Oil India Limited (A Govt. Of India Enterprise)

Size: px
Start display at page:

Download "Oil India Limited (A Govt. Of India Enterprise)"

Transcription

1 Oil India Limited (A Govt. Of India Enterprise) P.O. DULIAJAN DIST. DIBRUGARH ASSAM, INDIA FAX : material@oilindia.in WEBSITE : TENDER NO. : SDG3271P10/07 TENDER FEE : Rs. 4, OR US$ PERFORMANCE SECURITY : APPLICABLE OIL INDIA LIMITED invites Global Tenders for the item detailed below: Srl. No. Material Description Unit Qty 1 GAS ENGINE DRIVEN MULTISTAGE CENTRIFUGAL PUMPSET FOR FORMATION WATER DISPOSAL (DETAILED SPECIFICATION HAS BEEN FURNISHED VIDE ANNEXURE A) NOS. 6 N O T E S : 1.0 The tender will be governed by General Terms & Conditions for e-procurement as per Booklet NO. MM/GLOBAL/E-01/2005 for E-procurement (ICB Tenders) and its amendments. 2.0 Bid Rejection Criteria / Bid Evaluation Criteria is furnished vide Annexure-B of tender document. 3.0 Technical Check list and Commercial Check list are furnished vide Annexure C & D. Please ensure that both the check lists are properly filled up and uploaded along with Technical bid. 4.0 The item qualifies for Nil duty / Deemed Export benifits. For Deemed Export benefits, please refer Addendum to the General terms and conditions for Global tender. 5.0 Please note that all tender forms and supporting documents are to be submitted through OIL s e- Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no. and due date to The Head Materials, Materials Department, Oil India Limited, Duliajan , Assam on or before the Bid Closing Date and Time mentioned in the Tender. a) Original Bid Security. b) Details Catalogue. and any other document which have been specified to be submitted in original Contd.2

2 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the TECHNICAL and COMMERCIAL bids through electronic form in the OIL s e-tender portal within the Bid Closing Date and Time stipulated in the e- Tender. Please ensure that Technical Bid / all technical related documents related to the tender are to be uploaded in the c-folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-folder link (collaboration link) under Un-priced Bid Tab Page. Details of prices as per Bid format / Commercial bid can be uploaded as Attachment in the attachment link Search and Add under Unpriced Bid under General Data. A screen shot in this regard is given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure-II (Refer Clause 1.0 of (B) Commercial) C-FOLDER LINK Details of prices as per Bid format / Commercial bid can be uploaded in this Attachment 8.0 Bidders are requested to examine all instructions, forms, terms and specifications in the bid. Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications. ******************

3 Annexure-A Tender no. SDG3271P10/07 GAS ENGINE DRIVEN MULTISTAGE CENTRIFUGAL PUMPSET FOR FORMATION WATER DISPOSAL A. PUMP: 1. Type Horizontal, Centrifugal, Multistage confirming to API Standard 610 / IS ( Pump Design ) and IS 9137 Hydraulic Parameters of the Pump / Other applicable IS Codes. MAKE : MATHER + PLATT, KSB, KIRLOSKAR, BEACON WEIR, ANY OTHER INTERNATIONAL REPUTED MAKE. 2. Capacity and Discharge The impeller size and number of stages selected should be adequate to meet the Max pressure and volume requirements of 60 Kg/ Sq.cm and 1000 Kilo Litre per Day respectively. 3. Pump Speed The speed limit of the offered pump shall be governed by the maximum allowable speed ratings for multistage centrifugal pumps in continuous service as per API 610 / IS 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. Material of Construction: i. Cast Steel Casing, End cover and Stuffing Box. ii. CF8M Impeller iii. CF8 Neck Ring and Neck Bush iv. SS-410 Shaft v. SS-410(H) Sleeve vi. SS-410 Sleeve Nuts vii. Cast Steel Diffuser viii. Teflon Sealing arrangement ix. Heavy Duty SKF/FAG/TIMKEN Double Ball Bearing at Pump side 5. Accessories

4 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/cm2, with built in dampening mechanism to minimize fluctuations for accurate response to pressure changes. (Make: OTECO/ CAMERON / MARTIN DECKER) iii. The pump suction piping should incorporate a suitably sized Gate/Ball valve while the discharge line should incorporate a suitably sized Ball valve, a Check valve and a Drain valve (to de-pressurize the system when carrying out maintenance of the unit) iv. 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. 6. 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#s 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. 7. Liquid to be handled The pumping unit should be suitable for pumping Formation Water having the following approximate characteristics: ph : 7.2 to 8.5 Dissolved salt content : 5000 ppm Max Iron content : 1 to 7 ppm Calcium content : 3 to 128 ppm Suspended solids : 1 to 400 ppm Sulphur content : Traces Oxygen content : 8 ppm Maximum Oil content : 50 to 5000 ppm Temperature of Formation Water: 70 Deg C Max Specific Gravity : to Climatic conditions : Altitude : 150 meter above sea level

5 Average Rainfall : 350 cms Relative Humidity At 21 Deg C : 10 % At 35 Deg C : 95 % At 40 Deg C : 70 % 8. Suction condition: NPSH (A): Negative NPSH (R): 4.0 Meter 9. 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. Rotation arrows indicating direction of rotation of major items should be cast in or attached. 10. 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 pump and technical literatures of all ancillary equipment. ii. Performance chart of the pump including all technical calculations such as hydraulic horse power, volumetric efficiency, mechanical efficiency, RPM, gear ratio, maximum load, NPSH requirement etc. II. The following documents shall have to be forwarded within a month of issue of LOI or placement of firm order i. A foundation diagram for the complete 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 and associated ancillaries like relief valves, pressure gauges, etc. v. Operation and maintenance manuals, parts list of pump, engine, gear box and all other accessory equipment.

6 B. SPEED REDUCTION GEAR BOX: The speed reduction from the gas engine at its rated rpm to the desired rpm of the multistage centrifugal 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 engine at 1500 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. Drive Coupling: 1(One) No. Falk high-speed Steel flex coupling of size 1090-T10, complete with non sparking two piece shroud, to be utilized from the shaft of the engine PTO to the end of the bolt on pump gear reducer shaft. Coupling will be fitted utilizing a laser mounting system. Service factor of 2.0 Shaft extension: Spicer 1810 Drivelines coupled with slip yoke assemblies. This driveline set up should allow for the elimination of a center support bearing, and allow of angular deflection in the transmission line. This should also eliminate the need and task of attempting to align equipment blindly through constructed wall, and makes the center support bearing an optional item. 1(One) No. Driveline tubing, length = 48 Inch (1219. mm) long, 5.0 Inch Diameter. 2(Two) Nos Tube Yoke, for fit to end of PTO and input shaft of gear reducer. 1(One) No. Slip Yoke Assemblies. Listed allowable deflection is given as 30 Deg. Degree of actual deflection will be less than published. 2(Two) Nos U-Joints, 1810 Series C. PRIME MOVER: The prime mover should be a four stroke, water cooled gas engine rated for continuous power having a minimum Net available HP in the range of 210 to 230 HP with a limiting rpm of 1500 rpm and limiting compression ratio of 10.5 : 1. Make : Cummins / Caterpillar / Waukesha

7 The engine should comprise of the following sub systems: i. Starting system: The engine should have an electric starting system comprising of a Maintenance free heavy duty battery pack of reputed make, engine mounted battery charging alternator ( preferably LUCAS TVS make ) and a 12 or 24 volt starter ( preferably LUCAS TVS / DELCO REMY make ). Batteries should be housed in a hard rubber or polypropylene case with provision for venting. Required cables should be furnished and sized to satisfy circuit requirements. ii. Ignition system: The ignition system should be a non shielded ignition system comprising of engine driven Altronic III ignition timer, HT and LT wiring harness, transformers and spark plugs (Preferably of STITT / CHAMPION make). iii. Air Intake system: The air intake system should preferably comprise of a heavy duty air cleaner (having a dry type filter element) with a vacuum indicator and air intake manifold. iv. Exhaust system: The exhaust system should comprise of a water cooled exhaust manifold, stainless steel exhaust flexible connection, residential type exhaust silencer, spark arrestor and piping connections. v. Cooling system: The cooling system should comprise of an engine mounted water pump, an industrial type heavy duty radiator suitable for operation in the ambient temperatures and a blower fan. The heavy duty radiator should have capacity at least 20% in excess of total heat rejection of the engine. Heat rejection calculations are to be submitted along with the offer for technical scrutiny. vi. Fuel system: The fuel system should comprise of *governor(preferably WOODWARD make), carburetor ( preferably IMPCO make ), main line and secondary line gas pressure regulator ( Preferably VANAZ/FISHER make ), gas manifold with fine filter, Scrubber, gas shut off vale etc and related linkages.

8 The engine governor shall be Mechanical / Mechanical- Hydraulic / Electronic Speed Control with EG Electro- Hydraulic actuator or Barber Coleman Equal. Speed drop shall be extremely adjustable from 0 ( isochronous) to 10% from no load to full rated load. Steady state frequency regulation shall be + / percent. NOTE : The first stage regulator is to have an inlet pressure rating of 20 psig and outlet pressure rating of 7 psig. The second stage regulator is to have an inlet pressure of 7 psig and outlet pressure of 8 inch ( 200 mm ) water column equal to psig and both the Gas Regulators viz., First Stage Regulator from 20 psi to 7 psi and Second Stage Regulator from 7 psi to psi are to be arranged by the supplier. Fuel inline to the engine shall be having stainless steel flexible hose connection to take care of vibration / shock, if any, in the system. vii. Lubricating system: The lubricating system should comprise of lubricating oil pan, gear driven lubricating oil pump, lubricating oil filter assembly with a replaceable paper element, lubricating oil cooler and crank case breather. viii. Instrument panel: The instrument panel should comprise of the following: a. lubricating oil pressure gauge b. lubricating oil temperature gauge c. water temperature gauge d. starting switch e. push button f. mechanical / digital tacho meter g. ammeter ix. Safety controls: Engine mounted safety shut off / trip system for tripping the engine in the event of a. low lubricating oil pressure b. high engine coolant temperature c. engine over speed N.B.: A fuel solenoid valve should additionally be incorporated in the fuel gas line of the engine to cut off the fuel supply

9 and protect the engine in the event of an engine over speed situation. x. Other features: a. viscous type vibration dampener b. flywheel with ring gear and pilot housing to suit clutch PTO c. SAE No: 1 flywheel housing d. lifting eyes e. guards over belt drives( water pump drive pulley, radiator fan drive pulley, alternator drive pulley, timing pulley ) and power transmission couplings f. SAE standard rotation g. Twin disc friction type clutch PTO (preferably Model: SP214) with hand lever arrangement is to be mounted on the flywheel housing of the engine h. standard engine painting N.B: Provision of guards over belt drives and couplings has become mandatory as per recommendations of OISD and DGMS bodies. xi. General features: a. The bidder should submit the following information along with relevant performance rating curves / engine product line catalogue: - Gross HP developed by the engine at rated rpm - Deduction for fan, alternator and other ancillary equipment - Nett HP developed by the engine at rated rpm b. The engine should perform effectively for a range of values of the individual components of the fuel gas as provided below. This is required as the composition of fuel gas available at the installations where the engines are finally deployed varies within the indicated range: METHANE : % ETHANE : % PROPANE : % ISO-BUTANE : % N-BUTANE : % PENTANE + : % NITROGEN : % CARBONDIOXIDE : % HYDROGEN SULPHIDE : % OXYGEN : % 100 % % GAS SP. GRAVITY :

10 GROSS CALORIFIC VALUE (KCAL/SCUM) : NET CALORIFIC VALUE (KCAL/SCUM) : c. The engine should conform to ISO 3046 / BS 5514 / IS specifications and rated for continuous power with an overload power rating of 110 % of the continuous power corresponding to engine application, for a period of 1 hr within a period of 12 hrs of operation. d. The engine should be suitable for operation at the site conditions mentioned below: Maximum Temperature : 41 Deg C Minimum Temperature : 6O Deg C Maximum Relative Humidity at 35 Deg C : 95 % Maximum Altitude above sea level : 150 meter e. The bidder must undertake and confirm from OEM that the equipment to be supplied are not going to become obsolete for the next 10 years and provisioning of spares can be continued. D. ALARM / SHUT DOWN SYSTEM : The following discrete alarms/shutdowns should also be provided: 1. Gear reducer oil level 2. Engine radiator jacket water temperature 3. Engine low oil level 4. Emergency shutdown push button N.B.: A fuel gas solenoid valve should additionally be incorporated in the fuel gas line of the engine to cut off the fuel supply and protect the engine in the event of an engine over speed situation. E. DRIVE ARRANGEMENT: The drive arrangement will involve flow of prime mover power through a flywheel mounted clutch PTO to the input shaft of an external foot mounted gearbox and finally to the pump. An extension shaft supported by pedestal bearings should be incorporated between the output shaft of the clutch PTO and the input shaft of the external foot mounted gear box to facilitate construction of a fire brick wall for adherence of safety norms associated with deployment of such equipment within hazardous areas. The length of the extension shaft as well as it#s diameter and material should be suitably designed to match the power torque requirements of the transmission. Suitably selected Flexible Disc/Grid Member Couplings should be incorporated to transfer power from the prime mover to the pump through the transmission, as illustrated in the schematic diagram.

11 ENGINE CLUTCH PTO EXTERNAL FOOT MOUNTED GEAR BOX PUMP EXTENSION SHAFT COUPLING # 3 MASTER SKID COUPLING # 1 COUPLING # 2 NOTE : a) Clutch PTO should be friction type of reputed manufacturer (GHATKE PATIL / TWIN DISC ) with hand lever arrangement and is to be mounted on the flywheel housing of the engine. b) Suitably selected Flexible Disc / Steel Flex Couplings should be incorporated to transfer power from the prime mover to the pump through the transmission, as illustrated in the schematic diagram. c) The gear box should be of reputed manufacturer ( SANTHI / GREAVES ), a parallel shaft, helical gear unit. The unit design should preferably include a cast iron housing, helical gear elements, anti friction roller bearings on all shafts and a self-contained splash lubricating system. d) All rotating parts should be covered by suitable guards. F. MASTER SKID: The pump set is to be supplied with all components and accessories fitted and mounted on an oilfield type three runner portable master skid and should be ready for operation after carrying out initial servicing and making provisions for fuel. While unitizing the pump set, easy approach to various

12 components should be kept in mind, to facilitate operational and maintenance requirements. The floor of the skid should be covered with anti skid steel plates. The skid should be fabricated out of properly sized beams to withstand loading / unloading and transfer in oil field trucks. The size of the skid should be adequate enough to provide for sufficient working space in and around the pump set. G. 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. H. 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.

13 I. WARRANTY: The warranty period for the engine, 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. J. 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. PUMP : i. IMPELLER : 8 NOS PER PUMP ii. NECK RING : 8 NOS PER PUMP iii. NECK BUSH : 8 NOS PER PUMP iv. SHAFT : 1 NO PER PUMP v. SLLEVE : 2 NOS PER PUMP vi. SEALING : 1 SET PER PUMP GAS ENGINE: i. SPARK PLUG : I SET PER ENGINE ii. IGNITION TRANSFORMER : 1 SET PER ENGINE iii. LUB OIL FILTER ELEMENT : 6 NOS PER ENGINE iv. SET OF VEE BELTS : 2 SETS PER ENGINE v. AIR FILTER ELEMENT : 4 NOS PER ENGINE vi. SET OF GASKETS : 1 SET PER ENGINE 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. GAS ENGINE: i. CYLINDER HEAD INCLUDING HEAD GASKET ii. CYLINDER LINER iii. PISTON ASSEMBLY INCLUDING PISTON RINGS iv. BIG END BEARING SET v. CRANKSHAFT vi. CAMSHAFT vii. GOVERNOR viii. CARBURETTOR

14 ix. ALTRONIC III 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 set of special wrenches for the pump K. 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.

15 DATA SHEET DATA SHEET ( ENGINE ) MAKE MODEL NUMBER OF CYLINDERS ASPIRATION COMPRESSION RATIO SIZE (BORE X STROKE ) DISPLACEMENT RATED SPEED DUTY GROSS HP AT RATED RPM DEDUCTION FOR FAN, ALTITUDE, TEMPERATURE NETT HP AVAILABLE AT 1500 RPM SPECIFIC FUEL CONSUMPTION AT 110% LOAD 100% LOAD 75% LOAD 50% LOAD LUBRICATING OIL CONSUMPTION ( LT / HR ) ENGINE SUMP CAPACITY ( LTS ) ENGINE RADIATOR CAPACITY ( LTS ) MAKE AND TYPE OF GOVERNOR MAKE OF CLUTCH PTO MODEL OF CLUTCH PTO MAKE OF STARTER MAKE AND MODEL OF COUPLING BETWEEN CLUTCH PTO AND GEARBOX DATA SHEET (PUMP) MAKE MODEL IMPELLER SIZE LIMITING PRESSURE AND VOLUME AT OFFERED SIZE OFFERED SPEED LIMITING SPEED AS PER RELEVANT STANDARD DISCHARGE VOLUME@OFFERED SPEED 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 CLUTCH PTO AND EXTENSION SHAFT TYPE AND SIZE OF COUPLING BETWEEN EXTENSION SHAFT AND GEAR BOX INPUT SHAFT TYPE AND SIZE OF COUPLING BETWEEN GEAR BOX OUTPUT SHAFT AND TRIPLEX PUMP INPUT SHAFT

16 Annexure-B Tender no. SDG3271P10/07 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 centrifugal, multistage as per API Standard 610 / IS (Pump Design) and IS 9137 (Hydraulic Parameters of the Pump)/ Other applicable IS codes, suitable for meeting the delivery parameters (Volume and Pressure) mentioned in the tender. 2.0 The prime mover should be a four stroke, water cooled gas engine conforming to ISO 3046 / BS 5514 / IS specifications, having a minimum nett available HP / HP range with limiting rpm and limiting compression ratio mentioned in the tender. 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 engine from 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. 4.0 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.

17 5.0 Bidders or their OEM should have the experience of completing 3(Three) orders in the last 10(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 Limited Companies in the 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 consumers. 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 1(One) year from its date of commissioning. Documentary evidence in this regard should be enclosed. NOTE: 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 pump in the context of our NIT refers to applications where such pumps are deployed for duties such as Formation Water Disposal, 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. Bidder not complying with submission procedure mentioned in General Terms & Conditions of Global Tender will be rejected. 2.0 Bid security of US $ 12,000 or Rs. 5,00,000 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.

18 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. 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 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 )

19 (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 : (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 J(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 J(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.

20 Bidders must categorically indicate the Pre-despatch/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 11.0 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 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.

21 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) (I) (J) (K) (L) (M) Insurance 1% of Total FOB Value vide ( F ) above 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 ) Total CIF Kolkata Value, ( F + G + H + I ) above Pre-Despatch/Shipment Inspection & Testing charges, if any Installation/Commissioning charges 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 (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

22 (N) (O) Note : Installation/Commissioning charges Total Value, (L +M + N) above 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-seranking 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. *************

23 ANNEXURE C TO TENDER NO. SDG3271P10/07 TECHNICAL CHECK LIST 1. Whether quoted as OEM of Pump and whether documentary evidences YES/NO submitted? 2. Whether quoted as authorised dealer of Pump and whether documentary YES/NO evidences submitted? 3. Whether quoted as OEM recommended assembler of Pump sets and whether YES/NO documentary evidences submitted? 4. Whether the offered Pump is Horizontal, Centrifugal, Multistage confirming YES/NO to API Standard 610 / IS ( Pump Design ) and IS 9137 Hydraulic Parameters of the Pump / Other applicable IS codes? 5. Whether the Pump is designed for continuous service / duty? YES/NO 6. Whether the offered engine conforms to ISO3046 / BS 5514 / IS YES/NO specifications? 7. Whether the Minimum net HP of the engine is as per NIT requirement? YES/NO 8. Whether the engine is rated for continuous power? YES/NO 9. Whether the engine is water cooled? YES/NO 10. Whether the speed reduction gear box is external foot-mounted? YES/NO 11. Whether the floor of the three runner skid shall be covered by checkered YES/NO plates? 12. Whether Flexible disc / grid member couplings have been incorporated in the YES/NO 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 been quoted? YES/NO 15. Whether special tools and commissioning spares have been included in the YES/NO scope of supply? 16. Whether spares shall be available for 10 years after supply of equipment? YES/NO 17. Whether separately highlighted any deviation from the technical YES/NO specifications? 18. Whether the Pre-despatch inspection of the Pump packages shall include Full YES/NO Load Performance test of the Pump Sets?

24 ANNEXURE D TO TENDER NO. SDG3271P10/07 COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE SELECT 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 1 Whether quoted as manufacturer? 2 3 Whether quoted as Supply House / Distributor. To Specify : 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 4 Whether bid submitted under Two Bid System? 5 Whether ORIGINAL Bid Bond(not copy of Bid Bond) submitted? If YES, provide details (a) Amount : (b) Name of issuing Bank : (c) Validity of Bid Bond : 6 Whether offered firm prices? 7 Whether quoted offer validity of six months from the date of closing of tenders? 8 Whether quoted a firm delivery period? 9 Whether quoted as per NIT (without any deviations)? 10 Whether quoted any deviation?

25 11 Whether deviation separately highlighted? 12 Whether agreed to the NIT Warranty clause? 13 Whether Price Bid submitted as per Price Schedule (refer Para 11.0 of BRC vide Annexure B) 14 Whether Spare Parts as per Clause (J) of Annexure A quoted? 15 Whether the Recommended Spares for 2 years of operations quoted? 16 Whether quoted all the items of tender? 17 Whether indicated the country of origin for the items quoted? 18 Whether technical literature / catalogue enclosed? Whether confirmed that all spares & consumables will be supplied for a minimum period of 10 years? Whether confirmed to carry out installation & Commissioning at Duliajan (Assam)? Whether installation & Commissioning charges applicable? If installation & Commissioning charges applicable, whether separately quoted on lump sum basis? Whether to & fro air fares, boarding/lodging of the commissioning personnel for installation & commissioning at Duliajan, Assam (India) included in the quoted charges? Whether confirmed that all Service, Income, Corporate tax etc. applicable under installation & Commissioning are included in the prices quoted? For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea / air worthy packing & forwarding? For Foreign Bidders Whether port of shipment indicated. To specify: For Indian bidders Whether indicated the place from where the goods will be dispatched. To specify : For Indian bidders Whether road transportation charges up to Duliajan quoted?

26 29 For Indian Bidders only - Whether offered Ex-works price including packing/forwarding charges? 30 Whether Indian Agent applicable? 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? Whether weight & volume of items offered indicated? Whether Pre-despatch/shipment inspection & testing of the Pumps quoted? Whether charges towards Pre-despatch/shipment inspection & testing of the Pump applicable? If Pre-despatch/shipment inspection & testing charges applicable, whether quoted separately? Whether confirmed to submit PBG as asked for in NIT? Whether agreed to submit PBG within 30 days of placement of order? For Indian Bidders only - Whether indicated import content in the offer? For Indian Bidders only - Whether deemed export quoted? For Indian Bidders only Whether all applicable Taxes & Duties have been quoted? 41 Whether all BRC/BEC clauses accepted? OFFER REF NAME OF THE BIDDER

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

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

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

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 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

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) 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

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

: 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

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

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

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

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

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

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

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

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

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

DIESEL GENERATOR NO.9 OVER HAUL SERVICE AND MAINTENACE LOCATION: TATA CHEMICLAS MAGADI POWER STATION (LAKE MAGADI)

DIESEL GENERATOR NO.9 OVER HAUL SERVICE AND MAINTENACE LOCATION: TATA CHEMICLAS MAGADI POWER STATION (LAKE MAGADI) DIESEL GENERATOR NO.9 OVER HAUL SERVICE AND MAINTENACE ENGINE NO. 84HESL8MK214125 ENGINE MAKE/MODEL: MIRRLEES BLACKSTONE (ATAMFORD) TYPE-----------ESL8MK2 KW-------------1031 LOCATION: TATA CHEMICLAS MAGADI

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

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

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

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

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

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

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

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

Engine Performance 1500 RPM

Engine Performance 1500 RPM CUMMINS ENGINE COMPANY, INC Columbus, Indiana 471 ENGINE PERFORMANCE CURVE Basic Engine Model: QST-G3 Engine Critical Parts List: CPL: 284 Curve Number: FR-188 Date: 23Dec3 Q 1 Displacement :.48 liter

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

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

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

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

TECHNICAL SPECIFICATIONS FOR 380/410 KVA, 6 CYLINDER DIESEL GENERATOR SET PACKAGED BY SCOPE OF SUPPLY FOR DIESEL GENERATING SET PACKAGE

TECHNICAL SPECIFICATIONS FOR 380/410 KVA, 6 CYLINDER DIESEL GENERATOR SET PACKAGED BY SCOPE OF SUPPLY FOR DIESEL GENERATING SET PACKAGE MAHINDRA TECHNICAL SPECIFICATIONS FOR 380/410 KVA, 6 CYLINDER DIESEL GENERATOR SET PACKAGED BY ENGINE: Mahindra Scania Internal Combustion (IC) Diesel Engine conforming to BS5514 Standards CPCB Emission

More information

Annex A TECHNICAL SPECIFICATION FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 400V (750KVA) DIESEL

Annex A TECHNICAL SPECIFICATION FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 400V (750KVA) DIESEL Annex A TECHNICAL SPECIFICATION FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 400V (750KVA) DIESEL 1 TECHNICAL SPECIFICATION FOR 400V, 750 kva D.G. SET 1.0 SCOPE This specification covers the

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

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

Power Rating Minimum Power 218 bkw 292 bhp Maximum Power 359 bkw 482 bhp mm (5.4 in) mm (6.5 in)

Power Rating Minimum Power 218 bkw 292 bhp Maximum Power 359 bkw 482 bhp mm (5.4 in) mm (6.5 in) The Cat 3406C Diesel Fire Pump Engine is offered in ratings ranging from 218-359 bkw (292-482 bhp) @ 1750-2300 rpm. These ratings are non-certified and available for global non-regulated areas. They are

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

Ratings TAG2A (1500 rpm)...1: TAG2A (1800 rpm)...1: TAG3A (1500 rpm)...1: TAG3A (1800 rpm)...

Ratings TAG2A (1500 rpm)...1: TAG2A (1800 rpm)...1: TAG3A (1500 rpm)...1: TAG3A (1800 rpm)... 527-746 kwm (Gross) @ 1500/1800 rpm 566-839 kwm (Gross) @ 1500/1800 rpm ElectropaK Basic technical data Number of cylinders............................................................6 Cylinder arrangement.......................................

More information

PRELIMINARY. Engine Speed Standby Power Prime Power Continuous Power. RPM kwm BHP kwm BHP kwm BHP. Litre / hour

PRELIMINARY. Engine Speed Standby Power Prime Power Continuous Power. RPM kwm BHP kwm BHP kwm BHP. Litre / hour Cummins Inc. Columbus, Indiana 47201 Engine Data Sheet Basic Engine Model: 1-G8 Engine Critical Parts List: CPL: 2816 Curve Number: FR-10302 Date: 3Oct01 1 Displacement : 1 liter (912 in 3 ) Bore : 137

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. : SDG3269P10/07

More information

Industrial Warranty Procedures Engines Fiat Powertrain Technologies Limited Warranty Terms Effective date November 1 st, 2004 Revision August 21, 2007

Industrial Warranty Procedures Engines Fiat Powertrain Technologies Limited Warranty Terms Effective date November 1 st, 2004 Revision August 21, 2007 ANNEX F Warranty for Engines and Original Spare Parts Warranty Process Industrial Warranty Procedures Engines Fiat Powertrain Technologies Limited Warranty Terms Effective date November 1 st, 2004 Revision

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

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

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

Curve Number: FR Engine Critical Parts List: CPL 2893 Date: 19Jun00. Aspiration : Turbocharged and Aftercooled

Curve Number: FR Engine Critical Parts List: CPL 2893 Date: 19Jun00. Aspiration : Turbocharged and Aftercooled Curve Number: FR-90766 Engine Critical Parts List: CPL 2893 Date: 19Jun00 Displacement : 5.88 litre (359.0 in 3 ) Bore : 102 mm (4.02 in.) Stroke : 120 mm (4.72 in.) No. of Cylinders : 6 Aspiration : Turbocharged

More information

BID DOCUMENT FOR PURCHASE OF STATION WAGONS

BID DOCUMENT FOR PURCHASE OF STATION WAGONS IGAD-Office of Special Envoys for South Sudan BID DOCUMENT FOR PURCHASE OF STATION WAGONS DATE 21/07/2014 Addis Ababa, Ethiopia 1 IGAD-OFFICE OF THE SPECIAL ENVOYS FOR SOUTH SUDAN (OSESS) ETHIOPIA, ADDIS

More information

Technical Data TWG2A TWG3A Series. Diesel Engine - ElectropaK rev/min. Basic technical data

Technical Data TWG2A TWG3A Series. Diesel Engine - ElectropaK rev/min. Basic technical data Technical Data 4000 Series Diesel Engine - ElectropaK Basic technical data Number of cylinders...................................................12 Cylinder arrangement..........................................

More information

TM &P TECHNICAL MANUAL

TM &P TECHNICAL MANUAL TM 5-3895-355-14&P TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL (INCLUDING REPAIR PARTS INFORMATION AND SUPPLEMENTAL MAINTENANCE AND REPAIR PARTS INSTRUCTIONS)

More information

MODEL PERFORMANCE. ENGINE MOUNTING Maximum Bending Moment at Rear Face of Block... lb ft (N m) 1000 (1356)

MODEL PERFORMANCE. ENGINE MOUNTING Maximum Bending Moment at Rear Face of Block... lb ft (N m) 1000 (1356) CPL INSTALLATION DIAGRAM Engine: Engine With Radiator : GENERAL DATA Type... 4 Cycle; In-line; 6 Cylinder Diesel Aspiration... Turbocharged and Air to Air Aftercooled Bore x Stroke... in x in (mm x mm)

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

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 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 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

UNIVERSAL ATOMIC DIESEL MODEL (16 H.P.) PARTS MANUAL. Universal Motors

UNIVERSAL ATOMIC DIESEL MODEL (16 H.P.) PARTS MANUAL. Universal Motors UNIVERSAL ATOMIC DIESEL MODEL 20 5416 (16 H.P.) PARTS MANUAL Universal Motors This copy of the Universal Motors Owners Manual has been re-created using images computer scanned from a manual rather than

More information

NECO Pumping Systems

NECO Pumping Systems INSTALLATION OPERATION & MAINTENANCE INSTRUCTIONS For Your NECO Pumping Systems PACKAGED CIRCULATING SYSTEM THIS COMPLETELY ASSEMBLED, TESTED, PACKAGED CIRCULATING SYSTEM IS OF THE HIGHEST QUALITY AND

More information

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise) DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED (A Govt of West Bengal Enterprise) CHIEF ENGINEER (PROCUREMENT), VIDYUT BHAVAN NOTICE INVITING TENDERS For CONSTRUCTION

More information

.3 Section Concrete Forms and Accessories: Installation of Anchor Devices, Setting Templates

.3 Section Concrete Forms and Accessories: Installation of Anchor Devices, Setting Templates Issued 2005/06/01 Section 16239 Power Generation to 30 kw Page 1 of 7 PART 1 GENERAL 1.1 RELATED WORK.1 Section 01355 Waste Management and Disposal..2 Section 01810 Commissioning..3 Section 03100 Concrete

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

Triton 80kW. Standy Rating: Triton 80kW. Triton Power Corp 8511 NW 61st Street Miami, FL T: F:

Triton 80kW. Standy Rating: Triton 80kW. Triton Power Corp 8511 NW 61st Street Miami, FL T: F: Triton 80kW Standy Rating: Triton 80kW Triton Power Corp 8511 NW 61st Street Miami, FL 33166 T: 305-592-6800 F: 305-592-5900 www.tritonpower.com Cummins Inc. Columbus, Indiana 47201 Engine Data Sheet Basic

More information

@Perkins. Technical Data Series TAG1A TAG2A TAG3A. Diesel Engine - Electropak. Basic technical data

@Perkins. Technical Data Series TAG1A TAG2A TAG3A. Diesel Engine - Electropak. Basic technical data Technical Data Basic technical data Number of cylinders.................................................... 6 Cylinder arrangement................................... Vertical, In line Cycle....................................4

More information

DEUTZ Corporation 914 Gas. Customer / Event DEUTZ Corporation Presentation DATE, 2010

DEUTZ Corporation 914 Gas. Customer / Event DEUTZ Corporation Presentation DATE, 2010 DEUTZ Corporation 914 Gas Customer / Event DEUTZ Corporation Presentation DATE, 2010 914 Gas Content Target Market General Product Features Performance Data Dimensions and Weight Emissions Gas Train and

More information

TOWN OF GRAND FALLS-WINDSOR

TOWN OF GRAND FALLS-WINDSOR TOWN OF GRAND FALLS-WINDSOR TENDER FOR ONE NEW 2018 ZERO TURN 25 HP INDUSTRIAL LAWN MOWER TENDER #18032805 General Conditions 1. All taxes must be included. 2. Unit shall not be a prototype, must be in

More information

1100 Series 4.4TW2GM Marine Auxiliary Engine kw (143.2 hp) gross prime 1800 rpm

1100 Series 4.4TW2GM Marine Auxiliary Engine kw (143.2 hp) gross prime 1800 rpm Building upon Perkins proven reputation within the marine power generation industry. The 4.4 Series range of Marine Auxiliary engines now fit even closer to the needs of their customers. In the world of

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

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Snow Blower October 12, 2015 Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received

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

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

Energetech LLC 7427 S. Main (P.O. Box 400) Midvale, Utah (801) Ph. (801) Fx.

Energetech LLC 7427 S. Main (P.O. Box 400) Midvale, Utah (801) Ph. (801) Fx. Energetech LLC 7427 S. Main (P.O. Box 400) Midvale, Utah 84047 (801) 566-5678 Ph. (801) 566-7745 Fx. New 850 kw Prime Power Natural Gas Generator Set Approval Status: Energetech s Packager is an Approved

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 Data 2506A-E15TAG3 2506A-E15TAG Series. Diesel Engine - ElectropaK

Technical Data 2506A-E15TAG3 2506A-E15TAG Series. Diesel Engine - ElectropaK Technical Data 2500 Series Diesel Engine - ElectropaK 2506A-E15TAG3 2506A-E15TAG4 Basic technical data Number of cylinders................................................................ 6 Cylinder arrangement..............................................

More information

MITSUBISHI DIESEL ENGINE IFM NO. JN (1/6) TECHNICAL INFORMATION DATE Aug. 8, 2002

MITSUBISHI DIESEL ENGINE IFM NO. JN (1/6) TECHNICAL INFORMATION DATE Aug. 8, 2002 DIESEL ENGINE IFM NO. JN02411-011(1/6) TECHNICAL INFORMATION DATE Aug. 8, 2002 TITLE Specification Sheets of S6U-MPTK Engine (IMO Certified Engine) Specification Sheets of S6U-MPTK Engine that is satisfied

More information

Models & Options Lubrication. 1/2 Through 10 Hp Models 1Ø 3Ø 1/2 Through 10 Hp Models 1Ø and 3Ø

Models & Options Lubrication. 1/2 Through 10 Hp Models 1Ø 3Ø 1/2 Through 10 Hp Models 1Ø and 3Ø P U R E A I R T E C H N O L O G Y Climate Control Duplex Please read and save these instructions. Read carefully before attempting to assemble, install, operate or maintain the product described. Protect

More information

Not to be reproduced without permission Last date for receipt of BIS or used as STANDARD of comments 15 September 2011

Not to be reproduced without permission Last date for receipt of BIS or used as STANDARD of comments 15 September 2011 For Comments Only Doc: TED 19(821)W July 2011 Draft Indian Standard SHIPBUILDING TESTING OF MARINE DIESEL ENGINES- CODE OF PRACTICE (Second Revision of IS 3979) Not to be reproduced without permission

More information

EMERGENCY GENERATOR SET

EMERGENCY GENERATOR SET PART 8.1: EMERGENCY GENERATOR SET PART 1 - GENERAL I SCOPE A. This specification covers the design, furnishing, installation and start up of a factory built, production tested, operable, liquid cooled

More information

017: 1998 CEB STANDARD RING MAIN UNIT CEYLON ELECTRICITY BOARD SRI LANKA

017: 1998 CEB STANDARD RING MAIN UNIT CEYLON ELECTRICITY BOARD SRI LANKA 017: 1998 CEB STANDARD RING MAIN UNIT CEYLON ELECTRICITY BOARD SRI LANKA CONTENTS PAGE 1. Scope 2 2. System Parameters 2 3. Service Conditions 2 4. Applicable Standards 3 5. Basic Features 4 6. Quality

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

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

4000 Series TRG3 Diesel Engine ElectropaK rpm

4000 Series TRG3 Diesel Engine ElectropaK rpm The Perkins 4000 Series family of 6, 8, 12 and 16 cylinder diesel engines was designed in advance of today s uncompromising demands within the power generation industry and includes superior performance

More information

FLEET SERVICES. Road Grader Tender. Competition #FLE Company

FLEET SERVICES. Road Grader Tender. Competition #FLE Company FLEET SERVICES 2018 Competition #FLE-2018-02 Company 1. INSTRUCTION TO BIDDERS 1.1 Date and place of submission Sealed tenders CLEARLY MARKED AS TO CONTENT will be received by the office of the City Clerk,

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

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

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018

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

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

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

OIL INDIA LIMITED DULIAJAN

OIL INDIA LIMITED DULIAJAN ADVERTISEMENT EXPRESSION OF INTEREST (EOI) NO. EOI/PDNO/033/2016 Oil India Limited, a Government of India NAVARATNA Category Enterprise, engaged in the business of Exploration, Production & Transportation

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

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

TAG2A TAG3A. Series kwm 1500/1800 rpm kwm 1500/1800 rpm ElectropaK. Ratings. Basic technical data

TAG2A TAG3A. Series kwm 1500/1800 rpm kwm 1500/1800 rpm ElectropaK. Ratings. Basic technical data 4006-23TAG2A 527-746 kwm (Gross) @ 1500/10 rpm 4006-23TAG3A 566-839 kwm (Gross) @ 1500/10 rpm ElectropaK 4000 Series Basic technical data Number of cylinders....................................................6

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

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

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

TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL

TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL TECHNICAL MANUAL OPERATOR'S, ORGANIZATIONAL, DIRECT SUPPORT AND GENERAL SUPPORT MAINTENANCE MANUAL COMPRESSOR, ROTARY; AIR, SKID MOUNTED; DIESEL ENGINE DRIVEN, 125 CFM, 100 PSIG (DAVEY MODEL 6M125) NSN

More information

SELF PRIMING CHEMICAL SERVICE PUMPS

SELF PRIMING CHEMICAL SERVICE PUMPS SELF PRIMING CHEMICAL SERVICE PUMPS INSTALLATION AND OPERATING INSTRUCTIONS This Manual covers: SELF PRIMING MODEL RANGE J50ECX TO J250ECX STAINLESS STEEL*, and NON METALLIC SEAL PUMP MODEL: SERIAL NO:

More information

180K LN2 CONVERTERSINGLE PUMP SOUNDPROOFED LN2 UNIT STOCK UNIT

180K LN2 CONVERTERSINGLE PUMP SOUNDPROOFED LN2 UNIT STOCK UNIT 1 2 3 1. Engine Make : Caterpillar 3406 Model : 490 BHP at 2100 RPM (365 kw). Engine supplied complete with the following components: - SAE 1 Flywheel and housing Remote mounted lube oil filter Water cooled

More information

*CPL1858 Non Certified **CPL1937 CARB Certified

*CPL1858 Non Certified **CPL1937 CARB Certified CUMMINS ENGINE COMPANY, INC Columbus, Indiana 47202-3005 ENGINE PERFORMANCE CURVE Basic Engine Model: -240G Engine Family: CPL Code: D43 1858 * / 1937** Curve Number: FR-2304 Date: 12Jul94 1 Displacement:

More information