Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
OIL INDIA LIMITED(A Govt. Of India Enterprise) Tel :033 2230 1657, 16584, India Exchange Place, Fax :91 33 2230 2596Kolkata-700001 E-mail :[email protected]
Tender No. & Date :KID4630L18/08 05.05.2017
Bid Security Amount : INR 0.00 OR USD 0.00
Bidding Type :
(or equivalent Amount in any currency)
Single Bid (Composite Bid)
Bid Closing OnBid Opening On
Performance Guarantee
::
:
20.06.2017 at 14:00 hrs. (IST)20.06.2017 at 14:00 hrs. (IST)
Applicable
OIL INDIA LIMITED invites Limited tenders for items detailed below:
Item No./ Mat. Code
Material Description Quantity UOM
10 0C000451
FLAME PROOF ELECTRIC MOTOR DRIVEN PROGRESSIVE CAVITYPOSITIVE DISPLACEMENT SCREW PUMP(RECHARGING PUMP).
Detailed specifications as per the attached annexure A-I.
4 NO
INSTALLTION & COMMISSIOING
20 INSTALLTION & COMMISSIOING 1 AU
Special Notes : 1. Guarantee / Warranty certificate for 18 months from date of despatch or 12 months from thedate of receipt whichever is earlier will be required along with the supply.
2. Validity of offer: 75 days from the date of tender opening. Offer with validity less than 75 dayswill be rejected.
3. PAYMENT TERMS :In the event of an order, 70% payment against material value will be released againstsubmission of bills/ despatch documents and balance 30% payment against material valuealongwith Installation & commissioning charges will be reelased only on successful installationand commissioning of the material at OIL's site.
4. PERFORMANCE GUARANTEE:
Performance Guarantee is applicable against this tender. 10% of the ordered value shall begiven as performance guarantee in the form of bank guarantee and shall be valid for 90 daysbeyond applicable warranty / guarantee / defect liability period (if any). Bidders should undertakein their bid to submit Performance Security as stated above.
Page : 1 / 1
Tender No.Tender Date
::
KID4630L18/0805.05.2017
Bid Closing OnBid Opening On
::
20.06.2017 at 14:00 hrs.(IST)20.06.2017 at 14:00 hrs.(IST)
Tender issued to following parties only:
Slno V_Code Vendor Name City/Country
1 200211 STEEL & INDUSTRIAL STORES ASSAM
2 201059 ROTO PUMPS LTD. KOLKATA
3 203348 ROTOMAC INDUSTRIES (P) LTD. KANPUR
4 203966 TUSHACO PUMPS PVT.LTD. MUMBAI
5 204500 UT PUMPS & SYSTEMS PRIVATE LIMITED KOLKATA
6 207417 ALPHA HELICAL PUMPS PVT. LTD COIMBATORE
7 207603 INFINITY ENGINEERS NEW DELHI
8 207604 GUTTA ENGINEERS PVT. LTD KOLKATA
9 207620 R.S. ENTERPRISE NEAMATPUR
10 207665 CHANDRA HELICON PUMPS PVT LTD KANPUR
11 208025 NETZSCH TECHNOLOGIES INDIA PVT LTD CHENNAI
1
FLAME PROOF ELECTRIC MOTOR DRIVEN PROGRSSIVE CAVITY POSITIVE DISPLACEMENT
SCREW PUMP (RECHARGING PUMP). ANNEXURE –A-I
Sl No
(Clause)
Description
Detail Specification Bidder’s Remarks
Complied/ Not
Complied
(Attach Separate
Sheet if necessary)
1.0 Scope of
Supply
FLP ELECTRIC MOTOR DRIVEN Progressive Cavity SCREW PUMP set complete with
Flexible coupling, Safety Relief valve, Flexible Hose for suction & delivery end with ANSI B
150 class end connections complete set mounted on robust constructed self-loading OIL
FIELD Skid for frequent inter location movement.
2.0 Pump
Specification:
The pump shall be progressive cavity pump for continuous duty with parameters given here
under. “Continuous duty" means pump having service operation on full load for a period of 8
hours to 24 hours per day as per Hydraulic Institute Standard application.
Pump Capacity Range, Cubic Meter/Hr: 20–25
Working Pressure Range, Kg/Sq.CM : 6 – 8
Pump Design Pressure, Kg/Sq.CM : 8
Absorbed Power Range, HP : 9 – 12
Mechanical Efficiency Range, % : 70-80
Volumetric Efficiency range, % : 80 – 90
Suction Condition : Flooded
Pumping Temperature Range, Degree Celsius: 30- 60
Design Temperature, Degree Celsius: 100
NPSHR required Range, M : 3 – 5
2
3.0 Pump
Construction
Features:
i) Pump Suction and Discharge Casing:
The pump housing shall be designed for the type of service specified and shall be of sufficient
strength, weight and metal thickness to ensure long life, accurate alignment and reliable
operation.
The pump housing shall be constructed of Cast Iron as per IS210 FG220/Grey Cast Iron Grade
25 (GCI-25).The discharge end cover shall be ANSI/B16.5 class 150 flanges sized for the pump
specified and shall have a vent/gauge connection that can be rotated in 90o increments. The
discharge support feet shall be separate from the discharge flange.
ii) Stator :
The Stators should be bonded to mild steel sleeve, twin internal helix and shall be formed from
Hi Nitrile Black/ NBR (Nitrile Buna Rubber). The stator shall be affixed to the suction casing
by the use of four (4) tie rods for easy removal and replacement. Stators shall not be affixed to
the suction casing by threaded connections or by snap rings. The suction edge of the stator
shall be taper to allow for unrestricted flow into the pumping elements. The rubber shall be
molded around the ends of the stator tube sealing at the suction and discharge to prevent
leakage. The use of separate o-rings or flat rings/ gaskets for stator sealing shall not be
required. Free molded stators, Axially Split Stators or Free Molded stators are not acceptable
iii) Rotor:
The rotor shall be single helix, precision machined from Stainless Steel AISI -316L/HCP with
Hard Chrome plating and then covered with 100 microns of heavy double layers of hard
chrome plating. The rotor shall be driven by means of a heavy duty sealed drive train.
iv) Drive Train:
The rotor shall be driven by means of a heavy duty drive train. The rotor shall be joined to the
drive shaft by means of coupling rod with a double sealed cardan universal joint at each end.
The sealed Cardan type universal joints shall be factory lubricated with grease and completely
sealed from the abrasive fluid being pumped. Bidder shall provide undertaking for 10,000
operating hours warranty in their offer. This warranty shall be unconditional in regards to
damage or wear
Alternatively, each pump rotor shall be driven through a positively sealed and lubricated pin
joint. The pin joint shall have replaceable bushings in the connecting rod as well in the rotor
head. The pin shall be constructed of high speed steel, air hardened to 60-65 HRc. The joint
3
shall be grease lubricated with a high temperature grease. The joint should be covered with
suitable elastomeric boot seals and positively sealed. No hose clamps will be acceptable for
sealing of boot seals. The universal joints shall carry a separate warranty of 10,000 operating
hours. This warranty shall be unconditional in regards to damage or wear.
v) Gland Housing and Stuffing Box: The pumps shall be constructed with adequately sized stuffing boxes / Seal Housings capable of
sealing the pumpage within the pump casing. The stuffing/ Seal Housing box shall be externally
mounted and field replaceable as a separate casting. The stuffing box / Seal Housing shall be
drilled and tapped for water flush or grease seal and supplied with a lantern ring in case of
gland packings and a suitable sealing plan for mechanical seals Stuffing box / seal Housings
positioned inside the bearing housing is not acceptable.
vi) Pump Drive Shaft: The drive shaft shall be of the solid drive shaft design in order to avoid clogging and/or
trapping of solids, which could either interrupt the movement of the connecting rod or disturb
the seal of the rear joint. Maximum shaft deflection under normal operating conditions shall
not exceed 50 microns. The portion of the drive shaft, which passes through the stuffing box,
shall be hard chrome plated incase use of soft gland packings. No need of hard chrome plating
in case of mechanical seals.
The solid drive shaft shall be mounted in a set of taper roller bearings both at drive end side as
well as on the stuffing box side. The taper roller bearings shall be adequately sized to handle
the radial and thrust forces, with a minimum L-10 bearing life of 10,000 hours. Upon written
request, the Manufacturer shall supply to the owner all bearing life calculations. Hollow or
telescoping designed drive shafts are not acceptable.
The universal joint head shall be removable from the drive shaft to allow easy access or
removal of the stuffing box or mechanical seal without disturbing the drive end of the pump.
vii) Bearing Frame:
The pump bearing housing shall be a one piece rigid Cast Iron as per IS 210 FG 220/ Grey Cast
Iron, Grade 25 (GCI-25) casting, providing a self-centering and self-indexing fit with the
stuffing box or mechanical seal housing of the pump, to insure proper alignment of the bearings
and stuffing box. The bearing housing shall be equipped with grease seals and deflectors fixed
4
to prevent the entrance of contaminants. The deflector should be fixed inside the groove on the
shaft to ensure that it stays intact and does not move during the operation of the pump. The
bearings shall be grease lubricated. The bearing housing shall be supplied with adequate
threaded connections for stuffing box drainage
4.0 Direction of
Rotation for
pump:
The pump should be suitable for running in both the direction for flushing the pump.
5.0 Limit Switch
& Pressure
Switch:
Provision for limit switch device should be provided at the suction side & a pressure switch at
the discharge side of the pump to prevent the pump from dry running.
6.0 Safety
Relieve
Valve:
A full flow type Pressure Relief Valve of reputed make shall be mounted on discharge line of
the pump suitable for a working pressure of 8Kg/Sq.cm and a set pressure of 9Kg/ Sq.cm
having flanged connections.
7.0 Properties of
Liquid to be
handled:
Crude oil with following characteristics:
API Gravity at 60 Deg F : 30
PH : 7.2
Salinity (ppm) : 4400
CO3 : NIL
HCO3 : 305
Pour Point ( Deg C ) : 27
Water Content ( % v / v ) : 21
Pumping Temp : 34 to 35 Deg C
Viscosity : 13 cp @ 26 Deg C, 17 cp @ 24 Deg C,29 cp @ 22 Deg C
Sp Gravity : 0.8574 @ 35 Deg C and 0.8718 @ 15 Deg C
Sand particles : Traces
8.0 Prime
mover:
The pump shall be directly coupled with suitable FLP Electric Motor.
Details of Motor:
The motor shall have the following specifications.
Type :
1. The motor shall be 3 phase, squirrel cage, AC Induction motor conforming to BIS 325
2. The motor shall be FLAMEPROOF type, suitable for installation in Zone 1 area and Group
IIA and IIB type gas. The motor shall be certified by CIMFR (Central Institute of Mining and
5
Fuel Research) or any other NABL accredited Govt. approved test laboratory and approved by
Director General of Mines Safety (DGMS), Govt. of India.
Rated output: To be provided by the bidder (The motor rating shall be so designed that it is
minimum 15% higher than the respective absorbed power required for full rated capacity load
handling). Pump and motor calculations to be submitted with the offer.
Enclosure : FLP, TEFC with Degree of protection = IP55 or better
Insulation: Vacuum pressure impregnated, Class F with winding temperature rise limited to
value specified for class B insulation.
Cooling: Self air cooled through internal bi-directional fan of motor.
Site Condition: Suitable for 45 deg. C max, 5 deg. C, 150 m Alt, 95% RH
Voltage: Motor shall be suitable for 415 +- 10% volts, 3 Phase, 50 cycles, AC supply and
should withstand high voltage fluctuation.
Frequency : 50 Hz +- 3%
No of phases : Three
RPM : To match driven load
Duty : Continuous (S1)
Mounting : Horizontal, foot mounted
Bearing : Ball/Roller bearing at DE & NDE
Type of Drive : Direct Coupled
Rotation : Bi-directional
6
Starting: DOL for motors up to 12.5 HP; YD for motor above 12.5 HP.
Switching : 15 Starts /Hr.
Terminal Box: FLP Cable termination box with brought out terminals suitable for
terminating PVCA copper cables of proper size as per rating of motor and cable entry holes (01
no. for DOL; 02 no’s for YD starter). The brought out terminals shall be of brass and mounted
on non-hygroscopic insulation (FRP or DMC) suitable for tropical climate.
Glands: Adequate nos (depending on type of starter) of FLP, weatherproof, heavy duty nickel
plated brass glands shall be supplied with the motor. The FLP glands shall be suitable for
installation in Zone 1 area and Group IIA and IIB type gas. The glands shall be certified by
CIMFR (Central Institute of Mining and Fuel Research) or any other NABL accredited Govt.
approved test laboratory
Earthing: Two no’s of earthing studs to be provided on both sides of the motor. Earthing system
for the motor shall be as per the IS: 3043.
Lifting Eye: One no. lifting hook shall be provided for lifting the motor.
Markings : Name plate details with name of manufacturer, frame size, rated voltage, rated
output, current, frequency, type of duty, class of insulation, no. of phases, speed in rpm
at rated output, degree of protection, winding connections, amb temp, bearing sizes,
lubricant, lubrication material and year of manufacture
- Test laboratory certification details
- DGMS approval details
- DGMS logo
Paint : Two coats of DA grey paint
Ref BIS : IS325, IS2148, IS5572, IS9570 with latest amendments
Make : Bharat Bijlee/ Crompton Greaves/ KEC/ Siemens/NGEF.
General Notes on motor:
1. Motor shall be tested as per BIS and test certificates shall be furnished with the supply.
7
2. The FLP motor and the FLP gland(s) must be suitable for installation in Zone 1 area and
Group IIA and IIB type gas. These must be certified by CIMFR (Central Institute of Mining
and Fuel Research) or any other NABL accredited Govt. approved test laboratory and the FLP
motor MUST BE approved by Director General of Mines Safety (DGMS), Govt. of India.
Copies of test certification for the motor as well as the glands and valid DGMS APPROVAL
for the motor must be furnished with the offer. Without these documents the offer shall NOT
be considered for evaluation.
3. The motor(s) shall be guaranteed for 1 (one) year from the date of supply. Guarantee cards
shall be duly signed and stamped by the supplier and shall be provided along with the supply.
Documents(Electrical Items):
1. Bidder shall furnish every detail of the electrical items in their offer as per the above
specifications IN THE SAME ORDER. All of the above shall form part of the order. Hence any
deviations must be clearly mentioned which shall be securitized for acceptability. Specific type
and make of components should be mentioned clearly. No deviation shall be allowed at the
time of supply.
2. All electrical items shall be procured from OEM or their authorized dealers only. In case of
dealers copies of valid dealership certificates shall be furnished with the offer without which
the offers shall not be considered for evaluation.
3. The following documents shall be submitted with the offer
# GA and dimensional drawing of all electrical equipment.
# Technical details of the Motor.
# Copies of certificates and valid DGMS approvals.
4. Four bound sets of the following documents, shall be submitted with the supply
# Approved GA and dimensional drawing of all equipment.
# Technical details of the Motor.
# Copies of laboratory test certificates and valid DGMS approvals for flameproof items.
# List of recommended spares for two years.
# All test certificates.
# Guarantee Certificates
8
Transportation(Electrical Item):
During transportation all electrical equipment are to be suitably packed to avoid water ingress
and transit damage.
9.0 Operating
Site
Conditions:
The pump set should be suitable for operation at the following conditions :
Room temperature (Max.) : 41 degree C
Room temperature (Min.) : 6 degree C
Maximum relative humidity at 21 degree C : 100%
Maximum relative humidity at 41 degree C : 70%
Altitude above sea level : 150 m
Average annual rainfall : 350 cm
10.0 Master Skid :
The pump set is to be supplied with all components and accessories fitted and mounted on an
oilfield type two runner portable master skid. While unitizing the pump set, easy approach to
various components for maintenance aspects should be kept in mind. The floor of the skid
should be covered with anti-skid checkered steel plates. The skid should be inverted C channel
to withstand loading /unloading and transfer in oil field trucks. The size should be big enough
to provide for sufficient working space in and around the pump set.
11.0 Certificates
and
Documents
to be
forwarded
with
quotation:
The following documents should be forwarded along with the quotations:
a) Product line catalogue, specifying materials of construction and constructional features of the
offered pump and technical literatures of all ancillary equipment.
b) Performance chart of the pump including all technical calculations such as horse power,
volumetric efficiency, mechanical efficiency, RPM, NPSH requirement, etc.
c) Technical calculation based on which the electric motor is selected for the pump offered.
d) Leaflet containing complete technical details for pump, electric motor, Coupling etc.
e) A schematic layout of the master skid showing the electric motor, pump and all other
components of the pump set.
12.0 Certificates
and
Documents
to be
forwarded
with Supply
of
Equipment
3.0 The following documents must be forwarded along with each pumpset:
a) Certified test results
b) Certificate of hydrostatic testing
c) Manufacturers certificate of authenticity
d) Certificate of test / conformance of pump etc.
e) Operation and Maintenance manuals, parts list manuals of pump, electric motor, couplings
and all other accessory equipment.
f) Foundation Drawing of the Pump sets along with the following information are to be
9
supplied:-
a) Dynamic load
b) Static load
c) Unbalanced load
13.0 Spare Parts:
Spares for 2(Two) years normal operation of the pump, couplings and its accessories should be
included in the offer. Bidder should indicate the manufacturer's Part Nos for each part of
pump, electric motor, coupling and its accessories along with the supplier's own Part No., if
any.
Bidders have to provide the price along with the part numbers of the spares that they envisage
shall be required for maintenance of the pump set for 2(Two) years. However, the prices of
these spares will not be considered during commercial evaluation of the offer.
14.0 Tools: 1 (One) Set Special tools for maintenance of each pump has to be supplied along with the Pump
set at the time of delivery.
15.0 Inspection &
Tests:
a) The plant and materials may be subjected to inspection during manufacture at the
purchaser's discretion, but such inspection shall not relieve the supplier of his
responsibility to ensure that the equipment supplied is free from all manufacturing and
other defects and conform to correct specifications. The supplier will be notified in
advance, if it is intended to inspect plant & materials.
b) Except where otherwise agreed the test called for in this specification shall be carried out
in the presence of the purchaser or his representative appointed for the purpose and to his
satisfaction. All appliances, apparatus, labor etc. necessary for the test shall be provided
by the supplier at his cost.
c) Pre dispatch inspection will be carried out by us at the works of the manufacturer. The
complete unit mounted on the skid shall be inspected by our engineer. The unit shall be
load tested at rated pressure and capacity at supplier’s factory before dispatch. Accordingly
each pump set should be ready for operation after carrying out initial servicing and making
provisions for fuel and the supplier should inform us well in advance. All tests are to be
performed as per ISO: 10000 quality products.
d) OILs PO No to be embossed in the engine block / pump body of thepump set to be
supplied.
16.0 14.0 Installation, Installation and Commissioning of the Pump set shall be carried out by the bidder in the
10
Commissioni
ng, Testing &
Handing
Over:
presence of OIL representatives at its fields at Duliajan, Assam (India). Services of qualified
and competent personnel from equipment manufacturer are essential during installation and
commissioning of the pump sets. Only competent service personnel shall be engaged for
installation, testing and commissioning of pump sets. OIL will provide necessary statutory
permits in classified areas as and when required.
Installation / commissioning charges should be quoted separately which shall be considered for
evaluation of the offers. These charges should include amongst others to and fro fares,
boarding/ lodging and other expenses of commissioning engineers during their stay at Duliajan,
Assam (India). All Personal, Income and Service Tax etc. towards the services provided by the
supplier shall be borne by the supplier and will be deducted at source. Bidders should also
confirm that their offer includes installation / commissioning in the Technical Bid.
Note :
i) Scope of jobs offered by the bidder under installation & commissioning should beclearly
mentioned in the offer.
ii) Once commissioned at designated site the pump set will be subjected to a trial run on
available load for a minimum period of 72 hrs.
iii) On satisfactory performance the unit shall be subsequently handed over to OIL.
17.0 15.0 Material
Tests,
Certificates:
16.0
The supplier shall submit for approval, particulars of all test pieces proposed to be taken
from the castings or forging subjected to high pressure and also of highly stressed parts. The
purchaser will state whether he intends to witness the tests on such pieces or is prepared to
accept the supplier's test certificates.
18.0 17.0 Hydraulic
tests:
Before being dispatched from the supplier's works all castings/forging and valve shall be
hydraulically tested to at least twice their normal working pressure for a period of 30
minutes and certificate thereof should be made available to the purchaser.
19.0 18.0 Packing,
Painting and
Protection:
Packing shall be sufficiently robust to withstand rough handling during shipment and up
country journey. All items shall have their respective identification letters or numbers painted
on them and they shall be suitably packed to provide ease of handling and storage and
maximum protection during transport and storage period. Crates and boxes shall have a list of
items contained therein secured to the exterior by piece of an enveloping piece tin sheet nailed
to the wood. A duplicate list shall also be included inside, with the contents, sling points shall
be clearly indicated on the crates.
Internal parts shall be sprayed with an inhibitor water splitting preservative and all openings
shall be covered with masking tape to prevent ingress of water.
11
20.0 After Sales
Service:
The nature of after sales services, which can be provided by the supplier during initial
commissioning as also in subsequent operation should be clearly stated. It should be
confirmed that spares for the electric motor/Pump/coupling and its accessories offered would be
available for at least 10 years after delivery of the material.
21.0 Guarantee
/Warranty:
The supplier has to provide a Guarantee /Warranty for the offered pump set and its performance
for a period of 12 months from the date of commissioning or 18 months from the date of
dispatch. Relevant Guarantee /Warranty certificate must be submitted at the time of delivery.
22.0 Special
Terms and
Conditions
19.0 (Technical):
1. Bidder shall be an Original Equipment Manufacturer (OEM) of Pump or its authorized dealer
with adequate testing/quality assurance facility available as per applicable codes in their
manufacturing/fabrication facility. If an authorized dealer lacks such facilities its principal must
have them.
2. In case the bidder is an authorized dealer, valid Authorized Dealership Certificate from OEM
must be submitted.
3. The bidder must submit undertakings for the following along with their technical bid:
A) Submit an undertaking from OEM confirming that the equipment to be supplied are not
going to become obsolete for next 10 years and provisioning of spares will be continued.
B) Declaration for availability of its manufacturing / fabrication / testing facilities. If an
authorized dealer lacks such facilities its principal must have them.
C) Declaration for availability of After Sales Service Center in India.
4. Delivery Period after placement of Purchase order: Delivery of all items under the scope of
the order must be completed maximum within 9 (nine) months from date of firm placement of
order. Bidder shall furnish, along with their technical bid, undertaking to complete delivery as
specified in this clause, in the event of placement of order on it.
5. Installation and Commissioning: The installation and commissioning work of the order that
are with the scope of the supplier must be completed maximum
within 3(three) months from date of delivery. Bidder shall furnish, along with their technical
bid, undertaking to complete the installation and commissioning work as specified in this
clause, in the event of placement of order on it.
12
23.0 4.0 Data Sheet: A. Data Sheet (Pump)
Make
Model
Pump Type
Service
Liquid Handled
Offered Rated Speed
Offered Rated Pressure
Discharge Volume @ offered Speed (Vol Effi = 93%)
Approx HP Requirement as per NIT Parameters
NPSH Required
Pumping Temperature
Lubrication
Coupling Type
Pump Body, Casing
Rotor
Stator
Shaft
Shaft Sealing
B. Data Sheet (Motor)
Make
Model
Type
Rated speed
Reference of standards
Motor rating (kw)
Number of phases
Type of enclosure
Power input to pump at duty point (kw)
Method of starting
Bearing type at power end
Bearing type at non-drive end
Method of cooling
Duty
13
Type of construction
Class of insulation
Unidirectional or bidirectional rotation
System of earthing
Make and model of coupling
24.0 5.0 Technical
Check List:
1. Whether quoted as OEM of Pump ? YES/NO
2. Whether quoted as authorized dealer of OEM of Pump and whether documentary evidences
(Valid Authorized Dealership Certificate from OEM submitted)? YES/NO
3. Whether submitted an undertaking from OEM confirming that the equipment to be supplied
are not going to become obsolete for next 10 years and provisioning of spares will be
continued? YES/NO
4. Whether Declaration submitted for availability of its manufacturing / fabrication / testing
facilities? YES/NO
5. Whether declaration is submitted for availability of After Sales Service Center in India?
YES/NO
6. Whether Warranty as per NIT has been offered? YES/NO
7. Whether undertaking has been furnished along with the technical bid, to complete delivery
as specified in the NIT, in the event of placement of order? YES/NO
8. Whether undertaking has been furnished to complete the installation and commissioning
work as specified in the NIT, in the event of placement of order? YES/NO
9. Whether the offered Pump is Positive Displacement Screw Pump? YES/NO
10. Whether the Pump is designed for continuous service duty? YES/NO
11. Whether undertaking, as per NIT, submitted for 10,000 operating hours warranty for the
drive train in the Pumpset in the offer? YES/NO
12. Whether the offered Motor conforms to IS Standard with latest amendment as per
specifications? YES/NO
13. Whether the power for normal working condition is as per NIT? YES/NO
14. Whether the motor meets NIT criteria? YES/NO
15. Whether the pump is having Capacity & Pressure as per NIT? YES/NO
16. Whether the pump meets materials of construction as per NIT? YES/NO
17. Whether the floor of the two runner skid shall be covered by checkered plates? YES/NO
18. Whether the skid is rigid enough to withstand vibration of the unit and suitable for self-
loading purpose? YES/NO
19. Whether dry run protection device shall be provided as per NIT? YES/NO
14
20. Whether the two years spares for the packages indicated have been quoted? YES/NO
21. Whether special tools and commissioning spares have been included in the scope of supply?
YES/NO
22. Whether spares shall be available for 10 years after supply of equipment? YES/NO
23. Whether separately highlighted any deviation from the technical specifications? YES/NO
24. Whether all the documents, certificates, technical literatures as specified in the NIT has
been submitted with the bid? YES/NO
25. Whether all the required documents, certificates, technical literatures as specified in the NIT
will be submitted along with supply of equipment in case of placement of order? YES/NO
26. Whether the Pre-dispatch inspection of the Pump packages shall include Full Load
Performance test of the Pump Sets? YES/NO