IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA

Size: px
Start display at page:

Download "IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA"

Transcription

1 IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ OR RS. 4, (EXCEPTING PSUS AND SSI UNITS) FROM : (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

2 Page:1/2 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam. Fax No , Tender No.& Date : DFD0727P11/ Tender Fee Bid Security Amount : INR : INR 4, , OR USD OR USD (or equivalent Amount in any currency) , Bidding Type : Two Bid Bid Closing On Bid Opening On Performance Guarantee : at 13:00 hrs.(ist) : at 13:00 hrs.(ist) : Applicable OIL INDIA LIMITED invites Global tenders for items detailed below: ItemNo./ Mat. Code 10 0C Material Description ELECTRIC MOTOR DRIVEN CRUDE OIL DESPATCH PUMP SET AS PER THE FOLLOWING: a) Detailed specification- Annexure A. b) Bid Rejection Criteria(BRC) and Bid Evaluation Criteria- Annexure B. Quantity UOM 1 NO c) Technical& Commercial Check lists- Annexure C INSTALLATION& COMMISSIONING 10 NSTALLATION& COMMISSIONING INSTALLATION& COMMISSIONING: 1 NO Special Notes : 1. Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Please note that no price details should be furnished in the Technical(i.e. Unpriced) bid. The"Unpriced Bid" shall contain all techno-commercial details except the prices which shall be kept blank. The "Priced Bid" must contain the price schedule and the bidder's commercial terms and conditions. Bidder not complying with above submission procedure will be rejected. 2.Payment: Payment shall be released as follows: i)80%of theoftheordervalueshallbepaidagainstproofofdespatch/shipmentofthe goods. ii) Remaining 20% of the order value along with commissioning charges, shall be paid after successful commissioning and acceptance of the unit by OIL. iii)oilmayalsoconsidermaking100%paymenttowardssupplyoftheunitsagainst proof of despatch provided bidders agree to payinterest for 20 % of the order value and also submitbankguaranteefortheamountequivalentto20%oftheordervalue.thisisinaddition tothe10%oftheordervaluetowardsperformancesecurityasperthenitrequirement. iv) Payment towards Installation/Commissioning shall be released on successful completion of the Installation/Commissioning programme.

3 Page:2/2 Tender No.& Date : DFD0727P11/ AnyoffernotcomplyingwiththeaboveshallbeloadedatonepercentabovetheprevailingBank Rate(CC rate) of State Bank of India for evaluation purpose. 2. To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadlinegivenbythe company, failing which the offer will be summarily rejected. 3. The Integrity Pact is applicable against this tender.oil shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII of tender document. This Integrity Pact proforma has been duly signed by OIL's competent signatory.theproforma hastobereturnedbythebidderalongwiththebiddulysignedbythe same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed by the bidder shall be rejected straightway. 4. OilIndiaPurchaseOrderNo.mustbeengravedonthebodyoftheitem.Biddermustconfirm the same categorically in their quotation. 5. Pre-Dispatch Inspection: Intheeventofanorder,OILreservestherighttocarryoutindependentispectionofthepump. The supplier has to give at least 30(thirty) days prior notice for inspection. Inspection charges, if any, shall be quoted separately which shall be considered for evaluation of the offer. However, all to& fro fares, boarding/lodging and other daily expenses of OIL's personnel(s) shall be borne by OIL. 6.Validityshallbe180days. 7. Quotation must be submitted in triplicate. 8. The items covered by this tender shall be used by Oil India Limited in the PEL/ML areas which are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase. Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/01/2005 enclosed. 9.BidSecurityClauseNo.9.8.2(underExemptionofBidSecurity)ofSectionAoftheGeneral Terms& Conditions for Global Tender(Refer Document No. MM/GLOBAL/01/2005) stands deleted.

4 Annexure - A to Tender No. DFD0727P11/08 ELECTRIC MOTOR DRIVEN CRUDE OIL DESPATCH PUMP SET A. PUMP : 1. Type Horizontal, single acting, triplex plunger pump as per API Standard Capacity and Discharge The plunger size selected should be adequate to meet the pressure and volume requirements of 50 Kg/ Sq.cm and 40 CuM/hr respectively. 3. Pump Speed The speed limit of the offered pump shall be governed by the maximum allowable speed ratings for single acting plunger type pumps in continuous service as per API 674 standards. NOTE : Continuous duty means pump having service operation on full load for a period of 8 hours to 24 hours per day as per Hydraulic Institute Standard application. 4. Fluid end features i. Aluminum Bronze / Forged Carbon Steel / Cast Nodular Iron, Valve cover, Valve, Mono Block Fluid End with bolt on type valve covers ii. Al Bronze / Carbon Steel / Nodular Iron stuffing boxes iii. Hard coated plungers iv. General service packing v. Suitably designed valves with tapered valve seats pressed onto mono block fluid end vi. Three feed belt driven packing lubricator, to drip feed ( Make : PREMIER / MEGA ) vii. Suction and Discharge on either side 5. Power end features i. One piece Cast Iron frame ii. Alloy steel / Cast Nodular Iron crankshaft iii. Heavy duty Taper Roller crankshaft bearings iv. Two piece, steel backed, precision type, Aluminum alloy / Tin & Babbit lined crank pin bearings v. Ductile / nodular iron connecting rods vi. Nodular Iron / Cast Iron cross heads vii. Bronze crosshead pin bushings viii. Alloy Steel crosshead pins ix. Stainless Steel pony / extension rods x. Flooded sump Splash Lubrication for power end xi. Sight glass gauge or oil level dipstick

5 6. Accessories i. Full flow, suitably sized and rated, spring loaded, Reset Relief Valve, mounted on the discharge piping. ( Make : OTECO/ BAIRD / CAMERON ) N.B: The relief valve is to be set at 110% of our maximum pressure requirement at the time of delivery. ii. Liquid filled discharge pressure gauge having a range up to 100 Kg/ Sq.cm, with built in dampening mechanism to minimize fluctuations for accurate response to pressure changes. ( Make : OTECO/ CAMERON / MARTIN DECKER ) iii. Suitably designed Suction Stabilizer and Discharge Pulsation Dampener(Diaphragm type, pre charged), mounted and installed in line with the suction and discharge piping. N.B: Dampeners should be of Carbon Steel construction built to ASME pressure vessel codes and code stamped. iv. The pump suction piping should incorporate a suitably sized Gate / Ball valve and suction stabiliser while the discharge line should incorporate a suitably sized Ball valve/gate valve, a Check valve, a Drain valve ( to de-pressurize the system when carrying out maintenance of the unit ),a by pass valve, a Reset relief valve and discharge pulsation dampner.suction and discharge piping, fitting and accessories connection should be preferably as per the sketch enclosed. NB: a).the discharge valve/by pass valve should be full opening/ full bore ball valve/gate valve conforming to API 6D specification, RTJ Flanged ends of suitable size and pressure rating with a pair of companion RTJ flange (weld neck) conforming to ANSI B16.5 (latest edition), complete with two no ring joint gaskets and requisite no of studs and nuts. b).the check valve of discharge line should be full opening/ full bore check valve conforming to API 6D specification, bolted cover, renewable seat, RTJ Flanged ends of suitable size and pressure rating with a pair of companion RTJ flange (weld neck) conforming to ANSI B16.5 std.(latest edition)complete with two no ring joint gaskets and requisite no of studs and nuts. c). All the pipes, valves and fittings of the suction/discharge line should be of same size. v. Complete set of fittings, interconnection piping and companion flanges with appropriate bolting, gaskets, dampener brackets, blind flanges etc required for mounting all items mentioned above. vi. A Centrifugal Charge Pump, direct driven by a flameproof Electrical Motor, suitably sized to provide 1.5 times the input flow volume requirement of the triplex plunger pump should be provided against the pumping unit. The basic requirements of the Charge Pump system shall be as follows :

6 Pump : a. Horizontal Non Clogging Single Stage Centrifugal Pump b. Back Pull Out Design c. Thick Walled, Non Split Concentric Casing with Axial Suction and Tangential Discharge d. Semi Open, Single Shrouded, Curved Vane Impeller e. Strong Shaft with minimum overhang and Ceramic Coated Steel Shaft protection sleeve f. Gland Type Stuffing Box # lubrication & cooling of Gland internally by oil and grease g. Heavy duty and high efficiency design h. Heavy duty duplex set of angular contact bearing ( outboard ) and double row ball bearing ( inboard ) i. Suitably sized impeller to achieve desired head and discharge 7. Duty / Service The pump should be designed for continuous duty application. Necessary credentials in this regard, in the form of product catalogues / brochures from OEM should be furnished. NOTE : #Continuous duty# means pump having service operation on full load for a period of 8 hours to 24 hours per day as per Hydraulic Institute Standard application. 8.Liquid to be handled : The pumping unit should be suitable for pumping crude oil. Recent Test reports of a typical sample is provided to assist the selection process : API Gravity at 60 Deg F : 30 PH : 7.2 Salinity ( ppm ) : 4400 CO3 : NIL HCO3 : 305 Pour Point ( Deg C ) : 27 Water Content ( % v / v ) : 21 Pumping Temp : 34 to 35 Deg C Viscosity :13 26 Deg C, Deg C, Deg C Sp Gravity : 35 Deg C and 15 Deg C 9. Suction condition : Positive suction 10. Name plate and rotation arrows A nameplate shall be securely attached at a readily visible location wherein the manufacturers name, machine serial number, maximum and minimum design limits and rating data, maximum allowable working pressure and temperatures, hydrostatic test pressure etc. should be clearly indicated.

7 Rotation arrows indicating direction of rotation of major items should be cast in or attached. 11. Certificates and Documents to be forwarded I. The following documents should be forwarded along with the quotations: i. Product line catalogue, specifying materials of construction and constructional features of the triplex plunger pump and technical literatures of all ancillary equipment. ii. Performance chart of the plunger pump including all technical calculations such as hydraulic horse power, volumetric efficiency, mechanical efficiency, RPM, gear ratio, maximum plunger load, NPSH requirement, etc. iii. Detail of Motors as per tender, CMRI certificate, DGMS approval for motors and motor glands as per tender. II. The following documents shall have to be forwarded within a month of issue of LOI or placement of firm order. Bidder to confirm the same while quoting. i. Foundation diagrams for the complete main pump set and charge pump set indicating the static and dynamic loads of the package. III. The following documents must be forwarded along with the supply of equipment i. certified test results ii. certificate of hydrostatic testing iii. manufacturers certificate of authenticity iv. certificate of test / conformance of pump, motors and associated ancillaries like relief valves, pressure gauges, dampeners, etc. v. operation and maintenance manuals, parts lists of pump, electric motor, gear box and all other accessory equipment. B. SPEED REDUCTION GEAR BOX : The speed reduction from the Prime Mover (Electric Motor) at its rated rpm to the desired rpm of pump shall be effected by means of a separate external foot mounted gear box installed between the prime mover and the pump. The Gear Box should be SHANTI/GREAVES Make parallel shaft speed reducer with a gear rated to designed HP from an Electric Motor at rated RPM to the pump at desired RPM, with a suitable Gear ratio, and a minimum 1.75 AGMA SF. The unit design includes cast iron housing, helical gear elements, anti-friction roller bearings on all shafts, and a self-contained splash lubrication system with a shaft driven lube oil pump and radiator type air/oil cooler to meet the thermal horsepower requirements. Unit additionally includes thermostatic bypass valve and radiator type cooler.

8 C. PRIME MOVER:For Main Pump and Charge Pump The Prime mover for Main Pump and Charge Pump shall be Three phase, squirrel cage rotor Induction Motor with the following specifications: 1. Type :The motor shall be 3- phase, FLAMEPROOF type, suitable for installation in Zone-1, Zone-2 Hazardous Area, Gas Group IIA and IIB, of Oil Mine. The motor shall be certified by Central Mining Research Institute (CMRI), Dhanbad, India and approved by Director General of Mines Safety (DGMS), Dhanbad, India for FLP construction and use in above area. 2. Rated output: The minimum HP of the motor should be 100 HP. However, the motor output rating shall be minimum 10% higher than the respective absorbed power required for full rated capacity load handling of pump.the HP of the charge pump motor should be clearly mentioned. 3. Enclosure: TEFC, FLP with Degree of protection - IP55. CI/ MS enclosure painted with Epoxy based DA Grey Paint. 4.Insulation: Vacuum pressure impregnated. Class F with temperature rise limited to that of class B. Space heater shall be fitted if the motor HP is more than 100HP. 5. Standards: Motor shall confirm to IS-2148, 325, Voltage: Motor shall be suitable for 415 ± 6% volts, 3 Phase, 50HZ, AC supply and should withstand high voltage fluctuation. 7. Freq.: 50 Hz +- 3% 8. RPM : To match driven equipment 9. Duty : Continuous (S1) 10. Mounting :As per equipment design. 11. Shaft support : Rolling element Bearings at DE and NDE 12. Cooling : Bidirectional cooling fan at NDE 13. Terminal stud arrangement of winding : 6 nos terminal studs shall be available in the terminal box and shall be marked for identification. Terminal studs shall be required for heater, if fitted. 14. Switching : 15 Cold Starts /Hr. 15. Ambient : Max. 40ºC, Min 6ºC, 95% RH, Altitude-150 Mtr 16. Terminal Box : FLP Cable termination box with brought out terminal studs suitable for terminating PVCA aluminium cables of proper size as per rating of motor. Terminal shall be of brass with non-hygroscopic insulation support (FRP or DMC) suitable for tropical climate. Suitable termination arrangement shall also be provided in case the

9 heater is installed. Cable box shall have two nos. of cable entries in case of motor above 10 hp and one no. cable entry in case of motor upto 10 hp. Cable entry thread ET type. 17. Glands : FLP double compression, Nickel plated brass glands, approved by CMRI as per cable size shall be fitted in all the cable entries in terminal box of the motor. Make of Gland: Baliga, GMI, Dowells. 18. Earthing : Two nos of earthing studs to be provided on both sides of the motor. Earthing system for the motor shall be as per the IS: Lifting Eye : Lifting hook(s) shall be provided for lifting the motor. 20. Markings : Name plate details with name of manufacturer, frame size, rated 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, amb. temp, bearing sizes, lubricant, lubrication material and year of manufacture, CMRI certification no, DGMS approval No, Gas Group 21. Certificates : Test certificate of Motor for routine tests done at manufacturer's works shall be submitted with the supply. 22. Guarantee : Motor shall be guaranteed for one year. Guarantee certificate shall be submitted with the supply. 23. Make : Bharat Bijlee/ Crompton Greaves/ KEC/ Siemens/NGEF. 24. Preferred ratings in HP : 0.5, 1.0, 1.5, 2.0, 3.0, 5.0, 7.5, 10.0, 12.5, 15, 20, 25, 30, 40, 50, 60, 75, 100, 125, 150, 175, General Notes on motor (i)dgms approval no. & mark should be fixed on the motor body as per guidelines mentioned in the DGMS approval. (ii)the FLP motor and the FLP gland(s) must be suitable for installation in Hazardous Area Zone 1 area, Gas Group IIA and IIB, of Oil Mine. These must be certified by Central Mining Research Institute (CMRI), Dhanbad, India and approved by Director General of Mines Safety (DGMS) Dhanbad, India for FLP construction and use in above area. Copies of CMRI certification and DGMS approval for the motor as well as the glands must be furnished with the offer. (iii)frame size & make of the offered motor should be mentioned in the offer. (iv)copy of the drawing of the offered FLP Motor enclosure showing terminal box & cable entry arrangement with double compression FLP cable gland should be submitted with the offer. (v)all unused cable entries holes must be plugged with CMRI certified FLP sealing plugs made of cast iron.

10 (vi)packing should be suitable for transit damage & protection against tropical rains. (vii)bidder must categorically mention that their offer complies with all the features mentioned in the Motor specification & all the relevant documents required as per above points are enclosed in their offer. D. DRIVE ARRANGEMENT : The drive arrangement will involve flow of prime mover power through Direct Flexible Disc coupling to the input shaft of an external foot mounted gearbox and finally from the Out put shaft to the crankshaft of the triplex pump through a Flexible Disc coupling. Suitably selected Flexible Disc / Grid Member Couplings should be incorporated to transfer power from the prime mover to the triplex pump through the transmission, as illustrated in the schematic diagram. N.B. : All rotating parts should be covered by suitable guards. E. PUMP PACKAGE UNITISATION: The pump set is to be supplied with all components and accessories fitted and mounted on a rhobust oilfield type three runner portable master skid. The floor of the skid should be covered with anti skid steel plates. While unitizing the pump set, easy approach to various components should be kept in mind, to facilitate operational and maintenance requirements. The skid should be fabricated out of properly sizes beams to withstand loading / unloading and transfer in oil field trucks. The skid shall be sized to contain the entire pump and motor unit and should include the following components: a) Drip pan for cradle/fluid area of pump and packing area complete with threaded drain b) Dip lip for cradle / fluid area of pump and packing area c) Grouting holes d) Horizontal adjustment screws for minor adjustment e) Charge pump bypass system and valving f) Two grouting bosses on skid g) Interconnection piping spool pieces on suction and discharge with ancillary components h) Non sparking Aluminum safety guards. i) One set of proper size foundation bolts and nuts with each pump sets.the foundation Bolt for the skid is to be in accordance with ASTM #A193 and nut as per ASTM # A193. N.B.: The unitization process shall also include following a) Painting of skid, pump, piping and other accessories. Paint / finish specifications shall consist of wire brushing structural pieces and piping, solvent cleaning of components, one coat of red oxide alkyd primer 2.0 to 2.5 mils dry film thickness. The top coat shall be one coat of gloss sakyd national blue enamel 1.0 to 2.0 mils dry film thickness.

11 b) Supply and erection of suction stabiliser, Discharge dampener, Safety Relief Valve, pressure gauges, inlet & outlet ball valves, check valves drain valve, Bypass valve and pipes and pipe fittings. F. INSPECTION AND TESTING : The pump set shall be inspected by OIL s deputed engineer at manufacturers / assemblers works / factory prior to dispatch. 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 on the pump set, at duty conditions, in the presence of OIL s deputed representative. N.B. : Charges for carrying out the above tests at the manufacturer s facility should be included in the purview of the offer. G. INSTALLATION & COMMISSIONING : Installation and Commissioning of the Pump set shall be carried out by the bidder in the presence of OIL representatives at its fields at Duliajan, Assam (India). Services of qualified and competent personnel from equipment manufacturer is essential during installation and commissioning of the pump sets. Only competent service personnel shall be engaged for installation, testing and commissioning of pump sets. OIL will provide necessary statutory permits in classified areas as and when required. Installation / commissioning charges should be quoted separately which shall be considered for evaluation of the offers. These charges should included amongst others to and fro fares, boarding/ lodging and other expenses of the commissioning engineers during their stay at Duliajan, Assam (India). All Personal, Income and Service Tax etc. towards the services provided by the supplier shall be borne by the supplier and will be deducted at source. Bidders should also confirm about installation/ commissioning in the Technical Bid. Note : Once commissioned at designated site the pump set will be subjected to a trial run on available load for a minimum period of 72 hrs and on satisfactory performance shall be subsequently handed over to OIL. H. WARRANTY : The warranty period for the Electric 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. I. SPARE PARTS AND SPECIAL TOOLS : a. Bidders have to provide the price, along with the part numbers, of the following

12 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. TRIPLEX PLUNGER PUMP : i. SUCTION VALVE ASSEMBLY : 3 NOS PER PUMP ii. DELIVERY VALVE ASSEMBLY : 3 NOS PER PUMP iii. VALVE COVER GASKET : 12 NOS PER PUMP iv. VALVE SEAT ( SUCTION ) : 3 NOS PER PUMP v. VALVE SEAT ( DELIVERY) : 3 NOS PER PUMP vi. ROD WIPER : 6 SETS PER PUMP vii. PLUNGER : 3 NOS PER PUMP viii. PLUNGER PACKING : 6 SETS PER PUMP ( EACH SET ADEQUATE TO CATER FOR 3 PLUNGERS) ix. CRANK PIN BEARING : 3 SETS PER PUMP b. Bidders shall have to provide the unit price, along with the part numbers, of the following insurance spares. The cost of these spares shall however not be considered during commercial evaluation of the offer. TRIPLEX PLUNGER PUMP : i. FLUID END ii. STUFFING BOX ASSEMBLY iii. GLAND NUT iv. EXTENSION ROD v. CRANKSHAFT vi. CROSS HEAD vii. CONNECTING ROD ASSEMBLY c. The following special tools should be included [ one set against each pump set] in the scope of supply, as commissioning spares. The prices of these spares shall be considered during commercial evaluation of the offer. i. A set of each type and size of coupling installed in the pump set ii. A valve seat puller and special wrenches for tightening stuffing box glands, studs etc. iii. A charging kit for charging the suction stabilizer and discharge dampener. J. 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.

13 DATA SHEET DATA SHEET ( MOTOR ) MAKE MODEL TYPE VOLTAGE FREQUENCY NO OF PHASES NO OF POLES ENCLOSURE COOLING SYSTEM DIRECTION OF ROTATION INSULATION CLASS RATED RPM DUTY MOUNTING STARTING SWITCHING TERMINAL BOX GLAND TYPE OF DRIVE BEARING GROSS HP AT RATED RPM NETT HP AVAILABLE AT 1500 RPM

14 DATA SHEET (PUMP) MAKE MODEL SIZE ( PLUNGER DIAMETER X STROKE LENGTH ) LIMITING PRESSURE AND VOLUME AT OFFERED SIZE OFFERED SPEED LIMITING SPEED AS PER RELEVANT STANDARD DISCHARGE VOLUME@OFFERED SPEED (n vol = 95%) HHP REQUIREMENT AS PER NIT PARAMETERS MAKE AND MODEL OF EXTERNAL GEAR BOX GEAR RATIO OF EXTERNAL FOOT MOUNTED GEAR BOX TYPE AND SIZE OF COUPLING BETWEEN MOTOR SHAFT AND GEAR BOX INPUT SHAFT TYPE AND SIZE OF COUPLING BETWEEN GEAR BOX OUTPUT SHAFT AND TRIPLEX PUMP INPUT SHAFT

15 EXTERNAL FOOT MOUNTED GEAR BOX PUMP COUPLING # 2 MOTOR MASTER SKID COUPLING 1 GA DRAWING for EMD CODP

16

17 Annexure-B To TENDER NO. DFD0727P11/08 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 tender. 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 : 1.0 The offered pump should be a horizontal, single acting, triplex plunger pump as per API 674 standards, suitable for meeting the delivery parameters (Volume and Pressure) mentioned in the tender. 2.0 The prime mover should be 3 phase, squirrel cage, AC Induction motor as specified in the tender document. 3.0 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 Electric Motor from an OEM of Motor or their Authorized Dealer. Documentary evidence in this regard must be enclosed with the offer failing which the offer will be rejected. 4.0 If the bidder is an OEM (pump) recommended assembler of pump sets, he must purchase the pump and the Electric Motor 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 and motor will be supplied if order is placed on the bidder. 5.0 Bidders should have the experience of completing three orders in the last ten financial years before the bid closing date of this enquiry against supply of continuous duty pump sets for water flood / formation water disposal / hydrocarbon service applications in PSUs, Central Govt. Undertakings, Public Ltd Companies in Oil & Gas sector. Copies of purchase orders from the clients indicating the supply of such equipment are to be forwarded with the offer. The offers are to be further substantiated by performance certificates from the customers.

18 6.0 The model of pump offered should be one that has a proven track record for continuous duty water flood / formation water disposal / hydrocarbon service applications. The model should be one that has been successfully deployed for any of the continuous duty applications, viz: water flood / formation water disposal / hydrocarbon service, for a minimum period of 6000 hours or one year from its date of commissioning. Documentary evidence in this regard should be enclosed N.B.: 1. "Continuous duty" means pump having service operation on full load for a period of 8 hours to 24 hours per day as per Hydraulic Institute Standard application. 2. Hydrocarbon Service Application of continuous duty plunger pumps in the context of our NIT refers to applications where such pumps are deployed for duties such as crude oil transfer, condensate injection, polymer injection, glycol injection etc in the E & P Sector and also continuous duty handling of petroleum and petrochemical products in the Refining & Distribution Sector of the Oil & Gas Industry. (B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage Two Bid System. Please note that no price details should be furnished in the Technical (i.e. Unpriced) bid. The Unpriced Bid shall contain all techno-commercial details except the prices which shall be kept blank. The Priced Bid must contain the price schedule and the bidder s commercial terms and conditions. Bidder not complying with above submission procedure will be rejected. 2.0 Bid security of US $ 3,900 or Rs. 1,76,000 shall be furnished as a part of the TECHNICAL BID. Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender. The Bid Security shall be valid for 240 days from the date of bid opening. 3.0 The prices offered will have to be firm through delivery and not subject to variation on any account. A bid submitted with an adjustable price will be treated as non-responsive and rejected. 4.0 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts notified by OIL shall be replaced immediately by the supplier at the supplier s expenses.

19 5.0 Successful bidder will be required to furnish a Performance Bank of the order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of shipment whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected. 6.0 Bids received after the bid closing date and time will be rejected. Similarly, modifications to bids received after the bid closing date & time will not be considered. 7.0 Bidders shall quote directly and not through Agents in India. Offers made by Indian Agents on behalf of their foreign principals will be rejected. Similarly offers from unsolicited bidders will be rejected. 8.0 No offers should be sent by Telex, Cable, or Fax. Such offers will not be accepted. 9.0 Validity of the bid shall be minimum 180 days from the bid closing date. Bids with lesser validity will be rejected Bids containing incorrect statement will be rejected Offers received without Integrity Pact duly signed by the authorised signatory of the bidder will be rejected Bidders are required to submit the summary of the prices in their commercial bids as per bid format ( Summary ), given below : (i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Total Material value of the Pumps (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( D + E ) above (G) Ocean Freight upto Kolkata(India) port (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Pre-Despatch/Shipment Inspection & Testing charges, if any (K) Installation/Commissioning charges (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume :

20 (ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders : (A) Total Material value of the Pump (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, (A + B + C ) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Excise Duty including Education Cess (Please indicate applicable rate of Duty & Cess ) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges (K) Insurance Charges (L) Assam entry tax (M) Total FOR Duliajan value, ( I + J + K +L) above (N) Pre-Despatch/Shipment Inspection & Testing charges, if any (O) Installation/Commissioning charges (P) Total Value, (M +N +O) above (Q) Total value in words : (R) Gross Weight : (S) Gross Volume : NOTE : 1.0 The cost of the individual item of the spares under Para I (a) of Annexure A should be shown separately. 2.0 The cost of the Pumps should include the cost of the Special Tools under Clause I(c) of Annexure A. 3.0 The Pumps covered under this enquiry shall be used by OIL in the PEL/ML areas issued/renewed after 01/04/99 and hence, applicable Customs Duty for import of goods shall be ZERO. Indigenous bidders should quote Deemed Export prices. Excise Duty under Deemed Export exempted. 4.0 List of Commissioning Spares indicating the qty, description and unit prices must be shown separately. 5.0 Pre-Despatch / Shipment Inspection & Testing charges, if any, shall be quoted on lumpsum basis separately which shall be considered for commercial evaluation of the offers. However, all to and fro fares, boarding/lodging and other expenses of OIL s Inspection Engineer(s) shall be borne by OIL.

21 Bidders must categorically indicate the Predespatch/Shipment Inspection charges, if any in their commercial bid and must confirm about providing the same in their Technical bids. 6.0 Installation/Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier s commissioning personnel during their stay at Duliajan, Assam(India). All Income, Service, Corporate Taxes etc. towards the services provided under installation / commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidder should also confirm about providing all these services in the Technical Bid (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 : 1.0 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. B. COMMERCIAL : 1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed vide Para 12.0 of BRC. 2.0 If there is any discrepancy between the unit price and the total price, the unit price will prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be adopted for evaluation. 3.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between

22 the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation. 4.0 Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose. 5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as under, subject to corrections / adjustments given herein. 5.1 When only foreign bids are involved : Comparison of bids will be done on the basis of TOTAL VALUE which is estimated as under: (A) Total Material value of the Pump (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) FOB Charges (F) Total FOB Value, ( D + E ) above (G) Ocean Freight upto Kolkata(India) port (as quoted) (H) Insurance 1% of Total FOB Value vide ( F ) above (I) Banking 0.5% of Total FOB Value vide ( F ) above in case of payment through Letter of Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded ) (J) Total CIF Kolkata Value, ( F + G + H + I ) above (K) Pre-Despatch/Shipment Inspection & Testing charges, if any (L) Installation/Commissioning charges (M) Total Value, ( J + K + L) above Note : Banking charge in the country of the foreign bidder shall be borne by the bidder. 5.2 When only domestic bids are involved : Comparison of bids will be done on the basis of Total Value" which is estimated as under : (A) Total Material value of the Pump (B) Cost of 2 Years Maintenance Spares (C) Cost of Commissioning Spares, if any (D) Grand Total Material Value, ( A + B + C ) (E) Packing and Forwarding Charges

23 (F) Total Ex-works value, ( D + E ) above (G) Sales Tax as applicable on ( F ) above (H) Total FOR Despatching station Value, ( F + G ) above (I) Transportation charges (as quoted ) (J) Insurance of Total FOR Despt. Station Value ( H ) above (K) Assam entry tax (L) Total FOR Duliajan value, ( H + I + J +K ) above (M) Pre-Despatch/Shipment Inspection & Testing charges, if any (N) Installation/Commissioning charges (O) Total Value, (L +M + N) above Note : Excise Duty in case of indigenous bidder is EXEMPTED under Deemed Export. 5.3 When both Foreign and Domestic bids are involved : The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per Para 5.2 above and Total Value of the foreign bidder worked out as per Para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or actual, whichever is less subject to 30 % local content norms as stipulated for World Bank Funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on Total Value basis. 6.0 Other terms and conditions of the Tender shall be as per General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC shall prevail. *************

24 ANNEXURE C TECHNICAL CHECK LIST 1. Whether quoted as OEM of Pump and whether documentary YES/NO evidences submitted? 2. Whether quoted as authorised dealer of Pump and whether YES/NO documentary evidences submitted? 3. Whether quoted as OEM recommended assembler of Pump sets YES/NO and whether documentary evidences submitted? 4. Whether the offered Pump is a horizontal, triplex plunger Pump as YES/NO per API 674 standard? 5. Whether the Pump is designed for continuous service / duty? YES/NO 6. Whether the offered Electric Motor meets the specifications YES/NO mentioned in the tender? 7. Whether the Minimum net HP of the Motor is as per NIT YES/NO requirement? 8. Whether the Motor is rated for continuous power? YES/NO 9. Whether CMRI certificate and DGMS approval for Motors as per tender is enclosed with the offer?? YES/NO 10. Whether the speed reduction gear box is external foot-mounted? 11. Whether the floor of the three runner skid shall be covered by checkered plates? 12. Whether Flexible disc / grid member couplings have been YES/NO incorporated in the transmission? 13. Whether guards shall be provided over couplings and belt drives? YES/NO 14. Whether the two years spares for the packages indicated have YES/NO been quoted? 15. Whether special tools and commissioning spares have been YES/NO included in the scope of supply? 16. Whether spares shall be available for 10 years after supply of YES/NO equipment? 17. Whether separately highlighted any deviation from the technical YES/NO specifications? 18. Whether the Pre-despatch inspection of the Pump packages shall YES/NO include Full Load Performance test of the Pump Sets?

25 COMMERCIAL CHECK LIST Sl No REQUIREMENT COMPLIANCE 1. Whether Original Signed quotation submitted? YES/NO 2. Whether Fax / quotation submitted? FAX / offer not acceptable. YES/NO 3. Whether 3(three) copies of quotations submitted? YES/NO 4. Whether quoted as manufacturer? YES/NO 5. Whether quoted as Supply House / Distributor. To Specify : YES/NO 6. If quoted as Supply House / Distributor, (a) Whether submitted valid and proper authorization letter from manufacturer confirming that bidder is their authorized Supply House for the product offered? (b) Whether manufacturer s back-up Warranty/Guarantee certificate submitted YES/NO YES/NO 7. Whether bid submitted under single stage two bid System? YES/NO 8. Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with the offer? If YES, provide details (a) Amount : (b) Name of issuing Bank : (c) Validity of Bid Bond : YES/NO 9. Whether offered firm prices? YES/NO 10. Whether quoted offer validity of 180 days from the date of closing of tenders? YES/NO 11. Whether quoted a firm delivery period? YES/NO 12. Whether quoted as per NIT (without any deviations)? YES/NO 13. Whether any deviation there in the offer? YES/NO 14. Whether deviation separately highlighted? YES/NO 15. Whether agreed to the NIT Warranty clause? YES/NO 16. Whether Price Bid submitted as per Price Schedule YES/NO 17 Whether agreed to the NIT Payment Term YES/NO 18. Whether all the items of tender quoted? YES/NO 19. Whether Installation/Commissioning Charges quoted separately? YES/NO

26 20. Whether Pre dispatch Inspection charges quoted separately? YES/NO 21. Whether indicated the country of origin for the items quoted? YES/NO 22. Whether technical literature / catalogue enclosed? YES/NO 23. For Foreign Bidders - Whether offered FOB / FCA port of despatch YES/NO including sea / air worthy packing & forwarding? 24. For Foreign Bidders Whether port of shipment indicated. To specify: YES/NO 25. For Foreign Bidders only - Whether indicated ocean freight up to Kolkata port (Excluding marine insurance )? 26. Whether Indian Agent applicable? YES/NO If YES, whether following details of Indian Agent provided? (a) Name & address of the agent in India To indicate (b) Amount of agency commission To indicate (c) Whether agency commission included in quoted material value? YES/NO YES/NO 27. Whether weight & volume of items offered indicated? YES/NO 28. Whether confirmed to submit PBG as asked for in NIT? YES/NO 29. Whether agreed to submit PBG within 30 days of placement of order? YES/NO 30. For Indian bidders Whether place of dispatch indicated in the offer? To specify : 31. For Indian bidders Whether road transportation charges up to Duliajan quoted? 32. For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges? YES/NO YES/NO YES/NO 33. For Indian Bidders only - Whether offered Deemed Export prices? YES/NO 34. Whether quoted prices are exclusive of Excise duty? YES/NO 35. For Indian bidders only whether import content indicated in the offer? YES/NO 36. For Indian Bidders only - whether all Taxes have been indicated categorically? YES/NO 37. Whether all BRC/BEC clauses are accepted? YES/NO 38. Whether the Integrity Pact document duly signed? YES/NO Offer Ref... Dated... OIL's Tender No..... Signed... For & on behalf of...designation X

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL S DESIGNATED

More information

Technical Specification for Electric Motor Driven, Skid Mounted Chemical Dosing Pump:

Technical Specification for Electric Motor Driven, Skid Mounted Chemical Dosing Pump: Page:1/5 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date : DFD1892L09/08 23.01.2009 Bid Security Amount

More information

ELECTRIC MOTOR DRIVEN, SKID MOUNTED CHEMICAL DOZING PUMP. The motor shall be 3 phase, squirrel cage, AC Induction motor.

ELECTRIC MOTOR DRIVEN, SKID MOUNTED CHEMICAL DOZING PUMP. The motor shall be 3 phase, squirrel cage, AC Induction motor. Page:1/5 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date : DFD0792L09/08 21.10.2008 Bid Security Amount

More information

IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA

IMPORTANT NOTE (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL S DESIGNATED

More information

Oil India Limited (A Govt. Of India Enterprise)

Oil India Limited (A Govt. Of India Enterprise) Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA FAX : 91 374 2800533 EMAIL : material@oilindia.in WEBSITE : www.oil-india.com TENDER NO. : SDG5613P10/07

More information

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDRA ROAD, NEW DELHI

IMPORTANT NOTE (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, 5, SIKANDRA ROAD, NEW DELHI IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL S DESIGNATED

More information

Oil India Limited (A Govt. Of India Enterprise)

Oil India Limited (A Govt. Of India Enterprise) Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA FAX : 91 374 2800533 EMAIL : material@oilindia.in WEBSITE : www.oil-india.com TENDER NO. : SDG3271P10/07

More information

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam

OIL INDIA LIMITED Fax (A Govt. of India Enterprise) Udyan Vihar, Narengi, Guwahati, Assam OIL INDIA LIMITED Fax-91 0361 2643686 (A Govt. of India Enterprise) Email-oilmatpl@oilindia.in Udyan Vihar, Narengi, Guwahati, Assam OIL INDIA LIMITED invites sealed tenders for the following: Tender No.

More information

Material Description Quantity UOM ELECTRIC MOTOR DRIVEN, SKID MOUNTED, RECIPROCATING PLUNGER TYPE CHEMICAL DOSING PUMP.

Material Description Quantity UOM ELECTRIC MOTOR DRIVEN, SKID MOUNTED, RECIPROCATING PLUNGER TYPE CHEMICAL DOSING PUMP. Page : 1 / 6 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date : DFD1192L17/06 20.05.2016 Bid Security Amount

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Tender No. & Date: SDG 1468P17/07 dated: 14.06.2016 Tender Fee : INR 6,000.00 OR USD 100.00 Bid Security Amount : INR 105,340.00

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2800491 Fax No: (91-374) 2800533 Email: matdmmfd@oilindia.in ; erp_mm@oilindia.in Tender No. & Date :

More information

SKID MOUNTED PORTABLE DIESEL ENGINE DRIVEN CENTRIFUGAL SUMP PUMP SET INSTALLATION& COMMISSIONING 10 INSTALLATION& COMMISSIONING 1 AU

SKID MOUNTED PORTABLE DIESEL ENGINE DRIVEN CENTRIFUGAL SUMP PUMP SET INSTALLATION& COMMISSIONING 10 INSTALLATION& COMMISSIONING 1 AU Page:1/1 OIL INDIA LIMITED (AGovt.OfIndiaEnterprise) Tel :03322301657,1658 4, India Exchange Place, Fax :91 33 2230 2596 Kolkata-700001 E-mail:oilcalmn@oilindia.in Tender No.& Date : KID2835L17/08 26.10.2016

More information

Material Description Quantity UOM. 50 mm (2 Inch) NB, ANSI 1500 CLASS Control Valves for Oil Field (Sweet) Natural Gas Services:

Material Description Quantity UOM. 50 mm (2 Inch) NB, ANSI 1500 CLASS Control Valves for Oil Field (Sweet) Natural Gas Services: Page : 1 / 5 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Tender No. & Date : DFD4576L15/07 12.08.2014 Bid Security Amount

More information

: Material Description Quantity UOM

: Material Description Quantity UOM Page : 1 / 6 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 ANNEXURE-I Item No./

More information

Material Description Quantity UOM

Material Description Quantity UOM Page : 1 / 4 OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan-786602, Assam. Fax No. 91-374-2800533, E-mail:material@oilindia.in Bid Security Amount : INR 0.00 OR USD 0.00 (or equivalent Amount

More information

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet.

4.1 Type of the valve and materials of construction of body and trim shall be as specified in valve Data sheet. SHEET 1 OF 5 1.0 GENERAL & SCOPE 1.1 This specification covers the design, material, construction features, manufacture, inspection & testing, Painting and packing requirements of Spring Loaded Bypass

More information

Supply of 63 kva DIESEL GENERATOR SET WITH AMF

Supply of 63 kva DIESEL GENERATOR SET WITH AMF No. NIQ/INKEL/2015-16/162 24 TH Nov 2015 NOTICE INVITING QUOTATION Sealed Quotations are invited for and on behalf of INKEL Limited, having its registered office at INKEL Centre, Off Vallathol junction,

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48

INVITATION FOR QUOTATION. TEQIP-III/2018/uceo/Shopping/48 INVITATION FOR QUOTATION TEQIP-III/2018/uceo/Shopping/48 29-Dec-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

Supply of Batteries

Supply of Batteries Supply of Batteries 207-8 SUPPLY OF BATTERIES OF VARIOUS RATINGS E-PROCUREMENT (REVERSE AUCTION) NIT No: 07/ 207-8 Name of the work Supply of Batteries to our Branches / Offices /ATM Completion Time EMD

More information

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH

TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD. PAGE 1 OF 7 TECHNICAL SPECIFICATION FOR 11 KV AUTOMATIC CAPACITOR SWITCH 1.0 SCOPE:

More information

شركة كهرباء محافظة القدس المساهمة المحدودة

شركة كهرباء محافظة القدس المساهمة المحدودة Our Ref: Date: Messrs. Dear Sir, Tender 22/2017 (re-bidding) 11& 33Kv Fuse Cutouts and Links You are kindly requested to bid for supply and delivery (DDP) for the medium voltage overhead line accessories

More information

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia. Supply, Installation and Commissioning of 1 No 50 Watt LED based SPV SLS at Nadia District Library, Krishna Nagar, Nadia. TENDER DOCUMENT. (A Govt. of West Bengal Company) Bikalpa Shakti Bhavan, Plot J1/10,

More information

855 Filtrate Pump, Close Coupled and Overhead Mounted Pumps

855 Filtrate Pump, Close Coupled and Overhead Mounted Pumps 855 Filtrate Pump, Close Coupled and Overhead Mounted Pumps Technical Specification Pages This page left intentionally blank. 1.0 Overview. The 855 Series is Carver s offering specifically designed to

More information

VOLUME -III TECHNICAL SPECIFICATION FOR MISCELLANEOUS PUMPS (HORIZONTAL)

VOLUME -III TECHNICAL SPECIFICATION FOR MISCELLANEOUS PUMPS (HORIZONTAL) 1 X 500 MW FEROZE GANDHI UNCHAHAR THERMAL POWER PROJECT STAGE-IV VOLUME -III TECHNICAL SPECIFICATION FOR MISCELLANEOUS PUMPS (HORIZONTAL) Specification No. : PE-TS-401-100-N001 (REV. 0) BHARAT HEAVY ELECTRICALS

More information

BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal (AMRITSAR) Enquiry Date:

BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal (AMRITSAR) Enquiry Date: BHARAT HEAVY ELECTRICALS LIMITED Industrial Valves Plant Goindwal 143422 (AMRITSAR) ENQUIRY Phone:+91 1859 223381 (+91 1859 222002, 222036, 222039 Extn 117) Fax :+91 1859 222 061 Email :srk@ivp.bhel.co.in

More information

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1

Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM. SCOOTERS INDIA LIMITED Page 1 Open Tender Enquiry OUTSOURCING OF PHOTOCOPY WORK AT SCOOTERS INDIA LIMITED SINGLE BID SYSTEM SCOOTERS INDIA LIMITED Page 1 THIS PAGE INTENTIONALLY LEFT BLANK SCOOTERS INDIA LIMITED Page 2 SCOOTERS INDIA

More information

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU. INDIA CAPITAL EQUIPMENT/ MATERIALS MANAGEMENT

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU. INDIA CAPITAL EQUIPMENT/ MATERIALS MANAGEMENT An ISO 9001 Company ENQUIRY Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli 620014, TAMIL NADU. INDIA CAPITAL EQUIPMENT/ MATERIALS MANAGEMENT NOTICE INVITING TENDER Phone:

More information

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS

INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS INDIAN MARITIME UNIVERSITY KOLKATA CAMPUS No. IMU-KC/Laboratory Equipment/16-17 Date: 17.02.2017 Sub: Quotation for procurement of Instruments for Electrical Machine Laboratory at IMU-Kolkata Campus Sealed

More information

Technical Specifications

Technical Specifications LT Distribution Box Technical Specifications 1. SCOPE 1.1 This specification covers design, manufacture, testing at manufacturer works before dispatch and supply of L.T. Distribution Cabinet suitable for

More information

TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES :

TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES : TECHNICAL SPECIFICATIONS FOR 11KV AIR BREAK (A.B.) SWITCHES : 1. SCOPE : This specification covers design, manufacturing, testing at manufacturer s works, inspection, packing & delivery of 11 KV Air Break

More information

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX

NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX NLC INDIA LIMITED (formerly Neyveli Lignite Corporation Limited) ('NAVARATNA'-Government of India Enterprise) MATERIALS MANAGEMENT COMPLEX Dr. Rajendra Prasad Road,Block-27,Neyveli-607807.Tamilnadu,India.

More information

GUJARAT NARMADA VALLEY FERTILIZERS COMPANY LIMITED MTPA PAC PROJECT SECTION 6 ANNEXURE 4.7 SPARES, INSP AGENCY & DOCUMENTATION

GUJARAT NARMADA VALLEY FERTILIZERS COMPANY LIMITED MTPA PAC PROJECT SECTION 6 ANNEXURE 4.7 SPARES, INSP AGENCY & DOCUMENTATION A. SPARE PARTS Outline for the supply of Spare Parts for various items is as elaborated below: A-1 MACHINERY Commissioning spares will be as per the manufacturer s recommendations. For 2 years of normal

More information

MAHARASHTRA NATURAL GAS LIMITED

MAHARASHTRA NATURAL GAS LIMITED Replies to Queries of the Bidders Date: 15.09.2018 SUB: Replies to queries of the bidders against Tender for Procurement of Natural Gas RPD & Turbine Meters with EVC for CGD Network of MNGL, Pune REF:

More information

013 : 2009 CEB SPECIFICATION MOULDED CASE CIRCUIT BREAKERS

013 : 2009 CEB SPECIFICATION MOULDED CASE CIRCUIT BREAKERS 013 : 2009 CEB SPECIFICATION MOULDED CASE CIRCUIT BREAKERS FOR OVERHEAD NETWOKS CEYLON ELECTRICITY BOARD SRI LANKA Specification for MOULDED CASE CIRCUIT BREAKERS FOR OVERHEAD NETWOKS CEB Specification

More information

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK

TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK TECHNICAL SPECIFICATION FOR 11 KV CAPACITOR BANK MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LTD. PAGE 1 OF 7 TECHNICAL SPECIFICATION FOR 11 KV.CAPACITOR BANK 1.0 SCOPE: This specification covers

More information

Dakshin Gujarat Vij Company Limited

Dakshin Gujarat Vij Company Limited Dakshin Gujarat Vij Company Limited CIN U40102GJ2003SGCO42909 Regd. & Corporate Office: Urja Sadan, Nana Varachha Road, Kapodara Char Rasta,Surat 395 006 C & R DEPARTMENT Phone No.: 0261 2506100-200-175

More information

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING

INDIAN INSTITUTE OF TECHNOLOGY, KANPUR DEPARTMENT OF ELECTRICAL ENGINEERING To, Ref No: IIT/ EE/SMART CITY/INVERTER AND BATTERY SET/2015/02 INVITATION FOR QUOTATIONS FOR SUPPLY OF THE FOLLOWING ITEMS REQUIRED FOR SMART CITY PILOT PROJECT AT IIT KANPUR S.No. Brief Description of

More information

Section VI: List of Requirements (REVISED)

Section VI: List of Requirements (REVISED) As per Technical Specifications attached in Section VII Date: 18/06/2018 of Electrical Items With reference to the above tender, the following Corrigendum may kindly be noted against the Section VI, Section

More information

FORWARDING LETTER. Sub: Tender No. SDG8781P19/09 for SUPPLY OF EMD CHEMICAL DOSING PUMP.

FORWARDING LETTER. Sub: Tender No. SDG8781P19/09 for SUPPLY OF EMD CHEMICAL DOSING PUMP. MATERIALS DEPARTMENT P.O. DULIAJAN 786 602 DIST. DIBRUGARH ASSAM, INDIA PHONE : 0374 2808720 FAX : 0374 2800533 EMAIL: mmfd1@oilindia.in Ref No. FD09-1417402/05092018 Date:28.07.2018 FORWARDING LETTER

More information

SUGGESTED SPECIFICATIONS

SUGGESTED SPECIFICATIONS PART 1 - GENERAL 1.01 SCOPE A. Pumps to be supplied under this specification shall be of a severe duty, recessed cupped impeller design suitable for use in (SLUDGE, GRIT, ETC. APPLICATIONS) with a 20 year

More information

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09

INVITATION FOR QUOTATION. TEQIP-II/2015/GJ1G02/Shopping/M-EE-09 INVITATION FOR QUOTATION TEQIP-II/2015/GJ1G02/Shopping/M-EE-09 02-Dec-2015 Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for

More information

TENDER DOCUMENT BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR, HARIDWAR

TENDER DOCUMENT BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR, HARIDWAR TENDER DOCUMENT Retrofitting of 10 MT hand operated overhead crane by Electric Wire Rope Hoisting Trolley NIT No.: WEX/SP/COMP/CRANE/11-12 Dated: 07.01.2012 BHARAT HEAVY ELECTRICALS LIMITED, HEEP, RANIPUR,

More information

Section V DC Nickel Cadmium Alkaline BATTERY

Section V DC Nickel Cadmium Alkaline BATTERY Section - 7 TECHNICAL SPECIFICATION OF 110V DC Nickel Cadmium Alkaline BATTERY TECHNICAL SPECIFICATIONS & REQUIREMENTS OF 110V DC Nickel Cadmium Alkaline Battery 7. 1 GENERAL This section of the document

More information

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02

Tender No:- MTL/PUR/213/Elect/ (K)/9. 2 NEW Moulded case Circuit Breaker with O/L & S/C No 02 Tender No:- MTL/PUR/213/Elect/2015-16 (K)/9 Date:-26/10/2016 Type Of Bid Bidding type Bid closing On Bid Opening On EMD : LIMITED TENDER : Single Bid : 18/11/2016 at 14.00 hrs.(ist) : : As per Annexure

More information

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station.

Tender documents for supply, erection & commissioning of Plante Type Battery to 2x210 MW IB Thermal Power Station. ORISSA POWER GENERATION CORPORATION LIMITED IB THERMAL POWER STATION AT/P.O: BANHARPALI, DIST: JHARSUGUDA, PIN: 768234 (ORISSA), INDIA GRAM: IB THERMAL, TEL: 06645-222209/222210, FAX: 06645-222209/54/30

More information

TECHNICAL BID T 3627

TECHNICAL BID T 3627 TECHNICAL BID T 3627 Supply of Mechanical Measuring Instruments for TMD-II OF UKAI TPS. Due on At 3.30 P.M. (if Possible) EMD paid YES / NO EMD D. D. No. Date : OR SSI / NSIC Certification Number : Duly

More information

SPECIFICATIONS OF ITEMS ANNEXURE-1A Sr. No. Item specification Qty. (in nos.) 1 Computer chair with armrest Approximate Size: Width 64 cm Depth 64cm Height 81.0-93.5 cm Seat Height 42-54.5 as Godrej Model

More information

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirappalli , TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT An ISO 9001 Company (High Pressure Boiler Plant) Tiruchirappalli 620014, TAMIL NADU, INDIA CAPITAL EQUIPMENT / MATERIALS MANAGEMENT ENQUIRY NOTICE INVITING TENDER Phone: +91 431 257 79 38 Fax : +91 431

More information

TECHNICAL SPECIFICATION FOR SHACKLE HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV LINE

TECHNICAL SPECIFICATION FOR SHACKLE HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV LINE TECHNICAL SPECIFICATION FOR SHACKLE HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV LINE The hardware fittings suitable for tension string to be used for 11KV consisting of following

More information

SPECIFICATIONS FOR MOTOR OPERATED VALVES

SPECIFICATIONS FOR MOTOR OPERATED VALVES Doc No: 254625-300-SP-INT-004 Rev: B Page 1 of 11 SPECIFICATIONS FOR MOTOR OPERATED VALVES Hindustan Petroleum Corporation Ltd Visakha Dispatch Station VR-ATP Area, Naval Base Post Visakhapatnam - 530

More information

SPECIFICATION FOR HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV/22KV LINE

SPECIFICATION FOR HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV/22KV LINE SPECIFICATION FOR HARDWARE FITTINGS SUITABLE FOR TENSION STRING TO BE USED FOR 11KV/22KV LINE The hardware fittings suitable for tension string to be used for 11KV / 22 KV consisting of following components.

More information

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam

OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan , Assam OIL INDIA LIMITED (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Telephone No. (91-374) 2808720 Fax No: (91-374) 2800533 Email: materials@oilindia.in; erp_mm@oilindia.in Tender No. & Date :

More information

ANNEXURE XI. (Ni Cd Battery Bank) TECHNICAL SPECIFICATIONS OF 125V STATION BATTERY BANK OF GTG I.

ANNEXURE XI. (Ni Cd Battery Bank) TECHNICAL SPECIFICATIONS OF 125V STATION BATTERY BANK OF GTG I. ANNEXURE XI (Ni Cd Battery Bank) TECHNICAL SPECIFICATIONS OF 125V STATION BATTERY BANK OF GTG I. Sr. No Technical Particulars Confirmation to be given by bidder (Please strike out which ever not applicable)

More information

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB)

020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB) 020: 2013 CEB SPECIFICATION MINIATURE CIRCUIT BREAKER (MCB) CEYLON ELECTRICITY BOARD SRI LANKA Telephone: +94 11 232 0953 Fax: +94 11 232 3935 CONTENTS Page 1.0 Scope 3 2.0 System Parameters 3 3.0 Service

More information

SUGGESTED SPECIFICATIONS Pump Frames NS3 thru OMC5

SUGGESTED SPECIFICATIONS Pump Frames NS3 thru OMC5 SOLIDS-HANDLING WASTEWATER PUMPS Pump Frames NS3 thru OMC5 GENERAL Furnish and install Vertical Closed-Shaft Wet-Pit Pumping Units complete with all accessories and appurtenances as shown in the plans

More information

EN. 850 Filtrate Pumps. Technical Specification Pages

EN. 850 Filtrate Pumps. Technical Specification Pages 850 17.01.EN 850 Filtrate Pumps Technical Specification Pages 850 Series Filtrate Pump 850 17.01.EN This page left intentionally blank. 1.0 Overview. The 850 is Carver s filtrate pump line designed for

More information

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India

Solar Energy Corporation of India Limited New Delhi Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India SECI/SD/EoI/20000 MW Mfg./I/2017 18.12.2017 Expression of Interest for Setting up of Solar PV Manufacturing Capacities in India 1. Objective of EOI: SECI intends to invite Expression of Interest from the

More information

Model GP Triplex Ceramic Plunger Pump Operating Instructions/ Manual

Model GP Triplex Ceramic Plunger Pump Operating Instructions/ Manual Model GP6145-3100 Triplex Ceramic Plunger Pump Operating Instructions/ Manual Contents: Installation Instructions: page 2 Pump Specifications: page 3 Exploded View: page 4 Parts List / Kits: page 5 Repair

More information

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt

NIT No.:-10/WEX/MCR/HYD. PRESS/2-303/ /Dt Annexure-1 NIT No.:-/WEX/MCR/HYD. PRESS/2-303/21-12/Dt.02.03.22 Name of work:-retrofitting of new hydraulic power pack on 63 Ton Hydraulic Press, Plan No.1/2-303 SCOPE OF SUPPLY AND WORK: 1.0 Purpose of

More information

SECTION GENERAL MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT

SECTION GENERAL MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT SECTION 22 05 12 SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between //----// if not applicable to project. Also delete any other item or paragraph not applicable in the section

More information

NIT for Tender No. GCO 8644P13

NIT for Tender No. GCO 8644P13 NIT for Tender No. GCO 8644P13 Oil India Limited, a Government of India Enterprise intends for hiring the Electrical Maintenance services by a team comprising of 1 (one) Electrician (with valid electrician

More information

INTER PLANT STANDARD STEEL INDUSTRY

INTER PLANT STANDARD STEEL INDUSTRY INTER PLANT STANDARD STEEL INDUSTRY IPSS SPECIFICATION FOR ac CRANE (Hoist and Winches) DUTY SQUIRREL CAGE INDUCTION MOTORS (Fourth Revision) BASED ON IS 325:1996 Formerly: IPSS:1-03-004-05 0. FOREWORD

More information

TECHNICAL SPECIFICATION

TECHNICAL SPECIFICATION TENDER DOCUMENT NIT No.: DLI/C&E/WI-665/292 FOR Tender for Design, Engineering, Supply, installation, testing & commissioning of HOIST PACKAGE AND ASSOCIATED WORKS for the project of Augmentation of Raw

More information

Bulletin BX-512H. Bell & Gossett. Series HSC-S Pumps Technical Bulletin. Bell & Gossett. Part of the. Equipment Selection Programs

Bulletin BX-512H. Bell & Gossett. Series HSC-S Pumps Technical Bulletin. Bell & Gossett. Part of the. Equipment Selection Programs Bulletin BX-1H Bell & Gossett Series HSC-S Pumps Technical Bulletin Part of the Bell & Gossett Equipment Selection Programs TABLE OF CONTENTS Useful Pump Formulas...............................................

More information

DEWATERING PUMP. Instruction, Installation, Operation and Maintenance Manual. A Mark of Quality. ISO 9001 Certified Company

DEWATERING PUMP. Instruction, Installation, Operation and Maintenance Manual. A Mark of Quality. ISO 9001 Certified Company Instruction, Installation, Operation and Maintenance Manual DEWATERING PUMP ISO 9001 Certified Company 2016 mbh pumps (gujarat) pvt. ltd. A Mark of Quality CROSS SECTION DRAWING INSTALLATION No. DESCRIPTION

More information

Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on:

Tender Enquiry No: BCL / PUR / ARC / AC&DC Motors/ CW / 2019 Dated: Due on: MINISTRY OF RAILWAYS HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700 043 TEL: +91 33 2439-7415, 2439-4114, 2439-6613, 2439-7413, FAX: +9133 2439 7632/ 5607 E-mail: purchase@braithwaiteindia.com Website:

More information

SERIES COOLING TOWER SINGLE-CELL UP TO 1500HRT COOLING CAPACITY

SERIES COOLING TOWER SINGLE-CELL UP TO 1500HRT COOLING CAPACITY EX-S SERIES COOLING TOWER SINGLE-CELL UP TO 1500HRT COOLING CAPACITY High Performance Crossflow Type CERTIFICATE NUMBER: 12-41-02 PROVEN PERFORMANCE RELIABILITY EASY INSTALLATION CERTIFICATE NUMBER: LOGO-SGBP

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 23 2123 - PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

Inviting Tenders for Supply, Installation, Testing and Commissioning of 500 KVA DG Set for Temperature Controlled Warehouse at Medchal, Hyderabad.

Inviting Tenders for Supply, Installation, Testing and Commissioning of 500 KVA DG Set for Temperature Controlled Warehouse at Medchal, Hyderabad. Inviting Tenders for Supply, Installation, Testing and Commissioning of 500 KVA DG Set for Temperature Controlled Warehouse at Medchal, Hyderabad. Amendment to Tender Reference No. BL/LI/CC/HYD/22 Date

More information

CITY OF SAN LEANDRO INVITATION FOR BIDS

CITY OF SAN LEANDRO INVITATION FOR BIDS CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Sally M. Perez Interim Purchasing

More information

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm

TENDER. Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm TENDER Enq. No. IIITMK/ 0648/18 Date: 07/09/18 Due on:17/09/20183pm On behalf of INDIAN INSTITUTE OF INFORMATION TECHNOLOGY & MANAGEMENT KERALA (IIITMK), the Registrar invites offers for supply and laying

More information

G&L Pumps. TECHNICAL Brochure BAC8100. Series A-C 8100 SPLIT CASE PUMPS

G&L Pumps. TECHNICAL Brochure BAC8100. Series A-C 8100 SPLIT CASE PUMPS TECHNICAL Brochure BAC8 Series A-C 8 SPLIT CASE PUMPS TABLE OF CONTENTS Useful Pump Formulas 2 Performance Curves 3-5 Materials of Construction (Standard) 6 Materials of Construction (Optional) 7 Pump

More information

SPECIFICATIONS OF SINGLE GIRDER UNDER SLUNG E.O.T. CRANE CAPACITY: 5 MT

SPECIFICATIONS OF SINGLE GIRDER UNDER SLUNG E.O.T. CRANE CAPACITY: 5 MT 1 SPECIFICATIONS OF SINGLE GIRDER UNDER SLUNG E.O.T. CRANE CAPACITY: 5 MT QUALIFICATION CRITERIA Vendor has to compulsorily meet the following requirements to get qualified for consideration of the technical

More information

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam. Tender Fee : INR 4, OR USD Bid Security Amount : Applicable

Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan , Assam. Tender Fee : INR 4, OR USD Bid Security Amount : Applicable Oil India Limited (A Govt. of India Enterprise) P.O. Duliajan 786602, Assam Tender No. & Date : SDG6435P13/09 22.06.2012 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : Applicable Telephone

More information

SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM

SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM Page 1 of 13 SUPPLY OF HYDRAULIC AERIAL LADDER PLATFORM Sr. Name of firm No 1 NK Fire and Safety GIDC phase 1,opp. Anand Tiles, Wadhwan Dist. Surendranagar Gujarat Tender clause ref./tender Terms/Specifications

More information

HORIZONTAL SPLIT CASING PUMP

HORIZONTAL SPLIT CASING PUMP OPERATION & MAINTENANCE MANUAL HORIZONTAL SPLIT CASING A Mark of Quality CROSS SECTION DRAWING No. DESCRIPTION MATERIAL 01 1/4 BSP PLUG BRASS 02 LOWER HOUSING C. I. IS-210, FG260 03 IMPELLER C. I. / G.

More information

INTER PLANT STANDARD STEEL INDUSTRY. SPECIFICATION FOR GENERAL PURPOSE SQUIRREL CAGE INDUCTION MOTORS (Fifth Revision) BASED ON IS 325:1996

INTER PLANT STANDARD STEEL INDUSTRY. SPECIFICATION FOR GENERAL PURPOSE SQUIRREL CAGE INDUCTION MOTORS (Fifth Revision) BASED ON IS 325:1996 INTER PLANT STANDARD STEEL INDUSTRY IPSS SPECIFICATION FOR GENERAL PURPOSE SQUIRREL CAGE INDUCTION MOTORS (Fifth Revision) BASED ON IS 325:1996 IPSS: 1-03-001-14 Formerly: IPSS:1-03-001-05 0. FOREWORD

More information

MATERIAL AND EQUIPMENT STANDARD FOR POSITIVE DISPLACEMENT PUMPS - ROTARY SECOND EDITION DECEMBER 2012

MATERIAL AND EQUIPMENT STANDARD FOR POSITIVE DISPLACEMENT PUMPS - ROTARY SECOND EDITION DECEMBER 2012 MATERIAL AND EQUIPMENT STANDARD FOR POSITIVE DISPLACEMENT PUMPS - ROTARY SECOND EDITION DECEMBER 2012 This Standard is the property of Iranian Ministry of Petroleum. All rights are reserved to the owner.

More information

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/50

INVITATION FOR QUOTATION. TEQIP-III/2018/gcej/Shopping/50 INVITATION FOR QUOTATION TEQIP-III/2018/gcej/Shopping/50 15-Sep-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website: TENDER DOCUMENTS FOR

TENDER FOR DG SET. Tender for DG SET. POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI Website:  TENDER DOCUMENTS FOR Cost of the Tender Form - Rs.500/- (Rupees Five Hundred only) Tender Form No.MCI/TENDER DGSET/2018 Tender for DG SET MEDICAL COUNCIL OF INDIA POCKET-14, SECTOR-8, PHASE-1, DWARKA, NEW DELHI 110 077 Website:

More information

INTER PLANT STANDARD STEEL INDUSTRY. Corresponding IS does not exist

INTER PLANT STANDARD STEEL INDUSTRY. Corresponding IS does not exist INTER PLANT STANDARD STEEL INDUSTRY IPSS SPECIFICATION FOR ac ROLLER TABLE MOTORS (Second Revision) Corresponding IS does not exist IPSS:1-03-007-14 Formerly : IPSS:1-03-007-03 0. FOREWORD 0.1 This Inter

More information

RECOMMENDED SCREW PUMP SPECIFICATION

RECOMMENDED SCREW PUMP SPECIFICATION RECOMMENDED SCREW PUMP SPECIFICATION SECTION OPEN SCREW PUMP PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Open screw pump assemblies and appurtenances. B. Related Sections: 1. Section - FRP Screw Pump

More information

UNIVERSITY OF CALCUTTA Centre for Research in Nanoscience and Nanotechnology JD-2, Sector-III, Salt Lake City Kolkata

UNIVERSITY OF CALCUTTA Centre for Research in Nanoscience and Nanotechnology JD-2, Sector-III, Salt Lake City Kolkata UNIVERSITY OF CALCUTTA Centre for Research in Nanoscience and Nanotechnology JD-2, Sector-III, Salt Lake City Kolkata- 700106 NOTICE INVITING QUOTATION Sealed Quotations are invited from reputed suppliers

More information

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document. June 22, 2017 ADDENDUM #1 BL061-17 Purchase of Gasoline and Diesel Fuel on an Annual Contract Please see questions, answers, and clarifications to the abovementioned bid. Q1. Are bonds required? A1. No

More information

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT /

SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT / SPECIFICATION FOR REWIRABLE FUSES (KITKAT FUSES) 100A & 200A SPECIFICATION NO.: DIST/ A- KIT / 2005-06 SR.NO ITEM PAGE 1. SCOPE 2 2. WEATHER CONDITIONS 2 3. RATED VOLTAGE & FREQUENCY 2 4. GENERAL REQUIREMENT

More information

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/35

INVITATION FOR QUOTATION. TEQIP-III/2017/uiet/Shopping/35 INVITATION FOR QUOTATION TEQIP-III/2017/uiet/Shopping/35 09-Jan-2018 To, Sub: Invitation for Quotations for supply of Goods Dear Sir, 1. You are invited to submit your most competitive quotation for the

More information

SECTION 1 SCOPE, SPECIFIC TECHNICAL REQUIREMENT AND QUANTITIES

SECTION 1 SCOPE, SPECIFIC TECHNICAL REQUIREMENT AND QUANTITIES Tamil Nadu Transmission Corporation Limited Bharat Heavy Electricals Limited 400/110 KV Substation at Thappagundu & 400/230-110 KV Substation at Anikadavu, Technical specification for 420/245/132kV Isolators

More information

Bulletin C Dean Pump Division. Heavy Duty, High Temperature Process Pumps. R4140 Telescoping Guard. R4140 C-Face Motor Support

Bulletin C Dean Pump Division. Heavy Duty, High Temperature Process Pumps. R4140 Telescoping Guard. R4140 C-Face Motor Support Bulletin C 1.4.43 Dean Pump Division Heavy Duty, High Temperature Process Pumps R4140 Telescoping Guard R4140 C-Face Motor Support Dean Pump Series R Centrifugal Process Pumps Capacities to 5000 GPM (1135

More information

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore -452003 (M.P.) ANNEXURE -III REQUIREMENT OICL intends to procure reputed brand Exide or Amara Raja or

More information

7 The revised IS 8034:2002 and revised STI be implemented w.e.f. 1 Feb 2005.

7 The revised IS 8034:2002 and revised STI be implemented w.e.f. 1 Feb 2005. BUREAU OF INDIAN STANDARDS (CENTRAL MARKS DEPARTMENT-III) Our Ref: CMD-III/16:8034 25 Oct 2004 Subject: Implementation of revised IS 8034:2002 Submersible Pump Sets and revised STI (Doc:STI/8034/5 ) IS

More information

SECTION PUMPS GENERAL PUMPS PART RELATED DOCUMENTS

SECTION PUMPS GENERAL PUMPS PART RELATED DOCUMENTS SECTION 15160 - PUMPS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Basic Requirements: Provisions of Section 15010, BASIC MECHANICAL REQUIREMENTS and Section 15030, ELECTRICAL REQUIREMENTS FOR MECHANICAL

More information

SPECIFICATION FOR AUTOMATIC PRIMING AND OPERATING SYSTEM FOR CENTRIFUGAL PUMPS.

SPECIFICATION FOR AUTOMATIC PRIMING AND OPERATING SYSTEM FOR CENTRIFUGAL PUMPS. DRAFT SPECIFICATION NO : RDSO/PE/SPEC/D/PS/0010-99 (REV. 0 ) SPECIFICATION FOR AUTOMATIC PRIMING AND OPERATING SYSTEM FOR CENTRIFUGAL PUMPS. 0. FOREWORD 0.1 This specification covers manufacturing and

More information

Contents. Identification

Contents. Identification Contents Identification Type key Product data Introduction Applications Features and benefits Performance range pole pole Construction Sectional drawing Construction features Test pressure Operating conditions

More information

Head - m. Flow - US gpm. Comments. Customer : Contact : Re Cotizacion Metro Linea 4 EDB Project : Quote No. :

Head - m. Flow - US gpm. Comments. Customer : Contact : Re Cotizacion Metro Linea 4 EDB Project : Quote No. : Customer : Project : Re Cotizacion Metro Linea 4 Page No : 3 Contact : Phone : Fax : Type: PVF - In-Line Close Coupled Fire Item : RCI Electrica Pump Model: Nom. Speed: 2950 RPM, 50 Hz Electric Impeller

More information

CITY OF TAMPA ADDENDUM NO. 2. DATE: June 27, Contract 15-C-00021; Howard F. Curren AWTP HPO Gearbox/Mixer Upgrades and Piping Replacement

CITY OF TAMPA ADDENDUM NO. 2. DATE: June 27, Contract 15-C-00021; Howard F. Curren AWTP HPO Gearbox/Mixer Upgrades and Piping Replacement CITY OF TAMPA Bob Buckhorn, Mayor CONTRACT ADMINISTRATION DEPARTMENT Michael W. Chucran, Director ADDENDUM NO. 2 DATE: June 27, 2016 Contract 15-C-00021; Howard F. Curren AWTP HPO Gearbox/Mixer Upgrades

More information

TECHNICAL SPECIFICATION FOR 11 KV AIR BREAK (A.B.) SWITCHES:

TECHNICAL SPECIFICATION FOR 11 KV AIR BREAK (A.B.) SWITCHES: TECHNICAL SPECIFICATION FOR 11 KV AIR BREAK (A.B.) SWITCHES: 1. SCOPE : This specification covers design, manufacturing, testing at manufacturer s works, inspection, packing & delivery of 11 KV Air Break

More information

Model BP6150. Triplex Ceramic Plunger Pump Operating Instructions/ Manual

Model BP6150. Triplex Ceramic Plunger Pump Operating Instructions/ Manual Model BP6150 Triplex Ceramic Plunger Pump Operating Instructions/ Manual Contents: Installation Instructions: page 2 Pump Specs: page 3 Exploded View: page 4 Parts List / Kits Torque Specifications: page

More information

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS TENDER DOCUMENT TENDER NO.: DLI/C&E/WI-675/275 FOR Tender for Design, Engineering, Supply and Supervision of installation, testing & commissioning of Cable Reeling Drum with Composite Flexible Trailing

More information

026-2 : 1996 CEB STANDARD

026-2 : 1996 CEB STANDARD 026-2 : 1996 CEB STANDARD COMPRESSION CONNECTORS & TERMINATIONS FOR OVERHEAD LINE CONDUCTORS CEYLON ELECTRICITY BOARD SRI LANKA CONTENTS 1. Scope 2 2. System Parameters 2 3. Service Conditions 2 4. Applicable

More information

P SERIES PUMPS. 18mm Versions Nickle-Aluminum Bronze Models: P , P , P , P , P , P , P

P SERIES PUMPS. 18mm Versions Nickle-Aluminum Bronze Models: P , P , P , P , P , P , P P200-3100 SERIES PUMPS 18mm Versions Nickle-Aluminum Bronze Models: P217-3100, P218-3100, P219-3100, P220-3100, P221-3100, P227-3100, P230-3100 Triplex Ceramic Plunger Pump Operating Instructions/ Repair

More information