招标
【变更公告】涠西南伴生气综合利用工程项目离心式伴生气压缩机(重新招标)变更公告
金额
-
项目地址
天津市
发布时间
2022/07/29
公告摘要
项目编号0704-2240jdcp0785
预算金额-
招标联系人-
招标代理机构中化建国际招标有限责任公司
代理联系人-
标书截止时间2022/08/08
投标截止时间-
公告正文

项目信息

0704-2240JDCP0785
涠西南伴生气综合利用工程项目离心式伴生气压缩机
中海石油(中国)有限公司
中化建国际招标有限责任公司

标段包信息

标段(包)编号
标段(包)名称
采办方式
1
0704-2240JDCP0785/01
涠西南伴生气综合利用工程项目离心式伴生气压缩机(重新招标)
公开招标

变更时间

2022-08-05 10:00:00
2022-08-22 10:00:00
2022-07-14至2022-07-21
2022-07-14至2022-08-08

变更内容

招标公告中内容修改如下:

一、主要技术参数由原来的:

1)压缩机应为单轴垂直剖分离心式压缩机。

2)离心式伴生气压缩机组的处理能力、进出口压力满足买方要求;供应商需要提供机组详细的信息,比如性能曲线、设计工作点等,来说明和保证压缩机能处理表1.1中不同压力、流量工况的天然气,压缩机的处理量可通过变频和回流来满足。

序号

工况

入口温度

入口压力

出口压力

实际运行

最小流量

实际运行

最大流量

/

/

°C

MPaG

MPaG

104Sm3/d

104Sm3/d

1

2023

50.0

1.25

2.95

94.30

119.30

2

2024

50.0

1.25

2.95

91.20

116.20

3

2025

50.0

1.25

2.95

93.10

118.10

4

2026

50.0

1.25

2.95

96.90

121.90

5

2027

50.0

1.25

2.95

87.10

112.10

6

2028

50.0

1.25

2.95

80.70

105.70

7

2029

50.0

1.25

2.95

80.50

105.50

8

2030

50.0

1.25

2.95

75.00

89.20

9

2031

50.0

1.25

2.95

75.00

75.70

10

2032

50.0

1.25

2.95

75.00

75.00

11

2033

50.0

1.25

2.95

75.00

75.00

12

2034

50.0

1.25

2.95

60.00

75.00

3)受限于PUQ平台南面吊机最大吊装能力限制,投标人应对压缩机橇进行分块设计,每吊干重不得大于14吨,投标时应提供分吊方案和分吊重量。

4)受平台空间限制,根据每个分块和柜体就位后的尺寸不得大于下列表格里给出的参数:

序号

分块或者柜体名称

最大尺寸(LXWXH)mm

备注

1

入口分离器

2000*2000*5000

罐体最大直径1500mm

2

换热器

4800*1700*1900

罐体直径1000mm,抽芯空间限1700×2000mm

3

润滑油站

4100*1700*4200

4

主机橇(压缩机+电机+齿轮箱+底座)

2500*8000*2500

5

密封盘站

1000*2000*2200

6

变频器

5270(宽)×1400(深)×2800(高)

7

UCP控制柜

2400(宽)×800(深)×2100(高)

8

UPS及压缩机配套低压设备控制柜

2400(宽)×800(深)×2200(高)

9

电池架

1800(宽)×500(深)×1625(高)

5)压缩机驱动电机应为变频电机,采用隔爆强制风冷型式,防护等级不低于IP56,防爆等级为ExdⅡBT4,绕组绝缘等级为F,按B级温升指标验收,供货时提供电机船检证书。

1)The compressor shall be a single shaft vertical split core compressor.

2)The processing capacity and inlet and outlet pressure of the centrifugal associated gas compressor unit meet the requirements of the buyer; The supplier needs to provide detailed information of the unit, such as performance curve, design working point, etc., to explain and ensure that the compressor can handle natural gas under different pressure and flow conditions in Table 1.1, and the processing capacity of the compressor can be met by frequency conversion and reflux.

序号

工况

入口温度

入口压力

出口压力

实际运行

最小流量

实际运行

最大流量

/

/

°C

MPaG

MPaG

104Sm3/d

104Sm3/d

1

2023

50.0

1.25

2.95

94.30

119.30

2

2024

50.0

1.25

2.95

91.20

116.20

3

2025

50.0

1.25

2.95

93.10

118.10

4

2026

50.0

1.25

2.95

96.90

121.90

5

2027

50.0

1.25

2.95

87.10

112.10

6

2028

50.0

1.25

2.95

80.70

105.70

7

2029

50.0

1.25

2.95

80.50

105.50

8

2030

50.0

1.25

2.95

75.00

89.20

9

2031

50.0

1.25

2.95

75.00

75.70

10

2032

50.0

1.25

2.95

75.00

75.00

11

2033

50.0

1.25

2.95

75.00

75.00

12

2034

50.0

1.25

2.95

60.00

75.00

3)Limited by the maximum lifting capacity of the crane in the south of PUQ platform, the Seller shall design the compressor skid in blocks, and the dry weight of each lifting shall not be greater than 14 tons. The separate lifting scheme and weight shall be provided during bidding.

4)Llimited by the platform space, according to the size of each block and cabinet in place, it shall not be greater than the parameters given in the following table:

序号

分块或者柜体名称

最大尺寸(LXWXH)mm

备注

1

入口分离器

2000*2000*5000

罐体最大直径1500mm

2

换热器

4800*1700*1900

罐体直径1000mm,抽芯空间限1700×2000mm

3

润滑油站

4100*1700*4200

4

主机橇(压缩机+电机+齿轮箱+底座)

2500*8000*2500

5

密封盘站

1000*2000*2200

6

变频器

5270(宽)×1400(深)×2800(高)

7

UCP控制柜

2400(宽)×800(深)×2100(高)

8

UPS及压缩机配套低压设备控制柜

2400(宽)×800(深)×2200(高)

9

电池架

1800(宽)×500(深)×1625(高)

5)The compressor drive motor shall be a variable frequency motor, which shall be of explosion-proof forced air cooling type, with a protection grade not lower than IP56, an explosion-proof grade of Exd Ⅱ BT4, and a winding insulation grade of F. it shall be accepted according to the grade B temperature rise index, and the motor ship inspection certificate shall be provided during supply

变更为如下:

1)压缩机应为单轴垂直剖分离心式压缩机。

2)压缩机调节方式为:软启动+回流。

3)离心式伴生气压缩机组的处理能力、进出口压力满足买方要求;供应商需要提供机组详细的信息,比如性能曲线、设计工作点等,来说明和保证压缩机能处理表1.1中不同压力、流量工况的天然气,压缩机的处理量可通过回流来满足。

序号

工况

入口温度

入口压力

出口压力

实际运行

最小流量

实际运行

最大流量

/

/

°C

MPaG

MPaG

104Sm3/d

104Sm3/d

1

2023

50.0

1.25

2.95

94.30

119.30

2

2024

50.0

1.25

2.95

91.20

116.20

3

2025

50.0

1.25

2.95

93.10

118.10

4

2026

50.0

1.25

2.95

96.90

121.90

5

2027

50.0

1.25

2.95

87.10

112.10

6

2028

50.0

1.25

2.95

80.70

105.70

7

2029

50.0

1.25

2.95

80.50

105.50

8

2030

50.0

1.25

2.95

75.00

89.20

9

2031

50.0

1.25

2.95

75.00

75.70

10

2032

50.0

1.25

2.95

75.00

75.00

11

2033

50.0

1.25

2.95

75.00

75.00

12

2034

50.0

1.25

2.95

60.00

75.00

4)受限于PUQ平台南面吊机最大吊装能力限制,投标人应对压缩机橇进行分块设计,每吊干重不得大于14吨,投标时应提供分吊方案和分吊重量。

5)受平台空间限制,根据每个分块和柜体就位后的尺寸不得大于下列表格里给出的参数:

序号

分块或者柜体名称

最大尺寸(LXWXH)mm

备注

1

入口分离器

2000*2000*5000

罐体最大直径1500mm

2

换热器

4800*1700*1900

罐体直径1000mm,抽芯空间限1700×2000mm

3

润滑油站

4100*1700*4200

4

主机橇(压缩机+电机+齿轮箱+底座)

2500*8000*2500

5

密封盘站

1000*2000*2200

6

软启动器

1100(宽)×1100(深)×2300(高)

7

UCP控制柜

2400(宽)×800(深)×2100(高)

8

UPS及压缩机配套低压设备控制柜

2400(宽)×800(深)×2200(高)

9

电池架

1800(宽)×500(深)×1625(高)

6) 压缩机驱动电机应为采用隔爆强制风冷型式,防护等级不低于IP56,防爆等级为ExdⅡBT4,绕组绝缘等级为F,按B级温升指标验收,供货时提供电机船检证书.

7)布置于室外压缩橇的所有仪器仪表、电气设备、电动机等均满足1类2区D组的防爆要求,防护等级不低于IP56。

Main Technical Data:

1)The compressor shall be a single shaft vertical split core compressor.

2)The adjustment mode of the compressor should be: soft start + reflux.

3)The processing capacity and inlet and outlet pressure of the centrifugal associated gas compressor unit meet the requirements of the buyer; The supplier needs to provide detailed information of the unit, such as performance curve, design working point, etc., to explain and ensure that the compressor can handle natural gas under different pressure and flow conditions in Table 1.1, and the processing capacity of the compressor can be met by reflux.

序号

工况

入口温度

入口压力

出口压力

实际运行

最小流量

实际运行

最大流量

/

/

°C

MPaG

MPaG

104Sm3/d

104Sm3/d

1

2023

50.0

1.25

2.95

94.30

119.30

2

2024

50.0

1.25

2.95

91.20

116.20

3

2025

50.0

1.25

2.95

93.10

118.10

4

2026

50.0

1.25

2.95

96.90

121.90

5

2027

50.0

1.25

2.95

87.10

112.10

6

2028

50.0

1.25

2.95

80.70

105.70

7

2029

50.0

1.25

2.95

80.50

105.50

8

2030

50.0

1.25

2.95

75.00

89.20

9

2031

50.0

1.25

2.95

75.00

75.70

10

2032

50.0

1.25

2.95

75.00

75.00

11

2033

50.0

1.25

2.95

75.00

75.00

12

2034

50.0

1.25

2.95

60.00

75.00

4)Limited by the maximum lifting capacity of the crane in the south of PUQ platform, the Seller shall design the compressor skid in blocks, and the dry weight of each lifting shall not be greater than 14 tons. The separate lifting scheme and weight shall be provided during bidding.

5)Llimited by the platform space, according to the size of each block and cabinet in place, it shall not be greater than the parameters given in the following table:

序号

分块或者柜体名称

最大尺寸(LXWXH)mm

备注

1

入口分离器

2000*2000*5000

罐体最大直径1500mm

2

换热器

4800*1700*1900

罐体直径1000mm,抽芯空间限1700×2000mm

3

润滑油站

4100*1700*4200

4

主机橇(压缩机+电机+齿轮箱+底座)

2500*8000*2500

5

密封盘站

1000*2000*2200

6

软启动器

1100(宽)×1100(深)×2300(高)

7

UCP控制柜

2400(宽)×800(深)×2100(高)

8

UPS及压缩机配套低压设备控制柜

2400(宽)×800(深)×2200(高)

9

电池架

1800(宽)×500(深)×1625(高)

6) The compressor drive motor shall be explosion-proof forced air cooling type, with a protection grade not lower than IP56, an explosion-proof grade of Exd Ⅱ BT4, and a winding insulation grade of F. it shall be accepted according to the grade B temperature rise index, and the motor ship inspection certificate shall be provided during supply

7)All instruments, electrical equipment and motors arranged on the outdoor compression skid shall meet the explosion-proof requirements of class 1, zone 2, group D, and the protection grade shall not be lower than IP56.

二、业绩要求由原来的:

a)投标人应是具有独立法人资格的离心压缩机头制造商,机组成撬原则上应由投标人完成。如果投标人委托第三方成撬,成橇方应自2015年1月1日(合同签订日期)至截标日成撬方应至少有1台套海上平台或FPSO天然气离心压缩机(压缩机功率≥3MW)成撬业绩,投标时应提供成撬方业绩的证明文件。证明文件可以是合同复印件(必须包括)或调试验收报告或用户证明文件。证明文件应包括以下信息:用户名称、设备名称、合同签署日期、调试完成日期、数量、设备功率、介质、项目名称、使用环境。

b)离心压缩机头应是投标人的标准产品。离心压缩机自2015年1月1日(合同签订日期)至截标日至少有1套产品在海上平台或FPSO成功运行了一年及以上的业绩,投标时并提供相关业绩证明,证明文件可以是合同复印件(必须包括)或调试验收报告或用户证明文件。证明文件应包括以下信息:用户名称、设备名称、合同签署日期、调试完成日期、数量、介质、项目名称、使用环境。

c)投标人所投变频器应是变频器制造商的标准产品,至少有2台,6.3KV及以上电压等级,功率不小于2000KW变频器在海洋平台或FPSO应用于天然气压缩机成功运行2年以上应用业绩,投标时应提供相应的证明材料,证明文件可以是合同复印件(必须包括)或调试验收报告或用户证明文件。证明文件应包括以下信息:用户名称、设备名称、合同签署日期、调试完成日期、数量、设备功率、项目名称、电压等级、使用环境、使用设备。

a)The tenderer shall be the manufacturer of centrifugal compressor head with independent legal personality, and the unit skid shall be completed by the tenderer in principle. If the bidder entrusts a third party to skid, the skid shall have at least one set of offshore platform or FPSO natural gas centrifugal compressor (compressor power ≥ 3MW) skid performance from January 1, 2015 (contract signing date) to the bid closing date, and the supporting documents of skid performance shall be provided during bidding. The supporting documents can be copies of the contract (which must be included) or commissioning acceptance reports or user supporting documents. The supporting documents shall include the following information: user name, equipment name, contract signing date, commissioning completion date, quantity, equipment power, medium, project name and service environment.

b)The centrifugal compressor head shall be the standard product of the bidder. At least one set of centrifugal compressor has been successfully operated on the offshore platform or FPSO for more than one year from January 1, 2015 (contract signing date) to the bid closing date. Relevant performance certificates shall be provided when bidding. The supporting documents can be copies of the contract (must be included) or commissioning acceptance report or user supporting documents. The supporting documents shall include the following information: user name, equipment name, contract signing date, commissioning completion date, quantity, medium, project name and service environment.

c)The frequency converter offered by the bidder shall be the standard product of the frequency converter manufacturer, with at least two frequency converters with voltage grade of 6.3kV and above and power of no less than 2000kW. The frequency converter has been successfully used in natural gas compressor on offshore platform or FPSO for more than 2 years. Corresponding supporting materials shall be provided during bidding, which can be copies of the contract (must be included) or commissioning acceptance report or user supporting documents. The supporting documents shall include the following information: user name, equipment name, contract signing date, commissioning completion date, quantity, equipment power, project name, voltage level, use environment and use equipment.

变更为如下:

a)投标人应是具有独立法人资格的离心压缩机头制造商,机组成撬原则上应由投标人完成。如果投标人委托第三方成撬,成橇方应自2015年1月1日(合同签订日期)至截标日成撬方应至少有1台套海上平台或FPSO天然气离心压缩机(压缩机功率≥3MW)成撬业绩,投标时应提供成撬方业绩的证明文件。证明文件可以是合同复印件(必须包括)或调试验收报告或用户证明文件。证明文件应包括以下信息:用户名称、设备名称、合同签署日期、调试完成日期、数量、设备功率、介质、项目名称、使用环境。

b)离心压缩机头应是投标人的标准产品。离心压缩机自2015年1月1日(合同签订日期)至截标日至少有1套产品在海上平台或FPSO成功运行了一年及以上的业绩,投标时并提供相关业绩证明,证明文件可以是合同复印件(必须包括)或调试验收报告或用户证明文件。证明文件应包括以下信息:用户名称、设备名称、合同签署日期、调试完成日期、数量、介质、项目名称、使用环境。

c)投标人所投软起动装置应是软起动器制造商的标准产品,至少有2台6.3KV及以上电压等级软起动器在海洋石油平台或FPSO成功运行2年以上应用业绩,投标时应提供相应的证明材料,证明文件可以是合同复印件(必须包括)或调试验收报告或用户证明文件。证明文件应包括以下信息:用户名称、设备名称、合同签署日期、调试完成日期、数量、设备功率、项目名称、电压等级、使用环境、使用设备。

a)The tenderer shall be the manufacturer of centrifugal compressor head with independent legal personality, and the unit skid shall be completed by the tenderer in principle. If the bidder entrusts a third party to skid, the skid shall have at least one set of offshore platform or FPSO natural gas centrifugal compressor (compressor power ≥ 3MW) skid performance from January 1, 2015 (contract signing date) to the bid closing date, and the supporting documents of skid performance shall be provided during bidding. The supporting documents can be copies of the contract (which must be included) or commissioning acceptance reports or user supporting documents. The supporting documents shall include the following information: user name, equipment name, contract signing date, commissioning completion date, quantity, equipment power, medium, project name and service environment.

b)The centrifugal compressor head shall be the standard product of the bidder. At least one set of centrifugal compressor has been successfully operated on the offshore platform or FPSO for more than one year from January 1, 2015 (contract signing date) to the bid closing date. Relevant performance certificates shall be provided when bidding. The supporting documents can be copies of the contract (must be included) or commissioning acceptance report or user supporting documents. The supporting documents shall include the following information: user name, equipment name, contract signing date, commissioning completion date, quantity, medium, project name and service environment..

c)The soft starter offered by the bidder shall be the standard product of the soft starter manufacturer, and at least two soft starters with voltage levels of 6.3kV and above have been successfully operated on offshore oil platforms or FPSOs for more than two years. The frequency converter has been successfully used in natural gas compressor on offshore platform or FPSO for more than 2 years. Corresponding supporting materials shall be provided during bidding, which can be copies of the contract (must be included) or commissioning acceptance report or user supporting documents. The supporting documents shall include the following information: user name, equipment name, contract signing date, commissioning completion date, quantity, equipment power, project name, voltage level, use environment and use equipment.

三、招标文件递交截止时间和开标时间变更为2022年8月22日上午10时。
招标文件领购截止时间变更为2022年8月8日24时。

点此查看原公告

发布媒介

中国海洋石油集团有限公司采办业务管理与交易系统 、中国招标投标公共服务平台
返回顶部