Bearing Supply Header Temp. Oil cooler Oil Inlet Temp. Stand by Pump Start Compressor Main bearing metal Temp. Cylinder & Packing Oil Lubricator Oil Level

yes yes

yes

yes

yes loc al

11 12 13 14 15 16 17 18 19 20

Lubricator Oil Flow Lubricator Failure Aux. Oil Lub. Oil Supply Pr. Lub. Oil return Elec. Motor bearing metal temp. Coolant System Each cylinder CW outlet temp. Inter/After/Oil Cooler CW outlet temp. CW Supply header flow

Page 103 of 118

103

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Sight Flow CW return each cylinder, Cooler & Header For Closed Circuit Cooling Coolant main pump disch. Pr. Coolant standby pump disch. Pr. Coolant stand by pump start Coolant supply header Pr. Coolant supply header temp Coolant cooler Outlet Temp. Coolant reservoir Level Cylinder Coolant Outlet temp. For Static/Thermo-siphon System Cylinder Coolant Outlet temp. Diff. Pr. Across packing coolant filter Process Gas System Temperature before twin filter at suction Pressure before twin filter at suction * 2nd stage Outlet Pressure Each stage Outlet temp. After Cooler Gas Outlet temp. Ist stage dish pressure low / high Cylinder Packing Vent Pressure Final Disch Pressure after coalescent filter * Blow Down vessel level Piston Rod Drop Indicator Distance piece diff. Purge pressure Common process parameters Common machine parameters Blow Down vessel Pressure Vibration Measurement heat exchanger fan on comp , yes yes

yes yes

yes

yes

yes yes yes yes yes yes yes yes

yes yes yes yes yes

yes

yes yes yes yes

yes

yes

yes yes yes yes

yes

yes

yes

yes

yes

yes

yes

yes

yes

yes yes switch

* Pressure transmitter shall be of smart type with LCD display

Page 104 of 118

104

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

22.2

List of Instrumentation & Controls for Gas Engine:


INDICATION INDICATOR LOCAL PANEL (PLC) DISPLAY GUAGE LOCAL GUAGE BOARD ANNUNCIATION & PRE ALARM HIGL LOCAL PANEL DISPLAY (PLC) LOW LOCAL PANEL DISPLAY TRIP & A/V ALARM ANNUN. HIGH LOCAL PANEL PLC- DISPLAY
yes yes

Sl no

Description

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

RESERVOIR OIL LEVEL RESERVOIR TEMP. MAIN L/O PUMP DISCH. PR. LUB OIL FILTER DIFF. PR. L/O SUPPLY HEADER TEMP. OIL COOLER OIL OUTLET TEMP. STAND BY PUMP START Differential pressure gauge for fuel and air mixture OIL COOLER CW OUTLET TEMP. CW SUPPLY HEADER FLOW SIGHT FLOW CW RETURN EACH COOLER & HEADER Exhaust gas temperature from engine WATER LEVEL IN MAKE UP WATER TANK / RADIATOR ENGINE JACKET C.W SUPPLY TEMP. ENGINE JACKET C.W RETURN TEMP. (INLET OF RADIATOR) COOLANT MAIN PUMP DISCH. PR. COOLANT SUPPLY HEADER PR. COOLANT SUPPLY HEADER TEMP COOLANT COOLER OUTLET TEMP. COOLANT RESERVOIR LEVEL

yes yes yes

yes, switch

yes

yes

yes

yes yes

yes

yes

yes

yes yes

yes yes,

LOW LOCAL PANEL -PLCDISPLAY

Page 105 of 118

105

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031
switch 21 22 23 24 25 STARTING SYSTEM AIR RECIEVER PRESSURE INLET AIR SYSTEM INLET AIR FILTER DIFFERENTIAL PRESSURE BOOST AIR (TURBO CHARGER) DISCHARGE PRESSURE (IF REQUIRED CHARGE AIR COOLER OUTLET AIR TEMP. (IF REQUIRED) MISCELLANEOUS ENGIN E VIBRATIONS ENGINE/ MAIN motor speed START STOP BUTTON ENGINE OVERSPEED ENGINE /MAIN FAILS TO START FEUL GAS / ELECTRIC POWER CONSUMPTION INDICATION AND CUMMULATIVE TACHO-HOUR METER Fuel gas pressure after PRV yes yes yes yes yes yes yes yes yes yes yes switch yes yes yes yes

MECON LIMITED

26 27 28 29 30 31 32 33 34 34

Page 106 of 118

106

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

23.0

QUALITY ASSURANCE PLAN AND CONTROL:

The supplier shall perform all test and inspection as per tender and as per this quality assurance plan. CUSTOMERS REF........................ : REF............................................ : COMPRESSOR MODEL...................: Sl. No.

Description Compressor Material TC for : crank shaft, connecting rods, cylinder, liner piston (compliance report/ certificate) Hydro test of cylinder heads Hydro test of pressure vessels (at sub-vendor works) Ultrasonic test of crank shaft, connecting rod, piston rod. (refer note: 1)- (MFRs compliance report/ certificate) End clearance of the cylinders, piston rod run out No load mechanical run test as per manufacturers standard (4 hours test at packagers end) Strip check and internal inspection after "NLMRT" of all compressors Refer note: 2 at packagers end Engine Manufacturers compliance report Dimension and Visual Inspection Report as per drawing Material test certificates for RAW Material (Pressure Parts) Radiography of pressure vessels at applicable Hydro test of pressure vessels Final painting and cleaning Heat Exchangers (at sub-vendor works) WPS / PQR Welder Qualification Material test certificates for RAW material (pressure parts) Dimension and visual inspection report as per drawing / Data Sheet Radiography of heat exchangers as applicable Hydro test of heat exchangers Final painting and cleaning Control Panel and Soft Starter

D Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

R Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

TW Yes Yes Yes

W -

Page 107 of 118

107

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031 Yes Yes Yes Yes -

MECON LIMITED
Yes Yes

Dimensions / visual as per drawing Functional test Instrumentation Manufacturers test certificates / calibration certificates of meas. Instruments for transmitters, gauges, switches & safety valve, filter, SS tubes, chain pulley block, acoustic material, pipe, fittings, flanges, fastners, valves, etc. Manufacturers test certificates PLC/HMI Acoustic Encloser Surface preparation after cleaning & prior to primer painting, dimensions / visual as per drawing Assembly check as per P&ID for each package Mechanical string test with Air/N2 for 1 no. package only. Field trial run at site for each package after commissioning. Package performance test at site for each package.

Yes Yes Yes Yes Yes Yes Yes Yes

Yes Yes Yes Yes Yes Yes Yes Yes

Yes Yes Yes Yes Yes

LEGENDS : D = Documents to be submitted by vendor / sub-vendor ; R = Review of documents by client/consultant; TW = witness by third party; W = Witness by client or consultant. NOTES: 1 Crank Shaft, Connecting Rod : UT / MPT shall be conducted either in forging or in finish condition. 2 Strip test is limited to open Crank Case cover, X-Hd guide & Dist .pc. Cover and opening of bore & other parts, Piston, one valve per cylinder. 3 If bidder is only packager and not manufacturer of main CNG compressor the standard QAP of compressor OEM with test report of compressor and motor from manufacturer or as witnessed by TPE appointed by manufacturer shall be accepted

Page 108 of 118

108

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

24.0

PREFERRED MAKES: Preferred makes of equipments shall be as follows: Sl. Item description No. 1. FLP motors 2 3 4 5 6 7 8 9 10 11 12 FLP Switchgear Preferred Makes ABB / Compton Greaves / Kirloskar / Siemens / Bharat Bijlee. Baliga/ FCG/ FPE / Flexpro.

Switches/fuses/contactors L & T/ GEC/ Siemens Push Button MCCB Vibration switch PLC IR Gas detectors UV Flame detectors Mass Flow meter Pressure Transmitter Pressure Regulator L & T/ Vaisno Siemens/ Legrand Robertshaw Control/ Murphy Rockwell Automation/ GE Fanuc/ Siemens/ Allen Bradley / L&T General Monitors / Crowcon / Honeywell / Sieger / Detronics/ Khrome Schroder / Net safety. General Monitors / Crowcon / Honeywell / Sieger/ Detronics / Khrome Schroder/ Net safety. Micromotion CNG 50 Druck/ Wika/ Honeywell/ ABB/ Rosmount M/s Pietro Fiorentini S.p.A. (Italy)/ M/s Emerson Process Management/ M/s RMG-Regel Messtechnik (Germany) / M/s Mokveld Valves BV (Netherlands)/ Tartarini / Fisher / Nirmal (upto 300#) M/s BHEL, OFE & OE Group (New Delhi)/ M/s Keystone Valves (India) Pvt. Ltd. Baroda/ M/s Sebim Sarasin Valves India (P) Ltd. (New Delhi/ Halol-Gujarat)/ M/s Tyco Sanmar Ltd. (New Delhi/ M/s Parcol SPA, Italy/ M/s Nuopignone, Italy/ M/s Sarasin, France/ M/s Tai Milano SPA, Italy/ M/s Fisher Rosemount (Now M/s Emerson Process) Singapore/ Mercer USA. M/s AN Instruments Pvt. Ltd., New Delhi/ M/s General Instruments Ltd., Mumbai/ M/s WIKA,

13

Pressure Safety Valve

14

Pressure Gauges & Temperatures Gauges.

Page 109 of 118

109

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

15

RTDs :

M/s General Instruments Ltd. Mumbai/ M/s Nagman Sensors (Pvt.) Ltd./ M/s Pyro Electric, Goa/ Altop M/s Sandvik, Sweden/ M/s Tubasax M/s Swagelok (USA)/ M/s Parker (USA)/ M/s Hoke (Circore Instruments)/ M/s Hamlet. M/s Nordstrom Valves Inc. USA/ M/s Serck Audco Valves, UK/ M/s Breda Energia Sesto Industria Spa, Italy/ M/s Sumitomo Corporation, New Delhi/ M/s Fisher Xomox Sanmar India Ltd., New Delhi/ M/s Larsen & Toubro Ltd. (Audco India Limited), Chennai. M/s ASCO / M/s Rotex / M/s parker Hanifen M/s Parker / M/s Swageloc INCAB/ Universal/ ASEAN/CCI/ FORT/ Closter/ Finolex/ KEI MTL / Phoenix / P&F GEI Hamon Ind Ltd/ GEA India / Patel Air temp

16 17 18

SS Tubes for CNG application SS Fittings for CNG application Plug Valve for air water

19 20 21 22 23 Notes: 1)

Solenoid Valve On Off ball/ needle valve for CNG application Cables and wires Barrier/ Isolators/Surge protector Air exchanger

Successful bidders shall take prior approval of the make for the items not covered above for which complete technical credentials of the proposed vendors shall be required to be submitted for evaluation by Purchaser/Consultant. Some Items indicate only Indian Makes. Successful Foreign bidders may take prior approval of any other make also for which complete technical credentials of the proposed vendors shall have to be submitted for evaluation by Purchaser/Consultant. The vendor/ supplier of bought out item(s) shall be a regular and reputed manufacturer/ supplier of said item(s) for intended services and the sizes being offered is in their regular manufacturing/ supply range. Further, the bidder shall have to certify that the item(s) has/have been regularly used by them in all the packages for the last two years and they are working satisfactorily.

2)

3)

Page 110 of 118

110

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

5)

For any other item(s) for which the vendor list is not provided, bidders can supply those item(s) from reputed vendors/ suppliers who have earlier supplied same item(s) for the intended services in earlier projects and the item(s) offered is in their regular manufacturing/ supply range.

The bidder is not required to enclose documentary evidences (PO copies, Inspection Certificate etc.) along with their offer, however in case of successful bidder; these documents shall be required to be submitted by them within 30 days from date of Placement of Order

Page 111 of 118

111

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

25.

CHECKLIST Scope of Supply for Reciprocating Gas Compressor Package: Notes : (i) 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. (ii) Bidder to write YES/NO against each item. Bidder is required to include complete scope, as such 'NO' is not warranted. However, in case for any of the items if vendor's reply is 'NO', vendor should give reasons for the same: (iii) Bidders scope of supply shall include but not be limited to the following: Description Sr. No. 1 1.1 1.2 1.3 Each Reciprocating Compressor package complete with : Suction / discharge pulsation dampers Process equipment such as separator complete with supports, manual drain with isolation valves, and automatic drain system for separators Air cooled, lube oil, cooling water, inter-stage and discharge gas coolers with necessary air cooling arrangement Combined or separate closed circuit cooling water system for compressor (As required) Lubricating oil system for compressor . Safety relief valves on each stage of the compressor All interconnecting oil, gas, water, air piping within the compressor package All valves, tubing, fittings as specified and required within the compressor package Yes Yes Specified by Purchaser (Yes/No) Included by Bidder (Yes/No) Remarks

1.4

Yes

1.5 1.6 1.7 1.8 1.9

Yes Yes Yes Yes Yes

Page 112 of 118

112

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

1.1O

1.13 1.14

Fuel supply hardware complete with SS piping, control valves, Regulators, Flow-meter, filter, vent/drain within the package suitable for the specified fuel gas Common skid for compressor and other auxiliary systems Acoustic enclosures for compressor for noise attenuation up to 70 dBA @ 1 m distance fitted with fire detection and extinguishing system as specified Instrumentation and control system complete with PLC based control panel configured as RTU of supervisory computer and data acquisition, instrumentation as specified. Cabling with cable trays for all the electrical devices within the package. Mass flow meter with integral display Inlet Pressure Regulators (Compressor Suction) Priority Panel (as specified) at Package Discharge Compressor gas twin inlet Y-type temporary strainer, permanent inlet filter. Y-type strainers, valves, sight flow indicators, check valves, auto/manual drain traps as required for various compressor auxiliary systems, i.e. frame lubrication system, cylinder lubrication, cooling water systems etc. Manual package isolating valves and auto inlet isolation valve All couplings and guards Flywheels, barring device Spares and Tools / Tackles Mandatory Spares if specified in the TS (Indicate separate price for each item) Erection and commissioning spares as recommended by Bidder including lube oil consumables etc. as

Yes

Yes Yes

1.15

Yes

1.16 1.17 1.18 1.19 1.2O 1.21

Yes Yes No Yes Yes Yes

1.22 1.23 1.24 2 2.1 2.2

Yes Yes Yes No Yes

Page 113 of 118

113

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

required for erection & commissioning of each compressor package. 2.3 Two year normal operation and maintenance spares over and above the spares as required during one year warranty period normal operation and maintenance of each package by the Bidder Quote for five year Normal operation & maintenance spares (excluding lube oil etc.) Special tools and tackles required for normal operation & maintenance of each equipment of compressor package as required and recommended by the Bidder Inspection and Testing As specified on the datasheets and tech. Spec. Vendor data and drawings All data & drawings as required per VDR format Erection, commissioning and trial runs at site of the complete package Miscellaneous Foundation and anchor bolts Acoustical and mechanical analysis report & pulsation study (apporoach3) Additional items not specified by Purchaser but recommended by Bidder for safe smooth and normal operation. (Bidder shall indicate separate list of such items in his proposal) Optional price quoted for complete compressor package with Non-flame proof electric panel in lieu of flame proof electric panel. Data sheet of compressor, gas engine motor, LEL and UV Detection system duly filled. Combined Speed-Torque Characteristic curve of gas engine No

2.4

No

2.5

Yes

3 3.1 4 4.1 5 6 6.1 6.3 6.4

Yes Yes Yes

Yes Yes Yes

6.5

Yes

6.6 6.7

Yes Yes

Page 114 of 118

114

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

6.8 6.9 6.10 6.11 7

and Compressor at rated pressure. Electrical Load summary

inlet Yes Yes Yes Yes Yes

Catalogues of electric motor, flame proof equipments and Instrumentation Power required from UPS Supply (230 V AC Single Phase Power required from Non UPS Supply (415V TPN) Operation maintenance contract including all operating spares, consumables, man power etc.

Page 115 of 118

115

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

26.0 DRAWINGS ENCLOSED AS ANNEXURE: Annexure : A

Page 116 of 118

116

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

Annexure : D

27.0

FORMAT OF DEVIATION TO THE TECHNICAL SPECIFICATION:


Page 117 of 118

117

CNG & CITY GAS DISTRIBUTION PROJECT FOR AGARTALA CITY


Tripura Natural Gas Company Limited Bid Document No.: 05/51/23M6/TNGCL/031

MECON LIMITED

All deviations sought by the vendor shall be furnished in this format. If some deviations/ /observations/comments are furnished by the vendor at some other places of the offer, the same shall not be considered as deviation. Purchaser may accept some deviation in the interest of project. However, 1.5 times the cost of deviation shall be loaded in the offered cost for evaluation purpose. S No. Clause no. Tender Deviation taken Specification Reasons for deviations / remarks

Certified that, only the above-mentioned deviations have been taken against this tender. Name of the Signature Bidder

Seal of the Company.

Page 118 of 118

118

PT FOR CNG COMPRESSOR

ANNEXURE - I

Date of Performance Test Client Client Purchase Order No. Consultant Project Supplier's Reference Compressor model Engine model Location / Site Gas Composition Density of gas as per TS kg/sm3 Density of gas during test kg/sm3

DESIGN OPERATING PARAMETERS Suction Pressure - kg/cm2g Suction Temperature - deg C Discharge Pressure - kg/cm2g Discharge Temp. A/C - deg C Compressor speed - rpm Compressor Capacity - sm3/h Engine Speed - rpm Engine gas rate- sm3/h as per offer CV of gas -as per TS CV of gas -available during test Engine gas rate- sm3/h as per offer with CV correction Noise Emission at 1 mtr. - db Dtd 5 6 7

Reading numbers PARAMETERS Time As noted during test Suction Pressure - kg/cm2g at Vendor's B/L Suction Temperature - deg/ C Vendor's B/L Discharge Pressure - kg/cm2g Discharge Temperature - deg C Discharge Temp. A/C - deg C Compressor speed rpm Prime mover's speed rpm Gas Discharge Flow - kg (cumulative) Gas Discharge Flow - kg/h Gas Discharge Flow - sm3/h Engine Fuel Consumption - kg (cumulative) Engine Fuel Consumption - kg/h Engine Fuel Consumption - sm3/h Correction Factor in Cap duo to Suction Pres. Correction Factor in Cap duo to Suction Temp. Correction Factor in Cap duo to Speed if > designed Corrected Capacity of Compressor - sm3/h Correction in fuel rate duo to suct & disch pr-sm3/h & temp. Engine fuel rate for 1200 sm3/h flow after doing all corrections Average compressor capacity - sm3/h Average engine fuel consumption - sm3/h

10

11

12

0.00

119

PT FOR CNG COMPRESSOR

ANNEXURE - I

Client : Clients Purchase Order Ref.: Third Party Inspection Agency: Project: Compressor model : Gas Engine Make / Model : Compressor serial no: Site Location : Date of Performance test :

DESIGN OPERATING PARAMETERS Suction Pressure - Kg/cm2 G Suction Temperature - Deg C Discharge Pressure - Kg/cm2 G Compressor Speed - RPM Compressor Capacity - SM3/hr Engine Speed - RPM Engine Fuel Rate - SM3/hr Noise Emmission at 1 Mtr - dBA

COMPRESSOR VIBRATION MEASUREMENTS Location / Direction of Measurement Frame Cooler Plate Guage Plate Saftey Valve Right Cylinder All Stages Suction Line Crankcase Engine Horizontal Velocity Displacement Velocity Displacement

NOISE MEASUREMENT AT COMPRESSOR STATION Time Direction of Measurement

Note : 1) Noise Measurements taken at 1 Mtr Distance from Package Enclosure. 2) Above Noise readings shall be corrected for background noise effect.

1) All caliberation certificates in original shall be produced at the time of PT. Test Witnessed by:

120

Date of Performance Test Client Client Purchase Order No. Consultant Project KPCL Reference Compressor model Electric motor make Location Density of gas as per TS kg/sm3 Density of gas during test kg/sm3 Reading numbers PARAMETERS Time As noted during test Suction Pressure - kg/cm2g at Vendor's B/L Suction Temperature - deg/ C Vendor's B/L Discharge Pressure - kg/cm2g Discharge Temperature - deg C Discharge Temp. A/C - deg C Compressor speed rpm Prime mover's speed rpm Gas Discharge Flow - kg (cumulative) Gas Discharge Flow - kg/h Gas Discharge Flow - sm3/h Motor power Consumption -kWH (cumulative) Motor power Consumption -kWH Correction Factor in Cap duo to Suction Pres. Correction Factor in Cap duo to Suction Temp. Correction Factor in Cap duo to Speed if > designed Corrected Capacity of Compressor - sm3/h Correction in power cons due to suct & disch pr- kWH Motor power cosumption kWH for 750 sm3/h flow after doing all corrections Average compressor capacity - sm3/h Motor power cosumption kWH 1 2 3 4

DESIGN OPERATING PARAMETERS Suction Pressure - kg/cm2g Suction Temperature - deg C Discharge Pressure - kg/cm2g Discharge Temp. A/C - deg C Compressor speed - rpm Compressor Capacity - sm3/h Electric motor Speed - rpm Package Power - Kw Noise Emission at 1 mtr. - db(A) Dtd 5 6 7 8 9 10 11

12

121

PRICE SCHEDULE FOR INDIAN (DOMESTIC) BIDDERS


PROJECT : CNG & CITY GAS DISTRIBUTION FOR AGARTALA TENDER NO. : 05/51/23M6/TNGCL/031 ITEM : GAS ENGINE DRIVEN CNG COMPRESSORS CLIENT : M/S TRIPURA NATURAL GAS COMPANY LIMITED

In Rupees
Items Nos. DESCRIPTION UNIT QTY Unit Price ExPer Unit works including Terminal cost of imported Excise Duty raw material/ incl. cess components & Customs Duty thereon, pkg/ fwd, but excluding ED & ST on finished goods
(5) (6)

Per Unit Sales Tax (with 'C' Form for CST/ VAT)

Per Unit Total FOT Total ExCIF value of Total CIF Per Unit Custom Duty FOT Site Project Site works (4 X 5) Imp. Comp. value of Imp. Freight upto (CD), (4 X 9) Per Unit Surcharge Project Site by (5+6+7+8 Comp. ) Included in CVD included Road Including Included Transit (6) in col. 5 (4x12) Insurance and taxes & duties such as entry tax and octroi etc.
(8) (9) (10) (11) (12) (13) (14)

(1) 1.1

(2)

(3)

(4) 1

(7)

Design, Engineering, Manufacturing, Supply (including packaging and Nos. forwarding, insurance, custom clearance, handling and unloading at port as well as at TNGCLs site (at Agartala) of Skid mounted gas engine driven CNG Compressor Package with explosion proof electric & control panel of 550 Sm3/h capacity at suction pr. of 2kg/cm2(g) (range 1.5 to 3 kg/cm2(g) with discharge pr. 255 kg/cm2(g) with 9 bank Priority panel. String test of complete compressor package along with gas engine and Nos. accessories at packagers' factory Special tools & tackles (list of tools & tackles to be furnished by the Set bidder) Design, Engineering, Manufacturing, Supply (including packaging and Nos. forwarding, insurance, custom clearance, handling and unloading at port as well as TNGCL stores at Agartala) of air compressor of capacity 2 approx 3.7 kW, discharge pressure approx 16 kg/cm g , 1000 water litre capacity air receiver and air dryer along with all accessories and auxiliaries. DESCRIPTION UNIT

1.2

1.3 1.4

1 1

Items Nos.

QTY

Unit Rate

Per unit Service Tax

1
1.5

4
1

Per Unit Amount against Taxes, Duties, Levies, if any, Other than Service Tax

Per Unit Rate including all taxes & duties

Total Amount including all taxes and duties

Installation, commissioning & Field performance test of Compressor Nos. Package including air compressor at site. Lump sum Annual operation ,Repair & maintenance charges per Nos. Compressor Package including air compressor for 1st year warrantee period inclusive of all manpower, spare and lubricant, etc Lump sum Annual operation, Repair & maintenance charges per Nos. Compressor Package including air compressor for second year i.e. after first year of warranty period inclusive of all manpower, spare and lubricant, etc Lump sum Annual operation, Repair & maintenance charges per Nos. Compressor Package including air compressor for third year i.e. after first year of warranty period and second year of ARC inclusive of all manpower, spare and lubricant, etc

1.6

1.7

1.8

122
d:\rajesh\mngl\gas engine\SORGas Engine-rEVISED

SIGNATURE OF BIDDER

Page 1 of 2

PRICE SCHEDULE FOR INDIAN (DOMESTIC) BIDDERS


PROJECT : CNG & CITY GAS DISTRIBUTION FOR AGARTALA TENDER NO. : 05/51/23M6/TNGCL/031 ITEM : GAS ENGINE DRIVEN CNG COMPRESSORS CLIENT : M/S TRIPURA NATURAL GAS COMPANY LIMITED

Note: Bidder must quote for all sub-items of price schedule. 1 For Indian Bidder inspection shall be carried out by Owner / Consultant and the Inspection shall be considered @ 1.25% of the ex-works price of the supplies for price comparison purpose 2 only. 3 a. b. c. d. e. Bidder shall indicate the following Bidder's Account. Excise Duty @------------Service Tax @ _ _ _ _ _ _ _ _ _ _ CST @ ------------- with 'c' Form LST/VAT without concessional form ------LST/VAT with concessional form -------

rates considered in the prices indicated in the Price Schedule above. Bidder shall note that any error in estimating these taxes & Duties will be to

123
d:\rajesh\mngl\gas engine\SORGas Engine-rEVISED

SIGNATURE OF BIDDER

Page 2 of 2

Anda mungkin juga menyukai