IMPORTANT NOTE IMPORTANT NOTE IMPORTANT NOTE IMPORTANT NOTE
BID DOCUMENT HAS BEEN DISPLAYED BELOW TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENT FROM ANY OF OIL’S DESIGNATED OFFICES MENTIONED IN THE TENDER NOTIFICATION. PROOF OF PURCHASE OF TENDER DOCUMENT MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS SHALL BE TREATED AS UNSOLICITED.
OIL INDIA LIMITED ( A Govt. of India Enterprise )
4, India Exchange Place, Kolkata – 700 001.
OIL INDIA LIMITED (OIL) invites sealed tenders for supply of the following items :- Srl.
No. Enquiry No.
(Bid Closing Date) Material Description 1.
2.
3.
4.
5.
6.
KID2483PO9/08 (17-04-2009)
KID2186PO9/02 (17.04.2009)
KID2184PO9/09 (17-04-2009) KID2187PO9/07 (24-04-2009) KID2188PO9/03 (24-04-2009) KID2185PO9/02 (24-04-2009)
Supply and commissioning of Positive Displacement Pump with drive for use in Gasoline Service in LPG Plant.
Complete software and hardware package for instrumentation design & engineering.
4D High end colour Doppler ultrasound machine – 1 No.
Dissolve Gas Analyzer of Transformer Oil.
Supply, Erection, Commissioning of loading and unloading arms of LPG Filling Plant.
Duliajan-Shalmari communication system including installation & commissioning, training
& Annual Maintenance contract.
2.0 Bid documents (Non transferable) can be purchased from 16.03.09 till one day prior to the respective Bid Closing Dates on payment of tender fee of Rs. 1000.00 each through Crossed Demand Draft in favour of M/s. Oil India Limited (excepting for PSUs and SSI units registered with NSIC / Directorate of Industries for the item) from (A) Head (Calcutta Branch), Oil India Limited 4,India Exchange Place, ICC Building (4th Floor), Kolkata - 700001 (B) Head Materials, Oil India Limited, P.O. Duliajan, Assam - 786602 (C) Sr. Adviser (Contract & Purchase), Oil India Limited, Plot No. 19, Sector-16A, Noida – 201301 (D) Addl. Chief Materials Manager (Pipeline), Oil India Limited, P.O: Udayan Vihar, Guwahati - 781171.
3.0 To be eligible for issue of tender documents, the applicant must meet the following qualifying criteria (documentary evidence to be provided) :
(i) Successful execution of a single order of value not less than the amount shown below for supply of similar items during last five years :
Srl. No. 1. 2. 3. 4. 5. 6 Single Order value in Lakhs (Rs.) 9.00 12.00 25.00 22.00 12.00 38.00 (ii) Annual turnover of the firm in any of the last three financial years or current financial year should be more than the amount as below:
Srl. No. 1. 2. 3. 4. 5. 6.
Annual Turnover value in Lakhs (Rs.) 18.00 24.00 50.00 44.00 24.00 75.00
4.0 Bidders may visit OIL’s website www.oil-india.com for further details on the above tender.
OIL INDIA LIMITED
(A Govt. Of India Enterprise) Tel :033 2230 1657, 1658 4, India Exchange Place, Fax :91 33 2230 2596 Kolkata-700001 E-mail :oilcalmn@cal2.vsnl.net.in
Tender No. & Date : KID2483P09/08 03.03.2009
Tender Fee
Bid Security Amount : :
INR INR
1,000.00 50,000.00
Bidding Type : Single Bid (Composite Bid)
Bid Closing On Bid Opening On
Performance Guarantee : : :
17.04.2009 at 14:00 hrs. (IST) 17.04.2009 at 14:00 hrs. (IST) Applicable
OIL INDIA LIMITED invites Press tenders for items detailed below:
Item No./
Mat. Code
Material Description Quantity UOM
10 0C000457
Supply and Commissioning of 2 nos. of Positive Displacement (Controlled volume)Pump with drive for use in Gasoline (Condensate) service towards Enhancement of LPG Production in LPG Plant at Duliajan , Assam
The items shall be manufactured and supplied as per the enclosed
EIL standard specifications, job specifications, data sheets etc. and other codes and standards attached and referred.
Technical details furnished in soft copy in the enclosed CD.
2 NO
INSTALLATION & COMMISSIONING
10 INSTALLATION & COMMISSIONING 1 NO
Special Notes : 1. The bidder must submit their offer in quadriplicate (4 sets) complete with technical literature / catalogue etc., failing which offer may be liable for rejection.
2. Motors shall be certified by CMRI and approved by DGMS (India) for operation in Hazardous Area Zone 1 and Zone 2, Gas groups IIA and IIB of oil mines. Copies of DGMS approval letters and CMRI certificates shall be submitted along with the quotation.
i) Terminal box: Suitable for use in oil and gas mines (NOT FOR UNDER GROUND COAL MINES) fitted with double compression FLP cable gland. Gland shall be supplied with the motor.
Size of gland shall suitable for specified cable.
ii) Earthling : 1 (one) no. inside terminal box and 2 (two) nos. on the body of the Motor
iii) DGMS Approval : A plate bearing DGMS approval no. and DGMS logo shall be riveted on the motor body.
iv) The following certificates shall be submitted along with the supply:
a) Copies of DGMS approval letters and CMRI certificates b) Manufacturer's test certificates (both type and routine test)
3.INSPECTION AND TESTING : ILLUSTRATED IN MATERIAL REQUISTAION PREPARED BY Page : 1 / 3
Documents PDF
Complete
Click Here & Upgrade Expanded Features Unlimited Pages
Tender No. & Date : KID2483P09/08 03.03.2009
EIL.
The pump sets shall be inspected by OIL AND EIL deputed representative at manufactures works / factory prior to dispatch, for which intimation must be sent to OIL in advance. However, such inspection will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects.
The supplier shall carry out full load performance test of the pump sets in presence of OIL AND EIL deputed representative at parameters conforming to all specifications provided by EIL, where each of the pump sets shall be load tested for minimum period of 4 hours.
4.0 Third party inspection required by authorised agency approved by OIL.
4.1 Materials are required to be inspected by any one of the OIL's approved third party inspection agency viz. M/s. Lloyd / M/s. Bureau Veritas / IRS / Tubescope Vetco / RITES / DNV.
4.2 Inspection charges must be shown separately in the offer.
5. WARRANTY
The warranty period for the motor, pump set and all ancillary equipment should be a minimum of 18 months from the date of dispatch / shipment or 12 months from the date of commissioning.
6. SPARE PARTS AND SPECIAL TOOLS
a. Bidders have to provide the price , along with the part numbers , of the following spares that we envisage shall be required for maintenance of the pump set for two years . The prices of these spares shall be considered during commercial evaluation of the offer.
7. AFTER SALES SERVICE
The nature of after sales service , which can be offered by the bidder during initial commissioning and also subsequently should be clearly stated.
Bidders should also confirm that spares , both regular consumable ones as well as vital / insurance spares, for engine, pump and all accessories quoted, shall be available for at least 10 years after the delivery of the material.
8. BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) (I) BID REJECTION CRITERIA (BRC)
The bids must conform to the specifications and terms and conditions given in the enquiry. Bids shall be rejected in case the item(s) offered do not conform to the required minimum / maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non responsive and rejected:
(A) TECHNICAL:
1. All the technical specification should be confirmed as per EIL specification.
2.The bidder should be an OEM or authorized dealer of OEM of the pump or an OEM( pump ) recommended assembler of pump sets . In all cases the bidder has to purchase the engine from EIL.
The pump sets shall be inspected by OIL AND EIL deputed representative at manufactures works / factory prior to dispatch, for which intimation must be sent to OIL in advance. However, such inspection will not relieve the supplier of his responsibility to ensure that the equipment supplied conforms to the correct specifications and is free from manufacturing and all other defects.
The supplier shall carry out full load performance test of the pump sets in presence of OIL AND EIL deputed representative at parameters conforming to all specifications provided by EIL, where each of the pump sets shall be load tested for minimum period of 4 hours.
4.0 Third party inspection required by authorised agency approved by OIL.
4.1 Materials are required to be inspected by any one of the OIL's approved third party inspection agency viz. M/s. Lloyd / M/s. Bureau Veritas / IRS / Tubescope Vetco / RITES / DNV.
4.2 Inspection charges must be shown separately in the offer.
5. WARRANTY
The warranty period for the motor, pump set and all ancillary equipment should be a minimum of 18 months from the date of dispatch / shipment or 12 months from the date of commissioning.
6. SPARE PARTS AND SPECIAL TOOLS
a. Bidders have to provide the price , along with the part numbers , of the following spares that we envisage shall be required for maintenance of the pump set for two years . The prices of these spares shall be considered during commercial evaluation of the offer.
7. AFTER SALES SERVICE
The nature of after sales service , which can be offered by the bidder during initial commissioning and also subsequently should be clearly stated.
Bidders should also confirm that spares , both regular consumable ones as well as vital / insurance spares, for engine, pump and all accessories quoted, shall be available for at least 10 years after the delivery of the material.
8. BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) (I) BID REJECTION CRITERIA (BRC)
The bids must conform to the specifications and terms and conditions given in the enquiry. Bids shall be rejected in case the item(s) offered do not conform to the required minimum / maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non responsive and rejected:
(A) TECHNICAL:
1. All the technical specification should be confirmed as per EIL specification.
2.The bidder should be an OEM or authorized dealer of OEM of the pump or an OEM( pump ) recommended assembler of pump sets . In all cases the bidder has to purchase the engine from
Page : 2 / 3
Documents PDF
Complete
Click Here & Upgrade Expanded Features Unlimited Pages
Tender No. & Date : KID2483P09/08 03.03.2009
an OEM of Engine or their Authorized Dealer . Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected.
3.If the bidder is an OEM ( pump ) recommended assembler of pump sets , he must purchase the pump and the engine from OEM or their authorized dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected.. The assembler should indicate that necessary infra structural facilities for fabrication and load testing of the pump sets are available with them. Bidders other than the OEM must furnish the following undertaking from the OEM :
Date of manufacture , make, model , serial no, test certificate, literatures and parts book of the pump will be supplied if order is placed on the bidder.
4.Bidders should have the experience of completing 3(Three) orders in the last 7 (Seven) financial years before the bid closing date of this enquiry against supply of offered model pump designed for Gasoline feeding in PSUs, Central Govt. Undertakings, Public Limited Companies or Reputed Private Companies in the Oil & Gas sector. Copies of purchase orders from the clients indicating the supply of the offered model of pump are to be forwarded with the offer. The offers are to be further substantiated by performance certificates from the consumers. Moreover, The model of pump offered should be one that has a proven track record of successful deployment for a minimum period of 8000 hours without any major overhauling from its date of commissioning. Documentary evidence in this regard should be forwarded.
5. Bidders must submit filled in data sheet and technical check list enclosed with the enquiry.
Otherwisw the bid will be rejected.
6. Bidders must submit filled in data sheet and technical check list enclosed with the enquiry.
Otherwise the bid will be rejected.
(II) BID EVALUATION CRITERIA (BEC):
The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below:
A. TECHNICAL:
All materials as indicated in the material description of the enquiry should be offered. If any of the items are not offered by the bidders, the offer will not be considered for evaluation.
Page : 3 / 3
Documents PDF
Complete
Click Here & Upgrade Expanded Features Unlimited Pages
ENGINEERS INDIA LIMITED
NEW DELHI Client: OIL, DULIAJAN
Project: LPG PRODUCTION ENHANCEMENT PROJECT This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
Sheet
1
of4
ITEM DESCRIPTION: PUMP-RECIPROCATING (CONTROLLED VOLUME)GROUP ITEM CODE: 04FA DESTINATION: As per Commercial Documents
MR CATEGORY: V DELIVERY PERIOD:As per Commercial Documents
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
11/10/2007 16
JOB NO. UNIT/
AREA
MAIN COST
DOC.
CODE
SR. NO. REV. DATE
45
DIVN. DEPT.
ORIGINATOR
NOTES :
1 2 3
This page is a record of all the Revisions of this Requisition.
The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall be considered for contractual purposes.
Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached 'Instructions to Bidders'.
REV. DATE BY CHK. APPD. DETAILS
A 11/10/2007 PL SM RKUMAR ISSUED FOR BIDS
MATERIAL REQUISITION (TOP SHEET)
15 PA MR 5010 A
6880
ENGINEERS INDIA LIMITED
NEW DELHI Client: OIL, DULIAJAN
Project: LPG PRODUCTION ENHANCEMENT PROJECT This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
Sheet
2
of4
REQUISITION NO. REV.A 6880-15-PA-MR-5010
SR. NO. TAG NO/
ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY
01.00
02.00 03.00 04.00 05.00
06.00 07.00 08.00
09.00
Design, engineering, manufacture,
procurement of materials and bought out components, assembly at shop, inspection, testing at manufacturer's works, packing and delivery of the following pumping unit including supply of all erection &
commissioning spares , special tools and tackles & documentation etc. as per the enclosed EIL standard specifications, job specifications, data sheets etc. and other codes and standards attached and referred.
<< DELETED >>
<< DELETED >>
<< DELETED >>
Quotation for Minimum Recommended Spares for Two Years of Normal Operation and Maintenances, as per vendor's
recommendation
<< DELETED >>
<< DELETED >>
Supervision of erection, testing and commissioning of items specified at item 1.00 above, as per enclosed instructions to vendor
Drawings and documents as per attached Vendor Data requirement for all supplies and services covered above in Sr.Nos.1.00 to Sr.No.8.00
Lot
Lot
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for documentation is implied to be included in the prices quoted against Sr.No.1.00 to Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use and meant for store purpose only. Items shall be tagged as per main equipment Tag No. only.
01.01
08.01
PM-17.101A/B
{08}PM-17.101A/B
GASOLINE FEEDING PUMPS
For Sr. No. 01.01
2 Nos
1 /diem rate
ENGINEERS INDIA LIMITED
NEW DELHI Client: OIL, DULIAJAN
Project: LPG PRODUCTION ENHANCEMENT PROJECT This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
Sheet
3
of4
REQUISITION NO. REV.A 6880-15-PA-MR-5010
LIST OF ATTACHMENTS
SL.
No. DOCUMENT TITLE DOCUMENT NO.
REVISION
REV. REV. REV. REV.
DATE DATE DATE DATE
FORMAT FOR VENDOR DRAWING/
DOCUMENT SCHEDULE CHECK LIST- ELECTRICAL
JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION FOR PUMP-RECIPROCATING (CONTROLLED VOLUME)
DATA SHEET - CONTROLLED VOLUME PUMP (RECIPROCATING)
DATA SHEETS - MEDIUM VOLTAGE SQUIRREL CAGE INDUCTION MOTOR FORMAT FOR PRESSURE RELIEF VALVES
FORMAT FOR PRESSURE SWITCHES FORMAT FOR GAUGE GLASSES AND COCKS
P&ID- ENHANCEMENT OF LPG PRODUCTION IN LPG PLANT VENDOR DATA REQUIREMENT VENDOR DATA REQUIREMENT- MV MOTOR
EXPERIENCE RECORD PROFORMA - CONTROLLED VOLUME PUMPS
STANDARD SPECIFICATION FOR POSITIVE DISPLACEMENT PUMPS - CONTROLLED VOLUME
STANDARD SPECIFICATION FOR MEDIUM VOLTAGE INDUCTION MOTOR STANDARD SPECIFICATION FOR PRESSURE RELIEF VALVES STANDARD SPECIFICATION FOR PRESSURE SWITCHES
STANDARD SPECIFICATION FOR GAUGE GLASSES AND COCKS 1
2
3
4 5 6 7 8
9
10 11
12
13
14 15 16 17
EIL-1641-1923 Rev.1
6880-15-16-50-CL- 5010
6880-15-YD-JS-5090
6880-15-PA-DS-0101 6880-15-16-50-DS-
5010
6880-00-XX-DS-XXXX 6880-00-XX-DS-XXXX 6880-00-XX-DS-XXXX
6880-03-41-15-1111
6880-15-PA-VDR- 5010
6880-15-16-50-VR- 5010
6880-15-PA-ERP- 5010 6-41-0021
6-51-0032 6-52-0026 6-52-0017 6-52-0012
--
A
A A 0 0 0
C
A A
A
3
3 2 2 2 25/09/2007
24/09/2007
10/10/2007 25/09/2007
11/09/2007
10/10/2007 25/09/2007
15/06/2007
09/04/2002 02/05/2005 02/05/2005 02/05/2005 FORMATS
CHECKLIST
JOB SPECIFICATIONS
DATASHEET
P&ID's
VDR
EXPERIENCE PROFORMA
STANDARD SPECIFICATIONS
QUALITY REQUIREMENTS
ENGINEERS INDIA LIMITED
NEW DELHI Client: OIL, DULIAJAN
Project: LPG PRODUCTION ENHANCEMENT PROJECT
Sheet
4
of4
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.REQUISITION NO. REV.
A 6880-15-PA-MR-5010
LIST OF ATTACHMENTS
SL.
No. DOCUMENT TITLE DOCUMENT NO.
REVISION
REV. REV. REV. REV.
DATE DATE DATE DATE
In case of any subsequent revision of MR or PR, only revised sheets of the attachments listed above shall be issued alongwith the revision.
GENERAL NOTES:
INSTRUCTION TO VENDOR FOR QUALITY DATA REQUIREMENTS
18 7-76-0101 3
05/04/2002
QUALITY REQUIREMENTS
Engineers India Limited Client: OIL, DULIAJAN
S.No.
Equipment NumberForm Electronic (E)/ Print (P)Remarks
Vendor Drawing/ Document Submission Schedule
Project: LPG PRODUCTION ENHANCEMENT PROJECT Vendor Name: Contact Person(EIL):EIL Originating Department: ROTATING EQUIPMENTPR No.: Date of LOI: PO No.: Date of PO:
Format No.: EIL-1641-1923 Rev.1 Drg./ Doc. Nomenclature as per EIL Vendor Data Requirement
Scheduled date of 1st Submission
Category Review (R) / Records (I)
Vendor Drg./ Doc. TitleVendor Drg. / Doc. Number
Status Date Address: Contact Person: Phone:City: Email:
Fax:
Item Description: PUMP-RECIPROCATING (CONTROLLED VOLUME)
Note:-
The above points are required to be categorically confirmed /answered by the bidder for the purpose of evaluation.
VENDOR’S SIGNETURE & SEAL
Sheet 1 of 1
MR No. 6880-15-PA-MR-5010 Electrical CHECK LIST
Bidder 25.09.07 JK AKS RCS
Check List No.
6880-15-16-50-CL-5010 DATE By Checked Approved The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1650-687 Rev2 A4-210 X 297
Sr.No. ELECTRICAL CHECK POINT / QUERY BIDDER’S CONFIRMATION (Y/N)
1. Have you filled up the relevant motor data sheet as per the format 6880- 15-16-50-DS-5010 for each motor tag no.? Confirm compliance.
2. Please confirm that the makes of motors are as per MR.
3.
Please inform if the offered motors require any special tools for maintenance. If yes, have you attached the list of such tools? Confirm compliance.
4. Mandatory spares as per Data sheet are furnished.
5.
Please confirm that motors shall be supplied as per the MOU between motor manufacturer (Applicable for
Indian motor manufacturer) andEIL. Please ensure compliance from the selected motor sub vendor to this.
6. Please confirm compliance to EIL Spec 6-51-0032 furnished.
7. Please confirm that offer includes the supply of cable glands & lugs.
8. Please confirm that approval certificate for hazardous area installations with valid date is furnished.
Also confirm that these shall be submitted after order.
9. Please confirm if canopy as per data sheet is included.
DOCUMENT NO.
6880-15-YD-JS-5090 Rev.A JOB SPECIFICATION AND SCOPE OF
WORK FOR INSTRUMENTATION FOR
PUMP-RECIPROCATING Page 1 of 4
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved
JOB SPECIFICATION AND SCOPE OF WORK FOR INSTRUMENTATION
FOR
PUMP-RECIPROCATING (CONTROLLED VOLUME) (PM-17.101 A/B)
A 24.09.2007 ISSUED FOR BIDS VSY PKS KSJ
Rev.
No Date Purpose Prepared by
Checked
by Approved by
DOCUMENT NO.
6880-15-YD-JS-5090 Rev.A JOB SPECIFICATION AND SCOPE OF
WORK FOR INSTRUMENTATION FOR
PUMP-RECIPROCATING Page 2 of 4
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved
1.0 GENERAL
1.1 The intent of this document is to provide the specification for the pressure relief valves and pressure switches that are to be supplied by the bidder along with the Pump- Reciprocating (Controlled Volume) PM-17.101 A/B as per P&ID attached elsewhere in the package, for the LPG Production Enhancement Project of M/s OIL, Duliajan.
1.2 This specification, together with the attached standard specifications and the data sheets shall be referred for complete details of scope of work and the supply by the bidder. In case of any conflict, this job specification shall prevail.
1.3 In case it is found that the make and model no of the Instruments supplied is not meeting the specification of the package, the same shall be rectified by providing the correct make and model without any delivery and price implication.
2.0 SCOPE OF SUPPLY
2.1 Bidder to supply the following instrumentation items for each pump :-
a. Pressure Relief Valve- Tag number 15-PSV-1103 for pump PM-17.101A and Tag number 15-PSV-1104 for pump PM-17.101B.
b. Pressure Switches for diaphragm rupture detection.
c. Level Gauge for calibration pot- As per requirement with calibration pot.
MOC of all instruments body and sensing material shall be suitable for specified service.
3.0 SCOPE OF WORK
3.1 The scope of work shall include design, engineering, procurement, supply, assembly, calibration, testing and inspection at manufacturer’s works, packing, delivery and documentation of all the instrumentation items to be supplied by the bidder as per clause 2.1 above.
3.2 Typical (skeleton / blank) instrument data sheets for each type of instruments are enclosed with the requisition. Bidder shall furnish filled in data sheet for each tag after sizing, range selection, material selection etc. These data sheets shall be reviewed and approved by Purchaser after placement of order. Proper selection of instruments, materials etc. shall be bidder's responsibility. Any necessary change required later for meeting the specification shall be done by the bidder without any price or delivery implications. While filling the instruments data sheets, the following shall be taken care:
3.2.1 All the relevant data shall be filled in. If any point is not applicable then N/A shall be indicated.
3.2.2 Make and model number of the offered instruments shall be indicated with model decoding details for offered instrument, with out model no, data sheet shall not be reviewed.
3.2.3 Vendor seal with signature shall be provided and pump vendor shall ensure the correctness of the process data.
3.3 Instruments tag numbers /data sheet numbers shall be indicated
3.4 Submission of filled in data sheets for all instruments along with sizing calculations for safety valve, pressure switches etc. Vendor shall also indicate make and model numbers of the offered instruments. Data sheets shall be submitted for review/approval with one set of technical catalogues of offered instruments with model decoding details.
3.5 Pressure Relief Valve shall be supplied and installed integral to the pump as per process requirement. No erection and impulse piping materials shall be supplied by the bidder.
3.6 Instrumentation cabling required for interconnection between vendor’s supplied field instruments like Pressure Switches and owner's Control System shall be done by others and it is excluded from vendor's scope of work .
3.7 All electronic instruments including pressure switches shall be suitable for flameproof and shall be certified by statutory body for hazardous area classification as specified.
Instruments shall be suitable for Zone-2 Gr IIA/ IIB, certified by a statutory body with
DOCUMENT NO.
6880-15-YD-JS-5090 Rev.A JOB SPECIFICATION AND SCOPE OF
WORK FOR INSTRUMENTATION FOR
PUMP-RECIPROCATING Page 3 of 4
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved
gas grouping as specified below. Additionally instruments shall be certified by CCOE India, irrespective of the origin of the instrument.
4.0 TECHNICAL REQUIREMENTS 4.1 Pressure Relief Valve
4.1.1 The discharges of the pressure relief valve are connected to the suction of the pumps as per P&ID. Bidder shall specifically note the same and provide the pressure relief valves meeting the process requirement along with proven track record for the offered valves.
4.1.2 Pressure Relief Valve shall meet the limiting relief valve requirements as defined in API RP-520 (part-I & II) and in API-526.
4.1.3 Pressure Relief Valve shall be full nozzle full lift type.
4.1.4 Percentage Accumulation shall be 10% for Pressure Relief Valve.
4.1.5 Body material shall be Carbon Steel as a minimum. Nozzle and disc material shall be SS 316 as a minimum with machined SS guide and spindle.
4.1.6 Spring material shall be selected as per operating conditions. Normally it shall be Cadmium/Nickel/Zinc/Aluminum plated Carbon Steel.
4.1.7 Pressure Relief Valve shall have flanged connections for sizes 1" and above and shall have screwed connection for sizes 3/4" and below.
4.1.8 Pressure relief valve shall be conventional type.
4.1.9 Test gag shall be provided for all pressure relief valves 4.2 Pressure Switch
4.2.1 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. Pressure switch design with reed type switches shall not be selected.
4.2.2 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; it shall be less than 60% of difference between set value and operating value.
4.2.3 Pressure switches shall have repeatability of ±0.5% of URV, as a minimum.
4.2.4 Over range protection and pulsating damper requirements and design shall be as per above clauses.
4.2.5 Threaded end connections shall be to NPT as per ANSI B 1.20.1. Flanged end connections shall be as per ANSI B 16.5.
4.2.6 Pressure Switch shall be explosion proof and weatherproof to IP-65. Pressure switch shall be certified suitable for area classification Zone-1, Gr.IIC by statutory body.
4.2.7 Pressure switch shall be provided with 2" pipe mounting accessories.
4.2.8 All instruments shall have internal terminal block, anti-vibration vibration type, for cable termination suitable for terminal a minimum of 1.5 mm
2size cable conductors. Flying leads are not acceptable.
4.3 Level Gauge
4.3.1 Level Gauge shall be Reflex Type only.
4.3.2 All level gauges shall be armoured type gauge glasses only; tubular type level gauges are not acceptable.
4.3.3 Glass shall be toughened Brososilicate Lead Free type.
DOCUMENT NO.
6880-15-YD-JS-5090 Rev.A JOB SPECIFICATION AND SCOPE OF
WORK FOR INSTRUMENTATION FOR
PUMP-RECIPROCATING Page 4 of 4
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved
5.0 VENDOR LIST
Pressure Relief Valve, Pressure Switches and Level Gauges shall be supplied from one of the following approved vendor’s list.
5.1 Pressure Relief Valve 5.1.1 BHEL (TRICHY)
5.1.2 INSTRUMENTATION LTD. (PALGHAT) 5.1.3 SEBIM VALVES INDIA PVT. LTD.
5.1.4 TYCO SANMAR LTD.
5.2 Pressure Switch
5.2.1 DAG PROCESS INSTRUMENTS
5.2.2 GENERAL INSTRUMENTS CONSORTIUM 5.2.3 INDFOS INDUSTRIES LTD.
5.2.4 SWITZER INSTRUMENT LTD.
5.2.5 VASU TECH LTD.
5.3 Gauge Glasses & Cocks (Level Gauge)
5.3.1 ASIAN INDUSTRIAL VALVES & INSTRUMENTS 5.3.2 BLISS ANAND PVT LTD
5.3.3 CHEMTROLS ENGINEERING LTD 5.3.4 LEVCON INSTRUMENTS PVT LTD 5.3.5 PRATOLINA INSTRUMENTS PVT LTD 5.3.6 PUNE TECHTROL PVT LTD
5.3.7 R.K. DUTT CONCERNS 5.3.8 SIGMA INSTRUMENTS CO 5.3.9 TECNOMATIC INDIA PVT LTD
6.0 LIST OF ATTACHMENTS
6.1 Format for Pressure Relief Valve engineering data sheet.
6.2 Format for Pressure Switch engineering data sheet.
6.3 Format for Gauge Glasses and Cocks data sheet
6.4 Standard Specification for Pressure Relief Valves. (6-52-26) 6.5 Standard Specification for Pressure Switches. (6-52-17)
6.6 Standard Specification for gauge glasses and cocks. (6-52-12).
DATA SHEET NO REV.
6880-15-PA-DS-0101 A
ENGINEERS INDIA LIMITEDNEW DELHI CONTROLLED VOLUME PUMP
Page 1 of 2 The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1645-DS-231 Rev.0 210 X 297
1 GENERAL
2 Project : LPG PRODUCTION ENHANCEMENT PROJECT Job no. : 6880 3 Owner : M/s OIL, DULIAJAN
Site :
Site : DULIAJAN,ASSAM
4 Purchaser : Unit: LPG RECOVERY PLANT Unit no.: 15 5 Item No.: PM-17.101 A/B Service: GASOLINE FEEDING
6 No. Required : Two Working : One Std by : One Driver: Working : Elec Motor Std by :Elec Motor
7 Applicable to n Proposals o Purchase o As Built
8 n Scope Option & Info specified by Purchaser o Info required from & options left to vendor. Vendor to cross [x] the selected Option
9 Manufacturer : Size & Type : Model :
10 OPERATING CONDITIONS
11 n Liquid: GASOLINE n Capacity at PT lit/hr (m3/hr) :
12 n Pumping Temperature(EC)(Nor/Max.): 38 Min: 2000 (2.0 m3/hr)Nor: 2660 (2.66 m3/hr) Max: 2800 (2.8 m3/hr) 13 n Specific Gravity at PT: 0.6365 n Discharge Pressure (kg/cm²,a):
14 n Vapour Pressure at PT(kg/cm²,A): 0.70 Min: Nor: ---- Rated: 18 15 n Viscosity at PT(Cst): 0.37 n Suction Pressure (kg/cm²,a):
16 n Corrosion Erosion caused by: --- Min: Nor: ---- Rated: 9.5 17 n Presence of Solids : NO n Differential Pressure (kg/cm²):
18 n NPSH Available (w/o acceleration head) (m): 118 at Grade Min: Nor: ---- Rated: 8.5
19 SITE / INSTALLATION DATA
20 Location: o Indoor n Outdoor w/w/o roof o Heated n Unheated
21 Site Temperature(EC): Max: Min: o Elect. Area Hazard : Div : Class : Group :
22 APPLICABLE CODES & STANDARDS
23 EIL Spec 6-41-21 Rev 3 and API 675 2nd Edition.
24 PERFORMANCE
25 o Number of feeds: o Plunger Speed (stroke/min): (# 100) 26 o Rated Capacity (l/hr)/ (m3/hr):
o Accel. Head (m):
o Plunger Diameter (mm):
27 o Acceleration Head (m): o Cylinder Diameter (mm): o Length of Stroke (mm):
28 o Plunger Linear speed (m/s): n Pump Relief Valve Set Pressure (kg/cm²,g): 18.0 29 o Volumetric efficiency (%):[# 90%] o Pump Head MAWP (kg/cm²,g):
30 o Mechanical Eff. (%): o Overall Eff. (%): o Hydrotest Pressure (kg/cm²,g):
31 o NPSH Required (m): o Flow Repeatability:
32 o BKW Rated (kW): o BkW at R.V. Set Pr.: o Thrust on plunger (kgf):
33 o Packing Type: o No. of rings: o Design Plunger Thrust (kgf):
34 CONSTRUCTON FEATURES
35 Nozzles Size / ANSI Rating Facing Position
36 Pump Suction /300# RF
37 Pump Discharge /300# RF
38 Suction Manifold (for multi head pumps) /300# RF
39 Discharge Manifold (for multi head pumps) /300# RF
40 Inlet
41
Relief Valve
Outlet 42 Pulsation
Dampener
Inlet 43 Suction (If Reqd.) Outlet 44 Pulsation
Dampener
Inlet 45 Discharge Outlet
46 LIQUID END
47 Type: n Diaphragm o Plunger n Valves per feed : n Suction: n Discharge:
48 No. of Heads : o Simplex; o Duplex; o Multiplex n Valve type: Ball (Double ball) 49 Diaphragm Type : o Single n Sandwiched Double Diaphragm
50 MATERIALS
51 n Liquid End: CS o Packing:
52 o Contour Plate: nValve : SS316 : 53 n Hydraulic Diaphragm: SS n Valve Guide: : SS316
54 n Plunger: CS n Valve Body: : SS316 55 o Lantern Ring: n Valve Gasket: PTFE
56 o Packing Gland: n Relief Valve: Body : SS316 Trim : SS316 57 n Calibration Pot: SS 316 with graduated glass # n Suction/Discharge Pulsation Dampener: : SS316 58
59 Remarks: # Calibration pot max. allowable working pressure shall be same as that for pump.
60
DATA SHEET NO REV.
6880-15-PA-DS-0101 A
ENGINEERS INDIA LIMITEDNEW DELHI CONTROLLED VOLUME PUMP
Page 2 of 2 The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1645-DS-231 Rev.0 210 X 297
61 INSPECTION & TESTING
62 Description Required Witnessed Description Required Witnesse
63 Hydrostatic n n Material Certificates n -- d
64 Performance Test n n Shop Inspection n n
65 Steady State Accr. n n Dismantle & Insp. after test n n
66 Repeatability n n R.V. Test (Mfr. shop) n n
67 Linearity n n Diaphragm Rupture Detection (Functional) n n
68 DRIVER
69 n Type of Driver: n Elec. Motor: o Steam Driven: o Air Motor:
70 n Driver Supplied & mounted by Pump Manufacturer o Driver Supplied & mounted by others 71 o Driver kW: o Speed (rpm):
72 WEIGHTS
73 o Pump with Driver & Base Frame (Kg): o Relief Valve (Kg):
74 o Skid size (lxbxh) (m): o Total Weight (Kg):
75 o Suction Pulsation Dampener (Kg): o Discharge Pulsation Dampener (Kg):
76 o Skid Size (lxbxh) (m): o Total Weight (Kg):
77 CONTROLS
78 Type of Stroke Control:(Rem-9)
79 n Manual 40-100 % o Automatic o Remote n Local
80 Signal:
81 o Pneumatic (kg/cm²g) : o Minimum: o Maximum:
82 o Electronic (mA): o Minimum: o Maximum:
83 Remarks:
84 ACCESSORIES
85 n Speed Reducer supplied & mounted by Pump Manufacturer:n Relief Valve supplied & mounted by Pump Manufacturer:
86 Make : Make:As per vendor list attached
87 n Integral o Separate n Internal (In Oil Ckt.) n External
88 o Model o Gear Ratio: n Suction and Discharge manifold piping supplied &
89 n Common Base Plate under : Pump, gear box & driver mounted by Pump Manufacturer 90 n Coupling supplied & mounted by Pump Manufacturer: o Back Pressure Valve
91 Make: o Calibration Pot : o At Suction o At Discharge
92 n Type : Flexi -Metallic with Non-sparking guard o Common to all pump units o Separate 93 n Gas Precharging Kit : Yes o With Level Guage
94 n Common Skid for Pump and auxiliaries n Puls. Dampener (Suct) If Required Type: Vol. Bottle
95 n Pressure indicator : n Puls. Dampener (Disch) Type: Vol. Bottle
96 n Diaphragm Rupture Detection System with indication in DCS
97 REMARKS
98 1) Pump casing design pressure shall not be less than 18.7 kg/cm²,g @ 65 EC
99 2) Relief valves to be sized to relieve full pump capacity with 10% accumulation. Driver to be sized accordingly.
100 3) Pump manufacturer shall loose supply Calibration Pot for mounting in Purchaser’s suction piping.
101 4) Bidder shall estimate the acceleration head required for the selected pump based on the equivalent suction length of 50 m and 102 pipe diameter of 2” and shall submit these calculations.
103 5) Bidder shall ensure that NPSHA – pum p NPSHR – acceleration head áá 1m
104 6) Pump manufacturer shall supply & mount Suction Pulsation dampener,only if the same is required to meet NPSH requirement.
105 7) Pump manufacturer shall supply & mount Discharge Pulsation dampener to limit the pulsations within ± 3%.
106 8). The Pump manufacturer shall supply Controlled volume Pump complete with speed reducer along with driver together with pulsation dampeners, Instrumentation, Suction & Discharge
107 Suction & discharge manifolded piping duly prefabricated for multi-head. Pumps, relief valves, instrumentation etc 108 all duly mounted on a common base plate as a skid mounted package.
109 9). Pumps shall be provided with positive return stroke mechanism.
110 10) Erection and commissioning spares and special tools & tackles (if any reqd. ) shall be included by vendor in his scope.
111 11) Quotation for spares for 2 yrs normal operation shall be provided by vendor.
112 12) Each pump head, in case of multi head pumps, shall be provided with separate pulsation dampeners & separate diaphragm rupture 113 detection system.
114 13) In case of failure of one running pump, stand by pump shall be capable for auto start.
115
10.10.07 A PL SM
DATE REV JOB ENGINEER REVIEWD & APPROVED BY
A. Site conditions
1 Ambient temperature, minimum: 6 °C 3 Atmospheric condition:
maximum: 40 °C 4 Altitude:
design: 40 °C 5 Location:
2 Relative humidity: >90 % 6
B. Technical particulars
1 Motor tag no.: 17-PM-101A/B
2 Driven equipment name: Gasoline feeding pump (metering pump)
3 Voltage: 16 Hazardous area classification:
4 Phase: 17 Gas group:
5 Frequency: 18 Type of explosion protection:
6 Fault level: 19 Type of ingress protection:
7 Method of starting: 20 Color shade:
8 Winding connection: 21 Thermisters:
9 No.of terminals: 22 RTD:
10 Cable size: Later mm² 23 BTD:
11 Cable type: Copper
12 Temperature rise: °C
13 Cooling: TEFC Make:
14 Insulation class: 25 Applicable specification:
15 26
1 Suggested motor rating: kW 9 Torque required, starting: mkg
2 Manufacturer: maximum: mkg
3 BkW at full load: kW 10 GD2 of eqpt., including flywheel: kgm2
4 kW at end of curve: kW excluding flywheel: kgm2
5 Speed: RPM 11 Thrust, up: kg
6 Rotation viewed from coupling end: down: kg
7 Driven equipment: 12 Starting condition:
8 Coupling type:
1 Rating: kW 16 Efficiency at, 75% voltage: %
2 Manufacturer: REFER ANNEXURE 100% voltage: %
3 No. of poles: 17 Power factor at, starting:
4 Frame designation: 100% load:
5 Full load speed: RPM 18 Moment of inertia, GD2: kgm2
6 Mounting: 19
NDE bearing type & no.:
7 Full load torque (FLT): mkg 20 DE bearing type & no.:
8 Starting torque: % of FLT 21 Type of lubrication:
9 Break down or pull out torque: % 22 Weight of motor: kg
10 Full load current (FLC): A 23 Thermisters,
quantity:
no.11 Starting current at 100% voltage: % of FLC make: type:
12 Rotation viewed from coupling end: 24 RTD,
quantity:
no.13 Starting time at, 75% voltage: sec. make: type:
100% voltage: sec. 25 BTD,
quantity:
no.14 Locked rotor withstand time (cold/hot) at, make: type:
75% voltage: sec. 26 Shaft voltage: V
100% voltage: sec. 27 Critical speed, 1st/2nd stage: RPM
15 Space heater - voltage & power: 28 Canopy:
PURCHASER's DATA
80
24
DRIVEN EQUIPMENT MANUFACTURER's DATA
JK AKS RCS
25/9/2007 ISSUED WITH MR
MEDIUM VOLTAGE SQUIRREL CAGE INDUCTION MOTOR
Datasheet No.
6880-15-16-50-DS-5010 Rev : A
Page 1 of 2
MOTOR MANUFACTURER's DATA
RTD/BTD monitoring device:
Checked by Approved by
Rev. No. Date Purpose Prepared by
A
Humid & chemically corrosiv Outdoor
< 1000 m
Three 50 kA D.O.L.
Delta 6
F
Zone 2 IIA/IIB
Ex(d) IP 55
EIL spec. 6-51-0032 415 V ±10%
±3%
1. Starting time calculations shall be based on operating conditions specified on Material Requisition at no load/full load, as applicable.
2. Vendor to fill the motor data sheet for each rating and type of motor separately. Vendor's document numbering scheme for submission of data sheet for review shall be 6880-00-16-50-DS-5010-XX; Where XX=serial number of motor data sheets.
Required n
m l k
j nmlkjiNot required
Required n
m l k j
i nmlkjNot required 50 Hz
Not applicable 632 as per IS 5 Required
n m l k
j nmlkjiNot required Required
n m l k
j nmlkjiNot required Required n
m l k j
n m l k j i
Format No. 1650-687 Rev.3 6880-15-PM-DS-5010 Rev A Copyrights EIL - All rights reserved
1 2 OPER. MAX. OPER. MAX.
NOTES:-
ORDER NO:- REQUISITION NO :
CLIENT : CHKD APPD
PLANT : REV
VENDOR : 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
Process Conn.:Size & Rating :-
Pressure Switches
FILE:
DATE
UNITS: Flow->Liquid- Gas- Steam- Pressure-> Temperature->°C Level / Length-> mm
Tag Number RANGE
VENDOR DRAWING NO:-
6880-00-XX-DS-XXXX BY
DATA SHEET NO.
OPTIONS SWITCH
3. Dial :
Direct Yoke (2" NB) 1. Type:-
2. Mounting :-
8. Enclosure : Type :- Class :-
11. Differential :-
16. Process Connection :- 7. Intrinsically Safe :-
Pneumatic Connection.:-
Weatherproof to IP65 as per 13947 + IP 65
Air Supply Signal :- 9. Output.:
Electric Contact :-
12. Accuracy :-
Flameproof as per IS 2148
1/2" NPTF
13. Repeatability :- +/- 1%
14. Element Type :-
MEASURING UNIT
Others Matl. :- 17. Diaphragm Seal : Type :-
Wetted Part Matl.:-
b ) Gauge saver
Facing & Finish : Armour Flexible : -
Armour Material :- Capillary Material :-
c ) Air Filter Regulator d ) Mount. Acc. For 2" pipe e )
10. Set Point Adjustment :- Internal
6. Area Classification :- 15. Element Material :-
5. Window matl. :- Size :-
Fixed minimum
Colour :-
4. Case Matl :- Cast Aluminium
TEMPERATURE ° C
SERVICE Rating :- 01 Amp at 24V
SET POINT PRESSURE
Single Pneumatic : On- Off :-
Type :- No. of Entries :-
Load Type :- Inductive Cable Entry :- 1/2" NPTF
Two SPDT
Snap acting Micro Swich Silver Plating
Qty. :- Form :- Type :- Contact Plating :-
Capillary Length :-
18. Over Range Protection : 30% of range
19. Blow Out Protection :- Yes 20. Mounting Accessories :- Required 21. Options :
a ) Snubber
ENGINEERS INDIA LIMITED NEW DELHI
Inst Ds-Blank format
TEMP. PRESS.
NOTES:-
ORDER NO:-
CHKD APPD
REV
0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
VESSEL CONNECTION C TO C
LENGTH
Max. Operating
FLUID LOCATION
FILE:
DATE
UNITS: Flow->Liquid- Gas- Steam- Pressure-> Temperature->°C Level / Length-> mm
Tag Number VISIBLE
LENGTH
VENDOR DRAWING NO:-
Gage Glasses & Cocks
NOTES OPTIONS
6880-00-XX-DS-XXXX BY
DATA SHEET NO.
COCKS
Drain Vessel 2. Type:-
1. Vendor's Scope of Supply.:-
GAUGE GLASSES
Vent & Drain :-
Cover Plate :- Studs :- 4. Material : Chamber :-
5. Options:
Nuts :- Gaskets :-
b ) Illuminator d ) Calibrated Scale a ) Mica Shield
c ) Heating Jacket
g ) h )
e ) No-Frost Extn.
f ) I.B.R. certificate
Power Supply :- Area Class :- Enclosure :-
Max. Temp / Press. :- Cable Entry :- 7. Heating Jacket:
Connections :- Inlet :- Outlet :-
9. Type of Connection:
8. Type:-
Gauge
10. Material:
Body :- 6. Illuminator:
12. Bonnet Type :- 13. Ball Checks :- Trim :- 11. Closing :- 3. Chamber Conn.:-
Size & Type :- Location :-
14. Renewable Seats :- Vent
Medium :-
VENDOR : REQUISITION NO : CLIENT : PLANT :
ENGINEERS INDIA LIMITED NEW DELHI
Inst Ds-Blank format,LG
1 2
General 3
4 5 6 7 8 9 10
Valve 11
12 13 14 15 16 17 18 19 Material 20 21 22 23 24 Options 25 26 27
Basis 28
29 30 31 32 33 34 35 Service 36
Cond- 37
itions 38
39 40 41 42 43 44 45 46 Orifice 47 48 49 50 51
Model 52
Nos. 53
NOTES:
VENDOR DRAWING NO- ORDER NO:-
FILE-
CHKD APPD
REV
0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
Model No.
Actual Flow Capacity
No. of valves Reqd. for capacity Total area - cm2
Cold Bench Test Pressure
% Over Pressure ¦ % Blowdown Cp / Cv ¦Compr.Factor Viscosity at Rel. Temp. mPa.s(cP) Vessel:Wall temp°C¦Surf.Area-m2 Calculated Area - cm2
Sel. Area - cm2 ¦ Orifice Design Corrosive Costituent
Required Flow Capacity Mol. Wt. ¦ S.G. At Rel. Temp.
Oper. Pressure
Set Pressure.
Oper. Temp °C ¦ Rel. Temp °C Valve discharges to
Back Press. ¦ Const. Or Variable Code
Basis Of Selection Fluid And State Inlet Conn. :Size & Rating Bonnet Type
Conv. / Bellows/Pilot Operated
UNITS: Flow->Liquid- Gas- Steam- Pressure-> Kg/cm2g Temperature->°C Level / Length-> mm Tag No.
Line No.
Safety / Relief Vessel Protected
Body And Bonnet Nozzle And Disc Spring
Pressure Relief Valves
Cap Over Adj. Bold:
Screwed ¦ Bolded Lifting Gear - Type
Facing & Finish Type :
Full Nozzle Full Lift ¦ Mod.Nozzle
Test Gag
Outlet Conn. :Size & Rating Facing & Finish
IBR Certification Bellows
Resilient Seat Seal
REQUISITION NO :
VENDOR : 6880-00-XX-DS-XXXX
CLIENT : DATE BY
PLANT : DATA SHEET NO.
ENGINEERS INDIA LIMITED NEW DELHI
Inst Ds-Blank format
DOCUMENT No.
6880-15-PA-VDR-5010 Rev. A VENDOR DATA REQUIREMENT
POSITIVE DISPLACEMENT PUMPS (Controlled Volume)
Page 1 of 4
A 10/10/2007 ISSUED WITH MR PL SM
Rev.
No Date Purpose Prepared by Checked &
Approved by
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
VENDOR DATA REQUIREMENT
POSITIVE DISPLACEMENT PUMPS (CONTROLLED VOLUME)
PROJECT : LPG PRODUCTION ENHANCEMENT PROJECT OWNER : OIL, DULIAJAN
Job No. : 6880
DOCUMENT No.
6880-15-PA-VDR-5010 Rev. A VENDOR DATA REQUIREMENT
POSITIVE DISPLACEMENT PUMPS (Controlled Volume)
Page 2 of 4
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
CERTIFIED INFORMATION REQUIRED AFTER PURCHASE ORDER
Drawings/Documents (no. of copies) S.
No. DESCRIPTION
PRINTS WITH QUOTE
For Review
For Records
Date Needed (Weeks after release of F.O.I./L.O.I.)
Final Drwgs./Docs.
(no. of copies) [As part of Mech.
catlg.]
1.0 MECHANICAL 1.1 General 1 Vendor Drg/Data Schedule
(THIS SHALL BE THE FIRST DOCUMENT TO BE SU BMITTED BY VENDOR AFTER F.O.I.IN EIL FORMAT NO. EIL-1641- 1923 REV.1 ATTACHED)
8 2
(subsequently every month)
10
2 Duly filled in experience record proformas for the offered pump model (item wise)
6 3 Manufacturer’s standard reference list for the offered
pumps (item wise)
6
4 Manufacturer’s Leaflet/Catalogues 6 10
5 Utility requirements 6 8 10
6 List of deviations to the governing APIs, EIL specifications and other documents forming part of MR
6
7 Manufacturing / Procurement schedule chart 8 4
8 Monthly progress report 8 Once per
month 1.2 Data Sheets/Performance Curves/other
vendor data
Completed Purchaser's data sheets for following equipments:
9 - Controlled Volume Pump 6 8 6 10
10 - Main Electric Motor driver (Refer Elect part below)
11 - Pump Performance Curves 6 8 6 10
12 - NPSH, Acceleration head calculations 6 8 6 10
13 - Sizing calculation for pulsation dampener 1.3 Piping & Instrumentation Di agram
(P&Ids) and bill of materials
14 - Pump System 6 8 8 10
1.4 General Arrangement Drawings (certified dimensional outline drawings including details of foundation where required)
15 - Pump 6 8 6 10
16 - Electric Motor driver 6 8 6 10
1.5 Layout Drawings
17 Equipment layout showing main as well as all associated equipment/skids with interface connection, maintenance space, cable trays etc.
6 8 8 10
18 Foundation layout showing foundation details of main as well as all associated equipment/skids and also showing details of Anchor bolts, its location and load data
8 8 10
1.6 Cross Sectional Drawings (with Bill of Materials & Part No's) for following:
19 Pump 8 10 10
20 Coupling 8 10 10
21 Relief Valve 8 10 10
1.7 Pulsation dampeners/ Calibration pots:
22 Data sheets 6 8 6 10
23 Mechanical design calculations 8 8 10
24 General arrangement drawings/ orientations 8 8 10
25 Fabrication drawing with material specifications 8 10 10
DOCUMENT No.
6880-15-PA-VDR-5010 Rev. A VENDOR DATA REQUIREMENT
POSITIVE DISPLACEMENT PUMPS (Controlled Volume)
Page 3 of 4
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
CERTIFIED INFORMATION REQUIRED AFTER PURCHASE ORDER
Drawings/Documents (no. of copies) S.
No. DESCRIPTION
PRINTS WITH QUOTE
For Review
For Records
Date Needed (Weeks after release of F.O.I./L.O.I.)
Final Drwgs./Docs.
(no. of copies) [As part of Mech.
catlg.]
1.8 Piping
26 Allowable external forces & moments for all customer connection, including anticipated thermal movements referenced to a defined point
8 6 10
1.9 Spares/Special tools
27 Quotation for spares recommended by vendor for Two Years of normal operation (indicating exact name of the part, part no. and material of construction)
6 8 12 10
28 List of commissioning Spares (indicating exact name of the part, part no. and material of construction)
6 8 12 10
29 List of Special Tools & Tackles as recommended by vendor (indicating exact name of the part and part no.)
6 8 12 10
1.10 Inspection & Test Procedures 30 Inspection & test schedule (individual equipment &
Package)
As part of manufacturing schedule 31 Inspection and test procedure including performance
test, hydrostatic test, NPSH test, complete unit test (mechanical run test) and other tests as specified in data sheets and other specs enclosed in the MR
8 12 10
1.11 Inspection & Test Records/Reports (To be furnished to the inspector during shop inspection & tests)
32 Material Test Certificates (Chemical & Physical Properties)
2 A/C 10
33 Performance test reports 2 A/C 10
34 Certified Hydrostatic test data 2 A/C 10
35 Final assembly running clearances 2 A/C 10
1.12 Manuals
36 Installation, operation & Maintenance manuals – Pumps
W/MC 10
37 Pre-commissioning & commissioning procedures for the complete pump package
8 B/D 10
38 Utility Requirements including list of lubricants, chemicals & consumables with specifications
6 8 8 10
1.13 Mechanical Catalogue (Volume One) 39 Mechanical catalogue (containing as built drawings of
all the above vendor drawings and data as listed under Mechanical)
2 B/D+ 8 W/S 10
2.0 ELECTRICAL
40 Refer Electrical VDR-MV MOTOR (Doc. No.-6880-15- 16-50-VR-5010 Rev. A) for Vendor data requirements pertaining to electrical items in vendor’s scope.
41 Mechanical catalogue (Volume-Two)(containing as built drawings of all the above vendor drawings and
data as listed VDR-Electrical) 2B/D+8W/S 10
3.0 INSTRUMENTATION
42 Refer Instrumentation Specification (Doc No. 6880- 15-YD-JS-5090; Clause 3.0) for Vendor data requirements pertaining to instrumentation items in vendor’s scope.
43 Mechanical catalogue (Volume-Three) (containing as built drawings of all the vendor drawings and data as
per Instrumentation Specification) 2B/D+8W/S 10
LEGEND
FOI/LOI = Fax of Intent/Letter of Intent, A/C = As Completed, A/R= As Received, W/S = With Shipment, B/D = 2 months Before Dispatch, W/MC = With Mechanical Ca talogue.
DOCUMENT No.
6880-15-PA-VDR-5010 Rev. A VENDOR DATA REQUIREMENT
POSITIVE DISPLACEMENT PUMPS (Controlled Volume)
Page 4 of 4
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
NOTES
1. A blank space measuring 75 mm W x 38 mm H will be provided on all vendor drawings for marking of review codes etc. by EIL.
2. The review of the vendor drawings shall be done, as applicable, under the following review codes : Review Code 1 : No comments.
Review Code 2 : Proceed with manufacture/fabrication as per commented drawing. Revised drawing required.
Review Code 3 : Document does not conform to the basic requirements as marked. Resubmit for review.
Review Code R : Document Retained for Records.
Review Code V : Document submission stands Void.
3. Review of the vendor drawings by EIL would be only to check compatibility with the basic designs and concepts and would in no way absolve the manufacturer/fabricator of his responsibility to meet the applicable codes, specifications and statutory rules/regulations.
4. Each drawing shall show (possibly grouped in the right lowest corner, near the title) the following data as a minimum for identification purpose:
PROJECT:LPG Production Enhancement Project CLIENT:M/s OIL DULIAJAN CONSULTANT: EIL EIL JOB NO.: 6880
PURCHASE REQN. NO.: EQPT. ITEM NO.: DRAWING NO. (with proper revision marks):
5. All drawings shall be clear, legible, in Metric units & in English language only.
6. Fold all Prints to 216mm X 370mm Size.
7. Vendor to forward printed matter to EIL, ATTENTION: VENDOR PRINT CONTROL DEPARTMENT.
8. Final Drawings shall also be submitted as Electronic Files on Secondary Storage Media (i.e. CD-ROM).
9. The manufacturer shall furnish list of loose supplied items (for the complete scope of supply), to the inspector, for review/ records ATTACHMENTS
1. Vendor Drawing Schedule (Format No. EIL-1641-1923 Rev.1)