You are on page 1of 16

Tender No.

: DID0012L09/NP
Tender Date : 04.08.2008
Bid Closing On : 11.09.2008 at 13:00 hrs.(IST)
Bid Opening On : 11.09.2008 at 13:00 hrs.(IST)

Tender issued to following parties only:

Slno V_Code Vendor Name City/Country


1 200033 LARSEN & TOUBRO LTD. MUMBAI
2 200211 STEEL & INDUSTRIAL STORES TINSUKIA
3 200243 SHEW MACHINERY STORES TINSUKIA
4 200392 RAVI BROTHERS GUWAHATI
5 200885 KIRLOSKAR BROS. LTD. PUNE
6 200932 MATHER & PLATT PUMPS LTD. KOLKATA
7 201373 EASTERN TRADE & AGENCIES JORHAT
8 203117 TIRUPATI INDUSTRIAL STORES TINSUKIA
9 203469 K.S.B. PUMPS LTD KOLKATA
10 203525 BEACON WEIR LTD. CHENNAI
Page : 1 / 15

OIL INDIA LIMITED


(A Govt. of India Enterprise)
P.O. Duliajan-786602, Assam
E-mail:material@oilindia.in, Fax No.91-374-2800533
Tender No. & Date : DID0012L09/NP 04.08.2008

Bid Security Amount : INR 0.00 OR USD 0.00


(or equivalent Amount in any currency)

Bidding Type : Single Bid (Composite Bid)

Bid Closing On : 11.09.2008 at 13:00 hrs. (IST)


Bid Opening On : 11.09.2008 at 13:00 hrs. (IST)

Performance Guarantee : Not Applicable

OIL INDIA LIMITED invites Limited tenders for items detailed below:

Item No./ Material Description Quantity UOM


Mat. Code
10 Submersible pump & motor set , having discharge Capacity (45M3/hrs to 9 NO
0C000456 50M3) total delivery head 70M to 75M, pump out side dia to suit 200 mm.
casing pipe of deep tube well H.P. of Motor- 20, R.P.M. 2900.

Accessorices to be provided with each set:


a) 2 X 40 m. (double length) flat PVC water submersible copper cable of size
3 x 4 Sq.m. for star delta starting.
b) 20 Nos. cable guard to cover the entire length of the cable.
c) 1 No. vertical type non-return valve fitted with the pump.
d) MS . heavy supporting clamp with bolt & Nut for holding 4inch pipe (2 pairs
for each pump set).

Extra spare cable : 150 mtrs. (Spares as descrided in (a)

1.0(A) Pump specifications:

General Specifications of the pump:


Type : Submersible
Make : KSB / Kirloskar/Mather&Platt/WIPL
Capacity : 45 to 50 M3/ Hr
Head : 70 to 75 M
Liquid : Water of Sp. Gravity 1.0
Duty : Continuous
Minimum Well Bore Dia : 200 MM (8 inch)
Static water depth : 10 M to 18 M below ground level
Coupling sleeve : Mesh Type
Delivery size : 100 MM (4 inch) NB
Bearing : Sleeve
Lubrication : Lubricated by pumped liquid (water). Bearing should be
protected to a large extent against the ingress of sand by suitable structural
element.

Constructional features of the pump:


Shaft sleeve : Bronze / Chromium steel.
Bush & stage screw : Bronze / Stainless steel.
Impeller : Bronze / Stainless steel / Gun metal/Noryl
Page : 2 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
Pump Shaft : Stainless steel / chrome Steel
Suction casings,
Stage Casings, Adaptors,
Thrust bearing housing
Body : Cast Iron
Non-Return Valve:One no Vertical type Non-return valve fitted with each
pump.The non return valve should be loaded with spring to ensure proper
and instantaneous sealing of valve on the valve seat.
Shaft & Nut: Pump sets are to be provided with double stainless steel shaft &
nut to prevent the impellers from loosening during reverse rotation due to
reversal of poles in motor or starters.

Information to be furnished by the bidder in offer (wrt pump)


Pump rpm :
No of stages :
Maximum head :
Minimum head :
Maximum discharge :
Minimum discharge :
Brake horse power :
Suction size :
Delivery size :
Direction of rotation :
Overall efficiency
at duty point :
Minimum well bore dia in which the pump can be installed:

Water quality to be handled by the pump(indicative only):


Appearance : Clear
pH : 6.2
Turbidity : 1.0 NTU
Bi carbonate : 98.0
Salinity (Nacl) : 16.0 ppm
Chloride : 10.0 ppm
Carbonate : Nill
Silica : 34.0 ppm
Sulphate : Nill
Total Hardness : 72.0 ppm
Calcium : Nill
Magnesium : Nill
Sodium : Nill
Potassium : Nill
Iron : 1.5 ppm
Total dissolved solids : 126.0 ppm
Total suspended solids : 8.0 ppm

(B) General Notes:

Pump:
(a) The pump should conform to IS 8034:2002 specifications and the relevant
IS certificate should be provided along with the offer for evaluation of the
offer.
(b) The bidder should be an OEM or authorized distributor of OEM for the
Page : 3 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
above mentioned makes. In such case the dealership/ authorization
certificate should be enclosed along with the offer for our scrutiny.
(c) The unit should be a compact one made up of a submersible pump and a
submersible motor with shafts connected by a sleeve and operates
submerged below the surface of water. The unit should be capable of being
suspended vertically when installed.
(d) The direction of rotation should be clearly and securely marked by
incorporating an arrow on the pump sets.
(e) A name plate with corrosion resistant material shall be affixed on the
pump sets with details such as: IS mark, model, manufacturer#s name, serial
no, no of stages, RPM, suction and delivery sizes etc.
(f) Performance chart of pump indicating capacity, head, efficiency, size of
impeller, no of stages etc. should be forwarded along with the offer.
(g) The unit shall be suitably painted.
(h) Necessary clamping device for installation must be provided.
(i) Any special tools required for dismantling of this pump should be included
in the offer with unit price, part no etc. for evaluation of the offer.
(j) Any commissioning spares and two (02) years maintenance spares for
pump and motor should be included in the offer with unit price for evaluation
of the offer.
(k) Spare parts book with part no (2 sets) for motor, pump and any other
consumable parts of the unit should be furnished along with the supply, in
case of an order.
(l) Operation and maintenance manual of pump and motor should be supplied
along with the final dispatch of the units in case of an order.

DETAILS OF ELECTRICAL PART OF THE PUMPSET

2.0 SPECIFICATIONS OF ELECTRICAL ITEMS

All items shall be supplied by the party. All the electrical items of the pump set
shall be as specified below.

A. Motor:

# Motor shall be suitable for 415 +- 10% volts, 3 Phase, 50 cycles, AC. supply
and should withstand high voltage fluctuation. The motor shall have the
following specifications.

Type : Submersible water filled squirrel cage AC


induction Motor
HP : 20
Voltage : 415 +- 10% volts
RPM : to match driven loads
Freq. : 50 Hz +- 3%.
Staring : DOL
Duty : Continuous
Switching : 15 Starts /Hr
Bearing : Thrust bearing
Protection : IP 58
Standard : IS-9283, Motor as per cat-B
Earthing : As per IS-9283, 3043.
Markings : Name plate details with name of manufacturer, frame size, rated
Page : 4 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
voltage, rated out put, current, frequency, type of duty, class of insulation, no.
of phases, speed in rpm at rated out put, degree of protection, winding
connections, temp rise, bearing sizes, lubricant, lubrication material and year
of manufacture

# Fill water to be used for lubrications of bearing and for cooling the water
tight insulated motor winding.
# The shaft shall be sealed by abrasion resistant OIL seal.
# Suitable arrangement to be made using diaphragm beneath thrust bearing
to balance out any over pressure caused by thermal expansion of the motor
fill due to temperature rise in the windings.
# Adequate arrangement should be provided for stopping of rotation or
shifting axially & circumferentially preferably by providing matching grooves
in the stamping assembly and the stator body to make rewinding of motor
possible & avoid early scrapping of motor.
# Motor & pipe shafts to be rigidly connected through a sleeve coupling.
# The connection designation of windings should be clearly marked at the
ends. Same marking are to be provided at both ends of the cable to be
connected.

General Notes on motor:

1. Motor shall be tested as per BIS and test certificates shall be furnished with
the supply.
2. The motor(s) shall be guaranteed for 1 (one) year from the date of supply.
Guarantee cards shall be duly signed and stamped by the supplier and shall
be provided along with the supply.

B. Motor Cables:

Each motor shall be supplied complete with 2 nos. 3x4 sq mm, PVC insulated
motor cables of 40 mt length each with flexible copper conductors. One end
of each cable shall be connected to stator winding and the joint made
waterproof. Cable should confirm to BIS. No joints shall normally be allowed.
However, in extreme cases of split length, connection solution / jointing kit
specially made for these cables and duly approved by OIL shall be provided
and connected free of cost along with the set. The cables running out of the
motor along the pipe up to the starter panel shall be driven in non-corrosive
conduits to protect against mechanical damage. Suitable clamps / supports
shall be provided along the entire length of the cable.

3.0 DOCUMENTS:

1. The following documents shall be submitted with the offer


# GA and dimensional drawing of all electrical equipment.
# Technical details of the Motor.
# Power and control circuit diagram
# Bill of materials.

2. The successful bidder shall obtain approval for the following drawings prior
to manufacturing of equipment/panel. In case the drawings and documents
submitted for approval are not as per order then the order shall be cancelled.
In such case the cost incurred by OIL in processing the tender shall be
Page : 5 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
recovered from the party.
# GA and dimensional drawing of all equipment
# Power and control circuit diagrams with BOM
The manufacture of the unit is to be started only after written approval of the
above drawings by OIL.

3. Four bound sets of the following documents, shall be submitted with the
supply
# Approved GA and dimensional drawing of all equipment.
# Approved Power and Control circuit diagrams.
# Technical details of the Motor.
# Bill of materials with technical details of various components of the Starter
Control Panel.
# List of recommended spares for two years.
# All test certificates.
# Guarantee Certificates

4. One laminated copy of the approved power & control circuit drawing shall
be pasted inside of the front door of the Starter Control Panel.

4.0 GENERAL NOTES FOR ELECTRICAL ITEMS AND WORKS:

1. Bidder shall furnish every detail of the electrical items in their offer as per
above in THE SAME ORDER. All of the above shall form part of the order.
Hence any deviations must be clearly mentioned which shall be securitized
for acceptability. Specific type and make of components should be mentioned
clearly. OIL reserves the right to accept or reject the deviations. In case of an
order the complete electrical specification of the tender and the deviations
accepted by OIL in writing shall be mentioned in the order. No deviation shall
be allowed at the time of supply and in such case the order will be cancelled
without any liability to OIL. In case of such cancellation oil may recover from
the bidder the cost incurred by oil in processing the tender till the time of
cancellation.

2. All electrical items shall be procured from OEM or their authorized dealers
only. In case of dealers copies of valid dealership certificates shall be
furnished with the offer without which the offers shall not be considered for
evaluation.

3. All quotations shall be sent to Head (Elect.) for technical scrutiny and
approval of Electrical part.

4. The starter shall be inspected at Manufacturer#s premises before dispatch.

5. Packing shall be adequate to avoid transit damage and water ingress.

6. The starter shall be guaranteed for 12 months after commissioning and


guarantee certificate shall be furnished along with the materials duly signed
and stamped by the supplier.

7. The parties shall quote separately for the installation/testing/commissioning


works giving break up of various jobs.
Page : 6 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code

5.0 MAKES OF ELECTRICAL COMPONENTS:

Item Make
Motor: KSB / Kirloskar or eqv.
Starter Control Panel: M/s Assam Electricals, Panitola;
M/s Venus Control & Switchgear, Kolkata;
M/s L&T, Kolkata;
M/s Siemens, Kolkata;
M/s PCE Projects, Kolkata;
M/s Lotus Power & Controls, Bangalore.
CFS / SDF: GEPC / Havell's / Schneider / Legrand
MCCB: P Merlin Gerin / Legrand / Siemens
HRC Fuses / Fuse Holders: GEPC
MPCB: Siemens / Merlin Gerin / GE
Contactors: Siemens / L&T / Schneider
OLR: Siemens / L&T / Schneider
(shall be same as that of contactor)
SPPR: Siemens / Schneider/ Minilac
Water Level Guard: Minilec / Proyog / L&T / Siemens
Electronic Time Delay Relay: Siemens / L&T / Schneider
PBS: Siemens / L&T
Voltmeter: Automatic Electric / L&T
Voltmeter Selector Switch: Kaycee / Salzer / L&T / Rishabh
Ammeter: Automatic Electric/ L&T
Ammeter Selector Switch: Kaycee / Salzer / L&T / Rishabh
LED Type Indication Lamps: Vinay / Tecnik
CTs: Kappa / AE
Earth Leakage Relay: Merlin Gerin / MDS-Legrand
A/M Switch: Siemens / L&T
RCBOs / MCBs / RCCBs: Legrand / Merlin Gerin / Siemens
Metal Clad, Industrial Type Switch Socket: Legrand / Merlin Gerin
Terminal Blocks / DIN Channel: Connectwell / Tosha
PVC armoured cables: NICCO / NECAB / Havell#s / Universal
Wiring Cables: Finolex / Havell#s
Lugs: Dowell's
Light fittings: Philips / Bajaj / GE / Crompton.

20 Starter Control Panel: 9 NO


0C000404
The starter for the motor shall be a Star-Delta starter contained in a starter
control panel. The starter control panel shall be industrial type, self
supporting, floor mounting, built with rigid framework of suitable size MS
Angle/Channel of sufficient strength with vibration dampers, dust and vermin
proof made of 14SWG CRCA sheet steel, cubicle type conforming to IP54,
having front hinged door with locking arrangement, danger plate fitted on
body of the panel, lifting hooks on top, ventilation louvers with perforated
sheet on both sides, double earthing studs on two sides complete with
suitably sized zinc plated & passivated double nuts and spring washers. The
overall dimensions of the panel should limited to 1900 mm (H) x 500 mm (W).
The panel shall be thoroughly cleaned by seven tank anti corrosion treatment
before and then powder coated with DA grey paint as per BIS. Painting
Page : 7 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
thickness shall be minimum 50 micron.

The panel shall have:

Incomer: 415V rated 63A and fused 63A, TPN, CFS / Switch Disconnector
Fuse unit as incomer. The unit shall be housed in a separate compartment,
with brought out connecting links of tinned copper for termination of the
incomer supply cable and shall be provided with adequate cable entry
arrangement with detachable gland plate & single compression cable gland
suitable for 1 no. 4 x 10 Sq. mm PVCA aluminium cable (supply cable). The
incomer unit shall be so mounted that the lower side of the panel with cable
gland for incomer cable is at a height of minimum 450 mm from floor level for
ease of cable terminations.

Power Contactors: Power contactor(s) [or MPCBs], AC3 duty, as necessary


depending on type of starter (01 no. for DOL; 03 nos for YD starter), with 4NC
+ 4NO auxiliary contacts.
AC3 rating of the contactors shall be overrated by min 30% over the AC3
rating recommended in contactor selection chart of the manufacturer of
contactor.

Timer (In case of YD starter): Electronic timer, 0-12 seconds.

Protections: The motor shall have the following minimum (but not limited to)
protections in the Starter panel

# Short Circuit
# Overload (through Thermal bi-metallic over load relay, make of OLR shall
be same as that of contactor)
# Phase failure
# Earth-leakage: EL protection shall be provided with separate CBCT & ELR
EL current Range: 0-1A, adjustable in preferred steps of 50/100mA
Trip Time Range: 0-3s, adjustable in preferred steps of 50/100ms.
The relay shall have indication LEDs, test push button, reset push button and
shall be duly wired up to trip starter in case of earth leakage.
# Dry Run: to prevent running the pump in dry condition Water Level Guard
unit with probes/electrodes and adequate length of cable for connection of
probe with the panel shall be provided.

REMOTE/LOCAL switching: The control panel shall include START / STOP


push buttons with separate terminal block for remote Start / Stop PB Station.

Terminals: Tinned copper brought out terminals shall be provided for all cable
connections. Sufficient space shall be provided in the starter panel for cable
termination, dressing and connecting cable leads to the brought out terminals.

DP MCB: 1 no., 6A DP MCB shall be fitted suitably on the side wall of panel
for operation from outside the panel for pump shed lighting. Incoming power
to this switch shall be tapped from the main incomer through 6 amp HRC fuse
using single core 1.5 sq mm PVC insulated copper cable and shall be marked
accordingly. The incomer connection to the MCB should be provided through
Page : 8 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
properly rated terminals suitable to avoid accidental touch.

Cable entry / termination arrangement: The panel shall have suitable cable
entry arrangement with detachable gland plates for following out going cables
# To motor (of size 3 x 4 Sq.mm, Cu),
# To shed light (1 no. 3 x 2.5 Sq.mm PVCA, Cu),
# To water level guard probe (1 no. of appropriate size)
# One no. Extra cable entry hole, blocked with MS plate shall be provided for
future entry of PBS cable of OD=20mm.

Approved single compression heavy duty nickel plated brass glands shall be
provided for entry of all cables to the panel. All cable entries shall be from
bottom and the detachable gland plate for all cable entries shall be at a min.
height of 450mm from floor level.

Metering & indication:

The panel shall have following for meters and indication:


# Voltage of all three phases (0-500V) through MC Voltmeter
# Motor Current of all three phases through CT operated MC Ammeter
# Voltmeter selector switch
# Ammeter selector switch
# Indications: LED type indicating lamps with complete fittings, with legend
plate for #RYB Phase Healthy#, #Motor Run#, #Motor Off#, #Motor Trip on
Fault#.

General Notes on starter:

1. The Starter Control Panel shall be weatherproof with IP54 degree of


protection.
2. The panel shall be thoroughly cleaned before applying 2 coats of rust
preventing primer followed by 2 coats siemens gray paint.
3. Bus bars of main power connection shall be suitably rated tinned copper
bars duly sleeved with heat shrinkable PVC sleeves. Bus bars used for the
neutral shall be of same cross section as that of phases.
4. All Power wiring inside the panel shall be done with 1100V grade, PVC
insulated flexible copper cable. All cables shall have tinned copper lugs for
termination and ferrule numbers for proper identification.
5. All Control wiring shall be done with single core, 2.5 mm², PVC insulated,
stranded, 660V/1100V grade copper wires. The control voltage shall be
230VAC, 50 Hz.
6. Panel shall have Moulded fuse holders, suitably fused, for control &
instrument circuits.
7. All wires shall have ferrule numbers for proper identification.
8. Legend plates for the indication lamps, meters, control switches / buttons
and labels for the terminals shall be provided.
9. All component of the panel should be properly marked as per drawing.
10. Sufficient space shall be provided in the starter for cable termination,
dressing and connecting cable leads to the brought out terminals.
11. The starters shall be inspected & tested along with the drive at the
manufacturers# premises before dispatch.
12. The starters shall be guaranteed for 1 (one) year from the date of supply.
Guarantee cards shall be duly signed and stamped by the supplier and shall
Page : 9 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
be provided along with the supply.

Flollowing Electrical items are to be supplied along with the Starter Control
Panel

1. Incomer Switch: (One no. switch for each pump set)


Party shall supply and fix one no. Mains Incomer Switch on pump house wall.
This switch shall be used as main incomer for the power supply to the pump
house. Switch shall be 63 Amps TP&N, 415V Combination Fuse Switch unit
with cast iron / sheet metal clad enclosure and fitted with 63A HRC fuses.
The CFS unit shall be provided with two nos. cable entry boxes with
detachable gland plate & single compression cable glands suitable for
incoming and outgoing cables of size: 4 x 25 Sq. mm. PVCA aluminium
conductors. The CFS unit shall be mounted as mentioned under Installation
and commissioning.

2. Shed Light: (One no. for each pump set)


One no. 1x36 w Tube light fitting complete with 36w tube, choke, wiring and
all accessories shall be supplied and mounted on the pump shed wall by the
party.
Type of fixture: Similar to TMS 021/136HPF of Philips make.

3. Earthing system: (One no. for each pump set)


Party shall supply all the items required for earthing the pump set, starter
panel and wall mounted CFS unit. The detail specification of all the items
required for earthing of pumpset, starter and wall mounted CFS unit is
mentioned under Installation and commissioning.

4. Spares:
Following spares are to be provided along with the supply:

a) TP Power Contractor used in the starter panel - 10 Nos.


b) O/L relay used in the starter panel - 4 Nos.
c) Water Level Guard used in the starter panel - 2 Nos.

3.0 DOCUMENTS:

1. The following documents shall be submitted with the offer


# GA and dimensional drawing of all electrical equipment.
# Technical details of the Motor.
# Power and control circuit diagram
# Bill of materials.

2. The successful bidder shall obtain approval for the following drawings prior
to manufacturing of equipment/panel. In case the drawings and documents
submitted for approval are not as per order then the order shall be cancelled.
In such case the cost incurred by OIL in processing the tender shall be
recovered from the party.
# GA and dimensional drawing of all equipment
# Power and control circuit diagrams with BOM
The manufacture of the unit is to be started only after written approval of the
above drawings by OIL.
Page : 10 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code

3. Four bound sets of the following documents, shall be submitted with the
supply
# Approved GA and dimensional drawing of all equipment.
# Approved Power and Control circuit diagrams.
# Technical details of the Motor.
# Bill of materials with technical details of various components of the Starter
Control Panel.
# List of recommended spares for two years.
# All test certificates.
# Guarantee Certificates

4. One laminated copy of the approved power & control circuit drawing shall
be pasted inside of the front door of the Starter Control Panel.

4.0 GENERAL NOTES FOR ELECTRICAL ITEMS AND WORKS:

1. Bidder shall furnish every detail of the electrical items in their offer as per
above in THE SAME ORDER. All of the above shall form part of the order.
Hence any deviations must be clearly mentioned which shall be securitized
for acceptability. Specific type and make of components should be mentioned
clearly. OIL reserves the right to accept or reject the deviations. In case of an
order the complete electrical specification of the tender and the deviations
accepted by OIL in writing shall be mentioned in the order. No deviation shall
be allowed at the time of supply and in such case the order will be cancelled
without any liability to OIL. In case of such cancellation oil may recover from
the bidder the cost incurred by oil in processing the tender till the time of
cancellation.

2. All electrical items shall be procured from OEM or their authorized dealers
only. In case of dealers copies of valid dealership certificates shall be
furnished with the offer without which the offers shall not be considered for
evaluation.

3. All quotations shall be sent to Head (Elect.) for technical scrutiny and
approval of Electrical part.

4. The starter shall be inspected at Manufacturer#s premises before dispatch.

5. Packing shall be adequate to avoid transit damage and water ingress.

6. The starter shall be guaranteed for 12 months after commissioning and


guarantee certificate shall be furnished along with the materials duly signed
and stamped by the supplier.

7. The parties shall quote separately for the installation/testing/commissioning


works giving break up of various jobs.

5.0 MAKES OF ELECTRICAL COMPONENTS:

Item Make
Page : 11 / 15

Tender No. & Date : DID0012L09/NP 04.08.2008

Item No./ Material Description Quantity UOM


Mat. Code
Motor: KSB / Kirloskar or eqv.
Starter Control Panel: M/s Assam Electricals, Panitola;
M/s Venus Control & Switchgear, Kolkata;
M/s L&T, Kolkata;
M/s Siemens, Kolkata;
M/s PCE Projects, Kolkata;
M/s Lotus Power & Controls, Bangalore.
CFS / SDF: GEPC / Havell's / Schneider / Legrand
MCCB: P Merlin Gerin / Legrand / Siemens
HRC Fuses / Fuse Holders: GEPC
MPCB: Siemens / Merlin Gerin / GE
Contactors: Siemens / L&T / Schneider
OLR: Siemens / L&T / Schneider
(shall be same as that of contactor)
SPPR: Siemens / Schneider/ Minilac
Water Level Guard: Minilec / Proyog / L&T / Siemens
Electronic Time Delay Relay: Siemens / L&T / Schneider
PBS: Siemens / L&T
Voltmeter: Automatic Electric / L&T
Voltmeter Selector Switch: Kaycee / Salzer / L&T / Rishabh
Ammeter: Automatic Electric/ L&T
Ammeter Selector Switch: Kaycee / Salzer / L&T / Rishabh
LED Type Indication Lamps: Vinay / Tecnik
CTs: Kappa / AE
Earth Leakage Relay: Merlin Gerin / MDS-Legrand
A/M Switch: Siemens / L&T
RCBOs / MCBs / RCCBs: Legrand / Merlin Gerin / Siemens
Metal Clad, Industrial Type Switch Socket: Legrand / Merlin Gerin
Terminal Blocks / DIN Channel: Connectwell / Tosha
PVC armoured cables: NICCO / NECAB / Havell#s / Universal
Wiring Cables: Finolex / Havell#s
Lugs: Dowell's
Light fittings: Philips / Bajaj / GE / Crompton.

30 Pressure Gauge - 0 # 10 Kg./Cm². 9 NO


0C000001
40 100 mm. N.B. heavy duty M.S.. column pipe thickness 6.02 mm. 1.54 mtrs. 117 NO
0C000001 length with coupling confirming to IS-1978 latest edition and the coupling
thread should suit the threads of the column pipe threads. The thread of
column pipes should have 8 TPI parallel thread. One end of the pipe should
be fitted with coupling and other end with thread protector. Length of
coupling of the Column Pipe should be 114.3 mm.

INSTALLATION & COMMISIONING OF PUMP


50 Installation and commisioning of pumps 9 AU
1.0 Installation and commisioning
The supplier shall have to Install and commission the pump set along with
Electrical Control Panel.The supplier has to submit commissioning report in
writting.
2.0 INSTALLATION, TESTING AND COMMISSIONING OF ELECT ITEMS

Pump motor & panel:


Page : 12 / 15

The pump set along with the motor, starter control panel and other
accessories shall be installed, tested and commissioned by the party to full
satisfaction of OIL. All items required for installation and commissioning shall
be approved in writing by OIL's Engineer Incharge.

All works of installation, earthing, testing and commissioning shall be carried


out in compliance with latest BIS, IE rules, Indian Electricity Acts and National
Electric codes.

The starter control panel shall be installed at a place shown by


Engr-in-charge of OIL. The panel will be so placed and mounted that
sufficient space shall be available in the front and rear of the panel for
inspection, maintenance and termination works on the panel. The panel shall
be fixed rigidly to the floor of the pump house with grouting bolts.

Incomer Switch:

Party shall install the Incomer Switch unit on the wall of pump house shed at
a height of 1.75 mtr with suitable MS strap frame for sturdy fixing. Thickness
of MS plate: 5.0 mm. The MS strap of CFS unit frame shall be coated with
red oxide primer and then painted with two coats of DA grey paint.

Cables:

OIL shall supply and lay main incoming power cable from OIL's power source
to the pump house. Armoured cables from CFS unit on wall to the starter
panel, starter panel to light fitting shall be supplied by OIL.

Party shall lay and fix part of main supply cable inside the pump house with
saddle clamps, as required and terminate to the Incomer switch. Party shall
lay and fix following cables in the pump house:
Cable from Incomer Switch unit to Starter,
Cable from Starter to Motor,
Cable from Starter to Water Level Guard probe.
All cables shall be fixed and rigidly supported using metallic saddles / clamps
/ MS pipes / MS angles. Spacing between saddles shall be max 300mm.
Saddles and fixing hardware shall be supplied by the party. Cables from
starter panel to motor/pump casing shall be protected with heavy duty GI/
Painted MS pipe. The pipe shall be fixed to the floor of the pump house with
clamps.

All cables of shall be connected through suitably sized single compression


glands and terminations will be made through properly rated tinned copper
sweating sockets crimped rigidly to the copper conductors. All termination
accessories shall be supplied by the party.

Earthing:

Two nos. of Earth Electrodes shall be supplied and installed by the party
outside the pump house. The spacing between the electrodes shall be 3.0 to
3.5 mtr or as decided by the Engineer Incharge of OIL. Earth Electrodes shall
be 3 mts long, made from 100 mm dia, 5.0 mm wall thickness GI pipes having
a 150x150 mm GI plate welded at top end for terminating earth bus. Holes
shall be drilled as per IS-3043 on the surface of electrode for proper wetting
of contact surface. All electrical equipment including starter panel, motor
Page : 13 / 15

casing pipe, CFS unit on wall shall be earthed at two distinct points and
connected to both the earth electrodes through 25x3mm GI straps. All
connecting bolts shall be full threaded and complete with flat and spring
washers. All Bolts and washers shall be zinc plated & passivated or
galvanized MS. Size of bolts- 10mm and 15mm as per connection
requirement. Thickness of all galvanization shall be 85 micron. All through
joints of straps in the earthing system shall be made with two bolts.

All items required for earthing shall be supplied by the vendor.

Earth testing shall be done as per relevant BIS code and treated for
satisfactory results.

Lighting:

1x36 watt industrial type fluorescent tube light shall be supplied & mounted
on the wall, and shall be duly wired up from the DP MCB of the panel. Wiring
shall be done with 3x2.5 sqmm PVCA copper cable that shall be supplied by
OIL and fixed rigidly to the wall with saddles / supports.

General notes on Installation and commissioning:

All safety and local/government regulations shall be followed during


installation, testing and commissioning.

All works of installation, testing and commissioning shall be performed under


the direct supervision of an experienced licensed supervisor possessing
appropriate license valid for operating in ASSAM.

All electrical works shall be done by persons having valid electrical license.

All personnel deputed by the vendor shall be competent for the job having
reasonable experience in the related jobs.

All workers shall be medically fit and able to carry out the various jobs
assigned to them.

All workers shall have to abide by statutory regulations in force in OIL, as


applicable.

All deputed personnel shall take all safety precautions during the erection
works as per all prevailing statutory guidelines. However, should there be any
accident caused to the vendor's personnel, the vendor shall be fully
responsible for such accident.

The vendor shall arrange for any special passes required by workers to enter
the site.

The vendor shall be responsible for safe custody and proper storage of
materials till handing over.

All tools for installing and instruments for testing & commissioning shall be
arranged / provided by the vendor.

The vendor shall obtain permit to work from Engineer-in-charge/Installation


manager before taking up the installation and commissioning job.
Page : 14 / 15

Temporary power if required for installation works shall be provided by OIL,


subject to availability of nearby OIL's source of power. The party has to apply
in prescribed forms and follow guidelines as set by OIL for the temporary
power supply.

Following shall be minimum program for commissioning after completion of


erection works-

i) GENERAL CHECKS
a) Assembly check as per drawings and instructions.
b) Checking all piping, junctions.
c) Painting and corrosion protection.
d) Cleanliness.
e) Checking operating mechanisms.
f) Checking safety interlocks.
g) Tightness check of circuits, control devices, terminal blocks.
h) Manual operation of power, control and auxiliary contacts.

ii) CHECK OF ELECTRICAL CIRCUIT:


a) Conformity to the schematic diagrams.
b) Insulation checks of all power, control and lighting circuits.
c) Insulation check of all electrical equipment.
d) Insulation check of all cables.
e) Electrical operation of power, control and auxiliary contacts.
f) Signaling (position, alarm, interlocks, lockout etc.)
g) Checking of lighting circuitry.
h) Earth resistance test.
i) Load test of pump set.
j) Any other test as recommended by the manufacturers.

iii) All tests shall be carried out in presence of OIL Engineers and test results
shall by approved by OIL.

iv) All tests results shall be recorded in a proper manner. Four sets of test
results with the commissioning report shall be submitted to OIL. The results
shall be typed and properly documented.

Special Notes : (1) VALIDITY : Your offer must be valid for 75 days from the date of bid opening. Offer
with inadequate validity will be rejected.

(2) If you do not quote directly, please forward this to your authorize dealer to quote with
due authorization by you.

(3) All documents shall be furnished as mentioned in the tender specifications.


Necessary inspection/test/guarantee cerificates will have to be provided along woth the
supply.

(4) Packing and Transportation :


During transportation all electrical equipment are to be suitably packed to avoid water
ingress or transit damage.

(5) Warranty :
Page : 15 / 15

The warranty period of the pumps, motors and all ancillary should be a minimum of 18
months from the date of dispatch or 12 months from the date of commissioning.

(6) After sales Service :


The bidder should ensure after sales service during initial commissioning and also
subsequently. Bidder should also confirm that spares both for motor and pump and all
ancillary shall be available for at least 10 (ten) years after the delivery of the units.

(7) To evaluate the inter-se ranking of the offers, Assam Entry Tax on purchase value will
be loaded as per prevailing Government of Assam Guidelines as applicable on bid closing
date. Bidders may check this with the appropriate authority while submitting their bids.

You might also like