BPCL CGD Booster Compressor Specs
BPCL CGD Booster Compressor Specs
OWNER is responsible for distribution of Natural Gas for household/commercial sectors including setting up
CNG refuelling stations for vehicles etc.
2.0 SCOPE
2.1 The intent of this tender is to outline minimum requirement for Design, Engineering, Manufacturing,
Assembly, Inspection, Testing, FAT, painting, Packaging and forwarding, Insurance, customer clearances,
Supply, handling and unloading, Erection & Commissioning including Performance Acceptance Test at site
along with operation and comprehensive AMC during One year warranty period and subsequent nine (9)
year period including supply of all spares and consumable items for “ ELECTRIC MOTOR DRIVEN
BOOSTER COMPRESSORS PACKAGES ” as required for dispensing CNG to vehicles at various locations
in allotted GA as per this technical specification and applicable codes as referred.
2.2 The compressor packages shall be identical in all technical respects. Various parts of these specifications shall
be read in conjunction with each other and in case where the different parts of this specification differs the
more stringent requirement shall govern.
2.3 Any additional work / equipment or technical requirement not mentioned in the specification but required to
make the offered system complete in accordance with the specification and for safe and proper operation ,
shall be deemed to be included in the scope of work by the Bidder.
2.4 Booster Compressors have to be installed at the CNG outlets of OWNER and other Oil and Marketing
Company (OMC) retail Outlets located in allotted GA as per the instructions of Engineer in charge to increase
the pressure of natural gas for dispensing in vehicles.
2.5 Bidder shall also be responsible for supply, erection, commissioning and field trial run. Noise level test and
performance test of all packages at sites. The field trial run of the compressor will be for minimum of 4 hours
(can be in multiple runs) and the package should be kept under observation for 72 hours for stable operation
and no major breakdown in which satisfactory performance of the package together with all accessories
auxiliaries and controls shall be established for satisfactory performance for specified operating conditions. In
case of any detect, discrepancies under specified site conditions. Supplier shall first rectify the same and
repeat the field trial run.
2.6 It will be the endeavor of all the parties to get the performance acceptance test (PAT) at site conducted within
a period of 20 days from the start of commercial operation of a particular package. The bidder has to keep the
compressors operational round the clock in three shifts or as defined by EIC and all the expenditures including
spares and consumables, oil etc. to make the compressors operational shall have to be borne by the bidder.
The power required to run the compressors will be provided by OWNER/ OMC. The contractor shall maintain
the compressors in sound mechanical condition at all times. The contractor shall rectify the defects notified by
OWNER immediately and should submit all the history log sheets and spares availability status along with the
report in the format mutually agreed between OWNER and the bidder.
2.7 The bidder shall depute adequate numbers of qualified, experienced and competent persons and supervisors
for smooth maintenance of the compressors. The maintenance staffs have to be available round the clock daily
throughout the year.
2.8 Periodic inspections of Safety Valves, Transmitters, Pressure vessel gauge and any other equipment as per
statutory norms of State Factory rules. SMPV and Gas Cylinder Rules shall have to be carried out by the
bidder at his own cost during the period of maintenance by the bidder. The inspections have to be carried out
by competent persons as per advice of Engineer-in-Charge and certificates have to be submitted to OWNER.
2.9 The bidder has to maintain an office at site with telephone and fax facility and keep his services personnel
ready to attend problems any time of the day. Name and mobile phone number of in-charge of the services
team has to be provided to Engineer-in-Charge / his representatives.
2.10 The bidder shall allow weekly rest and restrict daily working hours of his workmen as per relevant Act/Law
and Rule made there under. However no work shall be left incomplete/ in dismantled condition on any
holiday/weekly rest. Technician provided shall have minimum qualification of ITI. The bidder in person or his
authorized representative shall be available on regular basis to interact with Engineer –in-charge.
2.12 All personnel of the bidder entering on work premises shall be properly and neatly dressed while working on
premises of the company including work sites.
2.13 Bidder shall maintain proper record of his working employee’s attendance and payment made to them.
2.14 The bidder’s representative/supervisor shall report on regular basis to the Shift-in-charge at OWNER control
rooms for day to day working.
2.15 All the safety rules and regulations prevailing and applicable from time to time at the installations as directed
by OWNER will be strictly adhered to by the Contractor and his workforce.
2.16 The bidder shall plan schedule maintenance in consultation and prior permission of Engineer in-charge or his
representatives.
2.17 The bidder shall be responsible for the discipline and good behaviour of all his personnel deployed to carry
out the services. In case of any complaint received against any of his employee, he shall arrange to replace
such persons within 24 hrs of notice issued by the Engineer-in-charge. The decision of the Engineer-in-charge
in this matter shall be final and binding on the Contractor.
2.18 The bidder shall arrange to provide identity cards to his workforce at his own cost. The contractor’s personnel
shall be required to carry their respective identity cards while on duty and produce on demand. Without valid
identity cards, they will not be allowed to enter into the CNG station.
2.19 Engineer-in-charge shall have authority to issue instructions to the Contractor from time to time during the
contract period necessary for the purpose of proper and safe execution of the contract and the Contractor shall
carry out and bound by the same. In case of non-fulfilment of any obligations under the contract and /or non-
execution of any instruction issued by Engineer-in-charge as per terms and conditions of the contract,
Engineer-in-charge shall have power to withhold payment for an amount equivalent to the amount to be spent
for execution the obligations/instructions issued by him. The decision of engineer-in-charge in this regard will
be final and binding to the Contractor.
2.20 Receipt at site, storage in warehouse as per manufacturer’s recommendation and safety and security from theft
and breakage/damage during transportation, handling including security guard at site.
2.22 Erection, O&M and all others relevant manuals for compressor & its accessories, priority panel, electrical
motor & all instrumentation.
2.23 GENERAL
2.23.1 The contractor must follow the OPERATION & MAINTENANCE REQUIREMENT as stated below but not
limited to and ensure to provide trouble free services as defined in the bid documents.
3.1 The design, construction, manufacture, supply, testing & other general requirements of the compressor
package equipment shall be strictly in accordance with the data sheets, applicable API codes, and shall
comply fully with relevant National / International standards, Indian Electricity Act, Indian Electricity rules,
regulations of Insurance Association of India and Factories Act while carrying out work as per this
specification.
3.2 Any modification suggested by statutory bodies either during drawing approval or during inspection, if any,
shall be carried out by the bidder without any additional cost and delivery implications.
i. The following National & International Codes & Standards of Latest editions shall be applicable.
OISD 142:
IS 5572
OISD 179, NFPA-52: 2006, NFP-496, NFPA-68, NFPA-70 or equivalent
NFPA – 37
NFPA – 12- CO2 Flooding system
IS: 325/ IEC or International standards. – Standards for electric Motor
IS: 6382
Applicable ANSI, ASTM, NEC, NEMA code
API – 618/API 11 P
EURO EAN NORM P.E.D., Italian NOR M D.P.R. 47/55
EURO EAN NORM P.E.D , D.M. 24.5.02 - D.M. 2 8 .6.02
D.M 2 4.11.84 parte prima - sez. II° , D.M . 24.5.02 - D.M. 28.6.02, DIN 2413, S AE J 514
EURO EAN NOR MS, CEI N 60079- 0/CEI EN 60079-14/ CEI, EN 60204-1/ CEI EN 60439-1, ATEX
STAN DARD
API – 661 : Specifications for Air cooled exchangers
ASME Section – VIII Div. – 1/2 Design codes for pressure vessels.
Gas Cylinder Rules 2016.
Standard Specifications of Bureau of Indian Standards (BIS).
Specifications/Recommendations of IEC.
Indian Electricity Rules.
Indian Explosives Act.
Delhi Factory Rules, 1950
TEMA – C - Water cooled heat exchangers
ASME / ANSI – B-31.3 Code for Process Piping
DIN 2413-This standard covers the design of steel bends and bent pipes of circular cross section used in
pressure pipelines.
SAE J 514-Standard for CNG hydraulic tube fittings and O-ring
CEI EN 60079-10-Classification of area for explosive gas atmosphere
CEI EN 60079-14-Design, selection and installation of electrical systems for areas with potentially
explosive atmosphere.
3.3 Precedence
In case of any conflict among the various documents the following preferential order shall govern:
1. Data sheets/drawings
2. Technical Specification
3. International standards/codes as applicable
4. Indian Standards / codes as applicable
In case of any conflict among the various documents of this requisition the more stringent requirement shall
govern.
Compliance with these specifications shall not relieve the bidder of the responsibility of furnishing equipment and
accessories of proper design, material and workmanship to meet the specified operating conditions.
No deviations to the technical requirements and to the scope of supply specified in this enquiry document shall be
accepted and offers not in compliance to the same shall be rejected. In case a deviation is required due to inherent
design of the equipment offered, the bidder shall list all such deviations at one place giving reasons thereon.
3.4 Document /Data Required along with Bid
Bidder shall necessarily furnish the following along with the bid, without which the offer shall be considered
incomplete:
(1) Proven Track Record Formats, duly filled in along with general reference list shall be submitted for the
earlier supplied CNG compressor packages as per the BEC requirements.
(2) Checklist duly filled in with regards to scope of supply
(3) Completely filled in Data Sheets of compressor, motor
(4) Deviations if any to this Technical Specification
Tentative Lay out/key plan/General Arrangement Drawing indicating size of skids, center distance
between skids and space required along with maintenance requirements,
The Design of trenches for installation of interconnecting pipeline if any
(5) (a) Utilities requirements (b) Electrical Load summary
(6) Datasheets of compressor, motor, instrumentation & controls
NOTE: Compressor guaranteed performance shall be estimated for the design gas composition and
performance shall be reported for the two extreme gas compositions above.
Both average over life cycle shaft power consumption & gas loss certificate from compressor block
manufacturer to be provided.
3.6 Climate
The scope of Supply to be provided by the bidder shall be inclusive of but not limited to:
4.1 Design, Engineering, Manufacturing, Assembly, Inspection, Testing, FAT, surface preparation and Painting,
Packaging and forwarding, Insurance, customer clearances, Supply, handling and unloading, Erection &
Commissioning including Performance Acceptance Test at site along with operation and comprehensive AMC
including supply of all spares and consumable items along with associated electrical, instrumentation etc. as
per bid document.
4.2 Hydraulic booster with lube oil system and cooling system as required.
4.3 Flame proof Electrical Electric motor as compressor driver.
4.4 2 nos. mass flow meters to measure the Natural Gas consumption at packages inlet and package discharge
(both Coriolis type) with online test arrangement. Both mass flow meters should be of same make and should
have local display and should be weather proof. The flowmeters should be enabled with MODBUS/RS 485
communications.
4.5 PLC based control panel with HMI.
4.6 Instrumentation and control system as specified as per tender documents.
4.7 Electric equipment / Instruments being required in the Compressor package.
4.8 Common structural steel skid for the compressor- Motor combination and for all auxiliary systems
4.9 Air-cooled heat exchanger for inter stage and discharge gas.
4.10 Priority Panel (3 bank) at Package Discharge as per priority fill system.
5.1 All customer interface connections (i.e. Gas inlet & gas outlet) shall be brought out to the package edge. Gas
inlet shall be terminated in nozzles with isolation valves having flange connections and gas outlet (priority
panel outlet connection) shall be terminated through high pressure ¾” full flow ball valves with 3/4” end
connectors.
5.2 As and where specified on the data sheets all vents (i.e. Relief valve, distance piece, packing and starting air)
shall be manifolded and terminated at skid edge outside the enclosure and vented to safe height 3Mtrs at
package roof. Silencer has to be provided in the starting air vent line.
5.3 All drains from different process equipment’s, distance piece and packing shall be manifolded and terminated
as single point for customer interface duly flanged with isolation valve. Drains should be through a common
header and discharge to be allowed in a pit to avoid spillage around compressor package.
5.4 Electronics/Instrument earth pit shall be constructed by Owner. Owner shall give instrument earth in UPS DB
in separate core of cable. Where ever the UPS supply is given, instrument earthing shall be given by third
core. For body earthing of compressor and its equipment’s; Earthing shall be given from earth grid. Earth gird
shall be in scope of owner. Owner’s earthing main ring shall be made available at compressor foundation for
equipment earthing. Electrical earthing for motor shall be done through Cable and the body earthing to be
done through GI strip of 25 x 3 inside the compressor package shall be in the bidder’s scope.
6.0 UTILITIES
6.1 Bidder to provide Instrument air with an electric motor driven air compressor with a suitably sized receiver &
Refrigerant type air drier system. The instrumentation air shall also be used for CNG Dispensers. Hence the
system to be designed considering the same.
6.2 Air Compressor with discharge pressure of 7 kg/cm2 suitable for 1.5 KW electric motor rating with dryer
shall be supplied by the bidder.
6.3 Compressor to be supplied should be preferably of Emtex/IR/KPCL/Elgi/CP make; air receiver of min. 100
water litre capacities shall be provided.
6.4 Air dryer suitable for automatic operation shall also be supplied along with all accessories.
6.5 Air compressor, drier and air receiver for instrument air, shall be kept off the package in safe area or owner’s
building.
6.6 Piping, electrical & instrumentations cabling shall be in bidder’s scope. Drain should be through a common
Supply of 450 SCMH Electric Motor Driven Hydraulic CNG Page 10 of 81
Booster Compressors for CGD Project
header and discharge to be allowed in pot outside the package (capacity not more than 2.5 litres) to avoid
spillage around the compressor package.
6.7 Manual drains and automatic moisture trap shall be provided in the system.
6.8 Air receiver shall be provided as provided with SRV, Pressure switch and pressure gauge shall have isolation
valve. Air dryer shall be with bypass pass arrangement.
6.9 Tapping from air receiver and dryer shall be provided as follows;
For dispenser: one½ “tapping with isolation valve from air receiver
For booster compressor: one ½ “tapping with isolation valve from air receivers.
6.10 Cooling water is not available as utility and the package shall be provided with self-sufficient cooling water
system for compressor as required, with makeup tank. However cooling water for makeup tank is available.
6.11 All electrical and instrumentation terminals shall be as specified.
6.12 Electric Power shall be made by Purchaser.
6.13 Purchaser shall provide 415 V, 3Ph, 50Hz, 4 wire electric power for running the compressor and illumination
in the electrical room. Supplier shall indicate power/ Feeder (KW/Amp) requirement in the offer, if different.
All cabling (supply & laying) from electrical room to booster compressor shall be in bidder’s scope. Bidder
shall indicate power /Feeder (KW/Amp) requirement in the offer and shall supply power KWH meter for
power consumption of the complete package including all accessories to be installed in the control panel.
KWH reading shall be available at HMI.
6.14 Purchaser shall provide UPS (230+1%V, 50+1%Hz) for control supply requirement at single point (feeder in
UPS ACDB) in the electrical room.
6.15 All cabling (supply & laying) from electrical room to booster compressor shall be in bidder’s scope. Bidder
shall indicate power Feeder (KW/Amp) requirement in the offer. Surge protection devices of
Schneider/MTL/Phoenix make shall be provided in the control panel.
A. GENERAL DATA
Hereinafter the rated suction pressure, where guaranteed flow is required, will be referred as Rated Suction
Pressure range from 30 to 200 Kg/Cm2g at varying on continuous compressors. Suction pressures will be
measured at inlet flange of the compressor package. Bidder has to ensure that compressors are designed such
that the desired flow is achieved (without any negative tolerance) at Rated Suction Pressure.
Note:
a) No advantage shall be given in case bidder offers compressor with flows higher than as detailed above for
various types.
b) Bidders offer shall be based on firm and final compressor model on which basis the offer shall be
evaluated and no alternate compressor model or change of model, after submission of bid shall be
entertained / considered. This is very important and all bidders shall take full cognizance of this matter
before submitting the bid.
c) Bidder to indicate the capacity and absorbed power of the offered compressors at various suction
conditions starting from 30 to 200 Kg/Cm2g (Temperature 40 deg C max.) and 255 Kg/Cm2g and 52 deg.
C (max) discharge condition.
Performance curves and tables i.e. Flow versus suction pressure and temperature and power curves i.e.
absorbed power versus suction pressure and temperature at specified discharge conditions shall be
furnished. In addition to above, flow capacity and absorbed power values for suction conditions from 30
to 200 Kg/Cm2g in steps of 0.5 Kg/Cm2 shall also be given in tabular form. The graph shall be plotted at
various suction pressures ranging from 30 to 200 Kg/Cm2g and at various suction temperatures ranging
from 20o to 40o C. Similarly the graphs shall be plotted at various discharge pressures ranging from 220
Kg/Cm2g to 250 Kg/Cm2g, however at 520 C (max) discharge conditions.
d) Bidder to note that the compressor package required shall be suitable for operating at a suction pressure
from 30 Kg/Cm2g to 200 Kg/Cm2g at 40 deg. C.
Bidder to note that negative tolerance on the guaranteed capacity will not be acceptable. Also no
advantage shall be given for positive tolerance of the capacity.
8.0 SAFETY
a) All controls shall operate in a fail-safe mode i.e. failure of any control shall not lead to running of
equipment in unsafe mode. Fail safe control shall be available through hardware for all trips & also in
software. The Compressor Package shall trip if any of the enclosure is opened while the machine is
running.
b) The hazardous area classification Class-I, Division I, Group D as per NEC or Zone I, Group II A/ II B as
per IS/ IEC. Certificate from recognized agency to the effect that equipment supplied and/or installed
a) CO2 flooding system should be installed for the protection of CNG compressor by automatic actuation
system. The package should be protected by automatic operated CO2 flooding system designed as per
NFPA-12.
Gas Detection by installation of hydrocarbon gas detector (IR type) with self-check function and
transmitter with adjustable alarm levels (0-100% of flammability range) with preset of 10%, 20% and
50%. Package should have at least one no gas detector.
Installation of flame detector (UV-IR type) with self-check function and transmitter, alarm &
shutdown on detection of flame shall be provided. Package should have at least one no flame detector.
Self-check function to generate fault alarm and trip alarm in case of flame detection Indication lamp
shall be provided for fault and trip signal in LCP.
CO2 flooding system will consist of Min 2 nos. brand new CO2 cylinders of 45 Kg capacity. However
actual size of the cylinder shall be as per compressor enclosure size and necessary calculation shall be
submitted and approval shall be taken before finalization / supply. One cylinder will act as main &
other as stand by, which shall have identical arrangement and connected to the system.
The cylinders should be placed in a shed raised above ground level to protect from weather and direct
sunrays as per Gas Cylinder Rules, 2016.
Cylinders shall be fitted with automatic actuated Valves, Solenoid valves for automatic actuation No
extra utility as air, and inert Gas shall be made available by OWNER /used by the supplier to operate
the system other than the UPS.
Cylinder should be ISI marked as per IS: 7285 and CCOE approved.
Control philosophy shall be such that in case detection of fire by fire detector cylinder shall discharge
CO2 automatically.
One pressure gauge to be located at gauge panel to detect the pressure in Cylinder shall be provided.
b) The System shall be designed to operate on 24 V DC supply.
c) FRLS (Fire resistant low smoke) cables shall be used for the wiring of the system.
d) Interlock of CO2 Flooding system with compressor as per following sequence:
Compressor shall trip on detection of gas at preset level and close the inlet & Outlet valve.
Compressor shall trip on detection of flame at preset level and automatic discharge of CO2 gas shall
take place from the main cylinder simultaneously. Compressor shall not start if the CO2 Flooding
System is faulty, not working, SWITCHED OFF etc.
“No Smoking”
Caution notice “This Machine may automatically start at any time”.
“Flammable Gas”
9.0 BASIC DESIGN CRITERIA OF COMPRESSOR
9.1 Following specification is intended to give the bidder the technical and operating conditions the compressor
must fulfil. Compressor shall be hydraulic booster type suitable for variable suction pressure.
9.2 The bidder shall meet all applicable statutory codes, national law and local regulation for safety and
environment protection.
9.3 The design shall conform to API 618 or other relevant reputed international standards but approved by CCOE
(bidders to indicate).
9.4 Offered package shall be complete with compressor, electric motor, hydraulic pump and piping, cooling
system, suction and discharge filters, controls panel safety and control devices and other accessories required
for automatic and safe operation the system.
9.6 Cooling system shall be of closed circuit type. Ultimate cooling shall be by air.
9.8 The compressor shall start in auto in case high bank pressure in dispenser falls below 200 kg/cm2 and stop
once the pressure in all three banks reaches to 250 kg/cm2.
9.9 Compressor shall be suitable for continuously variable suction pressure from 200 kg/cm2g to 30 kg/cm2g,
supplied through LCV mounted CNG storage cascade.
9.10 Compressor should also stops when suction pressure falls below 30kg/cm2g.
9.11 Compressor shall be suitable for discharge pressure from 250 kg/cm2 to 220 kg/cm2, corresponding to suction
of 200 kg/cm2g to 30 kg/cm2g.
9.12 Compressor shall be designed to ensure flow capacity as indicated in data sheet
9.13 Due to space constraint, we will be installing the stationary cascade of 7.0 tons (7000 kgs) on the top of the
canopy of compressor. the bidder will therefore design the canopy to take the load of a stationary cascade of
7.0 tons. The bidder shall also provide 2 nos. monkey ladders for safe climbing on the top of the canopy along
with hand railing on the top for ease maintenance and operation. Provision should be made such that, the
cascade can be placed anywhere above the canopy. the bidder shall ensure that adequate space ( minimum 2
feet width) walk way in front side of cascades(i.e valve mounting side) is available for carrying out routine
checking / maintenance.
9.15 Vendor shall provide PLC Controlled Priority fill system with compressor top-up facility inclusive of
regulating valves by pass valve & liquid filled pressure gauges all mounted in a stainless steel structural.
The priority fill system is to be installed to ensure that vehicle filling takes priority over cascade filling and
direct CNG TO THREE STORAGE BANKS IN CORRECT SEQUENCE.
The compressor shall shut down once all three-cascade storage banks are filled to 250 bar g.
Compressor shall start on pressing of manual start push button & automatically when the cascade storage high
bank pressure of compressor falls to 200 barg and shutdown automatically when all 3 stages of stationery
cascade are filled to a pressure of 250barg
Full bore ball valves shall be provided so that compressor can take suction either from LCV cascade or
stationary cascade.
All fittings and tubes used in priority system shall be of stainless steel of suitable pressure rating.
Tubing and valves from LCV cascade and stationary cascade to compressor shall be ¾” SS 316 L OD and
other tubing and valves shall be 1\2” size.
Priority panel shall be of 3 Bank priority panel along with emergency actuators.
a) If the LCV cascade pressure is more than 200 kg/cm2, the gas dispensing should take place
directly from LCV to dispenser bypassing booster compressor.
b) Compressor shall start on pressing of manual push button or auto start when the LCV Cascade
and Stationary cascade at all banks pressure falls below 200 kg/cm2. The priority of filling s hall
be as follows;
- First priority: Priority panel shall first fill the vehicle through dispenser
- Second priority: If no vehicle is to be fuelled, priority panel shall fill the stationary cascade.
The compressor shall shutdown automatically when either all stages of stationary cascade
are filled to a pressure of 250 kg/cm2 or pressure in mobile cascade is less than 30 kg/cm 2.
Supply of 450 SCMH Electric Motor Driven Hydraulic CNG Page 16 of 81
Booster Compressors for CGD Project
9.17 CASE – II : Valves positioned to take suction from Stationary cascade.
a. Dispensing shall be done through stationary cascade without compressor running, if stationary
cascade pressure is more than 200 kg/cm2.
b. Compressor shall start on pressing of manual/auto start push button if stationary cascade
pressure is less than 200 kg/c m2. Dispensing into the vehicle should take place as usual.
Compressor shall trip if either there is no vehicle for fuelling or pressure in stationary cascade is
less than 30 kg/cm2.
9.18 The compressor package control system shall be designed for unattended safe operation in automatic mode and
shall unload, start, load, stop safely. The compressor shall start in auto in case high bank storage pressure falls
below 200 barg and stop once the pressure in all three banks of storage cascade reaches 250 barg.
9.19 Noise level shall not exceed 75 dBA at 1m from the compressor package enclosure.
9.20 The compressor package control system shall be so designed that the first item to go into alarm condition shall
”Lock out” to indicate the cause of the trip though the cause of the trip may have disappeared. The lock out
condition shall be manually reset.
9.21 An automatic restart shall be provided on restoration of power with a 10-second delay after temporary
interruption. Existing alarm condition shall remain indicated.
The motor shall be flame proof/ explosion proof and confirm to IS: 2148 & IEC 60079-1 suitable for zone 1
group II area as per IS/IEC. The Motor shall be of standard frame size as per IS/IEC and rated for continuous
duty with high efficiency and shall be designed for star-delta starting. The Motor shall be provided with class
‘F’ insulation, however, temperature rise shall be limited to the temperature specified for class ’B’ insulation
as per IS and shall be suitable for voltage variation of 415V+ 10%. The bidder shall indicate the guaranteed
total power requirement in KW. The motor rating shall be 110% of the greatest BKW required by the
compressor.
9.23 Motor Specification
Electric Motor
a) Type of drive Totally Enclose Fan Cooled (TEFC) high efficiency as per IEEMA standard-19-2000
b) Protection Flame proof & weather proof enclosure
c) Insulation Class F with class B temperature rise
d) Mounting Horizontal Foot Mounting
e) Specification standard By Bidder
f) Supply Voltage(assumed) 415+ 10% volt, 3 phases,50+ 5%Hz
g) Synchronous speed By bidder
h) Motor rating By Bidder
i) Motor Efficiency By Bidder
j) Power factor By Bidder
k) Speed of motor By Bidder
l) Nos. of hot starts of motor 4 per hours
m) Coupling Type By Bidder
n) Torque speed cure By Bidder
o) starting torque, speed, thermal withstand curve load, current speed curve, Efficiency power factor vs load
curve by Bidder
Motor Accessories
Each compressor package shall be complete with its own cooling system. The cooler shall be air-cooled heat
exchanger. The gas temperature after after-cooler shall not exceed 52 degree C.
Special attention to be given while designing the gas cooler considering the local conditions. Bidders shall
ensure that final delivered gas temperature is less than 520C. Cooler design shall be on the basis of 10% extra
load corresponding to maximum severe operating conditions based on thermal duty. Gas cooler shall be design
as per manufacturer standard.
For cooling of the heat exchanger a cooling fan to be provided.
Cooling system to be in a single enclosure. Bidder to submit cooling sizing calculation for review.
Direction of flow should be marked on the pipe line and nomenclature of all vessels (e.g. 1st stage discharge
dampener etc.) should be written on them. Cross head inspection windows if applicable should be transparent
for ease of inspection during running. Set values should be prominently marked on the gauges.
Packages design should be such that its vent should not go upward (package vent in vertical direction not
required) i.e opening of package vent should be in horizontal directional with duct arrangement.
9.25 Oil Filter
The ingress of oil into CNG adversely effects vehicle emission and storage system. Only lubricated cylinder
compressors are allowed and vendor shall supply oil separators after cooler at each stage with automatic and
manual drain. The maximum permissible oil content in CNG is 5 PPM.
Contractor to supply a proven, maintenance free oil removal system after after–cooler to remove oil from
compressed gas. The offered oil mist removal system shall restrict the oil to less than 5PPM in discharge of
compressor.
9.26 Gas recovery system
If required, the Contractor shall provide gas recovery system with gas recovery vessel. The gas recovery
vessel shall be provided with pressure relief valve and necessary instrumentation to avoid cold flaring of gas.
Gas recovery vessel shall be ASME/IBR code designed.
9.27 Piping & Appurtenances
The materials for gas piping shall be seamless carbon steel of ASTM A-106 Grade B. The piping / tubing at
the outlet of the compressor and of priority fill system shall be of seamless stainless steel of proper pressure
rating and specifications as under:
SS TUBING SPECIFICATIONS:
Seamless SS Tubing
Material of construction Stainless Steel 316L
Tube hardness shall be less than 80 RB
Sizes : Metric system (inch)
Max Working Pressure : 350 barg
SS FITTINGS & VALVES SPECIFICATIONS:
Material of construction Stainless Steel 316
Sizes : Metric/SI
All electrical equipment of compressor package shall be installed in accordance with NFPA 70, NEC for
Class 1, Division 1, Group D, and IS 5571 and shall have approval of a recognized certifying authority.
OWNER shall provide 415+/- 10% volts, 3 phase and 50+/- 3% Hz electrical connection at CNG station
electrical panel only. Vendor shall distribute electrical power to all equipment and control system by
providing cables and suitable switch-gear distribution panel.
The electrical power supply distribution panel, switch gear panel and starter shall be in flame proof
construction. Certificate from recognized agency to the effect that equipment supplied and or installed
conform to above area classification. All devices shall meet the requirement for the specified area
classification in which they are installed, including instrumentation leads.
Heavy duty on-load phase changeover should be provided for H.T motor.
Semiconductor fuses to be provided, where applicable.
All illumination fittings should be single phase AC supply based and LED type only.
All wire/ cable to be used in compressor and panel shall be of copper conductor and FRLS type through
proper cable tray conduit etc.
Sufficient space to be provided for Motor JB for cable glanding work.
Chain pulley to be provided in package for easy extraction of motor from package
Multifunction meter to be provided for metering of package total energy and other parameters (viz; KVAH,
KWH, Voltage, current, PF, Frequency, MDI (KVA), MD (KWH).
Multifunction meter also required for fan motor electrical parameters monitoring.
Bidder to ensure that spares and service support of all switchgears, instruments, or meter etc. used in
package/ panel, shall be available in Indian market.
The power factor (PF) of the whole electrical system should not be below 0.95. Motor feeder shall be
provided with energy meter, heavy duty switch, HRC link type with single phase presenter fuses,
contractors (AC-3 Duty), bi-metal relay switch fuse unit, voltmeter, push buttons, earth leakage relays,
indication lamps for start/stop/trip/ etc. Ammeters shall be provided for all motors above 3.7. KW rating.
Stop push buttons shall be lockable and have stay put except in case of critical devices such as lube oil
pumps etc.
9.29 Earthing System
The design & installation of earthing system shall be as per IS 3043 or equivalent international specification.
One or more no of earth plates with provision of inter connection to main earth grid shall be provided. All
hardware used for earthing system shall be hot dip galvanized or zinc passivated.
All cables shall be terminated at equipment by means of double compression type compression glands and
shall be flame proof cable glands if located in hazardous area
9.30 Phase sequence preventer (current based) shall be provided.
9.31 Vibration
Compressor maximum vibration of cylinders shall not exceed 10 mm/sec unfiltered peak velocity. Maximum
vibration level of installed compressor frame shall not exceed an unfiltered peak velocity of 5mm/sec or as per
10.1 All the Instruments and Control Shall Be Suitable For Area Class I, Group D, Division1
10.2 All package mounted transmitters & temperature elements shall be intrinsic safe as per IEC 79-11 and solenoid
valves, switches and related junction boxes shall be flame proof ‘d’ as per IEC 79-1. Other special equipment /
instrument, where intrinsic safety is not feasible or available, shall be flame proof/ explosion proof as per IEC
79-1.
10.3 All pressure gauges shall have an accuracy of + 1/-% of FSD (full scale division) and 100mm dial size.
Pressure sensing elements shall be minimum of SS316 and movement of SS304. All pressure gauges on
process lines having range more than 40kg / cm2g shall be with two isolation valves.
10.4 Panel shall be complete with start and stop push buttons, hours run meter, power on and fault indication lamps,
fault reset button. All necessary timers and intrinsically safe relays to control the system on an automatic
staring and stopping basis shall be provided. The compressor package control system shall be designed for
unattended operation in automatic mode and in case of any fault it will go in a safe mode.
10.5 Compressor package shall be provided with a PLC based local control cum operator panel (LCP), which shall
be mounted on the package enclosure. PLC shall be housed inside flameproof iiA/iiB(Ex’d’) enclosure. All the
equipments/ sub panel of LCP shall also be provided on the flameproof enclosure. All the interlock,
monitoring and controlling of the CNG compressor package shall be done through PLC based control system.
PLC hardware shall be in accordance with IEC-61131-2 and however PLC shall be capable to convert
programmed in flowchart, functional block diagram, structural text etc. In accordance with IEC-61131-3. PLC
shall be provided graphics /text display & scrolling facilities to view process & machine parameters. All
source & object codes including logic flowchart, ladder diagram etc is to be furnished by the packager during
detailed engineering. The same can be view on client’s laptop.
10.6 PLC shall be of modular in construction with EEPROM, redundant power supply for CPU and HMI, redundant
power supply for load, non-redundant I/Os, communication cards for connecting mass flow meter,
communication card card /port for future scada connectivity
10.7 PLC shall be suitable for recording of compressor parameters as indicated in instrumentation and all other
parameters that are recommended by the compressor manufacturer for recording on hourly basis for the last 24
hours. PLC shall be suitable for interfacing with printer (HP Laser printer) for getting the printout of the param
eters recorded (as mentioned above) for the last 24 hours through remote HMI PC (if provided)/ external
Laptop in same format as programmed in PLC
10.8 Pressure Transmitter and Temperature Transmitters shall be used for CNG Gas application and not pressure
and temperature switches. The units of measurement for flow shall be Kg/hr, for pressure shall be Kg/cm2 (g)
or and for temperature shall be degree C
10.9 The selected I/O shall have 40 % s are of used capacity (40% in each used card) for future use. 10% of used IO
or Minimum two of each card out of 40% shall be extended upto terminal block with necessary isolator/
barriers.
10.11 Mounting of PLC components such as CPU, HMI, I/Os in one JB and power supply relay barriers/isolators,
fuses, MCB, electrical earthling bus bar in other JB. PLC components / system shall be tropicalised, adopted
with complete wiring and necessary terminals. Wiring to be color-coded with cross printed ferruling in
position
10.12 PLC shall be configured as a remote terminal unit of supervisory computer and data acquisition system
complete with Ethernet Port RS 485 (MODBUS TCP/IP) shall be readily configurable for communication over
MODBUS TCP protocol through Leased Line/MPLS/VSAT/RF. PLC shall be capable of carrying out on line
routines for at least ten separate loops without affecting the scan, cycle & up dating time etc.
10.15 The temperature gauge shall be generally mercury in steel field type. Capillary tubing shall be min. SS304
with SS flexible armouring. The gauge shall have an accuracy of +1/-% FSD (full scale division) and 100mm
dial size. The range shall be 1.5 times of operating temperature. Skin type temperature gauges shall not be
used. In PLC pressure process values should be taken from pressure transmitters and should be independent
from pressure gauges installed on local gauge panel. Temperature process values should be taken from
temperature transmitters and should be independent from temperature gauges installed on local gauge panel.
The compressor package instrumentation & control is to be configured for manual as well fully automatic
control system including starting, shutdown as applicable for unattended operation.
10.16 Individual (2/3 core) cabling is required for each field instrument from field JB to avoid multiple JB’s and
multicore cables in field for easy trouble shooting & replacement.
10.17 Each cable shall be neatly tagged & dressed for each instrument with ferrule.
10.18 The PLC System offered shall be supplied with monitor and memory card for Processing of live data and
stored data. PLC shall be capable of
c) Graphics, Data acquisition, monitoring & logging, viewing, modifying set point and range of all
process parameters for which transmitters are provided.
e) PLC shall be capable for display of flow meter data for flow rate and flow totalizer (i.e. Gas Suction,
Gas Discharge) and power consumed by the motors, compressor running hour :
f) The above data will be viewed / analyze offline (during shutdown of com pressor) or online through
dedicated SCADA port (Ethernet / RS 485) on client laptop and local PC
The compress or package control system shall be so designed that the first item to go into alarm condition shall
lock out to indicate the cause of the trip though the cause of the trip may have disappeared. The lock out
condition shall be manually reset. A change over set of contacts shall be provided for Owner’s use to give a
remote indication of alarm and trip.
Where three bank cascade has been envisaged; in auto mode, compressor shall start automatically/manual in
case high bank storage pressure falls below 200kg/cm2 and stop as soon as pressure in all three banks of
stationery cascade reaches 255 kg/cm2. The priority fill system (In Bidder’s scope) shall ensure the fill ng of
vehicle, storage cascade in correct sequence. Control system shall be designed such that in case of any fault,
discrepancy or abnormality, it will go in safe mode. All controls shall be made in fail-safe mode failure of any
control shall not lead to operation of equipment in unsafe condition.
In case of fault, a warning hooter shall operate, the sound of which should be audible at distance of at least 15
meter. Further the fault alarm and emergency stop PB shall be duplicated in the CNG station control room.
Acknowledgement/resetting of fault shall be possible only from compressor panel. Emergency stop PBs shall
be mushroom head turn lockable type. Once the fault is acknowledge or compressor is under normal
maintenance, the valves of priority panel shall take the position so that gas available in the stationary CNG
storage cascade can be dispensed.
Calibration certificates required for all instruments such as Mass Flow Meter, Pressure transmitters, Pressure
gauges, Temperature gauges, Temperature transmitters, Gas detectors, Flame detectors etc.
10.20 All the instrumentation shall be capable or operating for full range of operation.
10.21 Separate junction boxes shall be provided for each type of signal i.e. analog, digital, solenoids RTD,
thermocouple, intrinsic safe and for power supply. No cable shall share power & signal. This is not applicable
for direct run cable.
10.27 Junction box shall be of explosion proof type with 10-20% extra terminal strip & cable gland shall be of
double compression type.
10.28 Gas detectors and flame detectors should be mounted within the canopy.
10.29 ESD button (3 Nos.) shall be provided (Customer Interface room, locally mounted on package and Panel
room). A separate hooter for customer interface room shall be provided with annunciation window alarm of
individual protection device.
The emergency shut down (ESD) system is also in scope of vendor. This shall be in accordance with NZS
5425. A fail safe system shall be designed and incorporated to isolate cascades storage from dispensers, stop
compressor isolate the compressor suction storage line and cut off power supply on activation of ESD switch.
This ESD switch shall have to be manually reset to restart the compressor package again. Red ESD button ( 5
nos. ) shall be located in Control Room, Process Area fencing, one side of compressor, one control panel and
one to be kept in electrical room.
10.32 Local Control Panel
There shall be three independent ports available in the PLC with all the parameters available on each
individual port.
Redundancy in PLC is required. PLC shall incorporate all process parameters (specified elsewhere) and
status of compressor, engine & priority panels and shall be modular in construction with 100% redundancy
with respect to CPU, Power supply, Interface. PLC components/ system shall be tropicalized, MIL standard
adopted with complete wiring and necessary terminals. Wiring to be color coded with cross ferruling in
position. PLC shall be capable of carrying out on line routines for at least ten separate loops without
affecting the scan, cycle & updating time etc. PLC shall be configured as a remote terminal unit of
supervisory computer and data acquisition system complete with GPRS and Ethernet connectivity. One
card for transferring and accessing data from minimum twenty devices with RS485 port shall be provided.
In case of failure of master/ active controller/ CPU, standby controller/ CPU should take over the control in
seamless and bump less manner. All values & data should be available through both the controllers
immediately, i.e. there should be no data loss.
Successful bidder to include in scope live demonstration of remote monitoring of all PLC logged
parameters in one machine at his works. OWNER may ask for the same. However, this may be required to
be demonstrated at site.
PLC based logic circuits shall be used for control & interlock of the compressor package with RS485
SCADA Connectivity as per details in Annexure-IX.
Local control panel shall be furnished with annunciation window alarm of individual protection device and
a common hooter for audible alarm.
Local panel should have separate push button for start, stop, emergency stop, alarm acknowledge, alarm
rest & test button for checking healthiness of annunciation system.
PLC shall be housed inside flameproof IIA/ IIB (Ex’d’). Local operator panel shall also be provided on the
flameproof enclosure. The operator panel is provided for parameterization, indication, monitoring, and
alarms and first out sequence of the system. PLC system shall have memory modules for storing user
programs, symbol lists, program comments and should facilitate debugging/ trouble shooting without the
application program. Program shall be ladder logic and communication shall be in English for each run.
Program should have signal/ parameter tags as labels for easy identification/ troubleshooting. Each section
Supply of 450 SCMH Electric Motor Driven Hydraulic CNG Page 23 of 81
Booster Compressors for CGD Project
of the program whether it is in the form of rung or page or network should have comment to classify the
interlock being executed. A soft copy of the program should be sent by email/ CD.
PLC & electronic shall be housed in flameproof control panel & shall be mounted on compressor skid
itself. Main cable entry shall be bottom to up. Also control panel shall have 2 nos. spare 2.5 sq mm slots
with copper gland arrangement.
Bidder to quote for complete package with all relevant panels required for the compressor to perform as
desired. The electric panel shall consist of electric MCC, switchgear, contractors, power supply distribution
panel etc. and shall be located in hazardous area. The compressor package with control panel (including
PLC and other controls) and other electric/ electronic instruments etc. shall meet hazardous area
classification of Class I, Division I, Group D as per NEC or Zone I, Group IIA/ IIB as per IS/ IEC.
10.33 Priority fill system
Contractor shall supply 3-bank of cascade priority fill system with compressor top-up facility inclusive of
regulating valves, check, by pass valves & liquid filled pressure gauges all mounted in a stainless steel panel.
All fittings and tubes used in priority system shall be of stainless steel of suitable pressure rating. The priority
fill system is to be installed to ensure that vehicle filling takes priority over cascade filling and direct CNG to
three storage banks in correct sequence. The compressor shall shut down once all three-cascade storage banks
are filled to 250 barg g. Compressor shall start on pressing of manual start push button & automatically when
the cascade storage high bank pressure of compressor falls to 200 barg and shutdown automatically when all 3
stages of stationery cascade are filled to a pressure of 250barg.
10.34 Documents to be provided with package
10.34.12 List of spares for nine years of operation and maintenance. The list of spares should include ordering
specification and manufacturer’s catalogues.
10.34.13 List of special tools & tackles to be provided along with the bid.
The maximum allowed temperature within the enclosure shall be 5° C above ambient temperature. Adequate
ventilation fans shall be provided to meet the above and also to account for heat dissipation of the coolers.
Interlock shall be provided to start the exhaust fan to vent out any entrapped gases in the enclosure before
starting the main compressor. In case heat exchanger fan is compressor shaft driven, the same can’t be utilized
as ventilation fan.
The compressor package shall consist of single enclosure for Compressor and Electric Motor. The equipment
shall be mounted on one common skid. The Enclosure to restrict maximum noise level to 75 dB(A) at 1 meter
from the enclosure.
a) Inspection shall be carried out as per Quality control table approved by Owner or its representative.
Supplier will submit the Quality control table (complying to tender QCT) for approval.
b) The bidder has to provide 15 days advance notice prior to said inspection & test.
c) The bidder shall be responsible for specified inspection & testing requirements including at all sub
bidders.
d) Bidder shall keep following data available for at least 5 years for examination by purchaser.
e) All necessary certification of materials, such as mill test reports.
f) Purchaser specification for all items on bills of materials.
g) Test data to verify that requirement of the specification have been met
h) Result of quality control test.
i) Pressure retaining parts including auxiliaries shall be hydrostatically tested with water at following
minimum test pressure for a minimum period of 1 hour :
Cylinder: 1-1/2 times maximum allowable working pressure.
Cylinder cooling jacket & packing case 1-1/2 times coolant pressure but not less than 8 barg effective.
Mechanical Running Test (MRT)
Supply of 450 SCMH Electric Motor Driven Hydraulic CNG Page 25 of 81
Booster Compressors for CGD Project
a) These tests shall have mechanical operation of compressor, driver and accessories, Instruments, control
system and the coolers.
b) The MRT for the 25% compressors block of the lot shall be carried out with job or shop driver including
complete job driving system i.e., job driven V-belt, job pulleys etc., for 4 hours continuously at the
premises of compressor block OEM. The compressor need not be pressure loaded for MRT test. During
this test following shall be recorded at agreed intervals (as applicable).
- Operational Parameter
- Vibration levels measured on cylinders and frame
- Bearing temperature
- Oil cooler inlet and outlet temp
Subsequent to satisfactory run the compressor shall be examined as per standard procedure & following
shall be examined as minimum:
- Bore & other parts by opening a valve
- Piston & cylinder clearance
- Visual examination of position rod, cylinder guide bore without dismantling
If any of part found damaged, all similar components shall be stripped for inspection. The MRT test shall be
repeated after replacement of such parts.
The bidder shall ensure integrity of compressor package and safety of electrical supply system available at
back end while testing package, at site. Also, bidder shall arrange its own control/ single phase (UPS supply)
for testing and commissioning of package.
Compressor Package Performance test at sites shall be carried out as per ASME PTC9. All necessary
instruments/accessories required for this test at site shall be arranged by the bidder and repatriated after
successful performance test by the bidder.
This section describes the guarantee parameters, which the booster compressor package must fulfil, the penalty
for shortfall in guaranteed parameters and rejection of compressor package by the purchaser.
The guaranteed parameter shall be adjusted to account for variation in gas composition and prevailing ambient
condition during testing.
Necessary calculations correction curves shall have to be furnished by bidder along with bid, which shall be
final & no deviation shall be permitted afterwards.
In case of any inconsistency in manufacture and / or operation of supplied compressor package, Bidder shall at
his own risk and cost, eliminate the defects to the satisfaction of owner.
For loading and compensation purpose, power consumption with suction pressure of 30 to 200 kg/cm2 and
discharge pressure equal to dispensing pressure may be considered. Dispensing pressure will depend on empty
vehicle pressure to be fuelled and compressor discharge pressure may not be 250 kg/cm2 continuously. For
power consumption purpose discharge pressure may be taken 230 kg/cm2.
The bidder shall furnish the guaranteed value for the following:
Compressor Capacity: Compressor shall guarantee the capacity as mentioned in Guaranteed Parameters.
Compressor BKW: Bidder shall indicate guaranteed BKW including all losses such as mechanical,
transmission etc.
Motor Power Output of the prime mover (KW)
Total power required for the package including power consumed by accessories.
13.1 Compressor Capacity
Bidder shall guarantee average capacity of 450 SCMH from suction pressure 30 to 200 kg/cm2 at suction
temperature of 52 degree centigrade , discharge pressure of 255 Kg/cm2 with the negative tolerance for errors
in instruments and measurements.
For calculation purpose 1kg of CNG =1.33 SCMH
If bidder quotes less than 22.5 KWH. No advantage will be given for quoting less than 22.5 KWH
The same shall be used to establish the capacity at test bed during package performance test.
13.2 Loading against Energy Consumption:
The compressor package shall be designed in such a way that Energy Consumption of package (KWH/Kg)
should be minimum for production of CNG.
Bidder shall indicate actual energy consumption for their compressor package. This quoted figure will be used
for evaluation and total quoted price for all compressors towards supply, special tools & tackles, erection and
commissioning will be loaded as per following formulas:
F = (G-22.5) x H x I x N Where,
F = Loading amount in Rs.
G = Bidder’s Energy consumption rate quoted in KWH
(G-22.5) = Bidder’s Energy consumption rate over and above 22.5 KWH
H = Cost of Energy INR 8.0 /KWH
I = Factor towards lifecycle in hours @ 36,500 hours
N = No. of Booster Compressor
Q = Guaranteed consumption rate quoted by supplier for every 338 Kg of CNG x CNG produced during the month
338
H = Cost of power Rs 8.0/kwh
Penalty towards Package Efficiency Loss
This penalty shall be imposed on compressor blocks not capable of delivering rated capacity of 450 SCMH
Following calculations shall be used for penalty towards package efficiency loss:
F = 2 x {(450 x H x RD x AD) – M}
Where,
F = Penalty Amount in Rupees
H = Hours clocked in a month
RD = Average RD for the month using GC Data
AD = Air Density = 1.22541
M = Discharge mass flow during the month in Kgs
Note:
Gauge Pressure at Station Inlet shall be used as benchmark for imposition of penalties and not suction
pressure being displayed at the PLC.
Penalty for Non-Performance during One Year Period of Operation & Maintenance
Details of Penalty for non performance of equipments
a. On normal day (i.e. the day other than the schedule maintenance day):
i. The party has to ensure that the equipments are available for operation for minimum 20 hours per day
and on an average the equipment availability has to be 98% in a month.
ii. If the equipment is down for more than 4 hours on any day or availability is less than 98% in a month.
Penalty would be applicable as follows:
upto 12 hours : Rs. 20,000/-
Beyond 12 hours: Rs. 40,000/- per day.
In case of daily availability is 20 hrs. but monthly average availability is below 98%. Then penalty @ of
10,000 per % or part thereof shall be applicable.
b. On schedule maintenance day:
i. The party would be required to carry out the recommended schedule/preventive maintenance of the
equipments for which the party has to indicate the time required for each type of schedule
maintenance.
ii. If the equipment is down for more than 4 hours & upto 12 hours beyond the time indicated for the
agreed schedule maintenance, the party would be penalized Rs. 20,000/- and for more than 12 hours
Rs. 40,000/- per day.
iii. In any case, the maximum penalty imposed in a month for non-performance of the equipment turns
out be 50% or more of the amount of O&M charges to be paid to the party per month per compressor
Supply of 450 SCMH Electric Motor Driven Hydraulic CNG Page 28 of 81
Booster Compressors for CGD Project
(a complete cost break up of O&M charges need to be furnished by the bidder during bid), OWNER
will take necessary actions as per terms and conditions of the contract for such non-performance).
14.0 SPECIAL TOOLS AND TACKLES
Special tools & tackles for erection and commissioning and for operation & maintenance are required to be
arranged by successful bidder.
Vendor shall maintain sufficient spares to fulfill the warranty & subsequent nine years period requirements. In
case of additional requirement during the warranty period, if any spare part is taken from OWNER, the same
shall be replaced to OWNER with new part supported by necessary document for its authenticity of being new
& original spare part
15.0 DOCUMENTATION
Bidder’s
Sr. No. Parameter Unit
Data
Compressor BKW in KW @ Rated Conditions (No + ve
1 KW
tolerance)
Compressor BKW in KW @ RV Set Conditions (No + ve
2 KW
tolerance)
3 Net of all auxiliaries/package ventilation loads in KW KW
4 Site rated BKW of Electric Motor (No – ve tolerance) KW
5 Noise level 75 DBA @ 1 meter from enclosure db
Footprint area of compressor package quoted as mentioned in
6. mtxmt
SOR
NOTE:
1. Parameters under Sl. No. 3 4and 5 are for reference only.
2. SI.No.2 Bidder must indicate the guaranteed KW including all losses such as mechanical transmission
power absorbed by compressor auxiliary like cooler fan etc. but excluding air compressor.
3. Power consumption and capacity should be indicated corresponding average discharge pressure 250
Kg/cm2
4. The above parameters shall be quoted gas against suction temperature of 40 to45 de centigrade at
mobile cascade
5. Bidder has to fill all rows in above table. If any row is not filled by bidder or above tables are modified
in any manner, bid will be rejected summarily
10.0 INSTRUMENTATION
10.1 PRESSURE INDICATION
Gas At inlet
Gas at discharge (each stage)
Frame oil Header
Frame oil filter (Differential local)
Gas at after cooler exit (local)
Hydraulic Oil Pr. (each stage)
10.2 PRESSURE SWITCHES
Frame oil header (1 no. For trip on low pressure.)
Jacket water system failure
Compressor discharge Pr high (Each stage)
Compressor discharge Pr Low (Final stage)
Compressor suction pressure low
Compressor suction pressure high
10.3 TEMPERATURE INDICATION
Gas at suction to compressor
Gas at Discharge of Comp (Each stage before cooler)
ITEM NO.:
QUANTITY: As per requirement
DESCRIPTION:
IS:325 / IEC / EQUIVALENT INTERNATIONAL
A. APPLICABLE SPECIFICATION AND STANDARDS
STANDARDS
B. SERVICE CONDITIONS:
Max. Ambient Temp. (Deg. C)
Min. Ambient Temp. (Deg. C)
Design Ambient Temp. (Deg. C)
Altitude Above MSL (MTS)
Relative Humidity (Max.) (%)
Environment
Location ( Indoor / Outdoor )
Area ( Safe / Hazardous )
C. SYSTEM CHARACTERISTICS:
Systems Voltage with ± % 415 V ±10%
Number of Phases 3
Rated Frequency with ± % 50 Hz ±5%
Combined Variation ±10%
Fault Level 25 KA
Space Heater Supply Space heater for 30KW & above rating motor
Low Voltage Stator Winding Heating Supply NA
D. Motor Rating / Details:
Rated Output As per Vendor
Rotor Type Squirrel Cage
Syn. Speed (RPM) As per pump and fan vendor
Direction of Rotation Bi-Directional
Insulation Class ‘F’, Temperature Rise Limited to ‘B’
Duty S1, Continuous
Winding Treatment Moisture Protection Varnish
Insulation Process Anti-Corrosive Treatment
Starting Method Star / delta
Starting Current Vendor to Furnish
Minimum Voltage Start at Terminal 80% of 415V
Starting Torque Min. 200% of FLT
Pull Out Torque
No. of Hot Starts 2 Nos.
No. of Cold Starts 3 Nos.
Shaft Extension Required
Type of Coupling
Earth Terminals 2 Nos. on Body & 2 Nos. on T. Box
Greasing Arrangement Yes
Name Plate Yes, as per IS:325
Starter Connection Vendor to Furnish
Efficiency at
100% load
75% load
50% load
E. ENCLOSURE:
Degree of Protection EExd IP55
Mounting Arrangement As per requirement.
Type of Cooling TEFC
F. TERMINAL BOX
i) Terminal Box (Main) 1 No.
Type
Fault Withstand
No. of Terminals 6 Nos.
Note: Certificate from Compressor block manufacturer towards guaranteed shaft power calculation at 450 SCMH per hour
compression (on given parameter) and from Motor manufacturer towards their KWh consumption (KWh on guaranteed
parameters) on above guaranteed shaft power to be submitted by bidders along with bid. A confirmation is required from
bidders prior to bid opening.
NOTE:- Motors are in hazardous area classification Zone 1 and Zone 2. Therefore, the Motors shall be flame proof.
Vendor shall furnish the list of motor(s).
8. Accuracy ± 0.5% of indicated flow accepted (over the whole operating range on
gas)
9. Rangeabiliy for specified 50:1
accuracy (Min.)
10. Line Size 2.0 "( Flange type),300# WNRF ( Material: 316 L)
8. Accuracy ± 0.5% of indicated flow accepted (over the whole operating range on
gas)
9. Rangeabiliy for specified 50:1
accuracy (Min.)
10. Line Size 0.5 "( TUBE END)
11. Pressure drop at max. flow < 0.2 Kg/cm2g
12 Repeatability ± 0.25% or better
13. Material – Tube SS 316 or Better
14. End Connection To suit the line size(0.5")
Housing: Anodized aluminum with powder coated finish or equivalent (Explosion proof enclosure)
Mounting: Roof mounted or wall mounted. For threaded type detectors suitable termination box
(approved for use inside hazardous area) shall be provided.
ACCESSORIES The detector shall be supplied with suitable Sunshade/ Deluge protection, Strombaffle, Weather
protection, Dust barrier, Gassing Cap, etc. as applicable protection against dust particles.
Super fine filter for removal of liquid (e.g. water & oil )and solid particles down to 0.01 microns out of compressed
natural gas
Filter Designed :
Paint Compatible
CE mark in accordance with European Directive for Pressure
Equipment, PED ( 97 / 23 / EC )
Are Designed to meet the ATEX European Directive for Explosion
Protection , ( 94 / 9 / EC)
All natural gas filters in accordance to CE Eex 2GD IIB T6.
Standard equipment:
Complete filter including manual drain.
Filter Fabric : Borosilicate Microfibre Fabric coated with polypropylene homopolymer support - fabric.
Drainage Layer: Parafil - Fibre fabric incorporated in the filter fabric.( Without Foam Sock)
NOTE : Bidder to get the inspection done by TPIA accordance with European Directive for Pressure
Equipment, PED (97 / 23 / EC ) if CE marks are not available.
1. Above vendor list is indicative only and any other vendor(s) apart from as mentioned above may be accepted subject to
approval by Owner/Owners representative based on past track record. / credentials. However no relaxation or advantage in
delivery period will be given to the successful bidder on account of this approval.
2. For the vendors of items not covered in above vendor list, but required for completion of project successfully, supplier shall
take approval form Owner/Owners representative for the same during project execution. Bidder shall submit the required
certifications, documents, PTR and Performance letters from clients for the same.
Vendor:
Vendor to specify Specification number and clause Description of Deviation and give reasons in
S.No.
number against which Deviation is sought support of Deviation
A) EXPERIENCE RECORD PROFORMA FOR ELECTRIC MOTOR DRIVEN 450 SCMH HYDRAULIC
BOOSTER COMPRESSOR PACKAGE
INFORMATION OFFERED INFORMATION OF
SR. NO DESCRIPTION
COMPRESSOR EXISTING COMPRESSOR
Min.: 450SCMH
REQUIREMENT AS PER TENDER
1 Status of bidder
a) Compressor manufacturer
b) Electric Motor manufacturer
c) Packager
2 COMPRESSOR
Name of compressor manufacturer
Place of compressor manufacturer
Compressor model
Anticipated Life in running hours
Compressor max frame BKW
Comp Manufacturing code
Lubricated or non lubricated
Nos of stages
Max stage temperature oC (150oC )
Compressor max RPM
Compressor operating RPM
Piston speed m/s
Vibrations at comp cylinders <10 mm /
sec. Unfiltered peak velocity Vibration
comp frame : Unfiltered peak velocity of
5 mm/sec or 200 micron unfiltered peak
to peak vibration whichever is less
Material for all stages
Cylinder (C.S)
Piston Rings (PTFE)
Rider Rings (PTFE)
Piston Rod (Forged steel)
Valve (Rings / plates / spring) :
(SS/SS/SS)
3 PERFORMANCE OF COMPRESSOR
GUARANTEED POINT:
Average Flow capacity (overfull range of
A suction pressure from 30 barg to 200 barg
varying on continuous basis)
Min.: 450SCMH
REQUIREMENT AS PER TENDER
5 PACKAGE
Name of Packager
Place of Packaging
Min.: 450SCMH
REQUIREMENT AS PER TENDER
Coalescent filter
PLC based Priority panel with full bore
ball valve
Min.: 450SCMH
REQUIREMENT AS PER TENDER
Drainage system
12 Automatic valves
13 Heat exchanger
25 Instrumentation as indicated in TS
PROTOCOL DETAILS:
A. Digital Parameters :
B) Analog Parameters:
ANNEXURE – XII
Inspection By
Quantum of Reference Acceptance Format Of Vendor TPIA Owner/ Owner's
Sr.No Description Remarks
Check Document Norms Records Representative
6 All reference codes/ Standards, documents, P.O. copes shall be arranged by vendor/ supplier for reference of Owner / Owner’s representative / TPIA at the time of inspection.
7 The owner shall submit their own detailed QAP prepared on the basis of above technical specification for approval of Owner/ Owner’s representative.
NOTE: TPIA (THIRD PARTY INSPECTION AGENCY WILL BE APPOINTED BY SUPPLIER AFTER DUE APPROVAL FROM OWNER.
ANNEXURE - XIII
DATA SHEET
DATA SHEET: MEDIUM VOLTAGE SQUIRREL CAGE INDUCTION MOTOR ELECTRICAL DESIGN
DATA
Bidder must quote for only one make of motor. Bidder shall submit filled up data sheet for the selected make of motor
only.
Motor Terminal Box must be suitable for the cable size indicated on data sheet.
5.5 10 3
7.5 10 3
11.0 16 3
15.0 16 3
18.5 16 3
22.0 16 3
30.0 25 3
37.0 25 3
45.0 35 3
55.0 50 3
75.0 95 3
90.0 120 3
110.0 2x95 3
125.0 2x120 3
132.0 2x120 3
NOTES: 1. Above table is valid for 2/4/6 pole motors. For low speed motors cable sizes shall be defined at the
time of detail engineering.
2. Cable size for motor space heater shall be 3x2.5 mm2 with Cu Conductor.
3. Cables will be 650/1100V, copper conductor, FRLS-PVC insulated, FRLS-PVC extruded inner
sheath armoured with overall FRLS-PVC sheath.
PROJECT
UNIT
ITEM NO.
EQUIPMENT
CLIENT
JOB NO.
PACKAGE
MR. NO.
DESIGN CONDITION
TEMPERATURE (0C)
OPERATING CONDITIONS
TEMPERATURE (0C)
CORROSION ALLOWANCE 3 MM
DIAMETER (mm)
HEIGHT TL TL (mm)
HEADS/ CONES
SHELL FLANGES
NOZZLE FLANGES
NOZZLE NECK
MAN-WAY NECK
PIPE FITTINGS
GASKETS (EXTERNAL)
GASKET (INTERNAL)
INTERNAL PARTS
EXTERNAL PARTS
NOTE: VENDOR SHALL SUBMIT COMPLETED DATA SHEET ALONG WITH OFFER WHEREVER
ENGG. DRAWING IS NOT ATTACHED FOR THE VESSEL.
------
1.1. Documents and drawings under column no. 3 shall be submitted with each copy of the bid.
1.2. Documents listed under column 4 are to be submitted in 4 copies
1.3. Documents listed in column 5 are to be submitted as hard bound indexed book containing the following details
in Two (2) copies and to be submitted within 4 weeks of release note/dispatch of materials/ equipment from
vendor's works.
2. DETAILS TO BE INCLUDED IN FINAL DOCUMENTS BOOKS
3.8. All vendor drawings to be provided with a blank space measuring 75 mm W x 38 mm H for marking of review
codes etc. by OWNER.
3.9. The review of the vendor drawings shall be done by OWNER, as applicable, under the following review
codes:
R Review Code 1 N No comments.
P Proceed with manufacture/fabrication as per commented drawings.
R Review Code 2
Revise drawings required
R Review Code 3 D Document does not conform to basic requirements.
3.10. Review of vendor drawings by OWNER would be only to check compatibility with basic designs & concepts
& would in no way absolve the contractor/vendor of his responsibility to meet applicable codes, specifications
& statutory rules/regulations.
Vendor shall submit within 10 days after placement of FOI, the complete list of drawings/ documents with
submission dates against each. Critical drawings, only, the list of which will be agreed during kick-off meeting
shall be reviewed jointly at OWNER's office.
∑ ∑ ∑