REQUEST FOR QUOTATION

Size: px
Start display at page:

Download "REQUEST FOR QUOTATION"

Transcription

1 REQUEST FOR QUOTATION To, GAIL WEBSITE VENDOR, India Vendor Code : RFQ No. :GAIL/VAG\20204 / /C&P\INS\38\L Date: RFQ Due on : at 14:00 Hrs IST Tender Opening Date : at Hrs IST Dear Sir(s)/Madam, GAIL (India) Ltd. invites you to submit your offer in sealed envelope, superscribing RFQ No. & Due date for the following item(s) in complete accordance with enquiry documents/attachments: Sl. No MatCode UOM QTY Unit Price Description (in figures & words) Group : 1 ADDITIONAL REQUIREMENTS: BODY MATERIAL: SS, A182 GR.F304L END CONNECTION TYPE: FLANGED FLOW METER, MASS AND PARTS SUPPLEMENTARY REQUIREMENTS: TYPE: CORIOLIS EACH 5 CORIOLIS MFM,LINE-3",300#,RANGE-0-60M3/H MASS FLOW METER # FOR LIQUID HYDROCARBON LPG# LINE SIZE: 3IN, 300## FLOW RATE: 0-50M3/HR# CORIOLIS U - TUBE MASS FLOW METER, FLOW RANGE - 0 TO 30 T/HR OR 0 TO 60 M3/HR. LINE SIZE 3 INCH, ANSI 300# EMD Details : Rs by way of DD or bank gurantee as per Gail format attached; refer GPC for details Price Basis : F O R Gail Vaghodia as per scope Page 1 of 8

2 REQUEST FOR QUOTATION (Cont.) RFQ No:GAIL/VAG\20204 / /C&P\INS\38\L Delivery/Completion Schedule : 4-6 weeks Performance Bank Guarantee : to be submit after award : refer GPC Detailed Desc./Drg./Sample etc : 1. Technical details-17 pg 2. format of BG for EMD Page 2 of 8

3 REQUEST FOR QUOTATION (Cont.) RFQ No:GAIL/VAG\20204 / /C&P\INS\38\L General Conditions of Contract : GENERAL PURCHASE CONDITIONS Your quotation should be submitted in a sealed cover duly super scribing the tender no. and due date and should reach this office at following address before 14:00 hrs., on or before the due date of opening along with samples, if required, failing which your offer will not be considered: Tender may also be dropped in our tender box placed at reception of GAIL (India) Limited.,Manisha Circle, old Padra Road Vadodara(Gujrat). In case of any problem bidder may contact Sr, Manager(C&P), GAIL, Vadodara at extn-380 or.manager(c&p), GAIL, Vadodara at extn PRICE BASIS: Prices quoted should be based on F.O.R. Destination/ Vaghodia basis, inclusive of Packing & Forwarding charges (if the P&F charges are payable extra, the same shall be specified expressly in terms of percentage of unit price quoted), freight etc. 2. CONSIGNEE: C&P Incharge(CWH), GAIL (India) Ltd., G.I.D.C Industrial Estatae Vaghodia (Vadodara) Gujrat, Pin All materials are to be delivered at Vaghodia only. 3. The quoted rates should firm be firm during validity of offer and during execution of complete order l. Offers should clearly specify the rate of excise duty, if applicable, and rate of other applicable state/central taxes and duties. Gail will not provide any any concessional form to supplier. If this information is not given, your rates will be taken as inclusive of all taxes. Suppliers should indicate its sales tax and central sales tax registration no. in the quotation. 4. FREIGHT CHARGES: Firm Freight charges upto site (in percentage) by road shall be quoted separately. Note.: Vendors are advised to quote firm freight charges for delivery of stores upto site. In the event firm freight charges upto site is not quoted, GAIL may reject such offers as incomplete or load the quoted prices towards freight charges by such factor as GAIL considers appropriate at its sole discretion. 5. Rate should be given accordingly to our unit and no other alternative unit will be considered. 6. Quotation will be opened on the date mentioned overleaf at 1500 hrs in the presence of bidder's authorized representative(s). 7. The period of validity of the quotations should be mentioned and it should not be less than 120 days from the opening date. Quotation with less validity are likely to be ignored. 8. Offers subject to prior sales will not be considered. 9. The required quantities are liable to change. 10. PRICE REDUCTION SCHEDULE (PRS): Price Reduction ½% of the total order value per week or part thereof, for delayed in supplies beyond delivery period subject to a maximum (ceiling) of 5% of total order value will be applicable. Note.: Offers not confirming acceptance to the PRS clause shall be liable for rejection. 11. Quotation received late by post or other means are liable to be rejected. 12. When stores are rejected by the consignee, he will intimate to the supplier with the details of such rejected stores as well as the reason for their rejections and that the stores will be lying at the consignee's premises at the risk and cost of the supplier. He will also call upon either to remove the stores or to give instructions as to their disposal within 14 days and in the case of dangerous / infested and perishable stores within 18 hrs failing which the consignee will either return the stores to the supplier on freight to pay on otherwise dispose of them at the suppliers risk and cost. The consignee will also intimate the DGM(F&A) concerned, quantity or the stores so rejected to enable him to recover the freight due, at the full public tariff rates from the supplier. The purchaser shall also be entitled to recover handling and stores charges for the period during which the rejected stores are not of the stores for each month or part of a month till the rejected stores are finally disposed off. 13. Quotation must be submitted in duplicate, single quotations are likely to be ignored. 14. Offer or modifications of offer after the opening date will note be considered and in normal case, no Page 3 of 8

4 REQUEST FOR QUOTATION (Cont.) RFQ No:GAIL/VAG\20204 / /C&P\INS\38\L price negotiations will be held with tenderers. 15. Necessary testing facility to be provided free of charge to our inspecting officer at suppliers premises. 16. Material test certificates wherever applicable and inspection certificates will be required to be provided by the tenderer. 17. WARRANTY: The supplier shall warrant that everything to be furnished hereunder shall be free from all defects and faults in materials, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards of the materials of the type ordered and in full conformity with the specifications, drawings or samples, if any, and shall be operable, properly. This warranty shall survive inspection of the payment for and acceptance of the goods but shall expire twelve months after arrival at the destination. 18. It should be noted that if a contract is placed on a higher tenderer as a result of this tender in preference to the lowest acceptable offer, in consideration of an earlier delivery, the contractor will be liable to pay to GAIL the difference between the contract rate and the rate quoted by the lowest acceptable tenderer in case he fails to complete the supply in terms of such contract within the date of delivery specified in the tender and incorporated in the contract. This is without prejudice to other rights under terms of contract. 19. PAYMENT TERMS: Payments will be released within 15days of receipt and acceptance of materials at our stores thru electronic transfer of funds. Note:Offers with advance payment terms etc. shall liable to rejection. 20. Transit insurance shall be arranged by GAIL. However, the material shall be suitably packed so that no transit damage occurs.bidder to follow the instructions given in order for the insurense. 21. REPEAT ORDER CLAUSE: for any item(s), ordered on the seller, the purchaser can place repeat orders up to 50% of ordered quantity for additional supply within a period of six months from the date of original order at the same prices and commercial terms & conditions. 22. The evaluation of bids shall be made based on lowest cost to Gail after considering all relevant costs. where, bidder does not mention the charges of freight or any other related cost asked in tender, Gail reserve the right to load such offers as deemed fit at sole discretion of Gail or may also summarily reject the such offers with out any reference to bidder and Gail decision shall be final and Gail will not entertain any quarries for same. 23. Bidders are advised to submit all relevant documents asked in tender against eligibility/technical parameters, failing which offers may be summarily rejected. Even the existing vendors/contractor who has/ has been doing the job in GAIL shall also comply with submission of documents as prescribed in the tender document, failing which the bid is liable to be rejected.". Documents submitted against Bidder's eligibility criteria should be attested by gazzatted officer or notarized by public notary. 25. EARNEST MONEY DEPOSIT: Tender should accompany earnest money deposit as specified in the tender documents. EMD can be submit by demand draft payable at State Bank of India Vadodara(branch code (9927 ) or thru bank gurantee on our prescribed format. Bank guarantee shall be issued by any nationalized bank(having net worth >Rs.100 Cr) only and shall be valid for 150 days. EMD of unsuccessful tenderer will be released on finalization of order. EMD of successful tender will be released on submission of CPG. Note: Offers without EMD shall be rejected. 26. CONTRAC PERFORMANCE GUARANTEE (CPG): The successful bidder will have to submit a Performance Guarantee for 10% of the total order value including taxes & duties towards Contract Performance and Warranty,. This can be submitted by way of DD or thru the Bank Guarantee(BG). BG shall be from any Nationalised / Scheduled bank(net worth>100cr) and shall remain valid for 90 days beyond the warranty / Guarantee period. Alternatively, PBG may be submitted through Demand Draft payable at SBI, Page 4 of 8

5 REQUEST FOR QUOTATION (Cont.) RFQ No:GAIL/VAG\20204 / /C&P\INS\38\L VAGHODIA/Vadodara (Branch Code or S3321). The PBG shall be submitted within 15 days on receipt of order & as per Gail's format only. CPG not required for order value less than Rs.One Lac. Note.: Offers not confirming acceptance to submission of PBG shall be rejected. 24. ARBRITRATION: All matters of difference what-so-ever which shall at any time arise between the parties hereto relating to execution and implementation of CONTRACT or to the rights or liabilities or any claims thereof (other than those in respect of which the decision of any person is by the contract expressed to be final and binding) shall be resolved as per Arbitration and Reconciliation Act, 1996 and the venue of such arbitration shall be VADODARA. 25. JURISDICTION: The contract shall be governed by and constructed according to the laws in force in India. The Contractor hereby submits to the jurisdiction of the courts situated at VADODARA(GUJRAT) for the purpose of disputes, actions and proceedings arising out of the contract, the courts VADODARA(GUJRAT) only will have the jurisdiction to hear and decide such disputes, actions and proceedings. Note.: Offers not confirming acceptance to arbitration & jurisdiction clause shall be rejected. 27.Force Majeure;Shall mean and be limited to the following: a)war/hostilities b)riot or Civil commotion c)earthquake, flood, tempest, lightening or other natural physical disaster. d) Restrictions imposed by the Government or other Statutory bodies which prevents or delays the execution of the Contract by the SELLER. The SELLER shall advise PURCHASER by a registered letter duly certified by the local Chamber of Commerce or statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the event of delay lasting over one month, if arising out of causes of Force Majeure, PURCHASER reserves the right to cancel the Contract and the provisions governing termination stated under Article 28.0 shall apply.for delays arising out of Force Majeure, the SELLER shall not claim extension in completion date for a period exceeding the period of delay attributable to the causes of Force Majeure and neither PURCHASER nor SELLER shall be liable to pay extra costs provided it is mutually established that Force Majeure Conditions did actually exist.seller shall categorically specify the extent of Force Majeure Conditions prevalent in their works at the time of submitting their bid and whether the same have been taken into consideration or not in their quotations. In the event of any force majeure cause, the SELLER or the PURCHASER shall not be liable for delays in performing their obligations under this order and the delivery dates will be extended to the SELLER without being subject to price reduction for delayed deliveries, as stated elsewhere. 28. Termination of Contract : Termination for Default The PURCHASER may, without prejudice to any other remedy for breach of CONTRACT, by written notice of default sent to the SELLER, terminate the CONTRACT in whole or in part: A) If the SELLER fails to deliver any or all of the GOODS within the time period(s) specified in the CONTRACT; or B) If the SELLER fails to perform any other obligation(s) under the CONTRACT, and C) If the SELLER, in either of the above circumstances, does not cure his failure within a period of 30 days (or such longer period as the PURCHASER may authorize in writing) after receipt of the default notice from the PURCHASER In the event the PURCHASER terminates the CONTRACT in whole or in part, pursuant to Article , the PURCHASER may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the SELLER shall be liable to the PURCHASER for any excess costs for such similar GOODS. However, the SELLER shall continue performance of the CONTRACT to the extent not terminated In case of termination of CONTRACT herein set forth (under clause 28) except under conditions of Page 5 of 8

6 REQUEST FOR QUOTATION (Cont.) RFQ No:GAIL/VAG\20204 / /C&P\INS\38\L Force Majeure and termination after expiry of contract, the VENDOR shall be put under holiday [i.e. neither any enquiry will be issued to the party by GAIL (India) Ltd. Against any type of tender nor their offer will be considered by GAIL against any ongoing tender (s) where contract between GAIL and that particular VENDOR (as a bidder) has not been finalized] for three years from the date of termination by GAIL (India) Ltd. to such VENDOR. Vendors are advised to not to take any deviation on techno-commercial terms as offer with other terms and conditions shall be rejected. Please send this copy duly signed & stamp along with the offer as acceptance. VENDOR NAME, SIGNATURE & SEAL AS ACCEPTANCE ON GPC OF GAIL Techno-Comm Bid Evaluation : i. The bidder must be a manufacturer or authorized distributor/dealer of Coriolis Mass Flow Meter (CMFM). The bidder shall submit attested copies of documents i.e. company registration certificate/iso Certificates/Excise registration/nsic or any other certificate issued from Govt. Authority as a proof of manufacturer of coriolis mass flow meter (in case of manufacturer) OR valid dealership/distributorship certificate (in case of dealer/distributor for coriolis mass flow meter) as on final due date of bid opening, issued by manufacturer, along with the offer. The details of manufacturer's facilities/catalogs, etc. also to be attached with the offer. ii. The bidder must have supplied & commissioned at least 02 numbers coriolis mass flow meters in India in last 05 years on similar application for measurement of LPG Hydrocarbon. Last 05 years shall be considered from bid due date. Documentary proof in form of attested copies of relevant purchase orders and installations & commissioning certificates should be attached with their offer. Documents submitted as required above in support of meeting BEC must be attested by Gazetted Officer/Officer of PSU or notarized by notary public. In absence of relevant documents, offer shall be summarily rejected. Page 6 of 8

7 REQUEST FOR QUOTATION (Cont.) RFQ No:GAIL/VAG\20204 / /C&P\INS\38\L Important : 1. Percentage of Taxes, Duties, P&F, Freight charges etc. of quoted basic price should be clearly mentioned in the quotation. 2. Please go through the General Purchase Conditions (GPC) enclosed as Annexure. Deviations to GPC shall liable for rejection of your offer. 3. Please submit Catalogue/Specification Details, Test Certificates/Traceability Certificate for accuracy along with your quotation. Yours truly, For and on behalf of GAIL ( India ) Ltd. (Authorized signatory) Page 7 of 8

8 REQUEST FOR QUOTATION (Cont.) RFQ No.:GAIL/VAG\20204 / /C&P\INS\38\L Format for Details of Terms & Conditions to be Filled By Vendor Offer Ref. & Date... Telephone No... Fax No Price Basis: Ex-Works... FOT Site of Plant... Delivery Schedule... Offer validity for: 90 days/120 days/180 days Payment Terms Discount % on basic Unit price, if any Packing & Forwarding, if applicable Excise Duty % (if applicable) LST/CST (with/without concessional Form), if applicable Freight, if applicable Other Charges, if any Signature of Vendor with Office Seal Page 8 of 8

9 CORIOLIS MASS FLOW METERS AT ROAD TANKER LOADING ARM / BAY OF GAIL (India) Limited, Vaghodia (Technical Details) 1

10 Index 1. Special Instructions to the Vendor. 2. Power Supplies and Distributions. 3. Vendor s Scope of Work. 4. Owner s Scope. 5. LPG Loading Control. Description of LPG Truck Loading Operation. Coriolis Mass Flow Meter. 6. Installation, Testing, Commissioning and Acceptance. Scope. Testing. Installation, Testing and Commissioning. 7. Miscellaneous Requirements. Scope. Logistic Support Services. Warranty. Documentation. 8. Technical Specification. 9. Schedule of Rates. 10. Technical Questionnaire. 2

11 1. SPECIAL INSTRUCTIONS TO VENDOR 1.1 Offer shall be clear, unambiguous and descriptive in nature in English Language only and shall be considered complete only if; It is accompanied by relevant offered technical specifications, catalogues, Instruction and operation manual in English to support the offered products in line with the specified requirement. 1.2 The vendor is instructed to disclose / declare all the deviations of the offered product and the offer shall be evaluated on the basis of deviations brought out, if any, by the vendor. Should any discrepancy be found between those and any other parts of the offer the vendor s deviation list shall be considered as final and it will be presumed that the vendor complies with all the clauses, specifications and data sheets of the bid packages (apart from the deviations brought out) and that will be considered as final. 1.3 Software usage limitations for the system with respect to functional requirements, if any, shall be brought out by the vendor in this offer. 1.4 Vendor must note that the entire brought out item shall be procured from owner approved vendors. Vendor must submit list of sub vendors for various items for which they intend to procure and supply. The list must be comprehensive and contain all major items and accessories with model no. decoding details etc. 1.5 The following units of measurement shall be followed: Pressure : Kg/Cm 2 Temperature : oc Density : Kg/m 3 Vol. Flow : m 3 /hr Mass Flow : Kg/hr Mass / Weight : Kg 1.6 The entire field mounted equipments and instruments shall be suitable for operation under tropical monsoon conditions. 1.7 All field equipment shall be weatherproof to NEMA-4 / IS-2147 or equal, unless other wise specified. They shall also be intrinsically safe or explosion proof (NEMA-7 / IS-2148), suitable for area classification Zone 1, Gr. IIA & IIB as per IEC as a minimum. Intrinsically safe equipment is preferred and shall be used as the first option. 1.8 Vendor is required to quote mandatory spares (as optional items) as listed in the SOR. 1.9 Vendor shall note that site acceptance test (SAT) will be carried out at site. 3

12 1.10 The detail checking of the bill of material for the system shall be done by the Owner / Engineer in-charge after award of P.O. Any hard ware and soft ware item explicitly not mentioned in the MR but required to meet the functionality of the system shall be included and supplied by the vendor within the cost and schedule of this bid / order The vendor shall be completely responsible for the functional integration of the supplied Coriolis Mass Flow Meters with the existing Batch Controllers and Digital Control Valves. 2. POWER SUPPLIES AND DISTRIBUTION 2.1 The system shall operate with Uninterrupted Power supply provided by the owner / purchaser with the following specification; Voltage : 110 VAC ± 10% Frequency : 50Hz ± 3% Harmonic Contents : less than 5 % 2.2 If any other derived power supply / modification are required for the equipments / instruments, which shall be in vendor s scope of supply. 3. VENDOR S SCOPE OF WORK A) Design and system engineering of Coriolis Mass Flow Meter for LPG loading. B) System engineering, design, manufacture and Supply of complete hard ware and software of the Mass Flow Meter, as per the technical specification (detailed else where in this document) including factory testing and acceptance of the instruments. C) Packing, Forwarding and Transportation of the material. D) Assistance for installation, field testing and Commissioning. E) Documentation and Warranty etc. F) Responsibility of functional integration with existing Batch Controllers and Digital Control Valves so as work as a complete system. NOTE: Isolation valves and bypass valves, if any, are not under the scope of the vendor to supply. 4

13 4. OWNER S SCOPE A) Supply / fabrication and Erection of complete piping work required for complete system. B) Supply / fabrication of Instrument supports and mountings. C) Making of Instrument earth pit, if any. D) Hydro testing of piping system. E) Supply and conduiting of GI pipes wherever require. F) All civil works like chipping, grouting, trenching etc. G) Installation and commissioning of all the instruments, under supervision of the vendor s engineer. 5. LPG LOADING CONTROL 5.1. DESCRIPTION OF LPG TRUCK LOADING OPERATION There are five nos. of Loading Bays and each are identical to others dimensionally and also in the form of functionality. Each bay shall be dedicated to individual loading arm / bay of LPG through Mass Flow Meter, Batch Controller and Digital Control Valve. The batch controllers are also double arm controller, connected with two loading bays. Before Start of the loading operation, the Batch Controller is having a start interlock to be satisfied. After making all necessary connections mechanically and electrically the Batch controller shall permit the start operation and afterwards operator has to set the LPG weight to be filled in the tanker. Until the controller permits to start the loading operation by satisfying all interlocks, no operator shall be able to manually intervene to start the loading operation. Initially the flow to the loading bays shall not exceed 10% of the maximum flow rate (i. e. about 10 m 3 /hr). When 10% wt. of LPG has been filled in the tanker the controller shall direct the loading control valve to open fully and hence deliver the maximum 40 m 3 /hr flow rate. As the loading progresses, the net weight of the LPG to be filled continuously decreases while the gross weight of the tanker increases. When % wt. Of LPG has been filled in the tanker, the controller directs the loading control valve to adjust the opening so that only 10m 3 /hr flow passes through the valve. Thus accurate filling of the tanker to pre-determined weight of LPG achieved. After 100% filling, the controller will close the loading control valve automatically & loading operation stops. 5

14 The system so designed that the loading operation shall be performed satisfactorily even when loading is taking place in all 5 nos. of bays at the same time. However when only one or two bays are under loading operation, the system pressure drop would be lower which will lead to higher inlet pressure & consequently higher pressure drops & higher flow rates through the loading control valve which may exceed the limits. This has been overcome by providing a pressure signal to the Batch controller so as to control the opening of loading control valve, which will maintain a constant pressure at the inlet and thus ensuring a constant pressure drop & constant flow rate (of 40 m 3 /hr) through he loading bay. Batch Controller loading operation shall be kept start interlocked on low flow and stop interlock on high flow condition for safe operation of the system. At any moment of time the loading operation can be terminated by pressing either of the following two push buttons: a) Emergency push button provided on each bay. This can stop the loading only on the particular bay. b) Emergency shut down of entire gantry operation via a push button that shall be located in Loading Control room. Pressure and Temperature compensation and density correction is provided at the batch controller so that after the total weight of LPG is filled, the loading operation can be terminated. 5.2 CORIOLIS MASS FLOW METER The Coriolis Mass Flow meter shall be capable of handle minimum and maximum flow (minimum flow 2.5 m 3 /hr and max. flow 60 m 3 /hr) maintaining accuracies within limit. The flow meter shall give the pulse out put to the batch controller which is in turn decide the net weight of MFO / Gasoline to be filled in the tanker and accordingly operate and adjust the loading control valve. Necessary pulse transmission to batch controller shall be incorporated as desired. One liter of liquid volumetric flow shall be represented by 100 digital pulses. 6

15 6. INSTALATION, TESTING, COMMISSIONING AND ACCEPTANCE 6.1 SCOPE: This specification defines the basic guidelines LPG loading Control system to vendor for satisfactory testing, installation, commissioning and field acceptance of the Mass Flow Meters This guidelines shall also be applicable to all hardwire and software brought by the vendor On the basis of this specification, vendor shall submit his own testing, installation, commissioning and acceptance procedures The testing and acceptance of the meters shall be carried out on the mutually agreed procedure and criterion based on specifications and vendors standard procedures. 6.2 TESTING Functional testing shall include the simulation of each input and output to verify proper system response, checking of all functionality and performance of the mass flow meters, simulation of power failure also shall be carried out The duration of the testing shall be mentioned by vendor with reasons. System shall be shipped to site only after the testing and certified ready for shipment by owner / purchaser During testing each test carried out shall be recorded. Any deficiency or problem shall be clearly brought out and shall be carried out Any changes in the data or configuration etc. shall be informed to vendor and further testing shall be carried out after getting approval from owner Checking of miscellaneous instruments. 6.3 INSTALLATION, TESTING AND COMMISSIONING Vendor shall offer the technical support services of the supervision to install the equipment / instrument, laying interconnecting cables, checking out, test and commissioning the system All technical personnel assigned to the site by the vendor shall be fully conversant with the supplied system Vendor s technical support responsibility at site shall include all the activities necessary to be performed to complete the job as detailed but not limited to the following : 7

16 a) Taking stock of the complete supplied material. b) Installation guidance for the complete system c) Checking of interconnections, and overall system functioning etc. d) Field testing. e) Commissioning and on line debugging of the system, if required. f) Performance of final acceptance test. 7. MISCELLANEOUS REQUIREMENTS 7.1 SCOPE The requirements defined in this specification shall also be applicable for all instruments / equipment brought and supplied by vendor from manufactures other than his own. 7.2 LOGISTIC SUPPORT SERVICES The bidder / vendor shall provide all the logistic support services like supply of required spare parts and providing maintenance / servicing of all the equipments supplied, for next 10 years period. 7.3 WARRANTY Vendor shall be fully responsible for the manufacture in respect of proper design, quality, workmanship, and operation of all equipments, accessories etc. supplied by him / them It shall be obligatory on the part of the vendor to do necessary modification and / or replacement of parts of the control system and also to modify the system / application software, if required, free of cost, in case of any malfunction is revealed during testing / commissioning and even after taking over the system but within the warranty period The vendor shall also provide the total maintenance of the system during warranty period. Warranty period shall be 18 months from the date of the system acceptance at site by the owner / purchaser or 24 months from the date of dispatch by the vendor / bidder, which ever is earlier. 8

17 7.4 DOCUMENTAION Vendor shall furnish the manuals / drawing / documents as a minimum for owner s review / approval, after placement of order and along with shipment. However, this does not absolve the vendor of his responsibilities to satisfy the design criteria and specification set herein for a safe and reliable system. Brief outline of the mentioned documents are given below. 1. As built documentation covering engineering manuals, installation and maintenance / user guides for all equipment/ instruments. 2. Factory acceptance test documents. 3. Site acceptance document. 4. Test run documents 5. Quality assurance / control documents. 6. Meter Calibration certificate traceable to national / international standards, from approved flow calibration lab to be supplied with the instrument (as per ISO-QMS requirement). NOTE: Any Other drawing / document not mentioned in the above list but required during erection, commissioning shall also be supplied by the vendor on demand. 9

18 8. Technical Specifications Technical Specification of Coriolis Mass Flow Meter 1 Tag No. 44-FQI-1301 to Line Size & Rating 3, 300 # General 3 Service LPG to loading bay 4 Fluid to be measured Liquid hydrocarbon 5 Type Coriolis, dual U tube 6 Function Measure, Indicate & Transmit 7 Meter tube Size Vendor to design & specify Meter 8 End connection: Flanged a) Size Vendor to specify. b) Rating ANSI 300 # c) Facing Raised Face d) Finish Serrated 9 Material, Enclosure Body SS304L 10 Tube Material SS316L 11 Other Wetted Parts SS316L 12 Matching Counter Flanges at Both Ends Required. 13 Enclosure Intrinsically Safe / Ex-proof with reference to the Hazardous area classified at 29 and WP to NEMA 4X 14 Conduit connection ½ NPTF 15 Range of display: a) Flow Rate- 0 to 60 M3/hr b) Density- 0 to 1 g/cc 16 Basic Accuracy ± 0.1% of flow rate 17 Zero stability 0.01 % of the flow range or better ± 0.05% of flow rate or better 18 Mass flow repeatability 19 Density accuracy ± 0.01 g/cc 20 Density repeatability * 10

19 Converter 21 Load resistance Maximum 500 ohm ohms inductive 22 Type Microprocessor based smart. 23 Outputs with internal One isolated 4-20 power ma analog output and one RS-485 MODBUS serial digital output for control room. One pulse output (flow rate) for batch controller. a) Mass Flow Rate: 4-20 ma analog output with HART super imposed signal. b) One RS 485 MODBUS serial digital output for all the measured and computed parameters. c) One Pulse output against flow rate for Batch Controller. Maximum 500 ohm inductive 24 Power supply 110V, 50 Hz, UPS 110V, 50 Hz, UPS 25 Power consumption * * 26 Enclosure Protection class Intrinsically Safe / Ex-proof with reference to the Hazardous area classified at 29 and WP to NEMA 4X Special cable between sensor & converter 29 Hazardous Area classification 30 Hazardous area certificate / approval required 31 Cable connection for power supply 32 Cable connection for signal Required & vendor to supply IEC ZONE 1, GROUP IIA & IIB Yes (from recognized certifying agency) ½ NPTF ½ NPTF 11

20 33 Protocol for Digital 1) HART (latest Communication version) for 4-20 ma signal. 2) MODBUS for RS 485 digital serial port 34 Mounting brackets Required (2 pipe Options 35 Local display / indication mount) Dual line display required for mass / volume flow rate, density, temperature, pressure and flow totalizer (with configurable resetting facility). 36 Special cabling Maximum distance between transducer & transmitter 10 mtrs. 37 Pressure Refer Note 11. Compensation 38 Cable glands Required, Ex-proof. 39 Calibration Certificate Calibration certificate traceable to national / international standards, from approved flow calibration lab to be supplied with the instrument (as per ISO-QMS requirement). (Please quote separately) Service 40 Fluid LPG, liquid hydrocarbon. 41 Flow Min/Nor/Max. 2.5 / 35 / 60 M3/hr 42 Inlet Press.- Min / Operating / Max 8.0/ 12.0/ 15.0 kg/cm2 g 43 Temp. Min / Opr / 35 / 40 / 50 ºC Max 44 Density gm/cc at 15 ºC 12

21 Model 45 Specific gravity 46 Operating Viscosity (cp) 47 Maximum allowable pressure drop across the meter at Max. flow 0.09 to 0.10 cp Less than 0.5 kg / cm2 48 Make * 49 Sensor * 50 Transmitter/ * Converter 51 Qty. 5 nos. * Vendor to specify. NOTES: 1. Dimensional drawings of the meters along with Flange details are to be provided with the offer. 2. Installation drawings along with reducer (if any), isolation valves at both ends and by-pass valve to be submitted along with the offer. 3. The vendor should note that, the scope of supply also include mating flanges (for connecting to the pipe line) and reducers (if required for interconnecting vapor eliminator) along with the flow meter. 4. The system should be independent from external loads and vibration. 5. As the communication protocols are HART (for analog output) & MODBUS (for serial output), hence the communication software for the transmitter should be a part of total supply. 6. All calibration to be done to obtain flow coefficients for the mass flow & density must refer to traceability with respect to National / International standards & calibration certificates to be provided. Sample certificates should be enclosed with the offer. 7. Commissioning assistance must be provided & the same should be confirmed. 8. Please confirm the after sales service/ calibration facilities available in India for maintenance & mention the frequency of calibration required to confirm stability & accuracy of the meter. 9. Though in normal operating condition of both the process flow streams, as defined, the vapor fraction of the fluid is zero but, since the Coriolis flow meter tubes are generally of reduced flow area compared to the inlet and outlet flanges and the pipe connections hence there is chance of reduced pressure and vapor formation inside the tube itself resulting in error in measurement. Vendor should design the meter properly to avoid the error due to bi-phase flow. 10. The meters along with all accessories are to be used in hazardous areas classified as IEC Zone 1, Group IIA & IIB (NEC Class 1, Division 1, Group C & 13

22 D). The vendor to ensure the Ex-proof ness or intrinsic safety of their equipments which are going to be installed in field in above mentioned environment. 11. On line pressure compensation has been considered as a part of Batch Controller functionality. Hence separate pressure compensation is not required here. 12. For the pulse output from the Coriolis Mass Flow Meter for the Batch Controller, one liter of liquid volumetric flow shall be represented by 100 digital pulses. 13. The vendor should have proven track record of manufacturing and supplying coriolis mass flow meters on similar applications and provide documentary evidence of the same along with their offer sets of operation, maintenance and spare parts manuals are to be supplied with each flow meter. 15. Filling of Deviation List and Technical Summary Form is mandatory for technical qualification of the bid. 14

23 9. SCHEDULE OF RATES PART-A S/N DESCRIPTION OF WORK QTY. Unit rate (Rs.) Total (Rs.) 1 Supply of Coriolis Mass Flow Meter as per Technical Specification 05 Nos. PART-B S/N DESCRIPTION OF WORK UNIT QTY. RATE (Rs.) AMOUNT (Rs.) 01 Assistance for Installation, field testing and commissioning of the complete system as per the Vendor s Scope of Work (Section 3.E). Man Days 03 PART-C S/N DESCRIPTION OF WORK UNIT QTY. RATE (Rs.) AMOUNT (Rs.) 01 Recommended Spare Parts, as optional items (List of spares with price break-up for individual items). Lot. 01 NOTE: Parts A & B will be considered for price bid evaluation. Since Part C is optional hence, shall not be considered for price bid evaluation. 15

24 7. TECHNICAL QUESTIONNAIRE Sr. No. Description 1. Type of Instrument. Mass Flow Meter Desired Specification for 52-FM Coriolis, dual U tube liquid mass flow meter ** Offered Specification / Confirmation for 52-FM Fluid to be Measured. LPG, Liquid hydrocarbon Function of the instrument Body enclosure material of the meter 5. Tube material Other wetted parts of the meter Type of flow meter enclosure Matching counter flanges at both ends Parameters to be Measured. Maximum operating pressure drop across the meter 11. Range of display 12. Accuracy of Measurement. 13. Zero stability 14. Mass flow repeatability On line Pressure compensation Load resistance ohms Measure, indicate & transmit Body enclosure material of the meter should be SS304L Tube required is of material SS316L All the wetted parts of the meter should be SS316L Intrinsically safe/ Ex-proof with reference to the hazardous area classified as IEC ZONE 1, GROUP IIA & IIB and WP to NEMA 4X. Matching counter flanges are required to be provided at both ends. Mass flow rate & Density. Maximum operating pressure drop across the meter should be less than 0.5 kg/cm2 at maximum flow Flow rate = 0 to 60.0 M3/hr Density = 0 to 1 g/cc. Flow rate = ± 0.1% of flow rate Density = ± 0.01% 0.01% of flow range or better ± 0.05% of flow rate or better Not required, since on line pressure compensation has been considered as a part of batch controller functionality. Maximum 500 ohm inductive 17. Converter type Microprocessor based smart 18. Outputs with internal power (from converter) One isolated 4-20 ma analog output, one pulse output for flow rate and one RS-485 MODBUS serial digital output a) Mass Flow Rate: 4-20 ma analog output with HART super imposed signal. b) One pulse output against mass flow rate for the batch controller. c) One RS 485 MODBUS serial digital output for all the measured & computed parameters. 16

25 19. Power Supply Enclosure protection class of the converter Special cable required between the sensor & the converter Hazardous area certificate Protocol for digital communication 24. Type of display 25. Calibration certificate 26. Dimensional drawing Power supply required is 110V, 50 Hz, UPS Intrinsically safe / Ex-proof with reference to the hazardous area classified as IEC ZONE 1, GROUP IIA & IIB and WP to NEMA 4X. Special cable required between the sensor & the converter shall be included in the vendor s scope. Hazardous area certificate/ approval from recognized certifying agency is to be provided 1) HART (latest version) for 4-20 ma signal. 2) MODBUS for RS 485 digital serial port Dual line display required for mass/ volume flow rate, density, temperature, pressure & flow totalizer (with configurable resetting facility) Vendor shall provide calibration certificate with the instrument traceable to national/ international standards, from approved flow calibration lab Dimensional drawings of the meter along with the flange details are to be provided 27. Installation diagram To be provided. 28. Deviation list Technical questionnaire Assistance & supervision for installation & commissioning. Latest models offered & availability of spares Standard Testing & Inspection Procedure. Deviation list submitted (offer shall be evaluated based on deviation list submitted) Technical questionnaire submitted (offer shall be evaluated based on reply to the technical questionnaire) The vendor shall provide assistance for installation and commissioning of the new system. The vendor shall confirm that the offered models of instruments are the latest available with them and they undertake the responsibility to supply of the spares for the offered meter for a period of next 10 years. The vendor shall provide standard testing & inspection procedure for the instrument ** Please fill-up the details of the offered product, stamp & sign each page. 17

26 From, To, MANAGER (C&P) GAIL (INDIA) LTD., MANISH CIRCLE, OLD PADRA ROAD VADODARA B I D F O R M Subject: Supply of. Dear Sir, 1. In response to your Tender Enquiry No. GAIL/PATA/C&P/, I/ We hereby offer to supply the goods detailed in schedule hereto or such portion thereof as you specify in the Acceptance of Tender at the price given in the Price Schedule and agree to hold this offer open till. 2. I/We have understood the Instructions to bidders and accepted the General Purchase Conditions for supply and have thoroughly examined the specifications/drawings quoted in the schedule hereto and am/are fully aware of the nature of the goods required and my/our offer is to supply goods strictly in accordance with the requirement. 3. The following pages have been added to and form part to this tender. 4. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof in your notification of award, shall constitute a binding Contract between us. 5. We understand that you are not bound to accept the lowest or any bid, you may receive. Dated this day of 200. Duly Authorized to sign bid for and on behalf of Witness: Address: Signature (In the capacity of ) Signature

27 Whereas BID SECURITY FORM/EARNEST MONEY DEPOSIT FORMAT. (hereinafter called the Bidder ) has submitted his bid dated for the supply of (hereinafter called the Bid ) KNOW ALL MEN these presents that WE.. of.. having our registered office at.. (hereinafter called the BANK ) are bound upto.. (hereinafter called the OWNER ). In the sum of.. for which payment will and truly to be made to the said OWNER, the BANK binds itself, its successors and assigns by these presents. Sealed with the common seal of the said BANK this.. day of 200. THE CONDITIONS of this obligation are : 1. If the Bidder withdraws his Bid during the period of bid validity specified by the bidder on the Bid Form or 2. If the Bidder, having been notified of the acceptance of his bid by the OWNER during the period of bid validity: a) fails or refuses to execute the contract form, if required of b) fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidder. We undertaken to pay the OWNER upto the above amount upon receipt of its first written demand, without the OWNER having to substantiate its demand, provided that in its demand the OWNER will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions. This guarantee will remain in force upto and including 2 months after the period of bid validity, and any demand in respect thereof should reach the BANK not later than the above date. (Signature of the BANK) Name of Witness : Address of Witness : Date : (Signature of the Witness)