important note - oil india note bid document has ... (ismb) reinforced with suitable channels and...

33
IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : _____________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM – 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA – 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA – 201 301 ____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Upload: dangliem

Post on 28-May-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

IMPORTANT NOTE

BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM : _____________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM – 786 602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA – 700 001, (C) SENIOR ADVISER(CONTRACT & PURCHASE), OIL INDIA LIMITED, PLOT NO. 19 SECTOR 16A NOIDA – 201 301

____________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

OIL INDIA LIMITED(A Govt. of India Enterprise)

P.O. Duliajan-786602, Assam.Fax No. 91-374-2800533, E-mail:[email protected]

Tender No. & Date :DFD7658P08/07 02.01.2008

Tender FeeBid Security Amount

::

INRINR

4,500.00 500,000.00

OR USDOR USD

100.00 11,000.00

Bidding Type :

(or equivalent Amount in any currency)

Two Bid

Bid Closing OnBid Opening On

Performance Guarantee

::

:

12.03.2008 at 13:00 hrs. (IST)12.03.2008 at 13:00 hrs. (IST)

Applicable

OIL INDIA LIMITED invites Global tenders for items detailed below:

Item No./ Mat. Code

Material Description Quantity UOM

10 0C000382

MUD TANK SYSTEM FOR BHEL MAKE AC-SCR DRILLING RIGS WITH6-TANK SYSTEM: QUANTITY - 2 SETS.Each set should consist of:-(i) 3 nos. ACTIVE TANKS .(ii) 3nos. of RESERVE TANKS.

Details of the item have been furnished in Annexure - I.

2 NO

20 0C000655

WATER & CHEMICAL TANKS: TWO SETS.(Each set consist of 3 nos. of tanks).

Details of the item have been furnished in Annexure - I.

2 NO

30 0C000381

ITEM 30AUXILIARY EQUIPMENT & ACCESSORIES: TWO SETS.

Details of the items have been furnished in Annexure - I.

2 NO

INSTALLATION & COMMISSIONING

10 Installation & Commissioning of Item-10 1 AU

20 Installation & Commissioning of Item-20 1 AU

30 Installation & Commissioning of Item-30 1 AU

Special Notes : 1. General Terms & conditions for Global tender (Document no. MM/GLOBAL/01/2005)isenclosed.

2.This tender is invited under Single Stage Two Bid System. For submission procedure, pleaserefer Para 12.0 of General Terms & conditions for Global tender (Document no.MM/GLOBAL/01/2005). Any offer not complying with the above will be rejected straightway.

3. Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms &

Page : 1 / 2

Tender No. & Date :DFD7658P08/07 02.01.2008Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted.

4. Payment: Payment shall be released as follows:

i) 80 % of the supply made by the supplier shall be paid against proof of despatch/shipmentof the goods.

ii) Remaining 20 % of the supply value along with commissioning charges shall be paid aftersuccessful commissioning and acceptance of the unit by OIL.

iii) OIL may also consider making 100 % payment towards supply of the units against proof ofdespatch provided bidders agree to pay interest for 20 % of the order value and also submitBank Guarantee for the amount equivalent to 20 % of the order value. This is in addition to the10 % of the order value towards Performance Security as per the NIT requirement.

Any offer not complying with the above shall be loaded with one percent above the prevailingBank Rate (CC rate) of State Bank of India for evaluation purpose.

5. Oil India Purchase Order No. must be engraved on the body of the item. Bidder must confirmthe same categorically in their quotation.

6. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender isenclosed vide Annexure A.

7. Commercial Check list are enclosed vide Annexure B. Bidders should submit the filled-upcheck lists duly signed & stamped along with the technical bid.

8. To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask thebidder for clarification in respect of clauses covered under BRC also and such clarificationsfulfilling the BRC clauses in toto must be received on or before the deadline given by thecompany, failing which the offer will be summarily rejected.

9. The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areaswhich are issued/renewed after 01/04/99 and hence Nil Customs Duty during import will beapplicable. Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase.Details of Deemed Export are furnished vide Addendum to MM/GLOBAL/01/2005 enclosed.

****************

Page : 2 / 2

Annexure-I

TENDER NO. DFD7658P08/07

PROCUREMENT OF MUD TANK SYSTEM FOR BHEL MAKE AC-SCR DRILLING RIGS (S-5 & S-6) WITH 6-TANK SYSTEM (ITEM 10), WATER & CHEMICAL TANKS (ITEM 20), AUXILIARY EQUIPMENT & ACCESSORIES(ITEM 30) INCLUDING INSTALLATION, UNITISATION & COMMISSIONING OF ALL THE ITEMS TO THE EXISTING RESPECTIVE RIG COMPONENTS & ACCESSORIES AT RIG SITE. ITEM NO. 10 MUD TANK SYSTEM FOR BHEL MAKE AC-SCR DRILLING RIGS WITH 6-TANK SYSTEM: QUANTITY - 2 SETS. Each set should consist of:- (i) 3 nos. ACTIVE TANKS . (ii) 3nos. of RESERVE TANKS. ITEM NO.20 : WATER & CHEMICAL TANKS: TWO SETS. (Each set consist of 3 nos. of tanks). ITEM 30 : AUXILIARY EQUIPMENT & ACCESSORIES: TWO SETS. Each set of Auxiliary Equipment & Accessories consists of the followings: (I) Mud Loading System with loading pump sets, hoppers, piping, couplings and valves. (II) Mud Pump Super Charger System with pumps, piping, couplings and valves. (III) Desander, Desilter & Degasser Feed Pump System with pumps, piping, couplings and valves.

TECHNICAL DETAILS

Item No.10. : Active and Reservoir Mud Tanks: Each mud, tank should have following dimensions: Length: 9900 mm (excluding 300 mm skid extension on each end for tail boarding), Breadth: 2285 mm and Height: 2250 mm (excluding skid height) a) Tank Plates: All tanks' walls (including partition walls) and the tank's bottoms are to be constructed with 8.0 mm thick MS plates. The tank bottom of all the tanks should be sloped gradually to maximum 75.0 mm towards the tank cleaning doors / gates for proper tank cleaning purpose. The vertical wall stiffeners should be spaced suitably to accommodate 2,398 gm/cc (20 PPG) mud. The stiffeners should preferably be spaced maximum 900 mm apart. b) Master Skid: The tanks should be mounted on three runner oilfield type skid fabricated out of 300 nm beams (ISMB) reinforced with suitable channels and angles. The ends of the skid should be projected out from the tank by 300 mm and curved upwards. 150 NB X 80 SCH pipe with provision for lilting should reinforce the end of skid for tail boarding. c) Tank Doors: Two numbers of clean out gates shall be provided in the rear side of each reserve, suction and intermediate tanks and three numbers of clean out gates should be provided in the shaker tanks. These clean out gates shall be provided with I2" Butterfly valves (Butterfly valves with molded type seat for the above systems shall be i) Audco India Ltd., Chennai and ii) Intervalve, Pune; OR equivalent make). These 12" Butterfly valves shall be firmly supported to withstand transportation and handling abuses. Sand Trap of about 10 - 12 cum capacity" is to be provided in the Shaker Tanks. Approx. 3" (75 mm) slope is to be maintained towards the clean out gate side. d) Wall Stiffeners and Piping: The following sizes of angles, channels and pipes should be used for construction of tanks and its components: The standard of channels and angles should be IS 226, the standard of plates should be IS: 2062 / IS: 226 and the standard of plain end pipes should be of ASME - SA106 GR-B. The channels of size ISMC 150 - 6 mm, angles of size ISA 5050 - 6 mm and pipes of following sizes under schedule 40 should be used for the tank components:

Outside dia. mm(in) Wall thickness mm(in) Weight kg/m(lbs/ft) 273 (10.75) 9.27 (0.365) 60.31 (40.86)

168.4 (6.625) 7.11 (0.280) 28.26 (18.36) 114.33 (4.5) 6.02 (0.237) 16.07 (10.89)

e) Valves and Couplings: Dresser type pipe couplings, butterfly valves and dumb valves with flanged ends should be provided as per requirement to match the existing system. f) Mud Channel and gates: Mud channel with diversion gates should be provided in the entire tanks as per the mud system requirement. g) Water, Mud and Equalizing Line: Pipes of sizes 168.4 mm and 114.33 mm shall be used for Mud rolling line and Water rim line respectively. Equalizing Lines (273mm) shall be provided between shaker tank and intermediate tank with dresser type pipe couplings for end connections. These lines shall be provided with suitably placed manifolds / isolating butterfly valves and gales etc. for separation or isolation of tanks or tank in the system. The rim line water tapping for mud system shall be with 1" NPT vertical insert with a plug (2 nos. for each tank). The suction line of 250 mm (10") nominal dia. with butterfly valves and Dresser type pipe couplings for two nos. of mud pumps shall be provided in the Suction Tank and in the Intermediate Tank. The suction valves and suction valve system shall be supplied with 10" NB X 6.3 mm thick pipes. Mud hoppers suction line of 200rnm (8") nominal dia. with butterfly valve and Dresser type pipe coupling shall be provided in the Suction Tank and all the reserve tanks. h) Tank Top, Handrails and Staircases: All tank top open spaces shall be covered with iron serrated bar gratings (Heavy duty grills) and shall have sufficient support and fixing arrangements to ensure stiffness and ruggedness. The removable type handrails of at least 1.0 meter high with two-rail railings and 0.15 meter high toe board should be provided on the open side of the tanks as per the safety standards. The handrails should be made of 40 mm (1.5") outside diameter pipe Schedule 40, and shall be supplied with pipe to pipe welding All handrails should consist of top rail, knee rail and tick board. Stairways of 1000-mm width and 45 degree maximum angle with handrails as described above on both sides should be provided at convenient places for climbing on to the tanks from ground level and from cable tray to suction tank. These staircases shall be resting on the walkway and also wherever possible these may be permanently attached / anchored to the tanks. All tanks should have fixed staircases without handrails from tank top to tank bottom for going into the tank. The manually folding t3qge walkways of 600-ram (24") wide flushed with tank top shall be provided on the tanks as per requirement. i) Tank Volume Measuring Scale: All the tanks should be provided with permanently attached measuring scale made out of anti-corrosive metal / alloy graduated in inch and foot to indicate volume per inch height.

j) Bottom Mud Gun: On the low pressure mud rolling lines bottom mud guns of sufficient nos. complete with nipples, pipes, butterfly valves, hammer unions and a handle to rotate the gun from tank surface etc. should be provided in all the tanks except in the shaker and pill tanks. 1 no. double swivel mud gun shall be provided in the shaker tank and the pill tank. k) Mud Agitator: Each mud tank should have at least two nos. of mud agitators so positioned to have proper churning of the mud. The mud agitators shall be with stainless steel 304 Aerofoil 3 blade design of approx, dia 36". However, the dia to be finalized as per the TOR (Turn-Over-Rate) requirement during detail engineering design taking into account all aspects. The TOR of the agitator should be around 50 seconds. The maximum allowable height of agitator should be 58 cm (excluding base skid). The gearbox of the agitator should be coupled through a suitable taper lock type flex coupling to the 10 HP electric motors [Motor detailed specifications have been given in "ANNEXURE- VI, Motor Specifications"] The 10 HP drive motors for the mud tank agitators will be provided by OIL from its existing agitator inventory during the time of commissioning of the mud tank system in the rig. Bidder's responsibility will be to install, unitize and commission these agitators to the satisfaction of OIL in the new tankages at rig sits in and around Duliajan. The mud agitators shall be i) Remi Process Plant & Machinery, Mumbai, ii) Technostrength, Hyderabad, iii) Gaurav Associates, New Delhi, iv) BHEL, Hyderabad; OR equivalent make. The make / model of gearbox shall be Power Build HB240 (Helibevel) ; OR equivalent make as used in the existing system. All the Mud agitators for mud tanks, pill tanks and water tanks shall be procured together from any one of the above sources to ensure interchangeability / standardization of spares. l) Solid Control Equipment: The necessary, provisions shall be kept for mounting / installing solid control equipment on the shale shaker tank and intermediate tank. As per existing practice, two units of shale shakers with shale slide and one unit of de-gasser will be installed on the shale shaker tank and one unit of de-sander and one unit of desilter / mud cleaner will be installed on the intermediate tank. Necessary provisions of alternately mounting three units of shale shaker with a unit of desander with desilter together on the third shaker shall be kept in the shaker tank. In such case Degasser unit shall be shifted to the intermediate tank. The required partitions, outlets with 200 mm(8.0") butterfly valves and dresser type couplings should be provided in shale shaker tank and intermediate tank for operating all these solid control equipment and de-gasser in the mud system. The skid with feed pumps to all these equipment will be placed in front of the shale' shaker/ intermediate tank near these tanks' interconnection. A common manifold for suction and delivery of the feed pumps for solid control equipment to be provided with isolating valves to use either of the two pumps to feed desilter or desander or degasser. Either two nos. or three nos. shale shakers shall be installed on the shaker tank. The exact layout of the shakers shall be furnished to successful bidder within 10 days from the date of placement of firm order. All the mud conditioning solid control equipment and degasser will be provided by OIL during the commissioning of the mud

tank system in the rig and supplier's/bidder's responsibility will be to install and commission all such equipment in the new tankages at site to the satisfaction of OIL. m) Welding Procedure/ Inspection/ Repair: All welding procedure should be in accordance with ASME section IX. "Welding and Brazing Qualifications of the ASME Boiler and Pressure Vessel Code" or as per equivalent welding procedure. All welding electrodes should as per AWS or IS 814. The welding procedure test should demonstrate that all details are satisfactory for obtaining full penetration weld. All welds should be visually inspected to ensure compliance with requirement of ANSI B 31.1. All 3-layer welds should be visually examined and critical welds should be subjected to magnetic particle or dyes penetrate method as detailed in ANSI B 31.3. n) Surface Preparation/Sand Blasting/Painting: All oil deposits should be removed by using approved de-greasing agents with special attention to drilled holes, bolt holes etc. The blast cleaning should preferably be carried out in a controlled blasting shop and where the blast cleaning is carried out in open conditions it should not be carried out during inclement weather, conditions. The air used for blast cleaning and after cleaning should be free from moisture and all oil contaminants. All blast cleaned surfaces, except lap joints and areas left back for site welding should be coated with the primer within four (4) hours of blasting. All welds should be made free of slag, slag inclusion, pinholes and spatter. Scrapping and wire brushing should be carried out on all steelworks after removing all oil and grease deposit, using approved degreasing agent and solvents. Painting should be carried out on the sand blasted areas in the following manner: i) one coat of inorganic zinc primer 70 microns in thickness and ii) two coats of Two Pack High Build Polyurethane. All tank skids will be painted Black colour, Side walls and partition walls Grey colour, Water piping Aqua blue and External mud piping Yellow colour. The final coat of identification colour shade shall be with enamel paint in addition to zinc silicate primer and polyurethane paint. o) Electrical Earthing System:

i) Each mud tank should have two nos. of GI straps 50 X 6 mm mounted on the out side of the walls facing mud pumps and mud mix skid side.

ii) The 50 X 6 mm straps should be welded to the sturdy supports that are welded

to the tank wall. The gap between tank wall and strap: 50mm. Spacing between supports: 1000rmn. The strap length should be the same as the tank length/width. Gap between straps should be 150mm.

iii) Holes to be drilled in each strap are: (a) one no of 15mm dia. hole near each

agitator (b) two nos. of 15mm dia. holes with a spacing of 100mm near each strap end.

iv) Straps should be mounted at a convenient height for ease of connection.

v) Galvanization of the straps should be of the high quality to withstand the corrosive environment. 2 nos. each 25 X 3 mm GI strips shall be welded to the main strips and the agitator skids (approx. perpendicular to the main strips 50 X 6mm).

vi) The flexible earth connection between the motor and the skid shall be in OIL

scope. (if the motors are not supplied by the bidder)

vii) Two nos. of GI straps of size 50 X 6 mm shall be suitably mounted on each skid to facilitate independent double earthing of the pump motors.

viii) Holes to be drilled in each strap are a) two nos. of 15 mm dia holes with a

spacing of 100 mm near each motor b) two nos. of 15 mm dia holes with a spacing of 100 mm near each strap end.

ix) Tank to tank flexible earth connection shall be in OIL scope.

x) The earthing interconnection between the Mud tank system, water tank system

and all the skids with main earth shall be in OIL scope.

xi) Cable tray arrangement drawing will be submitted by the successful bidder for approval by OIL.

xii) The earthing between Motors and motor skids of all the skids for which OIL is

supplying the motors is in the scope of OIL. However, for the motors supplied by the bidder the earthing is in scope of the bidder.

xiii) Push buttons (DGMS approved) for all motors are to be supplied by the

bidder.

xiv) The bidder will weld 4 (four) nos. bracket for each tank for inserting lighting post (one on each side, at the middle). Lighting posts shall be supplier's scope.

xv) Hangers should be mounted on tank wall below the earthing straps to support

the mud system cables as per OIL's requirement. Spacing between hangers should be 1000 mm. Width of the hangers: 300 mm.

p) Mounting of Push button station: Mounting assembly for push button station of each mud/water tank agitator to be welded to the tank near respective agitator assembly at a height of approximately 0.5 m from tank grating, but not at the sides of the tank. q) Mud Pill Chamber: A chamber of about 12.0cu.m. (66bbls.) capacity with isolating valves should be made in side the suction tank for preparation of special mud pills. One small suitable agitator driven by flameproof 10/ 7.5 HP electric motor complete in all respect will be required for proper mixing of the mud additives in this

chamber. The electric 10 HP motor and starter should be flame proof and weather proof with IP55 degree of protection suitable for operation on 3-phase, 415 volts, and 50 Hz supply [Motor detailed specifications have been given in "ANNEXURE-VI, Motor Specifications"]. The drive motors for the mud pill chamber will be supplied and commissioned by the bidder. This chamber should have independent suction line for the rig pumps and also the independent line from the mud loading system with isolating Audco; OR equivalent make valves. r) Mud Attendant Cabin: A mud attendant cabin of Length: 4200mm, Breadth: 2000 mm and Height: 2500 mm. should be provided at the tank top level of the shale shaker/ or intermediate tank. The cabin should be mounted on an oilfield type skid. The provision to lower/ or remove the cabin during rig downs and putting back during rig ups should be provided. The followings should be provided in the cabin:

I) One sliding type MS door with locking arrangements, II) Five nos. of windows preferably with view although sliding panels on the

four walls (one each on side walls and back Wall and two on the front wall).

III) The interior of the cabin including the roof should be provided with suitable heat insulator.

IV) A fixed bench of length 3.0 m with padded top, height and width 315 mm

(1.1/2 It.) with a partition for 2 toolboxes with locking arrangement. The location of the working table shall be on the other side of the bench (front side) having dimensions approx. 3000 mm length, 600 mm width and 900 mm high. In addition to the above, the working table shall have 1.1/2 mtrs. Length side rack / box with a built-in locking arrangement. This cabin shall be supplied with industrial type stainless steel sink and hook for hanging a FLP light fitting.

Item No.20 : WATER & CHEMICAL TANKS: TWO SETS. (Each set consist of 3 nos. of tanks). Three nos. of water/chemical tanks having following dimensions: Length 9900 mm x Width 2285mm x Height 2500mm. The tanks should be fabricated as detailed in Item No.-10. The followings should be incorporated in the water/chemical tanks: -

i) Two tanks should have open top and one tank should have covered top with two manholes.

ii) Both the .open top tanks should be covered with the serrated floorings as

described above at 10 (h).

iii) A 2" line size hopper shall be fabricated and assembled on one of the open ranks. The maximum height of the hopper shall be limited to the height of the mud agitator that should not exceed more than 3400 mm. Small, rugged, collapsible type platforms of preferable size 2000mm (L) x 2000mrn (B) x 500 mm (H) should be provided near the hopper to stack a few sacks of chemicals prior to loading.

iv) All the three tanks should be provided with strongly built sturdy, ladder both

from inside and outside the tanks. Handrails are to be provided for 2 nos. open top tanks with bar grating platforms and walkway between the two tanks.

v) Two numbers of clean out gates should be provided in the rear side of each

tank. These gates shall be provided with 152.4 mm (6.0") Butterfly valves, properly supported to bear the transportation and handling abuses. Approx. 75ram (Y') slope is to be maintained towards the clean out gate side.

vi) All the tanks should be provided with 100mm drain out plug at the floor of the

tanks.

vii) The open tanks should be provided with permanently attached measuring scale made out of anti-corrosive metal / alloy graduated in inch and foot to indicate volume per inch height.

viii) The inlet feed line shah be supplied with 100 mm (4") Sch.40 ASTM 106

Grade 'B' pipes with butterfly valve and shall be anchored firmly with the sidewall of the tank. The rim line water tapping for water tanks shall be with 1" NPT vertical insert with a plug (2 nos. for each tank).

ix) All the tanks shall be provided with 152.4mm (6") Sch.40 ASTM 106 Grade

'B' pipes with butterfly valve in the front side of the tanks.

x) The open top tanks should be provided with bottom guns at four sides of the tanks with rotating (180°) facility from the tank top.

xi) Each open top tank shall be provided with two nos. agitators complete with

heli-bevel type gearbox and drive motor. The agitators shall be with stainless steel 304 Aerofoil 3 blade design of approx. dia. 36". However, the dia. to be finalized as per the TOR requirement during detail engineering taking in to account all aspects. The agitators shall be driven by maximum 10 HP capacity flameproof and weather proof electric motor with IP55 degree of protection suitable for operation on 3-phase, 415 volts, and 50 Hz supply [Motor detailed specifications have been given in "ANNEXURE Motor Specifications"]. The mud agitators shall be :- i) Remi Process Plant & Machinery, Mumbai, ii) Technostrength, Hyderabad, iii) Gaurav Associates, New Delhi, iv) BHEL, Hyderabad; OR equivalent make. The make / model of gearbox shall be Power Build HB240 (Helibevel) ; OR equivalent make, as used in the existing system. All the Mud agitators for mud tanks, pill tanks and water tanks shall be procured together from any one of the sources to ensure interchangeability / standardization of spares. The overall height of the lanes including the agitators should not exceed 3400 mm transport limitations. Earthing Arrangement for two nos. of open top type water tanks should be same as mentioned in point no. 10 (n) above of technical details.

xii) Two horizontal multistage centrifugal pumps set complete with piping/

Dresser type couplings and butterfly valves should be mounted on an independent three-runner oilfield skid. These pumps set will be used to load chemicals through hoppers to water tanks, to gun the mixture and to feed chemical-mixed (gauging) water in the cement hopper for preparation of cement slurry. Chemicals used for water gauging are non - corrosive and the specific gravity of the fluid handled shall be around 1.03. Percentage of chemicals/ suspended particles in water shall be maximum 3%. The two horizontal multi stage centrifugal pumps should have cast steel body; bronze/cast iron impeller, EN 8 shaft with gland type packing and each should be capable of developing 150 m. of head. The discharge of each pump should be @ 60.0 m³/hr at 1450 rpm. The approved vendors for the multi stage pumps shall be i) M/S Kirloskar Brothers (Model RKB) ii) M/s KSB Pumps, Pune iii) M/S Becon Weir, Chennai; OR equivalent make. The pumps should be suitably coupled with flameproof, weatherproof electric motor suitable for operation on 3-phase, 415 volts, and 50 Hz supplies. The motor speed should match the pump speed, of 1450 rpm and the rating of each motor should not exceed 100 HP [Motor detailed specifications have been given in "ANNEXURE-VI, Motor Specifications"]. The drive motors for the pumps will be supplied and commissioned by the bidder. The bidder will ensure the compatibility of the equipment and will have the responsibility to install, unitize and commission the system.

xiii) 2 nos. 4" NPT check valves per water tank system are to be provided.

ITEM 30 AUXILIARY EQUIPMENT & ACCESSORIES: TWO SETS. Each set of Auxiliary Equipment & Accessories consists of the followings:

(I) Mud Loading System with loading pump sets, hoppers, piping, couplings and valves.

(II) Mud Pump Super Charger System with pumps, piping, couplings and valves. (III) Desander, Desilter & Degasser Feed Pump System with pumps, piping,

couplings and valves. I) Mud Loading system: The following equipment should be mounted on an oilfield three runner skid with checkered top floor with inter connections through piping, dresser type couplings and butterfly valves: a) Centrifugal Pump sets: Two (02) nos. centrifugal pumps of MISSION MAGNUM -1; OR equivalent make of size 8" x 6" x 14" with 12½" size impeller. Each pump will be coupled to a 100 HP flameproof, weatherproof electric motor [Motor detailed specifications have been given in "ANNEXURE-VI, Motor Specifications"]. The drive motors for the mud loading pumps will be supplied by OIL from its existing inventory at the time of commissioning of the system in the rig. The bidder will ensure the compatibility of the equipment and will have the responsibility to install, unitize and commission the system. b) Loading Hoppers: Two hoppers shall be provided for Betonies/Barite loading as per the standard design. One additional chemical hopper shall be provided coupled with mud shearing/mixing system suitable for loading polymer chemicals. The jet shearing system shall be prodded with hopper having 4" line size on a separate skid which shall be placed by the side of/parallel to mud mix skid. The inlet and outlet of the jet shearing system shall be connected to one of one mud mixing hopper lines with necessary isolation valves. The acceptable vendors for jet shearing shall be: i) Flow Process Technology, Singapore ii) Derrick, USA / oil Tools, Dubai iii) Kemtron, USA / Continent projects, Singapore iv) Gaurav Associates, New Delhi II) Two Mud Pump Supercharging System:

Two 8" x 6" x 14" size Mission Magnum -1; OR equivalent pumps with approx. 12½" impeller shall be suitably positioned and mounted on a three runner oilfield skid with checkered floor with inter connections through piping, dresser type coupling and butterfly valves to super-charge the mud pumps suction. Gap between supercharger system and mud tank shall be approx. 900 mm to facilitate / ease of slinging of supercharger skid. The supercharger system shall be provided with 10" isolation Butterfly valves and 10" suction header. Each centrifugal pump will be coupled to a 100 HP flameproof and weatherproof electric motor [Motor detailed specifications have been given in "ANNEXURE-VI, Motor Specifications"]. These motors will be provided by OIL from its existing inventory at the time of commissioning of the tankages system in the rig. The bidder will ensure the compatibility of the equipment will have the responsibility to install, unitize and commission the system. III) Desander, Desilter and Degasser Feed Pump Set: Two 8" x 6" x 14" size Mission Magnum - I; OR equivalent pumps with 12.1/2" size impeller shall be suitably positioned and mounted on a three runner oilfield skid with checkered floor with inter connections through piping, dresser type couplings with desilter, desander and degasser units. Gap between mud mix system and mud tank shall be approx. 900mm to facilitate / ease of slinging of mud mix skid. Each centrifugal pump will be coupled to a 100 HP flameproof and weatherproof electric motor [Motor detailed specifications have been given in "ANNEXURE-VI Motor Specifications"]. These motors will be provided by OIL from its existing inventory at the time of commissioning of the tankages system in the rig. The bidder will ensure the compatibility of the equipment and have the responsibility to install, unitize and commission the system. The electrical earthing arrangement for items under Item-30 should be as detailed under:

i) Two nos. of GI straps of size 50 mm x 6 mm shall be suitably mounted on each skid to facilitate independent double earthing of the pump motors.

ii) Holes to be drilled in each strap are:

(a) Two nos. of 15mm dia. holes with a spacing of 100mm near each motor. (b) Two nos. of 15mm dia. holes with a spacing of 100 mm near each strap

end.

iii) Position of the straps should be such that it will be convenient to work on pump or motor.

iv) Galvanization of the straps should be of high quality to withstand the

corrosive environment.

v) Layout & position of straps should be shown in the skid drawings.

Annexure-II

TENDER NO. DFD7658P08/07 DETAILS OF INSTALLATION, UNITIZATION AND COMMISSIONING OF THE TANKAGE SYSTEM AT OIL#S RIG SITES: 1. The successful bidder will be required to install the SOLID CONTROL EQUIPMENT viz. shale shakers, de-sanders, desilters / or mud cleaners, degasser units, agitator units and other equipment & accessories of the RIG MUD SYSTEM in the NEW TANKAGE SYSTEM. Two nos. or three nos. shale shakers shall be installed on the shaker tank. The exact lay out of the shakers shall be furnished to the bidder within 10 days i.e. before approval of final layout drawings. The return water piping, brake water-cooling piping, and other water piping shall be arranged by OIL from the existing stock. The bidder will provide only tapping for water connection. 2. OIL will provide the SOLID CONTROL EQUIPMENT, DEGASSERS AND ELECTRIC MOTORS etc. as stated in Item No.-10, 20 & 30 for installation, unitization and commissioning in the NEW TANKS. 3. OIL will provide the crane services during installation / commissioning of the tank system in the rig. The bidder will be required to provide necessary welding / cutting sets, hand tools and other gadgets required for the jobs. The bidder will also be required to provide API certified or specialized welder(s) for any specialized welding / cutting jobs. 4. The bidder will be required to provide the qualified and competent manpower at rig site for complete installation, unitization and commissioning of the New Mud and Water Tank System. 5. The bidder's personnel will be required to carry out all the jobs under the Oil Mines Regulations, 1984 and they shall be required to maintain cordial and healthy relations with the OIL personnel. 6. OIL will provide the bus transportation service to and from the rig site for bidder's personnel. 7. The bidder will be required to arrange for the boarding and lodging of their personnel during installation, unitization and commissioning of the Mud Tank System. All to and fro charges of bidder's personnel for the commissioning job shall be borne by the bidder. Corporate Tax, Service Tax, Personnel Tax etc. shall be borne by the bidder and shall be deducted at source.

8. The bidder will be responsible for preparing the New Mud Tank System fully ready for commissioning within a period of 2 to 3 weeks time at rig site after placement of all rig components and accessories. 9. The bidder will be required to submit a list of personnel with complete bio-data who will be deployed for installation, unitization and commissioning of the New Mud Tank System. As the installation and commissioning jobs will be carried out in RESTRICTED AREAS, the bidder will be required to take the complete responsibility of their personnel and will have to obtain the ENTRY PASSES for the personnel from Central Industrial Security Force (CISF).

Annexure-III

TENDER NO. DFD7658P08/07

General Notes 1. The bidder shall submit tentative drawings for the mud, water / chemical tanks with all constructional details along with their bids. The bidders may visit OIL's rig sites to study the existing tank systems and layouts. The bidders may contact HEAD DRILLING PLANNING for technical matters in this regard. 2. The successful bidder shall make final drawings for all mud, water/ chemical tanks with constructional details including details of mud and water rolling lines and suction/ equalizing lines and auxiliary equipment skids to meet OIL's specifications/ requirements and shall submit the same for OIL's approval within 15 days time from the date of placement of firm order. OIL will communicate the approval along with any changes/ modification, if required, within 10 days time from the receipt of the drawings. OR alternately OIL may send a multidisciplinary team to the bidder's installation to study, discuss and approve the drawings. 3. The bidder shall maintain the major rig layout dimensions as per the existing standard rig layout. 4. The bidder must accept and agree to carry out minor changes as may be suggested by OIL during construction / fabrication and also during installation of the system in the rig without any financial implications. However, any major modification / change, if required, in the system shall be carried out at mutually agreed terms and conditions. 5. The bidder shall submit CMRI certificates & DGMS approvals for all the flameproof electric motors, starters and cable glands in advance prior to dispatch of the equipment. 6. Delivery is the essence of the contract. The bidder must quote the best delivery and installation / commissioning period for the system. The delivery of the system and commissioning is to be completed within 6 months from the date of order. 7. All components of the tanks should be new, unused and free from all defects. The bidder must offer warranty for the complete system including bought out items for a period of one year from the date of commissioning. 8. Each tank should be offered for inspection to DGM (D) or his representative with at least 15 days notice at the following stages:

• Any time during fabrication of tankages. • Any time during blasting/ cleaning or painting. • Any time after completion but prior to dispatch.

9. All tanks should be hydraulically tested for 24 hours. This should be shown to the OIL representative during the inspection. 10. Purchase order no., budget head, job no., supplier's name, serial no. and type of tank i.e. shaker tank, intermediate tank, suction tank, reserve tank and water/ chemical tank should be weld written on each tank. OIL representative during inspection will show the place of weld writing. 11. "OIL INDIA LIMITED", "DRILLING DEPARTMENT" should be paint written on each tank. OIL representative during inspection will show the place of paint writing.

". ~ .'

. '9750..mQ'l.

I 13 I

14 1114

.S~O10 mm

... . ...,.

_' 13000 m~m

B

7

Sha~nk2

[JJ 111360 mm

20764""" EfJRIG FROI'lT

HP Mud Pump Line . - rWell Center

JDRILLER'S

..sID£

.. -. ..- .. .-j62:60 mm ::-.

~. :.... "T':"

i Reserve -:clr1k : IV,.Reserve. T anI.< : VIi==

Reserve Tank: Vi Reserve Tank' IIII

,ChemicalI

' . I

! Ri'lck I Reserve Tank: II Ir-'

LJ/'5 II 0 I Reserve Tank : I I

L-.1 I Suction Tank

ca

r 1Q--,I

b !I . II i IL

I Ir p JI 1C' I. t I

L"_;,"''''_ .__ _ " I'~_h -- n.: r ~ If ;,~ i

UUL. l~

IntermediateTank

4.:150

cable tray

-' . . ..

2336.'

.................................................. . ..~.I .:l:~....... . ~.. .;.. ~.... .,".4>..'''.

"

EFFLUENTPIT

17125 mm

~[2J

GEr'-JERJ\LLAYOlLLQE.BJ.G3.!TE WlIl::i

(NOT TO SCALE)

lOQe2;

1. : Shale Shaker

2. : Degasser.3. : Desander4. : Desilter/ Mud Cleaner.

5. : Feed Pump Sets to Desander/ Desilter/ degasser6. : Mud Pump Superchrger Pump sets.7. : Chemical Attendant Cabin.

Annexure IV

8. : Mud Loading System.9. : Mud Pumps.10. : PCR11. : Power Packs.

12. : Air Compressor13. : Water Booster.14. : Diesel Tank

15. : Multistage Pump Sets,

.--.~:

Water Water Water I ,-Chem. Chem. Chem.Tank Tank Tank

Annexure-V

TENDER NO. DFD7658P08/07 GENERAL TERMS AND CONDITIONS 1. MUD TANK & WATER / CHEMICAL TANK SYSTEM FOR BHEL MAKE AC-SCR DRILLING RIGS WITH 6-TANK SYSTEM: The set should consist of the following: Item-10: (i) 3 Nos. of ACTIVE tank (ii) 3 Nos. of RESERVE TANK Item-20: 3 Nos. of WATER/CHEMICAL TANK Construction details as per Annexure - I Item-30: Auxiliary Equipment & Accessories for above tank system consisting of the following: (i) Mud loading System with loading Pumps. Hoppers Shear Mixture. Piping and valves. (ii) Mud pumps super charge system with pump. Piping and valves. (iii) Desander, Desilter and Degasser Feed pump system with pump, piping and valves. NOTES : 1. Items must be constructed as per Annexure-I. 2. Installation, unitization and commissioning of the items under serial No. 10, 20 & 30 above are to be done on existing rig components and accessories at rig site at Duliajan. Installation, unitization commissioning must be done as per guide lines given in Annexure - II. 3. The general notes and terms & condition are given in Annexure- III. 4. Accommodation: Accommodation of crew during the commissioning period shall be arranged by the party. However, OIL will arrange local transportation of successful bidder's commissioning crew from Duliajan to work site. 5. Materials handling facility: Materials handling facility such as crane of adequate capacity will be provided by OIL free of cost during commissioning.

6. Three phase power supply will be provided by OIL during commissioning free of cost for operating of small tools and welding machine required for commissioning. But compressor has to be arranged by the party. 7. OIL will provide open space to party in the New Industrial Area, Duliajan free of charge basis for carrying out assembly / fabrication of the tank system. 8. Inspection, if required, will be carried out at the party's/ their vendor's works. 9. Delivery: 1st 3 Nos. of Active tanks {Items-10} must be delivered and commissioned by the party at Duliajan within 3 months and complete order should be executed within 6 months from the date of order.

Annexure-VI TENDER NO. DFD7658P08/07

MOTOR SPECIFICATIONS (i) Motor specifications (for flameproof motors) Motor:Squirrel cage Induction Motor, horizontal foot mounted with bi-directional cooling fan at NDE Rated voltage: 415 V, 3 phase, Delta connected HP/KW: 100 HP As applicable Frequency: 50 Hz Speed: 1500 RPM (synchronous) Insulation class :Class F, temperature rise limited to class B Protection: IP 55 Minimum Frame size: As applicable Standards: IS 2148 and IS 325 Connection: i) Delta for mud/ water agitators/ pill chamber motors. ii) 100 HP motors for Desander, Desilter, Mud loading (mud mixers), superchargers and multi-stage pumps shall be provided with 6 (six) nos. of terminal studs inside the terminal box for star/delta starting Rating: Continuously rated Painting : Epoxy DA grey Terminal box : Suitable for use in oil and gas mines (NOT FOR UNDER GROUND COAL MINES) fitted with double compression FLP cable glands. Glands shall be supplied with the motor. Earthing: 1 (one) no. inside terminal box and 2 (two) nos. on the body of the Motor. DGMS Approval: A metal plate embossed with CMRI certificate no., DGMS approval no. and DGMS logo shall be riveted on the motor body. Guarantee: The motors would be guaranteed (Besides manufacturer's standard guarantee) for a period of one year from the date of commissioning. Any repair/ replacement during the guarantee period will be done free of cost by the supplier including to and fro transportation from OIL site. Make : M/s Bharat Bijlee, Crompton Greaves, Kirloskar [For mud agitators, frame sizes of the motors are MJ 130 for M/s Bharat Bijlee, India or E 132 M for M/S Crompton Greaves, India. For 100 HP motors, the frame sizes are Type MJ 3284-4 of M/s Bharat Bijlee make or E 280M for M/s Crompton Greaves, India.]

ALL MOTORS, PBS'S AND CABLE GLANDS SHALL BE APPROVED BY DGMS (INDIA) FOR OPERATION IN HAZARDOUS AREA ZONE 1 AND ZONE 2, GAS GROUPS II A AND IIB OF OIL MINES. A metal plate embossed with CMRI certificate no., DGMS approval No. and DGMS logo shall be riveted on the motor body/ PBS body at a conspicuous place. WATER AGITATOR, PILL CHAMBER, AND MUD AGITATOR 10 HP MOTOR SPECIFICATIONS Totally enclosed fan cooled (fan bidirectional) squirrel cage FLAMEPROOF induction motor, foot mounted, suitable for operation on 415 V, 3 phase, 50 Hz AC supply with 450 C Ambient and altitude less than 1000 m MSL, conforming to IS 2148. Motors shall be certified by CMRI and approved by DGMS (India) for operation in Hazardous Area Zone 1 and Zone 2, Gas groups IIA and IIB of oil mines. Motor specifications Rated voltage: 415 V, 3 phase HP/KW: 10/ 7.5 Frequency: 50 Hz RPM: 1500 (synchronous) Insulation: Class F, temperature rise limited to class B Protection: IP 55 (minimum) Frame size: E132M Connection: Delta Standards: IS 2148 and IS 325 Rating: Continuously rated Painting : Epoxy DA grey Terminal box : Suitable for use in oil and gas mines (NOT FOR UNDER GROUND COAL MINES) fitted with double compression FLP cable gland. Gland shall be supplied with the motor. Gland shall be suitable for EPR insulated screened cable with OD 19 mm. Earthing : 1 (one) no. inside terminal box and 2 (two) nos. on the body of the Motor DGMS Approval: A metal plate embossed with DGMS approval no. and DGMS logo shall be riveted on the motor body at a conspicuous place. Guarantee: The motors would be guaranteed (Besides manufacturer's standard guarantee) for a period of one year from the date of commissioning. Any repair/ replacement during the guarantee period will be done free of cost by the supplier including to and fro transportation from OIL site. Make : M/s Bharat Bijlee, Crompton Greaves, Kirloskar

ALL MOTORS, PBS'S AND CABLE GLANDS SHALL BE APPROVED BY DGMS (INDIA) FOR OPERATION IN HAZARDOUS AREA ZONE 1 AND ZONE 2, GAS GROUPS II A AND IIB OF OIL MINES. THE FOLLOWING ADDITIONAL POINTS REGARDING THE ELECTRICALS ARE TO BE NOTED AND COMPLIED WITH BY THE BIDDER: 1. All motors including PBS (except PBS for Super chargers) shall be supplied by the bidder. 2. Fully removable type canopy for all motors (covering motor and terminal box) shall be provided. PBS's are also to be provided with canopies. Canopy material should be minimum 1/8" (3 mm) thick good quality MS, painted DA grey. 3. Double earthing of all motors and PBS shall be in the scope of the supplier in accordance to Indian Electricity Rules, 1956 with latest amendments as applicable. 4. Tank to tank earth loops shall be in the scope of OIL. 5. GI earth strap joints shall be done with GI nuts, bolts and flat/spring washers (2 nos. minimum at each joint). 6. All motors and PBS are to be provided with suitably sized FLP double compression cable glands, approved by DGMS (India). The unused cable entry holes are to be plugged by FLP stopping plugs. Cable glands shall be suitable for entry of suitable capacity EPR insulated, CSP sheathed, screened, multi-strand Copper cables in use at present by OIL. 7. Galvanization of the earthing straps, fasteners and washers shall be as per IS: 2629- 1985, IS: 5358 and IS:1573 respectively (with latest amendments as applicable). 8. Mud agitators, water agitators and pill chamber motors (i.e. motors mounted on tanks) shall be longitudinally aligned (along the length of the tank) and nearer to the centre of the tank as far as possible to avoid collision with tree branches during transportation. 9. Cables for agitator motors are to be routed above the tank grating (flooring) with channels for protection against mechanical damage. Channels shall be permanently fixed to the flooring. Clamps can be provided on the channels to secure the cables. 10. PBS's for desander and desilter motors shall be provided near the mud attendant's cabin. PBS's for all other motors shall be local to the motor.

11. All sides of the tanks (excluding the sides with cable trays for the suction, intermediate and shaker tanks) shall be provided with suitable hangers/ hooks for supporting of cables, width 300 mm and placed 1000 mm apart. 12. All cable trays are to be arranged in such a manner that operation of valves, gates etc. for super chargers, desanders, desilters, mud mixer lines are not hindered. 13. Gaps / holes (approx. 4" diameter) in the cable trays or between the cable tray and tank side shall be provided near the location of PBS's which are mounted close to the front side of the tanks (facing the cellar side) for ease of entry/exit of plug connectors for PBSs. 14. Lighting posts for mud tank lighting shall be of such height that when suspended, a well-glass type light fitting is at a height of 2.5 m from the tank floor grating. Lighting posts shall be provided with sturdy double mounting hooks for suspension of 2 (two) light fittings. 15. Our AC motors terminal box is on right hand side looking from the shaft (driving) end of the motor and some motor's terminal box are on the top of the body of the motor. So all fabrication job should be made accordingly.

**************

Page 1 of 5

ANNEXURE-A TO ENQUIRY NO. DF7658P08/07

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC)

(I) BID REJECTION CRITERIA (BRC) The bids must conform to the specifications and terms and conditions given in the enquiry. Bids shall be rejected in case the item(s) offered do not conform to the required minimum/maximum parameters stipulated in the technical specifications and to the respective international / national standards wherever stipulated. Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions, the following requirements shall have to be particularly met by the bidders, without which the offer will be considered as non-responsive and rejected: (A) TECHNICAL : 1.0 Bidders must quote for all the items listed in the tender. All the items will be procured from

a Single bidder. 2.0 The bidder must have sold at least 2 sets of Mud Tank System in last 5 years preceding the

bid closing date. Bidders are required to enclose documentary evidence in this regard.

The Bidder who does not meet the experience criteria as mentioned above may also apply on the strength of collaborator / joint venture partner. Collaboration agreement with the partner shall be through a bi-partite Agreement or Memorandum of Understanding (MOU) between the primary bidder and the collaborator prior to bid closing date. The bi-partite agreement or MOU has to be valid until the commissioning of the unit. Duly attested documentary evidence of pre-tender bi-partite Agreement or Memorandum of Understanding (MOU) must be submitted along with the bid.

3.0 Bidders must provide full technical details duly supported by relevant drawings. 4.0 Bidders must confirm to submit original purchase documents and certificates related to all

materials equipment utilised in the tankages system. (B) COMMERCIAL : 1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly

under Single Stage Two Bid System. The “TECHNICAL” and “COMMERCIAL” bids shall be prepared separately in triplicate and the same should be kept in two separate envelopes superscribing the Enquiry No., Brief Material Description & Bid Closing Date and clearly writing on the cover of the two envelopes as “TECHNICAL” and “COMMERCIAL”. Both the envelopes should then be kept in one envelope, duly sealed, superscribing the Enquiry No., Brief Material Description and Bid Closing Date on the cover. The Technical Bid should contain all the techno-commercial details of the offer including the commercial terms and conditions excepting the prices which should be kept blank. The Commercial Bid should contain the Price Schedule as per Para 12.0 below including all the commercial terms and conditions of the offer. Any offer not complying with the above shall be rejected straightway.

Contd. 2

2

-- 2 -- 2.0 Bid security of US $ 11,000.00 or Rs. 5,00,000.00 shall be furnished as a part of the

TECHNICAL BID. Any bid not accompanied by a proper bid security in original will be rejected without any further consideration. The Bid Security shall be valid for 240 days from the date of bid opening.

3.0 The prices offered will have to be firm through delivery and not subject to variation on any

account. A bid submitted with an adjustable price will be treated as non-responsive and rejected.

4.0 Successful bidder will be required to furnish a Performance Bank Guarantee @10% of the

order value. The Performance Bank Guarantee must be valid for one year from the date of successful commissioning of the equipment or 18 months from the date of shipment/despatch whichever is earlier. Offers not complying with this clause will be rejected.

5.0 Bids received after the bid closing date and time will be rejected. Similarly, modifications to

bids received after the bid closing date & time will not be considered. 6.0 Bidders shall quote directly and not through Agents in India. Offers made by Indian Agents

on behalf of their foreign principals will be rejected. Similarly offers from unsolicited bidders will be rejected.

7.0 Original offer should be submitted in sealed envelope. No offers should be sent by Telex,

Cable, E-mail or Fax. Such offers will not be accepted. 8.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be rejected. 9.0 Bids containing incorrect statement will be rejected. 10.0 Bids shall have no inter-lineation, erasures or overwriting except as necessary to correct the

errors made by the bidder, in which case, such corrections shall be initiated by the person signing the bid. Any bid not meeting this requirement shall be rejected.

11.0 Commercial bids not submitted as per bid format ( Summary ), given below, will be

rejected even if the party qualifies technically.

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders :

(A) Total Material Cost. (B) Packing & FOB Charges (C) Total FOB value, ( A + B ) above (D) Ocean Freight upto Calcutta, India (E) Insurance Charges (F) Installation/Commissioning & Unitisation Charges, if any (G) Total Value ( C + D + E + F ) (H) Total value in words : (I) Gross Weight : (J) Gross Volume :

Contd. 3

3

-- 3 --

(ii) Commercial Bid Format ( SUMMARY ) for Indigenous Bidders :

(A) Total Material Cost (B) Packing and Forwarding Charges (C) Total Ex-works value, ( A + B ) above (D) Excise Duty.(Please indicate applicable rate of Duty) (E) Sales Tax (Please indicate applicable rate of Duty) (F) Total FOR Manufacturing station price, ( C + D + E ) above (G) Road Transportation charges (H) Insurance Charges (I) Installation/Commissioning & Unitisation Charges, if any (J) Total Value ( F + G + H + I ) (K) Total value in words : (L) Gross Weight : (M) Gross Volume :

NOTE : Since the materials covered by this enquiry will be used by OIL in the PEL/ML areas issued/renewed after 01/04/99, applicable Customs Duty for import of goods shall be ZERO and indigenous bidders shall be eligible for Deemed Export.

12.0 Installation / Commissioning & Unitisation charges should be quoted separately which shall

be considered for evaluation. These charges should include amongst others to and fro fares, boarding/lodging of the Commissioning Engineers during their stay at Duliajan(Assam). Local transport shall be provided by OIL. All Corporate and Personal taxes towards the services provided by the supplier shall be borne by the bidder and will be deducted at source. Bidder should also confirm about installation/commissioning & Unitisation in the Technical Bid.

(II) BID EVALUATION CRITERIA (BEC) :

The bids conforming to the specifications, terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below :

(A) TECHNICAL : 1.0 All materials as indicated in the tender should be offered. If any of the items not offered by

the bidder, the offer will not be considered for evaluation. 2.0 Bids to be submitted in single stage two-bid system. 3.0 Bidder should provide warranty for one year on all items from date of commissioning of the

item by the bidder. All defects are to be attended by the bidder at their own cost during this period.

Contd. 4

4

-- 4 --

4.0 All cost of replacement of the defective spares/inferior materials should be borne by the

bidder. 5.0 Bidder should provide the unit cost of all the components. (B) COMMERCIAL : 1.0 The evaluation of bids will be done as per the Commercial Bid Format (SUMMARY)

detailed vide para 11.0 of BRC. 2.0 In the event of computational error between the unit price and total price, unit price shall

prevail for evaluation. 3.0 Similarly in the event of discrepancy between the words and figure, words shall prevail and

adopted for evaluation. 4.0 For conversion of foreign currency into Indian currency, B.C. selling (Market) rate declared

by State Bank of India, one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceed 3(three) months, then B.C. Selling(Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation.

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as

under, subject to corrections / adjustments given herein. 5.1 When only foreign bids are involved :

Comparison of bids will be done on the basis of “Total Value” which is estimated as under :

(A) Total Material Cost (B) Packing & FOB Charges (C) Total FOB Value, ( A + B ) above (D) Ocean Freight upto Calcutta, India (as quoted) (E) Insurance Charges @ 1% of Total FOB Value vide ( C ) above (F) Banking Charges @ 0.5% of Total FOB Value vide (C) above in case of payment

through Letter of Credit. ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded )

(G) CIF Calcutta Value ( C + D + E + F ) above (H) Installation/Commissioning & Unitisation Charges, if any (I) Total Value ( G + H ) above. NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder.

Contd. 5

5

-- 5 --

5.2 When only domestic bids are involved : Comparison of bids will be done on the basis of “Total Value" which is estimated as

under :

(A) Total Material Cost (B) Packing and Forwarding Charges. (C) Total Ex-works value, ( A + B ) above (D) Sales Tax as applicable on ( C ) above (E) Total FOR Manufacturing station Value, ( C + D ) above (F) Transportation charges (as quoted ) (G) Insurance charges @ 0.5% of Total FOR Mfg. Station Value ( E ) above (H) Total FOR Destination value, ( E + F+ G ) above (I) Installation/Commissioning & Unitisation Charges, if any (J) Total value ( H + I )

NOTE : Excise Duty in case of the indigenous bidder is exempted under deemed export.

5.3 When both Foreign and Domestic bids are involved :

The Total Value of domestic bidder (inclusive of customs duty on imported raw material and components etc, and applicable terminal excise duty on the finished products and Sales Tax) excluding inland transportation to destination and Insurance charges worked out as per para 5.2 above and Total Value of the foreign bidder worked out as per para 5.1 above excluding inland transportation to destination will be compared. No price preference will be allowed to indigenous bidders except that for capital goods, the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4 % or actuals, which ever is less subject to 30 % local content norms as stipulated for World Bank Funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on Total Value basis.

NOTE : If any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC ) contradict the Clauses of the tender elsewhere, those in the BEC / BRC shall prevail.

===================

ANNEXURE – B TO ENQUIRY NO. DFD7658P08/07

COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE TICK MARK 'YES' OR 'NO' TO THE FOLLOWING QUESTIONS, IN THE RIGHT HAND COLUMN. 1. Whether Original Signed quotation submitted ? YES/NO 2. Whether Fax / E-mail quotation submitted ? FAX / E-MAIL offer not

acceptable. YES/NO

3. Whether 3(three) copies of quotations submitted ? YES/NO 4. Whether quoted as manufacturer ? YES/NO 5. Whether quoted as Supply House / Distributor. To Specify : YES/NO 6. If quoted as Supply House / Distributor, (a) Whether submitted valid and proper authorization letter from

manufacturer confirming that bidder is their authorized Supply House for the product offered ?

YES/NO

(b) Whether manufacturer’s back-up Warranty/Guarantee certificate submitted

YES/NO

7. Whether bid submitted under Two Bid System ? YES/NO 8. Whether ORIGINAL Bid Bond(not copy of Bid Bond) enclosed with

the offer? If YES, provide details YES/NO

(a) Amount : (b) Name of issuing Bank : (c) Address of the issuing Bank & Fax No. (d) Validity of Bid Bond : 9. Whether offered firm prices ? YES/NO 10. Whether offer validity of six months from the date of closing of

tenders quoted? YES/NO

11. Whether quoted a firm delivery period? YES/NO 12. Whether quoted as per NIT (without any deviations) ? YES/NO 13. Whether any deviation there in the offer ? YES/NO 14. Whether deviation separately highlighted ? YES/NO 15. Whether agreed to the NIT Warranty clause ? YES/NO 16. Whether Price Bid submitted as per Price Schedule(refer Para 11.0 of

BRC vide Annexure – A) YES/NO

17. Whether all the items of tender quoted? YES/NO 18. Whether indicated the country of origin for the items quoted ? YES/NO 19. Whether technical literature / catalogue enclosed? YES/NO 20. Whether confirmed acceptance of tender Payment Terms of 80%

against shipment/dispatch documents and balance 20% after successful installation & commissioning ?

YES/NO

21. For Foreign Bidders - Whether offered FOB / FCA port of despatch including sea worthy packing & forwarding ?

YES/NO

22. For Foreign Bidders – Whether port of shipment indicated. To specify:

YES/NO

23. For Foreign Bidders only - Whether indicated ocean freight up to C&F Kolkata port (Excluding marine insurance ) ?

YES/NO

24. Whether Indian Agent applicable? YES/NO 25. If YES, whether following details of Indian Agent provided ? YES/NO 26. (a) Name & address of the agent in India – To indicate (b) Amount of agency commission – To indicate (c) Whether agency commission included in quoted material value ? YES/NO 27. Whether weight & volume of items offered indicated? YES/NO 28. Whether confirmed to carry out installation, unitisation &

Commissioning of the Mud Tank System at Duliajan (Assam)? YES/NO

29. Whether installation, unitisation & Commissioning charges applicable?

YES/NO

30. If installation, unitisation & Commissioning charges applicable, whether separately quoted on lump sum basis?

YES/NO

31. Whether to & fro air fares, boarding/lodging of the commissioning personnel for installation, unitisation & commissioning of the Mud Tank System at Duliajan, Assam (India) included in the quoted charges ?

YES/NO

32. Whether confirmed that all Service, Income, Corporate tax etc. applicable under Erection & Commissioning are included in the prices quoted?

YES/NO

33. Whether confirmed to submit PBG as asked for in NIT ? YES/NO 34. Whether agreed to submit PBG within 30 days of placement of order ? YES/NO 35. For Indian bidders – Whether place of dispatch indicated in the offer ?

To specify : YES/NO

36. For Indian bidders – Whether road transportation including Insurance charges up to Duliajan quoted ?

YES/NO

37. For Indian Bidders only - Whether offered Ex-works price include packing/forwarding charges ?

YES/NO

38. For Indian bidders only – whether import content indicated in the offer ?

YES/NO

39. For Indian Bidders only - whether all Taxes have been indicated categorically?

YES/NO

40. Whether all BRC/BEC clauses accepted ? YES/NO Offer Ref ............................…………………… Dated ................................................ OIL's Tender No....................………….………. Signed ………………..................... For & on behalf of ................................................Designation .................... ..............

ADDENDUM NO. 1 TO TENDER NO. DFD7658P08/07

Section (I)(A), Para 2.0 of Bid Rejection Criteria (Refer Annexure A of the tender) stands amended as under: 2.0 The bidder must have sold at least 2 sets of similar Mud Tank System in last 6 years preceding the bid closing date. Bidders are required to enclose documentary evidence in this regard. The Bidder who does not meet the experience criteria as mentioned above may also apply on the strength of collaborator / joint venture partner. Collaboration agreement with the partner shall be through a pre-tender bi-partite Agreement or Memorandum of Understanding (MOU) between the primary bidder and the collaborator. The pre tender by-partite agreement or MOU has to be valid until the commissioning of the unit. Duly attested documentary evidence of pre-tender bi-partite Agreement or Memorandum of Understanding (MOU) must be submitted along with the bid.

**********