Professional Documents
Culture Documents
PACK (WITHOUT
CONTROL SYSTEM)
Technical Specification
Table of Contents
TECHNICALCHECKLIST ................................................................................................................................... 3
ANNEXURE - I ................................................................................................................................................. 5
ANNEXURE – II ............................................................................................................................................... 6
6 SPARES .................................................................................................................................................. 10
11 DELIVERY: .............................................................................................................................................. 14
2
TECHNICALCHECKLIST
Note: Bidder to write YES/NO against each item and Bidder is required to include complete scope
and comply to specification and as such 'NO' is not warranted. However, in case if bidder's reply is
'NO' for any of the items, bidder shall give reasons for the same. Bidder’s offer shall be considered
incomplete and shall not be considered for technical evaluation by purchaser if this duly filled-in
“Technical Checklist” is not submitted along with the bid.
Confirm that Price schedule Proforma (with price part kept blank in
6. the technical bid)Annexure-III to be submitted with bid as per
Technical Specification have been included in the Bidder’s proposal.
Confirm compliance .
3
S No. COMPLIANCESTATEMENT/QUERY BIDDER’SCON
FIRMATION/A
NSWER
(YES/NO)*
Confirm that in the event of order, all drawings, documents and data
8 shall be furnished in accordance with Technical Specification
Confirm that lump sum price for the site activities (assembly at
10 site, installation, testing, pre-commissioning, painting,
commissioning, performance guarantee run, handing over to client
and other field works etc.) has been quoted separately.
4
ANNEXURE - I
EXCEPTION/DEVIATION SCHEDULEFORMAT
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
5
ANNEXURE – II
2. Flow
3.Tank Capacity
1.
2.
3.
4.
5.
6
ANNEXURE – III
Un-priced price-bid shall be submitted with the offer as per the format given below. All the item/rows
are to be filled as “Q” indicating quoted and submitted with technical offer, and the same shall be
submitted as Price-bid in part-II. Item wise cost of all the items shall be clearly offered as per the price
bid for cost evaluation. Bidder‟s offer shall be considered incomplete and shall not be considered for
technical evaluation by purchaser if this duly filled-in is not submitted along with the bid.
Mandatory Spares
2. PROPORTIONAL PRESSURE RELIEF VALVE 2 Nos
Make – Parker
Part No - R4V10 535 11 P1 GOQ A1
Item Desig.In Hyd Ckt - 1Z1
7
TECHNICAL SPECIFICATION OF HYDRAULIC POWER PACK
(WITHOUT CONTROL SYSTEM)
1 SCOPE OF WORK:
Scope of work includes design, manufacturing, procurement of bought out items, assembly,
testing, inspection at supplier’s site, painting, packing & forwarding, safe delivery to stores
and erection & commissioning of Six (06) numbers of hydraulic power pack (without control
system) for fully automatic, 150 ton, bi-directional compacting, CNC hydraulic press as per
the specification.
The subject hydraulic press is used for the production of cylindrical compacts (Pellets) of
Ceramic powder. The compaction load on the powder in a die is applied simultaneously from
top punches and bottom punches. The top and bottom punches are driven by top and
bottom ram hydraulic cylinders. The movements/ position of the top and bottom rams are
controlled by hydraulic Servo valves in the power pack through closed loop control.
Moreover the pressure control through proportional pressure relief valve also occurs in the
close loop. Movements, position and the pressure are programmable as per requirement.
Hydraulic power pack drives the hydraulic press precisely and problem in power pack may
lead to production of defective Pellet. Hence the Power Pack is a very critical part of this
Hydraulic Press.
8
4 SCOPE OF SUPPLY:
4.2 Complete Hose/ pipe Connection and required plumbing work between hydraulic
power pack and structure
4.3 Structural supports for all equipment, piping, cable trays etc. as applicable (note: no
support for pump mounting shall be taken from hydraulic tank)
4.4 Operating and maintenance platforms, access ladders/ steps, etc. required to provide
access to various items of unit for operation and maintenance wherever required.
4.5 Complete piping work, all valves, fittings and instrumentation as required for
distribution of utilities
4.6 First fill of oils & lubricants and replenishment of any loss of these up to commissioning
as required
5.1 The power pack shall confirm to the hydraulic circuit no. HYD CKT-1 and HYD CKT-2.
5.2 The maximum operating main line pressure of the power pack is 250 bar and max.
flow 180 lpm. Maximum auxiliary line pressure is 150 bar and max flow is 22 lpm.
5.3 The indicative layout of the various components and hydraulic lines of the power pack
is shown in enclosed sketch no. HYD-PP-01. Changes are acceptable with approval
from NFC.
5.4 Sketches/ indicative drawings of the tanks and various manifold blocks are shown in
enclosed sketch/dwg nos. MB-1, MB-2, MB-3, MB-4. The manifold blocks Manifold
(NFC/NFCK/2019/M1/R0). Manifold Block -1(MB-1) & Manifold Block-2(MB-2) are
indicated in the Hydraulic circuit HYD CKT-1. Changes in the drawings are acceptable
with approval from NFC.
5.5 Leakage/ drain oil collection tray (as per attached drawing) shall be mounted all
around the power pack with slope. Drain valve has to be provided by the supplier. The
tray should be made of 1.5 mm SS304 sheet and side height should be at least 30mm.
9
5.6.6 Manifold Block surface flatness : 0.01mm/100mm
5.6.7 Surface Finish: less than or equal to 0.8 microns Ra.
5.6.8 All the manifold Blocks should be Chrome Plated.
5.6.9 Dimensional Tolerances: IS 2102:1993 Part-1, Fine class
5.6.10 Raw material defect detection by FBH of dia 3mm using DAC curve.
5.6.11 Manifold Blocks’ models should be made in SolidWorks tool and
checked using Manifold Design Tool / HydroMan tool.
5.6.12 Punching of hydraulic valve numbers and fitting connection numbers
on the manifold blocks as shown in the hydraulic circuit.
5.7 The oil cooler shall be selected such that the maximum temperature of the oil should
not cross 45oC. Temperature and flow rate of cooling water available are 30oC and 80
lpm respectively. The oil cooler selected must be shell and tube type having standard
make and model number. The technical catalog of the oil cooler shall be available
along with dimensional details and performance curves. The MOC of the tubes shall
be DHP copper/ CuZn28Sn1/ CuNi30.
5.8 Tank Details: Hydraulic Tank shall be made of SS 304. Dissimilar welding is strictly
prohibited i.e. the components which will be welded on hydraulic tank, will be made of
SS 304. Only TIG welding shall be carried out as welding operation. Pump and motor
support shall not be mounted from hydraulic tank. Proper slope shall be provided at
bottom of the tank for proper cleaning of oil. Similar slope should be provided at top
plate of the tank.
5.9 Diffuser: Suitable diffuser shall be provided at return oil line to hydraulic tank. This will
help to prevent foaming and agitation, and reduces potential pump cavitations from
flow disturbances at the inlet. Operating temperature of Diffuser shall be maximum 90
deg C.
5.10 Hydraulic Reservoir Isolator: A suitable capacity (min 18 lit) hydraulic reservoir shall be
used to avoid ingestion of airborne contaminants into hydraulic system. By using an
elastomer (Urathane) bladder as a lung, the changes in gas volume in a hydraulic
system’s reservoir can be trapped and prevented from mixing with the outside
atmosphere. Details of Isolator is mentioned in Bill of Material.
5.11 Effort shall be put to use bended tube/ pipes instead of welding.
6 SPARES
6.1 MANDATORY SPARE: Vendor shall furnish the itemized price for the following
mandatory spares along with the bid.. The price of mandatory spares shall be
considered for commercial evaluation. Also an un-priced copy of the list of mandatory
spares shall be furnished with technical offer. Following sets of mandatory spare shall
be supplied.
10
S/N ITEM ITEM MAKE PART NO NOS
DESIG. DESCRIPTION
IN HYD
CKT
(9 plunger, variable
flow, axial piston
pump)
7.1 The offers of the vendors having prior experience with complying all the following
features in last 5 years. Completion certificate of the same shall be submitted along
with the quotation
7.1.1 Manufacturing hydraulic power packs with servo valve
7.1.2 Operating at 250 bar pressure and flow of 180 lpm
7.1.3 Tank capacity 1000 litre or more
7.2 The vendors having a design facility with licensed versions of SolidWorks tool and
Manifold Design Tool / HydroMan Tool will only be acceptable.
7.3 Offers of Hydraulic Compaction Press with servo valve/ Hydraulic power pack
manufacturers will only be acceptable. Offers of traders will not be considered.
7.4 CNC machining facility should be available with the firm. Facilities available with the
vendor shall be indicated at the time of quotation.
11
7.5 Vendor shall have Digital contamination level monitoring facility (NAS level 7).
Calibration certificate for the same shall be submitted during the bid.
8 DOCUMENTS TO BE SUBMITED:
8.1 Along with the Bid: The bidders shall submit the following along with the bid.
8.1.1 Package layout with overall and important dimensions
8.1.2 List of Mandatory Spares
8.1.3 Technical literature/Catalogues/Brochures of major bought out items/
component
8.1.4 Delivery Schedule of equipments/package .
8.1.5 Experience Certificate and submission of document as per the Vendor
Evaluation Criteria
8.2 FOR APPROVAL: The successful vendor has to submit the following documents within
30 days from the date of PO placement, for approval, before the commencement of
the work:
8.2.1 Design Analysis report of the main manifold block
(NFC/MFBAP/242013/M1/R0) using manifold design tool / HydroMan
Tool.
8.2.2 Soft Copies of the SolidWorks tool models (in sldprt, sldasm, pdf
format) of the manifold blocks
8.2.3 Soft copies of the SolidWorks tool models (in sldprt, sldasm, pdf
format) of all the fabricated items of the Power Pack.
8.2.4 Soft copy of the SolidWorks tool model (in sldprt, sldasm, pdf format)
of power pack along with complete piping work.
8.2.5 Soft copies of the drawings (in slddrw, pdf format) of all the fabricated
items of the power pack.
8.2.6 Hard copies of the drawings of all the fabricated items of the power
pack.
8.2.7 QAP including Acceptance test Plan
8.2.8 Schedule of activities.
8.2.9 Bill of Material and Hydraulic Circuit.
8.3 BEFORE PDI STAGE-I : Following documents w.r.t all manifold blocks shall be
forwarded by the supplier to NFC :
8.3.1 Raw material defect detection report to be submitted.
8.3.2 Material Composition certificate from NABL approved lab to be
submitted.
8.4 BEFORE PDI STAGE-II: Material composition certificate, bill of material as used
(along with their location) and internal test reports of fabricated items and power pack
shall be forwarded to NFC.
12
8.5 ALONG WITH SUPPLY: All as built documents mentioned at point no.8.2.
9 ACCEPTANCE CRITERIA:
9.1 PDI STAGE-I: Testing of Main manifold Block (NFC/NFCK/2019/M1/R0) and other
manifold blocks at supplier’s site :
9.1.1 Marking of hydraulic valve and fitting connection numbers on the
manifold blocks will be checked.
9.1.2 Interconnectivity, Pressure and leak testing:
9.1.2.1 Pressure and leak testing will be carried out at 280 bar.
Note: 100% testing of all Veljan make valves shall be ensured by the supplier and test report
of each and every valve shall be submitted to NFC. After the submission of test report,
supplier shall ensure testing of 25% of valve of each type in the presence of NFC officials at
M/s Veljan Site. In case any of the valves fails during the test, 100% valve shall be tested in
the presence of NFC officials. Intimation for the same should be given at least 15 days
before the testing. Only tested and accepted valves shall be used for Power pack.
9.2 PDI STAGE-II: Testing of the complete power pack at supplier’s site:
9.2.1 Electrical supply to all the hydraulic valves, pressure switches, motors
etc. shall be provided along with manual signal generator.
9.2.2 Required Hydraulic oil (Servo System 32/ ISO VG32) should be
arranged by the supplier for testing. The same shall be sent as first fill
at purchaser’s site
9.2.3 Two number of hydraulic cylinders to be arranged by the supplier for
testing purpose.
9.2.4 The testing w.r.t pressure and leakage shall be demonstrated for
continuous operation of 4 hours at a pressure 280 bar. Each circuit
shall be energised minimum 10 times during the test.
9.2.5 Manual sequencing of the valves shall be demonstrated to check the
performance of the power pack.
9.2.6 Note: pump testing will be carried out with motor of 22 KW
Note: Vendor shall have its own external arrangement for flushing the tank, pipe lines and
the manifold blocks and the same shall be carried out before commencement of the testing
of power pack, by-passing all the valve and the pumps. Vendor shall inform the same. The
13
evidence of the same shall be submitted before PDI II stage. Vendor shall ensure that no
marking should come on the sealing of the valve area.
9.3 AT NFC: The power pack will be connected to the Press and the performance testing
of the power pack will be carried out.
10.1 Complete power pack should be supplied in assembled condition as per the approved
layout and the hydraulic circuit and any left out items required for the completeness of
the power pack, whether fabricated one or brought out shall be in the supplied scope.
10.2 Fittings and tubing mentioned in BOM are indicative only. Actual quantity will be as per
requirement. Quantity mentioned as spare shall be supplied in loose.
10.3 Any additional items or features required / identified, during detailed engineering for
the completeness and trouble free performance of the system shall be included in the
vendors scope without any price and time implication, as long as system performance
and technical requirement within the battery limits of the system as defined under this
specification/ requisition are kept unchanged.
11 DELIVERY:
The first unit (complete in all aspect) shall be delivered at NFC Hyderabad .
After successful commissioning of first unit and obtaining approval from NFC, remaining five
(05) equipments shall be supplied at NFC-Kota, Rawatbhata Rajasthan site.
However, vendor shall follow the delivery schedule as per “Annexure -1, DELIVERY
SCHEDULE OF 6 NOS OFHYDRAULIC POWER PACK”
12 NOTE TO VENDOR:
12.1 The firm should inform NFC at all important stages of fabrication so that stage wise
inspection can be carried out by NFC
12.2 Wherever not specified in the technical specification, the firm should use all standard
items during manufacture of equipment
12.3 During the course of fabrication, the firm should carry out any minor modifications as
suggested by NFC
12.4 The selection of materials for fabrication of all major parts should be in accordance
with relevant IS standards and best manufacturing practices
12.5 All expenses such as to and fro fare, hotel, lodging and boarding, transportation etc.,
towards deputation and stay of the contractor’s technicians/engineers for the purpose
of erection and commissioning job at purchaser’s site at Hyderabad or Rawatbhata,
Rajasthan shall be borne by the contractor
14
13 BILL OF MATERIAL for Each Hydraulic Power Pack:
13.1 The items listed below are indicative only. The hydraulic power pack shall give the required performance as per technical specifications.
If some more components are required as per the technical specifications to meet the functional & safety requirements, party has to incorporate
the same without any extra cost
S/N ITEM ITEM DESCRIPTION MAKE PART NO. QUANTITY QTY TO BE REMARKS
DESIG. IN FOR USE USED FOR
HYD CKT IN POWER INTER
PACK CONNECTION
(Nos.) WITH
STRUCTURE
(Nos.)
2. 0T1 PRESSURE SWITCH HERION/ IFM Sr. No.0883400 (for 3 Nil Bought out
along with integrated/ HERION) item
6S3 remote display
6S4
15
6. 6Y4 SEAT VALVE VELJAN D4S06-3C2-3B4-CD- 2 Nil Bought out
OQ-B1 XY item
& 4Y1
16
(Between Main Pump
and Main Motor)
13. MAIN MOTOR (22KW) SIEMENS/ (415V, 50Hz, 3-phase 1 Nil Bought out
KIRLOSKER/ Induction motor. item
(IE 3 efficient) CG/ BHARAT
BIJLEE/ IEC/ No. of poles :4
MARATHON/ Duty :S1
HAVELLS Frame :180L
16. 1E13 MAIN LINE FILTER MAHLE/ 2 2 ( filter elements Bought out
(filter 3 µm) PARKER only) item
17
AUXILLARY LINE
FILTER
19. 1E63 NON RETURN VALVE VOSS/ SUBPLATE MOUNTED 1 Nil Bought out
ERMETO(EO)/ item
HYLOK/
REXROTH
21. 1E34 SUCTION LINE PARKER/ ESBI (length and fittings as 1 Nil Bought out
BELLOW/ HOSE required) item
22. 1E31 MAIN LINE HOSE PARKER (length and fittings as 1 Nil Bought out
required) item
23. 1E61 RETURN LINE HOSE PARKER (length and fittings as 1 Nil
required)
24. HYDRAULIC HOSES PARKER 1. 11/4 “ hose of 1.5 Nil 4 Bought out
18
WITH END FITTINGS Mtr with end fittings at item
both end.
2. Elbow 10 Nil
3. MSC 10
4. Banjo 2
1. Tee 5 0
2. Elbow 10 5
3. MSC 10 4
4. Banjo 2 2
1. MSC 10
2. Banjo 5 Nil
19
For OD 15 mm tube (Approx)
1. MSC 5 Nil
2. Banjo 5
1. MSC 5 5
2. Banjo 5 5
1. Tee 10 5
2. MSC 30 10
3. Banjo 30 10
1. MSC 10 Nil
2. Banjo 10
20
TUBINGS drawn , (Approx) item
precision steel 2. OD 10 X 1.5 40 Mtr
tubes as per 20 Mtr
EN10305-4 3. OD 12 X 2 (Approx) 5Mtr
7. OD 42 X 4 10 Mtr
(Approx)
12 Mtr
(Approx)
6 Mtr
(Approx)
29. 3E1 PUMP (Gear Pump) REXROTH/ 1P 3052 CPSTB 1 Nil Bought out
EATON/ item
YUKEN/
JONSON
30. 3M1 MOTOR (5.5KW) SIEMENS/ (415V, 50Hz, 3-phase 1 Nil Bought out
21
KIRLOSKER/ Induction motor. item
(IE3 efficient) CG/ BHARAT
BIJLEE/ IEC/ No. of poles :4
MARATHON/ Duty :S1
HAVELLS
Frame :112 M
12Z3&
12Z4
22
CONTROL VALVE
36. AUXILLARY PUMP PARKER (length and fittings as 2 Nil Bought out
SUCTION AND required) item
DELIVERY HOSE
23
13.2 Miscellaneous brought-out Items for each hydraulic power pack :
1. 1E54 OIL COOLER ( Shell & Tube type Oil Cooler suitably mounted on Power pack. Tube 1
MOC: DHP Cu/ CuZn28Sn1/ CuNi30
3F11
7. RESERVOIR PEDESTALS 8
10. ANTI VIBRATION PADS FOR MAIN PUMP MOTOR + AUXILLARY PUMP MOTOR 8
1E8
24
LIST OF DRAWINGS ATTACHED:
25