You are on page 1of 279

SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE

`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR PACKAGE

BID DOCUMENT NO. REPL/CUGL/OLC/001/18

1|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SECTION-I

INVITATION FOR BIDS (IFB)

2|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

OPEN DOMESTIC COMPETITIVE BIDDING

INVITATION FOR BIDS

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR PACKAGE

BID DOCUMENT NO. REPL/CUGL/OLC/001/18

1.0 INTRODUCTION

1.1 Central UP Gas Limited (CUGL), a joint venture between India's two Navratna companies, GAIL
(India) Limited and Bharat Petroleum Corporation Limited came into existence on 25th February,
2005. CUGL was constituted for developing City Gas Distribution project in Kanpur & Unnao
Cities of Uttar Pradesh.
1.2 Central UP Gas Limited (CUGL), (hereinafter referred as Purchaser), is supplying Piped Natural
Gas (PNG) to Domestic, Commercial and Industrial consumers and Compressed Natural Gas
(CNG) to automobiles in Kanpur, Unnao & Bareilly cities of Uttar Pradesh through its CGD and
CNG networks. CUGL intends to extend its CGD and CNG network to supply Natural gas to
Domestic, Commercial consumers through MDPE network and to existing/ new CNG stations
through Steel pipeline network by setting up new facilities.
1.3 Resonance Energy Private Limited (REPL) has been appointed as Project Management Consultant
(hereinafter referred as Consultant) by CUGL for aforementioned execution of project. REPL, on
behalf of CUGL, invite bids through single stage two envelopes system for supply of Online 1200
SCMH Engine Driven CNG Compressor Package from eligible bidders meeting the bid evaluation
criteria as detailed herein below at serial no. 6.

2.0 BRIEF DESCRIPTIN OF PROJECT

2.1 CUGL is expanding its CGD network in Kanpur, Unnao & Bareilly cities to cater to the
requirements of CNG, Domestic, Commercial and Industrial consumers. CUGL intends to expand
the CNG facility by increasing the number of CNG Stations to enhance the reach and supply of
compressed natural gas to automotive consumers.

3.0 BRIEF SCOPEOF WORK

3|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

3.1 The Scope includes Design, Engineering, Manufacturing, Shop testing and supply of Engine driven
CNG Compressor with average discharge flow capacity of 1200 SCMH capacity at variable
suction pressure of 14 kg/cm²G to 19 kg/cm²G and discharge pressure of 255 Kg/cm2g complete
with gas engine, as detailed in technical specification & Schedule of Rates (SOR) including
Packing, Forwarding & Transportation at Purchaser’s store as per the tender terms & conditions.

Sl. No. Description Unit Qty.

Design, Engineering, Manufacturing, shop testing and supply of 1200 SCMH


Engine Driven Online Compressor and other accessories including erection &
1 Nos. 7
commissioning spares, special tools and tackles and acoustic enclose. The
compressor shall comply with tender specifications.

1. The total of O&M prices quoted for each year (exclusive of GST) shall not be less than 20% of
the total of supply, erection and commissioning prices (exclusive of GST). In case of non –
compliance, bid shall be rejected.
2. Bidder has to quote for full quantity.
3. Bid submitted for part quantity shall be considered as non-responsive and liable to be rejected.
4. The quantities mentioned above are indicative and are for evaluation purpose only. CUGL
reserves the right to change the quantity of any or all items before issue of order.
5. Evaluation and ordering will be carried out on overall L1 basis i.e. evaluation shall be made for
entire quantity of SOR.

4.0 DELIVERY PERIOD

4.1 The compressor shall be delivered within 20 weeks on FOT: Site basis which shall be reckoned
from the date of release of purchase order or intimation for delivery.

5.0 DELIVERY TERMS

5.1 Lot wise: where the first lot will be of 4 No’s & Second lot will be 3 No’s of 1200 SCMH Engine
Driven Online Compressor package.
5.2 The Delivery basis will be FOT-CUGL stores/site at Kanpur/Bareilly/Unnao. and the date of
delivery of Compressor at site shall be consider date of delivery for the purpose of applicability of
the Price Reduction schedule.
5.3 CUGL reserve the right to increase or decrease the quantity during the contract period. Intimation
for delivery shall be issued by letter of intimation, bidder has to supply accordingly.

4|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

6.0 BID EVALUATION CRITERIA

6.1 Technical

6.1.1 The bidder shall be a regular manufacturer of compressor block, packager and supplier of
Natural Gas Engine Driven CNG Compressor Package. The bidder shall have the single point
responsibility for manufacturing / packaging, supplying, installing and commissioning of 1200
SCMH or more Gas Engine Driven CNG Compressor Package.

6.1.2 The bidder in the last seven years, reckoned from the bid due date, should have designed,
engineered, manufactured, tested and supplied compressor blocks for compressing Natural Gas
for NGV application, from the proposed facility of manufacturing, at least 3 natural gas engine
driven CNG compressor packages of 1200 SCMH or more capacity suitable for operation at
suction pressure in the range of 14-19 bars, discharge pressure of 250 bars.

6.1.3 Those supplied packages should have completed continuous trouble free operation for
minimum 8000 HRS as on the bid due date. The compressor block proposed in the bid shall be
of same make and model as used in these Gas Engine driven CNG compressor packages.

6.1.4 The bidder directly or through their authorized agencies, should have provided Operation &
Maintenance services to at least 03 nos. Natural Gas Engine driven Compressor Packages for a
period of not less than two years as on the bid due date. The period for trouble free Operation
& maintenance services shall be in the last seven years from the bid due date.

6.1.5 Any Compressor Block OEM fulfilling the criteria at l , ll & III above, may also authorize their
sales & service dealer OR Packager to quote on their behalf subject to fulfilling the conditions
in the notes at (A) & (B) respectively.

NOTE FOR BEC

• If bidder is dealer/subsidiary/packager of manufacturer, they have to meet the financial


criteria. They have to submit a letter from manufacturer authorizing them to submit the
bid on behalf of manufacturer. Manufacturer has to meet the technical BEC. Packages
supplied through dealer/subsidiary/packager of manufacturer will be considered for
qualification as well.

SPECIAL NOTES
5|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

(A) In case the bidder is the authorized sales and service dealer of the compressor block OEM
for sale of CNG compressor packages in India then,

1. The bidder has to submit back-up authority letter specific to this tender from the compressor
block OEM, who has authorized them to market their product in India. Offers without back-up
authority letter from compressor block OEM will not be considered.
2. Mechanical Run Test (MRT) of compressor block & String Test of the compressor package may
be witnessed by TPI / Purchaser at the manufacturing facility of compressor block OEM.
3. A letter from compressor block OEM specific to the tender confirming parts and service support
to the Purchaser and the dealer for a period of 10 years from the date of supply shall be submitted
along with the bid.
4. The required warrantee cover of the complete package shall be provided by compressor block
OEM.
5. Further, one compressor block OEM can quote only through one authorized dealer and an
authorized dealer shall offer product of only one compressor block OEM.

(B) ln case the bidder is a packager in India authorized by Compressor Block OEM then,

1. The bidder has to submit back-up authority letter from the respective compressor block OEM
who has authorized them to package CNG compressor in India using their block.
2. The compressor block OEM shall provide technical and after sales support to the Indian
Packager/ purchaser for a period of ten years from the date of supply. A latest confirmation by
the compressor block OEM to this effect shall be submitted along with the bid.
3. The assembly of compressor at packager’s facility shall be carried out under the supervision and
quality control of compressor block OEM. In support of this the bidder shall submit letter from
compressor block OEM confirming the above. The packaging shop and the infrastructure therein
shall be approved by compressor block OEM.
4. All equipment’s / components / accessories / instrument etc used by the packager for packaging
shall be from approved vendor list as listed in tender and balance of compressor block OEM as
those used by compressor block OEM for the packages supplied as per Clause 1.1, Sub points at
I , II & lll above.
5. Mechanical Run Test (MRT) of the compressor block may be witnessed by TPl / Purchaser at
the manufacturing facility of compressor block OEM.
6. The string test of complete package using Natural Gas may be witnessed by TPI / Purchaser and
shall be conducted in the presence of compressor block OEM by the Packager at their facility in
India.
7. The required warrantee cover of the complete package shall be provided by Authorized Packager
and backed by compressor block OEM.

6|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

8. Further, one compressor block OEM shall authorize only one packager and a packager shall offer
compressor package of only one compressor block OEM.

6.1 FINANCIAL

6.2.1 Annual Turnover


The minimum Annual Turnover achieved by the bidder as per their audited financial statements
of any one of the three (03) immediate preceding financial years should be Rs. 5.73 Crores.

6.2.2 Net Worth


Net worth of the bidder shall be positive as per audited financial statements of immediate
preceding financial year.

6.2.3 Working Capital

The minimum working capital of the bidder as per the audited financial statements of immediate
preceding financial year should be Rs. 1.14 Crores.

(If the bidder’s working capital is inadequate for the items quoted for, the bidder should
supplement this with a letter from the bidder’s bank, having net worth not less than Rs.100
Crores confirming the availability of the line of credit to cover the inadequacy of working
capital required as above.)

In case, the tenders having the bid closing date up to 30th September of the relevant financial
years and audited financial results of immediate preceding financial year is not available, the
bidder has an option to submit the audited financial results of the 3 (three) years immediately
prior to that year. Wherever, the bid closing date is after 30th September of the relevant
financial year, bidder has to compulsorily submit the audited financial results of immediate 3
(three) preceding financial years.

7 Evaluation and Award Of Work

7.1 Evaluation shall be done on overall L1 basis after considering the Technical & Commercial loading
if any as per tender.

7.2 Splitting of Contracts: NA

8 Documents Required

➢ Purchase order for supply of compressor packages & its completion certificate from
client/Inspection Release Note/ dispatch clearance from Client/PMC.

7|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

➢ Certificate from client for clocking the 8000 continuous trouble free operation for each
compressor (3 nos.).

➢ Certificate from client for operation & maintenance services for Gas engine driven compressor
package for 2 years for at-least 3 nos. of gas engine driven compressor packages (within last 7
years).

➢ Other documents as required in Special Note A & B.

➢ Annual audited reports including Balance Sheets and Profit & Loss account statement for
which the data to be provided so that the data provided above can be verified.

➢ The bidder shall be required to submit the documentation and proof for meeting the
requirement specified in clause no. 1.1 & 1.2 above and purchaser may at his discretion make
additional checks for the same.

➢ It shall be noted that in case bidder fails to submit requisite details/ documents, the bid
submitted by them is liable to be rejected.

➢ CUGL / REPL decision shall be final with respect to bid evaluation criteria defined above and
shall be binding on bidder.

9 DETAILS OF BID DOCUMENTS

Open Domestic Competitive


9.1 Type of Enquiry
Bidding
Tender Document Number REPL/CUGL/OLC/001/18
9.2
Date of Issue 30/06/2018
Bid Document Fee
9.3 Not Applicable
(Non-refundable)

9.4 Pre-bid meeting at CUGL Kanpur office 12/07/2018 At 1400 HRS. IST

Bid Submission due date and time at CUGL 26.07.2018 Till 1500 HRS.IST
9.5
office
Un-Priced bid opening date and time at CUGL 26.07.2018 At 1530 HRS.IST
9.6
office

8|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

The Manager (C & P)


Central UP Gas Limited,
7th Floor UPSIDC Complex,
A-1/4, Lakhanpur,
9.7 Place of Bid submission
Kanpur-208024
Telephone:0512-2582455
Email: kkgupta@cugl.co.in /
sbhatia@cugl.co.in

The entire tender document has been web hosted at www.cugl.co.in and www.energyworld.biz
websites for the view/participation of the eligible bidders. Bidder meeting the Bid Evaluation Criteria
and intend to submit their bid may download the tender for submission by the bid due date and time.
Bidder shall give an undertaking on his letter-head that the contents of the bidding document have
not been altered or modified.

The bid will be submitted in two parts as below:

PART-I (UN-PRICED BID)


Un-priced bid must be completed with all technical details along with all other required documents
including price schedule WITH PRICE BLANKED OUT etc.as per clause no.9.1 of ITB.

PART-II (PRICED BID)


Priced bid must be as per the SOR attached in section VII.

Along with one original and one copy of Technical/ Unpriced Bid, Bidder has to submit a soft
copy of complete set of documents.

10 EMD/BID SECURITY

10.1 All bids must be accompanied by a bid security of Rs. 20 Lakhs.

10.2 Bid security shall be either in the form of banker’s demand draft in favour of Central UP Gas
Limited, payable at Kanpur (UP) or bank guarantee from any Nationalised / Scheduled Indian Bank
as per pro-forma attached in the Tender document. The bid security shall be submitted along with
the bid and to be enclosed in Part-I (Un-priced bid).Bid security in the form of Bank Guarantee
shall be valid for sixty (60) days beyond the validity of the bid i.e. 180 days from scheduled date
of bid submission.

9|Page
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

11 PRE-BID MEETING

11.1 The bidder(s) or his official representative are requested to attend the pre-bid meeting so that their
queries, if any, related to the tender document and scope of work can be addressed. Meeting will
take place at CUGL Kanpur office on date and time mentioned in clause no. 8.4 above. Bidder(s)
queries if any, must reach CUGL/REPL office at least four days prior to pre-bid meeting date.
11.2 Non-attendance of the pre-bid meeting shall not be cause of disqualification of the bidder.

12 ZERO DEVIATION BIDS

12.1 This is a ZERO deviation bidding process. Bidder is to ensure compliance of all provisions of the
bidding document and submit their bid accordingly. Bids with any deviation to the bid conditions
shall be liable for rejection.

13 GENERAL

13.1 Bids received after stipulated last date and time, due to any reasons what-so-ever, including postal
delays, will not be considered.
13.2 CUGL/REPL will not be responsible for cost incurred in preparation and delivery of bids,
regardless of the conduct or outcome of the bidding process.
13.3 Bidder should not be under liquidation, court receivership or similar proceedings.
13.4 Bids sent through Fax/E-mail/Computer floppy/disc/pen drive etc. shall not be accepted.
13.5 Bid document is non-transferable. Bids received from bidders to whom information has been sent
by Consultant regarding web hosting of document will be considered. In addition, other bidders,
who meet the requirements of bidding document including Bid Evaluation Criteria (BEC) are also
eligible to quote.
13.6 CUGL/REPL reserves the right to reject any or all the bids received at its discretion without
assigning any reason whatsoever.
13.7 Purchaser (CUGL) reserves the right to increase or decrease the scope of work of bidders before
or after award of work.
13.8 No extension in the bid due date/ time shall be considered on the account of delay in receipt of any
document.

For & On Behalf of Central UP Gas Limited

Dushyant Upadhyaya
Sr. Manager (Projects)

10 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Address: Kanoli, C-75


Sector-10, Noida
Uttar Pradesh-201301
Telephone: 0120-4225969
Email: dushyant@energyworld.biz

11 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SECTION-II

INSTRUCTIONS TO BIDDERS (ITB)

12 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.0 SCOPE OF BID

1.1 The Employer/ Owner/ CUGL as defined in the "General Conditions of Contract [GCC]", wishes
to receive Bids as described in the Bidding Document/Tender document issued by
Employer/Owner/CUGL.

1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the Bidding documents.

1.3 The successful bidder will be expected to complete the scope of Bid within the period stated in
Special Conditions of Contract.

1.4 Throughout the Bidding Documents, the terms 'Bid', 'Tender' & ‘Offer’ and their derivatives
[Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day' means 'Calendar Day'
and 'Singular' also means 'Plural'.

2.0 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Employer for Corrup & Fraudulent
practices, as defined in "Instructions to Bidders [ITB], Clause No. 39”

2.2 The Bidder is not put on ‘Holiday’ by CUGL or banned/blacklisted by Government department/
Public Sector on due date of submission of bid. If the bidding documents were issued
inadvertently/ downloaded from website, offers submitted by such bidders shall not be
considered for opening/ evaluation/Award and will be returned immediately to such bidders.

In case there is any change in status of the declaration prior to award of contract, the same has to
be promptly informed to CUGL by the bidder.

It shall be the sole responsibility of the bidder to inform CUGL in case the bidder is put on
‘Holiday’ by CUGL or banned/blacklisted by Government department/ Public Sector on due date
of submission of bid and during the course of finalization of the tender. Concealment of the facts
shall tantamount to misrepresentation of facts and shall lead to action against such Bidders as per
clause 39 of ITB.

2.3 The Bidder should not be under any liquidation court receivership or similar proceedings on due
date of submission of bid.

13 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

In case there is any change in status of the declaration prior to award of contract, the same has to
be promptly informed to CUGL by the bidder.

It shall be the sole responsibility of the bidder to inform CUGL in case the bidder is under any
liquidation court receivership or similar proceedings on due date of submission of bid and during
the course of finalization of the tender. Concealment of the facts shall tantamount to
misrepresentation of facts and shall lead to action against such Bidders as per clause no.39 of
ITB.

2.4 Bidder shall not be affiliated with a firm or entity:


i. that has provided consulting services related to the work to the Employer during the
preparatory stages of the work or of the project of which the works/services form a part
of or
ii. that has been hired (proposed to be hired) by the Employer as an Engineer/ Consultant
for the contract.

2.5 Pursuant to qualification criteria set forth in the bidding document, the Bidder shall furnish all
necessary supporting documentary evidence to establish Bidder’s claim of meeting qualification
criteria.

3.0 BIDS FROM JOINT VENTURE/CONSORTIUM

3.1 NA

4.0 ONE BID PER BIDDER

4.1 A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process. A Bidder who
submits or participates in more than 'one [01] Bid' will cause all the proposals in which the Bidder
has participated to be disqualified.

4.2 Alternative Bids shall not be considered.

5.0 COST OF BIDDING

5.1 The Bidder shall bear all costs associated with the preparation and submission of the Bid
including but not limited to Bank charges all courier charges including taxes & duties etc.
incurred thereof. Further, CUGL will in no case, be responsible or liable for these costs,
regardless of the outcome of the bidding process.

14 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

6.0 SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works and its surroundings and obtain for
itself on its own responsibility all information that may be necessary for preparing the Bid and
entering into a Contract for the required job. The costs of visiting the site shall be borne by the
Bidder.

6.2 The Bidder or any of its personnel or agents shall be granted permission by the Employer to enter
upon its premises and land for the purpose of such visits, but only upon the express conditions
that the Bidder, its personnel and agents will release and indemnify the Employer and its
personnel, agents from and against all liabilities in respect thereof, and will be responsible for
death or injury, loss or damage to property, and any other loss, damage, costs, and expenses
incurred as a result of inspection.

6.3 The Bidder shall not be entitled to hold any claim against CUGL for non-compliance due to lack
of any kind of pre-requisite information as it is the sole responsibility of the Bidder to obtain all
the necessary information with regard to site, surrounding, working conditions, weather etc. on
its own before submission of the bid.

B BIDDING DOCUMENTS

7.0 CONTENT OF BIDDING DOCUMENT

7.1 The contents of bidding documents/Tender documents are those stated below and should be read
in conjunction with any addenda/corrigendum issued in accordance with ITB clause no. 9.0
➢ Section –I : Invitation for bids (IFB)
➢ Section-II : Instruction to Bidders (ITB)
➢ Section-III : General conditions of Contract (GCC)
➢ Section-IV : BEC (Bid Evaluation Criteria)
➢ Section-V: Forms & Format
➢ Section-VI: Special conditions of contract (SCC)
➢ Section-VII : HSE Specification
➢ Section –VIII : Drawings
➢ Section – IX: Price schedule/Schedule of Rates (SOR)

7.2 The bidder is expected to examine all instructions, forms, terms, specifications and drawings in
the bidding documents. The Bidding Document together with all its attachment thereto, shall be
considered to be read Understood and accepted by the bidder. Failure to furnish all information

15 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

required by the Bid Documents or Submission of a bid not substantially responsive to the Bidding
Documents in every respect will be at bidders risk and may result in the rejection of the Bid.

8.0 CLARIFICATION ON BID DOCUMENTS

8.1 A prospective bidder requiring any clarification of the Bidding Documents may notify OWNER
in writing or by fax or e-mail at the address indicated in the Invitation for Bids. OWNER will
respond in writing to any request for clarification of the Bidding documents which it receives not
later than 5 days prior to the deadline for the submission of bids prescribed by OWNER. Written
copies of OWNER response (including an explanation of the query but without identifying
the source of the query) will be sent to all bidders to whom the biding documents were issued.
Any Clarification or information required by the bidder and not received within the stipulated
time period shall be liable to be considered as no clarification/information required.

8.2 In case pre-bid conference is envisaged, all quotations/queries should be referred to


OWNER at least 3 days before scheduled date of pre bid conference. The questions/queries
received by OWNER prior to pre-bid conference will be replied in the pre-bid conference.

9.0 AMENDMENT OF BID DOCUMENTS

9.1 At any time prior to the deadline for submission of bids, the OWNER may, for any reason,
whether on its own requirement or in response to a clarification requested by prospective bidders,
modify the Bidding Documents by issuing addenda/corrigendum.

9.2 Any addendum thus issued shall be part of the Bidding Documents and shall be notified in writing
by fax/post/email to all the bidders to whom the bidding documents were issued. Prospective
bidders shall promptly acknowledge receipt of each addendum by fax/post/to the Owner/
Consultant and take the same in the account all such addendum before submitting their bids.

9.3 The OWNER/Consultant may, at its discretion, extend the date of submission of Bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account the
amendments issued.

C. PREPARATION OF BIDS

10.0 LANGUAGE OF BID

10.1 The bid prepared by the bidder, all correspondence/drawings and documents relating to the bid
exchanged by the bidder with the OWNER/Consultant shall be written in English Language
alone provided. Any printed literature furnished by the bidder may be written in another language
so long as accompanied by an English translation duly authentication by the chamber of
16 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

commerce of bidders country, in which case, for the purpose of interpretation of the bid, the
English translation shall govern.

10.2 In the event of submission of any document/certificate by the bidder in a language other than
English, the Bidder shall submit the English translation of the same duly authenticated by
Chamber of Commerce of Bidder’s country.

11.0 DOCUMENTS COMPRISING THE BID

11.1 The bid prepared by the bidder shall comprise the following:
11.1.1 ENVELOPE-I : SUPER SCRIBING TECHNO-COMMERCIAL UN-PRICED BID (PART-1)

Part-I: Techno-commercial/un-priced Bid (to be furnished in 1 original and 1 copy) and shall
contain the following documents:
a) Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed contents.
b) 'Bidder's General Information', as per 'Form F-1'.
c) 'Bid Form', as per 'Form F-2'
d) Copies of documents, as required in 'Form F-3'
e) As a confirmation that the prices are quoted in requisite format complying with the requirements
copy of Schedule of Rate (SOR) with prices blanked out mentioning quoted / not quoted (as
applicable) written against each item.
f) 'Letter of Authority’ on the Letter Head, as per 'Form F-5'
g) 'No Deviation Confirmation', as per 'Form F-6'
h) 'Bidder's Declaration regarding Bankruptcy’, in 'Form F-7'
i) 'Certificate for Non-Involvement of Government of India ' from Bidder, as per 'Form F-8'
j) 'Agreed Terms and Conditions', as per 'Form F-10'
k) Duly attested documents in accordance with the "BID EVALUATION CRITERIA [BEC]"
establishing the qualification.
l) Undertaking on the Letter head, as per the Form F-12.
m) Power of Attorney for authorized signatory in non-judicial stamp paper/copy of Board Resolution,
the authorized signatory shall be signing the bid and any consequence resulting due to such signing
shall be binding on the bidder.
n) Any other information/details required as per Bidding Document
o) All forms and Formats including Annexures.
p) EMD /Bid Security
q) Tender document duly signed by authorized signatory.
r) All the pages of the Bid must be signed by the "Authorized Signatory" of the Bidder.

11.1.2 ENVELOP-II : SUPERSCRIBING “PRICE BID – NOT TO OPEN WITH TECHNO-


COMMERCIAL UN-PRICED BID”-PART-II

Part-II of the BID shall be submitted in Envelope –II and shall contain Price Bid only. The
Prices are to be submitted strictly in the Price Schedule/Schedule of Rate (SOR) format of
17 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

the Tender Document. CUGL shall not be responsible for any failure on the part of the bidder
to follow the instructions given in the Note below:

Note:

i) Bidders are advised NOT to mention Rebate/Discount separately, either in the SOR format
or anywhere else in the Bid. In case Bidder(s) intend to offer any Rebate/Discount, they
should include the same in the item rate(s) itself under the “Price Schedule/Schedule of Rates
(SOR)” and indicate the discounted unit rate(s) only.
ii) If any unconditional rebate has been offered in the quoted rate the same shall be considered
in arriving at evaluated price. However, no cognizance shall be taken for any conditional
discount for the purpose of evaluation of the Bid.
iii) In case, it is observed that any of the Bidder(s) has/have offered suo-moto Discount/Rebate
after opening of unpriced bid but before opening of price bid, such discount/rebate(s) shall
not be considered for evaluation. However, in the event of the Bidder emerging as the lowest
evaluated Bidder without considering the discount/rebate(s), then such discount/rebate(s)
offered by the Bidder shall be considered for Award and the same will be conclusive and
binding on the Bidder.
iv) In the event as a result of techno-commercial discussions or pursuant to seeking clarifications
/ confirmations from Bidder, while evaluating the un-priced part of the Bid, any of the bidders
offers upward revised prices; such Bidder(s) will be requested to withdraw the revised prices
failing which the bid will not be considered for further evaluation. In case, any of the bidders
offers discount/rebate / downward revised prices, the same shall not be considered for
evaluation and their bid will be evaluated as per the original price bid. However, in the event
of the Bidder emerging as the lowest evaluated Bidder without considering the
discount/rebate(s), then such discount/rebate(s) offered by the Bidder shall be considered for
Award and the same will be conclusive and binding on the Bidder.

v) In case any bidder does not quote for any item(s) of “Schedule of Rates” and the estimated
price impact is more than 10% of the quoted price, then the bid will be rejected. If such price
impact of unquoted items is 10% or less of his quoted price, then the unquoted item(s) shall
be loaded highest of the price quoted by the other bidders . If such bidder happens to be
lowest evaluated bidder, price of unquoted items shall be considered as included in the quoted
bid price.

11.1.3 ENVELOP-III : SUPERSCRIBING “BID SECURITY” – PART-II

Part-III: Bid Security shall contain 1 original and 1 copy of Bid Security in separate sealed
envelopes.
18 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

12.0 BID PRICES

12.1 Bidders shall indicate the following in the Price Schedule/SOR format:-

A) Ex-works Price including packing and forwarding charges (such price to include all costs
as well as duties and taxes paid or payable on components and raw materials incorporated or to
be incorporated in the goods).

B) GST (CGST & SGST/UTGST or IGST) on the finished goods including inland
transportation (which will be payable on the finished goods, if this Contract is awarded.

C) The Bidder shall indicated breakup of the quantum of imports involved for import of
necessary raw materials and components giving CIF value of Import and included in bid price

12.2 In case of import of raw material and components incorporated or to be incorporated in the
finished goods (clause no. 12.1 (C) refers), the Bidder shall provide description of such material,
quantity, rate, value, Import Duty considered etc. as per proforma provided in Price Schedule/
SOR.

12.3 It shall be the endeavour of the Purchase to arrange transit insurance (if applicable). For the
purpose of arranging transit insurance of the goods dispatched / shipped, vendors are required to
furnish the dispatch / shipping particulars to the Insurance Company giving complete details of
dispatches along with Policy No. etc.

12.4 Prices must be filled exactly in the format for “Price Schedule/ Schedule of Rates (SOR)”
enclosed as part of Tender Document. If quoted in separate typed sheets and any variation in
item description, unit, quantity, any conditions of SOR etc., is noticed, the Bid is liable to be
rejected.

12.5 The date of receipt of materials shall be considered as date of delivery. Other terms shall be
interpreted as per INCOTERMS®2010 or its latest version.

12.6 All duties, taxes and other levies (if any) payable by the Seller under the Contract or for any other
cause, except GST (CGST & SGST/UTGST or IGST) on finished product & on the incidental
services, shall be included in the rates / prices and the total bid-price submitted by the Bidder.
The quoted rate of GST (CGST & SGST/UTGST or IGST) on finished product & on the
incidental services shall be indicated in F-10 and the bid prices. Bidders are required to quote the

19 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

prices after carefully reading the provisions mentioned in tender document including SCC, GCC,
Scope of work, etc.

12.7 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the
Contract and will not be subject to variation on any account, whatsoever.

12.8 The Bidder shall quote the rates in ‘figures’ & ‘words’, as per Price Schedule /SOR format
provided in the Tender Document. There should not be any discrepancy between the prices
indicated in figures and in words. In case of any discrepancy, the same shall be dealt as per clause
no. 32 of ITB.

12.9 Further, Bidder shall also mention the Harmonized System Nomenclature (HSN)/ SAC (Service
application code) at the designated place n Price Schedule.

13.0 TAXES & DUTIES

13.1 Within the contractual delivery period, the statutory variation in applicable GST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to CUGL’s account.
Beyond the contractual delivery period, in case CUGL is not entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then any increase in the rate of GST (CGST &
SGST/UTGST or IGST) beyond the contractual delivery period shall be to Supplier’s account
whereas any decrease in the rate GST (CGST & SGST/UTGST or IGST) shall be passed on to
the Purchaser.

Beyond the contractual delivery period, in case CUGL is entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then statutory variation in applicable GST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to CUGL’ account.

The base date for the purpose of applying statutory variation shall be the Bid Due Date.

13.2 In case of statutory variation(s) in the taxes & duties mentioned at clause no. 13.1 above, the
Supplier shall submit a copy of the ‘Government Notification’ to evidence the rate as applicable
on the Bid Due Date and on the date of revision. Claim for payment of Statutory variation should
be raised preferably along with the Invoice. Any claim for arrears on account of statutory
variation shall be submitted to Purchaser within two (02) months from the date of issue of such
‘Government Notification’, otherwise such claim may not be entertained.

13.3 With respect to clause no. 12.1 (C) and 12.2, the statutory variation in Import Duty (except
component (s) for which input tax credit is avliable) on CIF value indicated, within contractual

20 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

delivery period shall be to Purchaser’s account against submission of the documentary evidence.
However, any increase in the rate of Import Duty beyond the contractual delivery / completion
period shall be to Bidder’s account. In case of wrong classification, no variation including
statutory variation of Import Duty will be payable to Supplier and any penalty due to the same
shall be to Supplier’s account. Any decrease in the rate of Import Duty shall be passed on to the
Purchaser. Statutory variation on account of Import Duty will be allowed only on component for
which input tax credit is not available.
13.4 New Taxes & duties: Any new taxes & duties, if imposed by the State/Central Govt. of India on
the finished goods after the due date of bid submission but before the Contractual
Delivery/Completion Date, shall be reimbursed to the Supplier on submission of copy of
notification(s) issued from State/Central Govt. Authorities along with documentary evidence for
proof of payment of such taxes & duties, but only after ascertaining it’s applicability with respect
to the Contract.

13.5 Deemed Export benefits are not applicable and Bidder should furnish prices without considering
the same.

13.6 Supplier shall ensure timely submission of correct invoice(s), as per GST rules/ regulation, with
all required supporting document(s) without a period specified in Contract to enable CUGL to
avail input credit of GST (CGST & SGST/UTGST or IGST). Further, returns and details required
to be filled under GST laws & rules should be timely filed by Supplier of Goods/Services with
requisite details.

If input tax credit is not available to CUGL for any reason not attributable to CUGL, then CUGL
shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST or IGST)
claimed in the invoice(s) and shall be entitled to deduct/setoff /recover such GST (CGST &
SGST/UTGST or IGST) together with all penalties and interest, if any, against any amounts paid
or payable by CUGL to the Suppliers.

13.7 The supplier shall mention the particulars of CUGL on the Invoice. Besides, if any other
particulars of CUGL are required to be mentioned, under GST rules/ regulations on the date of
dispatch, the same shall also be mentioned on the Invoice.

13.8 In case CBEC (Central Board of Excise and Customs)/ any equivalent government agency brings
to the notice of CUGL that the Supplier has not remitted the amount towards GST (CGST &
SGST/UTGST or IGST) collected from CUGL to the government exchequer, then, that Supplier
shall be put under Holiday list of CUGL for period of six months.

21 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

13.9 CUGL will prefer to deal with registered supplier of goods/ services under GST. Therefore,
bidders are requested to get themselves registered under GST, it not registered yet.

However, in case any unregistered bidder is submitting their bid, there prices will be loaded with
applicable GST (CGST & SGST/UTGST or IGST) during evaluation of bid. Where CUGL is
entitled for input credit of GST (CGST & SGST/UTGST or IGST), the same will be considered
for evaluation of bid as per evaluation methodology of tender document.

13.10 In case the GST rating of vendor on the GST portal / Govt. Official website is negative / black
listed, then the bids may be rejected by CUGL. Further, in case rating of bidder is negative /
black listed, after award of work for supply of goods / services, then CUGL shall not obligated
or liable to pay or reimburse GST (CGST & SGST/UTGST or IGST) to such vendor and shall
also be entitled to deduct / recover such GST (CGST & SGST/UTGST or IGST) along with
all penalties/ interest, if any, incurred by CUGL.
13.11 Anti-profiteering clause

As per Clause 171 of GST Act, it is mandatory to pass on the benefit due to reduction in rate of
tax or from input tax credit to the consumer by way of commensurate reduction in prices. The
Service Provider may not the above and quote their prices accordingly.

14.0 BID CURRENCY

Bidders must submit bid in Indian Rupees only.

15.0 BID VALIDITY

15.1 The bid shall remain valid for acceptance for 4 (four) months from the bid due date.
Owner/Employer shall reject a bid valid for a shorter period for being non-responsive.

15.2 In exceptional circumstance, prior to expiry of the original bid validity period, the
Owner/Employer may request the bidders extend the period of validity for a specified additional
period. The requests and the Responses thereto shall be made in writing (by fax/ post / e-mail).
A bidder may refuse the request without forfeiture of its bid security. A bidder agreeing to the
request will not be required or permitted to modify his bid, but will be required to extend the
validity of its bid security for the period of the extension and in accordance with ITB clause in
all respects.

22 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

16.0 EARNEST MONEY

16.1 Bids must be accompanied with 'Earnest Money / Bid Security' in the form of 'Demand Draft'
[in favor of Cenral UP Gas Limited, payable at Kanpur] or 'Banker's Cheque' or 'Bank
Guarantee' or 'Letter of Credit' as per the format given in Form -4/4A of the bidding
documents. Bidders shall ensure that 'Bid Security', having a validity of at least ' two [02]
months' beyond the validity of the bid, must accompany the Bid in the format(s) made
available in the Bidding Document. Bid not accompanied with 'Bid Security', or 'Bid Security'
not in requisite form shall be liable for rejection. The Bid Security shall be submitted in Indian
Rupees only.

16.2 The 'Bid Security' is required to protect CUGL against the risk of Bidder's conduct, which
would warrant the 'Bid Security's' forfeiture, pursuant to provision of ITB.

16.3 CUGL shall not be liable to pay any Bank charges, commission or interest etc. on the amount
of 'Bid Security'. In case 'Bid Security' is in the form of a 'Bank Guarantee', the same shall be
from any Indian scheduled Bank or a branch of an International Bank situated in India and
registered with 'Reserve Bank of India' as Scheduled Foreign Bank. However, in case of 'Bank
Guarantee' from Banks other than the Nationalized Indian Banks, the Bank must be
commercial Bank having net worth in excess of Rs. 100 Crores [Rupees One Hundred Crores]
and a declaration to this effect should be made by such commercial Bank either in the 'Bank
Guarantee' itself or separately on its letterhead. 'Earnest Money / Bid Security' shall be valid for
'two [02] months' beyond the 'Bid Validity Period'

16.4 Any Bid not secured in accordance with "ITB Clause 16.1 & 16.3" may be rejected by CUGL
as non-responsive.

16.5 Unsuccessful Bidder's 'Earnest Money / Bid Security' will be discharged/ returned as promptly
as possible, but not later than 'thirty [30] days' after finalization of tender .

16.6 The successful Bidder's 'Bid Security' will be discharged upon the Bidder's acknowledging the
'Award' and signing the 'Agreement' and furnishing the 'Contract Performance Security /
Security Deposit' as per the provisions of tender document.

16.7 Notwithstanding anything contained herein, the 'Bid Security' may also be forfeited in any of
the following cases:

(a) If a Bidder withdraws his Bid during the 'Period of Bid Validity'
(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice

23 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

(c) If the Bidder modifies bids during the period of bid validity (after submission date).
(d) Violates any other condition, mentioned elsewhere in the tender document, which may
lead to forfeiture of EMD.
(e) In the case of a successful Bidder, if the Bidder fails to:
(i) to acknowledge receipt the "Notification of Award" / "Fax of Intent [FOI]/ Fax of
Acceptance[FOA]",
(ii) to furnish "Contract Performance Security / Security Deposit"
(iii) to accept 'arithmetical corrections' as per provision of ITB.

16.8 Bid Security should be in favor of Central UP Gas Limited and addressed to CUGL. In case
Bid Security is in the form of 'Bank Guarantee' or ‘Letter of Credit’, the same must indicate the
Bid Document No. and the Work for which the Bidder is quoting. This is essential to have
proper correlation at a later date. The 'Bid Security' should be in the form provided in tender
document.

17.0 PRE-BID MEETING

17.1 As per IFB.

18.0 FORMAT AND SIGNING OF BID

18.1 18.1 The bidder shall prepare one original of the document comprising the bid as per
clause 11 of ITB marked “original” in addition, the bidder shall submit 1 copy of the bid
clearly marked as “Copy”. In the event of any discrepancy between the original and the copy,
the original will govern.

18.2 The original and all copies of the bid shall be typed or written in indelible ink (in the case of
copies, photocopies are also acceptable) and shall be signed by the person or persons duly
authorized to sign on behalf of the bidder.

18.3 The name and position held by each person signing must be typed or printed below the
signature. All pages of the bid except any catalogues/literatures shall be signed and sealed by
the person or persons signing the bid.

18.4 The bid shall contain no alterations, omissions or additions, unless the person or persons
signing the bid initial such corrections.
24 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

19.0 ZERO DEVIATION AND REJECTION CRITERIA

19.1 19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may
lead to rejection of bid. CUGL will accept bids based on terms & conditions of "Bidding
Documents" only. Bidder may note CUGL will determine the substantial responsiveness of
each bid to the Bidding Documents pursuant to provision contained in clause 30 of ITB. For
purpose of this, a substantially responsive bid is one which conforms to all terms and
conditions of the Bidding Documents without deviations or reservations. CUGL's
determination of a bid's responsiveness is based on the content of the bid itself without recourse
to extrinsic evidence. CUGL reserves the right to raise technical and/or commercial query(s), if
required, may be raised on the bidder(s). The response(s) to the same shall be in writing, and no
change in the price(s) or substance of the bids shall be sought, offered or permitted. The
substance of the bid includes but not limited to prices, completion, scope, technical
specifications, etc. Bidders are requested to not to take any deviation/exception to the terms and
conditions laid down in this "Tender Documents", and submit all requisite documents as
mentioned in this "Tender Documents", failing which their offer will be liable for rejection. If a
bidder does not reply to the queries in the permitted time frame then its bid shall be evaluated
based on the documents available in the bid.

19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the following clauses of
Tender document shall lead to summarily rejection of Bid:
(a) BEC
(b) Scope of work
(c) Firm Price
(d) Earnest Money Deposit / Bid Security
(e) Specifications & Scope of Work
(f) Schedule of Rates / Price Schedule / Price Basis
(g) Duration / Period of Contract/ Completion schedule
(h) Period of Validity of Bid
(i) Price Reduction Schedule
(j) Contract Performance Bank Guarantee / Security Deposit
(k) Guarantee / Defect Liability Period
(l) Arbitration / Resolution of Dispute/Jurisdiction of Court
(m) Force Majeure& Applicable Laws

25 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

(n) Not submitting an undertaking that the bidder is not Holiday/ Blacklisted by CUGL or any
other Govt. Dept./PSUs.
(o) Any other condition specifically mentioned in the tender document elsewhere that non-
compliance of the clause lead to rejection of bid

Note: Further, it is once again reminded not to mention any condition in the Bid which is
contradictory to the terms and conditions of Tender document.

20.0 E-PAYMENTS

20.1 NA

21.0 AGENT / CONSULTANT / REPRESEMTATOVE / RETAINERS / ASSOCIATES

21.1 NA

D. SUBMISSION OF BIDS

22.0 SEALING AND MARKING OF BIDS

22.1 Bid shall be submitted in the following manner in separate sealed envelopes duly super scribed
as below as per clause no. 11 of ITB:

Part-I –Techno-commercial /un-priced bid


Part-II Priced Bid
Part III-Original Bid Security

22.2 Techno-Commercial Un-Priced : (Part-I) Original Bid of Techno - Commercial un-priced


Bid (1 Original + 1 Copy) shall be sealed in one separate envelope super scribing “Techno-
Commercial Un-Priced Bid”.
22.3 Price Bid : (Part II) Original Priced Bid (1 Original + 1 Copy) shall be sealed in separate
envelope super scribing “Priced Bid” (1 Original + 1 Copy ) “Not to open along with Techno –
Commercial Un-Priced Bid”.
22.4 Bid Security: (Part III) Original and 1 copy shall be sealed in separate envelope clearly super
scribing “Bid Security” as the case may be.

26 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

22.5 All three envelopes containing; Techno-Commercial un-priced Bids, Priced Bids and Bid
security shall further be sealed in one outer envelope super scribing “ -------------------------------
- for City Gas Projects” bid document number and shall be addressed to Manager (C&P) at
address mentioned below.

22.6 Bids must be submitted at the following Address:

The Manager (C&P)


CUGL, 7th Floor UPSIDC Complex,
Lakhanpur, Kanpur-208024
Phone N0.0512-2582455
Email: kkgupta@cugl.co.in / sbhatia@cugl.co.in

22.7 Each envelope shall indicate name and address of the bidder to enable the bid to be returned
unopened, if required.

22.8 If the outer envelope is not sealed and marked as above, the Employer/Consultant will assume
no responsibility for the misplacement or premature opening of the bid.

23.0 DEADLINE FOR SUBMISSION OF BID

23.1 The Bid must be submitted at the address as specified in clause 22.6 above not later than the time
and date as specified in Section-I, IFB.

23.2 The Employer may, in exceptional circumstances and at its discretion,, on giving reasonable
notice by fax or any written communication to all prospective bidders who have been issued the
bidding document, extend the deadline for the submission of bids. In which case all rights and
obligations of the Employer and bidders, previously subject to the original deadline will
thereafter be subject to deadline as extended.

23.3 In case any bid is submitted by bidder who is on Holiday’ by CUGL or banned/blacklisted by
Government department/ Public Sector on due date of submission of bid, such bid will not be
opened /evaluated and such bids shall be returned to the party immediately.

23.4 In case of the days specified in IFB happens to be a holiday in CUGL, the next working day shall
be implied.

24.0 LATE BIDS

27 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

24.1 Any bid received by the owner after the deadline for submission of bid prescribed by the Owner
pursuant to clause 23 of ITB, will be declared “Late” & Rejected and shall be returned unopened
to the bidder.

25.0 MODIFICATION AND WITHDRAWL OF BIDS

25.1 The bidder may modify or withdraw its bid after the bid submission, but, before the due date of
submission provided that written notice of the modification, including substitution or Withdrawal
of the bid, is received by the Employer prior to the deadline prescribed for submission of bids.

25.2 The bidder’s modification or withdrawal note shall be prepared, sealed, marked and delivered in
accordance with the provisions of clause 22 of ITB with the outer envelopes additionally marked
“modification” or withdrawal as appropriate. A withdrawal notice may also be sent by fax /post,
but followed by signed confirmation copy, post marked not later than the deadline for submission
of bids.

25.3 No bid shall be modified/withdrawn after the deadline for submission of bid.

25.4 No bid shall be allowed to be withdrawn/modified in the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the bidder on the
bid form, Withdrawal/ modification of a bid during this interval shall result in the bidders
forfeiture of its bid security, pursuant to clause 15 of ITB.

25.5 The latest bid hence submitted shall be considered for evaluation and all other bids shall be
considered unconditionally withdrawn.

26.0 OWNER/EMPLOYER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR


ALL BIDS

26.1 The Owner/Employer reserves the right to accept or reject any bid, and to annual the bidding
process and reject all bids at any time prior to award of the contract without thereby incurring
any liability to the affected bidder or bidder or any obligations to inform the affected bidder
or bidders of the ground for Owner/Employer action.

D. BID OPENING AND EVALUATION

27.0 BID OPENING

27.1 Unpriced Bid Opening :


28 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CUGL will open bids, in the presence of bidders’ designated representatives who choose to
attend, at date, time and location stipulated in the tender document. The bidders’ representatives,
who are present shall sign a bid opening register evidencing their attendance.
27.2 Priced Bid Opening:
CUGL will open the price bids of those bidders who meet the qualification requirement and
whose bids is determined to be technically and commercially responsive. Bidders selected for
opening of their price bids shall be informed about the date of price bid opening. Bidders may
depute their authorized representative to attend the bid opening. The bidders’ representatives,
who are present shall sign a register evidencing their attendance and may be required to be
present on a short notice.

27.3 The price bids of those bidders who were not found to be techno-commercially responsive shall
be unopened and returned unopened after opening of the price bids of techno-commercially
responsive bidders.

28.0 PROCESS TO BE CONFIDENTIAL

28.1 Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of a Contract, shall not be disclosed to bidders or any other
person officially concerned with such Process.

28.2 Any efforts by a bidder to influence the Owner/Employer in any manner in respect of Preparation
of Bidding document & further evaluation of bids will result in the rejection of that bid.

29.0 CONTACTING THE OWNER/EMPLOYER

29.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to
contact the Owner/Employer for any matter relating to the bid, it should do so in writing. Any
effort by a bidder to influence the Owner/Employer in any manner in respect of bid evaluation
or award will result in the rejection of that bid.

30.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

30.1 The owner’s determination of a bid’s responsiveness is based on the content of the bid only. Prior
to the detailed evaluation of Bids, the Employer will determine whether each Bid:-

(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;


(b) Has been properly signed;
(c) Is accompanied by the required 'Earnest Money / Bid Security';
29 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

(d) Is substantially responsive to the requirements of the Bidding Documents; and


(e) Provides any clarification and/or substantiation that the Employer may require to
determine responsiveness pursuant to "ITB: Clause-28.2"

30.2 A substantially responsive Bid is one which conforms to all the terms, conditions and
specifications of the Bidding Documents without material deviations or reservations or omissions
for this purpose employer defines the foregoing terms below:-

a) “Deviation” is departure from the requirement specified in the tender documents.


b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirement in the tender documents.
c) “Omission” is the failure to submit part or all of the information or documentation
required in the tender document.

30.3 A material deviation, reservation or omission is one that,

a) If accepted would,
i) Affect in any substantial way the scope, quality, or performance of the job as
specified in tender documents.
ii) Limit, in any substantial way, inconsistent with the Tender Document, the
Employer’s rights or the tenderer’s obligations under the proposed Contract.
b) If rectified, would unfairly affect the competitive position of other bidders presenting
substantially responsive bids.

30.4 The employer shall examine all aspects of the bid to confirm that all requirements have been met
without any material deviation reservation or omission.

30.5 If a Bid is not substantially responsive, it may be rejected by the Employer and may not
subsequently be made responsive by correction or withdrawal of the of material deviation,
reservation or omission.

30.6 CUGL reserves the right to seek any clarification from the bidder, if required on the submitted
document for evaluating their bid, the same shall be asked.

31.0 PRICE BID OPENING

The Owner/Employer will open priced bids of all techno-commercially acceptable bidders.

32.0 ARITHMETIC CORRECTIONS & CORRECTION OF ERRORS


30 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

32.1 Bids determined to be substantially responsive will be checked by the Employer for any
arithmetic errors. Errors will be corrected by the Employer as follows:

(i) When there is a difference between the rates in figures and words, the rate which
corresponds to the amount worked out by the contractor (by multiplying the quantity and rate)
shall be taken as correct.

(ii) When the rate quoted by the contractor in figures and words tallies but the amount is
incorrect, the rate quoted by the contractor shall be taken as correct and not the amount and
the amount corrected.

(iii) When it is not possible to ascertain the correct rate, in the manner prescribed above, the
rate as quoted in words shall be adopted and the amount worked out, for comparison purposes
32.2 The amount stated in the bid will be adjusted by the Employer in accordance with the above
procedure for the correction of errors. If the bidder does not accept the corrected amount of bid,
its bid will be rejected, and the bid security shall be forfeited.

33.0 CONVERSION TO SINGLE CURRENCY

33.1 All bids to submitted in INR.

34.0 EVALUATION AND COMPARISON OF BIDS

34.1 The evaluation & comparisons of the bids will be carried out for previously determined as
substantially responsive pursuant to ITB Cl. No.28.

34.2 The evaluation & Comparison of all the responsive bids for supplies/works/services to be arrived
at the lowest evaluated offer as Under (i) the evaluated price of bidders shall include the
following:
I. Total price quoted by the bidder (including Taxes & duties).
II. Technical loading if any as per Technical specification.

34.3 In case more than one bidder is tied up at one position based on evaluated price, then lowest cost
bidder shall be shortlisted using following tie breaker criteria in the order of sequence (i.e. criteria
no. 2 will be applied only in case there is still a tie after criteria no.1):

Criteria No. 1 - The bidders who have got the higher turnover in the Financial Year.

31 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Criteria No. 2- The bidders who have got the higher working capital (without taking into
consideration of letter of credit submitted from bank) in the last Financial Year.

34.4 In case it is observed that any bidder has not quoted for any item in the Schedule of Rates (such
unquoted item not being in large numbers), the quoted price for the purpose of evaluation shall
be considered as the maximum rate quoted by the remaining bidders for such items. If after
evaluation, such bidder is found to be the lowest evaluated bidder, the rates for the missing item
shall be considered as included in quoted bid price. If the estimated price impact of the unquoted
items is more that 10% of the bidder’s quoted price, the above provision shall not be applicable
and such bid shall be rejected

35.0 POST QUALIFICATION

35.1 In the absence of prequalification, the Owner/Employer will determine to its satisfaction whether
the bidder selected as having submitted the lowest evaluated, responsive bid is qualified to
satisfactorily perform the contract.

35.2 The determination will take into account the bidders financial, technical and production
capabilities. It will be based upon an examination of the documentary evidence of the bidders
qualifications submitted by the Bidder, pursuant to ITB Clause-10, as well as such other
information as the Owner/Employer deems necessary and appropriate.

35.3 An affirmative determination will be a prerequisite for award of the contract to the bidder. A
Negative determination will result in rejection of the bidders bid.

F - AWARD OF CONTRACT

36.0 AWARD

36.1 The Owner/Employer will award the contract to the successful bidder (s) whose bid has
been determined to be Substantially responsive and/or have been determined as a lowest on
least cost to Owner/Employer and is determined to be qualified to satisfactorily perform the
Contract.

37.0 NOTIFICATION OF AWARD/FAX OF ACCEPTANCE

37.1 Prior to the expiration of period of bid validity, Owner/Employer (CUGL) will notify the
successful bidder in writing by Post/Fax/E-mail to be confirmed in writing, that his bid has been
accepted. The notification of award/Fax of Intent will constitute the formation of the Contract.
32 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

37.2 The Completion period shall commence from the date of notification of award/Fax of Acceptance
(FOA).
37.3 The notification of award will constitute the formation of a Contract.
37.4 Upon the successful bidder’s/ Contractor’s CPBG/SD shall promptly discharge his EMD.

38.0 SIGNING OF AGREEMENT

38.1 After the successful bidder has been notified for acceptance of his bid, the bidder is required to
execute the Contract Agreement within 21 days of receipt of Fax of Acceptance in the form
provided in the Bidding Documents. The Contract Agreement is to be executed on the non-
judicial paper of appropriate value (the cost of stamp paper shall be borne by the
Contractor/Service Provider).

38.2 In the event of failure on the part of the successful bidder to sign the AGREEMENT within the
above stipulated period, the Bid Security shall be forfeited and the acceptance of the award shall
be considered as cancelled.

39.0 PERFORMANCE GUARANTEE

39.1 Pursuant to clause no. 4 of GCC- works, bidder will provide performance Guarantee of
appropriate value within 21 days of receipt of award from the Owner/Employer. The
Performance Guarantee shall be in form of Bank Guarantee and shall be in the currency of the
Contract.

39.2 Failure The Vendor shall furnish to the Owner (CUGL) within 21 days from the date of award
of PO, an unconditional contract cum performance Bank Guarantee from an Indian nationalized
/ scheduled commercial bank or any international bank of repute having a branch in India for due
Performance of the contract for a sum equivalent to 10 % of Contract value (Supply including,
PG and Erection and commission charges). This Contract cum Performance Bank Guarantee
shall be drawn in favour of the owner and shall be initially valid for a period adequate to cover
up-to 90 days after Guarantee / Warrantee Period.

39.3 Above submitted BG shall be returned after completion of Guarantee / warrantee period and
submission of BG of 50% of total order value of each compressor exclusive of GST as applicable
on yearly basis, within 21 days for each compressor package , from the date of O&M service.
This BG shall be valid till 90 days beyond the completion of defect liability period. This BG
shall be released after completion of defect liability period of 3 months from the date of

33 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

completion of AMC services. Any defect or damage discovered / observed in the work done or
material supplied by the Contractor within this period due to poor workman ship or material,
shall be rectified or replaced by the Contractor free of cost or in case of default CUGL, may get
the same rectified replaced by other agency and the expenses so incurred shall be deducted from
the Contractors Bill for which certificate of Engineer In-charge shall be final.

39.4 Performance Guarantee is in the form of irrevocable Bank Guarantee, the same shall be from any
schedule Indian Bank of branch of International bank situated in India and registered with the
Reserve bank of India as schedule Foreign bank in case of India Bidder and from any reputed
international Bank or Indian Schedule Bank in case foreign bidder. However, in case of Bank
Guarantee from banks other than the Nationalized Indian banks, the bank must be commercial
bank having net worth in excess of Rs. 100 crores (or equivalent in US$ 17.0 million) and a
declaration to this effect should be made by such commercial bank either in the Bank Guarantee
itself or separately on its letterhead. This bank guarantee shall be valid for a period as stated in
Clause No.12 of General Conditions of Contract (GCC-Goods).
39.5 The irrevocable bank guarantee submitted towards contract performance guarantee shall be in
the currency of the contract.

40.0 CONTRACT EXTENSION

40.1 The contract may be extended upto 6 months on same Prices and discounts, if any and other
terms & conditions upon satisfactory performance

41.0 CORRUPT AND FRAUDULENT PRACTICES

41.1 The Owner/Employer requires that Bidders/contractors observe the highest standard of ethics
during the execution of Contract. In pursuance of this policy, the Employer defines, for the
purposes of this provision, the terms set forth below as follows:

a) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of


value to influence the action of public official in contract execution, and

b) “Fraudulent Practice” means a misrepresentation of facts in order to secure the contract


or influence the execution of a Contract to the detriment of the Employer, and includes
collusive practice among bidders (prior to or after bid submission) designed to establish
bid prices at artificial non-competitive levels and to deprive the Employer of the benefits
of free and open competition; The Employer will reject a proposal for award if it
determines that the bidder recommended for award has engaged corrupt or fraudulent
practices in competing for the Contract in question.

34 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

41.2 The Owner/Employer will declare a firm ineligible for a period pursuant to clause as per tender.

42.0 INCOME TAX & CORPORATE TAX

42.1 Income tax deduction shall be made from all payments made to the contractor as per the rules
and regulations in force and in accordance with the Income Tax Act prevailing from time to time.

42.2 Corporate Tax liability, if any, shall be to the contractor’s account.

43.0 WAIVER OR TRANSFER OF THE AGREEMENT

43.1 The successful bidder shall not waive the Agreement or transfer it to third parties,
whether in part or in whole, nor waive any interest that is included in the Agreement without the
prior written permission of the Owner/Employer.

35 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CUT-OUT SLIP

DO NOT OPEN- THIS IS A QUOTAION

Project: SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE

Tender Document No: REPL/CUGL/BC/010/17

Due Date & Time: UP to 15:00HRS IST on 26.07.2018

FROM:

To:

The Manager (C&P)


Central UP Gas Ltd.
7th Floor UPSIDC Complex,
Lakhanpur, Kanpur-208024 (UP)

Attn: Mr. K K Gupta


Manager (C&P)
Mobile-9936326555
Tel-0512-2582455

(TO BE PASTED ON THE ENVELOPE CONTAINING BIDS OFFER)

36 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)


CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR PACKAGE

BID DOCUMENT NO. REPL//CUGL/OLC/001/18

SECTION – III

GENERAL CONDITIONS OF CONTRACT


(GCC - GOODS)

37 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

General conditions of Contract

Section-1 Definitions

1.0Definitions In this document, General Conditions of Contract (GCC-Goods), the following


terms shall have the following respective meanings:

1.0 Bidder: Designates the individual or legal entity which has made a
proposal, a tender or a bid with the aim of concluding a contract
with the purchaser.
1.1 CONSULTANT: - Resonance Energy Private limited.

1.2 CONTRACT shall mean purchase order/contract and all attached


exhibits and documents referred to therein and all terms and conditions
thereof together with any subsequent modifications thereto.

1.3 CONTRACT PRICE shall mean the price payable to the seller under the
contract for the full any proper performance of his contractual obligations.

1.4 COMPLETION DATE shall mean the date on which the goods are
successfully commissioned by the supplier and handed over to OWNER.

1.5 COMMERCIAL OPERATION shall mean the condition of the


operation in which the complete equipment covered under the contract
is officially declared by the OWNER to be available for continuous
operation at different loads up to and including rated capacity.

1.6 DELIVERY terms shall be interpreted as per INCO TERMS 2000 in case
of contract with a foreign bidder and as the date of LR/GR in the case of
a contract with an Indian bidder.

1.7 DRAWINGS shall mean and include Engineering drawings, sketches


showing plans, sections and elevations in relation to the contract together
with modifications and/or revisions thereto.

1.8 ENGINEER or Engineer-in-charge of the Project SITE shall mean the


person designated from time to time by PURCHASER AT SITE AND
SHALL INCLUDE those who are expressly authorized by him to act for
and on his behalf for operation of this CONTRACT.

38 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.9 FINAL ACCEPTANCE shall mean the Purchaser’s written acceptance of


the work performed under the contract after successful completion of
performance and guarantee test.

1.10 GOODS shall mean articles, materials, equipment, design and drawings,
data and other property to be supplied by seller to complete the contract.

1.11 INSPECTOR shall mean any person or outside Agency nominated by


OWNER directly or through CONSULTANT to inspect equipment,
stage-wise as well as final, before dispatch, at SUPPLIER’S works and on
receipt at SITE as per terms of the CONTRACT.

1.12 INITIAL OPERATION shall mean the first integral operation of the
complete equipment covered under the Contract with sub-systems and
supporting equipment in service of available for service.

1.13 OWNER shall mean Central UP Gas Limited (CUGL), having its
registered office at 7th Floor, UPSIDC Complex, A-1/4, Lakhanpur,
Kanpur -208024, UP, India. The term OWNER includes successors,
assigns of CUGL
1.14 PERFORMANCE AND GUARANTEE TESTS shall mean all operational
checks and tests required to determine and demonstrate capacity,
efficiency and operating characteristics as specified in the CONTRACT
documents.

Project DESIGNATES THE AGGREGATE OF THE Goods and/or


Services to be provided by one or more Contractors.

Quantities – Bills of quantities

Bills of quantities

Designate the quantity calculations to be taken into account when these


calculations are made from detailed or construction drawings, or from
work actually performed, and presented according to a jointly agreed
breakdown of the Goods and/or Services.

1.15 SUPPLIER shall mean the person, firm or company with whom
PURCHASE ORDER /CONTRACT is placed/entered into by
SUPPLIER for supply of equipment, materials and services. The term
Seller includes its successor and assigns.

39 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.16 SERCIVE shall mean erection, installation, and testing commissioning,


provision of technical assistance, training and other such obligations of
the Supplier covered under the Contract.

1.17 SITE designates the land and/or any other premises on, under, in or
across which the goods and/or Services have to be supplied, erected,
assembled, adjusted, arranged and/or commissioned.

1.18 SPECIFICATIONS shall mean and include schedules, details,


description, statement of technical data, performance characteristics,
standards (Indian as well as International) as applicable and specified in
the Contract.

`1.19 SUB-CONTRACTOR shall mean order placed by the Supplier, for any
portion of the contracted work, after necessary consent and approval of
OWNER.

1.20 SUB-CONTRACTOR shall mean the person named in the CONTRACT


for any part of the work or any person to whom any part of the
CONTRAT has been sub-let by the SUPPLIER with the consent in
writing of the OWNER and will include the legal representatives,
successors, and permitted assigns of such person.

1.21 START-UP shall mean the time period required to bring the equipments
covered under the Contract form an inactive condition, when
construction is essentially complete to the state of readiness for trial
operation. The start-up period shall include preliminary inspection and
check out of equipment and supporting sub-systems, initial operation
of the complete equipments covered under the Contract obtain
necessary trial operation date, perform calibration and corrective action,
shutdown inspection adjustment prior to the trial operation
period.

1.22 TESTS shall mean such process or processes to be carried out by the Seller
as are prescribed in the Contract or considered necessary by OWNER or
his representative in order to ascertain quality, workmanship,
performance and efficiency of equipment or part thereof.

1.23 TESTS ON COMPLETION shall mean such tests as prescribed in the


Contract to be performed by the Supplier before the Works are taken

40 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

2.0 Seller to inform 2.1 The Supplier shall be deemed to have carefully examined all contract
documents to his entire satisfaction. Any lack of information shall not in
any way relieve the Supplier of his responsibility to fulfill his obligation
under the Contract.

3.0 Application 3.1 These General Condition of Contract (GCC-Goods) shall apply to
the extent that they are not superseded by provisions of other parts of the
Contract.

4.0 Country of Origin 4.1 For purposes of this Clause “origin” means the place where the Origin
Goods were mined, grown or produced, or from which the services are
supplied. Goods are produced when, through manufacturing, processing or
substantial and major assembling of components, a commercially
recognized new product results that is substantially different in basic
characteristics or in purpose or utility from its components.

5.0 Scope of Contract 5.1 Scope of the CONTRACT shall be as defined in the PURCHASE
ORDER/CONTRACT specifications, drawings and Annexure
thereto.

5.2 Completeness of the EQUIPMENT shall be the responsibility of


him SUPPLIER. Any equipment, fittings and accessories which
may not be specifically mentioned in the specifications or
drawings, but which are usual or necessary for the satisfactory
functioning of the equipment (successful operation and
functioning of the equipment being SUPPLIER’s responsibility)
shall be provided by SUPPLIER without any extra cost.

5.3 The SUPPLIER shall follow the best modern practices in the
manufacture of high grade EQUIPMENT notwithstanding any
omission in the specifications. The true intent and meaning of
these documents is that SUPPLIER shall in al respects, design,
engineer, manufacture and supply the equipment in a thorough
workmanlike manner and supply the same in prescribed time to
the entire satisfaction of OWNER.

5.4 The SUPPLIER shall furnish twelve (12) copies in English


language of Technical documents, final drawings, preservation
instructions, operation and maintenance manuals, test
certificates, spare parts catalogues for all equipments to the
OWNER.

41 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

5.5 The documents once submitted by the SUPPLIER shall be firm


and final and not subject to subsequent changes. The SUPPLIER
shall be responsible for any loss to the OWNER consequent to
furnishing of incorrect date/drawings.
5.6 All dimensions and weight should be in metric system
5.7 All equipment to be supplied and work to be carried out under
the CONTRACT shall conform to and comply with the provisions
of relevant regulations/Acts (State Government or Central Govt.)
as may be applicable to the type of equipment/work
carried out and necessary certificates shall be furnished.

5.8 The seller shall provide cross sectional drawings, wherever


applicable, to identify the spare part numbers and their location.
The size of bearings, their make and number shall be furnished.

5.9 Specifications, design and drawings issued to the seller along


with RFQ and CONTRACT are not sold or given but loaned.
These remain property of OWNER OR ITS ASSIGNS AND ARE
SUBJECT TO RECALL BY OWNER. The supplier and his
employees shall not make use of the drawings, specifications and
technical information for any purpose at any time except for
manufacture against the CONTRACT and shall not disclose the
same to any person, firm or corporate body, without written
permission of OWNER All such details shall be kept confidential.

5.10 SUPPLIER shall pack, protect, mark and arrange for dispatch of
EQUIPMENT as per instructions given in the CONTRACT.

6.0Standards 6.1 The goods supplied under the CONTRACT shall conform to the
standards mentioned in the Technical Specifications, or such
other standards which ensure equal or higher quality, and
when no applicable standard is mentioned, to the
authoritative standard appropriate to the
GOODS country of origin and such standards shall be the latest
issued by the concerned institution.

7.0 Instructions, Direction & Correspondence 7.1 The materials described in the
CONTRACT are to be supplied according to the standards,
data sheets, tables, specifications and drawings attached
thereto and/or enclosed with the CONTRACT, itself and
according to all conditions, both general and specific enclosed

42 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

with the contract, unless any or all of them have been modified
or cancelled in writing as a whole or in part.

a. All instructions and orders to SUPPLIER shall, excepting what is


herein provided, be given by OWNER.
b. All the work shall be carried out under the direction of and to the
satisfaction of purchaser.

c. All communications including technical/commercial


clarifications and / or comments shall be addressed to CUGL in
quintuplicate and shall always bear reference to the CONTRACT.
d. Invoices for payment against CONTRACT shall be addressed to
OWNER.
e. The CONTRACT number shall be shown on all invoices,
communications, packing lists, containers and bills of lading, etc.

8.0 Contract Obligation 8.1 If after award of the contract, the Supplier does not acknowledge
the receipt of award or fails to furnish the performance guarantee
within the prescribed time limit, the OWNER reserves the right to
cancel the contract and apply all remedies available to him under
the terms and conditions of this contract

8.2 Once a contract is confirmed and signed, the terms and conditions
contained therein shall take precedence over the Supplier’s bid
and all previous correspondence.

9.0 Modification in 9.1 All modifications leading to changes in the contract with respect
to
Contract technical and / or commercial aspects including terms
of delivery shall be considered valid only when accepted in
writing by OWNER BY ISSUING AMENDMENT TO THE
contract. Issuance of acceptance or otherwise in such cases shall
not be any ground for extension of agreed delivery date and also
shall not affect the performance of contract in any manner except
to the extent mutually agreed through a modification of contract.

9.2 OWNER shall not be bound by any printed conditions or


provisions in the Supplier’s Bid Forms OR
ACKNOWLEDGEMENT OF contract, invoices, packing list and
other documents which purport to impose any conditions at
variance with or supplemental to contract.

43 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

10. Use of Contract 10.1 The supplier shall not, without the owner’s prior written consent,

document & Information disclose the CONTRACT or any provision thereof, or any
specification, plan, drawing, pattern, sample or information
furnished by or on behalf of the OWNER in connection therewith,
to any person other than a person employed by the SUPPLIER in
the performance of the CONTRACT. Disclosure to nay such
employed person shall be made in confidence and shall extend
only as far as may be necessary for purpose of such performance.

10.2 The SUPPLIER shall not, without the OWNER’s prior written
consent, make use of any document or information enumerated
in Article 10.1 except for purpose of performing the CONTRACT.

11.0Patent Rights Liability & Regulations 11.1 SUPPLIER hereby warrants that the use or sale of
the materials delivered hereunder will not infringe claims of any
patent covering such material Compliance and SUPPLIER agrees to
be responsible for and to defend at his sole expense.all suits and
proceeding against OWNER based on any such alleged patent
infringement and to pay6 all costs , expenses and damages which
OWNER and/ or Consultants may have to pay or incur by reason
of any such suit or proceedings.

11.2 The SUPPLIER shall indemnify the OWNER against all third party
claims of infringement of patent, trademark or industrial design rights
arising from use of the GOODS or any part thereof in the OWNER’s
country.
11.3 SUPPLIER shall be responsible for compliance with all requirements
under the laws and shall protect and indemnify completely the
OWNER from any claims/penalties arising out of any infringements.
11.4 SUPPLIER shall be responsible for compliance with all requirements
under the laws and shall protect and indemnify completely the
OWNER from any claims/penalties arising out of any infringements.

12.Performance 12.1 Within 21 days after the Seller’s receipt of notification of award
of the Guarantee CONTRACT, the SUPPLIER shall furnish
performance guarantee in the form of Bank Guarantee/irrevocable
letter of credit to the OWNER, in the bidding documents, for and
amount equivalent to 10% of the total value of the CONTRACT.

44 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

12.2 The proceeds of performance guarantee shall be appropriated by the


OWNER as compensation for any loss resulting from the Supplier’s
failure to complete his obligations under the CONTRACT without
prejudice to any of the rights or remedies the OWNER may be entitled
to as per terms and conditions ;of CONTRACT. The proceeds of this
performance guarantee shall also govern the successful performance of
goods and services during the entire period of contractual
warrantee/Guarantee.

12.3 The performance guarantee shall be denominated in the currency of


the CONTRACT.

12.4 The Performance Guarantee shall be valid for the duration of 90 days
beyond the expiry of Warrantee/Guarantee period. OWNER will
discharge the Bank Guarantee not later than 6 months from the date
of Expiration of the Supplier’s entire obligations, including any
warrantee obligations, under the CONTRACT.

13.0Inspection, and/Testing &Expediting


13.1 The OWNER or its representative shall have the right to inspector to
test the GOODS to confirm their conformity to the contract
specifications. The special conditions of contract and /or the Technical
Specifications shall specify what inspections and tests the OWNER requires
and where they are to be conducted. The OWNER shall notify the SUPPLIER
in writing the identity of any representative(s) retained for these purposes.

13.2 The inspection and tests may be conducted on the premises of the
SUPPLIER or his sub-contractor(s), at point of DELIVERY and/ or at
the GOODS final destination, When conducted on the premises of the
SUPPLIER or his sub-contractor(s), all reasonable facilities and
assistance including access to the drawings and production data shall be
furnished to the inspectors at no charge to the OWNER.
13.3 Should any inspected or tested GOODS fail to conform to the
specifications, the OWNER may reject them and the SUPPLIER shall
either replace the rejected GOODS or make all alterations necessary to
meet specifications requirements, free of cost to the OWNER.
13.4 The Owner’s right to inspect, test and where necessary reject the
GOODS after the GOODS arrival in the Owner’s country shall in no
way be limited or waived by reason of the GOODS having previously
been inspected, tested and passed by the OWNER, or their

45 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

representative prior to the GOOODS shipment from the country of


origin.
13.5 The INSPECTOR shall follow the progress of the manufacture of the
GOODS under the CONTRACT to ensure that the requirements outlined
in the CONTRACT are not being deviated with respect to schedule and
qualify.
13.6 Supplier shall allow to visit, during working hours, the workshop relevant
for execution of the CONTRACT during the entire period of
CONTRACT during the entire period of CONTRACT validity.
13.7 In order to enable OWNER’S representatives to obtain entry visas in time,
SUPPLIER shall notify OWNER two months before assembly, testing and
packing of main EQUIPMENT. If requested, seller shall assist OWNER
representatives in getting visas in the shortest possible time (applicable
only in case of foreign order).
13.8 SUPPLIER shall place at the disposal of the INSPECTOR free of charge, all
tools, instruments, and other apparatus necessary for the the inspection
and/ or testing of the goods. The inspector is entitled to prohibit the use
and Dispatch of goods and/or materials, which have failed to
comply with the characteristics required for the goods during tests and
inspections.
13.9 SUPPLIER shall advise in writing of any delay in the inspection program
at the earliest, describing in detail the reasons for delay and the proposed
corrective action,
13.10 ALL TESTS and trials in general, including those to be carried out for
materials not manufactured by SUPPLIER shall be witnessed by the
inspector. Therefore, seller shall confirm to purchaser by fax or e-mail
about the exact date o f inspection with at least 30 days notice. SUPPLIER
shall specify the goods and quantities ready for testing and indicate
whether a preliminary or final test is to be carried out.
13.11 If on receipt of this notice, owner should waive the right to witness the test;
timely information will be given accordingly.
13.12 Any and all expenses incurred in connection with tests, preparation of
reports and analysis made by qualified laboratories, necessary technical
documents, testing documents and drawings shall be at supplier’s cost.
The technical documents shall include the reference and numbers of the
standards used in the construction and, wherever deemed practical by
the inspector, copy of such standards.
13.13 Nothing in Argicl-13 shall in any way release the seller from any warrantee
or other obligations under this contract.
13.14 Arrangement for all inspections required by Indian statutory Authorities
and as specified in technical specifications shall be made by supplier.
13.15 Inspection & Rejection of Materials by consignees
When materials are rejected by the consignee, the supplier shall be
intimated with the details of such rejected materials, as well as the
reasons for their rejection, also giving location where such materials are
46 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

lying at eh risk and cost of the contractor/supplier. The supplier will be


called upon either to remove the materials or to give instructions as to
their disposal within 14 days and in the case of dangerous, infected and
perishable materials within 48 hours, failing which the consignee will
either return the materials to the contractor freight to pay or otherwise
dispose them off at the contractors risk and cost. The owner shall also be
entitled to recover handling and storage charges for the period, during
which the rejected

Materials are not removed @5% of the value of materials for each month
or part of a month till the rejected materials are finally disposed off.

14.0 Time Schedule & Progress

14.1 Time Schedule Network/Bar Chart

14.1.1 Together with the contract confirmation, supplier shall submit to


Reporting his time schedule regarding the documentation,
manufacture, testing, owner supply, erection and commissioning of the
GOODS

14.1.2 The time schedule will b e in the form of a network or a bar chart clearly
indicating all main or key events regarding documentation, supply of
raw materials, manufacturing, testing, delivery, erection and
commissioning.
14.1.3 The original issue and subsequent revisions of supplier’s time schedule
shall be sent to owner.
14.1.4 The time schedule network/bar chart shall be updated at least every
second month.
14.2 Progress Trend Chart / Monthly Report
14.2.1 SUPPLIER shall report monthly to OWNER,on the progress of the
execution of contract and achievement of targets set out in time bar chart.
14.2.2 The progress will be expressed in percentages as shown in the progress
of the execution of CONTRACT and achievement of targets set out in
time bar chart.
14.2.3 The first issue of the Progress Trend Chart will be forwarded together
with the time bar chart along with contract confirmation.

14.3.1 OWNER’s representatives shall have the right to inspect supplier’s


premises with a view to evalu7ating the actual progress of work on the
basis of seller’s time schedule documentation.

47 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

14.3.2 Irrespective of such inspection, supplier shall advise consultant, with


copy to purchaser, at the earliest possible date of any anticipated delay
in the progress.

14.3.3 Notwithstanding the above, in case progress on the execution of contract


at various stages is not as per phased time schedule and is not satisfactory
in the opinion conclusive or supplier shall neglect to execute the contract
with due diligence and expedition or shall contravene the provisions of
the contract owner may give notice of the same in writing to the supplier
calling upon him to make good the failure, neglect or contravention
complained of. Should Supplier fail to comply with such notice within
the period considered reasonable by owner the owner shall have the
option and be at liberty to take the contract wholly or in part out of the
supplier’s hand and make alternative arrangements to obtain the
requirements and completion of contract at the supplier’s risk and cost
and recover from the supplier, all extra cost incurred by the owner on this
account. In such event owner shall not be responsible for any loss that the
supplier may Incur and supplier shall not be entitled to any gain. Owner
shall, in addition, have the right to encase performance Guarantee in full
or part.

15.0 Delivery & 15.1 Delivery of the goods shall be made by the supplier in accordance with
Documents specified in the contract, and the goods shall remain at the risk of

the supplier until delivery has been completed.

15.2 Delivery shall be deemed to have been made:

a) In case of FOT dispatch point contract, on evidence that the goods


have been loaded on the carrier and a negotiable copy of the goods
receipt obtained. The date of LR /GR shall be considered as the
date of delivery.
b) In case of FOT site, on receipt of goods by owner at the designated
site’s.
15.3 The delivery terms are binding and essential and consequently, no delay
is allowed without the written approval of owner. Any request
concerning delay will be void unless accepted by owner through a
modification of the contract.
15.4 Delivery time shall include time for submission of drawings for approval,
incorporation of comments, if any, and final approval of drawings by
owner.

48 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

15.5 In the event of delay in delivery, price reduction schedule as stipulated


in Article -26 shall apply.

15.6 The documentation, in English language, shall be delivered in due time,


in proper; form and in the required number of copies as specified in the
contract.

15.7 The additional copies of final drawings and instructions will be included
in the package of goods, properly enveloped and protected.

15.8 The supplier should comply with the packing, marking and shipping
documentation specifications enclosed.

16.0Transit Risk 16.1 All goods supplied under the contract shall be fully insured in a
freely convertible currency against loss or damage incidental to
manufacture or acquisition, transportation storage and delivery.

Insurance Requirements:

All Transit risk insurance shall be in the scope of Bidder.

17.0Transportation 17.1 Where the supplier is required under the contract to deliver the goods
at FOT site, all expenses shall be arranged and paid for by the seller
and the Cost thereof shall be included in the contract price’s.

18.0 Incidental 18.1 The supplier may be required to provide any or all of the following

Services:

Services

18.1.1 Performance or supervision of onsite assembly and/or start up of the


supplied goods.
18.1.2 Furnishing tools required for assembly and/or maintenance of the
supplied Goods.
18.1.3 Performance or supervision or maintenance and/or repair of the
supplied Goods, for a period of time agreed by the parties, provided that
this service shall not relieve the supplier of any warrantee/guarantee
obligations under the contract.
18.1.4 Training of the Owner’s personnel at supplier’s plant and/ or at site, in
assembly, start-up operation, maintenance and/or repair of the supplied

49 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Goods at no extra cost. However, Owner will bear boarding, lodging &
personal expenses of Trainees.

19.0 Spare Parts 19.1 Supplier may be required to provide any or all of the following materials
& Maintenance Tools notification pertaining to spare parts manufactured or distributed by the
Lubricants supplier.

19.2 In the event of termination of production of the spare parts:

i) Advance notification to the Owner of the pending termination, in


sufficient time to permit the Owner procure needed
requirements, and
ii) Following such termination, furnishing at no cost to the owner,
the blue prints, drawings and specifications of procure needed
requirements, and

19.3 Supplier shall supply item wise list with value of each item of spare parts
and maintenance tools requirements, along with full details of
manufacturers/vendors for such spares/maintenance tools for :
19.4 The construction, execution and commissioning.
19.5 Four (4) years operation and maintenance.
19.6 Spare parts shall be new and of first class quality as per engineering
standards/ codes free of any defects (even concealed), deficiency in
design, materials and with the corresponding parts.
19.7 Type and sizes of bearings shall be clearly indicated.
19.8 Spare parts shall be packed for long storage under tropical climatic
conditions in suitable cases, clearly marked as to intended purpose.
19.9 A list of special tools and gauges required for nor4mal maintenance and
special handling and lifting appliances, if any, for the goods shall be
submitt4d to owner.
19.10 Bidders should note that if they do not comply with Clause 19.2 above,
their quotation may be rejected.
19.11 Lubricants
19.12 Whenever lubricants are required, supplier shall indicate the quantity of
lubricants required for the first filing, the frequency of changing, the
quantity of lubricants required for the one years continuous operation
and the types; of recommended lubricants indicating the commercial
name (Trademark), quality and grade.
19.13 If Supplier is unable to recommend specific oil, basic recommended
characteristics of the lubricants shall be given.
19.14 Supplier shall indicate various equivalent lubricants available in India.

50 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

20.0 Guarantee20.1 All Goods or materials shall be supplied strictly in accordance with the
specifications, drawings, date sheets, other attachments and conditions
stated in the Contract.

No deviation from such specifications or alterations or of these conditions


shall be made without OWNER’S agreement in writing which must be
obtained before any work against the order is commenced. All materials
supplied by the supplier pursuant to the Contract (irrespective of
whether engineering, design date or other information has been
furnished, reviewed of approved by owner are guaranteed to be of the
best quality of their respective kinds (unless otherwise specifically
authorized in writing by owner and shall be free from faulty design,
workmanship and materials, and to be of sufficient size and capacity and
of proper materials so as to fulfill in all respects all operating conditions,
if any, specified in the contract.

If any trouble of defect, originating with the design, material,


workmanship or operating characteristics of any materials , arises at any
time prior to twelve (12) months from the date of the first commercial
operation of the plant for which the materials supplied under the contract
form a part thereof, or twenty four (24)months from the date of last
shipment whichever period shall first expire, and the supplier is notified
thereof, supplier shall, at his own expense and as promptly as possible,
make such permit the materials to function in accordance with the
specifications and to fulfill the foregoing guarantees.

Owner may, at his option, remove such defective materials, at supplier’s


expense in which event supplier shall, without cost to owner and as
promptly as possible, furnish and install proper materials. Repaired or
replaced materials shall be similarly guaranteed by the supplier for a
period of no less than twelve (12) months from the date of
replacement/repair.

In the event that the materials supplied do not meet the specifications and
/or not in accordance with the drawings data sheets or the terms of the
contract and rectification is required at site, Owner shall notify the
supplier giving full details of differences. The supplier shall attend the
site within seven (7) days of receipt of such notice to meet and agree with
representatives of owner, the action required to correct the deficiency.
Should the supplier fail to attend meeting at site within the time specified

51 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

above work/materials and supplier shall reimburse owner all costs and
expenses incurred in connection with such trouble or defect.

20.2 PERFORMANCE GUARANTEE OF EQUIPMENT

20.2.1 Supplier shall guarantee that the performance of the Equipment supplied
under the contract shall be strictly in conformity with the specifications
and shall perform the duties specified under the Contract.
20.2.2 If the Supplier fails to prove the guaranteed performance of the
equipment set forth in the specification, the Supplier shall investigate the
causes and carry out necessary rectifications/modifications to achieve
the guaranteed performance. In case the supplier fails to do so within a
reasonable period, the supplier shall replace the equipment and prove
guaranteed performance of the new equipment without any extra cost to
purchaser.
20.2.3 If the Supplier fails to prove the guarantee within a reasonable period,
owner shall have the option to take over the Equipment and rectify, if
possible, the equipment to fulfill the guarantees and/or to make
necessary additions to make up the deficiency at supplier’s risk and cost.
All expenditure incurred by the owner in this regard shall be to supplier’s
account.

21.0 TERMS OF PAYMENT: 100% Payment along with 100% taxes, duties, freight and other
levies (if applicable) shall be released against receipt of material at
store/site on submission of PBG @10% of order value, final dispatch
documents and dispatch clearance from CUGL. Vendor shall submit
following documents for getting payments from CUGL

(i) Commercial Invoice

(ii) Excise Invoice

(iii) All test certificates with one set of copy

(iv) Packing List

(v) LR

(vi) IRN ( inspection Release Note)

52 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

22.0 Prices 22.1 Prices charged by the supplier for goods delivered and services
performed under the contract shall not, with the exception of any price adjustments
authorized by the contract vary from the prices quoted by the supplier in his bid.

23 Subletting & 23.1 The supplier shall not without previous consent in writing of assignment
Owner’s authority, sublet, transfers or assign the contract or any part thereof or

interest therein or benefit or advantage thereof in any manner whatsoever.

Provided, nevertheless, that any such consent shall not relieve the

contractor from any obligation, duty or responsibility under the contract.

24 Time As Essence 24.1 The time and date of delivery/completion of the goods/services as
stipulated in the contract shall be deemed to be the essence of the
contract.

25 Delays 25.1 If the specified delivery schedule is not adhered to or the progress
Seller’s of manufacture or supply of the items is not satisfactory or is not in
Performance accordance with the progress schedule the Owner has right to :

i) Hire for period of delay from elsewhere goods which in Owner’s


opinion will meet the same purpose as the goods which are
delayed and supplier shall be liable without limitation for the hire
charges; or

ii) Cancel the contract in whole or in part without liability for


cancellation charges. In that event, Owner may procure from
elsewhere goods which Owner’s opinion would meet the same
purpose as the goods for which Contract is cancelled and Supplier
shall be liable without limitations for the difference between the
cost of such substitution and the price set forth in the contract for
the goods involved; or

iii) Hire the substitute goods vide (1) above and if the ordered goods
continue to remain undelivered thereafter, cancel the order in part
or in full vide (ii) above.

53 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

iv) Any inexcusable delay by the Supplier or his subcontractor shall


render the Supplier liable, without prejudice to any other terms
of the Contract, to any or all of the following sanctions: forfeiture
of Contract performance guarantee, imposition of price reduction
for delay in delivery and termination of the contract for default.

26 Price Reduction 26.1 In case, vendor fail to complete the work/supply within the
stipulated period, then unless such failure is due to force majeure
as defined in the bid document, total contract price shall be
reduced @ 0.5% of the total price of undelivered quantities of the
lot quantity of material covered in that lot for which delivery is
delayed, per week or part thereof of delay subject to a maximum
of 5%( five percent) of the total contract value. All the lots shall be
considered separately for applying PRS in case of delay as
described above.

The decision of the Engineer-In-Charge in regard to applicability


of PRS shall be final and binding on the Vendor. In case of delay
on the part of the Vendor the invoice shall be submitted after
applicable price reduction.

27 Rejections, 27.1 Preliminary inspections at Supplier’s works by Inspector shall not

Removal prejudice purchase’s claim for rejection of the equipment on final


Rejected inspection at site or claims under warranty provisions.

Equipment &

Replacement

27.2 If the equipments are not of specification or fail to perform


specified duties or are otherwise not satisfactory the owner shall
be entitled to reject the equipment/material or part thereof and
ask free replacement within reasonable time failing which obtain
his requirements from elsewhere at Supplier’s cost and risk.

27.3 Nothing in this clause shall be deemed to deprive the Owner


and/or affect any rights under the contract which it may
otherwise have in respect of such defects or deficiencies or in any
way relieve the supplier of his obligations under the Contract.

54 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

27.4 Equipment rejected by the Owner shall be removed by the


supplier at his cost within 14 days of notice after repaying the
amounts received against the supply. The owner shall in no way
be responsible for any deterioration or damage to the Equipment
under any circumstances whatsoever.
27.5 In case of rejection of Equipment, Owner shall have the right to
recover the amounts, if any, from any of contractor’s invoices
pending with Owner or by alternative method(s)

28 Termination of 28.1 Terminations for Default

Contract

28.1.1 The Owner may, without prejudice to any other remedy for
breach of contract, by written notice of default sent to the
supplier, terminate the Contract in whole or in part
A) If the Supplier fails to deliver any or all of the goods within the
time
B) If the Supplier fails to perform any other obligation(s) under the
Contract, and
C) If the Supplier, in either of the above circumstances, does not cure
his failure within a period of 30 days (or such longer period as
the Owner may authorize in writing) after receipt of the default
notice from the Owner.
28.1.2 In the event the Owner terminates the Contract in whole or in
part, pursuant to Article 28.1.1, the Owner may procure, upon
such terms and in such undelivered and the Supplier shall be
liable to the Owner for any excess costs for such similar
performance of the Contract to the extent not terminated.

28.1.3 In case of termination of contract herein set forth (under clause


28) except under conditions of Force Majeure and termination
after expiry of contract, the SUPPLIER shall be put under holiday
i.e. neither any enquiry will be issued to the party by CUGL
Against any type of tender nor their offer will be considered by
CUGL against any ongoing tender(s) where contract between
CUGL and that particular SUPPLIER (as a bidder) has not been
finalized) for three years from the date of termination by CUGL
to such SUPPLIER.

28.2 Termination for Insolvency

55 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

28.2.1 The Owner may, by written notice sent to the Supplier, terminate
the Contract, in whole or part, at any time for his convenience.
The notice of termination shall specify that termination is for the
Owner’s convenience, the extent to which performance of work
under the Contract is terminated and the date upon which such
termination becomes effective.
28.3 Termination for Convenience

28.3.1 The Owner may, by written notice sent to the Supplier, terminate
the Contract, in whole or part, at any time for his convenience.
The notice of termination shall specify that termination is for the
Owner’s convenience, the extent to which performance of work
under the Contract is terminated and the date upon which such
termination becomes effective.
28.3.2 The Goods that are complete and ready for shipment within 30
days after the Supplier’s receipt of notice of termination shall be
purchased by the Owner at the Contract terms and prices. For the
remaining Goods, the Owner may opt:
a) to have any portion completed and delivered at the Contract
terms and prices, and/ or
b) to cancel the remainder and pay to the Supplier an agreed
amount for partially completed Goods and for materials and
parts previously procured by the Supplier.
29 Force Majeure29.1 Shall mean and be limited to the following:

a) War/hostilities

b) Riot or Civil commotion

c) Earthquake, flood, tempest, lightening or other natural physical


disaster.

d) Restrictions imposed by the Government or other statutory


bodies, which prevents or delays the execution of the Contract by
the Seller

The Supplier shall advise Owner by a registered letter duly certified


by the local Chamber of Commerce or statutory authorities, the
beginning and end of the above causes of delay within seven (7) days
of the occurrence and cessation of such Force Majeure Conditions. In
the event of delay lasting over one month, if arising out of causes of
Force Majeure, Owner reserves the right to cancel the Contract and

56 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

the provisions governing termination stated under Article 28.0 shall


apply.

For delays arising out of Force Majeure, the Supplier shall not claim
extension in completion date for a period exceeding the period of
delay attributable to the causes of Force Majeure and neither Owner
nor Supplier shall be liable to pay extra costs provided it is mutually
established that Force Majeure Conditions did actually exist,.

Supplier shall categorically specify the extent of Force Majeure


Conditions prevalent in their works at the time of submitting their
bid and whether the same have been taken into consideration or not
in their quotations. In the event of any force Majeure cause, the
Supplier or the Owner shall not be liable for delays in performing
their obligations under this order and the delivery date will be
extended to the Supplier without being subject to price reduction for
delayed deliveries, as stated elsewhere.

30 Resolution of 30.1 The Owner and the Supplier shall make every effort to resolve

Dispute / amicably by direct informal negotiations any disagreement or

Arbitration dispute arising between them under or in connection with the


contract.

30.2 If, after thirty days from the commencement of such informal
negotiations, the Owner and the Supplier have been unable to
resolve amicably a Contract dispute either party may require that
the dispute be referred for resolution to the formal mechanism as
specified hereunder.
30.3 Legal Construction
The contract shall be, in all respects be construed and operated as
an Indian Contract and in accordance with Indian Laws as in force
for the time being and is subject to and referred to the Court of
Law situated within Union Territory of New Delhi.

30.4 Arbitration

All disputes, controversies, or claims between the parties (except


in matters where the decision of the Engineer-in-charge is deemed
to be final and binding), which cannot be mutually resolved
57 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

within a reasonable time, shall be referred to Arbitration by a sole


arbitrator

The OWNER (CUGL) shall suggest a panel of three independent


and distinguished persons to the Supplier to select any one
among them to act as the sole Arbitrator, In case event of failure
of the Supplier to select the Sole Arbitrator within 30 days from
the receipt of the communication suggesting the panel of
arbitrator, the right of selection of Sole Arbitrator by the other
party shall stand forfeited and the Owner shall have discretion to
proceed with the appointment of the Sole Arbitrator. The decision
of the Owner on the appointment of Sole Arbitrator shall be final
and binding on the parties.

The award of the Sole Arbitrator shall be final and binding on the
parties and unless directed/awarded otherwise by the sole
Arbitrator, the cost of arbitration proceedings shall be shared
equally by the parties. The arbitration proceeding shall be in
English language and the venue shall be at Kanpur, Uttar
Pradesh, India.

Subject to the above, the provisions of (Indian) Arbitration &


Conciliation Act, 1996 and the rules framed hereunder shall be
applicable. All matters relating to this contract are subject to the
exclusive jurisdiction of the Courts situated in the State of Delhi
(India)

Supplier may please note that the Arbitration & Conciliation Act
1996 was enacted by the Indian Parliament and is based on United
Nations Commission on International Trade Law (UNCITRAL
model law). Which were prepared after extensive consultation
with Arbitral Institutions and centers of International
Commercial Arbitration The United Nations General Assembly
vide resolution 31/98 adopted the UNCITRAL Arbitration rules
on 15 December 1996.

The WORKs under the CONTRACT shall, however, continue


during the Arbitration proceedings and no payment due or
payable to the Supplier shall be withheld on account of such
proceedings.

58 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

31 Governing Language31.1 The Contract shall be written in English language as specified by


the Owner in the instruction to Bidders. All literature,
correspondence and other documents pertaining to the Contract
which are exchanged by the parties shall be written in English
language. Printed literature in other language shall only be

Considered, if it is accompanied by an English translation. For the


purposes of interpretation English translation shall govern and be
binding on all parties.

32 Notices 32.1 Any notice given by one party to the other pursuant to the
Contract shall be sent in writing or by telegram or fax, telex/cable
confirmed in writing.

32.2 A notice shall be effective when delivered or on the notice’s


effective date, whichever is later.

33 Taxes & Duties 33.1 A foreign supplier shall be entirely responsible for all taxes stamp
duties, license fees, and other such levies imposed outside the
Owner’s country.

33.2 A domestic Supplier shall be entirely responsible for all taxes,


duties, license fees etc. incurred until the delivery of the
contracted goods to the owner. However, Sales Tax and Excise
Duty on finished products shall be reimbursed by Owner.

33.3 Customs duty payable in India for imported goods ordered by


Owner on foreign supplier shall be borne and paid by Owner

33.4 Any income tax payable in respect of supervisory services


rendered by foreign supplier under the Contract shall be as per
the Indian Income Tax Act and shall be borne by Supplier. It is up
to the bidder/supplier to ascertain the amount of these taxes and
to include them in his bid price.

34 Books & records 34.1 Supplier shall maintain adequate books and records in connection
with contract and shall make them available for inspection and
audit by Owner or their authorized agents or representatives
during the terms of Contract until expiry of the performance
guarantee. Fixed price (lump sum or unit price) Contract will not
be subject to audit as to cost except for cost reimbursable items,

59 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

such as escalation and termination claims, transportation and


comparable requirements.

35 Permits & Certificate 35.1 Supplier shall procure, at his expense, all necessary permits,
certificates and duties, license fees, and other such levies imposed
outside the licenses required by virtue of all applicable laws,
regulations, ordinances and other rules in effect at the place
where any of the work is to be performed, and supplier further
agrees to hold Owner and / or harmless from liability or penalty
which might be imposed by reason of any asserted or established
violation of such laws, regulations, ordinances or other rules.
Owner will provide necessary permits for Supplier personnel to
undertake any work in India in connection with Contract.

36.General In the event that and conditions stipulated in the General


Condition of Contract should deviate from terms and conditions
stipulated in the Contract, the latter shall prevail.

36.1 Losses due to non-compliance of Instructions

Losses or damages occurring to the Owner owing to the


Supplier’s

Failure to adhere to any of the instructions given by the Owner


in connection with the contract execution shall be recoverable
from the Supplier.

36.2 Recovery of sums due

All costs, damages of expenses which the Owner may have paid,
for which under the Contract Supplier is liable, may be recovered
by the Owner (he is hereby irrevocably authorized to do so) from
any money due to or becoming due to the Supplier under this
contract or other Contracts and/or may be recovered by action at
law or otherwise. If the same due to the Supplier be not sufficient
to recover the recoverable amount, the Supplier shall pay to the
Owner, on demand, the balance amount.

36.3 Payments, etc. not to affect rights of the Owner No sum paid on
account by the Owner nor any extension of the date for
completion granted by the Owner shall affect or prejudice the
60 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

rights of the Owner against the Supplier or relieve the Supplier of


his obligation for the due fulfillment of the Contract.
36.4 Cut-off Dates
No claims or correspondence on this Contract shall be entertained
by there Owner after 90 days after expiry of the performance
guarantee (from the date of final extension) if any.

36.5 Paragraph heading

The Paragraph heading in these conditions shall not affect the


construction thereof.

37 Import License 37.1 No import license is required for the imports covered
under this document.

38 Fall Clause 38.1 The price charged for the materials supplied under the
order by the supplier shall in no event exceed the lowest price at
which the supplier or his agent/principal/dealer, as the case
may be, sells the materials of identical description to any
persons/organizations including the Owner of any department
of the Central Govt. or any Department of a State Govt. or
any Statutory Undertaking of the Central of State Govt. as the
case may be, during the currency of the order.

38.2 If at any time during the said period, the supplier or his
agent/principal/dealer, as the case may be, reduces the sale price,
sells or offers to sell such materials to any persons/organizations
including the Owner or any Department. Of Central Govt. or State
Govt. as the case may be , at price lower than the price chargeable
under the order, he shall forthwith notify such reduction or sale
or offer of sale to the Purchase Authority who has issued this
order and the price payable under the order for the materials
supplied after the date of coming into force of such reduction or
sale or offer of sale shall stand correspondingly reduced.

The above stipulation will, however, not apply to :

a) Exports by the Contractor/Supplier or


b) Sale of goods as original equipment a prices lower
than thee prices charged for normal replacement
c) Sale of goods such as drugs, which have expiry dates.

61 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

38.3 The supplier shall furnish the following certificate to the


concerned Paying Authority along with each bill for payment for
supplies made against this order:-

I/We certify that there has been no reduction in sale price of the
items/goods/materials of descript8on identical to those supplied
to the CUGL under the order herein and such
items/goods/materials have not been offered/sold by me/us to
any person/organizations including the Purchaser or any
Department. Of Central Govt. or any Department. Of State govt.
or any Statutory Undertaking of the Central or State Govt. as the
case may be up to the date of bill/during t he currency of the
order whichever is later, at a price lower than the price charged
to the CUGL under the order.”

Such a certificate shall be obtained, except for quantity of


items/goods/materials categories under sub-clause (a), (b) & (c)
of sub-Para 38.2 above, of which details shall be furnished by the
supplier.

39 Publicity 39.1 Supplier shall not without the written permission of Owner or any
Company affiliated with Owner or to the destination or the
description of goods or services supplied under the contract in any
publication, publicity or advertising media.

40 Repeat Order 40.1 Prices and discounts, if any and other terms & conditions shall
also remain valid up to six months from the placement of notification
of award (Fax of Intent) for the purpose of placement of repeat order up
to 50% ordered quantity

41 Limitation of Liability 41.1 [notwithstanding anything contrary contained herein] the


aggregate total liability of Supplier under the Agreement or otherwise
shall be limited to 100% of Agreement / Order price. However, neither
party shall be liable to the other party for any indirect and consequential
damages, loss of profits or loss of production
62 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE--A

A) PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/


SUPPLIERS/ CONTRACTORS/ CONSULTANTS

1.0 GENERAL

A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their


performance is a key process and important to support an effective purchasing &
contracting function of an organization.

Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to


be closely monitored to ensure timely receipt of supplies from a Vendor, completion of
an assignment by a Consultant or complete execution of order by a contractor within
scheduled completion period. For timely execution of projects and meeting the
operation & maintenance requirement of operating plants, it is necessary to monitor the

63 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

execution of order or contracts right from the award stage to completion stage and take
corrective measures in time.

2.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop reliable


Vendors/ Suppliers/Contractors/ Consultants so that they consistently meet or exceed
expectations and requirements.

The purpose of this procedure is to put in place a system to monitor performance of


Vendors/ Suppliers/Contractors/ Consultants associated with CUGL so as to ensure
timely completion of various projects, timely receipt of supplies including completion
of works & services for operation and maintenance of operating plants and quality
standards in all respects.

3.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet

Performance rating data Sheet for each and every Vendor/


Supplier/Contractor/ Consultant for all orders/Contracts with a value of Rs. 40
Lakhs (excluding GST) and above is recommended to be drawn up. These data
sheets are to be separately prepared for orders/ contracts related to Projects and
O&M. Format, Parameters, Process, responsibility for preparation of
Performance Rating Data Sheet are separately mentioned.

ii) Measurement of Performance

Based on the parameters defined in Data Sheet, Performance of concerned


Vendor/ Supplier/Contractor/ Consultant would be computed and graded
accordingly. The measurement of the performance of the Party would be its
ability to achieve the minimum scoring of 60% points in the given parameters.

iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be


initiated by taking up the matter with concerned Vendor/ Supplier/Contractor/

64 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Consultant. Response of Vendor/ Supplier/Contractor/ Consultant would be


considered before deciding further course of action.

iv) Implementation of Corrective Measures:

Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned


Engineer-in-Charge for the Projects and/or OIC in case of O&M would
recommend for continuation or discontinuation of such party from the business
of CUGL.

v) Orders/contracts placed on Proprietary/OEM basis will be evaluated and, if


required, corrective action will be taken for improvement in future.

EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of


Vendors/ Suppliers/Contractors/ Consultants:

i) Orders/Contracts below the value of Rs. 40 Lakh (excluding GST).


ii) Orders for Misc./Administrative items/ Non stock Non valuated
items.

However, concerned Engineer-in-Charge /OICs will continue to monitor these cases so


as to minimize the impact on Projects/O&M plants due to non performance of
Vendors/ Suppliers/Contractors/ Consultants.

5.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

5.1 FOR PROJECTS/O&M and other Functions/departments.

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in


case of PROJECTS shall be done immediately with completion of
contract/period/commissioning of any Project. In Case of O&M and other
departments, the same shall be done immediately after execution of order

65 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

/contract. Such evaluation can be also be done mid-term or on need basis in case
of financial/commercial activities of company is affected.

ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-charge


shall prepare a Performance Rating Data Sheet (Format at Annexure-1) for all
Orders and Contracts.

iii) Depending upon the Performance Rating, following action shall be initiated by
Engineer-in-charge/Project-in-charge:
Sl.No. Performance Action
Rating
1 POOR Seek explanation for Poor
performance
2 FAIR Seek explanation for Fair
performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be


examined. In case of satisfactory reply, Performance Rating data Sheet to be
closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following


actions need to be taken:

A) Where Performance rating is “POOR”:

Recommend such defaulting Vendor/ Supplier/Contractor/ Consultant


for putting on Holiday for a period from one to three years as given below:

(i) Poor Performance due to reasons other than Quality : Six Months

(ii) Poor Performance on account of Quality (if any mark obtained


against Quality parameter is less than 30): One Years
(iii) Poor Performance leading to termination of contract or Offloading
of contract due to poor performance solely attributable to Vendor/
Supplier/Contractor/ Consultant or Repeated Offence: Two Years
(B) Where Performance rating is “FAIR”:

66 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Issuance of warning to such defaulting Vendor/ Supplier/Contractor/


Consultant to improve their performance.

vi) On receipt of recommendations of Engineer-In-Charge/Project –Manager,


DC/MD will constitute a committee of Project, C&P and Finance to examine the
recommendations forwarded by the Engineer-In-Charge.

(vii) In case committee recommends putting party on holiday, the Project


Manager/EIC will put up the recommendation of committee to the DC/MD
through C&P department along with a draft show cause notice providing a final
opportunity to defend his case. The draft show cause notice should be vetted by
Legal Department.

The show cause notice should contain all the allegations towards the breach
committed by party including mentioning the provisions of the tender so
breached and seeking explanation as to why the action should not be taken
against the party as per provisions of tender. All the supporting documents also
need to be provided to the party along with show cause notice.

If the party desires for personnel hearing to the committee prior to submission of
reply to show cause notice, the same can also be given. However, this para shall
not be made a part of Show cause notice.

viii) After obtaining approval from DC/MD, C&P department will issue the show
cause notice to the concerned party giving an opportunity to respond within 15
days.

On receipt of reply in response to SCN, C&P department will forward the same
to the concern EIC who after taking opinion from legal department will prepare
a proposal for keeping the vendor on Holiday list through committee members
for obtaining the approval from DC/MD. In case the committee recommends for
putting the party on holiday, the draft speaking order to be issued to the party

67 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

with reasons for putting on holiday will also be submitted along with the
recommendation.
In case Law department makes any contrary observation, the file may be referred
back to the committee for deliberations and recommendation.

In case the Competent Authority (DC /MD) does not agree with recommendation of the
committee, it will record the reasons for the same. The decision of competent authority
will be final.

x) After obtaining approval from DC/MD, C&P department will issue a letter in form of
speaking order to the party conveying the decision of putting it on holiday for a specific
period.

xi) A list of all parties put on holiday will be communicated to all concerned department.

xii) However, Holiday restrictions shall not apply on Vendor/Supplier for procurement of
spares from the on proprietary basis.
xiii) It may however be noted that the even during the holiday proceeding is continuing these
Vendor/ Supplier/Contractor/ Consultant where non –performance has lead to the
termination of the contract/order such Vendor/ Supplier/Contractor/ Consultant shall
also not be considered for any new / ongoing tender for same/similar job.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as
described in para5.1 for Projects except the functions of Project Manger will be
performed by concerned In-charge of user Departments such as, Business Development,
HR, Finance, HSE etc. The provision of para 5.1 (xii) will not be applicable for
consultancy jobs.

6.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

6.1 An order for Holiday passed for a certain specified period shall deemed to have been
automatically revoked on the expiry of that specified period and it will not be necessary
to issue a specific formal order of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to


quality, and new order is placed on bidder after restoration of Vendor/

68 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Supplier/Contractor/ Consultant, such order will be properly monitored during


execution stage by the concerned user/department.

7.0 EFFECT OF HOLIDAY

7.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/


Supplier/Contractor/ Consultant shall not be considered in ongoing tenders/future
tenders.

7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any


other order/ contract and their performance is satisfactory in terms of the relevant
contract, should be allowed to continue till its completion without any further increase
in scope except those incidental to original scope mentioned in the contract.

7.3. Effect on other ongoing tendering:

7.3.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the party shall be ignored.

7.3.2 After opening Technical bid but before opening the Price bid, the Price bid of the party
shall not be opened and BG/EMD submitted by the party shall be returned to the party.

7.3.3 After opening of price, BG/EMD made by the party shall be returned, the offer of the
party shall be ignored & will not be further evaluated. If the party emerges as the lowest
(L1), then such tender shall also be cancelled and re-invited.

8.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the
procedure, the holding company, subsidiary, joint venture, sister concerns, group
division of the errant Vendor/ Supplier/Contractor/ Consultant shall not be
considered for putting on holiday list.

Any bidder, put on holiday, will not be allowed to bid through consortium route also
in new tender during the period of holiday.

9.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious complaint against
the tender process with the intention of delaying or defeating any procurement or
causing loss to CUGL or any other bidder, such bidder will be put on holiday for a

69 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

period of six months, if such complaint is proved to be vexatious, frivolous or malicious,


after following the due procedure.

10. ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job
for any mistake committed by him in bidding or withdrawal of bid or modification of
bid or varying any term in regard thereof leading to re-tendering, CUGL shall forfeit
EMD paid by the bidder and such bidders shall be debarred from participation in re-
tendering of the same job(s)/item(s).

Further, such bidder will be put on holiday for a period of six months after following
the due procedure.

11. In case GST department brings to the notice of CUGL that a Party has not paid to the
credit of the Government the GST collected from CUGL, then party will be put on
holiday for a period of six months after following the due procedure.

70 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Annexure 1

CENTRAL U.P. GAS LIMITED


PERFORMANCE RATING DATA SHEET

i) Project/Work Centre :

ii) Order/ Contract No. & date :

iii) Brief description of Items :


Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :
Contractor/ Consultant

vi) Contracted delivery/ :


Completion Schedule

vii) Actual delivery/ :


Completion date

Performance Delivery/ Completion Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated

Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note:
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under:

71 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Sl. Range (Marks) Rating Signature of


No. Authorized Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

72 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases: No Defects/ No Deviation/ No failure:40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
Quantity as compared to total
Quantity for normal cases

ii) When quality Failure of severe nature 0 marks


failure endanger - Moderate nature 5 marks
System integration - Low severe nature 10-25 marks
and safety of the
System

iii) Number of 1. No deviation 5 marks


73 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Deviations 2. No. of deviations < 2 2 marks


3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

74 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, 4 marks


PBG, Drawings and other documents within
time

ii) Mobilization of resources as per Contract 4 marks


and in time

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E 4 marks


requirements

or

Reliability of Estimates/Design/Drawing
etc. in case of Consultancy jobs

v) Timely submission of estimates and other 4 marks


documents for Extra, Substituted &AHR
items

B. FOR SUPPLIES

i) Submission of order acceptance, PBG, 5 marks


Drawings and other documents within time

ii) Attending complaints and requests for after 5 marks


sales service/ warranty repairs and/ or
query/ advice (upto the evaluation period).

iii) Response to various correspondence and 5 marks


conformance to standards like ISO
iv) Submission of all required documents 5 marks
including Test Certificates at the time of
supply

75 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE-B

B) PROCEDURE FOR ACTION IN CASE


CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

This banning procedure contains provision for putting a Vendor/ Supplier/Contractor/


Consultant on banning list if such agency indulged in corrupt/fraudulent /collusive /coercive
practice.

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or
indirectly, anything of value to improperly influence the actions in selection process or
in contract execution.

“Corrupt Practice” also includes any omission for misrepresentation that may mislead
or attempt to mislead so that financial or other benefit may be obtained or an obligation
avoided.

A2 “Fraudulent Practice” means and include any act or omission committed by a agency
or with his connivance or by his agent by misrepresenting/ submitting false documents
and/ or false information or concealment of facts or to deceive in order to influence a
selection process or during execution of contract/ order.

A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme
or arrangement designed to establish bid prices at artificial non-competitive levels and
to deprive the Employer of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm


directly or indirectly, any agency or its property to influence the improperly actions of
an agency, obstruction of any investigation or auditing of a procurement process.

A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”

A.6 “Competent Authority” shall mean the authority, who is competent to take final decision
for Banning of business dealings with Agency/ iesand shall be the “DC/MD”.

B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive


practice

76 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

B.1 Irregularities noticed during the evaluation of the bids:

If it is observed during bidding process/ bids evaluation stage that a bidder has
indulged in corrupt/fraudulent /collusive/coercive practice, the bid of such Bidder (s)
shall be rejected and its Earnest Money Deposit (EMD) shall be forfeited.

Further, such agency shall be banned for future business with CUGL for a period
specified in para B 2.2 below from the date of issue of banning order.

B.2 Irregularities noticed after award of contract

(i) During execution of contract:

If an agency is found to have indulged in corrupt/fraudulent/


collusive/coercive practices, during execution of contract, the agency shall be
banned for future business with CUGL for a period specified in para B 2.2 below
from the date of issue of banning order.

The concerned order (s)/ contract(s) where corrupt/fraudulent/collusive


practices is observed, shall be suspended with immediate effect by Engineer-in-
Charge (EIC)/ Employer whereby the supply/ work/ service and payment etc.
will be suspended. The action shall be initiated for putting the agency on
banning.
After conclusion of process, the order (s)/ contract (s) where it is concluded that
such irregularities have been committed shall be terminated and Contract cum
Performance Bank Guarantee (CPBG) submitted by agency against such order
(s)/ contract (s) shall also be forfeited. The amount that may have become due to
the contractor on account of work already executed by him shall be payable to
the contractor and this amount shall be subject to adjustment against any
amounts due from the contractor under the terms of the contract.

No risk and cost provision will be enforced in such cases.

(ii) After execution of contract and during Defect liability period (DLP)/
Warranty/Guarantee Period:

If an agency is found to have indulged in corrupt/fraudulent/


collusive/coercive practices, after execution of contract and during DLP/
Warranty/Guarantee Period, the agency shall be banned for future business
with CUGL for a period specified in para B 2.2 below from the date of issue of
banning order.

77 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Further, the Contract cum Performance Bank Guarantee (CPBG) submitted by


agency against such order (s)/ contract (s) shall be forfeited.

(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/


collusive/coercive practices, after expiry of Defect liability period (DLP)/
Warranty/Guarantee Period, the agency shall be banned for future business
with CUGL for a period specified in para B 2.2 below from the date of issue of
banning order.

B.2.2 Period of Banning

Banning period shall be reckoned from the date of banning order and shall be 3
(three) years.

In exceptional cases where the act of vendor /contractor is a threat to the National
Security, the banning shall be for indefinite period.

B.2.3 Exceptional Cases:

B.2.3.1 However as an exception, the ongoing order (s)/contract where corrupt/fraudulent


/collusive /coercive practice has been observed, the agency may be allowed to
complete the supply /job in case of following situations:

a) No adverse performance of the job as per scope of work ( performance to be


reviewed on quarterly basis) and :

b) The supply/job is of critical nature in terms of adverse impact on the project


completion schedule and/or prospective revenue generation.

B.2.3.2 The approval for allowing the agency to complete the supply/job is to be obtained
from DC/MD based on the detailed deliberation/recommendation of the
committee consisting of HOD’s of C&P, F&A and Indenting department (routed
through OIC in case of site). Such recommendation shall be put up to DC/MD
through C&P department and Law Department.

Further, all such cases shall also be put to Board of Directors for their information.

78 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

After approval of competed Authority (i.e. DC/MD) to allow the agency to


complete the supply/job, the agency will be allowed to execute the order /contract
and payment shall also be made as per provisions of order/contract.

B.2.3.3 The contract cum performance Bank Guarantee (CPBG) , of such agency against the
order (s)/contract(s) where the agency is allowed to complete the supply/job in
above exceptional case shall not be en-cashed on this ground.

The contract shall be executed as per terms and conditions of the contract. However,
the agency shall be put on Banning List from the date of banning order.

C Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in ongoing
tenders/future tenders.
C.2 However, if such an agency is already executing other order (s)/ contract (s) where no
corrupt/fraudulent/ collusive/coercive practice is found, the agency should be
allowed to continue till its completion without any further increase in scope except those
incidental to original scope mentioned in the contract.
C.3 If an agency is put on the Banning List during tendering and no irregularity is found in
the case under process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the agency shall be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency
shall not be opened and BG/EMD submitted by the agency shall be returned to the
agency.
C.3.3 after opening of price, BG/EMD made by the agency shall be returned; the offer of the
agency shall be ignored & will not be further evaluated. If the agency is put on banning
list for fraud/ mis-appropriation of facts committed in the sametender/other tender
where errant agency emerges as the lowest (L1), then such tender shall also be cancelled
and re-invited.

D Procedure to be followed in case of corrupt/fraudulent/collusive/coercive practice

(i) If Project Manger /EIC /HOD/ Dealing Purchase office or any other authority of
CUGL, receive/ acquire conclusive evidence of any corrupt/fraudulent/
collusive/coercive practice/ activity, the concerned should immediately initiate action
for putting vendor on banning list as per extant procedure.
(ii) In case of a corrupt, fraudulent, collusive and coercive practices, a committee
consisting of Head of C&P, F&A and Project/ Indenting department will examine the
case in detail.

79 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

(iii) In case committee recommends for banning an agency, the committee will put up its
recommendation to the DC/MD through C&P department along with a draft show
cause notice providing a final opportunity to alleged defaulter to defend his case.
Wherever such recommendation is forwarded from the site, the same will be routed
through concerned OIC. The draft show cause notice should be vetted by the Law
department.
The show cause notice should contain all the allegations towards the breach
committed by agency including mentioning the provisions of the tender so breached
sand seeking explanation as to why the action should not be taken against the agency
as per provisions of tender. All the supporting documents also need to be provided to
the agency along with show cause notice.
If the agency desires for personal hearing, the same can also be given.
However, the above provision for personal hearing shall not be made a part of Show
cause notice.
(iv) After obtaining approval from the DC/MD, C&P Department will issue the show
cause notice to the concerned agency giving an opportunity to respond within 15 days.
(v) On receipt of reply in response to show cause notice, C&P Department will forward
the same to concerned department who after taking opinion from legal department
will prepare a proposal for keeping the vendor on banning list through committee
members for obtaining the approval from DC/MD. In case the committee
recommends for putting the party on banning list, the draft speaking order to be issued
to the party with reasons for putting on banning list will also be submitted along with
the recommendation.
In case Law Department makes any contrary observation, the file may be referred back
for further deliberation and recommendation.
In case the Competent Authority (DC /MD) does not agree with recommendation of
the committee, it will record the reasons for the same. The decision of competent
authority will be final.
(vi) After obtaining approval from the DC/MD, C&P department will issue a letter in form
of speaking order to the agency conveying the decision of putting the agency on the
banning list along with reasons.

(vii) A list of all parties put on banning list will be communicated to all concerned
department

Further, if a communication has been received from the Ministry of Petroleum &
Natural Gas to ban the agency from dealing with the company, the agency shall be
automatically put in the banned list.

(viii) After issuance of banning order, action for termination of order (s)/ contract (s) where
it has been concluded that such irregularities have been committed and for forfeiture

80 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

of Performance Bank Guarantee (PBG) against such order(s)/ Contract(s), will be


taken by concerned Project/O&M site as per extant DoP. The amount that may have
become due to the contractor on account of work already executed by him shall be
payable to the contractor and this amount shall be subject to adjustment against any
amounts due from the contract under the terms of the contract.

No risk and cost provision will be enforced in such cases.

(ix) An order for banning passed for a certain specified period shall deemed to have been
automatically revoked on the expiry of that specified period and it will not be
necessary to issue a specific formal order of revocation.
(x) While putting the bidder on banning list as per the procedure, the holding company,
subsidiary, joint venture, sister concerns, group/division of the errant agency shall not
be considered for putting on banning list.

(xi) In case of contract (s) on consortium/ JV, if any of the member of consortium is put
on banning list, in that case other ongoing contract(s)/ order (s) on Consortium/JV
shall continue subject to satisfactory performance Further, contract(s)/ order (s) where
such fraudulent/ corrupt / collusive/ coercive practice have been noticed shall be
terminated and Contract cum performance Bank Guarantee (CPBG) submitted by
agency against such contract(s)/ order (s) shall also forfeited. No risk and cost
provision will be enforced in such cases. However, in exceptional cases as mentioned
at Para B 2.3 herein above, the agency may continue after approval from competent
authority as mentioned therein.

In case of fraudulent / corrupt / collusive/coercive practice by any member or leader


itself, consortium including errant member & leader will be put on banning list and
shall not be allowed to participate in the ongoing/future tenders in either as an
individual bidder or as a member of consortium/ JV.

(xii) In case any PMC detect the fraudulent / corrupt / collusive/coercive practice during
evaluation and execution of any contract and recommendations made to CUGL, the
procedure mentioned herein above is to be followed after obtaining the documents
from PMC for putting the agency on banning list.

(xiii) The banning shall be with prospective effect i.e. future business dealings.

Tenders invited for procurement of goods, works, services and consultancy services shall have
provision that the bidder shall submit a undertaking to the effect that (i) neither the bidder
themselves nor their allied agency/(ies) are on banning list of CUGL or the Ministry of

81 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Petroleum and Natural Gas and (ii) bidder is not banned by any Government department/
Public Sector

82 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

MATERIAL REQUISITION

Item
DESCRIPTION UNIT QTY Remark
No.
1 Design, Procurement, Manufacture, Inspection, Nos. 7
Testing, Supply and Transportation of 1200 SCMH
capacity Gas Engine Driven Reciprocating CNG
compressor package as defined in the Tender
document.
2 Special tools & tackles for above 1200 SCMH Nos. 7
capacity Gas Engine driven CNG compressor
package
3 Installation, Erection & Commissioning of Nos. 7
Compressor packages including Performance
Acceptance Test
4 Operation charges for 1st year i.e. during Warranty Machine 84
period (7 compressor x 12 months) Months
5 Operation charges for 2nd year i.e. after Warranty Machine 84
period (7 compressor x 12 months) Months
6 Operation charges for 3rd year i.e. after completion Machine 84
of 2nd year (7 compressor x 12 months) Months
7 Operation charges for 4th year i.e. after Warranty Machine 84
period (7 compressor x 12 months) Months
8 Operation charges for 5th year i.e. after completion Machine 84
of 2nd year (7 compressor x 12 months) Months
9 Comprehensive Maintenance charges for 1st year i.e. Machine 84
during Warranty period (7 compressor x 12 months) Months
10 Comprehensive Maintenance charges for 2nd year Machine 84
i.e. after Warranty period (7 compressor x 12 Months
months)
11 Comprehensive Maintenance charges for 3rd year Machine 84
i.e. after completion of 2nd year (7 compressor x 12 Months
months)
12 Comprehensive Maintenance charges for 4th year Machine 84
i.e. after Warranty period (7 compressor x 12 Months
months)
13 Comprehensive Maintenance charges for 5th year Machine 84
i.e. after completion of 2nd year (7 compressor x 12 Months
months)

83 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR PACKAGE

BID DOCUMENT NO. REPL/CUGL/OLC/001/18

SECTION – IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

84 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SPECIAL CONDITIONS OF CONTRACT (SCC)

CONTENT

1.0 GENERAL
2.0 SCOPE OF WORK
3.0 TERMS OF PAYMENT
4.0 INLAND TRANSIT INSURANCE FOR PROCUREMENT OF GOODS
5.0 INDEMNITY BOND
6.0 CUSTOM DUTY & EQUIPMENT CLEARANCE
7.0 PROJECT SCHEDULING & MONITORING
8.0. RULES, REGULATIONS AND PROCEDURES
9.0 FIELD INSPECTION
10.0 ERECTION AND INSTALLATION
11.0 SITE CLEANING
12.0 DOCUMENTATION
13.0 ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING
SERVICES.
14.0. QUALITY ASSURANCE / QUALITY CONTROL PROGRAMME
15.0 DEDUCTION FROM CONTRACT PRICE
16.0 CONSTRUCTION AIDS, EQUIPMENT, TOOLS & TACKLES
17.0 MAKE OF MATERIAL/BOUGHT OUT ITEMS
18.0 INSPECTION OF SUPPLY ITEMS
19.0 DELIVERY BASIS
20.0 COMPLETION SCHEDULE
21.0 EVALUATION BASIS

85 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1. 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. Letter of Award/ Purchase Order


ii. Letter of Acceptance/ FOI alongwith Statement of Agreed Variations.
iii. Schedule of Rates as enclosures to Letter of Award/ Purchase Order
iv. Special Conditions of Contract
v. Drawings
vi. Technical/ Material Specifications
vii. Instruction to Bidder
viii. 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.
ix. Applicable standards as specified.
x. Applicable standards not specified.

1.1. 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, encumbrances,
octroi, etc. as applicable and payable by the bidders under the Contract in India, all insurance
handling of goods at all stages, storage, associated works including materials, tools/ tackles
etc., grouting, till the time of handing over, installation, testing, pre commissioning,
performance test, Site Acceptance Test, Trial Run, system commissioning 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.

86 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.2. Owner shall issue concessional forms towards Central sales tax. 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-6 of this tender document.
1.3. 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. Non-compliance to the
provisions of this Article as aforesaid shall lead to rejection of offer.

1.4. At the designated site the Owner shall make available to the Bidder requisite open land for the
purpose of storage, office and other related uses during the site work. Fencing of the
demarcated area if necessary shall be done by the Bidder at their cost. All arrangements and
temporary construction if any, within allocated area for adequate storage and safe custody of
all goods received against the order and for all other allied activities of the Bidder shall be done
entirely by the bidder at their own cost. The total contract price shall be considered to be
inclusive of all costs towards the above requirement. Bidder shall have no claim or lien on the
land and shall clear the land of all structures prior to leaving the sites.

1.5. 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.

1.6. All Bidders are requested to indicate positively the division of work
i. To be directly undertaken by the Bidder
ii. Envisaged to be undertaken by Bidder‟s Sub-contractor under Bidder‟s Overall
responsibility.
iii. A copy of MOU (Memorandum of Understanding) shall be furnished along with the
offer.

1.7. 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 lump sum price and no extra charges are payable by the Owner.

87 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.8. 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.
Bidder may note that if any tax is deductible at source as Permanently Indian Income Tax Law,
the same will be so be 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. CONTRACT AGREEMENT

1.9.1. Contract Documents for agreement shall be prepared, after award of works to the
successful bidder 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 bidder's acceptance there of shall constitute a binding contract between the
successful bidder and the OWNER based on terms contained in the aforesaid documents
and the finally submitted and accepted prices.

1.9.2. 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 along with 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 bidder and all correspondences and MOM's held between the
OWNER and the bidder 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.

1.10. 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:

88 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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.

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 Bid‟s
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
itemise 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

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.
89 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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.

1.16. REGISTRATION UNDER SALES TAX ACT (Wherever applicable)

Attested copy of certificate for registration under State Government Sales Tax Act in the
Performa 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, bidder may not be awarded the work tendered for, in the light of State Govt.
directive / instruction.

1.17. 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 license from concerned authorities under
the Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same to
Owner.

1.19. STATUTORY APPROVALS

1.19.1. Contractor shall be responsible for obtaining approval from statutory authorities like
Municipal Corporation Development Authorities, Electricity Department and any other
concerned authority as required for the completion of the work.

1.19.2. The application on behalf of the Owner along with required certificates / documents,
complete in all respects, shall be submitted by the Contractor to the Engineer-in-charge,

90 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

for onward transmission to statutory authority, well ahead of time, so that commissioning
is not delayed for want of inspection by the authority. The necessary coordination, liaison
and arrangements for statutory inspection and approval shall be the contractor‟s
responsibility. However, any fee paid to the concerned authority in this regard shall be
reimbursed by the Owner on production of documentary evidence.

1.19.3. Inspection and acceptance of the work by statutory authorities shall not relieve the
contractor from any of his responsibilities under this contract.

1.19.4. Any changes/additions required to be made to meet the requirements of statutory


authorities, shall be carried out by the contractor, within the contract price, and to no
additional cost to Owner.

2. 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.

3. TERMS OF PAYMENT

3.1 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.

3.1.1 For Indian Bidders

a) 85% of supply value including string test as applicable will be paid progressively by Owner
within 30 days against receipt of the following documents:-

i) Invoice in triplicate (Invoice shall be compliance as per GST rules and regulations. as
applicable. Invoice also to indicate all taxes and duties separately.)
ii) Inspection Release note issued by inspection agency appointed by Owner.
iii) GR/LR
iv) Packing List
v) In case of delay in supply, the invoice value shall be reduced to take care of stipulation
of PRS clause of the contract.

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

91 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

vii) Final technical file as per Technical Specifications/ Material Requisition including all
test certificates , if applicable

viii) Indemnity bond for the total price of delivered items (which will be valid till
equipment is taken over by Owner at site).

ix) Performance Bank Guarantee(s) of 10% of Contract Value. (If already submitted, a copy
of the same).

b) 5% payment: On completion of erection testing and commissioning. 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 of supply;
i.e. 15 months from the date of FOT site (actual).

c) 10% payment: On completion of PG test, 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 10.2.2 and 10.3 shall apply.

3.1.2 For Foreign Bidders

A) 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 Clean Bill of Lading.

i) Packing List
ii) ii) Country of origin certificate.

iii) 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.
92 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• Acceptance certificate
• Clearance from ESIC, PF and labour authority
• Work completion certificate
• Payment reconciliation statement
• Sales tax assessment certificate
• No claim certificate

3.1.3 In case the PG Testing and Field Performance Test could not be executed within 150 days
from the date of supply due to reason 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 2 year after completion of 150 days of supply; i.e. 29 months
from the date of FOT site (actual).

3.2 Erection, Testing, commissioning & field performance etc.

100 % Payment will be paid on erection, installation, testing of individual items and
successful trial-run of the system, completion of all works and on final acceptance.

3.3 Annual Maintenance Service charges

Monthly payment on pro-rata basis as certified by Engineer-in-charge shall be made


against the invoices raised along with the following documents

ESIC, EPF Challan

Summary of payment sheet, Salary sheet will be approved by the bank.

Monthly maintenance records, Breakdown records,

Penalty during operation and maintenance shall be applicable as per clause mention in
the Technical Specification of the tender.

3.4 For Training of Owner’s Personnel

No payment shall be paid for this item.

3.5 Payment of Indian Agent’s Commission, if any

The agent’s commission, if any, shall be paid directly by owner in non-convertible Indian
Rupees. The payment will be made to Indian Agent within 30 days from the date of the
satisfactory completion of all obligations of the contractor towards scope of work upto
supply of foreign component, under the contract and submission of stamped pre-
receipted bill for the commission amount by the agent.

3.6 Third Party Inspection


93 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

The pre dispatch inspection shall be arranged by CUGL. All other internal inspection
required during the manufacturing/packaging shall be borne by the bidder.

3.7 General Notes

i) Invoice shall be raised on the basis of not less than one fortnight interval.

ii) Invoice(s) in respect of items for which payment is to be made to Indian Associate of
Foreign Bidder shall be raised by Foreign Bidder. In case it is raised by Indian Associate, same
shall be duly certified and endorsed by Principal Bidder.

iii) All efforts shall be made to release the payment within 30 days after receipt of relevant
documents complete in all respects.

iv) All bank charges incurred in connection with payments shall be to vendor’s accounts.

v) The contractor shall be responsible, on completion of contract, or wherever required, to


undertake customs reconciliation work with Indian customs authorities and finalise the
customs assessment by furnishing the necessary technical information etc. to the said
authorities.

vi) Unless otherwise specifically stated in bid document, all payments shall be made in the
currency quoted.

vii) No interest charges for delay in payments, if any, shall be payable by Owner.

viii) In case of Indian bidder (Contractor), statutory variation, if any, on account of customs
duty on their built-in import content, as per terms of bid document, shall be claimed separately
by Contractor after receipt of goods at site(s). However, any price benefits to the Owner, on
account of such variation as per terms specified in the bid document, shall be passed on to the
Owner along with invoicing itself. Copy of necessary documentary evidence in support of
statutory variation shall be submitted along with claim/ invoicing.

4. INLAND TRANSIT INSURANCE FOR PROCUREMENT OF GOODS

Contractor will be required to submit documentary proof for the transit insurance before
dispatch.

5. 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 given in tender
document.

6. CUSTOM DUTY & EQUIPMENT CLEARANCE


94 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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 Owner‟s
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. 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 ALONGWITH BID

a) 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, along with
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

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 AFTER THE AWARD OF CONTRACT

a) Over all 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.

95 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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. RULES, REGULATIONS AND PROCEDURES

8.1 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.

8.2 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.

9. FIELD INSPECTION

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. ERECTION AND INSTALLATION

The CONTRACTOR shall carry out required supervision and inspection asper
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 will have free access to the WORK at all
times. If 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
96 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SPECIFICATIONS and approved DRAWINGS in the fullest degree consistent with best
industry practice.

11. SITE CLEANING

11.1 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.

11.2 Working site should be always kept cleaned upto the entire satisfactions of the Engineer-
in-charge.

11.3 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. DOCUMENTATION

12.1 "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) One complete set of all original tracings.


b) One complete set of full size reproducibles.
c) One complete set of reduced size (279 mm x 432 mm) reproducible copies of all
drawings.
d) One complete set of microfilm of all original drawings.
e) Three complete sets of reduced size (279 mm x 432 mm) prints.
f) Three complete bound sets of CONTRACTOR's specifications including design
calculations.
g) Three 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.

97 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

h) Two bound copies each of the Spare Parts Data Books and the Lubricants Inventory
Schedule.

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) Test results and reports, Test certificates.


b) Pre-commissioning/commissioning check list.
c) Performance certificate
d) Completion Certificate issued by Owner’s Site Engineer.
e) No claim certificate by the Contractor.
f) O&M Manual
g) QA/QC documents,
h) CCOE certificates.

13. ORDER OF WORKS/PERMISSIONS/RIGHT OF ENTRY/CARE OF EXISTING


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. QUALITY ASSURANCE / QUALITY CONTROL PROGRAMME

14.1 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
programme to be followed for the execution of contract under various divisions of work
will be mutually discussed and agreed to.

14.2 The Contractor shall establish document and maintain an effective quality assurance
system as outlines in recognised codes.

14.3 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.
98 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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 manufacturer's works and dispatch of materials.

14.4 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.

15. DEDUCTION FROM CONTRACT PRICE

15.1 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. CONSTRUCTION AIDS, EQUIPMENT, TOOLS & TACKLES

CONTRACTOR shall be solely responsible for making available for executing the work,
all requisite Construction Equipments, Special Aids, Cranes, 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. MAKE OF MATERIAL/BOUGHT OUT ITEMS

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/ supplier‟s name.

18. INSPECTION OF SUPPLY ITEMS

99 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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. DELIVERY BASIS

Delivery basis is to be on FOT site basis.

20. COMPLETION SCHEDULE

Delivery basis to be on FOT site basis.

Item Description Completion Period


i) Design, Engineering, Testing, Supply (FOT Site basis) 20 Weeks from date of
Including packaging forwarding, transportation, Letter of Intent/
Custom clearance etc. 1200 SCMH Gas Engine Driven Intimation from
compressor CUGL

ii) Erection and Installation 7 Days from the date of


intimation by CUGL

20.1 Price reduction schedule:

20.1.1 Supply: In case, vendor fail to complete the work/supply within the stipulated period,
then unless such failure is due to force majeure as defined in the bid document, total
contract price shall be reduced @ 0.5% of the total price of undelivered quantities of the
lot quantity of material covered in that lot for which delivery is delayed, per week or part
thereof of delay subject to a maximum of 5%( five percent) of the total contract value. All
the lots shall be considered separately for applying PRS in case of delay as described
above.

20.1.2 Erection and Installation: @ 0.5% per week of delay or part thereof the value of work as
per SOR. Maximum PRS will be 5% of value of each compressor against Erection and
Installation charges.

20.1.3 The decision of the Engineer-In-Charge in regard to applicability of PRS shall be final and
binding on the Vendor. In case of delay on the part of the Vendor the invoice shall be
submitted after applicable price reduction

100 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

21. EVALUATION BASIS

Evaluation shall be done on overall L-1 basis after considering the Technical & Commercial
loading if any as per tender and order will be placed on the lowest acceptable bidders.
Evaluated Price = Cost of Basic Price of Package + P& Freight + AMC Price for 5 Years +
Mechanical Run Test + String test + Special Tools + Loading on account of Fuel Consumption
+ Loading on account of Gas Loss + Loading against lower discharge capacity + Taxes as
applicable

101 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR PACKAGE

BID DOCUMENT NO. REPL//CUGL/OLC/001/18

SECTION – V
TECHNICAL SPECIFICATION

FOR
GAS ENGINE DRIVEN CNG COMPRESSOR

102 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CONTENTS

SL NO: DESCRIPTION

1. GENERAL
2. UTILITIES & BATTERY LIMITS
3. EQUIPMENT QUALIFICATION CRITERIA
4. BASIC DESIGN
5. CONTROL PHILOSOPHY
6. INSTRUMENTATION.
7. EARTHING / CABLING
8. INSPECTION AND TESTING
9. PERFORMANCE GUARANTEES, LOADING AND PENALTIES
10. PAINTING AND PROTECTION
11. ERECTION, TESTING AND COMMISSIONING AT SITE
12. FIELD TRIAL RUN/ PERFORMANCE ACCEPTANCE TEST
13. SPECIAL TOOLS AND TACKLES
14. DATA AND DRAWING
ANNEXURE – I GUARANTEED PARAMETERS
ANNEXURE – II GAS COMPOSITIONS
ANNEXURE – III APPROVED VENDOR LIST
ANNEXURE - IV VENDOR DATA REQUIRED
ANNEXURE – V TECHNICAL DEVIATION SCHEDULE FOR CNG
COMPRESSOR PACKAGE
ANNEXURE – VI M.R. COMPLIANCE SCHEDULE
ANNEXURE – 5 TECHNICAL DEVIATION SCHEDULE
ANNEXURE – 10 CATALYTIC CONVERTER TECHNICAL SPECIFICATIONS
ANNEXURE – 12 SPECIFICATION FOR DISCHARGE FILTER
ANNEXURE - VII EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN
COMPRESSOR
ANNEXURE – VIII PARAMETER REQUIRED FOR SCADA
ANNEXURE – IX FILTER SPECIFICATIONS
ANNEXURE – X CATALYTIC CONVERTER TECHNICAL SPECIFICATIONS
ANNEXURE – XI QUALITY ASSURANCE PLAN
ANNEXURE – XII SPECIFICATIONS FOR DISCHARGE FILTER
15. DATASHEET - COMPRESSOR

103 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

GENERAL

Central U.P Gas Ltd. (CUGL) is a joint venture company of M/s GAIL (India) Ltd, M/s Bharat
Petroleum Corporation Ltd.. CUGL is responsible for distribution of Natural Gas for
household/commercial sectors including setting up CNG refueling stations for vehicles etc.
Scope

This specification along with applicable codes as referred describe the minimum requirements
for Design, engineering, manufacturing, inspection, testing, packaging, supply, erection &
commissioning including Field Performance Test at site along with one year operation &
maintenance during warranty period and operation and maintenance for Four subsequent
years of "1200 SCMH GAS ENGINE DRIVEN RECIPROCATING CNG COMPRESSOR
PACKAGES" as required for dispensing CNG to vehicles at various locations.. Various parts
of this specification shall be read in conjunction with each other and in case where the different
parts of this specification differ the more stringent requirement shall govern.

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 or
required for safe operation, shall be deemed to be included in the offer and provided by the
bidder, without any additional payment.

Bidder shall be responsible for supply, erection, commissioning, and field trial run. Noise level
test and performance test of all packages at sites. The field trial run of the Gas Engine
Compressor will be for minimum of 4 hours in which satisfactory performance of the package
together with all accessories auxiliaries and controls shall be established for satisfactory
performance for specified operating conditions.

In case any activities like installation and commissioning, commercial production etc.is
delayed due to any reason solemnly attributable to owner (CUGL) then the rate for AMC /
O&M will be applicable for the period in which the activity is falling. It will be the endeavor of
all the parties to get the Performance Acceptance Test (PAT) conducted within a period of 20
days from the start of commercial operation of a particular package. The bidder has to keep the
compressors operational round the clock and all the expenditures including spares and
consumables, oil etc. to make the compressors operational shall have to be borne by the bidder.
The power required to run the compressors will be provided by CUGL/ OMC. The contractor
shall maintain the compressors in sound mechanical condition at all times. The contractor shall
rectify the defects notified by CUGL immediately and should submit all the history log sheets
and spares availability status along with the report in the format mutually agreed between
CUGL and the bidder.

Periodic inspections of Safety Valves. Transmitters. Pressure vessel gauge and any other
equipment as per statutory norms of Factory Act 1948. SMPV and Gas Cylinder Rules shall
have to be carried out by the bidder at his own cost during the period of maintenance by the
bidder. The inspections have to be carried out by competent persons as per advice of Engineer-
in-Charge and certificates have to be submitted to CUGL.

104 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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 or
required for safe operation, shall be deemed to be included in the offer and provided by the
bidder, without any additional payment.

GENERAL
The contractor must follow the OPERATION & MAINTENANCE REQUIREMENT as stated
below but not limited to and ensure to provide trouble free services as defined in the bid
documents.

i. Accommodation/Transportation/Medical
The contractor shall make his own arrangement for the accommodation of his personnel
at respective locations and subsequent transportation arrangement for them from their
place of residence to work place or any other place as required and owner shall have no
obligation in this respect.
ii. Discipline
The contractor shall be responsible for the discipline and good behaviour of all his
personnel deployed in the services contracted out and should any complaint be received
against any of his employee, he shall arrange to replace such persons within 24 hours of
notice issued by the Engineer-in-Charge. The decision of the Engineer –in-Charge in
this matter shall be final and binding on the contractor.
iii. Gatepass / Identity Card
The contract shall arrange to supply / renew identity card to his workforce at his own
cost, if so required by OWNER for security or for any other reasons. Those contractor’s
personnel shall be required to carry their respective identity cards while on duty and
produce on demand.
iv. Right To Get Services Carried Out Through Other Agencies
Nothing contained herein shall restrict OWNER from accepting similar service from
other agencies, at its discretion and at the risk and cost of the contractor, if the contractor
fails to provide the said services any time.
The maintenance services shall be provided in terms of shift pattern or the round the
clock basis as mentioned in the bid document.
v. CUGL will notify the start date for operation and Comprehensive Maintenance services
- After the successful completion of test run & commissioning, system taking over
certificate shall be issued by the owner.
- The contractor shall deploy adequate number of technicians / supervisors /
Engineers / helpers as well as tools, spares, consumables and equipment for smooth

105 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

and proper maintenance of the Compressor supplied in terms of the contract. In


case required to meet operational requirements, the contractor shall augment the
same as per direction of Engineer–in-Charge. Contractor to submit a detailed
organogram with key person details before starting maintenance of the compressor
package.
- The contractor is required to carry out all services as mentioned in the Scope of
Services and Schedule of Rates on all the 365 days including Sunday and all Holiday
& around the clock.
- The contractor shall allow weekly rest and daily working hours to his workmen as
per the relevant Act/Law/and Rule made there under. However, no work shall be
left incomplete/unattended on any holiday/weekly rest. Technician/operators
provided shall have minimum qualification of ITI. Contract in person or his
authorized representative shall provide the services on daily basis to interact with
Engineer-in-charge and deployed workman
- The work force deployed by the contractor for maintenance service of Compressors,
shall be of sound relevant technical professional expertise which is otherwise also
essential from the safety point of view of the personnel of the contractor as well as
for the installation.
- Contractor 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 Engineer-in-
Charge, which will be final.
- Regarding work completion, the decision of the Engineer-in-Charge will be final
and binding.
- The contractor shall make his own arrangements to provide all facilities like
boarding and transport etc. to his workmen.
- All personnel of the contractor entering on work premises shall be properly and
neatly dressed and shall wear uniform, badges while working on premises of the
Owner including work sites.
- Contractor shall maintain proper record of his working employee’s attendance and
payment made to them.
- The contractor’s representative/supervisor shall report daily to the Shift-in-Charge
for day to day working.
- All the safety rules and regulations prevailing and applicable from time to time at
the installations as directed by OWNER will be strictly adhered to by the contractor.
- It will be the responsibility of the contractor to pay as per the minimum wages of
the appropriate government applicable under the Minimum Wage Act 1948.
- The services shall be provided in terms of shift pattern on the round the clock basis.
The contractor is responsible to provide effective and efficient services in all shifts
and assure that there is no disruption in the services for want of any resources.

106 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

- The contractor shall establish a central control room to operate 24 hours, seven days
a week where complaint regarding non-performance of the Compressors in terms
of the contract can be lodged. Further, the contractor shall deploy adequate number
of technicians/ supervisors / engineers at various site offices in consultation with
Engineer-in-Charge to provide trouble free maintenance of the Compressors.
- All arrangements for communication from control room to the contract person
working on job under the services shall be the responsibility of the contractor, viz.
cell phone / walky-talky.
- The successful bidder shall indemnify the Owner from any claim of the contract
labour.
- The bidders / contractor who fail to furnish any proof in respect of separate PF
Code/No of the concerned RPF Commissioner / Authority their bids shall be liable
for rejection.
- All the jobs mentioned under scope of services shall be carried out as per sound
engineering practices, work procedure documentation, recommendation of the
manufacturer and as per the guidelines/direction of engineer-in-charge of
authorized representative.
- Summary of breakdown hour’s station wise with analysis shall be submitted to
CNG control room on a fortnightly basis both in hard and soft form as per CUGL
format.
- The contractor has to submit the following documents on monthly basis along with
the bill:
Preventative maintenance compliance report for that month along with the detailed
service report.

• Details of the compressor breakdown, summary of break down hours for that month
and the cumulative break down hours along with breakdown response time.
• Compressor parameter log book for the month.
• Certificate to be given by the bidder stating that they have complied with all the
labour regulations and are following the minimum wages act.
Comprehensive Operation and Maintenance of compressor packages during the
warranty period.
• All spares, consumables, lubricating oil, coolant required for carrying out preventive
/ any type of maintenance shall be in the scope of supplier during the warranty
period. The warranty spares shall be supplied by the vendor during the warranty
period as per warranty clause.
• 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
equipments like crane, forklift, chain pulley block, etc required during the any
maintenances activity.
107 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• Any correspondence required to be made with the principal company or OEM or


various offices shall be made by the bidder or bidder’s agent. All arrangements like
phone, fax, computer, Internet etc required for above correspondences shall be
arranged by the bidder at his own cost.
• The periodic maintenance required to be done as per OEM recommendation shall be
taken up promptly. The bidder shall provide the detailed preventative maintenance
schedule along with
a) Estimated down time required for each type of maintenance schedule.
b) List of spares and their quantities required for each type of maintenance schedule
per compressor.
c) Type and number of man days required for each type of maintenance schedule
per compressor.

• The bidder shall plan such maintenances during non-peak hours and in
consultancy with the Engineer In Charge (EIC) of CUGL. Any maintenance
that needs to be taken up shall be well planned in advance with due approval
of the EIC.
• The bidder shall use only OEM’s certified spares during maintenances. All
spares shall be kept in sealed OEM stamped packages. The packages shall be
opened in front of CUGL representative during maintenance. In case, the
schedule maintenance of the OEM manual recommends to check and replace
parts like valve spring, valve plates, piston rings etc. after certain time interval,
same shall replaced or used further only on approval from the CUGL
representative. However any unto ward consequences for non-replacement of
such parts shall be the responsibility of the bidder and spares, repair required to
put back the unit into operation will be to bidders account.
• All routine and periodic checks / inspections required to be done as per OEM
recommendation shall be done by the bidder. Instruments required for above
inspection like vernier calliper, micrometer screw gauge, fill gauges, bore gauge
etc shall be in scope of the bidder and these instruments shall be calibrated every
year.
• All parts replaced by the bidder during the above contract period shall be
properly packed and handed over to CUGL, on replacement.
• The contractor shall submit a copy of the daily / weekly / fortnightly / monthly
/ bimonthly / quarterly and yearly performance report to the EIC in both soft
and hard form. All stationery including the printed material such as compressor
parameter log book, complaint log book, service report, break down summary
report etc. shall be in scope of the bidder
• All the maintenance / inspection job carried out by the bidder shall be recorded
in a service report and the report of the same shall be jointly signed by CUGL

108 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

representative and submitted immediately after carrying out the maintenance.


Service report format shall be approved by CUGL.
• The EIC will be final authority to take decision with regards to maintenance or
replacement of parts or any disagreement between the bidder and CUGL, during
the execution of the contract.
• The bidder shall carryout calibration of gas detectors and flame detectors every
six months or earlier as per requirement or instruction of EIC of CUGL. 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.
• Calibration shall be done from government-approved laboratories and shall be
carried out at least 15 days prior to the calibration due date.
• The bidder shall keep 1 set of safety relief valves in spare for the purpose of
calibration.
• The bidder shall carry out retesting of pressure vessels periodically i.e. every
year or earlier as per Gas Cylinder rules 2004 / Static & Mobile Pressure Vessels
Rules.

Comprehensive Operation and Maintenance of compressor packages after


warranty period for 4 years:
• All spares, consumables, oil and lubricants required for carrying out the
Operation and Maintenance of the complete compressor packages for 4 years
period after warranty period including periodic breakdown and any other
materials required for operation and maintenance of the compressor packages,
shall be provided by the bidder.
• All tools, tackles including special tools and tackles and fixtures required for
carrying out the above maintenance of the compressor shall be in scope of the
bidder. The scope will also include handling equipments like crane, forklift,
chain pulley block, etc required during the any maintenances activity
• Any correspondence required to be made with the principal company or OEM
or various offices shall be made by the bidder or bidder’s agent. All
arrangements like phone, fax, computer, internet etc required for above
correspondences shall be arranged by the bidder at his own cost.
• 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 CUGL. Any
maintenance that needs to be taken up shall be well planned in advance with

109 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

due approval of the EIC. The scope shall include preparation of maintenance
schedule for carrying out the maintenance during the contract period.
• In case, the schedule maintenance of the OEM manual recommends to check and
replace parts like valve spring, valve plates, piston rings etc. after certain time
interval, same shall replaced or used further only on approval from the CUGL
representative.
• All routine and periodic checks / inspections required to be done as per OEM
recommendation shall be done by the bidder. Instruments required for above
inspection like vernier calliper, micrometer screw gauge, fill gauge, bore gauge
etc shall be in scope of the vender.
• All parts replaced by the bidder during the above contract period shall be
properly packed and handed over to CUGL, on replacement.
• The contractor shall submit a copy of the daily / weekly / fortnightly / monthly
/ bimonthly / quarterly and yearly performance report to the EIC in both soft
and hard form
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, API
and other Codes as applicable, and shall comply fully with relevant National/ International
standards.
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 , Trunk Piston Design
NFPA-37, OISD 179, NFPA-52: 1992
NFPA-12, IS: 6382, Gas Cylinder Rule-2004
IS: 5571, IS: 5572, IS: 5580, IS-325/IEC or EQV for electric motor.
ANSI, ASTM, NEC, NEMA
Indian Electricity Rules, Indian Explosives Act, Delhi Factory Rules,1950
ASME Section VIII Div -1 – Design code for unfired pressure vessel
1.3 Precedence

In case of any conflict among the various documents of this requisition the following
preferential order shall govern:
1. Data sheets/drawings

110 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

2. Technical Specification
3. International standards/codes as applicable
4. Indian Standards / codes applicable
Compliance with these specifications shall not relieve the bidder of the responsibility of
furnishing equipment and accessories of proper design, material and workmanship to meet
the specified operating conditions.
No deviations to the technical requirements and to the scope of supply specified in this
enquiry document shall be accepted and offers not in compliance to the same shall be
rejected. In case a deviation is required due to inherent design of the equipment offered, the
bidder shall list all such deviations at one place giving reasons thereon.

1.3.1 Bidder shall necessarily furnish the following along with the bid without which the
offer shall be considered incomplete:
(1) Proven Track Record Formats, duly filled in along with general reference list shall be
submitted for the earlier supplied CNG packages.
(2) Checklist duly filled in with regards to scope of supply
(3) Completely filled in Data Sheets of compressor, Gas Engines
(4) Deviations if any to this Technical Specification
(5) Tentative Lay out/key plan/General Arrangement indicating size of skids, centre
distance between skids and space required along with maintenance requirements
(6) (a) Utilities requirements (b) Electrical Load summary
(7) Catalogues of compressor, engine, instrumentation & controls
1.4 Scope of Supply for Each Compressor Package

The scope of work/services to be provided by the bidder shall be inclusive of but not limited
to:
Design, Engineering, Manufacture, assembly, testing at manufacturer’s works, erection,
commissioning, field trial runs and Equipment performance acceptance test along with
associated electrical, instrumentation etc. as per bid document.
Each compressor Package shall be complete with:
- Lubricated and air-cooled Compressor with suction/discharge volume bottles
(dampers) as applicable, for each stage (separators) with manual drains and automatic
drain system, lube oil system, closed circuit air-cooled as required.
- Gas engine complete with lube oil, closed cooling system, fuel (Natural Gas) supply
module, inlet air intake system, exhaust system with silencer, stack etc.
- Gas engine start up air compressor with receiver, refrigerant type air drier and necessary
controls.
111 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

- 4 nos. mass flow meters to measure the Natural Gas consumption at packages inlet,
package discharge, fuel consumption at Gas Engine inlet and package loss / venting
with online test arrangement
- Instrumentation and control system as specified on data sheets, P&ID including Local
panel, Console/Local gauge boards, PLC.
- Common structural steel skid for the compressor- engine combination and for all
auxiliary systems of maximum 3.5m (width) x 5.5 m (length)
- Gas Inlet Pressure Regulator of 300 # class rating with an outlet discharge range of 10
kg/cm2g to 30 kg/cm2 g adjustable.
- Package mounted Duplex Suction gas filters with oil drain and temporary suction inline
strainer at the compressor package inlet. Technical specification of the filters shall be as
per Annex – X. Test certificates of filter element to be submitted.
- Air-cooled heat exchanger for interstage and discharge gas as well as engine coolant.
- Suction, interstage and discharge Knockout Drums (KOD) as applicable with solenoid
valve operated auto & manual drains. Demisters to be provided for each KOD. Vendor
to ensure that KOD & coalescent filter shall be provided after the final discharge and
before the mass flow meter. All drain lines shall be provided with level operated / time
based auto drain valves and NRVs. Test certificates for coalescing filters to be submitted.
Technical Specification of discharge filter as per attached Annexure – XII.
- 9 bank for 1200 SCMH Priority Panel at Package Discharge.
- All interconnecting oil, gas, water, air piping within the compressor package.
- Impulse and pneumatic piping/Tubing for all valves, fittings as specified & required for
mounting the instruments. Block and bleed valves to be provided for Pressure gauges
and pressure Transmitters.
- Separate junction boxes for different type of signals like intrinsically safe signals, alarm,
shutdowns, thermocouples, RTDs etc. for interfacing to local panel.
- NRV at final discharge.
- Structural supports within the compressor package for all piping, instruments etc.
- One no. relief valve at each stage discharge, first (1st) stage suction and Blow Down
Vessel (BDV).
- Y- type strainers, valves, sight flow indicators, check valves, auto & manual drain traps
etc. as required for various auxiliary systems i.e. frame lube oil, cylinder lubrication
system, cooling water systems etc.
- Coupling/V-belts/pulleys.
- Acoustic enclosure, with separate compartments for gas engine and compressor block
separated with a partition wall of minimum 3 mm thickness and fabricated in such
fashion that it is completely sealed so that gas or fire should not travel from one

112 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

enclosure to another, for both Compressor and Engine as specified, with two number
L.E.L gas detectors and two UV-IR flame detectors in each compartment.
- Common CO2 extinguishing system consisting of two cylinders, piping, valves and
control systems (details are given at s.no.1.5.9).
- Inlet and outlet manual and automatic isolating valves for maintenance & emergency.
- Complete Erection, Testing & Commissioning of compressor packages.
- Training of six engineers in three batches at Packager’s works. The travelling, boarding
and lodging of CUGL’s engineers shall be borne by CUGL. Each training module shall
be for one week span and shall cover the equipment constructional features, operational
and maintenance procedures, practical hands on experience on assembling, dismantling
etc.
- Foundation structural drawing.
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 any pedestal if required.
- CNG storage cascade.
All piping beyond battery limits except from air compressor & air piping for air starting and piping
from CO2 cylinders up to the enclosure. The air and Co2 piping shall be of seamless CS pipe
1.5 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.
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. Since Gas engine compartment is separated with a partition wall and sealed,
hazardous area classification Class-I, Division 2, group D as per NEC will be complied for
gas engine only. 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.
1.5.3 Bidder needs to submit either the copy of valid type approval for compressor packages from
PESO or copy of
application towards the same along with the bid.
1.5.4 All exposed rotating parts shall be provided with adequate guards of non-sparking type.
1.5.5 Driver belt if used shall be of anti-static and fire retardant type.
1.5.6 Piping shall be arranged in a manner so as to provide clear headroom and accessibility
within the package.

113 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Adequate clearances shall be provided for all the engineered components. Accessibility
concern if any raised by
CUGL, to be handled suitably.
1.5.7 Package enclosure compartments for engine and compressor block each shall have two L.E.L
gas detectors (IR
Type) and two Ultra Violet (UV-IR) fire detectors to cover the enclosure effectively as already
spelt in the
scope of supply.
1.5.8 All material used in the package shall be flame retardant.
1.5.9 Relief Valves shall be provided at interstage/compressor discharge with setting as per Cl.
7.20.3 of API – 11P
with R.V. venting as per Cl. 7.20.4 of API-11P. Suction separator at first stage inlet shall also
be provided with
Relief Valve.
1.6 CO2 Flooding System:
The package shall be protected by automatically operated CO2 flooding system designed as
per NFPA-12 which should have minimum following features: -
a. CO2 flooding system should be installed for the protection of CNG compressor by
automatic actuation system. The package should be protected by automatic operated
CO2 flooding system designed as per NFPA-12.
b. Gas Detection by installation of hydrocarbon gas detector (IR type) with self check
function and transmitter with adjustable alarm levels (0-100%) with preset of 10%, 20%
and 50%. Each enclosure compartment should have at least 2 nos. gas detectors.
c. Installation of flame detector (UV-IR type) with self check function and transmitter,
alarm on detection of flame. Each enclosure compartment should have at least 2 nos.
flame detectors.
d. CO2 flooding system will consist of 2 nos. brand new CO2 cylinders of 45 Kg capacity.
One cylinder will act as main & other as stand by, which shall have identical arrangement
and connected to the system. The cylinders should be placed in a shed raised above
ground level to protect from weather and direct sunrays as per Gas Cylinder Rules, 2004.
Cylinders shall be fitted with automatic actuated Valves, Solenoid valves.
No extra utility as air, inert Gas shall be made available by CUGL/used by the supplier
to operate the system other than the UPS.
Cylinder should be ISI marked as per IS: 7285 and PESO approved.

114 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

e. The System shall be designed to operate on 24 V DC supply. FRLS (Fire resistant low
smoke) cables shall be used for the wiring of the system.
f. Interlock of CO2 Flooding system with compressor as per following sequence:
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. Compressor shall not start if the CO2 Flooding System is faulty, not working, SWITCHED
OFF etc. The compressor shall be able to start only when the CO2 Flooding System is in
healthy working condition.
iv. Maintenance Override Switch shall be provided to keep the system off during maintenance.
This feature shall be in compliance to the point no. 4.1 (i) as above.
v. Selector switch shall be provided to put Main/Stand by Cylinder in line at the turn of a
switch as per requirement.
g. Alarm panel for CO2 Flooding System shall be integral with the main compressor panel.
Necessary displays as system ON, OFF, FAULT, RESET, Gas/ Flame indication, Remote
actuation of solenoid valve, distinguished hooter etc., shall be provided for CO2 flooding
system.
h. 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.
i. Suitable online weight (CO2) loss monitoring/ indication device to be provided to ascertain
the health of the CO2 flooding system
a. All installation shall be compatible for hazardous area Class 1, Division 1,
Group-D for Methane Gas.
b. The system designed by the supplier shall be duly approved by CUGL.
c. Technical specifications, Operation and Maintenance Manual, PESO
Certificate, Approval/ Manufacturing certificates for cylinders and cylinder
valves, gas detectors, flame detectors, solenoid valves etc. shall be furnished
by the supplier along with system. Software and hardware, calibration
procedure shall be provided by the supplier along with the supply sufficient
enough to handle the system independently. Necessary tools (1 set) shall be
provided with the system.
d. System shall be offered for testing to CUGL by the supplier after
commissioning at site by creating actual Gas leak and Gas fire situations and
actual discharge of CO2 Gas from the Cylinders. This shall form a part of
performance test and thereby acceptance of the package. The cylinders have
to be refilled by the vendor at no extra cost to CUGL after performance test.
If the system fails during testing, subsequent testing and refilling would be at
vendor’s cost.
115 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

e. Warning and Operating instructions to be displayed at equipment as per the


statutory/ safety regulations.
f. Piping of CO2 flooding system shall be seamless high pressure pipe of
Schedule 40 of 50 mm dia. of appropriate length with a minimum safe
distance of 4 Meter from CNG Compressor, The fittings like elbows, Tees,
Union, sockets should be of same schedule and capacity for installation in a
high pressure system as per NFPA-12.
g. Flameproof online weighing system, complete frame with shed and all
accessories should be of good quality, weighing scale should be of reputed
make.
h. Specifications:
Non Return Valve for CO2 High Pressure Hose:
As per BIS specifications
Operating Media: CO2
Body Material: Brass, BIS: 319
Ball: SS 316
Pin: SS 316
Seal: Teflon (PTFE)
Working Pr.: 60Bars
Test Pressure: 90 Bars for 1 min
Weight: 70gm
Outlet Size: ¾ BSP at manifold end
Inlet Size: ½” BSP at CO2 Discharge Hose end
Temp. Range: -29 C to 66 C
Hose Adopter:
As per BIS specifications
Operating Media: CO2
Body Material: Mainly Brass
Test Pressure: 250 Bar
Max. Working Load: 150 Bar
Temp. Range: -29 C to 66 C
Discharge Nozzle:
116 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

As per BIS specifications


Operating Media: CO2
Body Material: Leaded Tin Bronze as per BIS: 318:1981
Design Nozzle Pr.: Not less than 20.6 kgf/cm2 at 27 C
Test Pressure: 140 kgf/cm2
Marking for Code No. (on the basis of equivalent single orifice dia.): As per BIS:
6382:1982
Temp. Range: -29 C to 66 C
High Pressure Hoses:
As per BIS 7285:1974
Operating Media: CO2
Hose Type: Double wire breaded (perforated) rubber covered
Min. Bursting Pr.: 420 kgf/ cm2 at 54 C
Length: 40 cm
Cross-section: ½”
End Connection: ½” BSP (F) xW21.614 TPI
End Fittings: Brass
1.6 Ambient Conditions

Complete compressor package shall be suitable to work under the following climatic
conditions:
Wind velocity km/hr (max.) 160
Amb. Temperature (Min./Max.) 1.7oC / 49oC
Design Wet bulb Temp. 27oC
Design Relative Humidity 90%
Altitude, M above MSL 126 meters
Air Cooler design oC 51oC DBT, 27oC WBT & 90% RH

117 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

2.0 UTILITIES & BATTERY LIMITS

2.1.1 Bidder shall make his own provision for Instrument and starting air with an electric motor
driven air compressor, air drier and receiver system. Receiver to be sized for 6 consecutive
starts (each start of atleast 6 seconds) of engine within one hour. Air compressor and
system should be designed for maximum 15 kg/cm2g pressure with PRV at compressor
package inlet. The flow rate of the compressor supplied shall be 10 CFM minimum with
air vessel capacity of 1000 litres (vertically mounted). Air drier shall be suitable for the
required air flow and pressure.
2.1.2 All electrical and instrumentation terminals shall be as specified
2.1.3 Vendor to design compressor package to start and run without any external power, except for
electric motor driven air starter compressor.
2.1.4 For running the air compressor and illumination 415 Volt (±10 %) 3-phase 4 wire (TN-S), 50 Hz
(± 3 %) power shall be provided by Owner at a single point outside the enclosure.
2.1.5 Purchaser shall provide the required control power for LCP (230 V, 1 phase (2 wire), 50 Hz A.C.)
for UPS of purchaser at single point in the electrical room. However, suitable surge
protection device to be provided by the bidder of suitable rating for control power
2.2 2.2 Battery limits

2.2.1 Supplier shall arrange its own UPS supply testing, installation and commissioning
compressor controlled circuitry. UPS of adequate rating along with battery back-up to be
parts of vendor scope.
2.2.2 All customer interface connections (i.e. Gas Inlet & Gas Outlet) shall be brought out to the
package edge. Gas inlet shall be terminated in nozzles with isolation valves having
flange connections and Gas outlet (priority panel outlet connection) shall be terminated
through high pressure ¾” full flow ball valves with 1” end connectors.
2.2.3 As and where specified on the data sheets all vents (i.e. Relief valve, distance piece, packing
and starting air) shall be manifolded and terminated at skid edge outside the enclosure and
vented to safe height min. (3m from ground) at package roof. Separate header for relief
valve and packing vent to be provided. Silencer has to be provided in the starting air vent
line.
2.2.4 All drains from different process equipment, distance piece and packing shall be
manifolded and terminated as single point for customer interface duly flanged with
isolation valve. Drains should be through a common header and discharge to be allowed in
a pit to avoid spillage around compressor package. An oil drain pot outside of the package
shall be provided to collect all drains form packaging, distance pieces, processes etc. the
capacity of the drain pot should not be more than 2.5 litres

118 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

3.0 Equipment Criteria

3.1 Gas Compressor

The compressor block model offered shall be from the existing regular manufacturing range
of the compressor manufacturer and shall meet the following minimum service and
manufacturing experience requirements:
1. The Compressor block shall meet all the technical requirements as below:
i. The compressor blocks shall be of horizontal balance opposed design or Trunk Piston
Design only. Vertical blocks are not acceptable.
ii. Gas compressor block shall be lubricated and air cooled only.
iii. The compressor block design should ensure that :
• The emission of process gas into the atmosphere does not take place from either of
the packing seals / joints / relief valves / pressure vessels such as BDV etc.
• There should not be progressive increase of the fugitive emissions / discharge of
process gas into the atmosphere with usage / wear of packing seals.
• The compressor efficiency / production should not drop with usage and adequate
measures be taken to ensure that compressor through put / production does not
fall below the guaranteed parameters submitted by the bidder at any point during
the lifecycle.
• In case the compressor block design is such that it requires Nitrogen purging, the
bidder shall submit all the technical details of the Nitrogen Purging System and
supply the same along with the compressor package.
• The compressor block / package design shall be such that it shall not vent process
gas into the atmosphere upon sudden stoppage / emergency shutdown / power
failure.
• All the vents / relief valve discharge points shall be connected to a common
manifold and discharged thru a vertical line of min 1 mtr over the highest point of
the package. The line shall be designed to be able to handle the maximum flow of
gas without creating backpressure. A thermal mass flow meter for measuring all
the fugitive emissions / vent of process gas into the atmosphere (specifications
mentioned separately) shall be provided in this line.
• The compressor block should have a level glass to indicate the residual lubricating
oil level.
• Three stage compressor configuration is envisaged. Gas composition given under
Design Case shall be used for Compressor selection, Sizing and performance
guarantee estimates. Compressor shall be suitable for continuous operation with
the indicated gas composition range and operating parameters given in the data
sheet.

119 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• Compressor shall be suitable for frequent start - stop operation and shall not vent
process gas while idling. In case bidder is quoting package with compressor block
that may vent / discharge process gas into the environment during idling, the
bidder has to confirm the same and declare the maximum extent (in kg/hr) to
which their compressor design may vent the process gas during idling.
iv. Compressor block design shall be such that the cylinders and the compressor block
are both air cooled.
v. Directly coupled as well as V-Belt Drive compressor blocks are acceptable. However,
the compressor driver RPM shall not exceed 1500.
vi. The gas cooler fan shall have mechanical drive only.
vii. In case the bidder is a Packager utilizing the compressor block manufactured by other
OEM then:
• The compressor block OEM should have supplied the compressor blocks which
fulfil the criteria stated from i) to vi) above.
• Bidder has to submit confirmation letter from compressor block OEM towards
above.
• Bidder shall submit the technical data sheets of compressor block duly endorsed
by the compressor block OEM.
2. Suction line pressure may vary from 14 to 19 kg/cm2 (g). The discharge pressure shall
be 255 kg/cm2 (g). Bidder may provide a suction pressure regulator to regulate the
suction pressure. The suction pressure of 16 kg/cm2 (g) shall be used for compressor
sizing/ selection.
3. Above suction pressures 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/engine and indicate the same on the data sheets
4. The compressor Driver shall be suitable to start the compressor against the stabilized
Pressure (30 Kg/cm2g) of the system. A gas recovery vessel of suitable capacity shall be
provided to collect the gas of 1st, 2nd & 3rd stage of compression. The operating pressure
of gas recovery vessel shall be 25 kg/cm2g maximum. In the event of sudden stoppage
or otherwise during operation / idling, the blow down vessel shall not vent gas into the
atmosphere.
5. The compressor driver shall be capable of running the compressor under loaded
condition with each stage pressurized to its respective specified pressure and final
pressure up to PSV set pressure.
6. Allowable speeds, temperature and vibration levels:
• The rotational speed of both compressor & engine (driver) shall be limited to
maximum of 1500 rpm.
• The linear piston speed shall be 4.5 m/sec for lubricated compressors

120 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• The maximum discharge gas temperature for each stage shall be limited to 150 degree
C.
• Compressor maximum vibrations at cylinders and at frame shall be as per
manufacturer specifications. The Bidder shall provide for all structural support
within the package so that these levels can be achieved
3.2 3.2 Gas Engine

The offered gas engine shall be from one of the regular production range of either
CATERPILLAR or CUMMINS make for mechanical drive applications. The gas engine
rating offered shall be based on internationally published standard rating. Refer clause no,
4.11 for details.
Gas Engine shall be identical or validly similar in Model no., power rating, speeds, service, type of
cooling arrangement, mechanical design etc. as compared to at least 10 units manufactured, tested and
supplied from the proposed manufacturing plant and at least twenty of the offered models must have
been operating satisfactorily in the field for a period of 8000 hours without any major overhaul as on
the bid due date
4.0 BASIC DESIGN

4.1 GENERAL

4.1.1 The Compressor shall meet all the technical requirements as specified in:
i. Data Sheets
ii. Technical Specification
iii. Code and specification (as applicable) API-11P, OISD 179, NFPA 37, NFPA 52, ANSI,
ASTM, NEC, NEMA, Indian Electricity Rules and Indian Explosives Act are referenced
to & made part of specification.
Compressor, engine and auxiliaries design shall be in conformity with API 11P, second
edition
4.1.2 Minimum Three stage Compressor configuration is envisaged. 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 the data sheet.
4.1.3 Suction line pressure may vary from 14 kg/cm²G to 19 kg/cm²G with discharge pressure at 255
kg/cm²G. A suction pressure regulator shall be installed to limit the suction pressure to 19
kg/cm²G. The suction pressure of 16 kg/cm²G shall be used for compressor sizing/
selection.
4.1.4 Bidder’s offer shall be based on firm and final compressor models on which basis the offer shall
be evaluated. All bidders shall take full cognizance of this matter before submitting the bid.
4.1.5 Note that the pressures given on the data sheet are at the compressor package battery limits,
bidder shall consider all pressure losses at suction, interstage and discharge at the specified

121 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

capacity (with no -ve tolerance) for compressor/engine and indicate the same on the data
sheets. No venting of the gas is allowed at any point during operation.
4.1.6 The compressor Driver shall be suitable to start the compressor against the stabilized pressure (30
Kg/cm²g) of the system. A gas recovery vessel of suitable capacity shall be provided to
collect the gas of 1st, 2nd & 3rd stage of compression. The operating pressure of gas
recovery vessel shall be 35 kg/cm²g maximum. No venting of gas is allowed.
4.1.7 The compressor driver shall be capable of running the compressor under loaded condition with
each stage pressurized to its respective specified pressure and final pressure upto PSV set
pressure.
4.1.8 Near Zero Gas Loss compressor package design is envisaged. The Compressor packages with gas
loss in excess of 1% shall not be accepted
4.2 ALLOWABLE SPEEDS, TEMPERATURE AND VIBRATION LEVELS

4.2.1 The rotational speed of both compressor & engine (driver) shall be limited to maximum of
1500 rpm.
4.2.2 The linear piston speed shall be limited to 4 m/sec for non-lubricated compressors and 4.5
m/sec for lubricated compressor.
4.2.3 The maximum discharge gas temperature for each stage shall be limited to 150ºC.
4.2.4 For balance opposed compressor design, Compressor maximum vibrations of cylinders
shall not exceed 10 mm/sec. unfiltered peak velocity. Maximum Vibration level of installed
compressor frame shall not exceed an unfiltered peak velocity of 5 mm/sec. or 200 micron
unfiltered peak to peak vibration whichever is less. The Bidder shall provide for all
structural support within the package so that these levels can be achieved.
4.3 PISTON ROD, BEARINGS AND CROSS HEADS (AS APPLICABLE)

4.3.1 Piston rod should be TC3 coated in the areas that pass through the packing and the surface
hardness should be Rockwell C58~C64 minimum.
4.3.2 Crosshead shall be as per manufacturer’s standard material and designs. Adequate openings
for removal of the crossheads shall be provided. Crosshead guide cover should be
preferably transparent.
4.3.3 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. Rod loads shall have sufficient reversals in direction for all specified
operating conditions including PSV Settings and part load operation. The calculation for
rod loading at various conditions needs to be submitted.
4.4 PACKING CASES AND PRESSURE PACKING (AS APPLICABLE)

4.4.1 All oil wiper intermediate gas cylinder pressure packing shall be segmental rings with
stainless steel garter springs. The pressure packing case shall be provided with a common
vent and drain routed outside the package enclosure.

122 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

4.4.2 ERW steel, 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.
4.4.3 Packing vent piping inside of the distance piece shall be designed for the maximum
allowable working pressure of the cylinder.
4.4.4 Bidder to indicate the allowable packing vent in their designs in SCMH along with the bid.
4.5 COMPRESSOR FRAME LUBRICATION(AS APPLICABLE)

4.5.1 Compressor frame lubrication shall be pressurized system, with main oil pump driven
directly by the compressor shaft.
4.5.2 All lube oil piping after oil filter shall be 300 series stainless steel conforming to ASTM A
269.
4.5.3 Heating shall be provided for reservoir when the minimum ambient temperature is less
than the Bidder's required minimum start up temperature.
4.6 DISTANCE PIECES (AS APPLICABLE)

4.6.1 Compressor manufacturer’s standard Type–1 or Type-2 of API 11 P shall be provided as a


minimum.
4.7 CYLINDER AND PACKING LUBRICATION (AS APPLICABLE)

4.7.1 Secondary lubrication system with double puppet check valve protector, HP Filter (for all
lubricating points) & DNFT flow switches with standby pump. Secondary lubrication
system with divider block shall be provided.
4.7.2 Lubricators shall be driven by crankshaft and bidder shall highlight any pre
lubrication requirements of the cylinders and the method of achieving the same.
4.7.3 Lubricators shall have a sight flow indicator for each lubricator point and a stainless steel
double ball check valve shall be provided at each lubrication point.
4.7.4 Digital no flow switch shall be provided to stop the compressor in case of loss of cylinder
lubrication in any stage/ packing.
4.7.5 Lubricator reservoir capacity shall be adequate for 500 Hrs. of normal operation, and shall
be equipped with low-level alarm.
4.7.6 Bidder shall furnish along with their bids the details of the recommended Lubricating oil
type, International Grades & Specifications along with their quantity and changing
frequency/ schedule. The recommended oil shall be compatible with gaskets, ‘O’ rings,
seals, packing, lubricating parts and other parts coming into contac t.
4.8 COOLING SYSTEM

4.8.1 Engine Jacket/Compressor Cylinder


Compressor cylinders shall be air cooled. The usage of cooling water shall be limited to
the engine cooling and the radiator thereof cooled by an air cooled heat exchanger.
123 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

4.8.2 Inter/After Gas Coolers


Air-cooled Interstage and Final stage discharge coolers shall be provided which shall limit
the gas temperature after the after cooler to ambient+10 degree C. For calculating the
surface area of the air cooler, the ambient air temperature of 49°C and 90% RH shall be
considered. Cooler design shall be on the basis of 20% extra design based on the thermal
duty at most severe condition corresponding to suction pressure. Gas sections of coolers
shall be designed as per API-11P requirements and shall be inspected by any approved 3rd
party inspection agency. Engine oil cooler and jacket water coolers shall be so designed
that the vendor’s maximum permissible temperature is not exceeded at the maximum
ambient temperature of 49°C.
4.9 SEPARATORS & OIL REMOVAL SYSTEM

4.9.1 Carbon Steel separators / KOD at suction and inter stage and with SS 300 series, mist
extractors, auto and manual drain system (level/time based) shall be provided for the
capacity as required.
4.9.2 All pressure vessels shall be designed as per ASME VIII Div. 1 practice and sourced from
PESO approved vendor
4.9.3 The offered scrubber and mist removal shall restrict the oil level to < 5 ppm in the discharge
gas of compressor and the equipment shall be designed accordingly.
All vessels including pulsation dampers shall be fully (100 %) radiographed as per ASME
VIII UW (a) Minimum design temperature for separators shall be 100 degree C and
minimum design pressure shall be maximum operating pressure plus 15% for inter stages
and plus 10% for final stage.
4.9.4 Gas Recovery System: It shall comprise of the following.
Blow Down Vessel shall be sourced from a PESO approved vessel manufacturer and shall
conform to ASME SEC VIII DIV I Edition 2015.
The name plate of the BDV shall have the manufacturer’s name and following parameters:
Design Pressure, Design Temperature, Hydro Test Pressure, Corrosion Allowance,
Radiography, Heat Treatment, Empty Weight & Capacity.
Bidder shall provide blow down vessel 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 shall be as per Gas Cylinder Rules and duly certified for the
purpose. The gas recovery vessel shall be provided with pressure relief valve and
necessary instrumentation to avoid cold flaring of gas.
124 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• Capacity of the BDV shall be such that no gas is vented into the atmosphere either that
start or stop or any time during operation.
• Bidder shall provide gas recovery system with gas recovery vessel of sufficient
capacity (operating BDV pressure should not exceed 25 Kglcm2g) so as to limit the
gas pressure inside vessel to 30 kg/cm2g after tripping of compressor at PSV trip set
pressure of final stage discharge. Gas recovery vessel shall be designed as per the ASME
code and will be inspected by Third Party Inspection Agency, approved by Purchaser.
Calculation for BDV volume shall be considered 20% higher than calculated volume and
it should be calculated on higher range (14 to 19 bar). Bidder shall submit calculation for
the same at the time of designing / drawing approval to client.
• One vent line from gas recovery vessel with double isolation valves shall be provided
• It is preferred that BDV shall be placed on top of the package enclosure.
• The bidder shall carry out retesting of pressure vessels periodically i.e every year or
earlier as per Gas Cylinder rules 2004/ Static and Mobile Pressure Vessels Rules.
Note: Under slung, package base mounted blow down vessels are not acceptable. The
BDV shall be mounted on the top of the package in a manner that shall facilitate periodic
visual inspections as well as testing as per norms.
4.9.5 All separators / KOD's shall be provided with 3 mm corrosion allowance.
4.10 PULSATION, VIBRATION CONTROL AND ANALOG STUDY

4.10.1 Bidder shall provide pulsation, suppression devices at each suction and discharge of
compressor cylinders.
4.10.2 The design of pulsation suppressing devices shall be based on the acoustic and
mechanical evaluation carried out as per API 618-design approach 3.
4.10.3 These devices must reduce pressure pulsation in piping within 3%. These pulsation
dampers shall be designed to limit pressure drop to 1%. The minimum acceptable volume
of pulsation suppression device shall be 10 times the cylinder swept volume.
4.10.4 Bidder shall get the acoustic and mechanical evaluation study carried out for one
compressor package (from inlet flange to discharge on skid edge) by an agency who
should have conducted TEN such simulation studies. 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 CUGL for review.
4.11 GAS ENGINE

4.11.1 Only Cummins & Caterpillar Make of Gas Engines are acceptable.
4.11.2 The gas engine shall be spark ignited type, gas fired 4-stroke engine. The integral gas engine
& compressor type design is not acceptable.
4.11.3 The gas engine shall be equipped with the following:
• Water cooled exhaust manifold/s
125 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• Naturally Aspirated / Turbo Charged / Turbo Charged Intercooled Design


• Water cooled turbo charger exhaust housing
• Engine driven radiator fan and radiator assy.
• Auxiliary water cooling system
• OEM approved ignition system
• Electronic Air Fuel Ratio Controller / Electronic Gas Carburetor
• Electronic / Mechanical Governing SystemF
• Inline / V-type configuration
• Six / Eight cylinder configuration
• Air starting system
4.11.4 The exhaust line shall have an exhaust bellow at the turbo charger outlet to isolate
vibrations.
4.11.5 The site rating of engine shall be 110% of greatest BKW required by compressor including
the auxiliary loads at any of the compressor operating conditions or 105% of greatest BKW
required by compressor at relief valve set pressure including auxiliary loads at any of the
compressor operating conditions, whichever is higher. The maximum operating speed of
the engine shall be limited to 1500 rpm.
4.11.6 The site rating of engine shall be worked out considering the de-ration specified under the
latest edition of British Standard 5514/ISO 3046 and deducting the power absorbed by all
the engine driven auxiliaries. The site rating of engine shall be based on 49oC ambient
temperature, RH 90% and an altitude of 126 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%.
Note: The Design Gas specified for the compressor shall be used as engine fuel.
4.11.7 The bidder shall provide a confirmation letter from the engine OEM towards the fuel
consumption of quoted gas engine model at 49 Deg C ambient temperature at the declared
total package power requirement including the shaft power and the auxiliaries (As per
Annexure).
4.11.8 All the engine auxiliary equipments including the cooling fans shall be engine driven.
4.11.9 The engine shall be provided with the shielded ignition system of breaker less type, low
tension solid state having vapor proof enclosure with a high-tension coil at each power
cylinder. All low-tension wiring shall be enclosed in grounded steel conduits. But the spark
plug connecting cables shall be enclosed in grounded, metal shielded flexible conduits.
4.11.10 Gas engine shall be equipped with an electronic air fuel ratio controller / electronic gas
carburetor. The electronic AFR / EGC shall be capable of maintaining constant air to fuel
ratio across entire range of operating parameters. It shall be equipped with a heated type

126 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Oxygen Sensor to measure the level of free Oxygen in the exhaust stream. The AFR/EGC
shall be supplied with a Gauge / Display to continuously display the operating air fuel
ratio of the gas engine. The AFR/EGC electronics shall have the provision to measure
exhaust temperature to limit damage to the catalytic converter.
4.11.11 The engine shall be supplied with residential grade silencer-cum-catalytic converter to
minimize the space and to prevent loss of temperature over the catalytic converter. The
silencer-cum-catalytic converter design shall ensure that the Catalyst Tablet is housed
within the silencer. Silencer-cum-Catalytic Converter shall be placed over the enclosure,
provided with blanket of rockwool / ceramic wool and cladded with Aluminium sheet of
minimum 20 swg thickness. The silencer-cum-catalytic converter shall have minimum ¾”
threaded and plugged ports for measuring the pressure drop across the catalyst and also to
measure the backpressure.
4.11.12 The air filter assembly / suction pipe for air filter shall be located outside the Canopy.
4.11.13 Bidder shall provide the fuel gas supply line consisting of valves, pressure regulator,
differential pressure regulator, shut off valve and necessary instrumentation etc. as
required for the engine to ensure continuous supply of conditioned gas to engine.
4.11.14 Bidder shall also include supply of catalytic converter along with all accessories required
for its installation to reduce the levels of Carbon Monoxide, Hydrocarbons and NOx levels
in the exhaust stream by 75%. For specification of catalytic converter refer attached
Annexure.
The catalyst shall be of Stainless Steel (Ceramic substrates are not acceptable) Honeycomb
Structure of minimum 19” diameter, 3” wide with 200 cells /sq. Inch cell density.
A confirmation from engine supplier towards the catalyst tablet construction, design and
sizing being capable of reducing the emissions from their engines by 75% shall be submitted
along with the bid. The catalyst tablet shall be so placed inside the silencer-cum-catalytic
converter to facilitate easy removal, washing / regeneration and fitment without
interruption in operations.
4.11.15 The exhaust line inside the acoustic enclosure shall be insulated with wire braided ceramic
tape and cladded with Aluminium sheet of minimum 20 swg.
4.11.16 The engine shall be housed inside a separate compartment within the package enclosure to
prevent ingress of CNG stream from the compressor compartment into the engine
compartment.
Compressor packages with engine & compressor block in a single compartment are not
acceptable.
4.11.17 The partition wall in between the engine and compressor compartments shall be fabricated
out of iron sheet of minimum 3 mm thickness and lined with fire resistant sound and heat
insulating media of minimum 2” thickness. The insulating media shall be covered with
glass fibre sheet and perforated metal sheet to keep the insulating media in place.

127 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

4.12 COUPLING

Directly coupled driver-compressor arrangement and Power transmission should be


preferably thro’ flexible coupling. V-Belt driven compressor is also acceptable. In case of
belt drive idler pulley must be provided for adjustment of belts.
4.13 ENCLOSURE OF CNG COMPRESSOR PACKAGE

4.13.1 The Compressor Package enclosure shall be constructed out of MS Sheets and Iron Frames
as per OEM Specifications. The enclosures shall:
• Have dedicated base frame for mounting the compressor block, engine and accessories.
(The base frame with integrated blow down vessel is not acceptable as it does not permit
either the inspection or testing as per Gas Cylinder Rules).
• The compressor package shall consist of separate enclosures for Compressor and gas
engine. This is to prevent ingress of CNG stream from the compressor compartment into
the engine compartment.
• The partition wall in between the engine and compressor compartments shall be
fabricated out of iron sheet of minimum 3 mm thickness and lined with fire resistant,
sound and heat insulating media of minimum 2” thickness. The insulating media shall
be covered with glass fibre sheet and perforated metal sheet to keep the insulating media
in place.
• Each compartment shall be provided with two numbers IR Type L.E.L. gas detectors and
two numbers UV - IR flame detectors.
4.13.2 The maximum allowed temperature within the enclosure shall be 10 °C above ambient
temperature.
4.13.3 The enclosure shall restrict maximum noise level to 75 dB (A) at 1 meter from the enclosure.
4.13.4 The enclosure shall have doors for normal access and removable wall panels for ease of
maintenance.
4.13.5 All pressure, temperature, lube oil pressure, coolant temperature indicators etc. shall be
visible from outside of enclosure.
4.13.6 Enclosures shall have internal flame proof lighting arrangement.
4.13.7 For handling of all heavy parts for maintenance purpose lifting arrangement i.e. beam fitted
with chain hoist shall be provided in enclosure.
4.13.8 All Coolers, Knock out Drums, if applicable, Scrubbers, Cooling System, lubrication system
along with interconnecting piping shall be inside the enclosure.
4.13.9 Enough headroom shall be made available for easy access and maintenance of all
equipment.
4.13.10 Components such as pressure gauges, temperature, pressure switches, filters, automatic
ball valves, safety valves etc., which require in-situ adjustment, maintenance and reading,
shall be easily accessible.

128 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

4.13.11 The enclosure shall be lined with Rockwool / UL approved fire resistant PU foam to curtail
noise.
4.13.12 The enclosure roof shall have provision for mounting of the blow down vessel, silencer cum
catalytic converter, air filter, vent mass flow meter etc.
All Coolers, Knock Out Drums, Scrubbers, Cooling System, lubrication system along with
interconnecting piping shall be inside the enclosure. Enough headroom shall be made
available for easy access and maintenance of all equipment in the enclosure. The piping
layout with respect to the compressor, intercoolers, KOD and auxiliaries location shall be
subject to Purchaser’s approval during detailed engineering stage.
- 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.

4.14 PIPING

4.14.1 All gas piping shall be designed, fabricated & tested in accordance with ANSI B 31.3.
4.14.2 Gas piping shall be seamless carbon steel manufactured in accordance with ASTM A- 53
Gr. B or ASTM A - 106 Grade B. All Gas piping shall be flanged connections.
4.14.3 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.
4.14.4 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.
4.14.5 The instrument air tubing material shall be Stainless Steel series –316 conforming to ASTM-
A269.
4.14.6 All high-pressure double ferrule fitting & 2/3 way valves shall be from SWAGELOK or
PARKER make & shall be SS 316L material only.

129 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

4.14.7 Bidder shall furnish a conical strainer fitted with adequate size mesh at the gas inlet before
the filter.
4.14.8 All lube oil piping down stream of filter shall be series 300 Stainless Steel.
4.14.9 External drain & vent piping shall be Carbon Steel and not less than 1" nominal size.
4.14.10 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
manufacturer's standard. The use of SA 515 material is prohibited.
4.14.11 All high pressure gas tubing shall be of SS 316 of Sandvik make and hardness less than Rb
80.
CONTROL PHILOSOPHY

5.1 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 of approved make (i.e.
Siemens/Allen Bradley/ABB/GE/Honeywell/Schneider), which shall be weatherproof
to IP65 and shall be certified suitable for specified hazardous area classification. PLC
should be integral with the package with necessary Hazardous Area Certificate (HAC)
compliance. HMI shall be of touch screen type. All operational buttons shall be on touch
screen except the Emergency stop button. Touch screen display system shall be weather
proof to IP65.
PLC shall incorporate all process parameters (specified elsewhere) and status of
compressor, engine & priority panels and shall be modular in construction with 100%
redundancy with respect to CPU, Power supply for bumpless changeover from one CPU
to the other.
Interface. PLC components/system shall be tropicalised, MIL standard adopted with
complete wiring and necessary terminals. Wiring to be colour coded with cross ferruling
in position.
PLC shall be capable of carrying out on line routines for at least ten separate loops without
affecting the scan, cycle & up dating time etc.
PLC shall be capable for display of flow meter data (i.e. Gas Suction, Gas Discharge, Gas
consumed by the engine), various trips/abnormal conditions, compressor running hour
etc. in following manner:
a. Shift wise (for 3 shift operation i.e. 06:00-14:00, 14:00-22:00 & 22:00-06:00) - shall be
available for atleast last 96 hours
b. Daily basis- shall be available for atleast last 31 days
c. Fortnightly basis- shall be available for atleast last 3 fortnights

130 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

d. Monthly basis- shall be available for atleast last 2 months


PLC shall be configured as a remote terminal unit of supervisory computer and data
acquisition system complete with dial up connectivity. One card for transferring and
accessing data from minimum twenty devices with RS 485 port shall be provided. PLC
SCADA connectivity is required as per the attached specification at Annexure-IX.
PLC would be provided with integral keyboard and display for configuring, programming
and to view process & machine parameters. Suitable communication port shall be
provided to download programs etc from PLC through a Laptop. Laptop not included in
Bidder’s scope.
All source & object codes including logic flow chart, ladder diagram etc are to be furnished
by the Packager and PLC shall be capable of incorporating function Block diagram,
sequence function chart, ladder diagram and structural text as per IEC 61131.
There shall be three independent ports available in the PLC with all the parameters
available on each individual port.
Out of three ports from first port there shall bean arrangement to retrieve the data in
external storage device such as memory card/ pen drive. Data may be required in suitable
format as per CUGL Engineer In-charge discretion. This will include critical temperature,
pressure, flow, running hour etc information. Depending upon the parameters calculation
of Gas loss, Efficiency, normalised efficiency etc is also required.
Second port shall be for remote monitoring of the parameters. Besides PLC display, all the
parameters which are measured, should be monitored on a HMI/MMI for remote
monitoring as well as of remote operation. Data should be stored at 2 places
simultaneously in case of failure of one device, data can be retrieved from second device.
Trends, alarms, events should be logged for at least 3 months on day/hour/minute basis.
Third port shall be available for any third party interface which shall be OPC compliant
for networking or SCADA. The recorded data or part of the data may be required to
transmit to remote locations over open/secured network through internet/ Ethernet using
local cable/ data card/ simcard( GPS/GPRS/CDMA). Modem / router or any other
medium to transmit the data should be available. Vendor shall provide protocol details to
CUGL and also provide necessary support for third party interface for remote data
connectivity.
Redundancy in PLC is required. PLC shall incorporate all process parameters (specified
elsewhere) and status of compressor, engine & priority panels and shall be modular in
construction with 100% redundancy with respect to CPU, Power supply, Interface. PLC
components/system shall be tropicalised, MIL standard adopted with complete wiring
and necessary terminals. Wiring to be colour coded with cross ferruling in position.PLC

131 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

shall be capable of carrying out on line routines for atleast ten separate loops without
affecting the scan, cycle & up dating time etc.PLC shall be configured as a remote terminal
unit of supervisory computer and data acquisition system complete with dial up
connectivity. One card for transferring and accessing data from minimum twenty devices
with RS 485 port shall be provided. In case of failure of master / active controller/CPU,
standby controller/CPU should take over the control in bump less manner. All values &
data should be available through both the controllers immediately, i.e. there should be no
data loss.
Successful bidder to include in scope live demonstration of remote monitoring of all PLC
logged parameters in one machine at his works. CUGL may ask for the same. However,
this may be required to be demonstrated at site.
There shall be an interlocking provision in PLC program for tripping of machine due to
communication break or power failure of flow meters.
Fail safe / Wire break alarm for safe operation. Machine should trip in case the loop is
broken for GD/FD/PT/TT.
Each cable shall be neatly tagged& dressed of each for instrument.
There shall be identification tags for individual instruments.
Preferred make of PLC should be Siemens as more than 90% of installed PLC in CUGL is
of Siemens make.
In PLC pressure process values should be taken from pressure transmitters and should be
independent from pressure gauges installed on local gauge panel. Temperature process
values should be taken from temperature transmitters and should be independent from
temperature gauges installed on local gauge panel.
5.2 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 Owner’s use to give a remote indication of alarm and trip.
5.3 In auto mode, compressor shall start automatically in case high bank storage pressure falls
below 220 kg/cm2 and stop as soon as pressure of stationery cascade reaches 255 kg/cm2.
5.4 The priority fill system (In bidder’s scope) shall ensure the filling of vehicle, storage cascade
and mobile cascade in correct order. Following Priorities are envisaged for supply of
compressor packages:
With Nine (9) line priority panel: -- 07 Nos. of
compressors

132 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

5.5 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 fail-safe mode & failure of any control
shall not lead to operation of equipment/ system in unsafe condition.
5.6 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. Emergency stop PBs shall be mushroom head
turn lockable type.
5.7 Once the fault is acknowledged or the engine and/or compressor are under normal
maintenance, the valves of priority panel shall take the position so that gas available in the
stationary CNG storage cascade can be dispensed.
5.8 The pressure in each bank shall be monitored from down stream of priority panel.
5.9 Bidder shall provide emergency shut down (ESD) system in the control room as well as
locally mounted on the compressor panel and one no. on the enclosure. Total 3 nos. of ESD
switches to be provided as a minimum.
5.10 Fail-safe system shall be designed and incorporated to isolate cascade storage from
dispenser, stop compressor, isolate the compressor suction line and cut off fuel gas supply
to engine on activation of ESD switch.
ESD switch shall have to be manually reset to restart the compressor package
again.
5.11 Bidder shall provide Application program for PLC, HMI (Human Machine Interface) on
LCP (one set) along with all interfacing adaptors and cables. Bidder shall also provide one
set of source & object codes for PLC, HMI on LCP (in both forms, hard & soft).
5.12 All pressure and temperature at compressor inlet, outlet, at each stage before and after
cooling, all engine related pressure temperature, all cooling water temperature at inlet and
outlet to be available on the PLC.
5.13 PLC shall have historical as well as event recording system for atleast last 200 events as per
attached section: General specification for instrumentation.
5.14 Remote Monitoring
The compressor package should be equipped with GPRS based Remote Monitoring and
Analysis Solution for relay of the data to a remote server and monitoring of the PLC
parameters. This is in order to facilitate Predictive and Preventive maintenance and also to
enhance safety in operations.
The Re mote monitoring system shall fulfill the following minimum requirements:

• 24 x 7, every minute relay of PLC data to dedicated Server.


• Database of all operational parameters of the PLC shall be maintained in Server Storage.

133 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• Supplier shall provide web access to Purchaser and create log in ID’s as per Purchaser’s
requirement (Max. 20 log in ID’s).
• The Web access shall allow Purchaser to view all the historical parameters of the
.compressors in formats as per Purchaser requirement.
• The Server should be programmed to automatically mail the daily log book parameters
to Purchaser’s servers at designated address.
• There should be feature of user defined virtual set points in the server to trigger pre-
alarms. These set points shall be in virtual mode in the server and shall in no way
interfere with the working of compressor or OEM defined set points in package PLC.
• The server shall send e-mail and SMS intimation to Purchaser’s designated numbers in
case of fault/breakdown.
• The Webpage shall display Daily production / gas loss and package wise gas loss along
with daily log.
• The Webpage shall display amount of Natural Gas consumed by engine in Kgs to
produce one Kg of CNG.
• The Webpage shall also highlight the pipeline pressure available at station Vs.
production in Kgs. The bidder shall make provision to tap & read Station Pressure.
• The Server shall have provision to push data to Purchaser’s Servers for integration /
mapping of production rates and losses etc. to Purchaser’s SAP system.
• Logging of gas compressed by respective compressors.
• Internet connectivity for GPRS during warrantee period and AMC period shall be in
bidder’s Scope.
• In case CUGL need the live data access, same shall be provided by the bidder.
INSTRUMENTATION.

6.1. All Instruments shall be suitable for an area classification of “Class 1, Division 1, Group D
as per NEC “ OR “ZONE 1, Group IIA/IIB as per IS/IEC”.
6.2. All package mounted transmitters/transducers & temperature element shall be intrinsically
safe " ia" as per IEC 79-11 and solenoid valves, switches and related junction boxes shall be
certified flame proof (Eexd) as per IEC 79-1 by a statutory body viz. FM, BASEEFA etc. for
the specified hazardous area classification. Other special equipment’s/instruments, where
intrinsic safety is not feasible or available the same shall be flame proof (Eexd) certified
suitable for the specified hazardous area by a statutory body as per IEC 70-1. All analog as
well as digital input to PLC shall be connected through barriers. All analog barrier shall be
isolator type.
6.3. 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 with make and model no. duly approved by
CUGL.
134 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

6.4. Instrumentation electronics shall be certified by a recognized authority such as BASEEFA,


PTB, LCIE, CESI, INIEX, and SMRS.
6.5. All the instrumentation shall be capable of operating for full range of operation. For detailed
instrument specification refer attached Section: General Specification for Instrumentation.
6.6. Separate junction boxes shall be provided for each type of signal i.e., analog, digital,
solenoids, RTD thermocouple and power supply. Instrument junction boxes should not
have any high voltage connection.
6.7. All pressure gauges and pressure transmitters shall be provided with block & bleed valves
and have accuracy of + or - 1% of Full Scale Deflection (FSD).
6.8. The temperature gauge shall be generally gas in steel filled type, weatherproof & with
capillary extension. Capillary tubing shall be min SS 304 with stainless steel flexible
armouring. The gauge shall have accuracy of + or - 1% Full Scale Deflection (FSD). The
range shall be 1.5 times of operating temperature.
6.9. All field instruments power shall be limited to 24 VDC. Power conversion unit if required
shall be in the scope of the vendor. All instruments and enclosures shall be dust proof and
weather proof to IP 65 as per IEC-529/ IS 2147.
6.10. Units of measurement shall be:
GAS FLOW -Kg/hr & SM3/hr
PRESSURE -Kg/cm2 g
TEMPERATURE -0C
6.11. The package shall be supplied with 4 nos. mass flow meter, one each for compressor
suction, discharge, engine fuel consumption and for measuring vent loss. While the suction,
discharge and fuel consumption meters shall be Coriolis principle based approved for
custody transfer application, the mass flow meter for measuring vent loss shall be thermal
type.

6.11.1 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
PESO.
6.11.2 Allowable pressure drop for the flow meter at the inlet of the engine is 0.2 kg/cm2 and
allowable pressure drop for the flowmeter at the inlet and outlet of the compressor shall be
1.0 kg/ cm². Offered mass flowmeter shall be necessary for Custody Transfer application
but not exceeding 0.5% of span.
6.11.3 Calibration for the offered mass flow meter shall be in Kg/hr and SM³/hr. Pressure,
Temperature compensation shall be provided by the meter.
6.11.4 Flying lead type electrical termination is not acceptable. All electrical connections shall be
½” NPTF. Cable glands shall be provided for electrical power, signal and control

135 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

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.
6.11.5 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.
6.11.6 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 lineariser etc.
6.11.7 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.
6.11.8 Vendor shall calibrate each Mass Flow meter at his shop or any recognised test house with
the fluid (Use design process conditions) for which it is to be used as per Clause no.9 of
MPMS (Draft standard Nov. 2000). In case it is not possible to calibrate the Mass Flow meter
with actual fluid. Vendor must indicate :
a. Fluid used for calibration
b. Correction factor/Adjustment required for actual process fluid. In any case, inaccuracy
when extended to actual process shall not exceed the specified limits (as per
manufacturer’s standard).
6.11.9 Vendor shall submit the following test certificates and test reports for purchaser’s review:-
a. Material test certificate with detailed chemical analysis from foundry (MIL Certificate).
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.
6.11.10 Individual (2/3 core) cabling is required for each field instrument from field JB to avoid
multiple JB’s and multicore cables in field for easy trouble shooting & replacement.
6.11.11 Each cable shall be neatly tagged & dressed for each instrument.
6.11.12 PLC should be preferably Siemens make as more than 90% of installed PLC in CUGL is of
Siemens make.
6.11.13 There shall be provision of relay for DO cards between PLC & SOV & barriers/ isolators
for DI cards between field & PLC. The barriers and isolators should be either single or
double channel in place of multichannel for easier replacement.
6.11.14 All the instrumentation shall be capable or operating for full range of operation.
6.11.15 Separate junction boxes shall be provided for each type of signal i.e. analog, digital,
solenoids RTD, thermocouple, intrinsic safe and for power supply. No cable shall share
power & signal.

136 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

6.11.16 Suitable bypass for interlocks shall be provided for start-up.


6.11.17 Compressor package shall be provided with the following indicators:
• Pressure indicator each stage suction and discharge.
• Temperature indicator each stage suction and discharge
• Oil pressure indicator on each pressure lubrication system
• Oil levels indicator, field mounted
• Hour meter
• Non- resettable electromechanical hour meter on local control panel.
• Compressor jacket water coolant temperature indicator on local gauge panel
• Hydraulic oil cooler inlet & outlet temperature on local gauge panel (if required)
• Hydraulic oil pressures each stage on local gauge panel (if required) The
Compressor package shall be provided with the following trip devices:
a. Low oil level protection devices
b. High oil temperature devices
c. Low suction pressure protection devices
d. High discharge temperature protection device
e. Coolant flow low devices
• Flame detection
• Gas detection
• Emergency stop devices
• Fail safe/ wire break alarm for safe operation
• Interlocking provision in PLC program for tripping of machine
The compressor package shall be furnished with the following trip logic that shall stop the
compressor and suction of compressor shall be isolated:

• On low oil level


• On high oil temperature
• On low suction gas pressure
• On high discharge pressure
• On high discharge gas temperature
• On coolant flow low
• On fire detection

137 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

• On gas detection
• On pressing manual sop button at local control panel
• On pressing emergency stop devices
6.11.18 Each compressor package shall be provided with an audible and visual alarm system for
annunciation on compressor abnormalities.
6.11.19 Junction box shall be of explosion proof type with 10-20% extra terminal strip & cable gland
shall be of double compression type.
6.11.20 Gas detectors and flame detectors should be mounted with the canopy.
6.11.21 ESD button (3 Nos.) shall be provided (Customer Interface room, locally mounted on
package and Panel room). A separate hooter for customer interface room shall be provided
with annunciation window alarm of individual protection device.
6.11.22 All instrument shall be of internationally reputed manufacturer
6.11.23 Emergency shut down devices
The emergency shut down (ESD) system is also in scope of vendor. This shall be in
accordance with NZS 5425. A fail safe system shall be designed and incorporated to isolate
cascades storage from dispensers, stop compressor isolate the compressor suction storage
line and cut off power supply on activation of ESD switch. This ESD switch shall have to be
manually reset to restart the compressor package again.
6.11.24 Local Control Panel
• There shall be three independent ports available in the PLC with all the parameters
available on each individual port.
• Out of three ports, from first port there shall be an arrangement to retrieve the data in
external storage device such as memory card/ pen drive. Data may be required in
suitable format as per CUGL engineer in charge discretion. This will include critical
temperature, pressure, flow, running hour information etc. Depending upon the
parameters calculation of gas loss, efficiency, normalized efficiency etc. is also required.
• Second port shall be for remote monitoring of the parameters. Besides PLC display, all
the parameters which are measured should be monitored on a HMI/ MMI for remote
monitoring as well as of remote operation. Data should be stored at 2 places
simultaneously, in case of failure of one device data can be retrieved from second device.
Trends, alarms, events should be logged for at least 3 months on day/ hour/ minutes/
basis.
• Third port shall be available for any thrd party interface which shall be OPC compliant
for networking or SCADA. The recorded data or part of the data may be required to
transmit to remote locations over open/ secured network through internet/ Ethernet
using local cable/ datacard/ sim card (GPS/ GPRS/ CDMA). Modem/ router or any
other medium to transmit the data should be available. Vendor shall provide protocol

138 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

details to CUGL and also provide necessary support for third party interface for remote
data connectivity.
• Redundancy in PLC is required. PLC shall incorporate all process parameters (specified
elsewhere) and status of compressor, engine & priority panels and shall be modular in
construction with 100% redundancy with respect to CPU, Power supply, Interface. PLC
components/ system shall be tropicalised, MIL standard adopted with complete wiring
and necessary terminals. Wiring to be color coded with cross ferruling in position. PLC
shall be capable of carrying out on line routines for at least ten separate loops without
affecting the scan, cycle & updating time etc. PLC shall be configured as a remote
terminal unit of supervisory computer and data acquisition system complete with GPRS
and Ethernet connectivity. One card for transferring and accessing data from minimum
twenty devices with RS485 port shall be provided. In case of failure of master/ active
controller/ CPU, standby controller/ CPU should take over the control in bump less
manner. All values & data should be available through both the controllers immediately,
i.e. there should be no data loss.
• Successful bidder to include in scope live demonstration of remote monitoring of all PLC
logged parameters in one machine at his works. CUGL may ask for the same. However,
this may be required to be demonstrated at site.
• PLC based logic circuits shall be used for control & interlock of the compressor package
with RS485 SCADA Connectivity as per details in Annexure-IX.
• Local control panel shall be furnished with annunciation window alarm of individual
protection device and a common hooter for audible alarm.
• Local panel should have separate push button for start, stop, emergency stop, alarm
acknowledge, alarm rest & test button for checking healthiness of annunciation system.
6.11.25 Priority fill system
Contractor shall supply as mentioned in the bid document ( 9 bank for 1200 SCMH) priority
fill system with compressor top-up facility inclusive of regulating valves, check, by pass
valves & liquid filled pressure gauges all mounted in a stainless steel panel. All fittings and
tubes used in priority system shall be of stainless steel of suitable pressure rating. The
priority fill system is to be installed to ensure that vehicle filling takes priority over cascade
filling and direct CNG to three storage banks in correct sequence. The compressor shall shut
down once all three-cascade storage banks are filled to 250 barg g. Compressor shall start
on pressing of manual start push button & automatically when the cascade storage high
bank pressure of compressor falls to 200 barg and shutdown automatically when all 3 stages
of stationery cascade are filled to a pressure of 250barg.

6.12. Certification:

The requirement of statutory approvals for usage of equipment/instruments/system in


electrically hazardous areas shall be as follows:
139 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

a. The vendor shall be responsible for obtaining all statutory approvals, as applicable for
all instruments and control systems.
b. 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– PESO.
- 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 PESO
and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS)
licence.
- 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 PESO.

EARTHING / CABLING

Metallic part of all equipment not intended to be live 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.
7.1 Cabling
7.1.1 Cables for Power & Control inside as well as outside the enclosure shall be 2.5 Sqmm
(copper) and 1.5 Sqmm (copper) respectively.
7.1.2 Cables shall be 1100-volt grade, stranded copper conductor, PVC insulated PVC sheathed,
steel round wire armoured. FRLS cables.
7.1.3 Cables shall be terminated using double compression type metallic flameproof cable glands
and copper lugs.
7.1.4 Spare cores to be kept in each control cable.
7.1.5 All Junction Boxes (JBs) shall have metallic enclosure
7.1.6 Cables for control circuits shall be single phase (2 wire), 240 V, 50Hz A.C. supply from UPS.
INSPECTION AND TESTING

8.1 General
140 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

a) Inspection and Test Requirements have been spelled out in respective Equipment Data
Sheets and the Technical Specification and QAP attached as Annexure - XII.
b) Bidder shall confirm compliance to all inspection and testing requirements stipulated
therein and include the inspection charges in the lump sum cost.
c) All tests which are required to be witnessed as per data sheet and this specification shall
be witnessed by the Purchaser. The bidder shall notify the timing of such inspection and
testing to CUGL and CUGL shall depute their representative for witnessing the test
and/or a third party inspection agency shall be appointed by CUGL for witnessing the
test at CUGL’s own cost.
d) Bidder shall submit detailed Test Procedure for Approval of the Purchaser two months
in advance of the actual date of conducting each test.
8.2 Mechanical running test (MRT)

a) The MRT for the 25% compressors block of the lot shall be carried out with job or shop
driver including complete job driving system i.e., job driven V-belt, job pulleys etc., for
4 hours continuously at the premises of compressor block OEM. The compressor need
not be pressure loaded for MRT test. During this test following shall be recorded at
agreed intervals (as applicable).
- Vibration levels measured on cylinders and frame
- Bearing temperature
- Oil cooler inlet and outlet temp
Subsequent to satisfactory run the compressor shall be examined as per standard
procedure & following shall be examined as minimum:
- Bore & other parts by opening a valve
- Piston & cylinder clearance
- Visual examination of position rod, cylinder guide bore without dismantling
If any of part found damaged, all similar components shall be stripped for inspection. The
MRT test shall be repeated after replacement of such parts.
8.3 Gas Engine Performance

a) The performance testing of each engine shall be carried out by gas engine manufacturer
in accordance with ISO 3046 or equivalent test procedure at his works. The routine load
and fuel consumption test shall be for following minimum duration:
Part Load (50%, 75%) - 1/2 hour each
Full load (100%) - 4 hours
Bidder shall indicate the guaranteed fuel consumption for the Gas engine for the specified
catalogue rating. The same shall be verified for each engine at engine manufacturer’s shop.
In the event of the actual fuel consumption exceeding +5% of that guaranteed, the engine

141 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

shall stand rejected and bidder shall offer other engine for testing after all efforts to reduce
fuel consumption are exhausted.
8.4 Mechanical String Test

Mechanical String Test for 4 hrs is a mandatory requirement to be performed at packager’s


shop before despatch in presence of CUGL representatives (or a third party as arranged by
CUGL). This test can be clubbed up with the Mechanical Run Test of compressor as
specified above, provided the job driver & lube Oil system is used for the test. At least 25%
of the package lot ordered shall be string tested.
8.5 Performance Acceptance Test (PAT)

Bidder shall send fully assembled package including auxiliary systems, instrumentation,
safety devices within the enclosure to the site and carry out the performance test at site
before the commencement of 72 Hours Field Trial Run.
Complete package shall be performance tested as a module whereby along with engine &
compressor performance bidder shall demonstrate all controls, shutdown, trips/alarms etc.
The test shall be the basis of assigning penalties on the bidder, acceptance/rejection of the
package thereon. Bidder shall submit the detail test procedure for the same, which shall be
approved by CUGL. The test for the package shall be witnessed by CUGL representatives.
PERFORMANCE GUARANTEES, LOADING AND PENALTIES

9.1 This section describes the guaranteed parameter, which the CNG compressor package must
fulfil, the penalty for shortfall in guaranteed parameters and rejection of compressor
package by the Purchaser.
9.2 The guaranteed parameter shall be adjusted to account for variation in gas composition and
prevailing ambient condition during testing.
9.3 Necessary calculations correction curves shall have to be furnished by Bidder along with
bid, which shall be final & no deviation shall be permitted afterwards.
9.4 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.
9.5 Bidder shall furnish guaranteed value as per Annexure – I enclosed with this specification
9.6 Compressor Capacity (As applicable for 1200 SCMH)
Bidder shall guarantee 1200 SCM/hr capacity (as the case may be) of compressor with
design case gas composition, at suction pressure of 16 kg/cm2g, suction temperature of
38°C, discharge pressure of 255 kg/cm2g with the negative tolerance for errors in
instruments and measurements.
Since the compressor suction pressure varies from 14 kg/cm²g to 19 kg/cm²g the
compressor shall be sized / selected for specified capacity of 1200 SCMH at 16 kg/cm²g
(with no -ve tolerance) whereas the driver shall be selected on the basis of compressor BkW
with either 14 kg/cm²g or 19 kg/cm²g whichever is higher.
142 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

For calculation purpose 1kg of CNG =1.40 SCM


The same shall be used to establish the capacity at test bed during package performance
test.
9.7 Loading A gainst Package Gas Loss:
The bidder shall design the compressor package so that no venting and leakage of gas takes
place. Bidder shall indicate actual vent & leakage losses through the compressor package.
If package loss is quoted more than 1% of suction capacity gas consumption than bid shall
be rejected. This quoted figure will be used for evaluation and total quoted price for all
compressors towards supply, special tools and tackles, erection and commissioning will be
loaded as per following formulas:
F = G x H X I X NxW
Where,
F = Loading amount in Rs.
G = Vent/Leakage rate quoted in percentage
H = Cost of Natural Gas per Kg – Rs. 20/- per kg
I = Factor towards lifecycle in hours @ 73,000 hours
N = Number of machines
W = 867 Kg/Hr for 1200 SCMH respectively
Loading against Fuel Consumption:
The compressor package shall be designed in such a way that Gas Consumption of engine
(Kg/Hr) should be minimum for production of CNG.
Bidder shall indicate actual gas consumption for their compressor package. This quoted
figure will be used for evaluation and total quoted price for all compressors towards
supply, special tools & tackles, erection and commissioning will be loaded as per following
formulas:
F = (G-Q) x H x I x NxW
Where,
F = Loading amount in Rs.
G = Bidder’s Gas consumption rate quoted in Kg for every Kg of CNG produced
Q = Lowest Gas Consumption rate quoted by any bidder in Kg for every KG
of CNG produced
H = Cost of NG – Rs. 20/- Kg
143 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

I = Factor towards lifecycle in hours @ 73,000 hours


N = Number of machines
W = 867 for 1200 SCMH respectively
Loading against lower discharge capacity:
CNG compressor package’s lifetime production capacity (in Kgs for 73,000 hours) is an
important parameter to compare different makes of compressors being offered by vendors.
It is intended to purchase capacity of 867 Kg per 1200 scmh at 16 Kg/cm2 suction pressure
(corresponding to average Molecular Weight of gas being compressed).
The loading shall be calculated on basic equipment price (excluding taxes).
Packages with maximum capacity below 780 Kgs per hour shall not be accepted.
Penalty towards Excess Gas Loss:
At the start of O&M period or even at any point of time during the O&M period, cost
towards excess gas loss beyond the quoted figure shall be deducted from O&M bills.
Following calculations shall be used for deduction towards excess gas loss:
F = [G-(Q*D] *H
Where,
F = Penalty in Rupees to be deducted from O&M bill
G = Monthly Vent/Leakage loss observed during O&M period
Q = Vent / Leakage loss quoted
H = Cost of Natural Gas/Kg – Rs. 20/- per Kg
D = Production during the month (discharge meter)
Considering
G above shall be taken as (Suction – Discharge – Engine Fuel Consumption) OR Reading
from Vent Mass Flow Meter, whichever is higher.
Penalty towards Excess Fuel Consumption:
At the start of O&M period or even at any point of time during the O&M period, cost
towards excess fuel consumption beyond quoted figure shall be deducted from O&M bills.
Following calculations shall be used for deduction towards excess fuel consumption.
F = (G-Q) x H
Where,

144 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F = Monthly Penalty in Rs.


G = Monthly Actual Gas consumption
Q = Guaranteed consumption rate quoted by supplier for every 867 Kg
of CNG x CNG produced during the month /867
H = Cost of Natural Gas – Rs. 20/- per Kg
Penalty towards Package Efficiency Loss
This penalty shall be imposed on compressor blocks not capable of delivering rated capacity
of 1200 SCMH
Following calculations shall be used for penalty towards package efficiency loss:
F = 2 x {(1200 x H x RD x AD) – M}
Where,
F = Penalty Amount in Rupees
H = Hours clocked in a month
RD = Average RD for the month using GC Data
AD = Air Density = 1.22541
M = Discharge mass flow during the month in Kgs

Note:
• Gauge Pressure at Station Inlet shall be used as benchmark for imposition of penalties
and not suction pressure being displayed at the PLC.
• Pressure regulator shall not be used to reduce the pressure at the compressor block inlet
below 16 Kg/Cm2.
• In case pipeline pressure at the station itself is less than 16 Kg/Cm2, then the penalty
shall be imposed if the package delivery falls below discharge values corresponding to
the station pressure.
Penalty for Non-Performance during Five Year Period of Operation & Maintenance
including one year of warrantee pe riod
Details of Penalty for non performance of equipments
a. On normal day (i.e. the day other than the schedule maintenance day):
i. The party has to ensure that the equipments are available for operation for minimum
20 hours per day and on an average the equipment availability has to be 98% in a
month.
145 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ii. If the equipment is down for more than 4 hours on any day or availability is less than
98% in a month. Penalty would be applicable as follows:
upto 12 hours : Rs. 20,000/-
Beyond 12 hours: Rs. 40,000/- per day.
In case of daily availability is 20 hrs. but monthly average availability is below 98%. Then
penalty @ of 10,000 per % or part thereof shall be applicable.
b. On schedule maintenance day:
i. The party would be required to carry out the recommended schedule/preventive
maintenance of the equipments for which the party has to indicate the time required
for each type of schedule maintenance.
ii. If the equipment is down for more than 4 hours & upto 12 hours beyond the time
indicated for the agreed schedule maintenance, the party would be penalized Rs.
20,000/- and for more than 12 hours Rs. 40,000/- per day.
iii. In any case, the maximum penalty imposed in a month for non-performance of the
equipment turns out be 50% or more of the amount of O&M charges to be paid to
the party per month per compressor (a complete cost break up of O&M charges need
to be furnished by the bidder), CUGL will take necessary actions as per terms and
conditions of the contract for such non-performance.
iv. In case there is a continuous breakdown beyond 72 hours up to 15 days, 50% of
monthly comprehensive maintenance charges excluding operational part will be
deducted.
v. In case there is a continuous breakdown beyond 15 days, which is not in the control
of the contactor, no maintenance charges will be paid. Only operation charges may
be payable on sole discretion of EIC

PAINTING AND PROTECTION

10.1 Packing shall be sufficiently robust to withstand rough handling during ocean shipment &
in- land journey. Sling points shall be clearly indicated on crates.
10.2 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.

146 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

d. Surface shall be inspected by CUGL/ third party before application of primer.


10.3 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.
No. of Coats : 1
DFT : 75 (micron) each
B. Primer : Two component intermediate coat with epoxy high build MIO
(micaceous iron oxide) of minimum volume solids of 80% an
initial cure of 60 minutes at 25 deg. C a weight of around 2.1
kg/ litre.
No. of Coates : 1
DFT : 100 micron
C. Finish Coat : Asrylic Polyurethane paint
No. of Coats : 50 (micron) each coat
Total DFT : 100
Total DFT after application of primer and paint shall be 275 (micron) minimum.
10.4 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.
10.5 The headers of air-cooled exchanger shall be zinc sprayed.
10.6 Bidder shall make all arrangement for paining of enclosure once in period of 3 years or
whenever required whichever is earlier.

ERECTION, TESTING AND COMMISSIONING AT SITE

11.1 Bidder shall be responsible for erection commissioning; performance test, field noise level
test and field trial run of all compressor packages at site.
11.2 Bidder shall be liable to pay all local taxes, levies applicable and comply with rules, laws
prevailing in India.

147 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

FIELD TRIAL RUN/ PERFORMANCE ACCEPTANCE TEST

Bidder shall conduct a field trial run of each compressor package for minimum 4 hours
continuous duration and upto 72 hours under observation at guaranteed points in which
satisfactory operation of complete package together with all accessories/auxiliaries
controls shall be established for specified operating conditions prior to the start of one year
operation and maintenance period as defined in the contract. During the field trial run the
bidder will be allowed a maximum of THREE attempts to complete the above specified test.
All punch points raised by CUGL should be completed before performing the FTR/ PAT
at site.
SPECIAL TOOLS AND TACKLES

13.1 Special tools & tackles for erection and commissioning and for operation & maintenance
are required to be supplied along with the package. These tools and tackles left after work
completion shall be the property of CUGL.
Vendor shall maintain sufficient spares to fulfill the warranty & subsequent two years
period requirements. In case of additional requirement during the warranty period, if any
spare part is taken from CUGL, the same shall be replaced to CUGL with new part
supported by necessary document for its authenticity of being new & original spare part
13.2 A brand new separate set of Special Tools & Tackles per compressor as required for
preventive maintenance as well as breakdown maintenance beyond the contractual One
Year Operation Period shall be supplied by the Packager, which shall form the property of
CUGL. Special Tools shall include two no. Web deflection gauge along with supply of 07
nos. of Compressor package.
DATA AND DRAWING

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 (BDR) forms.
c) The data requirement after placement of Fax of Intent (FOI) 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 Bidder’s promised data in
the columns provided.
d) After the placement of FOI, a conference (kick off meeting) will be held at such place,
as may be mutually agreed upon between the Bidder and the purchaser within 15 days
from the date of placement of FOI. 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.

148 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

e) Bidder shall furnish the Drawings/Documents for Purchaser’s Review / approval as


per the Bidder Data Requirement (as specified in the Specifications/Bidder Data
Requirement forms). The review comments for major and critical drawings (such as
system P&ID’s, General Arrangement Drawings, Foundation Drawings, Performance
characteristics, Pulsation and Vibration Study Reports, Torsional Analysis etc.) shall
be discussed across the table at such date and place as may be mutually agreed
between the Purchaser and the Bidder.
f) Along with the supply of each compressor package, the supplier shall provide
software for PLC & HMI, ladder logic and software authorization password/license
in two sets.

149 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURES

(Bidder to submit filled up annexures for 1200


SCMH)

150 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – I : GUARANTEED PARAMETERS

Sr. No. Parameter Bidder’s Data

Compressor capacity at Suction Pressure@ 16 kg/cm2(g)


1 (minimum 1200 SCMH / 867 Kg/Hour)

2 Compressor BKW in KW @ Rated Conditions (No + ve tolerance)

3 Compressor BKW in KW @ RV Set Conditions (No + ve tolerance)

4 Net of all auxiliaries/package ventilation loads in KW

5 Site rated BKW of gas engine (No – ve tolerance)

Fuel (Gas) consumption of package in kg per hour at 35oC Ambient, Density


6 of Natural Gas 0.5958 Kg/SCM for production of 867 Kg/hour,NCV of 8532
K Cal/SCM (basis for Loading & Penalty)

7 Noise level 75 dBA @ 1 meter from enclosure (required 75 dBA)

Gas Loss as % of Production, Including loss from SRV, due to oil top ups
8.
and idling - (basis for Loading & Penalty)

Maximun mass handling capacity of compressor block/ package (in


9. Kg/hr)@ 16Kg/cm2 (g) suction pressure on continuous basis (20 hr/day
operation) – (basis for Loading & Penalty)

151 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – II

GAS COMPOSITIONS

GAS COMPOSITION

Normal Gas Composition Design Gas Composition

C1 82.43 – 99.10 89.45

C2 7.27 – 0.90 4.58

C3 3.47 – 0.00 0.83

I C4 0.65 – 0.00 0.07

N C4 0.78 – 0.00 0.06

I C5 0.17 – 0.00 0.09

N C5 0.13 – 0.00 0.28

C6 0.10 – 0.00 0.17

C7 0.00 – 0.00 0.00

CO2 4.93 – 0.00 4.38

N2 0.06 – 0.00 0.10

H2O 0.01 – 0.00 0.00

Total 100 100

Average C.V. 8950 – 8150 8302.3


(kcal/SCM)

NOTE:

Compressor guaranteed performance shall be estimated for the design case gas composition and
performance shall be reported for the two extreme gas compositions above.

152 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE-III

APPROVED VENDOR LIST

ITEM CODE / DESCRIPTION AIR FILTER REGULATORS


VENDOR NAME Remark
ASEA BROWN BOVERI LTD.
BLUE STAR LTD
DIVYA CONTROL ELECMENTS PVT. LTD.
PLACKA INSTRUMENTS & CONTROLS PVT. LTD
SHAH PNEUMATICS
SHAVO NORGREN (I) PVT. LTD
VELJAN HYDRAIR PVT. LTD.
ITEM CODE / DESCRIPTION FIELD INSTRUMENTS (P, DP, F,L,T)
VENDOR NAME REMARKS
ABB AUTOMATION LTD.
ASCHROFT
MURPHY
CCS
WAREE
FISHER ROSEMOUNT INDIA LIMITED
FUJI ELECTRIC CO. LTD.
HONEYWELL INC.
TATA HONEYWELL
YOKOGAWA ELECTRIC CORPORATION
YOKOGAWA BLUE STAR LTD.
WIKA
DRUCK
ITEM CODE / DESCRIPTION MASS FLOW METERS
VENDOR NAME REMARK
ENDRESS & HAUSER CMBH & COMPANY CORIOLIS TYPE, MANUFACTUER, ENDRESS +

EMERSON PROCESS MANAGEMENT HAUSER


CORIOLISFLOWTEC
TYPE AG, REINACE, SWITZERLAND
ITEM CODE / DESCRIPTION PRESSURE GAUGES
VENDOR NAME REMARKS
AN INSTRUMENTS PVT. LTD.
BADOTHERM PROCESS INSTRUMENTS B. V.
BOURDON HAENNI S.A
BRITISH ROTOTHERM CO. LTD.
BUDENBERG GUAGE CO. LTD.
DRESSER INC
GENERAL INSTRUMENTS CONSORTIUM
MANOMETER (INDIA) PVT. LTD.
NAGANO KEIKI SEISAKUSHO LTD.
WAAREE INSTRUMENTS LIMITED
WALCHANDNAGER INDUSTRIES LTD.
WIKA ALEXANDER WIEGAND & CO GMBH
WIKA INSTRUMENTS INDIA PVT. LTD.
DRUCK

ITEM CODE / DESCRIPTION PRESSURE RELIEF VALVE


VENDOR NAME REMARKS
153 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ALSTHOM FLUIDS SAPAG


ANDERSON GREENWOOD CROSBY
BHEL (TRICHY )
DRESSER INC.
ASPRO
FUKUI SEISAKUSHO CO. LTD.
INSTRUMENTATION LTD. (PALGHAT)
NAKAKITA SEISAKUSHO CO LTD.
NUOVO PIGNONE SPA (ITALY)
PARCOL SPA
SAFETY SYSTEMS UR LTD.
SARASIN RSBD
SEBIN VALVES INDIA PVT. LTD.
TAI MILANO SPA
TYCO SANMAR LTD.
TYCO VALVES & CONTROLS INDIA PVT. LTD
FARINOSLA
FAINGER LASER
MERCER
ITEM CODE / DESCRIPTION SUCTION & DISCHARGE
SUCTION & FILTER
DISCHARGE FILTER
VENDOR NAME REMARKS
BEKO FILTER
ULTRA FILTER
ITEM CODE / DESCRIPTION SELF ACTUATED PR. CONTROL VALVE
VENDOR NAME REMARK
DANIEL INDUSTRIES INC
DRESSER PRODUITS INDUSTRIES
ESME VALVES LTD.
FISHER ROSEMOUNT SINGAPORE PTE LTD.
ASPRO
FISHER EXMOX SANMAR LIMTED
GORTER CONTROLS B.V.
INSTROMET INTERNATIONAL NV
KEYE & MACDONALD INC
NUOVO PIGNONE SPA (ITALY)
PIETRO FIORENTINI SPA
RICHARDS INDUSTRIES (FORMERLY TRELOAR)
RMG REGEL + MESSTECHNIK GMBH
ITEM CODE / DESCRIPTION SOLENOID VALVES
VENDOR NAME REMARK
ALCON ALEXANDER CONTROLS LIMITED
ASCO (INDIA) LIMITED
JEFFERSONS
ASCO JOUCOMATIC LTD.
ASCO JOUCOMATIC SA
AVCON CONTROLS PVT. LTD.
BARKSDALE INC.
BLUE STAR LTD.
HERION WERKE
SCHRADER SCOVILL DUNCAN LIMITED

154 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ITEM CODE /DESCRIPTION SPECIAL CONTROL VALVES


VENDOR NAME REMARK
FISHER ROSEMOUNT SIGAPORE PTE. LTD.
FLOWSERVE PTE. LTD. (FORMERLY DURIRON)
HOPKINSONS LIMITED
METSO AUTOMATION PTE LTD. (FORMERLY
NELES)
BHEL (TRICHY )
DRESSER INC.
ASPRO
FUKUI SEISAKUSHO CO. LTD.
INSTRUMENTATION LTD. (PALGHAT)
NAKAKITA SEISAKUSHO CO LTD.
NUOVO PIGNONE SPA (ITALY)
PARCOL SPA
SAFETY SYSTEMS UR LTD.
SARASIN RSBD
SEBIN VALVES INDIA PVT. LTD.
TAI MILANO SPA
TYCO SANMAR LTD.
TYCO VALVES & CONTROLS INDIA PVT. LTD
FARINOSLA
FAINGER LASER
MERCER
ITEM CODE / DESCRIPTION SUCTION & DISCHARGE
SUCTION & FILTER
DISCHARGE FILTER
VENDOR NAME REMARKS
BEKO FILTER
ULTRA FILTER
ITEM CODE / DESCRIPTION SELF ACTUATED PR. CONTROL VALVE
VENDOR NAME REMARK
DANIEL INDUSTRIES INC
DRESSER PRODUITS INDUSTRIES
ESME VALVES LTD.
FISHER ROSEMOUNT SINGAPORE PTE LTD.
ASPRO
FISHER EXMOX SANMAR LIMTED
GORTER CONTROLS B.V.
INSTROMET INTERNATIONAL NV
KEYE & MACDONALD INC
NUOVO PIGNONE SPA (ITALY)
PIETRO FIORENTINI SPA
RICHARDS INDUSTRIES (FORMERLY TRELOAR)
RMG REGEL + MESSTECHNIK GMBH
ITEM CODE / DESCRIPTION SOLENOID VALVES
VENDOR NAME REMARK
ALCON ALEXANDER CONTROLS LIMITED
ASCO (INDIA) LIMITED
JEFFERSONS
ASCO JOUCOMATIC LTD.
ASCO JOUCOMATIC SA
AVCON CONTROLS PVT. LTD.
BARKSDALE INC.

155 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

BLUE STAR LTD.


HERION WERKE
SCHRADER SCOVILL DUNCAN LIMITED
ITEM CODE /DESCRIPTION SPECIAL CONTROL VALVES
VENDOR NAME REMARK
FISHER ROSEMOUNT SIGAPORE PTE. LTD.
FLOWSERVE PTE. LTD. (FORMERLY DURIRON)
HOPKINSONS LIMITED
METSO AUTOMATION PTE LTD. (FORMERLY
NELES)
NUOVO PIGNONE SPA (ITALY)
SPX VALVES & CONTROLS (FORMERLY

DEXURIK)
ITEM CODE /DESCRIPTION FLAME DETECTOR
MAKE REMARK
MEGGITT AVIONICS
SPECTREX
GENERAL MONITORS/ MSA
DETRONICS
HONEYWELL
NET SAFETY
ITEM CODE / DESCRIPTION AIR FILTER REGULATORS
DETRONICS
HONEYWELL
ITEM CODE /DESCRIPTION GAS DETECTOR (IR TYPE)
MAKE REMARK
SENSITRON
DETRONICS
HONEYWELL
NET SAFETY
ITEM CODE /DESCRIPTION PLC
MAKE REMARK
SIEMENS
ALLAN BRADLEY, ROCKWELL, SCHNEIDER
ITEM CODE /DESCRIPTION CARTRIDGE FILTER
GRAND PRIX FAB (PVT.) LTD., NEW DELHI
MULTITEX FILTERATION ENERGY (PVT. LTD.,
ULTRA FILTERS (I) PVT. LTD., BANGALORE
NEW DELHI
FURAIN. SRL (ITALY)
PLENTY FILTER (UK)
AXSIA HOWMAR LTD., (UK)
FAUDI FILTER SYSTEM GMBH
SYRTEC INTERNATIONAL CONTRACTOR SPA
PERRY EQUIPMENT CORP. (USA)
(ITALY)
ZANDER GMBH (GERMANY)
ITEM CODE /DESCRIPTION CO2 CYLINDER VALVE WITH ACTUATOR FOR CO2
MAKE REMARK
FLODDING SYSTEM
GINGEKERR
CEODUEX (ROTAREX)
KIDDE
FIKE
ANSUL

156 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

LPG
VTI

ANNEXURE - IV

5 VENDOR DATA REQUIRED

S. DESCRIPTION PRINTS WITH CERTIFIED INFORMATION


NO BID REQUIRED AFTER PURCHASE
ORDER
FOR REVIEW FOR RECORDS
A GENERAL
1 PROJECT SCHEDULE YES
2 DULY FILLED-IN “CHECKLIST FOR YES
COMPLETENESS OF BID”
3 DULY FILLED-IN “CHECKLIST FOR YES
SCOPE OF SUPPLY”
4 DEVIATION LIST (IF ANY) TO THE YES
APPLICABLE SPEC., DATASHEETS

5 UTILITIES REQUIREMENT SUMMARY YES YES

6 FLANGE DETAILS OF PIPING YES


CONNECTION WITH CONNECTION
AT BATTERY LIMIT

7 DULY FILLED IN EXPERIENCE YES


RECORD PROFORMA
8 GUARANTEE PARAMETERS AS YES YES
SPECIFIED
9 TENTATIVE LOAD DATA FOR YES
FOUNDATION DESIGN
10 LIST OF SUB-VENDORS FOR ALL YES
BOUGHT OUT ITEMS INCLUDING
ELECTRICAL & INSTRUMENTATION
ITEMS
11 LEAFLET, CATALOGUES FOR ALL YES YES
ITEMS
12 O & M MANUAL YES
B COMPRESSOR
1 DATASHEETS FOR THE FOLLOWING YES YES

A - COMPRESSOR YES YES


B - HEAT EXCHANGERS YES YES
C - PRESSURE VESSELS YES YES
157 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

S. DESCRIPTION PRINTS WITH CERTIFIED INFORMATION


NO BID REQUIRED AFTER PURCHASE
ORDER
FOR REVIEW FOR RECORDS
D - GAS ENGINE YES YES
2 CATALOGUE FOR COMPRESSOR YES YES

3 TYPICAL CROSS SECTIONAL YES


DRAWING AND LITERATURE TO
FULLY DESCRIBE THE DETAILS OF
OFFERING
A - COMPRESSOR YES

B - SUCTION VALVE YES

C - DISCHARGE VALVE YES

D - PISTON ROD GLAND PACKING & YES


PISTON RINGS
E - LUBE OIL PUMP YES

4 V-BELT & PULLEY WITH SELECTION YES


CHART & CALCULATION
5 COOLER DATA / DRG WITH YES
THERMAL & MECH DESIGN
CALCULATION
6 DESIGN CALCULATION, GA DRGS YES
FOR PULSATION DAMPNER
7 PIPING & INSTRUMENTATION YES YES
DIAGRAMS FOR THE FOLLOWING
A - PROCESS GAS YES YES

B - LUBE OIL YES YES

C - COOLING WATER YES YES

D - GAS ENGINE FUEL YES YES

E - AIR START UP / VENT YES YES

8 TORQUE ANGLE DIAGRAM, PISTON YES


ROD LOAD VS CRANK ANGLE
9 TORQUE SPEED CHARACTERISTICS YES

10 ACOUSTIC / MECHANICAL YES


EVALUATION REPORT

158 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

S. DESCRIPTION PRINTS WITH CERTIFIED INFORMATION


NO BID REQUIRED AFTER PURCHASE
ORDER
FOR REVIEW FOR RECORDS
11 PIPING GAD & ISOMETRIC YES
DRAWINGS FOR THE COMPLETE
PACKAGE
12 ITEMIZED PRICE LIST OF YES YES
MANDATORY SPARES
13 ITEM LIST OF SPARES WITH PRICE YES YES
FOR 5 YEARS
14 DRG. FOR TESTING ARRANGEMENT YES
& TEST PROCEDURE TO BE ADOPTED
15 CERTIFICATE FOR FOLLOWING: YES

A HYDRAULIC TESTING YES

B NON DESTRUCTIVE TESTING YES

C MATERIAL COMPOSITION & YES


PHYSICAL PROPERTIES
D LEAK PROOFNESS TEST OF FRAME YES

E LUBE PUMP, FRAME OIL PUMP, HYD YES


OIL PUMP
16 DESIGN / ACTUAL ASSEMBLY YES
CLEARANCE CHART
17 TEST RECORDS OF FOLLOWING

A MECHANICAL RUNNING YES

B PERFORMANCE TEST / PACKAGE YES


TEST
C NOISE LEVEL TEST YES YES

17 LIST OF SPECIAL TOOLS & TACKLES YES YES


FOR INSTALLATION &
MAINTENANCE
C GAS ENGINE

1 PERFORMANCE CURVES YES YES

2 TECHNICAL LITERATURE / YES YES YES


CATALOGUE, SELECTION CHARTS,
NOMOGRAPHS ETC.
3 CONTROL SCHEMATICS YES YES

159 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

S. DESCRIPTION PRINTS WITH CERTIFIED INFORMATION


NO BID REQUIRED AFTER PURCHASE
ORDER
FOR REVIEW FOR RECORDS
4 TYPICAL COMPONENT CROSS YES
SECTIONAL DRAWING AND
LITERATURE TO FULLY DESCRIBE
THE DETAILS OF OFFERING
5 TEST PROCEDURE YES

6 FINAL ACCEPTANCE TESTING AND YES


PERFORMANCE TESTED RECORDS
7 SCHEMATIC DIAGRAM WITH START YES
UP & SHUT DOWN PROCEDURE &
LOGIC
D INSTRUMENTATION

1 G.A. OF INSTRUMENT PANEL WITH YES


BILL OF MATERIAL & WIRING
DIAGRAM FOR LCP
2 INSTRUMENT DATASHEET YES

3 LOGIC DIAGRAM / LADDER YES


DIAGRAM / FUNCTIONAL DIAGRAM
4 LOOP SCHEMATIC YES
5 INTER CONNECTING DIAGRAM YES
6 OPERATING / CONTROL WRITE UP YES
7 ALARM / SHUT DOWN LIST YES
8 WIRING DIAGRAM / INTER YES
CONNECTING PIPING
9 START UP AND SHUT DOWN WRITE YES YES
UP
10 START UP AND SHUT DOWN INLET YES YES
LOCK DIAGRAM
11 ALARM AND SHUTDOWN LIST WITH YES YES
SET POINT
12 LOAD CONTROL PANEL LAYOUT YES
13 TERMINATION DIAGRAM, PANEL YES
WIRING DETAIL
14 LOOP SCHEMATIC YES
15 INTER CONNECTING DIAGRAM YES
16 CABLE SCHEMATIC YES
17 BILL OF MATERIAL YES
18 TEST / INSPECTION CERTIFICATE YES
19 LIST OF RELIEF VALVES WITH YES
SETTINGS

160 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1. DOCUMENT DISTRIBUTION SCHEDULE

1.1. Documents and drawings under column no. 3 shall be submitted with each copy of the
bid.
1.2. Documents listed under column 4 are to be submitted in 4 copies
1.3. Documents listed in column 5 are to be submitted as hard bound indexed book
containing the following details in Twelve (12) copies & 2 transparencies and to be
submitted within 4 weeks of release note/dispatch of materials/ equipment from
vendor's works. All transparencies to be supplied in rolls (in two sets).
2. DETAILS TO BE INCLUDED IN FINAL DOCUMENTS BOOKS

2.1. Copy of P.O. and all amendments.


2.2. Copy of Purchase Requisition and all amendments.
2.3. Manufacturing Data Book containing all test certificates of components, raw materials,
stage manufacturing tests and inspections, final tests & inspection documents including
we lders' qualification & welding procedure qualification, repairs & reworking carried
out in shops. All raw material test certificates must be correlated to the P.O. Item No. &
component to which they relate by clear notings on the certificates.
2.4. Spares details including assembly drawings, part numbers, delivery, prices and ordering
information.
2.5. All design calculations carried out by the vendor.
2.6. Final Drawing Index and all as-built drawings reduced to A3/ A4 size and wherever
reduction is not possible, full size copies duly folded and placed in plastic pockets.
2.7. Catalogues/leaflets of sub-vendors/suppliers of various bought out components
highlighting the components actually supplied correlated to P.O.Item Numbers.
2.8. Operating and maintenance instructions including lubrication schedules with details of
suppliers for procurement by OWNER for subsequent needs.
2.9. Release Note and Packing List.
2.10. Any other documents asked for in the Purchase Requisition.
2.11. All final drawings shall also be given to purchaser in digitized form on CD-ROM
compatible to AUTOCAD software.
2.12. Final documents including operation and maintenance manual should be submitted, one
copy per package plus one original.
2.13. Operation and maintenance manual shall include assembly and disassembly,
specification (torque chart), parts manual, complete list of bill of material, bought out
spares and accessories. One original plus individual copies for the no. of compressor
packages supplied.

161 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

3. SPECIAL INSTRUCTIONS FOR SUBMISSION OF DWGS./DOCUMENTS:

3.1. Fold all prints to 216 MM x 279 MM size & roll transparencies.
3.2. Contractor to forward the drawings and documentation to CUGL (Attention vendor
prints control department) clearly specifying purchasers Job no. & Req. No.
3.3. The drawing/Document no. with Rev. No. is essential. The number may be upto a
maximum of 28 characters in length.
3.4. Each Drawing/Document submitted to CUGL must be checked and signed/stamped by
contractor before it is submitted to CUGL.
3.5. Revision number must change during subsequent submission of vendor document.
3.6. Multi-sheet documents other than drawings must be submitted in their entirety in the
event of a re-submission even if only a few sheets are revised.
3.7. Final submission in bound volumes shall necessarily have a cover page giving project
title, Item name, P.O.No. particulars of owner, consultant & vendor and an index giving
list of drawings & documents included (with revision no.).
3.8. All vendor drawings to be provided with a blank space measuring 75 mm W x 38 mm H
for marking of review codes etc. by CUGL.
3.9. The review of the vendor drawings shall be done by CUGL, as applicable, under the
following review codes:
R Review Code 1 N No comments.

P Proceed with manufacture/fabrication as per commented drawings.


R Review Code 2
Revise drawings required

R Review Code 3 D Document does not conform to basic requirements.

5.1 Review of vendor drawings by CUGL would be only to check compatibility with
basic designs & concepts & would in no way absolve the contractor/vendor of
his responsibility to meet applicable codes, specifications & statutory
rules/regulations.
Vendor shall submit within 10 days after placement of FOI, the complete list of
drawings/ documents with submission dates against each. Critical drawings, only, the
list of which will be agreed during kick-off meeting shall be reviewed jointly at CUGL's
office.

162 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – V

TECHNICAL DEVIATION SCHEDULE FOR CNG COMPRESSOR PACKAGE

Vendor:
Vendor to specify Specification number and clause Description of Deviation and give reasons in
S.No.
number against which Deviation is sought support of Deviation

163 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – VI
M.R. COMPLIANCE SCHEDULE
Item: CNG COMPRESSOR

Vendor:
Compliance By Vendor (To Be
S. No. Requirements
Answered By Vendor)
Confirm compliance individually to following clauses of Job
1.0
Specification.
SECTION: A
Clause no 1.0

Clause no 2.0

Clause no 3.0

Clause no 4.0

Clause no 5.0

Clause no 6.0

Clause no 7.0

Clause no 8.0

Clause no 9.0

Clause no 10.0

Clause no 12.0

Clause no 13.0

Clause no 14.0
Confirm that you have filled-up the following Schedules/ Annex ures
2.0
and enclosed these with the Bid
Annexure # 1 – Guaranteed Parameters

Annexure # 2 – Gas Composition

Annexure # 3 – Vendor List


Annexure # 4 – Vendor Data Required

Annexure # 5 – Technical Deviation Schedule

Annexure # 6 – Material Requisition Compliance Schedule

164 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Annexure # 7 – Experience Proforma Record

Annexure # 8 – Parameters for SCADA

Annexure # 9 – Filter Specifications

Annexure # 10 – Catalytic Converter Technical Specifications

Annexure # 11 – Quality Assurance Plan

Annexure # 12 - Specification for Discharge Filter


Confirm that you have filled-up the Data Sheet and enclosed with the
3.0
Bid.
Compressor Data Sheet

Engine Data Sheet

Inter cooler Data Sheet

Mass Flow Meter Data Sheet

Control Valves

Solenoid Valves

Self Actuated Pressure Control Valves

Pressure Relief Valve

Pressure Instruments

Pressure Gauges

4.0 Confirm that following Documents have been enclosed with Bid.
List of components of CNG Compressor with Make & Specification of
components alongwith Technical Catalogues of components.
Battery Limit (Interface) drawing/ information.
Process flow diagrams (PFDs) and Piping & Instrumentation diagrams (P
& IDs) of sub systems and complete system with write-up on operation
Utility requirement
Detail of control wiring diagram, interlock/shutdown/ control scheme
with write up on operation. Sizing calculation for instrument items.
G.A. drawing of compressor showing maintenance clearances required.

165 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – VII
6 EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR

REQUIREMENT AS PER TENDER Cap 1200 sm3/h

1 Status of bidder
a) Compressor manufacturer
b) Gas engine manufacturer
c) Packager
2 COMPRESSOR
Name of compressor manufacturer
Place of compressor manufacturer
Compressor model
Anticipated Life in running hours
Compressor max frame BKW
Comp Manufacturing code API - 11P 2nd edition
Lubricated
Nos of stages "3"
Max stage temperature oC (150oC )
Compressor max RPM
Compressor operating RPM ( Max. RPM – 1500 )
Piston speed m/s
Vibrations at comp cylinders <10 mm / sec.
Unfiltered peak velocity Vibration comp frame :
Unfiltered peak velocity of 5 mm/sec or 200
micron unfiltered peak to peak vibration
whichever is less
Material for all stages
Cylinder (C.S)
Piston Rings (PTFE)
Rider Rings (PTFE)
Piston Rod (Forged steel)
Valve (Rings / plates / spring) : (SS/SS/SS)

166 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR

3 PERFORMANCE OF COMPRESSOR
Performance of compressor at 14 kg/cm2 suction
CASE -
pr, 255 kg/cm2 discharge pr and 35oC suction
L
temp
CASE -
GUARANTEED POINT:
G
Performance of compressor at 19 kg/cm2 suction,
255 kg/cm2 discharge pr and 35 o C suction temp
CASE -L
a) Capacity Sm3/h
CASE-G

CASE -L
b) BKW required by compressor including
compressor's lube oil pump BKW
CASE-G

CASE -L
c) BKW required by compressor including
compressor's lube oil pump BKW at RV set pr
CASE-G

d1) Gas cooler (heat exchanger ) fans; nos required


(W+S)

CASE -L
d2) Power required for all fans including radiator
fan of engine in Kw
CASE-G

e) Ventilation fans for enclosure


No of fans
Type of fans (included or forced draft)
Power required for all fans in Kw

Site Capacity of gas engine (max of "b+d1+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

167 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR
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 '
3 PERFORMANCE OF COMPRESSOR
Performance of compressor at 14 kg/cm2 suction
CASE -
pr, 255 kg/cm2 discharge pr and 35oC suction
L
temp
CASE -
GUARANTEED POINT:
G
Performance of compressor at 19 kg/cm2 suction,
255 kg/cm2 discharge pr and 35 o C suction temp
CASE -L
a) Capacity Sm3/h
CASE-G

CASE -L
b) BKW required by compressor including
compressor's lube oil pump BKW
CASE-G

CASE -L
c) BKW required by compressor including
compressor's lube oil pump BKW at RV set pr
CASE-G

d1) Gas cooler (heat exchanger ) fans; nos required


(W+S)

CASE -L
d2) Power required for all fans including radiator
fan of engine in Kw
CASE-G

e) Ventilation fans for enclosure


No of fans
Type of fans (included or forced draft)
Power required for all fans in Kw

168 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR

Site Capacity of gas engine (max of "b+d1+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 '
Performance of compressor at 14 kg/cm2 suction
CASE -
pr, 255 kg/cm2 discharge pr and 35oC suction
L
temp
CASE -
GUARANTEED POINT:
G
Performance of compressor at 19 kg/cm2 suction,
255 kg/cm2 discharge pr and 35 o C suction temp
CASE -L
a) Capacity Sm3/h
CASE-G

CASE -L
b) BKW required by compressor including
compressor's lube oil pump BKW
CASE-G

CASE -L
c) BKW required by compressor including
compressor's lube oil pump BKW at RV set pr
CASE-G

d1) Gas cooler (heat exchanger ) fans; nos required


(W+S)

CASE -L
d2) Power required for all fans including radiator
fan of engine in Kw
CASE-G

169 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR
e) Ventilation fans for enclosure
No of fans
Type of fans (included or forced draft)
Power required for all fans in Kw

Site Capacity of gas engine (max of "b+d1+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
Guaranteed gas loss through rod deals ; sm3/h
Other information of compressor
a) Year of manufacturing of the compressor
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)
4 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
No sparking blower fan
CSA approved Digital ignitions System

170 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR
Engine's protection system suitable for class 1,
Group d, division 2
Governor make and type
Operating air pressure for air starter
Free air consumption for per start of engine
Engine mounted Pressure switch, temperature
switch , junction box, magnetic pick u p :
Explosion proof type
Other information of gas engine
a) Year of manufacturing of the engine
b) Name and address of user with FAX no, phone
no, E-mail address
c) Nos of hours the engine have clocked on bid
due date (Enclose certificate from user)
5 PACKAGE
Name of Packager
Place of Packaging
Name of Enclosure Manufacturer
Palace of enclosure manufacturer
Sound level at 1 m distance from package in db
(A) 75
Make and model LEL detector - 4 nos each comp
Make and model fire detector - 4 nos each comp
2 no min 60 kg C02 cylinder with weighing
arrangement
Volume of enclosure in m3
Nos of explosion proof tube light in each enclosure
Coupling Direct / V - belt
Mass flow meter to measure the Natural Gas
consumption at packages inlet, package discharge
and fuel consumption at Gas Engine inlet
Separators between inter stage of compressor
Other information of complete package
a) Year and place of manufacturing of the package
b) Name and address of user with FAX no, phone
no, E-mail address

171 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR
c) Nos of hours the complete package (including
engine and compressor) have clocked on bid date
(enclose certificate from user)
6 Gas inlet train
WNRF, 300 # Flanged connection; outside canopy
Inlet relief valve
Inlet-gas pressure gauge
Non return valve
Inlet duplex gas filter
Temporary suction filter after mail filter
Inlet manual isolation valve
Inlet automatic isolation valve
Suction pr regulator : one PRV from 10/25 kg/cm
compressor shall be designed for full range of pr
from 14 to 19 kg/cm2
7 Gas recovery system
Gas recovery system with pr relief valve, pr
regulator, pr gauge, manual & automatic drainage
system
8 Gas Delivery system
High pr piping with SS 316, tubing, compression
fittings, NRV
KOD
Coalescent filter
PLC based Priority panel with full bore ball valve
Final gas outlet connection from priority panel
3/4" SS valves and 1" OD SS compression fittings
9 ESD system
Volume bottles / dampers at each compressor
10
stage of compressor
Vessels
Drainage system
11 Manual double isolation valve
12 Automatic valves
13 Heat exchanger
14 Code of construction API 661

172 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

A) EXPERIENCE RECORD PROFORMA OF GAS ENGINE DRIVEN COMPRESSOR PACKAGE


FOR GAS KCAL / SCM = 8302.3 COMPRESSOR CAPACITY120 SM3 /H

INFORMATION
INFORMATION OFFERED
SR. NO DESCRIPTION OF EXISTING
COMPRESSOR
COMPRESSOR
Gas sections of coolers shall be as per API - 11P
15
requirements
16 Tube material SS-304
Piping between stages shall be continuous with
17
flange connection
18 Other tubing shall be SS 304/ 316 as per TS.
19 Gas recovery vessel provided
Area classification; " class 1, group D, division 1
20 as per NEC " OR " Zone 1, group IIA / IIB as per
IS/IEC"
21 The size of the complete package
Chain pulley block and beam for chain pulley
22
block
23 Acoustic and pulsation study
Separate Acoustic enclosure for engine and
24
compressor
25 Instrumentation as indicated in TS
26 Human - machine interfacing unit (HMI)
27 String test as shop
28 Field trial run for 72 hours
Electric power requirement (purchaser will give
29 electric power for air compressor and compressor
controls)
Cabling - Double compression type cable glands
30
and copper lugs
31 Junction box with metallic enclosure

173 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – VIII

PARAMETERS REQUIRED FOR SCADA

We want to monitor / control all parameters available on the PLC through SCADA system.

1. Hardware Details: Connector Type, Communication Standard, Communication port


Pin details,
2. Communication Port Configuration: Baud Rate, data bits, stop bit, parity
3. Polling Constraints: Minimum time period between two consecutive poll cycles.
4. Protocol Details: Protocol name and message structure for different read / write functions.
5. Function codes for reading digital and Analog inputs
6. Function code for writing analog values in the IED registers
7. List of parameters available in the IED which can be accessed from the IED through serial port.
8. Register address of each parameter in the IED.

A Sample of the details is given below for understanding:


PROTOCOL DETAILS:

Sr.No. Description Content/Details


1 Protocol MODBUS RTU
2 Connection Type FCC -68 RJ45
3 Communication standard RS232D
4 Signals supplied Tx, Rx, GND
5 Baud Rate(Speed) 300, 600,1200,4800,9600,19200
6 Format Software configurable
7 Port Configuration Speed : 19,200 bps
Data Bits: 8 Bits
Stop Bit : 1 Bit
Parity : None
8 Min. Time period between 2 Sec.
consecutive Query

• PORT PIN Details:


• Example: RS232 Pin Details:
IED SCADA

RJ45

1. GND
2. DTR
3. RTS
4. TX RX
5. RX TX
6. CTS
174 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

7. DCR
8. DCD

Function Code & Message Structure:

Function Code: 3 - Read Output Register

Poll Format:

Address 1 Byte

Function 1 Byte Start

Item 2 Byte

No. Item 2 Byte

Response Format:

Address 1 Byte

Function 1 Byte

Length 1 Byte

Date Item 1 4 Byte

Date Item n 4 Byte

• Function Code & Message Structure:


Function Code: 2 - Read Input Status

Poll Format:

Address 1 Byte

Function 1 Byte

Start Item 2 Byte

No. Item 2 Byte

Response Format:

Address 1 Byte

175 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Function 1 Byte

Length 1 Byte

Date Item 1 2 Byte

Date Item n 2 Byte

Memory Mapping, Data Type & Parameter Information:

A. Digital Parameters :

Sr. No. Description Address

1 Flow computer malfunction Alarm 8247

2 Mass Flow Low alarm 8245

3 Mass Flow High alarm 8246

A. Analog Paramentes:

Parameter Register details

Engineering
GC
Range and Register
Register
Unit Format

Density Kg/m3 8655-56 Float


(500-600)

Pressure 8657-58 Float

Temperature 8659-60 Float

Mass Flow Rate 8661-62 Float

Totalized mass flow 8663-64 Float

Yesterday’s Total Mass flow 8665-66 Float

Today's Total Mass Flow 8667-68 Float

176 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Parameter Register details

Engineering
GC
Range and Register
Register
Unit Format

Corrected volumetric Flow rate 8669-70 Float

Yesterday's Total corrected 8671-72 Float


Volumetric Flow

Totalized Mass Flow at 6 AM 8673-74 Float


(Snapshot of cumulative)

177 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

ANNEXURE – IX

FILTER SPECIFICATIONS

a. General Purpose Filter


b. Natural Gas Flow Rate: 1200 Sm3/hr.
c. Flow direction: Inside out
d. Fine Filter for removal of liquid and solid particles down to 1 micron from inlet
natural gas.
e.Residual Oil Contents less than 0.5mg/m3 @ 20-degree C
Working temperature range: 1.5 degree C to 80 degree C
f. Maximum working pressure: 25 kg/cm2g
g. Positive O-ring Seal to prevent contamination bypass.
h. High Efficiency filter media: Borosilicate Glass Fibre with 96 % voids volume to
provide high dirt holding capacity with low operational differential Pressure.
i. Inner and Outer Stainless-Steel support screens to withstand up to 10 bar
differential pressure.
j. Initial Dry Differential Pressure Drop: Max. 0.03 bar
k. Wet Differential Pressure Drop: Max. 0.10 bar
l. End caps to be of aluminum to avoid problem of failure during tightening.
Polymer end caps will not be accepted under any circumstances.
m. Pleated filter fleece with integrated drainage layer (without Foam soak)

178 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

N. ANNEXURE – X
7 CATALYTIC CONVERTER TECHNICAL SPECIFICATIONS

Type NSCR Catalytic Converter for reduction of NOx, CO and THC from rich burn gas fired
internal combustion engines.

Percentage Emissions Reduction Nitrogen Oxides (NOx) Catalytic Converter shall reduce the full load
Desired emissions by 75%
Carbon Monoxide (CO)
Hydro Carbons (HC)
Make Cummins/Johnson Mathey/ BASF/ DCL
Construction - Silenser cum catalytic converter with integrated catalyst
Tablet
-A metal monolith supported catalyst Corrosion resistant catalyst housing

Catalyst - Catalyst construction should be of Ferritic stainless steel foil honeycomb- like
support for catalytic substance. Ceramic substrates will not be accepted. - 200 cpsi cell
density allowing minimum back pressure.
- Catalyst tablet shall be of min 19” Dia, 3” Wide

Catalyst Housing - Housing fabricated of SS 304 type/ Aluminized Steel.


- Ports for installation of Sensors, Gauges and Thermocouples (SS Bellows) to be
provided on both ends to ease installation. Unused ports to be provided for
emission sampling points. - Sensors and back pressure monitoring to be
provided.
Operating Guidelines To be provided by the bidder confirming
- Operating Temp range
- Max sulphated ash allowed/type of lube oil recommended
- Max oxygen in the exhaust stream.
- Life of the catalysts
- Maintenance program
- Additional Backpressure on account of catalytic converter.
- Method of setting Air fuel ratio to achieve max reduction.
- Catalysts deactivators.
- Washing procedure and percentage efficiency reductions from washing.
Notes -A confirmation from engine supplier towards the catalyst tablet construction, design and
sizing being capable of reducing the emissions from their engines by 75% shall be
submitted along with the bid
- The catalyst tablet shall be so placed inside the silenser cum catalytic converter to
facilitate easy removal, washing/regeneration and fitment without interruption in
operation.
-The silenser cum catalytic converter shall be mounted on top of package enclosure &
shall be covered with insulation of Aluminium to prevent corrosion.
-Mild steel exhaust line post Silenser cum catalytic converter shall be coated or wrapped
with aluminium to prevent corrosion during use.

179 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

8 ANNEXURE – XI

9 QUALITY ASSURANCE PLAN

CUSTOMER .................................... : M/s Central U.P Gas Ltd.


CUSTOMER'S REF ......................... :
REF .................................................. :…………………….:
COMPRESSOR MODEL .................. : (CNG COPMPRESSOR PACKAGE)

QUANTITY ....................................... …………………….: 14 NOS.


<- (1) INSPECTION - BY CUSTOMER / CONSULTANT / THIRD PARTY
(2) CERTIFICATES / DOCUMENTS REVIEW-BY CUSTOMER / CONSULTANT / THIRD PARTY
(3) INSPECTION - BY Vendor
(4) CERTIFICATES / DOCUMENTS TO BE SUBMITTED BY Vendor/ SUB-VENDOR
1 w R W Y HYDROTEST OF - CYLINDER, PRESS.VESSELS, HEAT EXCHANGERS

2 - R W Y HYDROTEST OF - CYLINDER HEADS

3 w R W Y LEAK PROOF TEST OF CRANK CASE (4 Hours . with Kerosene ) Refer Note
:4
4 - R R Y ULTRASONIC TEST OF - CRANK SHAFT , CONNECTING ROD.. PISTON ROD Refer
Note: 1
5 - R R Y MAGNETIC PARTICAL TEST OF - CRANK SHAFT, CONNECTING ROD., PISTON
Refer ROD
6 w R R Y RADIOGRAPHY
Note: 1 AS APPLICABLE - PRESSURE VESSELS, HEAT EXCHANGER. GAS
PIPING (only 10% joints to be witnessed)
7 w R W Y BARRING OVER TO CHECK CYLINDER END CLEARANCE AND PISTON
ROD RUNOUT

8 w R W Y NO LOAD MECHANICAL RUN TEST OF THE COMPR. WITH RATED (OR


MORE) SPEED AND SHOP DRIVER. (4 HRS. MINm.)

9 w R W Y STRIP CHECK AND INTERNAL INSPECTION AFTER "NLMRT" OF ALL


Refer COMPRESSORS Note:
10 - R R Y 2GAS ENGINE PERFORMANCE TEST- AT SUB-VENDOR'S WORKS PER ISO STD.
Refer Note: 3
11 - R R Y MATERIAL TEST CERTIFICATES FOR: CRANK SHAFT, CONNECTING
RODS, CYLINDER . LINER, PISTON (COMPLIANCE CERT.), PRESSURE
VESSELS, HEAT EXCHANGER
1? w R W Y CANOPY STRUCTURE PAINTING INSPECTION AT WORKS. SURFACE
PREPARATION TO BE INSPECTED AFTER CLEANING AND BEFORE
APPLICATION OF FIRST COAT OF PRIMER.

13 w R W Y FUNCTIONAL / HV / CONTINUTY TEST FOR CONTROL PANEL( AT SUB


VENDOR'S WORKS.)

14 w R W Y MECHANICAL STRING TEST FOR 4 HOURS FOR TWO (2) NOS. OF CNG
COMPRESSOR PACKAGES

15 - R R Y TEST CERTIFICATES FOR - SAFETY SWITCHES, SAFETY RELIEF VALVES,


SOLENOID VALVES

16 - R W Y FINAL MOCK-UP ASSEMBLY OF THE PACKAGE - AS PER GAFD, P&l


DRAWINGS. WIRING DIAGRAM

17 w R W Y PERFORMANCE TEST AT SITE AT GUARANTEED PARAMETERS.

180 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

18 w R W Y FIELD TRIAL RUN FOR 72 HRS.

LEGENDS : W = WITNESS, R = REVIEW OF DOCUMENTS, Y = DOC. SUBMISSION BY VENDOR / SUB-


VENDOR
10 NOTES:
1 Crank Shaft, Connecting Rod : UT / MPT shall be conducted in either in forging-or-in finish condition.
Strip test is limited to open Crank Case cover, X-Hd guide & DisLpc. Cover and opening of bore & othe( sails.
Piston one valve per cylinder.
2
3 Review of manufacturer's test reports/certificates of all gas engines.
4 Witness would be applicable for 1 no. only, out of the whole lot of 07 nos. For balance quantity manufacturer's
test certificates will be submitted.
5 Inspection of the components / assembly, shall be conducted as per standard Test Procedures.

6 All reference codes / standards, documents, P.O. copies shall be arranged by vendor / supplier for reference of
Owner / Owner’s representative / TPIA at the time of inspection.
7 The vendor/supplier shall submit their own detailed QAP prepared on the basis of above technical specification
for approval of Owner / Owner’s representative.

181 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

11 ANNEXURE – XII

12 SPECIFICATIONS FOR DISCHARGE FILTER

SUPER FINE FILTER (Coalescing


Filter)

Super fine filter for removal of liquid (e.g. water & oil )and solid particles down to 0.01 microns out of
compressed natural gas

Residual Oil Contents less than 0.01 mg/m3.

Filter Designed :

Paint Compatible

CE mark in accordance with European Directive for Pressure

Equipment, PED ( 97 / 23 / EC )

Are Designed to meet the ATEX European Directive for Explosion

Protection , ( 94 / 9 / EC)

All natural gas filters in accordance to CE Eex 2GD IIB T6.

Standard equipment:

Complete filter including manual drain.

Specification Filter Elements.

Filter Fabric : Borosilicate Microfibre Fabric coated with polypropylene homopolymer support - fabric.

Drainage Layer: Parafil - Fibre fabric incorporated in the filter fabric.( Without Foam Sock)

Rib Mesh : Stainless Steel VA 1.4306

Temperature : + 1 ° C to + 80 ° C

Direction Of Flow : From Inside to Outside.

NOTE : Bidder to get the inspection done by TPIA accordance with European Directive for Pressure

Equipment, PED ( 97 / 23 / EC ) if CE marks are not available.

182 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

DATA SHEETS

183 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

DATASHEET - C OMPRESSOR

1 GENERAL
2 PROJECT: PROCUREMENT OF CNG COMPRESSORS
3 OWNER: M/S CENTRAL U.P GAS LTD. SITE: KANPUR/BAREILLY/UNNAO
4 SERVICE: COMPRESSOR FOR CNG MOTHER STATION
5 NO. REQD.: □ DRIVER: GAS ENGINE

6 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □ INFORMATION REQUIRED FROM

7 □ MANUFACTURER:
VENDOR. □ MODEL NO.:
8 □ PLACE OF MANUFACTURE:
9 ■ NO. OF STAGES: THREE. □ CYLINDER ARRANGEMENT:
10 CYLINDER LUBRICATION: □ LUBRICATED □ MINIMUM LUBRICATED □ NON LUBRICATED
11 ■ DRIVER TYPE: GAS ENGINE
12 □ DRIVE: □V - BELTS (ANTI-STATIC TYPE) □DIRECT WITH COUPLING
13 □ DIRECTION OF ROTATION (FACING DRIVEN END): □ CLOCKWISE □ COUNTER CLOCKWISE
14 ■ SITE / INSTALLATION DATA
0
15 SITE DATA: AMBIENT TEMP. ( C): MAX: 49 MIN: 1.7
16 RELATIVE HUMIDITY (%): MAX: 90
17 ALTITUDE (M): 205
18 EARTH QUAKE ZONE V WIND VELOCITY (KM/HR) 160 (MAX)
19 INSTALLATION: ■OUTDOOR
20 ■ MOUNTED ON A COMMON SKID ALONGWITH DRIVER, ENCLOSED INSIDE A

21 ■ ELECTRICAL AREAACOUSTIC
HAZARD:ENCLOSURE
22 CLASS I, DIVISION I, GROUP D AS PER NEC OR ZONE I, GROUP II A/ II B AS PER IS/ IEC
23 APPLICABLE CODES AND STANDARDS
24 COMPRESSOR: API 11P, 2ND EDN./PISTON PIPING: ASME/ANSI B 31.3

25 PRESSURE VESSELS: ASME SEC-VIII, DIV-1.


TRUNK GAS COOLER: API 11P
26 OIL COOLER: TEMA `C’. SOUND: 75 DBA @ 1M FROM ENCLOSURE
27 □AUX. ELECT. MOTORS:
28 CONTROL PANEL & INSTRUMENTATION REFER:
29 UTILITIES DATA
30 □ Cooling Water (Not Available)
31 □ Type: □ Supply temperature (0C): □ Max return temperature (0C):
32 □ Fouling Factor: □ Supply pressure (kg/cm²G): □ Min. return pressure (kg/cm²G):
33 □ Design pressure (kg/cm A): □ Design temperature (0C):
34 □ Water Flow Rates (m3/hr)
35 □ Electricity
36 Auxiliary Motors: V Ph Hz
37 Oil Heaters: V Ph Hz
38 Solenoid Valves: A.C/D.C V Ph Hz
39 Instruments: A.C/D.C V Ph Hz
40 Local Panel INDI./Alarm/Ann : A.C/D.C V Ph Hz
41 Local Panel Trip Circuit: A.C/D.C V Ph Hz
42 UPS: KVA, V Ph Hz
43 □ Total Utility Consumption
44 □ Cooling Water (Make UP) (m3 /hr)
45 □ Power (Auxiliaries) (kW)
46 □ Power (Heaters) (Kw)
47 REMARKS:
48 Vendor/Bidder shall estimate the requirement for all the Utilities and indicate the same in tabular form.
49 □ CONSTRUCTION / DESIGN FEATURES
50 Nomenclature Unit Stage#1 Stage#2 Stage#3
51 Cylinders
52 No of Cylinders -
53 Single Acting (SA) / Double Acting (DA)
54 Cylinder Bore / Stroke mm / mm
55 Rotational Speed RPM
56 Linear Average Piston Speed m/sec

184 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

57 Piston Displacement m3/ hr


58 Cylinder Liner (Yes / No)
59 Type of Cylinder Liner : Dry/Wet -
60 Clearance Pockets Yes / No
61 Max. Allow. Working Pressure, Cylinder kg/cm²a
62 Max./Min Allow. Working Temp., Cylinder 0C
63 M.A.W.P, Cylinder @ Amb. Temp. kg/cm²a
64 Safety Valve Set Pressure, Cylinder kg/cm²a
65 G Helium Test Pressure, Cylinder kg/cm²a
66 Hydrostatic Test Pressure, Cylinder kg/cm²a
67 Cylinder Jacket Cooling Type As reqd.
68 Cooling Media, Cylinder Jackets Water /AIR
69 Max. Allow. Working Pressure, Cyl. Jacket kg/cm²a
70 Hydrostatic Test Pressure, Cyl. Jacket kg/cm²a
71 Suction Nozzle Size/Rating/Position
72 Discharge Nozzle Size/Rating/Position
73 Suction Valve Number
74 Average gas Velocity m/sec
75 Discharge Valve Number
76 Average gas Velocity m/sec
77 Type of Suction valve -
78 Type of Discharge valve -
79 Suction Valve Unloaders Yes / No
80 Clearance Pockets Unloaders Type
81 Piston Rod Diameter mm
82 Rod Reversal at Crosshead Pin (min.) Deg.
83 Piston Rod Runout Operating
84 Max. Allow. Rod Load Comp. kg
85 Tension kg
86 Rod Load Comp. kg
87 (Inertia Alone) Tension kg
88 Rod Load Rated Pr. (Gas+Inertia) Comp. kg
89 Tension kg
90 Rod Load at R.V Set Comp. kg
91 (Gas + inertia) Tension kg
92 Distance piece / Packing
93 Type of Packing
94 Packing Vent Connected to ##
95 Packing Cooling
96 Type of Distance Piece
97 Cyl. Side Compartment Purged
98 Frame Side Compart. Pressurised
99 Distance Piece purge gas Pressure mm H2O
100 Distance Piece purge gas Flow Nm3 /hr
101 Distance Piece Vent to Safe Height Safe Height Safe Height
102 Distance Piece Hydrostatic Test Pressure kg/cm²G
103 ## Packaging shall be connected to vent header Ref 7.19.4 of API-11
104 Frame
105 Frame Explosion proof Relief device
106 Flame Arrestor Yes / No
107 Replaceable Crosshead Shoes Yes / No
108 Crosshead Guide Integral / Separate
109 Maximum Frame Rating kW
110 Speed - Maximum/ Minimum rpm
111 □Lubrication Systems
112 Type of lube system Piping material
113 Carbon Steel
114 Main Oil Pump Driven By : Stainless Steel (all piping & valves Trims)
115 Standby Oil Pump, Driven By : Auxiliary oil tank
116 Hand Operated Prelube/Priming Pump: Oil Grade :

117 Suction Strainer Lube Oil Consumption


118 Pressure Control Valve Main Pump Make : Model :
119 Level Sight Glass on the Crankcase Type : Material :

185 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

120 Type of Oil Cooler : Standby Pump Make : Model :


121 Size of Filter: Type : Material :
122 Oil Heater (if required).
123 Electric Heater with thermostat (Kw)
124 Thermostatic Valve
125 Type of Cylinder Lubrication Lubricator Equipped With :
126 Lubricator Type : Manzel or Equivalent . level sight glass
127 Single plunger per feed oil heater electric with thermostat
128 Divider blocks type. Electric Heater (Kw) (if required)
129 Lubricator Driven By : Auxiliary Oil Tank (if required)
130 Compressor Shaft Oil Grade :
131 Electric Motor KW Oil System Capacity: (min 150 Hrs.)
132 All tubing and valves in SS Oil Consmptn. rate
133 Double Ball Check valve on each lubrication point
134 □Cooling System
135 □Static filled coolant system for
136 All Stage Cylinders □ 1 Stage Cylinder/s □ 2 Stage Cylinder/s □ 3 Stage Cylinder/s
137 Including expansion chamber, Vents, Drains, Level Gauge, Pipings, etc.
138 All Piping prefabricated□ Material
139 □Atmospheric thermosyphon cooling system for
140 All Stage Cylinders □ 1 Stage Cylinder/s □ 2 Stage Cylinder/s □ 3 Stage Cylinder/s
141 Including expansion tank, Vents, Drains, Coolers, Level & Temp. indicators, Pipings, etc.
142 All Piping prefabricated. □ Material
143 □Forced Cooling Water System
144 All Stage Cylinders □ 1 Stage Cylinder/s □ 2 Stage Cylinder/s □ 3 Stage Cylinder/s
145 □Packings □ Oil Coolers □ Gas Coolers
146 □Including drains, Vents, flow & temp. Indicators, regulating & Isolation valves, complete piping to provide one
147 □Common inlet and one common outlet connections for purchaser's interface terminated by a flanged block valve
148 □Block valve.
149 □ Each isolatable circuit to be provided with thermal relief valve.
150 All Piping prefabricated. □ Material
151 □Self contained, forced circulation, closed circuit Cooling Water System (if reqd.)
152 All Stage Cylinders □ 1 Stage Cylinder/s □ 2 Stage Cylinder/s x 3 Stage Cylinder/s
153 □Packing□ Oil Coolers □ Gas Coolers
154 □Including drains, Vents, flow & temp. indicators, Temp. Control Valve, Regulating & Isolation valves, complete piping
155 □Main circulating pumps with drivers & suction strainers □ Single Coolers
156 □Reservoir (Make Up) □ Heater (if required)
157 □Pumps, Reservoirs, Coolers etc. to be mounted on a common skid as to make a separate console.
158 □Material of piping:
159 □Type of coolant:
160 □Jacket cooling
161 □Gas Piping System
162 □Vendor's Supply Includes: □Suction Separator
163 □Pulsation suppression equipment as per ‘next’ page
164 □Suction Filter:
165 □Temporary Strainer on Compressor Suction
166 □Type of Strainer:
167 □ Relief Valves: on compressor □ suction □ nter-stage □ on compressor discharge
168 □Check Valve on Discharge Line (compressor valve design, and suction line)
169 □Process Gas Coolers Complete With Manual Drain Valve
170 □ Separators Complete With Manual/ Automatic Drain Values
171 □Process Gas Piping
172 □Supply starts at inlet flange of CNG PACKAGE
173 □Terminates after priority panel with isolation valve
174 □Materials:
175 □By-Pass Line Piping
176 □Between 3rd stg. discharge and 1 st stg. suction
177 □Gas cooler
178 □Interconnecting Piping Between Packing Vents, PSV Relief terminating to Vent Recovery

179 System. □Interconnecting piping between distance piece terminating to Vent Recovery System upto

180 package B/L □Interconnecting piping between Drains terminating as a single point
181 □Interconnecting piping between Instrument Air terminating

186 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

182 □Pulsation Suppression Equipment


183 Stage #: Stage#1 Stage#2 Stage#3
184 Suction
185 Puls. Equipment Required YES YES YES

186 Inlet
Yes/NoPressure
187 Residual Peak to Peak Pulsation % As per API 618, Cl 3.9.2.7
188 Inlet Nozzle Size /

189 Discharge Nozzle Size /


Rating/Position

190 Design Pressure Kg/cm²a


Rating/Position
191 Design Temperature 0C
192 Volume
193 Material : vessels SA 516 Gr.60 SA 516 Gr.60 SA 516 Gr.60
194 Internals
195 Corrosion Allowance mm 3 3 3
196 Hydrostatic test Pressure 1.3XMAWP 1.3XMAWP 1.3XMAWP
197 Discharge
198 kg/cm²,g
Puls. Equipment Supplied YES YES YES

199 Inlet Pressure


Yes/No
200 Residual Peak to Peak Pulsation % As per API 618, Cl 3.9.2.7
201 Inlet Nozzle Size /

202 Discharge Nozzle Size /


Rating/Position

203 Design Pressure Kg/cm²a


Rating/Position
204 Design Temperature 0C
205 Volume
206 Material : vessels SA 516 Gr.60 SA 516 Gr.60 SA 516 Gr.60
207 Internals
208 Corrosion Allowance mm 3 3 3
209 Hydrostatic test Pressure 1.3XMAWP 1.3XMAWP 1.3XMAWP

210 Pulsation Suppressors are complete and installed on the Skid with supports & anchor bolts
kg/cm²,g
211 Design Code : . ASME SECT. VIII DIV. 1
212 Analog Piping Study / Accoustic Simulation, As per Approach 3, Cl. 3.9.2.6 API618, 4th edition
213 Upstream / downstream Inter-stage
214 Performed By: □Vendor □ Any other agency having similar experience
215 Piping Mechanical Analysis
216 Performed By: □Vendor □ Any other agency having similar experience
217 □Automatic Drain Valves For Each Stage suction KOD
218 □Capacity Control
219 □Start / Stop, based on discharge receiver pressure: Fully Automatic
220 Unloading for Start up/Shut down :Automatic Through □ Valve Unloader □ Recycle Valve
221 □Interlock against loaded start
222 □ Automatic Control based on
223 □Suction Pressure□ Discharge Pressure □ Flow Manual Signal
224 □ Type of Actuator □ Actuation fluid to load □ Actuation fluid to unload
225 □ On Power / Actuation fluid failure : Compressor to □ Load □ Unload
226 □ At 0 % capacity through Valve Unloader, Compressor shall run
227 □ Continuously □ Maximum Hrs.
228 □ At 25 % capacity through Valve Unloader, Compressor shall run
229 □ Continuously □ Maximum Hrs.
230 □ At All other capacity, Compressor shall run continuosly
231 Vendor's scope Shall Include :
232 □ Pilot Devices (pressure / temperature / Flow devices ,Controllers & Switches)
233 □ Intermediate Devices (Solenoid Valves | Pneumatic Relay / Valves)
234 □ Actuators
235 □ Recycle valves
236 □ Control Logic and System for Complete Capacity Control
237 □ Inter Connecting Tubing, Piping, Cabling & Wiring
238 □Protection against extended unloaded operation (Trip)

187 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

239 □valve unloaders are required as such Compressor shall start / stop at specified receiver pressures.
240 □Purchaser's Interface
241 Type of Interface Size Rating Face Position/Location

242 Main Gas


(Single Piping Inlet
Point)
243 Main Gas Piping Outlet
244 Relief Valves discharge
245 Distance Piece Vent
246 Packing Vent
247 C.W. Inlet
248 C.W. Outlet
249 N2 Inlet Supply
250 N2 Vent (Safe location)
251 Drains
252 MATERIALS
253 Cylinder Materials
254 Stage 1 Stage 2 Stage 3 Stage
255 Cylinder C.S./ C.I. D.I / F.S F.S.
256 Liner
257 Piston
258 Piston Rings PTFE PTFE PTFE
259 Rider Rings PTFE PTFE PTFE
260 Piston Rod Forged steel/ AISI 4142 Forged steel/ AISI 4142 Forged steel/ AISI 4142
261 Packings Rings
262 Valve Seats
263 Valve Stops
264 Valve Rings / Plates SS / SS SS / SS SS / SS
265 Valve Springs SS SS SS
266 Cylinder Head
267 Motion Work Materials :
268 Material /

269 Top Cover ASTM Grades □ Cast □ Fabricated


270 Crankcase □ Cast □Fabricated
271 Crankshaft □ Die Forged □ Open Forged □

272 Connecting Rods □ Die Forged □Open Forged □


Cast

273 Cross heads Cast


□ Cast □ Fabricated □
274 Cross Head Shoes
275 Cross Head Guide □ Cast □ Fabricated □
276 Main Bearings Type □ Split Precision □ Bush
277 Cross Head Pin Bearings Type □ Split Precision □ Bush
278 Connecting Rod Bearings Type □ Split Precision □ Bush
279 Cross Head Pin Type □ Split Precision □ Bush
280 Notes :
281 Each package shall be provided with two number drain lines, one from Suction KOD and second drain as common

282 □CONTROLS & INSTRUMENTATION


drain line from intermediate and discharge KOD routed to drain vessels through gas recovery vessels
283 □ AC Power On/Off Switch With Indication Lamp
284 □ Control Power On/Off Switch With Indication Lamp YES
285 □ Selector Switch A/M Station For L/O Pump Motor
286 □ Selector Switch A/M Station For CW Pump Motor
287 □ Emergency Stop Push Button
288 □ Start Push Button For Air Compressor Motor
289 □ Emergency Stop Push Button for Main Motor
290 □ Lamp Test Push Button
291 □Alarm/Trip Acknowledge /Reset Push Botton
292 □ Frame Oil Heater ON (Indicating lamp)
293 □ Lubricator Oil Heater ON (Indicating lamp)
294 □ Engine Interlock Against Loaded Start
295 □ Engine Interlock Against Start Without Prelubrication
296 Notes :

188 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

297 Minimum required indications, alarms & trips are shown herewith. Bidder shall provide any additional instrumentation

298 Compressor
for shall start stop at pre determined receiver pressure as specified. Bidder shall include in his
safe operation.
299 Scope includes the necessary hardware for the same.
300 All inter-stage / discharge and suction scrubber shall be provided with high / low level operated auto drain solenoid

301 INSPECTION
valves. AND TESTS

302 Material Composition and Physical Properties Certificates Required For:


303 ■ Cylinder and Liner ■ Piston
304 ■ Crankshaft ■ Connecting Rod
305 ■ Pressure Vessels ■ Heat Exchangers
306 ■ X-Ray Examination for components: Pressure Vessels (certificates to be furnished).
307 ■ Ultrasonic Testing for components: Piston Rod, Crankshaft, Big End Bolts, Main Brg Studs.
308 ■ Magnaflux Testing for components: Crankshaft, Piston Rod, Connecting Rod.
309 ■ Dye Penetrant Testing for : Cylinder, Liner, Piston.
310 Required Observed Witnessed
311 ■ Shop inspection by Purchaser during manufacture □ □ □
312 ■ Cylinder Hydrostatic ■ □ ■
313 ■ Cylinder Pressure Test By Helium □ □ □
314 ■ Hydrostatic Test of Pressure Vessels ■ □ ■
315 ■ Hydrostatic Test of Distance Piece. ■ ■ □
316 ■ Leak Proof Test of Crank case for 24 Hrs ■ □ ■
317 ■ Barring over to check clearance / Rod runout ■ □ ■
318 ■ Mech. Running Test with shop Driver ( 4 Hours min.) ■ □ ■
319 ■ Performance Test at Works as per ■ □ ■
320 ■ Partial Stripping and internal inspection □ □ □
321 ISFunctional/Continuity
■ 5456/PTC9/BS 726 (*). Tests - Control Panel. ■ □ □
322 ■ Field Trial Run 72 Hrs. under Vendor's Supersion ■ □ ■
323 ■ Valve Leak Test □ □ □
324 (Package)
■ Lube Oil Console Run test □ □ □
325 ■ Closed Circuit C.W. System test □ □ □
326 *: During package performance test
327 Test Certificates Required For:
328 ■ Auxiliary Motor & Pumps ■ Safety Relief Valves
329 ■ Safety Switches ■Solenoid Valves
330 □ WEIGHTS
331 Overall supply (excluding driver and gear box, if any) Kg. approx.
332 Maximum erection weight Kg. approx.
333 Maximum maintenance weight Kg. approx.
334 Gear Box Kg. approx.
335 Driver Kg. approx.
336 SCOPE OF SUPPLY
337 ■ Compressor Assembly complete with frame, cylinders, cross head etc.
338 ■ Motion work lubrication system
339 ■ Cylinder and packing lubrication system
340 ■ Cooling system
341 ■ Process Gas system
342 ■ Local instrumentation
343 ■ Local Gauge Board
344 ■ Local Control Panel ■ PLC Panel ■ Man Machine Interface located in Control Room
345 ■ Main driver (Gas Engine)
346 ■Barring Device : □ Manual □Electric . pneumatic
347 ■ Flywheel
348 □ V-Belts with Pulley
349 □Couplings
350 ■ Driver Compressor
351 ■ Guards for moving parts ■
352 ■ Baseplate Common for Compressor and Driver
353 ■ Fabricated Steel skid Common for compressor, driver and accessories
354 ■Ladders and platforms
355 ■ Special Tools - One Set for each package
356 ■ Anchor Bolts for Complete Package
357 ■Piping supports and brackets : ■ prefabricated for piping in Vendor's Scope

189 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

358 ■ Supports For Cylinders & Auxiliaries, Prefabricated & fitted in the Package
359 ■ Commissioning Spares, erection and commissioning spares
360 ■ Mandatory Spares as specified in the Job Specification
361 ■Train Torsion Analysis Study and Report
362 ■Acoustic Simulation Study & Report
363 ■ Vendor Data as specified
364 NOTE : Refer checklist for scope of supply

13 DATA SHEET- INSTRUMENTATION & CONTROLS FOR COMPRESSOR


ANNUNCIATION & TRIP & A/V
INDICATION
ALARM
PRE ALARM

PANEL PLC-
INDICATOR
ANNUN.

DISPLAY

DISPLAY
GUAGE –

DISPLAY

DISPLAY

DISPLAY
PANEL -
LOCAL

LOCAL
PANEL
BOARD
GUAGE
LOCAL

LOCAL

LOCAL

LOCAL
PANEL

PANEL

CUGL

LOW –
(PLC)

HIGH
(PLC)

LOW

PLC-
S.
DESCRIPTION
NO

1 Frame Oil Sump/Reservoir Level ■ yes


2 Main L/O Pump Disch. Pr (supply ■ yes ■ yes ■ yes ■ yes

3 Oil Flow
header).
4 Oil Pressure at Main Bearing
5 Supply Header Temp.
6 Oil cooler Oil Inlet Temp.
7 Stand by Pump Start
8 Compressor Main bearing metal

9 Cylinder
Temp. & Packing Oil
10 Lubricator Oil Level ■ yes
11 Lubricator Oil Flow
12 Lubricator Failure ■ yes

13 Aux. Oil

14 Lub. Oil Supply Pr. to Electric

15 Lub.
MotorOil return from Electric Motor
Driver

Driver
16 Elec. Motor bearing metal temp.
17 Coolant System
18 Each cylinder CW outlet temp.
19 Inter/After/Oil Cooler CW outlet temp.
20 CW Supply header flow
21 Sight Flow CW return each ■ yes

22 For Closed
cylinder, Circuit
Cooler & Cooling
Header

23 Coolant main pump disch. Pr. ■ yes ■ yes

24 Coolant standby pump disch. Pr.


25 Coolant stand by pump start
26 Coolant supply header Pr.
27 Coolant supply header temp
28 Coolant cooler Outlet Temp. ■ yes
29 Coolant reservoir Level ■ yes ■ yes

190 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

30 Cylinder Coolant Outlet temp.


31 For Static/Thermosyphon System
32 Cylinder Coolant Outlet temp.
33 Diff. Pr. Across packing coolant

34 Process
filter Gas System

191 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

14
ANNUNCIATION & TRIP & A/V ALARM
INDICATION
PRE ALARM ANNUN.

DISPLAY (PLC)
GUAGE BOARD

PLC- DISPLAY

PLC- DISPLAY
LOW –LOCAL PANEL -
HCUGL LOCAL PANEL

HIGH LOCAL PANEL


INDICATOR LOCAL

LOW LOCAL PANEL


PANEL (PLC)
GUAGE –LOCAL

DISPLAY

DISPLAY
S.
DESCRIPTION
NO
35 Each stage inlet Pressure
36 Each stage inlet temp.
37 Each stage Outlet Pressure ■ yes ■ yes ■ yes ■ yes
38 Each stage Outlet temp. ■ yes ■ yes ■ yes ■ yes
39 After Cooler Gas Outlet temp. ■ yes ■ yes ■ yes ■ yes
40 Ist stage pressure low / high ■ yes ■ yes ■ yes ■ yes ■ yes ■ yes
41 Cylinder Packing Vent Pressure
42 Suction Pressure, low ■ yes ■ yes ■ yes
43 Blow Down vessel level ■ yes
44 Piston Rod Drop Indicator
45 Distance piece diff. Purge

46 Common
pressure process parameters
47 Common machine parameters
48 Blow Down vessel Pressure ■ yes ■ yes ■ yes
49 Vibration Measurement ■ yes

192 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

15
1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE
2 Operating Case: SUCTION PRESSURE: 14 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)
5 □ Corrosion Due to NONE NONE NONE
6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 14
0
8 ■Temp. (+@ Vendor's B/L) C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
0
12 Temp.,Adiabatic @Cyl. Flange C <150 < 150 < 150
0
13 Temp.,Actual @Cyl.Flange C
0
14 Temp.,After AfterCooler C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.06
35 Carbon Dioxide CO2 44.01 4.93
36 Methane CH4 16.042 82.43
37 Ethane C2H6 30.068 7.27
38 Propane C3H8 44.094 3.47
39 i-Butane iC4H10 58.12 0.65
40 n-Butane nC4H10 58.12 0.78
41 i-Pentane iC5H12 72.146 0.17
42 n-Pentane nC5H12 72.146 0.13
43 Hexane C6H14 86.178 0.10
44 Water Vapour H2 O 18.016 0.01
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8950.00

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE


2 Operating Case: SUCTION PRESSURE: 16 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)

193 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

5 □ Corrosion Due to NONE NONE NONE


6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 16
0
8 ■Temp. (+@ Vendor's B/L) C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
0
12 Temp.,Adiabatic @Cyl. Flange C <150 < 150 < 150
0
13 Temp.,Actual @Cyl.Flange C
0
14 Temp.,After AfterCooler C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.06
35 Carbon Dioxide CO2 44.01 4.93
36 Methane CH4 16.042 82.43
37 Ethane C2H6 30.068 7.27
38 Propane C3H8 44.094 3.47
39 i-Butane iC4H10 58.12 0.65
40 n-Butane nC4H10 58.12 0.78
41 i-Pentane iC5H12 72.146 0.17
42 n-Pentane nC5H12 72.146 0.13
43 Hexane C6H14 86.178 0.10
44 Water Vapor H2 O 18.016 0.01
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8950.00

194 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE


2 Operating Case: SUCTION PRESSURE: 19 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)
5 □ Corrosion Due to NONE NONE NONE
6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 19
0
8 ■Temp. (+@ Vendor's B/L) C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
0
12 Temp.,Adiabatic @Cyl. Flange C <150 < 150 < 150
0
13 Temp.,Actual @Cyl.Flange C
0
14 Temp.,After AfterCooler C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.06
35 Carbon Dioxide CO2 44.01 4.93
36 Methane CH4 16.042 82.43
37 Ethane C2H6 30.068 7.27
38 Propane C3H8 44.094 3.47
39 i-Butane iC4H10 58.12 0.65
40 n-Butane nC4H10 58.12 0.78
41 i-Pentane iC5H12 72.146 0.17
42 n-Pentane nC5H12 72.146 0.13
43 Hexane C6H14 86.178 0.10
44 Water Vapour H2 O 18.016 0.01
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8950.00

195 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE


2 Operating Case: SUCTION PRESSURE: 14 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)
5 □ Corrosion Due to NONE NONE NONE
6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 14
0
8 ■Temp. (+@ Vendor's B/L) C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
0
12 Temp.,Adiabatic @Cyl. Flange C <150 < 150 < 150
0
13 Temp.,Actual @Cyl.Flange C
0
14 Temp.,After AfterCooler C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
1 Mfr's Rated Cap. (Design)OPERATING CONDITIONS (No(EACH
-ve tol.)MACHINE) / PERFORMANCE
3
19
20
2 Actual Inlet Flow (wet) Operating Case: SUCTION AMPRESSURE:/Hr 16 kg/cm² g
21
3 Specific Gravity Units Stage 1 Stage 2 Stage 3
22
4 V■ Belt / Coupling
Gas Handled Losses
(See Analysis) kW
23
5 Volumetric
□ CorrosionEfficiency
Due to % NONE NONE NONE
24
6 Valve Lift Suction / mm /Suction
mm Conditions
2 2
25
7 Valve Lift Area
■ Pressure Suction/ B/L)
(@ Vendor's Discharge mm / mm g
Kg/cm² 16
26
8 Valve
■Temp.Velocity
(+@ Vendor's B/L) m/sec 0
C 38
27
9 Speed RPM
Discharge Conditions (Vendor's Battery Limit:
28
10 Compressor
■Pressure (@ Shaft PowerB/L
Vendor's KW Kg/cm² g 256
29
11 Power
Pressure @ Cylinder Flg. Pr.
consumed @ RV Set KW g
Kg/cm²
30
12 Driver Power KW@Cyl. Flange
Temp.,Adiabatic 0
C <150 < 150 < 150
31
13 Guaranteed Point
Temp.,Actual @Cyl.Flange 0
C
32
14 GAS ANALYSIS
Temp.,After AfterCooler 0
C < 52
33
15 Component
Cp/Cv Ratio Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.00
16 Compr. Factor (Z2 ) or (Z avg )
35 Carbon Dioxide CO2 44.01 0.00
17 Operating Characteristics
36 Methane CH4 3 16.042 99.10
18 Capacity (wet) SM /Hr
37 Ethane C2H6 30.068 0.90
19 Mfr's Rated Cap. (Design) (No -ve tol.)
38 Propane C3H8 3 44.094 0.00
20 Actual Inlet Flow (wet) AM /Hr
39 i-Butane iC4H10 58.12 0.00
21 Specific Gravity
40 n-Butane nC4H10 58.12 0.00
22 V Belt / Coupling Losses kW
41 i-Pentane iC5H12 72.146 0.00
23 Volumetric Efficiency %
42 n-Pentane nC5H12 72.146 0.00
24 Valve Lift Suction / mm / mm
43 Hexane C6H14 2 86.178 0.00
25 Valve Lift Area Suction/ Discharge mm / mm2
44 Water Vapor H2 O 18.016 0.00
26
45 Valve Velocity
Total m/sec
27
46 Speed Molecular Weight (wet/dry)
Average RPM
28
47 Compressor
Net CalorificShaft
ValuePower KW kCal/SCM 8150.00
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.00
351 Carbon Dioxide OPERATING CONDITIONS CO2(EACH MACHINE) 44.01 0.00
/ PERFORMANCE
362 Methane CH4
Operating Case: SUCTION 16.042 19 kg/cm²
PRESSURE: 99.10
g
373 Ethane C2H6 Units 30.068 Stage0.90
1 Stage 2 Stage 3
384 Propane
■ Gas Handled (See Analysis) C3H8 44.094 0.00
395 i-Butane
□ Corrosion Due to iC4H10 58.12 NONE 0.00 NONE NONE
406 n-Butane nC4H10 Suction Conditions58.12 0.00
417 ■ Pressure (@ Vendor's B/L)
i-Pentane iC5HKg/cm²
12 g 72.146 19
0.00
42 n-Pentane nC5H12 72.146 0.00
43 Hexane
196 | P a 86.178
C6H14
ge 0.00
44 Water Vapor H2 O 18.016 0.00
45 Total
46 Average Molecular Weight (wet/dry)
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

0
8 ■Temp. (+@ Vendor's B/L) C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
0
12 Temp.,Adiabatic @Cyl. Flange C <150 < 150 < 150
0
13 Temp.,Actual @Cyl.Flange C
0
14 Temp.,After AfterCooler C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.00
35 Carbon Dioxide CO2 44.01 0.00
36 Methane CH4 16.042 99.10
37 Ethane C2H6 30.068 0.90
38 Propane C3H8 44.094 0.00
39 i-Butane iC4H10 58.12 0.00
40 n-Butane nC4H10 58.12 0.00
41 i-Pentane iC5H12 72.146 0.00
42 n-Pentane nC5H12 72.146 0.00
43 Hexane C6H14 86.178 0.00
44 Water Vapor H2 O 18.016 0.00
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8150.00

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE


2 Operating Case: SUCTION PRESSURE: 14 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)
5 □ Corrosion Due to NONE NONE NONE
6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 14
0
8 ■Temp. (+@ Vendor's B/L) C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
0
12 Temp.,Adiabatic @Cyl. Flange C <150 < 150 < 150
0
13 Temp.,Actual @Cyl.Flange C
0
14 Temp.,After AfterCooler C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )

197 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.10
35 Carbon Dioxide CO2 44.01 4.38
36 Methane CH4 16.042 89.45
37 Ethane C2H6 30.068 4.58
38 Propane C3H8 44.094 0.83
39 i-Butane iC4H10 58.12 0.07
40 n-Butane nC4H10 58.12 0.06
41 i-Pentane iC5H12 72.146 0.09
42 n-Pentane nC5H12 72.146 0.28
43 Hexane C6H14 86.178 0.17
44 Water Vapor H2 O 18.016 0.00
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8302.30

198 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE


2 Operating Case: SUCTION PRESSURE: 16 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)
5 □ Corrosion Due to NONE NONE NONE
6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 16
8 ■Temp. (+@ Vendor's B/L) 0C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
12 Temp.,Adiabatic @Cyl. Flange 0C <150 < 150 < 150
13 Temp.,Actual @Cyl.Flange 0C
14 Temp.,After AfterCooler 0C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.10
35 Carbon Dioxide CO2 44.01 4.38
36 Methane CH4 16.042 89.45
37 Ethane C2H6 30.068 4.58
38 Propane C3H8 44.094 0.83
39 i-Butane iC4H10 58.12 0.07
40 n-Butane nC4H10 58.12 0.06
41 i-Pentane iC5H12 72.146 0.09
42 n-Pentane nC5H12 72.146 0.28
43 Hexane C6H14 86.178 0.17
44 Water Vapor H2O 18.016 0.00
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8302.30

199 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1 OPERATING CONDITIONS (EACH MACHINE) / PERFORMANCE


2 Operating Case: SUCTION PRESSURE: 19 kg/cm² g
3 Units Stage 1 Stage 2 Stage 3
4 ■ Gas Handled (See Analysis)
5 □ Corrosion Due to NONE NONE NONE
6 Suction Conditions
7 ■ Pressure (@ Vendor's B/L) Kg/cm² g 19
8 ■Temp. (+@ Vendor's B/L) 0C 38
9 Discharge Conditions (Vendor's Battery Limit:
10 ■Pressure (@ Vendor's B/L Kg/cm² g 256
11 Pressure @ Cylinder Flg. Kg/cm² g
12 Temp.,Adiabatic @Cyl. Flange 0C <150 < 150 < 150
13 Temp.,Actual @Cyl.Flange 0C
14 Temp.,After AfterCooler 0C < 52
15 Cp/Cv Ratio
16 Compr. Factor (Z2 ) or (Z avg )
17 Operating Characteristics
18 Capacity (wet) SM3 /Hr
19 Mfr's Rated Cap. (Design) (No -ve tol.)
20 Actual Inlet Flow (wet) AM3 /Hr
21 Specific Gravity
22 V Belt / Coupling Losses kW
23 Volumetric Efficiency %
24 Valve Lift Suction / mm / mm
25 Valve Lift Area Suction/ Discharge mm2 / mm2
26 Valve Velocity m/sec
27 Speed RPM
28 Compressor Shaft Power KW
29 Power consumed @ RV Set Pr. KW
30 Driver Power KW
31 Guaranteed Point
32 GAS ANALYSIS
33 Component Symbol Mol. Wt. %
34 Nitrogen N2 28.016 0.10
35 Carbon Dioxide CO2 44.01 4.38
36 Methane CH4 16.042 89.45
37 Ethane C2H6 30.068 4.58
38 Propane C3H8 44.094 0.83
39 i-Butane iC4H10 58.12 0.07
40 n-Butane nC4H10 58.12 0.06
41 i-Pentane iC5H12 72.146 0.09
42 n-Pentane nC5H12 72.146 0.28
43 Hexane C6H14 86.178 0.17
44 Water Vapor H2O 18.016 0.00
45 Total
46 Average Molecular Weight (wet/dry)
47 Net Calorific Value kCal/SCM 8302.30

200 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1 GENERAL
2 PROJECT: PROCUREMENT OF CNG COMPRESSORS
3 OWNER: M/S CENTRAL U.P GAS LTD. SITE: KANPUR/BAREILLY/UNNAO
4 SERVICE: DRIVER FOR CNG COMPRESSOR
5 NO. REQD □

6 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □ INFORMATION REQUIRED FROM

7 SITE / INSTALLATION DATA


VENDOR.
8 SITE CONDITIONS:
9 LOCATION: ■ OUTDOOR ■ CLOSED ROOM WITH FORCED AIR VENTILATION SYSTEM.
10 SITE DATA: AMBIENT TEMP. (0C): MAX: 49 MIN: 1.7
11 RELATIVE HUMIDITY (%): MAX: 90
12 ALTITUDE (M): 205
13 ELECTRICAL AREA CLASSIFICATION
14 CLASS 1, DIVISION II, GROUP D AS PER NEC
15 ZONE 1 GROUP IIA/IIB AS PER IS/IEC
16 □ UTILITY DATA
17 COOLING WATER
18 COOLING WATER TEMP. (0C) SUPPLY (DESIGN/MAX/NOR/MIN): RETURN (MAX):
19 COOLING WATER PR. (KG/CM²G) SUPPLY (DESIGN/MAX/NOR/MIN): RETURN (MIN):
20 COOLING WATER CHARACTERISTICS:
21 □ INSTRUMENT AIR:
22 SUPPLY PRESSURE (DESIGN/MAX/NOR/MIN)(KG/CM2 G):
23 □ELECTRIC POWER
24 ELECTRIC SUPPLY: AC / DC VOLTS HZ
25 □ APPLICABLE CODES & STANDARDS
26 ■ NOISE SPECIFICATION: ■ APPLICABLE TO M/C MAX. 75 DBA @ 1.0 M OUTSIDE THE ACOUSTIC ENCLOSURE
27 ■ EXHAUST GAS EMISSION: - STATUTORY REQUIRMENTS AS PER CENTRAL POLLUTION CONTROL BOARD
28 ■LISTING/APPROVAL OF ENGINE REQUIRED FROM: ■ UL/FM □ TAC
29 ■ AIR RECEIVER FOR STARTING AIR SYSTEM ASME SEC-VIII DIV 1 □ AIR COMPRESSOR FOR STARTING AIR

30 SYSTEMAND
□SHELL MANUFACTURER'S STD.
TUBE TYPE EXCHANGERS MANUFACTURER'S STD. □ AUXILIARY PUMPS MANUFACTURER'S STD.
31 □ AIR COOLED HEAT EXCHANGERS/RADIATOR MANUFACTURER'S STD. □ OTHER TANKS AND VESSELS

32 MANUFACTURER'S
DRIVEN EQUIPMENT STD.
33 ■RECIPROCATING GAS COMPRESSOR
34 ■ DUTY: INTERMITTENT
35 PROBABLE PERIOD FOR CONTINUOUS RUNNING: 20 HOURS WITH FREQUENT STARTS AND STOPS
36 ■DURATION OF MAX. LOAD: 20 HOURS
37 □ MINIMUM BKW OF THE DRIVEN EQPT. KW: @ RPM:
38 □RATED BKW OF THE DRIVEN EQPT. KW: @ RPM:
39 □ MAXIMUM BKW OF THE DRIVEN EQPT. KW: @ RPM: (@ R.V. SET PRESSURE)
40 □ FOR MECH. DRIVE APPLICATIONS: MINIMUM SITE RATING OF THE ENGINE REQUIRED KW @ RPM
41 □ACCOUNTING FOR ENGINE DERATION FOR SITE CONDITIONS & ALTERNATOR EFFICIENCY WITH ENGINE

43 □ DIRECTION
DRIVING OF ROTATION
ITS ALL OF DRIVEN EQUIPMENT VIEWED FROM COUPLING END :
AUXILIARIES.
44 □ METHOD OF DRIVE: DIRECT THRU FLEXIBLE COUPLING OR V-BELTS
45 CONSTRUCTION FEATURES
46 □ MANUFACTURER: □ ENGINE MODEL:
47 ■TYPE OF ENGINE: FOUR-STROKE ENGINE COOLING: ■ WATER COOLED
48 □TURBO-CHARGED WITH CHARGE AIR COOLER □ NORMALLY ASPIRATED
49 □NO. OF CYLINDERS: □ CYLINDER ARRANGEMENT:
50 □ BORE/STROKE (MM/MM): □COMPRESSION RATIO:
51 □ SPEED (RPM): □ MEAN PISTON SPEED (M/SEC.):
52 □PERFORMANCE
53 RATED ENGINE POWER AT STANDARD OPERATING CONDITIONS AS PER ISO 3046/ BS 5514 (ISO STD. POWER):

54 KW
(USING ONLY THE @
ESSENTIAL DEPENDENT
RPM AUXILIARIES AND WITH 10 % OVERLOAD PROVISION FOR ONE

55 HOUR WITHIN
RATED ENGINEAPOWER
PERIODAT
OFSITE
12 HOURS OF OPERATION).
CONDITIONS GUARANTEED, NO NEGATIVE TOLERANCE):

KW @ RPM

201 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

56 (USING THE ESSENTIAL DEPENDENT AUXILIARIES AND WITH 10 % OVERLOAD PROVISION FOR ONE HOUR
WITHIN A PERIOD OF 12 HOURS OF OPERATION).
57 MIN. ENGINE SITE POWER AT, WHICH ENGINE CAN BE OPERATED CONTINUOUSLY.
KW @ RPM
58 MIN. ENGINE SPEED & CORRESPONDING SITE POWER AT, WHICH ENGINE CAN BE OPERATED CONTINUOUSLY.
RPM @ KW
59 STARTING TIME REQUIRED FOR FULL LOAD OPERATION (SECONDS):

60 AIR FLOW REQUIRED FOR OPERATION OF THE ENGINE FOR: □ COMBUSTION & SCAVENGING
□ COOLING & VENTILATION OF ENCLOSURE □AIR COOLERS
61 ESSENTIAL DEPENDENT AUXILIARIES ARE:

62 ENGINE SHAFT DRIVEN RADIATOR FAN: KW

63 ENGINE SHAFT DRIVEN CW PUMP: KW

64 ENGINE SHAFT MAIN LO PUM: KW

65 □SPECIFIC FUEL CONSUMPTION:

66 DESCRIPTION FUEL CONSUMPTION, GM/KW-HR @ REFERENCE CONDITIONS *

67 ISO 3046* MANUFR'S. STD.* SITE * MANFR'S. SHOP *


68 (A) GUARANTEED ENGINE RATED

POWER
69 (B) 75 % OF (A)
70 (C) (100
50 % CONTINUOUS
% OF (A) RATING)
71 (D) 110 % OF (A)
72 * STANDARD REFERENCE CONDITIONS:
73 TOTAL BAROMETRIC PRESSURE, P,
KG/CM2 A
74 ATMOSPHERIC TEMP. 0C
75 RELATIVE HUMIDITY %
76 CHARGE AIR & COOLANT TEMP 0C
77 □SPEED GOVERNING SYSTEM
78 TYPE: □SINGLE SPEED □MULTIPLE SPEED □ALL SPEED (VARIABLE SPEED)
79 GOVERNOR TYPE:□ELECTRONIC □ELECTRO HYDRAULIC □ MECHANICAL
80 ■MAKE: WOODWARD □MODEL:
81 GOVERNOR CONTROL MECHANISM: □ MANUAL □ REMOTE
82 □STARTING SYSTEM
83 ■METHOD OF STARTING: AUTOMATIC
84 ■ METHOD OF STOPPING: AUTOMATIC
85 □TYPE OF COLD STARTING: (CONSIDERING MIN. AMBIENT TEMP. 1.70C)
86 ■TYPE OF STARTING SYSTEM: AIR STARTING THROUGH ENGINE MOUNTED PNEUMATIC MOTOR
87 REMARKS:
88 1. BIDDER SHALL ENGINEER AND SUPPLY THE COMPLETE AIR STARTING MECHANISM INCLUDING AIR

89 COMPRESSOR,
THE PURCHASER AIR RECEIVER.
SHALL PROVIDE ELECTRICITY FOR AIR COMPRESSOR MOTOR.
90 ■STARTING AIR SYSTEM: (TO BE PLACED OUTSIDE THE ENCLOSURES)
91 ■ AIR COMPRESSOR TYPE: RECIPROCATING
92 □ RATED CAPACITY (AM3 /HR AT INLET CONDITIONS):
93 □DISCHARGE PRESSURE (KG/CM²G):
94 □BKW: □RPM:
95 ■ AIR COMPRESSOR DRIVEN BY: ELECTRIC MOTOR
96 □ DRIVER RATING □ KW: □RPM: ■□VOLTS/N/HZ.: 230 / SINGLE/ 50
97 ■ AIR RECEIVER WITH PRESSURE GAUGE, RELIEF VALVE & MANUAL DRAIN VALVE:
98 ■ START-STOP SWITCH FOR COMPRESSOR: AUTOMATIC
99 □ NO. OF AIR RECEIVER: ONE /TWO CAPACITY OF EACH AIR RECEIVER (M3):
100 NOTE: TOTAL AIR RECEIVER CAPACITY SHALL BE SUITABLE FOR ATLEAST SIX (6) CONSECUTIVE STARTS.
101 ■COOLING SYSTEM
102 TYPE: CLOSED CIRCUIT COOLING
103 WATER PUMP DRIVEN BY: ENGINE
104 COOLANT CIRCUIT PIPING WITH TEMP. CONTROL & MAKE-UP TANK.

202 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

105 HEAT EXCHANGER WITH ANCHOR/FOUNDATION BOLTS: AIR COOLED EXCHANGER


106 BY-PASS VALVE: CHECK VALVE:
107 HEAT EXCHANGER TEMP (0C) INLET: OUTLET:
108 ■FAN DRIVEN BY: DRIVER □RATING/SPEED (KW/RPM):
109 □ ENGINE WATER TEMP (0C): INLET: OUTLET:
110 PACKAGER MAY CLUB THE ENGINE JACKET AND COMPRESSOR CYLINDER COOLING WATER SYSTEM WITH

111 ■FRAME LUBRICATION


ENGINE SHAFT SYSTEM SHAFT DRIVEN PUMP
OR COMPRESSOR
112 ■TYPE: FORCE FEED LUBRICATION INCLUDING VALVES, OIL PUMP & PIPING
113 □OIL COOLER TYPE: □ □AIR COOLED □WATER COOLED
114 □ OIL FILTERS □SELF CLEANING □DUPLEX □ PAPER CARTRIDGE
115 □PRELUBE OIL PUMP DRIVEN BY (IF REQUIRED):
116 □ PRELUBRICATION □MANUAL □AUTOMATIC
117 □ TYPE/GRADE OF LUB. OIL:
118 □ OIL CONSUMPTION (LPH):
119 □OIL SUMP CAPACITY (LITRES):
120 □OIL COOLER TESTING PRESSURE (KG/CM²G):
121 □EXPLOSION RELIEF VALVE FOR CRANKCASE
122 ■AIR INLET SYSTEM
123 ■SUCTION AIR FILTER ■AIR INLET DUCTING / PIPING / MANIFOLDS □□ INLET SILENCER
124 EXPANSION BELLOWS (IF REQUUIRED) & ALL SUPPORTS / HANGERS
125 ■ENGINE EXHAUST SYSTEM
126 ■EXHAUST MANIFOLDS / DUCTING / PIPING TERMINATED AT SAFE HEIGHT OUTSIDE ENGINE ENCLOSURE
127 ■EXPANSION BELLOWS ■ EXHAUST STACK / CHIMNEY ■ ALL SUPPORTS / HANGERS ■ PROTECTION
EXHAUST SILENCER
INSULATION (RESIDENTIAL
FOR COMPLETE TYPE)
EXHAUST PIPING
128 □PROVIDED AS ABOVE □YES □NO
129 CONTROLS & INSTRUMENTATION
130 ELECTRIC SUPPLY:
131 LAMPS: ± V: AC/DC: N: ± HZ:
132 ALARAM CIRCUIT: ± V: AC/DC: N: ± HZ:
133 TRIP CIRCUIT: ± V: AC/DC: N: ± HZ:
134 CONTROL CIRCUIT: ± V: AC/DC: N: ± HZ:
135 SOLENOID VALVES: ± V: AC/DC: N: ± HZ:
136 CONTROL SWITCHES:
137 ■ AC POWER ON/OFF SWITCH WITH INDICATION LAMP
138 ■ CONTROL POWER ON/OFF SWITCH WITH INDICATION LAMP
139 ■ START SWITCH WITH INDICATION YES
140 ■ START/STOP PUSH BUTTON FOR AUX. DRIVE MOTOR
141 ■ EMERGENCY STOP PUSH BUTTON
142 ■ LAMP TEST PUSH BUTTON
143 ■ ALARM/TRIP ACKNOWLEDGE /RESET PUSH BOTTON YES
144 ■ LUBRICATING OIL HEATER `ON' INDICATING LAMP (IF PROVIDED)
145 ■ MOTOR INTERLOCK AGAINST START WITHOUT PRELUBRICATION
146
147 NOTE: VENDOR TO PROVIDE CONTACT/SIGNAL FOR EXECUTION IN DCS.
148 □MATERIAL
149 CHARGE AIR COOLER SHELL: TUBES:
150 WATER COOLER SHELL: TUBES:
151 AIR COOLER SHELL: TUBES:
152 AIR RECEIVER
153
154 INSPECTION AND TESTING
155 WITNESS OBSERVE
156 □ STAGE INSPECTION DURING MANUFACTURE
157 ■ FULL LOAD TEST AT ENGINE MANUFACTURER'S SHOPAS PER ISO (PERFORMANCE TEST)
158 □ FUEL CONSUMPTION & GOVERNING TEST AT ENGINE MANUFACTURER'S SHOP AS PER ISO
159 ■ FULL LOAD TEST FOR 4 HOURS OF ENGINE-GENERATOR SET WITH ALL AUXILIARIES & 1HR AT FULL LOAD AT
160 ■ NO LOAD MECHANICAL RUN TEST AT PACKAGER'S/DRIVEN EQPT. MFR. SHOP
161 SITE.
■ VENDOR'S STANDARD MECHANICAL RUN TEST (FOR ALL ENGINE)
162 INSPECTION/TESTING WITNESSED BY: □ OTHERS ■M/S CUGL OR THEIR REPRESENTATIVE
163 □WEIGHTS
164 NET WEIGHT OF ENGINE WITH MOUNTED ANCILLARIES (KG):
165 HEAVIEST PART TO BE HANDLED DURING ERECTION AND ITS WEIGHT (KG):

203 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

166 HEAVIEST PART TO BE HANDLED DURING NORMAL MAINTENANCE AND ITS WEIGHT (KG):
167 RECOMMENDED CRANE CAPACITY (TONS): CRANE HOOK HEIGHT (M):
168 □MAINTENANCE DATA
169 EXPECTED PERIOD OF RUNNING BETWEEN TOP OVERHAULS: HOURS
170 EXPECTED PERIOD OF RUNNING BETWEEN MAIN OVERHAULS: HOURS
171 THE TYPE AND GRADE OF LUBRICATING OIL RECOMMENDED:
172 LUBE OIL CONSUMPTION (KG/HR)/ (LITRES/HR)
173 CHANGE OF LUBRICATING OIL AFTER: HOURS
174 ■SCOPE OF SUPPLY / WORK
18 17 ENGINE WITH LUBRICATION SYSTEM, GOVERNING SYSTEM, FUEL SYSTEM, COOLING SYSTEM AND STARTING
5
176 SYSTEM
SUCTIONAS SPECIFIED
AIR FILTER WITH SUCTIONPIPING
177 INSTRUMENTS AND CONTROLS AS SPECIFIED
178 INLET AND EXHAUST MANIFOLDS, EXHAUST PIPING WITH FILLINGS, BENDS AND INSULATION
179 EXHAUST SILENCER (RESIDENTIAL, SPARK ARRESTING TYPE) WITH EXPANSION BELLOWS AND COMPLETE

180 WITH EXHAUST


MANIFOLD PIPING FROM
TO OUTSIDE SHED WITH FITTINGS AND INSULATION.
181 FLYWHEEL WITH BARRING DEVICE
182 GUARDS FOR MOVING PARTS
183 COUPLING FOR ENGINE - DRIVEN EQUIPMENT
184 BASE PLATE FOR ENGINE & DRIVEN EQUIPMENT
185 MANDATORY SPARES AS PER ORDER
186 ERECTION AND COMMISSIONING SPARES
187 TORSIONAL ANALYSIS REPORT ON ENGINE
188 REFER TECHNICAL SPECIFICATION FOR COMPLETE SCOPE OF SUPPLY
189 FOUNDATION/ ANCHOR BOLTS
190 ANTI VIBRATION PADS
191 FIRST FILL OF LUBRICATING OIL AND COOLANT.
192 SEPERATE ACCOUSTIC ENCLOSURE WITH VENTILATION FAN
193
194 REMARKS
195

ANNUNCIATION & PRE TRIP & A/V ALARM


INDICATION
ALARM ANNUN.

204 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

LOW –LOCAL PANEL


INDICATOR LOCAL

PANEL DISPLAY

- PLC-DISPLAY
LOCAL GUAGE

HCUGL LOCAL

PANEL PLC-
DISPLAY

HIGH LOCAL
LOW LOCAL
PANEL

DISPLAY
PANEL (PLC)
DESCRIPTION

GUAGE –

BOARD

(PLC)
DISPLAY
1 RESERVOIR OIL LEVEL ■ yes ■ yes,
switch
2 RESERVOIR TEMP. ■ yes ■ yes ■ yes
3 MAIN L/O PUMP DISCH. PR. ■ yes ■ yes ■ yes
4 LUB OIL FILTER DIFF. PR.
5 L/O SUPPLY HEADER TEMP.
6 OIL COOLER OIL OUTLET
TEMP.
7 STAND BY PUMP START
8 COOLING SYSTEM
9 OIL COOLER CW OUTLET
TEMP.
10 CW SUPPLY HEADER FLOW
11 SIGHT FLOW CW RETURN
EACH COOLER & HEADER
12 LOCAL MOUNT TSV ON EACH
ISOLATABLE CIRCUIT
13 WATER LEVEL IN MAKE UP ■ yes ■ yes
WATER TANK / RADIATOR
14 ENGINE JACKET C.W SUPPLY ■ yes ■ yes
TEMP.
15 ENGINE JACKET C.W RETURN ■ yes ■ yes ■ yes
TEMP. (INLET OF RADIATOR)
16 COOLANT MAIN PUMP DISCH. ■ yes
PR.
17 COOLANT SUPPLY HEADER PR. ■ yes
18 COOLANT SUPPLY HEADER
TEMP
19 COOLANT COOLER OUTLET ■ yes
TEMP.
20 COOLANT RESERVOIR LEVEL ■ yes ■ yes ■ yes,
switch
21 STARTING SYSTEM
22 AIR RECIEVER PRESSURE ■ yes ■ yes
23 INLET AIR SYSTEM
24 INLET AIR FILTER ■ yes
DIFFERENTIAL PRESSURE
25 BOOST AIR (TURBO CHARGER)
DISCHARGE PRESSURE (IF
REQUIRED
26 CHARGE AIR COOLER OUTLET
AIR TEMP. (IF REQUIRED)
27 MISCELLANEOUS
28 ENGINE/MAIN ELECTRIC ■ yes
MOTOR VIBRATIONS
29 ENGINE/ MAIN MOTOR SPEED ■ yes ■ yes

205 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

30 START STOP BUTTON


31 ENGINE OVERSPEED ■ yes
32 ENGINE /MAIN MOTOR FAILS ■ yes
TO START
33 FEUL GAS / ELECTRIC POWER ■ yes
CONSUMPTION INDICATION
AND CUMMULATIVE
34 TACHO-HOUR METER ■ yes ■ yes

206 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1 GENERAL
2 PROJECT: PROCUREMENT OF CNG COMPRESSORS
3 OWNER: M/S CENTRAL U.P GAS LTD. SITE: KANPUR/UNNAO/BAREILLY
4 Item No. : Service : Intercooler / Aftercooler for Compressor Package
5 NOTE: ■ SCOPE OPTION / INFORMATION SPECIFIED BY PURCHASER □ INFORMATION REQUIRED FROM VENDOR.
6 □ Manufacturer: Type: □ Forced Draft □Induced Draft
7 □Bundle Size: m x m x m Bundles/Section Number of Units:
8 Bundles/Unit: In Parallel / Series Section Size:
9 Surface/Bundle: m² Bare Tube: m² Section/Unit:
10 Surface/Unit: m² Bare Tube: m² Plot Area/Unit:
11 PERFORMANCE (Of One Unit)
12 Heat Exchanged: kcal/hr MTD (Corrected): 0C
0
13 Transfer Rate: kcal/hr m² C (Finned Surface) (Bare Surface)
14 TUBE SIDE
15 Fluid Circulated GAS Gravity: Liquid API SG @

16 15.4EC
Total Entering Gas kg/hr Enthalpy / Latent Heat kcal/kg
17 Operating Temperature In: Out: Fouling Resistance hr m² 0C/kcal
18 Operating Pressure Passes / Bundle kg/cm²
19 AIR SIDE
20 Temperature In: 49 Out: Altitude m
21 Total Flow/Unit kg/hr Static Pressure kg/cm²
22 Quantity/Fan kg/hr Power/Fan kW
23 Face Velocity m/sec Power/Unit kW
24 CONSTRUCTION (Each Bundle)
25 Design Pressure: kg/cm²g Test Pressure: kg/cm²g Design Temperature: 0C
26 Code Requirements:
27 Type of Tubing: Tube Material: SA 179 Fin Material: Al
28 Tube Bare Tubes (no's) : No. of rows: O.D. BWG/Thk
29 Fins : Spacing /inch. O.D. Root Dia Thickness:
30 Length Type: Plug / Cover
Header No. of Splits: Material :
31 Plugs/Gaskets Side Frame : C.S. Inside Zinc Protected
32 Nozzles In : Out :
33 Couplings Vent: Drain :
34 CONSTRUCTION (Each section)
35 Structure CS Sec./Gr. No. Design Wind Load : kgf/m
36 Plenum Chamber CS inside Zinc Protected Type :
37 Fans No. Dia. RPM Mfr.
38 Blades Material : No./Fan Pitch Angle(Design) :
39 Hubs Material : Pitch : Autovariable / Adjustable (No. )
40 Louvers Material : Type : Mfr.
41 Weights kg Each Section(Dry) : Full of Water:
42 Each Bundle (Dry) : Full of Water:
43 APPLICABLE SPECIFICATIONS API Standard 661
44 REMARKS 1. Air coolers shall be designed for 20% excess capacity than required normally.
45 Exchanger shall be designed with air side temperature of 49 0C.
46 Separate data sheet shall be filled by the bidder for each service i.e. Inter cooler and After cooler

207 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.0 GENERAL

1.1.1. This specification together with the attachments covers the design and engineering of
compressor instruments and control systems, complete with all accessories and materials,
along with special test equipments, where it is required.
1.1.2. The detailed scope of work, specific job requirements, exclusions, deviations, additions etc. if
any will be indicated in the material requisition, equipment and addendum to this
specification.
1.1.3. Vendor shall be fully responsible for design, material selection, sizing and selection of the
proper instruments for their system. All equipments supplied shall be of field proven quality
both with respect to design and material
1.1.4. All instruments and control systems (Programmable Logic Controller (PLC), offered by
vendor shall be latest and have a well proven performance record of operating
satisfactorily for at least last three years.
1.1.5. In the event of any conflict between this specification, data sheets, related standards, codes etc.
the vendor shall refer the matter to the purchaser for clarification and only after obtaining the
same should proceed with the manufacture / engineering of the item in question.
Applicable National/ International Standards.

1.1.1 Design and terminology shall comply, as a minimum, with the latest edition prior to
the date of purchaser’s enquiry of following codes, standard practices and publications:

AGA American Gas Association, Gas Measurement Committee


- Report No.11- Measurement of Gas by Coriolis Mass flow meter.
ANSI/ASME American National Standards Institute/ American Society of Mechanical
Engineers.
B 1.20.1 Pipe Threads.
B 16.5 Steel pipe Flanges and Flanged Fittings
B 16.20 Ring Joint Gaskets and Grooves for Steel Pipe Flanges.
ANSI/FCI
American national Standards Institute / Fluid Controls Institute
70.2.1 Control valve seat leakage classification.
API
American Petroleum Institute
RP 521 Guide for pressure relieving and depressurizing
system. RP 526
Flanged steel safety relief valves.

208 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

RP 527 Seat tightness of pressure relief valves.


RP 551 Process Measurement Instrumentation.
Part I
Process Control and Instrumentation
S670 Vibration, Axial-Position and Bearing-Temperature Monitoring Systems.

BS British Standards
BS-1042 Measurement of fluid flow in closed
conduits. BS-
5308 Part-II Specification for PVC insulated cables.
DIN-43760 Temperature Vs Resistance curves for RTD’s
DIN-19234 Electrical Distance Sensors; DC interface for Distance Sensor and Signal
Converter.
IEC International Electro- technical Commission.
IEC 79 Electrical Apparatus for Explosive Gas atmosphere.
IEC 85 Thermal Evaluation and Classification of Electrical
Insulation. IEC 332 Test on bunched wires or cables. Part
III Cat. A
IEC 529 Classification of degree of protection provided by
enclosures. IEC 534-2 Industrial Process Control Valves –
Flow capacity.
IEC 584-2 Thermocouples – Tolerances
IEC 751 Industrial Platinum Resistance Thermometer Sensors.
IEC 801 Electromagnetic compatibility for Industrial process measurement and
Control equipment.
IS Indian Standard
IS-5 Colours for ready mixed paints.
IS-1271 Specification of Thermal Evaluation and Classification of Electrical
Insulation. IS-1554
PVC insulated (heavy duty) electric cables – working
Part I voltage upto and including 1100V.

209 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

IS-2074 Ready mixed paints, air drying, red oxide-zinc chrome.

IS-2147 Degree of Protection provided by enclosures for low voltage switch gear and
control gear.
IS-2148 Flame proof enclosures for electrical apparatus.
IS3624 Specification for pressure and vacuum gauges.
IS-
5831 PVC insulation and sheath of electric
cables.
IS-7358 Specifications for Thermocouples.
IS-8784 Thermocouple compensating cables.
ISA Instrument Society of America.
S-5.2 Binary logic diagrams for process operations
S-7.3 Quality standard for instrument air.
S-75.01 Flow equations for sizing control valves.
NACE National Association of Corrosion Engineers – MR-

210 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

01-75
NEC National Electric code.
NEMA National Electrical Manufacturer’s
Association
ICS-6 Enclosures for Industrial control and system
NFPA National Fire Protection Association.
NFPA-496 Purged and pressurized enclosure electrical
equipment.

211 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

OSHA Occupational Safety and Health Authority.

1.2 Instrument Sizing Calculations:

Following sizing calculations shall be applicable in general, duly approved by the


authority indicated in vendor’s standard plan:
a. Safety valves/PRV/pilot operated
pressure relief valves.
b. Utility consumption calculation including power supply (UPS, non UPS)
instrument air, etc.
c. Intrinsically safe loop calculation for proper selection considering
various entity
d. Cables

212 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

e. calculation for Power cables.


1.3 Functional Schematics:

Functional Schematics details out the functionality of all the loops shown on the P&ID
including their co-relation. The schematic shows all the hardware necessary to configure a
loop including their physical location, their interconnection and important software blocks
as applicable to make a loop complete. Similar loops may be combined under the same
functional schematic.
1.3.1 Logic Diagrams-

The schematic shall be prepared based on ISA S5.2 - “Binary Logic Diagrams for
process operation” and shall show the physical location of input/output devices, their
interconnection with functional blocks, bench status of all electrical devices etc. the
schematic shall also be supplemented with operational requirements like startup and
process bypasses, reset and shutdown push buttons, selector switches, status lamp etc.

213 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

1.3.2 Instrument Loop drawings

Each loop shall have a separate Instrument Loop drawing which shall show each component
from field device to final receiver including physical location initiating device, its terminal
number; junction box with its terminal number; cable number with pair
number/polarity; receiver instrument terminals/cabinet terminals; system functional
blocks of loop in simplified manner (without configuration details).

1.3.3 Panel Front Arrangement

This drawing shall show the arrangement of Panel mounted instruments like indicating
instruments, alarm annunciator, indicating lamps, push buttons/switches etc. including
their approximate sizes and their mounting locations.
1.3.4 Configuration Diagram

This drawing is a graphical representation of all major hardware’s required in a configurable


control system, which are necessary to meet all the expected functional requirements.
1.3.5 Dynamic Graphic Display Drawings

These drawings provide a graphic representation of P&ID’s arranged in a sequence which


when displayed on the Local operator interface (MMI) shall provide easy and logical
operational views.
1.3.6 Input/ Output Assignment:

This document indicates the physical assignment of various I/O modules and their
respective channels to various physical inputs and outputs.
1.3.7 Instrument Duct/ Tray/ Trench Layout:

Instrument duct/tray layout drawing show the routing of main instrument duct/tray layout
in the unit
The drawing shall be prepared on plot-plan and shall show the size, cross – section at various
locations, general notes, symbols, reference drawings and Control panel entry.
1.3.8 Instrument Location Plans:

Instrument Location Plans should show the location of instruments, location of tapping
points, location of local panels, junction boxes, main cable trenches, instrument air
distribution scheme etc.
These drawings should be prepared on equipment layout drawings preferably in 1:50 scale.
1.3.9 Instrument Cable Schedule:

214 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

The instrument cable schedule should show all instrument and power cables required for
complete instrumentation. The document shall show, tag number, cable number, type, length
and size of cables, type of junction box, identity of local panel, control room panel/cabinet
location etc.

1.4 Alarm Philosophy

a. Adequate alarms shall be provided to give audible and visual warning of any process
and machine malfunction in the package.
b. All trips shall have a pre-trip warning alarm in addition to alarm at the trip condition.
c. All package alarms including pre-trip warning alarms and trip alarms (shutdown alarms)
shall be annunciated on the local panel. First out alarm sequence F3A as per ISA facility
shall be provided, whenever required.
d. All rotating equipments shall have the status indication provided on the local panel.
e. Common pre-warning alarm and common trip alarm contacts for the package shall be
provided for remote annunciation. Additional alarm contacts shall be provide when
specified.
f. ‘Fail-safe’ type with normally closed alarm contacts shall be used.
1.4.1 All line or equipment mounted instruments like control On-Off valves, pressure relief valve,
thermo wells, level instruments etc, installed on pipes shall be certified by their authorized
representative.
1.4.2 Location of process connections shall be from side or from the top of the process equipment
but not from the bottom. The requirement is applicable to both pipe and vessel connected
instruments.
1.4.3 All process switches shall be provided with sealed micro switch contacts rated for specified
application. Contacts shall be SPDT type. Contact used in intrinsically safe applications shall
be gold plated.
2.0 GENERAL SPECIFICATION OF INSTRUMENTS

2.1 Instrument Concept:

Major instrumentation shall be electronic type but local loops and final control elements
shall be of electro/electro pneumatic/pneumatic .
2.2 Electronic Instruments:

a) Electronic transmitters shall generally be two wire type. These shall have
transmission/output signal of 4-20 mA dc and shall be capable of delivering rated
current into external load of at least 600 ohms when powered with 24 V dc normal
voltage.

215 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

b) Smart transmitter/ Fixed range type when selected, shall be used in analog output
mode. Digital integration shall be avoided unless specified otherwise.
c) The design of electronic instruments shall be in compliance with the
electromagnetic compatibility requirements as per IEC-801.
2.3 Pneumatic Instruments shall operate on air supply of 1.4 kg cm2g and shall have
transmission and output signal of 0.2 to 1.0 kg/cm2g wherever applicable.
2.4 Instrument air quality shall be as per ISA-S7-3 and free from corrosive, hazardous and
toxic contaminants.
2.5 Panel Board Instruments:
2.5.1 Panel board instruments shall have the following graduations, in general
Pressure direct reading Temperature : direct reading Rpm : direct
reading
Multiplying factors for flow scales shall be specified on manufacturer’s name plate.
2.6 Local Control Panel:
2 .6.1 Local control panel for the package units shall be installed within the battery limit of the
package considering operational and maintenance requirements and accessibility.
Local control panel/panels shall be totally enclosed cubicles. Panel sizing shall be carried
out based on equipment being installed keeping in view the maintenance clearances and
easiness. If the panel is free standing and outside package unit then it shall be under canopy
and the canopy shall cover atleast 2ft in all direction so that it adequately protects from
Sun light and rain. In any case, vendor shall not proceed with panel manufacturing
before getting prior approval from the purchaser.
2.6.2 Local control panels located in the hazardous area shall be pressurized as per NFPA-
496 requirements to render space within the panel non hazardous if panel is not explosion
proof type. An alarm shall be provided on local panel and contact shall be provided for
remote annunciation, whenever the panel pressurization falls below 2.5 mm of H2O. A
protective device to protect the panel from over pressure must be provided. Alternately
explosion proof panel suitable for hazardous classified shall be considered if purged type is
not included.
2.6.3 Panel pressurization with start-up panel purging scheme shall be fully automatic however
it shall be started manually from a push button. Solenoid valves and differential pressure
switch required for panel purging shall be flameproof, however other items like relays,
switches/pushbuttons, timers etc. shall be located in a flameproof housing. Other items

216 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

like valves, restriction orifice plates, dual filter regulators, pressure gauges, etc. required
for pressurization, shall also be located in the non-pressurised section of the panel.
2.6.4 It shall be possible to switch off incoming power to panel from panel front. All such power
on /off switches shall be flameproof type.
In addition, all those devices and terminals which can’t be powered off from on/off switches
shall also be located inside flameproof enclosures.
2.6.5 It shall be possible to switch off incoming power to panel from panel front. All such
power on /off switches shall be flameproof type.
In addition, all those devices and terminals which can’t be powered off from on/off
switches shall also be located inside flameproof enclosures.
2.6.6 All hinges, screws and other non-painted metallic parts shall be of stainless steel
material.
2.6.7 The design of control panel shall incorporate provision for expansion by installing adequate
spare capacity. Each panel shall be designed to accommodate the following additional
equipment, as a minimum;
a) 20% of panel front/inside mounted instruments including lamps, push buttons,
switches, relays etc.
b) 20% additional power feeders each provided with switch fuse assembly.
c) 20% additional spare windows in alarm annunciators.
d) 20% spare cable entry points.
2.6.8 All lamps, status as well as alarm, shall be provided with lamp test facility. One single
lamp test push button shall be used for each panel.

2.6.9 Colour scheme


a) Status lamps:
On/open/permissive green
Off/close/emergency red
b) Alarms
Normal/pre trip alarms white
Shut down alarms red
c) Push/pull buttons

217 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

On/open green
Off/close red
Emergency shut down red

2.7 Panel Wiring:


1. Open terminals shall generally be avoided. Terminal strips shall be of
‘Phoenix/Klippon/Elmex’ or equivalent type and shall preferably be mounted in an
enclosure. Fused terminal may be used wherever necessary.
2. A minimum of 1.5 mm sqr. multi stranded PVC insulated copper conductor shall be
used in general. All wiring shall be laid in the PVC troughs. No troughs shall be more
than 70% full.
3. Wires carrying measurement signals associated with thermocouples, RTD and other
low level signals shall be routed in separate troughs/ wire ways and not along with power
cables.
4. Power wiring and control wiring shall be separated by not less than 150 mm. The
crossing, if unavoidable, shall be as close to right angles as possible.
5. Compensating cables/wires shall be used for thermocouples.
6. All intrinsically safe wires shall be routed in separated wire ways from non-intrinsically
safe and power terminals.
7. All incoming power feeders shall be terminated on separate terminals suitable for the
incoming feeder size.
2.8 Local Gauge Board
a) Local gauge board shall be used to install skid mounted instruments like pressure
gauges, temperature gauges, process switch And RPM meter.
b) Location of local gauge board, when provided, shall be decided to allow easy access at
the rear and front for all instruments and accessories for maintenance and operation.
c) Gauge board shall be constructed from 3 mm cold rolled cold annealed steel sheet with
other necessary steel supporting structure and shall be painted sky blue shade No. ISC-
101 as per IS-5.

218 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

d) Local gauge board shall be supplied with all instruments installed and completely in
tubed/wired condition before shipment.
e) All pressure gauges shall be provided with block and bleed valves securely
fastened. Identification tags shall be provided for identification.
2.9 Temperature Instruments
2.9.1 Thermowells
a) All temperature elements shall be provided with Thermowells fabricated out of bar
stock of minimum SS 304 material. The base of the thermowells shall be chosen to fit the
instrument without air gap for minimizing measuring lag.
b) Built-up thermowells shall be used in low pressure and low velocity services.
c) Immersion length of thermowells shall be as follows:
Line Size Immersion Length
From 4” to 6” 280 mm
Vessels / columns 400 mm
In special applications, not covered above, vendor shall decide the immersion length based
on actual requirements. Immersion length is based on 200 mm length between flange face
and inner wall of pipe.
d) Any pipe line less than 4” nominal bore shall be blown to 4” size to install thermowell.
2.9.2 Temperature Gauges
a) Local temperature gauges shall be liquid filled type in general and shall be
manufacturered as per relevant SAMA Class.
b) All local temperature gauges shall have 150 mm dial size(minimum). The bulb size
shall be selected to suit the thermowell.
c) All gauges shall be of weatherproof construction.
d) In vibrating service filled type temperature gauges with capillary extension shall only
be used. Capillary tubing shall be of SS 304 as a minimum with stainless steel flexible
armouring.
e) Temperature gauges shall have accuracy of + 1 % URV (upper range value).
2.9.3 Temperature Elements
a) For remote temperature indication/recording/control/switch etc., thermocouples or
resistance temperature detector (RTD) shall be used depending on the process
requirements. Elements shall be spring loaded, mineral insulated and shall have stainless
steel sheath.

219 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

b) Thermocouple assemblies shall be furnished with weatherproof screw type.


c) Thermocouples shall be as per IEC-584-2/IS-7358 and shall have a wire size of 18 SWG
for single and 20 AWG for duplex thermocouples. These shall be magnesium oxide
(MgO) filled ungrounded type, unless necessary otherwise. The type of thermocouple
shall be of K-type only.
d) The design of thermocouple assemblies shall be such that replacement on line is possible.
e) RTD (Resistance Temperature Detector) shall be platinum element 3 wire type with
100 ohms resistance at per IEC 751 DIN 43760. RTD shall be used within a
temperature range of –200 to 650oC. Three wire system shall be adopted in connecting
the element.
f) RTD shall be used where accuracies of the order of 0.25 % better and smaller measuring
spans are required.
2.9.4 Temperature Transmitter : All temperature elements shall be directly connected to PLC
with appropriate protection, no in between transmitter is needed.
2.10 Pressure Instruments
2.10.1 Pressure Gauges
a) Pressure gauge dial shall be white, non rusting plastic with black figures. The dial face
shall be marked with pressure element material. Pointers shall have micrometer
adjustment.
b) Pressure gauges shall be weatherproof with dial size of 150 mm and shall have features
like screwed bezels, externally adjustable zero, over range protection and blowout discs.
Pressure gauge sensing element shall be SS 316 and movement of SS 304, as a minimum.
c) Pressure gauges shall have an accuracy of + 1% of URV as a minimum. Differential
pressures gauges may have an accuracy of + 2% of URV.
d) Over range protector and pulsation dampener, whenever used, shall be of SS 304,
as a minimum. Pulsation dampner should be used for all pulsating services. It shall be
floating pin type, externally mounted and externally adjustable.
e) Connection shall normally be ½” NPTM bottom.
f) Cases shall normally be cast aluminium alloy or black phenol and weatherproof to IP-55
as per
IEC-529/IS-2147. Blow-out discs shall be provided.
g) Ranges shall be so specified that the gauge normally operates in the two third of the scale
and shall conform to IS-3624 standard dials, wherever possible.

220 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

h) Receiver pressure gauges for local transmitter output indication shall have 100 mm dial
with stainless steel element and ¼” NPTM connection.

221 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

2.10.2 Pressure/Differential Pressure Transmitters

a) Pressure /differential pressure transmitter shall have capacitance or piezo-


resistance type.
Element material for transmitters shall be SS 316, as a minimum and shall be able to
withstand over pressure of at least 30% of range or maximum working pressure which
ever is higher.
b) All transmitters shall have an integral output meter if smart transmitter
are used.
c) All transmitters shall have an accuracy of + 0.25% of URV, as a
minimum.
2.10.3 Pressure Switches
a) Pressure switches shall have either diaphragm or bellow type of process element with SS
316 material of construction as a minimum. Switch type shall be sealed microtype with
contact rating suitable for specific application.
b) Pressure switches shall be blind type with ½ NPTF process connection and shall be
operative in full specified range. The switch differential shall be selected as per operating
conditions.
c) Pressure switches shall have repeatability of + 0.5% of URV as a minimum.
d) Receiver pressure switches shall have SS 316 bellows as measuring element with ¼”
NPTF connection.
2.11 Level Instruments
2.11.1 Level gauge:
All gauge glasses shall be reflex or transparent type with body and cover material of
forged carbon steel as a minimum and shall have tempered borosilicate glass with asbestos
or other suitable gasket..
2.11.2 Level Switch
a) Level switches shall generally be external ball float type with flanged head.
b) Switch shall be sealed micro type with contact rating suitable for the specific
application.
c) Level switch shall be furnished with adjustable differential.
2.12 Flow Instruments

222 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

All flow meters where ever included shall be of “Coriolis“ principle based. The mass flow
meters shall conform to AGA rep ort 11.

SPECIFICATION FOR MASS FLOW METER

Sl. No. PARAMETER REQUIREMENT

1. Fluid Natural Gas


2. Measuring Principle Coriolis Principle
1
3. Quantity of Metering Device
4. Operating Pressure
5. Molecular Weight 17 – 22
O
6. Ambient Temperature 0 – 50 C
7. Hazardous area classification Class I, Div I, Gas Group D
8. Range
9. Accuracy (with zero stability, repeatability,
± 0.50% of indicated flow on gas, accepted
10. hysterisis etc.)for specified accuracy
Rangeability 20:01
2
11. Nominal Calculated size
12. Zero stability ~ 0.68 Kg/hr
2
13. Pressure drop at max. flow < 0.6 Kg/cm g
14. Material ANSI 316 SS
15. End Connection As per process requirement
16. Power supply (nominal)
17. Outputs (Active)
17.1 4 – 20 mA dc
17.2 Frequency
17.3 RS 485

OUTPUT PARAMETERS
18.0 Mass Flow rate

18.1 Mass totalizer, resettable


18.2 Mass totalizer, non-resettable
18.3 Periodic Mass & totalizer, non-resettable Four (one each monthly, daily, fortnightly

18.4 Date, time and one for configurable period)


18.5 Temperature
18.6 Pressure

223 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Sl. No. PARAMETER REQUIREMENT

18.7 Density
18.8 Volume flow rate Field configurable with password protection

for molecular weight range: 17 to 22


18.9 Volume flow totalizer Field configurable with password protection

for molecular weight range: 17 to 22


19.0 Display Display with specified accuracy,

programmable and sequential with


20.0 Communication password protection
Modbus & Hart
21.0 Custody Transfer
3
22.0 Mounting Field mounting
5
19 23.0 Certification Hazardous area compatibility, Material Test,

Manufacturer’s certification, Custody Transfer


approval, AGA 11 Conformance certification and
Calibration Certificate on water and type
approval on Natural Gas from accredited test
labs with traceability acceptable internationally
e.g. GTI_MRF, GRI, SwRI, CEESI, NMI etc.
24.0 Documentation O&M manual with exploded view and part
number, Compatibility to use in hazardous area,
Calibration Certification, Approval towards
custody transfer from Govt. W&M department /
OIML approved accredited agency in the country
of origin

20 SPECIFICATION OF THERMAL MASS FLOW METER (TO MEASURE VENT LOSS)

SR. NO. PARAMETER REQUIREMENT

1 Fluid Natural Gas


2 Measuring Principle Thermal
3 Operating Pressure 50 mbar g
4 Molar Mass 17 -22
5 Ambient Temperature 0-70°C
6 Hazardous area classification Class I, div I Gas Group D as per NEC or
Zone 1, Group IIA / IIB as per IS / IEC
Specification

224 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SR. NO. PARAMETER REQUIREMENT

7 Range of Operation 0.6 - 16 SCM/Hr

0.5 - 12 Kg / Hr

8 Measured Error Mass ± 1.5% of indicated flow accepted (over the


operating range of 2-12 Kg/Hr on gas)

9 Meter Size 0.5"


10 Pressure drop at max. flow 2 mbar max.
11 Repeatability ± 0.5% or better
12 Material Tube SS 316 or better
13 End connection To suit the line size, flange Connections
14 Power Supply (nominal) 230 ± 10% V, 45-65 Hz
15 Output (Active)
16 RS 485 Required
17 Outputs Information

17.1 Mass Flow Rate Required


17.2 Mass Totalizer, non - resettable Required
17.3 Temperature Required over MODBUS

17.4 Integral Display Display all outputs with specified accuracy,


programmable and sequential with password
protection. Touch Screen or Touch Keypad Type

17.5 Density Required

17.6 Pressure Required

17.7 Volume flow rate Field configurable with password protection for
molecular weight range: 17 to 22
17.8 Volume flow totalizer Field configurable with password protection for
molecular weight range: 17 to 22
17.9 Periodic mass & totalizer, non-resettable Four (one each monthly, daily, fortnightly and one
for configurable period)

225 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SR. NO. PARAMETER REQUIREMENT

18. Programmer Calibration software, perpetual licence with


portable hardware platform complete with all
connectors, power adopter, batteries. System
should be suitable for effecting calibration
changes, configuring the flow meter / transmitter,
storing test result, plotting and storing graphs,
diagnostics, password protection etc. Carrying
case, easily installable in the field for calibration
set up
19 Communication MODBUS with RS 485, HART

20 Mounting Field mounting, (Vertical)

21 Certification CCOE

2.13 Control Valves


2.13.1 On/Off valves shall normally be globe type, single seated or double seated. Material
used fro trim shall be SS 316, as a minimum. For higher pressure drops (greater than 10
kg/cm2g), flashing, cavitation, erosive and slurry services and in general, all steam services,
trim shall be stellited. (wetted parts like seat ring, valve plug, plug guide, plug steam, guide
busing and cage nare being termed as trim).
2.13.2 Valve actuator shall be pneumatic spring opposed diaphragm type, in general. Piston type
actuators may be used for very high shut off pressure requirements. Additional equipment
necessary to meet fail safe condition shall also be included. In either case, actuator shall be
able to withstand maximum shut-off pressure with the minimum instrument air pressure
specified.
2.13.3 Solenoid valves, wherever used, shall be universal type and shall be continuous rated type
with class F coil insulation as per IEC 85/IS 1271. Trim shall be of SS316.
2.13.4 Self actuating regulators for flow, pressure and temperature shall be used where loads are
constant and requirements of precision and accurate controls are not stringent.
2.14 Pressure Relief Valves
2.14.1 All pressure relieving devices shall be designed in accordance with ASMF code
for ‘Boilers and Pressure Vessels’, API – 521 and Indian Boiler Regulations.

2.14.2 Conventional valves shall be specified for constant back pressure while bellows seal type
valves shall be specified for variable back pressure more than 10% of set pressure. Pilot

226 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

operated pressure relief valves shall be used for special services and where set pressure is
closer than 10% of the operating pressure, in general.

2.14.3 The body material shall, as a minimum, be as per piping specifications. Nozzle and disc
material shall be SS 316 as a minimum with machined stainless steel guide and spindle.

2.14.4 The spring material of pressure relief valves shall be as follows unless otherwise necessary
because of process conditions;

- 29oC to 250oC : Cadmium/nickel plated carbon steel

above 250oC : Tungsten alloy steel.

Below – 29oC : Stainless steel 316


2.15 Interlock and Shutdown System
2.15.1 The system shall be designed fail safe and shall meet the following requirements, as a
minimum:

a. All initiating contacts shall be close under normal conditions and shall open under
abnormal conditions.
b. All relays and solenoid valves shall be energized under normal conditions and shall
de-energise under abnormal conditions except CO2 flooding solenoid.
c. Emergency shut down switch contacts shall be wired in series with the final actuating
device to ensure positive shutdown.
d. If desired, because of operational or maintenance requirements, adequate trip by-pass
facilities are to be provided with warning lights to indicate that the trip has been
bypassed.
e. The electromagnetic relays shall be low power continuously rated type and shall have
LED for status indication.
f. The relays shall be plug-in-bases shall have terminals for interconnection. Lugs type
soldered connection shall not be acceptable.
g. Each relay shall have two numbers of ‘NO’ and three number of ‘NC’ contacts as a
minimum each suitable to drive the connected load. Out of these, one ‘NO’ and one
‘NC’ contacts shall not be used.
2.15.2 Each shutdown circuit and solenoid valve shall be provided with a fuse terminal unit
separately.

2.15.3 Programmable Logic Controller (PLC) . This shall meet the following minimum
requirements:

227 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

a. PLC shall be redundant w.r.t CPU/PS/Communication Card.


b. The software shall include the operating system and application program. The
application program shall include software for performing functions like interlock and
shutdown logic, programming/program modification, documentation etc. Two copies of
application program and two set of licensed system software shall be supplied.
c. The system shall be supplied with programming tools and related accessories.
d. No two shutdown circuits shall be shared by same I/O module
e. PLC shall be configured as a remote terminal unit of supervisory computer and
data acquisition systems complete with dial up connectivity. One card for transferring
data from minimum devices with RS 485 port shall be provided.For details of SCADA
connectivity refer Annexure
2.15.4 Vibration and Axial Displacement Monitoring

2.15.5.1 The extent and type of monitoring shall be seismic type preferably. However, vendor
shall furnish any additional requirements for monitoring deemed essential by them with
reasons. The sensing probe shall be accessible for adjustment, repair and replacement
without dismantling the machine.
2.15.5.2 Monitoring instruments shall be having hazardous area classification with necessary
statutory certifications.
2.15.5.3 The vibration signal shall be continuous 4-20mA DC isolated current analog signal and
shall be taken as input to PLC for indication/alarm/trip.

2.15.5 Gas Detector and Flame Detector.

All flame detectors are to be UV& IR type and all ga s detectors are to IR type.

Technical Specification for IR Type Gas Detector

Sr.No Description Requirements


Detection method Detection of hydrocarbon gases C1 to C5 in 0-100%LEL range by infrared
absorption method.
1
2 Optical Dual wavelength, dual path (detector)
Optical performance Correct operation with up to 90% obscuration or better. Dirty or faulty
optics warning above 75%. Optics should be suitable for condensation
3
atmosphere.
4 Power supply 20- 38 V DC.
5 Power consumption 5 W or less
Output signals 4-20 mA for 0-100% LEL, 0 mA for fault, 24 mA over range, user
configurable potential free contact outputs min. 2 nos.
6

228 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

7 Sensor/transmitter status Green- normal operation, yellow- fault, Red- detecting gas.

8 Accuracy Zero stability<1% LEL or better for ± 5% of reading of gas.


9 Repeatability ± 2% of gas or better.
Response time <7 seconds at T90, <3 seconds - instantaneous high level of gas or better.
10
Calibration/function test Facility for onsite calibration with gas chamber or flow adopter for gas.
Facility for zero span pot for local adjustment.
11
12 Operating temperature - 10 to 75°C
13 Humidity range 0 to 99% RH non condensing.
14 Area classification Explosion proof suitable for Class I, Div I Group. B,C,D, T6
15 Ingress protection Up to IP 66
Light immunity Total immune to all external light, both constant and modulated
(including sunlight, white light, flsahing beacon etc.)
16
17 Electromagnetic immunity RF emission, RF immunity

18 General immunity Totally immune to all kinds of catalyst poisons.


Communication Transmitter shall be provided with MODBUS RS 232/485 serial port for
communication. The transmitter shall be fully configurable with software
along with field adjustable zero and span. Diagnostic capability shall also
be provided. Vendor shall provide configuration software package along
with detectors free of cost.
19
20 Process Gas Natural Gas, Composition as mentioned.
21

229 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

23 Specification of Flame detector.

Specification
UV/IR Flame detector.

General Specification

Spectral Response Dual Spectrum(typical)


UV-0.185 to 0.260 micro m
IR- 2.5 to 3 micro m
Detection range 15m(50 ft) for 0.3mX0.3m(1 ftX 1ft) Gasoline fire.
Response time Typical response time shall be 3 seconds for
1 sq.ft. gasoline fire and 20 msec for saturated
signal which is defined as 5" diameter gasoline fire
from a distance of 12"
Other fuels The detector shall react to other fuels in standard fire
condition at a maximum response time of 3 second.
The sensitivity range of other fuel shall vary for other fuel type
that is relative to gasoline standard fire source is indicated in the
table below
(typical)
Fuel Type Natural Gas
Type of fuel % of Max. distance at each sensitivity range
Gasoline 100%
N-Heptane 100%
Alcohol 95% 25%
JP4 75%
Kerosene 75%
Diesel 50%
Field of view 90° horizontal, 90° vertical.
Temperature 0 ° C to 85° C operating

Humidity 95% relative at operating temperature.


Electrical a Voltage 18 - 32 V DC
b Input protection
Input circuit protected against voltage reverse polarity
voltage transients, surges and spikes according to
MIL-STD-1275
c Electrical out put
Dry contact relay

Alarm DPDT 2A at 30 VDC or 0.5A at 250 VAC

230 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Accessory relay SPDT 5A at 30VDC or 250VAC

5A at 30VDC or 250VAC

Fault SPDT
24
4-20 mA at current output levels at different detector state
(Typical)
Fault 0mA +0.5mA
Normal 4mA +/-5%
IR- Detection

UV- Detection 8mA +/-5%

Warning 12mA
16mA +/-5%
+/-5%
Alarm 20mA +/-5%
d Electrical connection
Two 1/2" - 1" NPT
False alarm The detector does not provide alarm and warning signal
as a reaction to radiation sources specified in the table below.

Notes

IAD = Immune at any distance


Immunity
distance m(ft)
Radiation
Sulight Source IA
Indirect or reflected sunlight D
IA
Vehcile light(low beam) conforming to MS53023-1 IA
D
Incandescent frosted glass light, 100 W D
Incandescent clear glass light, 100 W IA
D
Fluorescent light with white enamel reflector, standard office or shop IA
etc, 40W(or 2x 20W) D
Arc welding[ 40mm(5/32 in) rid;240} IA
3m(9.8ft)
D
Bright colored clothing including red and safety orange IA
Electronic flash(180 watts seconds minimum output) D
IA
Red dome light conforming to M251073-1 D
IA
Flash light(Mx991/U) D
IA
Radiation heater,1500W D
IA
Radiation heater,1000W with fan D
IA
Grinding metal D
1m(3.2ft)
Lit cigar or cigarette 1m(3.2ft)

231 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Area classification Class I Div I Grp B,C,D


Class II Div,I Grp E,F,G
Approvals FM, CENELEC, En
Environmental

a High
DesignTemperature
to MIL-Std-810C, method 501.1, procedure. I
Operating & Storage : 85 deg C
b Low temperature
Design to MIL-STD-810C , method 502.1, procedure. I
Operating : 0 deg C
c Humidity
Design to MIL-STD-810C, method 507.1,procedureIV
Relative humidity up to 95% at operating temperature range.
d Salt and Fog
Designed to meet MIL-STD-810C, method 509.1,procedure.I
Exposure to 5% salt solution for 48 hrs.
e Water and dust
IP67 per En60529
IP66 per En60529
Dust: Totally protected against dust.

2.16 Operator Interface – MMI


The system shall be microprocessor based and having functional distribution and
data base distribution sub systems. The operator screen shall be colored TFT
touch screen of size minimum 8”x6” size type having mimic for plant (compressor
operation). The operation of compressor is menu driven type. All analog values shall
be provided with bar type indication with set value, alarm value indication. It shall
also have digital value of each analog indication. Each screen shall have 8 nos of
process parameter indication. It should be ensured that processor and memory
loading shall not exceed 60% under the worst loaded conditions.
2.16.11 Functional Requirements

The system as a minimum, shall meet the following requirements without


any supervision computer;
a. Data acquisition and monitoring
b. Alarming
c. Historical data storage, archival and retrieval
d. Logging and report generation
e. System configuration and building facility.

- 232 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

f. Trending of analog and digital points.


g. Operator interface sub-system shall provide the centralized information to the
package unit operator/engineer in the following fields;
- Indication of all analog and digital process variables.
- Manipulation of control loops/open loops.
- Alarm displays and annunciation. Event logging for minimum last
200 events.
- Graphic displays.
- Logging and trending.
- Self-diagnostic messages.
- System configuration and display building.
h. Access key for functions and menu shall be front panel mount type and should
cover all functionality scroll (UP/Down, Left/Right). Alphanumeric character
access key etc shall also be provided.
i. i) Process display: System shall be able to display adequate number of
hierarchal views like overview, group and loop display easily accessible through
keyboard.
j. It shall also be possible to display and control process package through dynamic
graphics. System shall have enough capacity to display complete package
through dynamics graphics.
k. Real time trend shall have sample time of 10 sec and shall be available for
minimum 1 hour. Historical trend sh all be possible with minimum sample time
of 1 minute and shall be available for 48 hours.
l. Facility shall be available in the system for archival of historical data on
m. Zipcard/ Laptop/ etc.
n. Alarms shall be displayed as and when they appear irrespective of type of
display distinguished by flashing and color change. Alarm summary and
alarm history shall also be possible in the system.
o. System alarms shall also be annunciated as reported by self-diagnostic
routines. Status of various sub-systems connected on the communication sub-
system shall be provided on configuration display. System alarm shall include
both operator interface (MMI) diagnostics and PLC diagnostics. A graphic page
shall be incorporated showing all system components with status indication
such as fault, alarm, healthy etc.
p. Data archival and retrieval facilities shall be available in the system.

- 233 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

2.17 Programmable Logic Controller


General

2.17.1 The programmable logic controller shall be microprocessor-based system. The


system shall in addition be of modular in construction and expandable in future by
adding additional modules.

2.17.2 Programmable logic controller shall be able to operate satisfactorily from – 10oC to
70 oC and
2.17.3 20% to 80% non-condensing humidity. The system shall be installed in
environmental local control panel unless specifically indicated otherwise.
2.17.4 The system shall have extensive set of self diagnostics hardware and software for
easy and fast maintenance. Diagnostics shall be required at local as well as an console
level (MMI).
2.17.5 Separate power supply unit shall be provided for individual I/O rack and
processor unless otherwise specified. Suitable battery back – up shall be provided for
volatile memo protection.
2.17.6 Operation of PLC shall be completely unaffected by a momentary power loss of the
order of 20 milli seconds.
2.17.7 The system shall be programmed in general as per the ladder diagram method
only. Other method of programming will not be acceptable.
2.17.8 No single mode failure shall affect the system whenever redundant system
configuration is specified.
2.17.9 PLC shall incorporate all process parameters (specified elsewhere) and status of
compressor, engine & priority panels.
2.17.10 PLC components /systems shall be tropicalised MIL standard adopted with
complete wiring and necessary terminals. Wiring to be color-coded with cross
ferruling in position.

- 234 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR


PACKAGE

BID DOCUMENT NO. REPL//CUGL/OLC/001/18

SECTION – VI Forms and formats

- 235 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-1
BIDDER'S GENERAL INFORMATION

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India___________________

TENDER NO:

SUB :

1 Bidder Name
Proprietorship Firm/Partnership firm/
Limited/Others
2 Status of Firm
If Others Specify:_________________
[Enclose certificate of Registration]
Name of
3 Proprietor/Partners/Directors of the
firm/company
4 Number of Years in Operation
Address of Registered Office:
*In case of Partnership firm, enclose City:
letter mentioning current address of District:
5
the firm and the full names and State:
current addresses of all the partners of
PIN/ZIP:
the firm.

City:
Operation Address
District:
6 (if different from above)
State:
PIN/ZIP:
_____________________
8 Telephone Number (Country Code) (Area Code) (Telephone
No.)
9 E-mail address
10 Website

- 236 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

___________________________________
11 Fax Number: (Country Code) (Area Code) (Telephone
No.)
12 ISO Certification, if any {If yes, please furnish details}
13 Bid Currency
14 Banker’s Name
15 Branch & IFSC Code
17 Bank account number
18 PAN No. [Enclose copy of PAN Card]

19 Service Tax No. [Enclose copy of Service tax Registration


Certificate]
20 EPF Registration No.
[Enclose copy of EPF Registration Certificate]
21 ESI code No.
[Enclose copy of relevant document]

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 237 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-2

BID FORM

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India
SUB:
TENDER NO:

Dear Sir,

After examining / reviewing the Bidding Documents for the tender of


“_________________________________________________________________ including
"Specifications & Scope of Work", "General Conditions of Contract [GCC]", "Special
Conditions of Contract [SCC]" and "Schedule of Rates [SOR]", etc. the receipt of which is
hereby duly acknowledged, we, the undersigned, are pleased to offer to execute the
whole part of the job and in conformity with the said Bid Documents, including Addenda
/ Corrigenda Nos. ____________.

We confirm that this Bid is valid for a period of "three [03] months" from the date of
opening of "Techno-Commercial / Un-priced Bid", and it shall remain binding upon us
and may be accepted by any time before the expiry of that period.

If our Bid is accepted, we will provide the "Contract Performance Security / Security
Deposit" equal to "___________ of the Contract Price" or as mentioned in Tender
Document for the due performance within "thirty [30] days" of such Award.

Until a final Agreement/Letter of Award is prepared and executed, the tender document
(including addenda/ corrigenda) together with the "Notification of Award" shall
constitute a binding Agreement between us.

- 238 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

We understand that Bidding Document is not exhaustive and any action and activity not
mentioned in Bidding Documents but may be inferred to be included to meet the intend
of the Bidding Documents shall be deemed to be mentioned in Bidding Documents unless
otherwise specifically excluded and we confirm to perform for fulfillment of Agreement
and completeness of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any Bid that you
may receive.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Duly authorized to sign Bid for and on behalf of


____________________________________

[Signature of Witness]

Name of Witness:

Address:

- 239 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-3
LIST OF ENCLOSURES

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:

TENDER NO:

Dear Sir,

We are enclosing the following documents as part of the bid:

1. Power of Attorney of the signatory to the Bidding Document.

2. Document showing annual turnover for the last three years such as annual reports, profit
and loss account, net worth etc. along with information as sought in enclosed format F-
16

3. Document showing Financial Situation Information as sought in enclosed format F-16

4. Copy of Bidding Documents along with addendum/corrigendum duly signed and sealed
on each page, in token of confirmation that Bid Documents are considered in full while
preparing the bid and in case of award, work will be executed in accordance with the
provisions detailed in Bid Documents.

5. Documentary Evidences showing the Bidder’s claim of meeting Technical Criteria as


mentioned in Clause 4 of ITB.

6. Bid Security/EMD*

7. Power of Attorney*

8. Duly certified document from chartered engineer and or chartered accountant.

- 240 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Note: * In case of e-bidding the bidder has the option to submit specified documents in
physical form on/before the bid due date or within seven days from the bid opening
date. However, scanned copy of these (same) documents must be submitted on-line as
part of e-bid before the bid due date/time.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 241 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

FORMAT F-4

PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY / BID


SECURITY"

(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No.........

Date......................

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:
TENDER NO:

Dear Sir(s),

In accordance with Letter Inviting Tender under your reference No __________________ M/s.
________________ having their Registered / Head Office at _____________ (hereinafter called
the Tenderer), wish to participate in the said tender for
______________________________________________________________________________

As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________
is required to be submitted by the Tenderer as a condition precedent for participation in the
said tender which amount is liable to be forfeited on the happening of any contingencies
mentioned in the Tender Document.
We, the ____________________________________ Bank at
_____________________________having our Head Office
________________________________________________________ (Local Address) guarantee
and undertake to pay immediately on demand without any recourse to the tenderers by
Central UP Gas Limited, the amount ________________ ____________________ without any
reservation, protest, demur and recourse. Any such demand made by CUGL, shall be

- 242 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

conclusive and binding on us irrespective of any dispute or difference raised by the


Tenderer.
This guarantee shall be irrevocable and shall remain valid up to ____________ [this date
should be two (02) months beyond the validity of the bid].If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving

- 243 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

instructions from M/s. _____________________________________________ whose behalf


this guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on
this ___________day of ____________ 20__ at ____________.

WITNESS:

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per


Power of Attorney No. ________
Date: ________________________

--------------------------------------------------------------------------------------------------------

INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST MONEY" BY


"BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per
"Stamp Duty" applicable. The non-judicial stamp paper should be in the name of
the issuing Bank. In case of foreign Bank, the said Bank's Guarantee to be issued by its
correspondent Bank in India on requisite non-judicial stamp paper
2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".
4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said
Bank Guarantee / all future communication relating to the Bank Guarantee shall be
forwarded to the Employer at its address as mentioned at "ITB".
5. Bidders must indicate the full postal address of the Bank along with the Bank's E-
mail / Fax / Phone from where the Earnest Money Bond has been issued.
6. If a Bank Guarantee is issued by a commercial Bank, then a letter to Employer
confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees One Hundred
Crores] or equivalent alongwith documentary evidence.

- 244 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-4A
PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST MONEY / BID SECURITY"

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:

TENDER NO:

Irrevocable and confirmed Letter of Credit No. …………………… Amount: Rs.


_________________Validity of this Irrevocable: ………………………………………… (in
India)Letter of Credit (2 months beyond validity of Offer)

Dear Sir,
1. You are here by authorized to draw on ………………….. (Name of Applicant with full
address) for a sum not exceeding …………………… available by your demand letter (draft) on
them at sight drawn for Rs. ………… accompanied by a certificate by Central UP Gas Limited,
with the Tender No. duly incorporated therein, that one or more of the following conditions
has/have occurred, specifying the occurred condition(s):
(i) The Bidder withdraws its Bid during the period of Bid validity or any extension thereof
duly agreed by the Bidder.
(ii) The Bidder varies or modifies its Bid in a manner not acceptable to CUGL (India) Limited
during the period of bid validity or any extension thereof duly agreed by the Bidder.
(iii) The Bidder, having been notified of the acceptance of its Bids,
(a) Fails or refuses to execute the Supply Order/Contract
(b) Fails or refuses to furnish the Contract Performance Security within 30 days before expiry
of Bid Security.
(c) Fails to accept arithmetic corrections as per tender conditions.

- 245 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

2. This Irrevocable Letter of Credit has been established towards Bid Security Tender No
……………… for ……………….. (Item)
3. We hereby guarantee to protect the Drawers, Endorsers and bonafide holders from any
consequences, which may arise in the event of the non-acceptance or non-payment of Demand
Letter (draft) in accordance with the terms of this credit.

- 246 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

4. This Credit is issued subject to the Uniform Customs and Practices for Documentary
Credits International Chamber of Commerce brochure No. 600.
5. Please obtain reimbursement as under: ………………………………………….
6. All foreign as well as Indian bank charges will be on the account of M/s.
…………………………… (Applicant)

FOR ………………………..
Authorized Signature
(Original Bank)
Counter Signature

- 247 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-5
LETTER OF AUTHORITY
[Pro forma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid Meetings'
/'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date:

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:
TENDER NO:

Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-priced Bid
Opening', 'Price Bid Opening' and for any subsequent correspondence / communication against
the above Bidding Documents:

[1] Name & Designation ____________________ Signature ___________________

- 248 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Phone/Cell:
Fax:
E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________


Phone/Cell:
Fax:
E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised


representative(s).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and should be signed
by a person competent and having the 'Power of Attorney' to bind the Bidder. Not more than 'two
[02] persons per Bidder' are permitted to attend "Techno-commercial / Un-priced" & "Price Bid"

- 249 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Openings. Bidders authorized representative is required to carry a copy of this authority letter
while attending the un-priced and priced bid opening, the same shall be submitted to CUGL.

- 250 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-6
"NO DEVIATION" CONFIRMATION

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:
TENDER NO:

Dear Sir,

We understand that any 'deviation / exception' in any form may result in rejection of Bid.
We, therefore, certify that we have not taken any 'exception / deviation' anywhere in the
Bid and we agree that if any 'deviation / exception' is mentioned or noticed, our Bid may
be rejected.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 251 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-7

DECLARATION REGARDING HOLIDAY/BANNING AND LIQUIDATION,


COURT RECEIVERSHIP

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

Dear Sir,

We hereby confirm that we are not on ‘Holiday’ by CUGL or banned by Government


department/ Public Sector on due date of submission of bid.

We also confirm that we are not under any liquidation, court receivrship or similar
proceedings or 'bankruptcy'.

In case it comes to the notice of CUGL that the bidder has given wrong declaration in this
regard, the same shall be dealt as ‘fraudulent practices’ and action shall be initiated as
per provision of tender document.

Further, we also confirm that in case there is any change in status of the declaration prior
to award of contract, the same will be promptly informed to CUGL by us.

Place: [Signature of Authorized Signatory of Bidder] Date:


Name:
Designation:
Seal:

- 252 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-8

CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:
TENDER NO:
Dear Sir,

If we become a successful Bidder and pursuant to the provisions of the Bidding


Documents, award is given to us for the tender for “
_____________________________________________________”, the following Certificate
shall be automatically enforceable:

"We agree and acknowledge that the Employer is entering into the Agreement solely on
its own behalf and not on behalf of any other person or entity. In particular, it is expressly
understood & agreed that the Government of India is not a party to the Agreement and
has no liabilities, obligations or rights thereunder. It is expressly understood and agreed
that the Employer is authorized to enter into Agreement, solely on its own behalf under
the applicable laws of India. We expressly agree, acknowledge and understand that the
Employer is not an agent, representative or delegate of the Government of India. It is
further understood and agreed that the Government of India is not and shall not be liable
for any acts, omissions, commissions, breaches or other wrongs arising out of the
Agreement. Accordingly, we hereby expressly waive, release and forego any and all
actions or claims, including cross claims, VIP claims or counter claims against the
Government of India arising out of the Agreement and covenants not to sue to

- 253 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Government of India as to any manner, claim, cause of action or things whatsoever


arising of or under the Agreement."

Place: [Signature of Authorized Signatory of Bidder] Date:


Name:
Designation:
Seal:

F-9
PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE SECURITY /
SECURITY DEPOSIT"

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

PERFORMANCE GUARANTEE No.

Dear Sir(s),

M/s. __________________________________________________________________ having registered


office at _______________________ (herein after called the “contractor” which expression shall
wherever the context so require include its successors and assignees) have been awarded the work
of ____________________________________________________ vide LOA/FOA No.
_______________________________dated______ for Central U.P. Gas Limited, Kanpur

The Contract conditions provide that the CONTRACTOR shall pay a sum of Rs.
____________________ (Rupees _________________________________________) as full Contract
Performance Guarantee in the form therein mentioned. The form of payment of Contract
Performance Guarantee includes guarantee executed by Nationalized Bank, undertaking full
responsibility to indemnify CUGL, in case of default.

The said _______________________________________________ has approached us and at their


request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter mentioned.

1. We ___________________________________________________________________ hereby
undertake to give the irrevocable & unconditional guarantee to you that if default shall be
made by M/s. __________________________________ in performing any of the terms and
- 254 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

conditions of the tender or in payment of any money payable to Central U.P. Gas Limited
we shall on first demand pay without demur, contest, protest and/ or without any recourse
to the contractor to you in such manner as you may direct the said amount of Rupees
_____________________________ only or such portion thereof not exceeding the said sum as
you may require from time to time.

2. You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said _____________________________________
and to enforce or to forbear from endorsing any powers or rights or by reason of time being
given to the said __________________________ and such postponement forbearance would
not have the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______________________________________ (Rupees


_______________________________________) from us in manner aforesaid will not be
affected or suspended by reason of the fact that any dispute or disputes have been raised by
the said M/s. ___________________________ and/or that any dispute or disputes are
pending before any officer, tribunal or court and any demand made by you in the bank shall
be conclusive and binding. The bank shall not be released of its obligations under these
presents by any exercise by you of its liberty with reference to matter aforesaid or any of their
or by reason or any other act of omission our commission on your part or any other
indulgence shown by you or by any other matter or changed what so ever which under law
would, but for this provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said contractor but
shall in all respects and for all purposes be binding and operative until payment of all money
due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto ___________________ (this
date should be 90 days after the expiry of defect liability period) _______________. The bank
undertakes not to revoke this guarantee during its currency without your previous consent
and further agrees that the guarantee. However, if for any reason, the contractor is unable to
complete the work within the period stipulated in the contract and in case of extension of the
date of completion resulting extension of defect liability period of the contractor fails to
perform the work fully, the bank hereby agrees to further extend this guarantee at the
instance of the contractor till such time as may be determined by the owner. If any further
extension of this guarantee is required, the same shall be extended to such required period
on receiving instruction from M/s.
___________________________________________________ (contractor) on whose behalf this
guarantee is issued.

6. The Bank Guarantee's payment of an amount is payable on demand and in any case within
2 working days of the presentation of the letter of invocation of Bank Guarantee. Any

- 255 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

dispute arising out of or in relation to the said Bank Guarantee shall be subject to the
jurisdiction of KANPUR Courts.

7. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of
the Contractor up to a total amount of __________(amount of guarantees in words and
figures) and we undertake to pay you, upon your first written demand declaring the
Contractor to be in default under the contract and without caveat or argument, any sum
or sums within the limits of (amounts of guarantee) as aforesaid, without your needing to
prove or show grounds or reasons for your demand or the sum specified therein.

8. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
___________ granted to him by the Bank.

Yours faithfully,

_______________

Bank by its Constituted Attorney

Signature of a person duly

Authorized to sign on behalf of the


Bank

INSTRUCTIONS FOR FURNISHING

"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as
per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing
bank. In case of foreign bank, the said Bank Guarantee to be issued by its correspondent
bank in India on requisite non-judicial stamp paper and place of Bid to be considered as
Kanpur.

2. The Bank Guarantee by Bidders will be given from bank as specified in Tender.

3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank
Guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Employer.

4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy
to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00

- 256 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

[Rupees One Hundred Crores] or its equivalent in foreign currency alongwith


documentary evidence.

- 257 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-10

AGREED TERMS & CONDITIONS


To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:
TENDER NO:

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should
be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the
Bid.

BIDDER'S
DESCRIPTION
Sl. CONFIRMATION
1 Bidder's name and address
2. Please confirm the currency of quoted prices is in Indian Rupees.
Confirm quoted prices will remain firm and fixed till complete
3.
execution of the order.
4 Rate of applicable Service Tax & Edu. Cess thereon SEC----- Total %
i) Confirm acceptance of relevant Terms of Payment specified in
the Bid Document.
5.
ii) In case of delay, the bills shall be submitted after deducting the
price reduction due to delay.
Confirm that Contract Performance Bank Guarantee will be
6.
furnished as per Bid Document.
Confirm that Contract Performance Bank Guarantee shall be from
any Indian scheduled bank or a branch of an International bank
situated in India and registered with Reserve bank of India as
scheduled foreign bank. However, in case of bank guarantees from
7.
banks other than the Nationalised Indian banks, the bank must be a
commercial bank having net worth in excess of Rs 100 crores and a
declaration to this effect shall be made by such commercial bank
either in the Bank Guarantee itself or separately on its letterhead.

- 258 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Confirm compliance to Completion Schedule as specified in Bid


8. document. Confirm contract period shall be reckoned from the date
of Fax of Acceptance.
Confirm acceptance of Price Reduction Schedule for delay in
9.
completion schedule specified in Bid document.
a) Confirm acceptance of all terms and conditions of Bid
Document (all sections).
10.
b) Confirm that printed terms and conditions of bidder are not
applicable.
11. Confirm your offer is valid for 3 months from Final/Extended due
date of opening of Techno-commercial Bids.
Please furnish EMD/Bid Security details :
a) EMD/ Bid Security No. & date
12.
b) Value
c) Validity
13. Confirm acceptance to all provisions of ITB
Confirm that Annual Reports for the last three financial years are
14.
furnished alongwith the Un-priced Bid.
Confirm that, in case of contradiction between the confirmations
provided in this format and terms & conditions mentioned
15.
elsewhere in the offer, the confirmations given in this format shall
prevail.
Confirm the none of Directors of bidder is a relative of any Director
16. of Owner or the bidder is a firm in which any Director of Owner/
CUGL or his relative is a partner.
17. All correspondence must be in ENGLISH language only.
Owner reserves the right to make any change in the terms &
18 conditions of the TENDER/BIDDING DOCUMENT and to reject
any or all bids.
Confirm that all Bank charges associated with Bidder’s Bank shall
19
be borne by Bidder.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 259 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-11

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall acknowledge
the receipt and confirm his intention to bid or reason for non-participation against the enquiry
/tender through e-mail/fax to concerned executive in CUGL issued the tender, by filling up the
Format)

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:
TENDER NO:

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures for
subject item/job and/or the information regarding the subject tender.

We intend to bid as requested for the subject item/job and furnish following details with respect
to our quoting office:
Postal Address with Pin Code : ....................
Telephone Number : ....................
Fax Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................
We are unable to bid for the reason given below:
Reasons for non-submission of bid:
Agency’s Name : ....................
Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................

- 260 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-12
UNDERTAKING ON LETTERHEAD

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:

TENDER NO:

Dear Sir

We hereby confirm that “The contents of this Tender Document No. _____________________
have not been modified or altered by M/s. …………….( Name of the bidder with complete
address). In case, it is found that the tender document has been modified / altered by the bidder,
the bid submitted by M/s……………(Name of the bidder) shall be liable for rejection”.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

- 261 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-13
BIDDER’S EXPERIENCE

To,

Central UP Gas Limited,


7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

SUB:

TENDER NO:
Sl. Description LOA Full Postal Value of Date of Scheduled Date of Reasons
No of the /WO Address & Contract/Order Commencement Completion Actual for delay in
Services No. phone nos. of Services Time (Months) Completion execution,
and of Client. (Specify Currency if any
date Name, Amount)
designation
and address
of Engineer/
Officer-in-
Charge (for
cases other
than
purchase)

(1) (2) (3) (5) (6) (7) (8) (9) (10)

262 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

263 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-14
CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain
important items to facilitate the bidder to make sure that the necessary data/information as
called for in the bid document has been submitted by them along with their offer. This,
however, does not relieve the bidder of his responsibilities to make sure that his offer is
otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

CHECK REFERENCE PAGE NO.


S. No. DESCRIPTION
BOX OF THE BID SUBMITTED
Sign on each sheet of offer, original bidding document
1.0 including SCC, ITB, GCC ,SOR drawings, addendum
(if any)
Confirm that the following details have been submitted
2.0
in the Un-priced part of the bid
i Covering Letter, Letter of Submission
ii Bid Security
Signed and stamped original copy of bidding
iii document along with drawings and addendum (if
any)
Power of Attorney in the name of person signing the
iv
bid.
Copies of documents defining constitution or legal
v status, place of registration and principal place of
business of the company

264 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Bidders declaration that regarding, Holiday/ Banning,


vi
liquidation court receivership or similar proceedings

Details and documentary proof required against


qualification criteria along with complete documents
vii
establishing ownership of equipment as per SCC are
enclosed
Confirm submission of document alongwith techno-
viii
commercial bid as per bid requirement.
Confirm that all forms duly filled in are enclosed with
3.0
the bid duly signed by authorised person(s)

Confirm that the price part as per Price Schedule


4.0
format submitted with Bidding Document.

Confirm that annual reports for last three financial


years & duly filled in Form 16 are enclosed in the offer
7.0
for financial assessment (where financial criteria of
BEC is applicable).

265 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

(TO BE INCLUDED ONLY WHERE FINANICAL CRITERIA OF BEC IS


APPLICABLE)
F-15
FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE
(To be provided on Bank’s letter head)
Date:

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

Dear Sir,

This is to certify that M/s ………………………………….. (name of the bidder with address)
(hereinafter referred to as Customer) is an existing customer of our Bank.

The Customer has informed that they wish to bid for CUGL’s RFQ/Tender no.
.................................................. dated …………… for ………………………..(Name of the
supply/work/services/consultancy) and as per the terms of the said RFQ/Tender they have to
furnish a certificate from their Bank confirming the availability of line of credit.

Accordingly M/s ……………….. (name of the Bank with address) confirms availability of line of
credit to M/s …………………….. (name of the bidder) for at least an amount of Rs. _________

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or Equivalent USD)
and the undersigned is authorized to issue this certificate.

Yours truly,
for …………………………… (Name & address of Bank)

(Authorized signatory)
Name of the signatory :
Designation :
Stamp

266 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-16
FORMAT FOR FINANCIAL CAPABILITY OF THE BIDDER

A. ANNUAL TURNOVER OF LAST 3 YEARS:

Year Amount (Currency)


Year 1:
Year 2:
Year 3:

B. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR :

Description Year _____


Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current
Assets-Current liabilities)
4. Net Worth (Paid up share
capital and Free Reserves &
Surplus)

Place: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:

Instructions:
1. The financial year would be the same as one normally followed by the bidder for its
Annual Report.
2. The bidder shall provide the audited annual financial statements as required for this
Tender document. Failure to do so would result in the Proposal being considered as non
responsive.
3. For the purpose of this Tender document, (i) Annual Turnover shall be “Sale value/
Operating Income” (ii) Working Capital shall be “Current Assets less Current liabilities”
and (iii) Net Worth shall be “Paid up share capital and Free Reserves & Surplus”

267 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

AGREEMENT

Contract agreement for the work/hiring services


of…………………………………………………………………2017 (Two Thousand Seventeen)
………………..………..… between M/s …………..………………………… in the town of
…………………..hereinafter called the “CONTRACTOR (which term shall unless excluded by or
repugnant to the subject or context include its successors and permitted assignees) of the one part
and the CUGL hereinafter called the “Owner” (which terms shall unless excluded by or
repugnant to the subject or context include its successors and assignees) of the other part.
WHEREAS

a) The OWNER being desirous of having provided and executed certain mentioned,
enumerated or referred to in the Bidding Document including Invitation for Bids, General
Conditions of contract, Special conditions of Contract, Specifications, Drawing, Plans,
time schedule of completion of jobs, Schedule of rates, agreed variations, other documents
has called for Tender.

b) The CONTRACTOR has inspected the SITE and surrounding s of WORK specified in the
Bidding Documents and has satisfied himself by careful examination before submitting
his bid as to the nature of the surface strata, soil, sub-soil and ground, the form and nature
of SITE and local conditions, the quantities, nature and magnitude of the work, the
availability of labor and materials necessary for the execution of WORK, the means of
access to SITE, the supply of power and water there to and the accommodation he may
require and has made local and independent enquiries and obtained complete
information as to the matters and things referred to, or implied in the Bidding Document
or having any connection therewith, and has considered the nature and extent of all
probable and possible situations, delays hindrances or interferences to or with the
execution and completion of WORK to be carried under contract and has examined and
considered all other matters, conditions and things and probable and possible
contingencies, and generally all matters incidental thereto and auxiliary thereof affecting
the execution and completion of WORK and which might have influenced him in making
his bid.

c) The bidding Documents including the Invitation for Bids, General Conditions of Contract,
Special Conditions of Contract, Schedule of Rates, General Obligations, Specification,
drawings, Plans, Time Schedule of Completion of jobs, Letter of Acceptance of Tender and
any statement of agreed variations with its enclosures copies of which are here to annexed
form part of this CONTRACT thought separately set out herein and are included in the
expression ‘CONTRACT” wherever herein used.

AND WHEREAS

The OWNER accepted the Bid of CONTRACTOR for the provision and the execution of the said

268 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

WORK at the rates stated in the schedule of quantities if work and finally approved by OWNER
(hereinafter called the “Schedule of Rates) upon the terms and subject to the conditions of
CONTRACT.

NOW THIS AGREEMENT WITNESSED & IT IS HEREBY AGREED AND DECLARED AS


FOLLOWS:

1. In consideration of the payment to be made to CONTRACTOR for the WORK/HIRING


SERVICES to be executed by him, the CONTRACTOR hereby covenants with OWNER
that the CONTRACTOR shall and will duly provide, execute and complete the said
WORK and shall do and perform all other acts and things in the CONTRACT, mentioned
or described or which are to be implied there from or may be reasonably necessary for
completion of the said WORK and at the times and in the manner and subject to the terms
and conditions or stipulations mentioned in the CONTRACT.

2. In consideration of the due provision, execution and completion of the said


WORK/HIRING SERVICES, the OWNER does hereby agree with the CONTRACTOR
that the OWNER will pay to the CONTRACTOR the respective amounts for the WORK
actually done by him and approved by the OWNER at the Schedule of Rates and such
other sum payable to the CONTRACTOR under provision of CONTRACT, such payment
to be made at such time and in such manner as provided for in the CONTRACT.
AND

3. In consideration of the due provision, execution and completion of the said


WORK/HIRING SERVICES, the CONTRACTOR does hereby agree to pay such sums as
may be due to OWNER for the services rendered by the OWNER to the CONTRACTOR,
such as power supply, water supply and other as set for in the said CONTRACT and such
other sums as may become payable to the OWNER towards the controlled items of
consumable materials or towards loss, damage to the payments to be made at such time
and in such manner as is provided in CONTRACT.

It is specifically and distinctly understood and agreed between the OWNER and the
CONTRACTOR that the CONTRACTOR shall have no right, title or interest in the SITE made
available by the OWNER for execution of the works or in the building, structures or work
executed on the said SITE by the CONTRACTOR or in the goods, articles, materials etc. brought
on the said SITE (unless the same specifically belongs to the CONTRACTOR) and the
CONTRACTOR shall not have or deemed to have any lien whatsoever charge for unpaid bills
will not be entitled to assume or retain possession or control of the SITE or structures and the
OWNER shall have an absolute and unfettered right to take full possession of SITE and to remove
the CONTRACTOR, their servants, agents and materials belonging to the CONTRACTOR and
lying on the SITE.

The CONTRACTOR shall be allowed to enter upon the SITE for execution of the WORK/HIRING

269 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

SERVICES only as a licensee simplicities and shall not have any claim, right, title or interest in
the SITE or the structures erected thereon and the OWNER shall be entitled to terminate such
license at any time without assigning any reasons.

The materials including sand, gravel, stone, loose, earth, rook etc. dug up or excavated from the
said SITE shall, unless otherwise expressly agreed under this CONTRACTOR, exclusively belong
to the OWNER and the CONTRACTOR shall have no right to claim over the same and such
excavation and materials should be disposed off on account of the OWNER according to the
Instruction in writing issued from time to time by the ENGINEER-IN-CHARGE.

In WITNESS WHEREOF the parties have executed these presents in the day and the year first
above written.

Signed and Delivered for Signed and Delivered for


and on behalf of and on behalf of
OWNER CONTRACTOR

(CENTRAL UP GAS LIMITED)

DATE DATE

PLACE PLACE

IN PRESENCE OF TWO WITNESSES

1…………………………
1………………………….

2…………………………
2………………………….

270 | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

F-17
BIDDER'S QUERIES FOR PRE BID MEETING
To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India
Sub :
Tender No :
SL. REFERENCE OF BIDDING BIDDER'S CUGL'S REPLY
NO. DOCUMENT QUERY
Subject
SEC. Page Clause
NO. No. No.

NOTE: The Pre-Bid Queries may be sent by fax and also by e-mail before due date for
receipt of Bidder's queries.

SIGNATURE OF BIDDER: ___________________________


NAME OF BIDDER : ___________________________

- 271 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR


PACKAGE

BID DOCUMENT NO. REPL//CUGL/OLC/001/18

SECTION – VII : Schedule of Rates (SOR)

- 272 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

To,
Central UP Gas Limited,
7th floor, UPSIDC complex
A-1/4, Lakhanpur
Kanpur-208024
India

Tender No :
SOR
FOR SUPPLY, INSTALLATION, TESTING, COMMISSIONING, OPERATION AND COMPREHENSIVE MAINTENANCE
FOR 1200 SCMH GAS ENGINE DRIVEN COMPRESSOR PACKAGE
Unit FOT Total FOT
CUGL CUGL
Freight,
Basic Unit stores stores
Insurance
rate GST @ GST @ Price Price
&
including inclusive inclusive
Unloading
Packing, _____ _____ of all of all
Currency

Item etc. at
Qty

Forwarding On On applicable applicable


Unit

Sr. Brief Description CUGL


and Column Column taxes at taxes at
No. stores at
inspection 2 4 Kanpur / Kanpur /
Kanpur/
charges Unnao/ Unnao/
Unnao/
Bareilly Bareilly
Bareilly
(2+3+4+5) (1) * (6)
Amount Amount Amount Amount Amount Amount
1 2 3 4 5 6 7
A SUPPLY
Design,
Procurement,
Manufacture,
Inspection, Testing,
Supply and
Transportation of
1.0 Nos. INR 7
1200 SCMH capacity
Gas Engine Driven
Reciprocating CNG
compressor package
as defined in the
Tender document.
Special tools &
tackles for above
1200 SCMH capacity
2.0 Nos. INR 7
Gas Engine driven
CNG compressor
package
Sub-Total of
Supply (A)

- 273 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

GST @ Unit Total Total

Currency

Quantity
18 % charges Charges
Unit

Unit
On inclusive inclusive
B SERVICES Rate
Colum of taxes of taxes
n2 (2) +(3) (1) *(4)
1 2 3 4 5
2.0 Erection & Commissioning 18%
Installation, Erection & Commissioning of
2.1 Nos. INR 7
Compressor packages
2.2 Performance Acceptance Test Nos. INR 7
Sub-Total for Services (B)
-
C Operation and Comprehensive Maintenance
3.0 Operation of compressor package
Operation charges for 1st year i.e. during Machine
3.1 INR 84
Warranty period (7 compressor x 12 months) Months
Operation charges for 2nd year i.e. after Machine
3.2 INR 84
warranty period (7 compressor x 12 months) Months
Operation charges for 3rd year i.e. after
Machine
3.3 completion of 2nd year (7 compressor x 12 INR 84
Months
months)
Operation charges for 4th year i.e. after
Machine
3.4 completion of 3rd year (7 compressor x 12 INR 84
Months
months)
Operation charges for 5th year i.e. after
Machine
3.5 completion of 4th year (7 compressor x 12 INR 84
Months
months)
Sub-total of Operation
Comprehensive Maintenance of compressor
4.0
package
Comprehensive Maintenance charges for 1st
Machine
4.1 year i.e. during warranty period (7 compressor INR 84
Months
x 12 months)
Comprehensive Maintenance charges for 2nd
Machine
4.2 year i.e. after warranty period ( 7 compressor x INR 84
Months
12 months)
Comprehensive Maintenance charges for 3rd
Machine
4.3 year i.e. after completion of 2nd year (7 INR 84
Months
compressor x 12 months)
Comprehensive Maintenance charges for 4th
Machine
4.4 year i.e. after completion of 3rd year (7 INR 84
Months
compressor x 12 months)
Comprehensive Maintenance charges for 5th
Machine
4.5 year i.e. after completion of 4th year (7 INR 84
Months
compressor x 12 months)
Sub-total of Maintenance
Sub-Total of Operation and Comprehensive
Maintenance (C)
Grand Total (A+B+C)

- 274 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Grand Total (in Words) (Including GST) _________________________________

SIGNATURE OF BIDDER: ___________________________


NAME OF BIDDER : ___________________________

Stamp

Note:

1. The total of O&M prices quoted for each year (exclusive of GST) shall not be less than 20%
of the total of supply, reception and commissioning prices (exclusive of GST)
Bidder to submit an undertaking with the technical bid.
2. Operation and Comprehensive Maintenance shall be paid based on actual year of start of
O&M after installation; i.e. rate of AMC as per the applicable year of AMC in the SOR.

- 275 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

CENTRAL UP GAS LIMITED (CUGL)

CITY GAS DISTRIBUTION PROJECT

BID DOCUMENT FOR

SUPPLY OF ONLINE 1200 SCMH ENGINE DRIVEN CNG COMPRESSOR


PACKAGE

BID DOCUMENT NO. REPL/CUGL/OLC/001/18

SECTION – VIII : HEALTH, SAFETY


ENVIRONMENT [HSE] SPECIFICATIONS

- 276 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

HEALTH, SAFETY AND ENVIRONMENT [HSE] SPECIFICATIONS

1.0 SCOPE

These specifications establish the 'Health, Safety and Environment [HSE] Management'
requirement to be complied with by the Contractors during executing their Job.
Requirements stipulated in these specifications shall supplement the requirements of 'HSE
Management' given in relevant act(s) / legislation(s).

2.0 REQUIREMENTS OF 'HEALTH, SAFETY AND ENVIRONMENT [HSE]


MANAGEMENT SYSTEM' TO BE COMPLIED BY BIDDERS

2.1 Preferably, the Contractor should have a documented 'HSE Policy' to cover
commitment of their organization to ensure health, safety and environment aspects in their
line of operations or they must follow the ‘HSE policy’ of CUGL for safe execution of
work.

2.2 The Contractor shall ensure that the CUGL's 'Health, Safety and Environment [HSE]'
requirements are clearly understood and faithfully implemented at all level, at sites.

2.3 Contractor shall promote & develop consciousness for Health, Safety & Environment
among all personnel working for the Contractor. Regular work-site meetings (Tool box
talk) shall be arranged as 'HSE' activities to cover hazards involved in various operations
during executing their jobs, location of First Aid Box, trained personnel to give First Aid,
Assembly Points, and fire protection measures such as water and fire extinguishers etc.

2.4 Non-conformance of 'HSE' policy and directives as per CUGL by Contractor


[including their sub-Contractors] as brought out during review/audit by CUGL / external
agency authorized by CUGL, shall be complied by Contractor and its report to be
submitted to CUGL.

2.5 Contractor shall adhere consistently to all provisions of 'HSE' requirements. In case
of non-compliance of continuous failure in implementation of any of the 'HSE' provisions,
CUGL may impose penalty and subsequent stoppage of work for non-compliance. The
decision of imposing monitory penalty & work-stoppage shall be taken by EIC with
consultation with Safety Officer of CUGL.

2.6 All fatal accidents and other personnel accidents shall be investigated for root cause
by CUGL and Contractor shall extend all necessary help and cooperation in this regard.
Recommend corrective and preventive actions of findings will be communicated to

- 277 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Contractor for taking suitable actions should be taken by the Contractors to avoid
recurrence of such incidences.

2.7 Contractor shall ensure that all their staffs and workers, including their sub-
Contractor(s), shall wear 'Personal Protective Equipments [PPEs]' such as safety helmets,
safety shoes, safety belts, dust mask, ear plug, protective goggles, gloves, etc., as per job
requirements. All these gadgets shall conform to relevant IS specifications or equivalent.

2.8 Contractor shall assign competent & qualified personnel for carrying out various
tasks/jobs as per requirement.

2.9 All equipments should be tested and certified for its capacity before use.

2.10Contractor shall ensure storage and utilization methodology of materials that are not
detrimental to the environment. Where required, Contractor shall ensure that only the
environment-friendly materials are used.

2.11All persons deployed at site shall be knowledgeable of and comply with the
environmental laws, rules and regulations relating to the hazardous material substances
and waste. Contractor shall not dump release or otherwise discharge of dispose-off any
such materials without the express authorization of EIC of CUGL.

2.12Contractor should obtain all work permits before start of activities [as applicable] like
hot work, cold work, confined space, electrical isolation, work at heights and its use &
implement all precautions mentioned therein.

2.13Contractor should display at site office and work locations caution boards, provide
posters, banners for safe working to promote safety consciousness, etc.

2.14Contractor should properly barricade the facility where work is in progress for safe
working and reclaim the work zone after completion of work to promote safety
consciousness.

3.0 RELEVANT CODES FOR 'PERSONAL PROTECTION EQUIPMENTS'

IS: 2925 - 1984 Industrial Safety Helmets


IS: 47701 - 1968 Rubber Gloves for Electrical Purpose
IS: 6994 - 1973
[Part-I] Industrial Safety Gloves [Leather & Cotton Gloves]
IS: 1989 - 1986
[Part-II] Leather Safety Boots & Shoes
IS: 5557 - 1969 Industrial & Safety Rubber Knee Boots

- 278 - | P a g e
SUPPLY OF ENGINE DRIVEN CNG COMPRESSOR PACKAGE
`
REPL/CUGL/OLC/001/18

Code of Practice for Selections, Care & Repair of


IS: 6519 - 1971 Safety Footwear
Leather Safety Footwear Having Direct Molding
IS: 11226 - 1985 Sole
IS: 5983 - 1978 Eye Protectors
IS: 9167 - 1979 Ear Protectors
IS: 3521 - 1983 Industrial Safety Belts & Harnesses
Guidelines for imposition of punitive fines

4.0 Punitive fines on contractors are imposed for violation of safety rules & regulations during
execution of jobs. Objective of punitive fines is to work as deterrent for contractors in
violation of safety rules & regulation and to improve safety atmosphere in general at all
site.

Proposed guidelines for imposition are described below:

4.1 For first time violation of safety rules & regulation by any contractor, HSE-officer will
issue a warning letter to contractor with intimation to EIC of work centre with a copy to
MD & DC.

4.2 In case of second time violation of safety rules & regulations by same contractor, EIC will
call contractor in person and will have a meeting to discuss reason for repetitive violation
along with HSE-Officer. A warning letter will also be issued by EIC to contractor.

4.3 In case of further violation, punitive fines will be imposed on contractor. Amount as fine
will be decided as per severity of violation of safety. However, minimum fine would be
Rs.5,000/- and in multiple of Rs.5,000/-, thereafter for every instant.

4.4 This will be limited to 5% of contract value, as maximum cumulative penalty.

4.5 This practice of punitive fines is to be implemented across all CUGL sites for all contracts.

4.6 Practice of punitive fines will be applicable for projects sites also and would be over and
above the deduction made by M/s CUGL for safety violation from running bills.

- 279 - | P a g e

You might also like