55
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 09/09/06 ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS REGISTERED WITH NSIC) FROM : ____________________________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (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.

IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

  • Upload
    vandieu

  • View
    224

  • Download
    2

Embed Size (px)

Citation preview

Page 1: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

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 09/09/06 ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS REGISTERED WITH NSIC) FROM : ____________________________________________________________________________________

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602, (B) HEAD - KOLKATA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001, (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.

Page 2: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

OIL INDIA LIMITED ( A GOVERNMENT OF INDIA ENTERPRISES)

P .O. DULIAJAN, PIN – 786602 ASSAM ( INDIA )

FAX NO. : (0374) 2800533 E-MAIL : [email protected] Website : www.oilindia.nic.in

ENQUIRY NO. & DATE : DFD21417P07/07 DATED 29.07.06 TENDER FEE : Rs. 4,500.00 OR US$ 100.00 DATE OF PRE-BID CONFERENCE : 11/09/2006 & 12/09/06 VENUE OF PRE-BID CONFERENCE : KOLKATA (INDIA) OIL INDIA LIMITED invites Global Tenders for the item detailed below:

Srl. No. Material Description Unit Qty

GAS COMPRESSOR PACKAGES

10 OC000227

GAS ENGINE (NATURALLY ASPIRATED) DRIVEN GAS COMPRESSOR PACKAGES, WATER COOLED/NON-COOLED TYPE

NO 5

20 OC000227

GAS ENGINE (NATURALLY ASPIRATED) DRIVEN GAS COMPRESSOR PACKAGES, NON-COOLED TYPE

NO 4

N O T E S : 1.0 A Pre-Bid Conference with the Parties will be held in Kolkata (India) on 11th

& 12th Sept ’06 to discuss on the technical specifications and other terms and conditions of the tender. All the Parties who purchase the Tender Documents within the closing date of sale of tender will be eligible to attend the Pre-Bid Conference. The exact venue and time of the Pre-Bid conference will be intimated to the Parties at a later date.

2.0 Clarification on the technical specifications and other terms & conditions of the

Gas Compressor Packages shall be provided to the parties during the Pre-bid Conference. Parties should come fully prepared to the Pre-bid Conference and submit their queries to OIL in the Pre-bid Conference for clarification. The set of queries may also be sent to OIL atleast 2 (two) days before the Pre-bid Conference for study by OIL.

3.0 Any changes in the technical specifications and other terms & conditions of the

Gas Compressor Packages arising out of discussion in the Pre-bid Conference shall also form part of the tender document.

Contd…2/-

Page 3: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

PAGE -- 2 --

4.0 Parties, immediately after the purchase of the Tender documents, shall inform OIL at the following address about their participation in the Pre-Bid Conference with details of the persons to enable OIL to make arrangement for the Pre-Bid Conference.

HEAD - MATERIALS OIL INDIA LIMITED

P.O DULIAJAN, PIN – 786 602 DIST. DIBRUGARH (ASSAM) INDIA

FAX NO. : 0374 - 2800533 E-Mail : [email protected] [email protected]

Page 4: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

OIL INDIA LIMITED(A Govt. of India Enterprise)

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

Tender No. & Date :DFD2141P07/07 29.07.2006

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

::

:

11.10.2006 at 13:00 hrs. (IST)11.10.2006 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 0C000227

Gas engine (Naturally aspirated) driven Gas Compressor (Reciprocatinghorizontal balanced opposed) Package for Gas lift duties. Capacity: 3200 NM3/ Hr.

Detailed specification furnished vide Annexure IA to IE.

1 NO

20 0C000227

Gas engine (Naturally aspirated) driven Gas Compressor (Reciprocatinghorizontal balanced opposed) Package for Gas lift duties. Capacity: 3200 NM3/ Hr.

Detailed specification furnished vide Annexure IA to IE.

1 NO

30 0C000227

Gas engine (Naturally aspirated) driven Gas Compressor (Reciprocatinghorizontal balanced opposed) Package for Gas lift duties. Capacity: 3200 NM3/ Hr.(NON-COOLED CYLINDER CATEGORY)

Detailed specification furnished vide Annexure IA to IE.

1 NO

40 0C000227

Gas engine (Naturally aspirated) driven Gas Compressor (Reciprocatinghorizontal balanced opposed) Package for LP Booster duty. Capacity: 2700NM 3/ Hr.

Detailed specification furnished vide Annexure IA to IE.

3 NO

50 0C000227

Gas engine (Naturally aspirated) driven Reciprocating horizontal balancedopposedGas Compressor Package for LP Booster duty. Capacity: 1200 NM3/ Hr.(Non Cooled Cylinder category)

Detailed specification furnished vide Annexure IA to IE.

1 NO

60 0C000227

Gas engine (Naturally aspirated) driven Gas Compressor (Non-CooledReciprocating horizontal balanced opposed) Package for LP Booster duty.Capacity: 1200 NM 3/ Hr.( Non Cooled Cylinder category)

1 NO

Page : 1 / 3

Page 5: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

Tender No. & Date :DFD2141P07/07 29.07.2006

Item No./ Mat. Code

Material Description Quantity UOM

Detailed specification furnished vide Annexure IA to IE.

70 0C000227

Gas engine (Naturally aspirated) driven Gas Compressor (Reciprocatinghorizontal balanced opposed) Package for LP Booster duty. Capacity: 2700NM 3/ Hr.(Non-cooled Cylinder Category)

Detailed specification furnished vide Annexure IA to IE.

1 NO

Special Notes : 1. Bids are invited under Single Stage Two Bid System. Bidders shall quote accordinglyunder Single Stage Two Bid System. The "TECHNICAL" & "COMMERCIAL" bids shall beprepared separately in triplicate and the same should be kept in two separate envelopessuperscribing the Enquiry No., Brief Material Description and Bid Closing Date and clearlywriting on the cover of the two envelopes as "TECHNICAL" and "COMMERCIAL". Both theenvelopes should then be kept in one envelope duly sealed, superscribing the Enquiry No., BriefMaterial Description, and Bid Closing Date on the cover. The Technical bid should contain all theTechno-Commercial details of the offer including the Commercial terms and conditionsexcepting the prices which should be kept blank. The Commercial bid should contain the PriceSchedule all the commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

2. Items Nos. 10, 20 & 40 are same. Similarly item nos. 30,50,60 & 70 are same. Bidders shouldquote same make & model for each category.

3.Payment : Payment shall be released as follows :

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

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

iii) OIL may also consider making 100 % payment towards supply of the units againstproof of despatch provided bidders agree to pay interest for 20 % of the order value and alsosubmit Bank Guarantee for the amount equivalent to 20 % of the order value. This is in additionto the 10 % of the order value towards Performance Security as per the NIT requirement.

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

4. 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.

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 is

Page : 2 / 3

Page 6: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

Tender No. & Date :DFD2141P07/07 29.07.2006enclosed vide Annexure II.

7. Commercial Check list vide Annexure III must be filled-up and submitted along with thetechnical bid.

8. Clause No. 9.8.2 (under Exemption of Bid Security) of Section A of the General Terms &Conditions for Global Tender (Refer Document No. MM/GLOBAL/01/2005) stands deleted.

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 : 3 / 3

Page 7: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE – IA TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

DETAILED TECHNICAL SPECIFICATIONS OF 9 (NINE) NOS. NATURAL GAS COMPRESSORS

1.0 DETAILS OF COMPRESSOR :

TABLE : A

Duty of Compressors

Cont. Operating Pressure

(Gauge) (KG/cm2)

Item No.

Unit

Qty.

Category (Compressor

Cylinder)

Equipment Description

Capacity

(NM3/HR) Suction Discharge

1. No. 1 Cooled/ Non-cooled

GL Compressor

3200 14.00 105.00

2. No. 1 Cooled/ Non-cooled

GL Compressor

3200 14.00 105.00

3. No 1 Non-cooled GL Compressor

3200 14.00 105.00

4. No. 3 Cooled/ Non-cooled

LP Booster Compressor.

2700 1.50 25.00

5. No. 1 Non-cooled LP Booster Compressor

1200 1.50 20.00

6. No. 1 Non-cooled LP Booster Compressor

1200 1.50 20.00

7. No. 1 Non-cooled LP Booster Compressor.

2700 1.50 25.00

NOTE: (i) The above duty conditions (capacities) are at normal operating speed of 900 rpm

(75% of the maximum rated speed recommended by manufacture) and after considering other conditions/factors such as altitude, maximum gas temperature, ambient temperature etc.

(ii) Sl Nos. 1, 2 & 4 may be quoted with both water cooled and non-cooled type

compressor. However, Sl. Nos. 3, 5, 6 & 7 to be quoted with only non-cooled type compressor.

(iii) The gas pressures (both suction and discharge) for the units are likely to fluctuate as shown in the table- B below. Bidders are required to furnish Capacity availability and other details like HP requirement of the packages at different combinations including extreme operation conditions of suction and discharge pressures.

Page 8: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

TABLE : B

Cont. Operating Pressure (gauge) (KG / CM2 )

Suction Range Discharge Range

Item No.

Unit

Qty.

Equipment Description

MIN NOR MAX MIN NOR MAX 1. No. 1 GL

Compressor 12.00 14.00 15.00 80.00 90.00 105.00

2. No. 1 GL Compressor

12.00 14.00 15.00 80.00 90.00 105.00

3. No. 1 GL Compressor

12.00 14.00 15.00 80.00 90.00 105.00

4. No. 3 LP Booster Compressor.

1.00 1.50 2.50 14.00 20.00 25.00

5. No. 1 LP Booster Compressor

1.00 1.50 2.50 14.00 20.00 25.00

6. No. 1 LP Booster Compressor

1.00 1.50 2.50 14.00 20.00 25.00

7. No. 1 LP Booster Compressor.

1.00 1.50 2.50 14.00 20.00 25.00

MIN : Minimum, NOR : Normal operating, MAX: Maximum Capacities corresponds same as item no. as in Table: A

2.0 SPECIFICATIONS OF COMPRESSOR :

2.1 The compressor units shall be packaged and mounted on heavy oil field skids with all ancillaries / accessories for unattended continuous operation.

2.2 The compressor units shall be suitable for compressing gas of the respective composition shown in Para 10.0 hereinafter and shall conform to API-11P of 1989.

Normal compressor operating speed should not exceed 75% of the maximum recommended operating speed by the manufacturer and also to be compatible with engine RPM when directly coupled (operating speed 900 rpm).

2.3 The following features shall also be incorporated:

Suction and inter-stage liquid slug separators with automatic and manual drains and the efficient mist extraction arrangement suitable for removal of 99% of all droplets of 10 microns or larger. The pressure drop across the suction scrubber should be mentioned for reference of OIL. In view of possibility of paraffin deposition, the scrubber vessel shall be bolted design to facilitate removal and cleaning of mist pad from time to time piping and connections to be sufficiently large to drain sludge etc.

2.4 Hand Operated pre lube pump.

2.5 Lubricator should be Divider Block type.

Page 9: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

2.6 Each compressor should be equipped with continuous type online gas detector at two

logistic points (will be determined during drawing approval stage. 3.0 SPECIFICATIONS OF PRIME MOVER (GAS ENGINE) :

3.1 The engine operating speed should not exceed 75% of the maximum recommended

operating speed by the manufacturer. The composition of fuel gas to be used is shown in Para 11.

3.2 The gas engine shall be 4-Stroke naturally aspirated and of compression compatible with fuel gas composition. Make : Waukesha / Caterpillar engine.

3.3 H.P. Requirement : The gas engines shall be of sufficient power to satisfy the following: Engine BHP

(Continuous rating Under site condition)

= 120% of the total BHP required to drive compressor when fully loaded + total BHP required to drive the auxiliaries

3.4 The engine will operate in a hazardous area and the shielded ignition system shall be of

breaker less type, low-tension solid state having vapor proof enclosure with a high tension coil at each power cylinder. The spark plugs shall be shielded and all low tension wiring shall be enclosed ungrounded steel conduits, but the spark plug connecting cables shall be enclosed in grounded, metal-shielded flexible conduits (Altronic-III/EIS).

3.5 Constant speed Electronic Governor of preferably wood-ward /Heinzman, GmBH adjustable for speed setting over the operating range. Speed adjustment shall be remotely operated from control panel manually.

3.6 The engine shall be provided with on- line flow meter for fuel gas volume. This should conform to AGA 3.

3.7 Battery (if required) should be shielded, suitable for use in hazardous environment.

3.8 The engine silencer should be hospital type and to be provided with exhaust flame trap and Flame Arrestor

3.9 The engine should be directly coupled to compressor with flexible coupling of: Thomas CMR type-550/600, make Rexnord.

3.10 Heavy duty type air- intake filter with pre-filter shall be provided

Page 10: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

3.11 All auxiliaries shall be driven from the prime mover as no power supply will be available from external sources for gas engine driven units, other than that required for lighting.

4.0 COOLER : Cooler should be proven internationally reputed type preferably similar to the coolers

already in operation with us e.g. Air-x-changer, USA, Air-x-limited, USA, etc. Each packaged compressor units shall be complete with its own cooling system which shall be driven from the unit prime mover. Water circuits of engine cooler (in case of water cooled) will be separate from the each other. Gas and Water cooler should be air- fin type, weather proof construction and conform to API Std. 661. The engine jacket water cooler should be designed for 25% excess reserve cooling capacity over maximum continuous HP of the engine (i.e. HP developed at maximum rated speed of the engine). The cooler section for gas cooling (inter-stage and after-cooler) and compressor jacket water shall be designed to have 15% and 20% respectively excess cooling capacity over the designed requirement of the compressors packages. The bidder shall support the adequacy of the heat transfer calculations. Cooler, Shaft, fan hub, fan blade should be light weight, air craft style.

4.1 Bug screen should be provided for protection against swarm of insects / dry leaf etc. to prevent clogging the tube bundles. The bug screen should be of at least 8 mesh i.e. it should have 64 holes per Sq. Inch. Protecting guard (folding type) on top for the cooler fins to be provided. It shall be installed along the periphery of the cooler housing.

4.2 The cooler should be designed for plain water only. The analysis of the water to be used in furnished in Para 12.1 hereinafter.

4.3 The cooler header as well as structures, shrouds and side panels (boards) will be galvanized

(hot dipped).

4.4 The jacket water cooling system shall be pressurized type with 0.5 Kg./Cm. (7 PSIG) pressure cap on the surge tank. This pressure cap should be heavy-duty industrial type (not automotive) and at least 100 mm size. The surge tanks should be on the side of the cooler so as to avoid spillage of water on fan belts / bearings etc.

4.5 Water filter (to remove carbonates, bi-carbonates and sulfates of calcium and magnesium) to be provided at the out- let of the engine and compressor, i.e. before entering cooler. The water filter should be removable type for replacement/cleaning of filter cartridge.

5.0 CONTROL PANEL :

The engine and compressor units shall be provided with automatic safety shutdown devices and annunciation system with fuel cut-off, vent and grounding of ignition. The control panel shall be designed based on state of the art technology PLC/SLC system suitable for hazardous environment i.e. Group IIA & IIB, Zone-2 area. The fault functions shall be both visually and audibly indicated on the unit’s control panel and shall remain ‘ON’ until manually reset. It will have sequence starting system to ensure that all functions associated with starting operation are performed in correct sequence. The initiation shall be by means of a switch of push type, on the unit control panel. Provision shall also be incorporated for emergency shutdown of the compressor unit. Shutdown devices with audio-visual alarm for the following conditions should be offered:

Page 11: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

a) Compressor – Shutdown Devices:

i) High liquid level in suction and inter-stage scrubbers ii) Low lube oil pressure iii) Force-feed lubricator failure iv) Low lube oil level v) High discharge gas pressure for each stage vi) High discharge gas temperature for each stage vii) Low suction gas pressure viii) High cylinder jacket water temperature ix) Excessive vibration (Crankcase & Cylinders separately) b) Engine – Shutdown Devices: i) Low oil pressure ii) Excessive water temperature(outlet from engine) iii) Low lube oil level iv) Cooling system low water flow v) Engine over speed vi) Engine overload vii) Excessive exhaust temperature

c) Cooler – Shutdown Devices i) Excessive vibration (near drive end)

6.0 Local and panel mounted indicating instruments shall also be available to monitor various

process parameters.

All sensors for the various parameters preferably should have 4-20 mA output to have exact value of the parameters in PLC/SLC.

In addition to above, a Pane l view Model 1000 (colour terminal) of Allen Bradley make

with keypad and display to be provided in the PLC Control panel for monitoring of all parameters connected to PLC/SLC I/O’s. The panel view should have RS-232(DH-485) & Ethernet communication port.

A Panel Mounted Gauge Board to be provided to monitor various parameters of compressors and Engines as given below: All analog gauges are to be liquid filled.

i) Panel Mounted Gauge Board(Analog Type) :

a) Compressors :

i) Gas suction and discharge pressure fo r each stage. ii) Gas suction and discharge temperature for each stage iii) Bearing oil header pressure

Page 12: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

b) Engine :

i) Engine bearing oil header pressure ii) Engine fuel gas pressure iii) Engine exhaust temperature

The following locally mounted gauges are required to monitor compressors and engine parameters. ii) Locally Mounted Gauges(on the compressor & engine body) :

a) Compressors : i) Oil cooler outlet and inlet temperature ii) Compressor jacket water inlet and outlet temperature iii) Compressor lube oil pressure iv) Compressor water pump pressure inlet and outlet

b) Engine :

i) Engine cylinder temperature for individual engine cylinder ii) Engine jacket water cooler inlet and outlet iii) Engine lube oil pressure(before and after filter) iv) Engine inlet manifold vacuum in each bank separately v) Fuel gas pressure vi) Starting air pressure vii) Engine lube oil temperature viii) Engine water pump pressure inlet and outlet ix) Engine jacket temp. inlet and outlet x) Fuel pressure at downstream of fuel regulator before carburetor

7.0 Each unit shall have a sequence starting system to ensure tha t all functions associated with the starting operation are performed in the correct sequence. Initiation shall be by means of a switch on the unit control panel.

Pre-Alarm System:

The panel will have an additional feature to indicate an audible alarm in the panel in the event of certain parameters deviating from its operating value. The setting of such pre alarm will be slightly below or above the setting value of shutdown alarm such that initiation of these pre alarms will not bring about the shutdown of the unit.

The requirement of problems is for following only:

i) Engine jacket water temperature high ii) Engine lube oil pressure low iii) Compressor lube oil pressure low

Page 13: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

7.1 The control panel shall have an entry for easy access and shall be suitable for use in gaseous area. The panel shall employ the sequence start system and alarm/monitoring functions together with the start switch and shutdown button. Provision shall also be incorporated for remote emergency shutdown of the compressor unit. Panel shall be mounted in such a way so as to prevent vibration.

7.2 The control panel to be placed on ground (with a base level of compressor-engine skid) 3 meters away from compressor cylinder support and any gas venting point. The suitable position of the panel is in the side of the compressor-engine skid, so that, the above mentioned safe distance can be maintained. The control panel should not be mounted in front of the compressor-engine skid.

7.3 Engine speed indicator with F/I converter for PLC input and auto-manual selection switch with both auto-manual speed control in the panel to be provided.

7.4 The panel mounted gauge board to be placed in front of the compressor-engine skid.

7.5 The control panel shall include a programmable logic controller (PLC/SLC) with the following features to cater the operational need of the compressor.

i) Indication of status of inputs and outputs for easy debugging ii) Expandable inputs/outputs iii) Program memory held in EPROM iv) Communication port for connection to PC or laptop computer v) Provision for Ethernet/DH+/MODBUS communication for remote monitoring in

future at Operator room vi) Battery operated program loader/Laptop computer (one each for item 01 and 02 only

of Table:A) vii) Designed to work in engine and compressor environment viii) Arrangement for retaining memory in case of power failure

7.6 The control system shall be designed in such a way that failure of portion of the system shall not jeopardize the health of the machine i.e. the health of various auxiliaries as well as the machine availability shall be always ensured.

7.7 An UPS (Uninterrupted Power Supply) of minimum one hour duration to be provided for each gas compressor-engine control panel. The above UPS should be of portable type & to be placed in the operator room. The UPS should handle unwanted extra high voltage charge for about few seconds & have protection facility to cut-off power to the panel.

7.8 All the indication (pressure/temperature etc) as well as sequence, interlock, startup and safety shutdown through PLC/SLC using analog/digital I/O cards and digital display for the same. Also preferred analog/digital indication in the panel as mentioned in Para 6.0(i).

7.9 Instead of pneumatic controller for both pressure & level, the controller function can be

incorporated through PLC/SLC.

Page 14: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

7.10 All LP Booster Compressors should have SCADA system interaction facility for monitoring of dynamic parameters of machine i.e. Compressor Status on/off, Engine RPM, Exhaust Temperature etc.

7.11 The control and monitoring system should have SCADA system interaction facility for monitoring of some dynamic parameters of machine i.e. Compressor status on/off, Engine RPM, Exhaust temperature etc.

7.12 All field instruments i.e. transmitters, switches, solenoid valves, I/P & P/I converters, power

supply point etc should have certification from CMRI(Central Mining Research Institute) of India or equivalent country of origin and bidders should submit the same along with their bids. DGMS (Director General of Mines Safety, India) certification shall be required to be submitted along with the goods. Bidders however should categorically confirm in their bids that they would submit DGMS approval along with the goods. This is required as per Oil India’s regulatory standards and specifications for Oil & Gas field services.

7.13 a) The engine shall be provided with on- line flow meter for fuel gas volume. This

should confirm to AGA 3 and complete with pressure-cum-flow recorder. b) The compressors shall be provided with on-line flow-meter for measurement of inlet

gas volume complete with pressure-cum-flow recorder. This should conform to AGA3.

7.14 During detailed engineering & design stage, the approvals of the following are to be obtained from OIL.

i) P&I Diagram ii) Panel Details & Panel wiring diagram iii) Loop Diagram & Loop details iv) PLC/SLC Hardware & Software v) Laptop computer for programming (one each for item no. 01 and 02 only of Table:A) vi) Logic details of startup, sequence, interlock, safety shutdown, alarm, control &

monitoring. vii) Ladder programs development for startup, sequence, interlock, safety shutdown,

alarm, control & monitoring. viii) Emergency & Shutdown logic ix) All field & Panel Instruments NOTE : The bidder must submit drawing/data sheets etc within 06(six) weeks from the date of placement of order on them, for OIL’s scrutiny and approval.

7.15 The following automatic capacity control in different services shall have to be provided for:

LP Booster Compressors : Automatic by-pass capacity control based on suction pressure variation.

Gas Lift Compressors : Automatic by-pass control based on sensing of over pressure at discharge.

Page 15: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

NOTE: A 150 class Control valve with controller (range 0-7 Kg/cm2) is to be provided with each booster for individual suction pressure control.

8.0 Detailed technical specifications, approved vendors list and Check List for Instrumentation & control system as per Annexure-IC, ID & IE respectively.

9.0 PIPING : Bare exhaust pipe including the silencer should be properly insulated and provision should

be made to prevent insulating material contacting the exhaust system. One pair of Companion Flanges, Stud bolts and nuts as per ANSI B 16.5 for each hook-up point shall be supplied with each Compressor for hooking up with all piping of OIL.

10.0 COMPOSITION OF GAS TO BE COMPRESSED : The composition of gas to be compressed in each case is shown in the following schedule

(typical composition). The compressors should be able to handle gases at the extreme gas compositions as below (The gas may be fully saturated with water vapor in the suction water vapor, at the suction pressure and temperature condition and hence while computing compressor BHP, it is to be taken in account).

Component GL Compressor

% Volume (approx) LP Booster Compressor

% Volume (approx) Methane 80.0 – 88.0 75.0 – 85.0 Ethane 7.5 – 5.0 9.0 – 6.3 Propane 6.5 – 3.0 8.0-4.5 Butane 3.5 – 2.0 2.4 – 1.2 Pantene + 1.5 – 1.0 2.0 – 1.2 Co2, N2 Water Vapor etc. 1.0 – 1.0 2.0 – 1.0

11.0 COMPOSITION OF FUEL GAS :

The composition of gas to be used as fuel is given below. The engine should be able to operate at the two extreme ranges of gas composition as below (The fuel gas may be fully saturated with water vapor at the suction pressure and temperature condition).

Component % Volume

Methane 80.0 – 88.0 Ethane 7.5 – 5.0 Propane 6.5 – 3.0 Butane 1.5 – 1.0 Pantane + 1.5 – 1.0 Co2, N2 Water Vapor etc. 1.0 – 1.0

Total 100%

Page 16: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

12.0 COOLING WATER : 12.1 Analysis of cooling water to be used in as below : PH 7.3 -- 6.3 Total Dissolved Solids 130.0 -- 160.0 PPM Carbon 0.0 -- 30.0 Carbonate 0.0 -- 0.0 Bi-Carbonate 115.0 -- 122.0 PPM Silica 15.0 -- 45.0 PPM Sulphate 23.0 -- 2.0 PPM Chloride 2.0 -- 1.0 PPM Calcium 31.0 -- 14.0 PPM Magnesium 3.0 -- 10.0 PPM Iron 4.0 -- 10.0 PPM 12.2 The bidder shall indicate whether inhibitors are to be used in the cooling water circuit. If

required to be used, bidder shall also furnish details and indicate the likely dosage. 13.0 CLIMATIC CONDITION : The compressor units are for service in Upper Assam and shall be suitable for continuous

operation under the following climatic condition : Maximum Shade Temperature 42 Deg.C. Minimum Shade Temperature 7 Deg.C. Maximum Relative Humidity – At 21 Deg.C. 100% At 32 Deg.C. 95% At 41 Deg.C. 70% Height above Sea Level 170 metres Average Yearly Rainfall 300 Cm. Maximum Temperature of Intake Gas 50 Deg.C. 14.0 i) Main unit will be placed in a bay having a shed area of 10 m Long x 6 m Wide and

4.5 m High. In case the total length of the packaged unit does not exceed 10 metres, the complete unit will be placed inside the shed. The cooler design should take into account of the reduced air circulation, if any, due to height restriction.

ii) The vendor shall submit the foundation layout drawing showing the anchor bolts,

pipe support positions etc. to enable OIL to design and prepare the detail foundation drawing. The vendor is also requested to furnish the following data:

a) Permissible amplitude of vibration of the machine.

Page 17: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

b) Three co-ordinate locating the CG of the package and of compressor and engine separately.

c) Weight of the main skid with compressor, engine and auxiliaries etc and of

cooler separately.

d) Unbalance inertia forces and moments of the machines i.e. dynamic forces-acting in the machine and any other relevant data necessary for design of the foundation block.

e) In order to minimize foundation sizing bidders may also offer Concrete filled

skids. However they shall be providing credential of such supply with satisfactory performance. Also the vendor shall provide foundation drawing for such offer.

15.0 INSPECTION AND TESTS : 15.1 The plant and materials may be subjected to inspection during manufacture 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 or material.

15.2 Except where otherwise agreed the tests called for in this specifications, shall be carried out in the presence of OIL’s representative appointed for the purpose and to its satisfaction. All appliances, apparatus, labour etc. necessary for the tests shall be provided by the supplier at its cost.

15.3 Bidder shall carry out following tests at their works or at the works of their sub-vendors.

a) Mechanical Run Test for the Compressor : Mechanical run test at maximum rated speed for the compressors to be carried out to

demonstrate stable and satisfactory running of the compressor at no load for 4 hours. Besides, recording the Lube oil pressure, temperature, and vibration on frame and cylinder in x, y and z direction, the temperature of all bearing, x-head slides, rod packing, oil scrapper etc. are to be recorded while on test or just after stop.

b) Performance testing of the engine shall have to be carried out in accordance with

ISO 3046 or equivalent test procedure at manufacturer’s works. All relevant certificates to be submitted to OIL for scrutiny and record. OIL may send Engineer for inspection of such tests and for this, vendor shall intimate OIL in advance (at least 02 months in advance for imported packager/unit and 01 months for indigenous package/unit).

c) Fit up of Unit for Inspection : Compressor, engine, cooler and other auxiliaries all skid piping are to be assembled

for demonstration and fit up inspection.

Page 18: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

Vendor will keep posting OIL from time to time about the progress of manufacture / packing of the units and inform OIL sufficiently in advance (at least 02 months in advance for imported packager/unit and 01 months for indigenous package/unit) particularly about the above tests of major components so as to enable OIL to send its Engineers for timely inspection and approval.

16.0 MATERIAL TESTS AND CERTIFICATES : 16.1 The supplier shall submit for approval, particulars of all test pieces he proposes to take from

castings and forging subjected to high pressure and high temperature and also of highly stressed parts. OIL will state whether it intends to witness the tests on such pieces or is prepared to accept the supplier’s test certificates.

16.2 The supplier shall carry out performance tests on the Compressors as required by Oil India

Limited at the time of ordering, the nature of the tests shall be determined by the type of unit and facilities available. The supplier shall submit records and certificates of such tests to the purchaser. The certificates / records shall be supplied in quadruple and those for electrical equipment shall be endorsed, “SUITABLE FOR USE IN THE CLIMATIC CONDITIONS SPECIFIED”.

16.3 Hydraulic Tests: Before dispatching the Compressors from the supplier’s works, all

castings, pipes and valves shall be hydraulically tested to at least twice their working pressure for a minimum period of 30 minutes, and the certificates thereof shall be made available to the purchaser. Cooling jackets should in no case be tested below 8 Kg/sq. cm.

Bidders shall quote their Pre -Despatch/shipment inspection & testing charges separately on Lumpsum basis which shall be considered for evaluation of the offers. However, bidders should note that all to and fro fares, boarding/lodging and other expenses of OIL’s Engineer(s) shall be borne by OIL.

17.0 SKIDS, PACKING, PAINTING AND PROTECTION : All the foregoing plant and equipment shall be complete as a unit and shall be mounted on

fabricated steel skid. The normal limiting dimensions and weight for journey to upper Assam are :

a) Length = 9.0 metres. b) Width Maximum : w = 2.54 metres. c) Height at Centre : h = 2.44 metres. d) Height at Maximum Width : H = 2.21 metres. e) Top Width at Maximum Height : B = 0.61 metres. f) Weight = 28 Tonnes.

Page 19: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

B H h w

For convenient handling and transportation the following points to be noted for compliance by bidders while designing and fabrication of the skids:

i). Overall dimensions of the equipment should not exceed 9m * 2.5 m * 2.75m (length*breadth*height)

ii). The overall weight of the equipment to be transferred by tractor unit should not exceed 18 MT and for Oilfield Truck 28 MT.

iii). For a skid of 2.5m width, there should be at least four longitudinal main sections, preferably each one of single length and should have a smooth finish underneath and curve finish at both end, so that the skid can roll over the loading roller and body of the truck without any obstruction.

iv). The skid so designed should be sufficiently strong and properly welded at joints and should be able to withstand any shocks which are bound to come while being handled and transported over rough and slushy roads/locations. Height of the joint used for the longitudinal members should be minimum 20cm.

v). As far as possible the length of the skid should be at least 1(one) meter longer than the overall length of the equipment mounted on it, and also equally distributed on either ends. On no account should the skids be less than 3 ( three) meters in length, irrespective of the length of the equipment that is mounted. The C.G. of the load should preferably be located at the middle of the equipment.

vi). To withstand vibrations and jerks suitable supports should be provided on the vertical posts

and below extended fittings/pipe connection of the equipment which are skid mounted.

vii) If single skid mounted units are too bulky and /or heavy for the transport service to handle, separate skid mounting of auxiliaries such as coolers etc. will be considered. All exposed areas of the skid shall be completely blocked. The necessary foundation bolts shall be supplied with each skid along with Jack-up screws. Removal guards on all exposed rotating parts viz. coupling, belt pulley etc. should be provided. To facilitate maintenance, steel checkered plate and platform with suitable stairs should be provided. In case of non-concrete

Page 20: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

filled skid grouting, cement of high quality to be supplied. Bidders should indicate the Total cost of the cement in their offer along with unit cost and total quantity required. However, cost of this Cement shall not be considered for evaluation of the offers.

17.2 Packing shall be sufficiently robust to withstand rough handling during ocean shipment and

on- country journey. All item 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 periods. Crates or boxes shall have a list of items contained therein secured to the exterior by means of an enveloping piece of tin sheet nailed to the wood. A duplicate list shall also be included with the contents. Sling points shall be clearly indicated on the crates.

17.3 Protection of the plant and equipment against corrosion /deterioration shall be given special

attention. Machined steel and iron parts shall be heavily greased/ varnished as a preventive against rust. Grease, where used, shall be such that it retrains its consistency, does not melt at tropical temperatures and is acid free.

17.4 Internal parts shall be sprayed with an inhibitor or water splitting preservative and all

openings shall be covered with masking tape to prevent ingress of water. 17.5 The appropriate external surfaces on the compressor plant properly painted. 17.6 Pipe work and fittings shall be cleaned and given two coats of red oxide paint.

17.7 Boxes/packing case(s) containing instruments shall be waterproofed lined. Protection against corrosion and deterioration in humid atmosphere and exposure to sun/rain during dispatch /transportation shall be given special attention.

17.8 The bidder to indicate approximate dimension of the main unit, cooler etc and the total weight of each skidded unit.

18.0 SPARES PARTS: i) Price list for recommended spares for 2 years :

A price list of spare parts recommended by the supplier for two years operation along with overhaul kits for compressors and engines separately with relevant manuals and drawings are to be provided in the following format bearing in mind the standardization and grouping of plant. All items shall be priced individually. Further, the list of recommended spares with relevant spares parts, manuals and drawings must accompany the quotation for the main units. Bidder should quote their competitive rates for the recommended spares. The rates offered for these spares must be valid for at least 5(five) years. The cost of these Spares, however, shall not be considered for bid evaluation.

Original Manufacturer’s Description Name Part No.

Your Own

Qty. reqd for 2 years

Unit Rate

Page 21: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

You should indicate the make, type, SKF designation number and manufacturers reference number for all the anti- friction bearings and you should also indicate the size, dimension and SAE designation number for all `O' rings, which you intent to use in the equipment.

ii) Commissioning Spares: Minimum spares as perceived by OIL are listed below should be included in their offer. However, if bidder feels necessary of any more spares or increase in quantity or items, they should include the same fo r successful commissioning of the units: The cost of these Commissioning Spares shall be considered for bid evaluation.

Original Manufacturer’s Sl.

No. Description

Name Part No Your Own/ Vendor

Qty. Reqd. Unit Rate

1 Compressor valves

02 no. each for suction and delivery of each stage

2 Piston Rings, Compressors

02 sets for each stage

3 Packing Rings and springs

02 sets for each stage

4 Oil Scraper Ring and Spring

02 sets for each stage

5 Bearings, Compressor

01 set each of con-rod and main bearing

6 Lube oil filter, compressor

12 sets

7 Lube oil filter, Engine

24 sets

8 Spark Plug, Ignition coil

01 set

9 Engine water pump and Aux. water pump sets

04 nos. each

10 Cylinder Head Gasket

16 nos.

11 Tappet Screw

16 nos.

12 Push rod/ hydraulic lifter

16 nos.

13 Exhaust 16 nos.

Page 22: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

manifold gasket

14 Carburetor diaphragm

04 nos

15 Cooler fan bearings per cooler

01 set

16 Cooler fan blade

06 nos.

17 Lubricator pump element & quill (NRV)

01 set

The above should be considered for each category of compressor packages as mentioned in Table:A. Bidder to note, “set” is meant for each machine only. As for instance for item no. 1 (03 nos.) of Table:A, set is requirement for 01 no. as the case may be ( i.e. Compressor, engine or cooler etc.) Similarly “no.” is meant for 01 package.

iii) Availability of spares :

Supplier must confirm that spares for the engines, compressors and other accessories shall be available at least for a period of 15 years after the date of commissioning of the units at site.

iv) Insurance Spares :

Bidders shall quote for the following Insurance Spares indicating the part Nos. and prices of each of the items.

Srl. No. Engine Srl. No. Compressor

1. Crank-shaft and crank-shaft bearing kit – 2 sets (considering same make and model). Ratio 4:1

1. Crank-shaft (booster) – 1 no. ratio 2:1 for item Sl Nos. 5 & 6

2. Cam-shaft and Cam-shaft bearing kit – 2 sets (considering same make and model). Ratio 4:1

2. Crankshaft (booster) – 2 Nos. ratio 4:1 for item Sl Nos. 4 & 7 (considering same frame size, make and model)

3. Crankshaft (Gas lift) – 1 No. Ratio 3:1, for item Sl Nos. 1, 2 & 3. (considering same frame size, make and model)

Page 23: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

However, the cost of these Insurance Spares shall not be considered for bid evaluation. Bidder should quote their competitive rates for the recommended spares. The rates offered for these spares must be valid for at least 5(five) years.

19.0 INSTALLATION AND COMMISSIONING:

19.1 The vendor will have to provide services of their commissioning team for assembly, erection and commissioning at site. All costs in connection with their services including accommodation, local transport, manpower etc. will have to be borne by the vendor and price thereof per compressor, if any should be quoted separately in commercial bid. OIL will assist the vendor for placing the compressor on the foundation and will hook up process and service piping with the compressors. All other arrangement for installation and commissioning the compressor shall have to done by the vendor. After installation/commissioning the vendor shall run (continuous run) each compressor for 48 hours at maximum rated rpm of engine/compressor on sit e load condition satisfactorily prior to handing over to OIL for regular operation. The bidder to measure vibration of the units at the maximum rated speed, which should not exceed standard limit. The standard limit shall be included in the bid.

Installation and commissioning price is to be quoted separately on lumpsum basis in commercial bid. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning personnel during their stay at Duliajan, Assam(India). All Income, Service, Corporate Taxes etc. towards the services provided under installation / commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidder should confirm about providing all these services in the Technical Bid.

19.2 Erection and Commissioning Program: Vendor shall supervise the placement of compressor packages at location. After placement

of the units, the vendor shall commence erection of the packages within three days and complete the erection/commissioning jobs of the total units as below:

L.P. Booster : To be handed over to OIL for regular operation within four weeks from the date of placement at site.

Gas Lifter: To be handed over to OIL for regular operation within three weeks from the date of placement.

19.3 LIQUIDATED DAMAGE: Supplier's competent personnel must arrive at Duliajan within a fortnight from the date of intimation by OIL and complete the installation & commissioning job thereafter within one month for each LP Booster and three weeks for each Gas Lift Unit. OIL, on the other hand, shall inform the party immediately on receipt of the goods at Duliajan. Liquidated Damage will be levied for any failure on the part of the supplier in completing the installation and commissioning of the Units @ 0.5% per full week or part thereof to a maximum of 10% of the total installation/commissioning charges."

Page 24: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

20.0 TECHNICAL AND GENERAL INFORMATION : 20.1 Bidder shall furnish the technical information in API packaged compressor data sheet of API

standard 11P. 20.2 Bidder shall submit the list of installations of the quoted compressors, indicating RPM, HP, Capacity, year of installations. 20.3 Bidder shall fill-up/answer the enclosed information-sheet (Annexure-1B) for each category of compressor and submit the same along with the technical bid. 20.4 Bidder's categorical confirmation regarding compliance with the inspection /test procedure and other terms and conditions detailed above, is very essential. Offers will be liable for rejection in the absence of such confirmation. 20.5 Six copies each of general lay out drawing, torsional analysis, cross head load (rod load)

reversal diagrams for each load step of every specified condition, analog study, total weight of compressor and prime mover with center of gravity and other relevant information shall have to be provided within six weeks of placement of order.

20.6 Eight copies of installation, operation and maintenance manual with illustrated parts list for

each item covering all accessories of each of the packaged unit should be furnished before shipment of the unit.

20.7 Unless a specific exception is recorded by the bidder, it shall be understood that the

Guarantee and Warranty shall conform to API standard 11P. 21.0 EXPERIENCE/PERFORMANCE OF VENDOR :

i) The bidder should have experience of packaging and engineering of the package, comprising of prime mover, cooler, control panel, auxiliaries and compressor of the rating and pressures, as specified in the tender enquiry. At least 5 (five) such units should have operated 8000 hours individually. Alternatively, the bidder shall have to prove to the fullest satisfaction of OIL that the offered equipment shall be designed and manufactured under the direct supervision of a licenser, who has the requisite experience stated above.

iii) The offered model of the compressor crankcase (with specific cylinder

configuration) with cylinder sizing, pressure ratings, rotational and piston speeds, rod loading, mechanical design and materials, gas handled shall be identical or validity similar as supplied earlier to other industries. At least 2 such compressors manufactured at proposed manufacturing plant should have operated 8000 hours individually and satisfactorily.

Page 25: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

22.0 ACCEPTANCE/REJECTION OF QUOTATION :

OIL INDIA LIMITED (OIL) reserves the right to accept/reject any quotation in whole or in part, or accept any quotation other than that lowest quotation, without assigning any reason. Any quotation containing incorrect statement and incomplete information can be rejected. OIL further reserves the right to change the quantity of compressor indicated in Para 1.0.

23.0 SPECIAL CONDITIONS OF ENQUIRY: 23.1 Compliance with Enquiry

Bidder's quotation must conform in all respects with the applicable specifications, drawings and terms and conditions of this enquiry. In order to be considered responsive, bidder's quotation must specifically include the following statement as a separate exhibit: "We certify that our quotation complies with all enquiry documents and specifications except for the follow:

"List exceptions" "If none, state `None'. 23.0 DESIGN, STANDARDISATION AAND SOUND LEVEL:

The plant shall be designed to facilitate inspection, cleaning and repair. Corresponding parts throughout shall be made to gauge and shall be interchangeable wherever possible. Sound level shall conform to API Std. 615. The expected maximum noise levels in decibels (A weighted) 1 (one) meter from the surface of the packaged unit must be furnished.

24.0 DELIVERY SCHEDULE: 24.1 The bidder should maintain following FOB dispatching port (in case of Foreign bidder)/Ex-

works (in case of Indigenous bidders) delivery scheduled from the date of order placement.

Srl No. Type of Compressor 8th Month 9th Month 10th Month 1. Gas Lift 2 Nos. 1 No. - 2. LP Booster 1 No. 2 Nos. 3 Nos.

24.2 In case of indigenous bidders the contracts will be on FOR Duliajan (by Road) basis and

additional two months transportation time will be given for making the compressors available at Duliajan.

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

Page 26: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE - IB TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

PACKAGED COMPRESSOR INFORMATION SHEET

COMPRESSOR:

A. Frame/Piston rod/valve etc.

1. Maximum BHP per throw and number of throws = 2. Maximum/minimum allowable speed (rpm) = 3. Maximum gas rod- load at rated disch. pressure and relief valve set pressure = 4. Max. inertia load = 5. Max. (Gas + Inertia) load at rated disch. pressure and relief valve set pressure = 6. Piston speed = 7. Main journal bearing size (dia x length) and quantity = 8. Crank pin journal bearing size (dia x length) any quantity = 9. Con rod bushing (X-head end) size (dia x length) any quantity = 10. Cross-head type = 11. Cross head size (dia) = 12. Cross-head pin size (dia x length) quantity = 13. Cross head pin bushing size (dia x length) and quantity = 14. Cross head shoe size (width x length) = 15. Piston-rod dia = 16. Con rod bolt dia = 17. Type of threads on piston-rod on (Requirement is for rolled-threads) =

a) X-head side = b) Piston side =

18. Type of threads on con-rod bolts = 19. Frame lubrication pump capacity = 20. Crank-case oil sump capacity = 21. Difference in reciprocating weights on opposite crank = 22. Valve speed at operating speed and valve ratings (lbs) = B. Material of construction of the following:

(mention Material and specific grade)

a) Crank-shaft

Page 27: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

b) Con-rod c) Piston rod d) Con-rod bolts e) Cross-head f) Cross-head pin g) Main bearing h) Crank-pin bearing i) Thrust bearing j) Pistons k) Piston rings l) Packing rings m) Oil Scrapper rings n) Valves plates/springs o) Valve stop/seat

General Information (Compressor) :

a) Whether the design of LP Booster has taken into consideration the expected fluctuations of suction/discharge pressure as indicated in Para 1.0.

b) Whether the cylinders are linered.

c) Whether the compressors are provided with explosion relief devices. d) Whether ½” indicator taps are provided at the end, of the cylinders. e) Whether reinforced conical type suction start-up screens are provided. f) Make and type of coupling. g) Whether pre/post lube oil pumps (for gas engine driven units) are driven by

pneumatic motors and both the systems are automatic and controlled by pneumatic timers.

h) The type of suction scrubber provided. i) Whether the mist extractor provided with the suction/inter stages scrubbers is

adequate to remover 99% of all droplets of 10 microns or larger. Is there any arrangement in the suction scrubbers to handle light slugging ? If so, the details thereof.

j) Interchangeability of parts of the offered compressors. k) Grades of lube oil for compressor and its Indian equivalent. l) Make of the forced-feed lubricator. m) Type of rod packing cooling.

Page 28: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

n) Power required to drive auxiliaries (cooler and compressor auxiliary water pumps). o) Whether safety valve is provided after each stage of compression and at first stage

suction. p) Whether compressor valves are of plate-type or ring type.

q) Whether compressor valves are non-metallic.

r) Whether the compressor design speed is 75% of the maximum speed of the offered machine as shown in published literature satisfactory.

s) Whether air bleed valve is provided at both stage cylinders. (In case of water

cooled compressors)

t) Whether Item Sl. No. 1& 2 quoted with water cooled/non-cooled type compressor. u) Whether Item Sl. No. 3, 4 & 5 quoted only non-cooled type compressor.

v) Whether the bidder has quoted with concrete filled skid along with details and credentials thereof.

w) Whether concrete filled skids are vibration free

x) Whether high quality grouting cement provided for the foundation .In case of normal

(i.e. without concrete filled) heavy duty oil field skid. The bidder to quote separately for cement as optional and to be quoted per unit rate basis.

y) Whether after cooler by-pass valve/ system has been provided for Gas Lift compressors.

z) Whether approx. dimensions and weight of each skidded units are included.

aa) Whether commissioning spares and other consumable spares provided.

PRIME MOVER (ENGINE):

1) Whether continuous ratings (HP) of the engine indicated are after appropriate deductions for altitude, temperature and fuel-gas composition mentioned in specifications.

2) Whether pyrometer is provided to indicate individual cylinder temperature of the engine.

3) What is the continuous rating (HP) of the engine at operating speed at site condition ?

Page 29: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

4) Whether bhp developed by the prime mover at design speed meets the 20% margin required over (total BHP required to drive compressor when fully loaded + total BHP required to drive the auxiliaries).

5) Whether the prime mover design speed is 80% of the maximum speed of the machine as shown in published literature and operated satisfactorily.

6) Whether engine crank-case is provided with explosion proof devices.

7) Whether starting air pressure at 8.5 kg/cm2 metre is sufficient for starting the engine.

8) Whether the fuel filter is provided with pressure gauges, drain block valve and piping to the edge of skid.

9) Details of the fuel filter provided. 10) Whether engine governor is Wood-ward / Heinzeman hydraulic type electronic type. 11) Whether the air cleaner is dry-type with pre-filter.

12) Whether the silencer is hospital type with spark & flame arrestor. 13) Whether suitable provision has been made to check the performance of individual

spark plug by spark detector without opening the spark plug or the cable.

14) Whether engine normal operating speed considered 900 rpm. COOLER:

1) Whether the engine jacket water cooler has been designed for 25% excess reserve cooling capacity over maximum possible l HP of the engine (i.e. HP developed at maximum rated speed of the engine).

2) Whether the auxiliary cooler section for gas and compressor jacket water has been designed for an excess 15% & 20% capacity respectively over the design requirement.

3) Whether the heat transfer calculation have been provided with respect to adequacy of the engine jacket water cooler.

4) Mesh size of the bug-screen.

5) Inter-stage and after cooler gas temperature.

6) Whether the cooler design is suitable for plain water only.

7) Whether the cooling water (analysis mentioned in specifications) requires any treatment. If required, the bidder shall furnish details and should also indicate the likely dosage.

8) What are the fouling factors considered ?

Page 30: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

9) Whether the cooling water circuits for the engine and compressors are separate with separate cooling sections in the cooler.

10) Whether cooler fin guard (folding type) provided on top of cooler section.

11) Whether air bleed valve is provided for water section(s) at the topmost position.

12) Whether water filter has been provided at the cooler inlet with replaceable/renewable type of cartridges.

CONTROL PANEL:

Details as per ANNEXURE – IC, ANNEXURE – ID & ANNEXURE – IE. GENERAL:

1) Whether the shop test will be carried out as per the specifications.

2) What is the maximum expected noise level in decibels (A) of the packaged unit from a distance of 1m from the unit ?

3) Whether spare parts list for 2 years operations indicating price of the individual item

is provided. 4) It is to be confirmed that spares for the engines, compressors and other accessories

shall be available at least for a period of 15 years after the date of commissioning of the units at site as mentioned in OIL’s specifications.

5) Dimension of the main and cooler skids. 6) Whether the delivery schedule is as per the specifications. 7) What is the vibration limit of the units ? 8) Whether separator vessels will be ASME code stamped. 9) Have you furnished the name of the packager and his proven experience.

10) Whether two nos. gas detectors on each unit provided.

TECHNICAL BID SHALL INCLUDE THE FOLLOWINGS ALSO:

1) API – 11P date sheet.

2) Cooler data sheets.

Page 31: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

3) Gas load, inertia load and combined load against crank angle at interval of 5 degree. 4) Overall dimension of the package. 5) In case L.P. Booster, the minimum and maximum allowable suction pressure.

Performance data at 10 psig, 15 psig, 25 psig and 30 psig. This is required, as the suction pressure at field condition varies widely.

6) Technical literatures or brochures of all major components in the package.

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

Page 32: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE - IC

TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

PLC BASED CONTROL PANEL

i) Type : Enclosed self supporting

ii) Material : Heavy gauge CRCA sheet steel, reinforced to provide

self standing and rigid assembly iii) Thickness : Not less than 3 mm iv) Surfacing : Clean and smooth finish with anti rust and anti

corrosion primer coating v) Color

a) External : Light Grey b) Internal : Glossy white

vi) Dimensions : Typically, 1800 high X 800 wide X 400 deep (mm) vii) Enclosure class : IP-65 viii) Temperature

a) Environment : Maximum 50 deg C b) Internal temperature: Maintained at optimum value for system equipment

control

ix) Door location : Back with door latch (removable) x) Cable connection : Plug in xi) Termination type : Barrier type xii) Process signal : Screwed, terminal point, wire wrap or manufacturer’s

standard termination practice with 100 mm (minimum) gap between terminal block

xiii) Card mounting : As per PLC/SLC standard rack xiv) Power supply : Redundant, built in xv) Wiring

a) Terminal block : 30 cm above floor, easy accessible and maintenance

location b) No of process : Two (2) maximum

Termination per Terminal c) Insulation grade : 600 V or above d) Designation : All cables shall be marked for identification by color

code wires etc e) Termination spare : 20% after complete installation f) Cable and fitting : Prefabricated cable from process termination to the

system cabinet with connection on both sides.

Page 33: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

g) Internal wiring : As per Allen Bradley’s standard practice. One fused terminal block with required glass fuse rating for each input and output.

h) Isolation : All circuit including shield isolated from cabinet

PLC/SLC

i) Make : Allen Bradley ii) Model : Latest model of PLC/SLC suitable for hazardous

environment iii) Hardware & Software

a) Processor : 16/32 bit Processor, 0.5 micro seconds’ cycle time/1k words

b) Memory : Should have minimum 32k memory with future expandable facility

c) Rack : As per Allen Bradley standard d) I/O Card : Should have following Input-Output cards

i) Analog Input ii) Analog Output iii) Digital Input iv) Digital Output v) RTD/TC Input vi) Specialty I/O card for speed control vii) Power supply

e) Line supply : 230 V AC , 50 Hz f) Software : Windows based application software for developing

ladder logic diagram/Sequential Function Chart etc & Graphics building on operating system Windows XP.

a) RS Logix: For ladder logics/SFC etc b) RS Linx : For communications c) RS View : For graphics development etc

g) Communication : Should have the following communication port

a) RS-232/485 b) DH-485/DH+/Ethernet

Provision for Ethernet/DH+/MODBUS communication for remote monitoring in future at Operator room

h) Redundant : The hardware of the PLC/SLC processor shall be 1:1

redundant with redundant power supply so that an efficient, time proven transfer of logics/software is achieved.

Page 34: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

i) PLC/SLC Inputs/Outputs

Inputs – Digital 1. Start 2. Stop 3. Rest 4. Emergency stop 5. 1st Stage Suction Scrubber High Level 6. 2nd Stage Suction Scrubber High Level 7. 3rd Stage Suction Scrubber High Level 8. Fuel Gas manifold Pressure Very High 9. Jacket C. W outlet Pressure Very Low 10. Suction Separator Liquid level High 11. Discharge Separator Liquid level High 12. Low Oil level Compressor 13. Low oil Level engine 14. Remote Shutdown(via relay/switch) 15. Cooler Vibration 16. Compressor Vibration 17. Engine Vibration 18. Cylinder Lubricator Pressure

Inputs – Analogue: 4-20 mA

1. Compressor Oil Pressure (via I. S. barrier) 2. Engine Oil Pressure (via I. S. barrier) 3. Suction Pressure 1st stage (via I. S. barrier) 4. Suction Pressure 2nd stage(via I. S. barrier) 5. Suction Pressure 3rd stage(via I. S. barrier) 6. Discharge Pressure 1st stage(via I. S. barrier) 7. Discharge Pressure 2nd stage(via I. S. barrier) 8. Discharge Pressure 3rd stage(via I. S. barrier) 9. Engine Speed( via I.S. barrier and F/I converter) 10. Compressor Air Pressure very Low(via I. S. barrier) 11. Engine flow meter for fuel gas(via I. S. barrier)

Inputs – Analogue: 4-20 mA( converted from RTD/TC) 12. Engine Jacket water temperature(via I. S. barrier) 13. Engine Oil temperature(via I. S. barrier) 14. Discharge Temperature 1st stage(via I. S. barrier) 15. Discharge Temperature 2nd stage(via I. S. barrier) 16. Discharge Temperature 3rd stage(via I. S. barrier) 17. Engine Manifold Temperature(via I. S. barrier) 18. Compressor Frame Oil temperature(via I. S. barrier) 19. Cylinder C.W. Outlet Header Temperature(via I. S. barrier) 20. Engine Exhaust Temperature(via I. S. barrier) 21. Engine cylinder temperature for individual engine cylinder

Page 35: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

Outputs – Digital 1. Engine Crank Solenoid 2. Fuel Gas Valve Solenoid 3. Start-up Bypass Valve Solenoid 4. Air Start valve for Engine L.O.P 5. Air Start valve for Compressor L.O.P 6. Ignition grounding Outputs – Analogue: 4-20 mA

1. Engine speed Control I/P Converter 2. Auto Bypass valve Control I/P converter

Laptop Computer for PLC Programming

i) Operating System : Windows XP Professional ii) Application Software : Allen Bradley’s a) RS Logics b) RS Linx c)

RS View iii) Hardware :

a) Processor : Pentium –IV, 1.9 GHz or better b) Hard disk : 80 GB c) 52X DVD Combo Drive d) 256 MB RAM e) Two RS-232 Ports f) One Parallel port g) Two USB port h) Floppy Disk Drive i) Integrated Modem j) Ethernet port with integrated network card k) 15” LCD Monitor

Field Instruments

1. Pressure/ DP transmitter

i) Working principle : Capacitance ii) Type : 2-wire iii) Power Supply : 24 V DC iv) Output Signal : 4-20 mA DC linear v) Measuring element : capsule/ diaphragm vi) Measuring material : AISI 316(SS or better material) suitable

for natural gas and heavy hydrocarbon liquid

vii) Static Pressure/overload : 150 percent of maximum span continuously without affecting the calibration

Page 36: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

viii) Range : To be about 1.5 times normal value(minimum)

ix) Span and Zero : Continuously adjustable externally, non- interacting and easily accessible.

x) Enclosure class : Explosion & weather proof xi) Output Indicator : All transmitters shall be provided with

linear local output indicator xii) Nameplate : Suitable tag no and nameplate shall be

engraved. xiii) Body : Carbon steel xiv) Load impedance : 750 ohms xv) Performance

a) Accuracy : ± 0.25% of span or better b) Repeatability : ± 0.05% of span or better c) Sensitivity : 0.1% of span or better d) Hysterisis : ± 0.05% of span or better e) Zero suppression : 600% of span (maximum) f) Zero elevation : 500% of span (maximum)

xvi) Other features :

a) Test plug and output terminals physically separated from other electronics

b) Isolated 4-20 mA(DC) linear signal c) Vent and drain plug

xvii) Accessories :

a) Universal mounting bracket suitable for pipe and wall mounting b) High tensile carbon steel U bolts c) Snubbers for pulsating pressure d) Three(3) valves stainless steel manifold

xviii) Preferred feature : Smart version with independent and non- interacting analog (4-20 mA) and digital communication signal(HART) protocol)

2. Temperature Transmitter

i) Type : Two wire solid state ii) Input : Thermocouple and RTD iii) Power supply : 24 V DC iv) Output : 4-20 mA DC linear v) Connection :

a) For RTD connection shall be 3-wire type b) For thermocouple through built in cold junction compensation

vi) Adjustments : Easy access for the adjustments of a)

zero & b) span

Page 37: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

vii) Enclosure : Explosion & weather proof viii) Body material : Heavy duty cast aluminium with stove

enamel finish ix) Mounting : Universal mounting bracket suitable for

pipe and wall mounting x) Performance a) Accuracy : ± 0.1% of span b) Zero drift : ± 0.1 micro volt/ deg C or better c) span drift : ± 0.005/deg C or better xi) Preferred feature :

a) Input-output isolation b) Separate, independent and non- interacting analog(4-20 mA DC) and

digital communication signal(HART protocol)

3. Thermocouple

i) Element : a) Type-J(Iron-Constantan) upto 700 deg C

b) Type-T(Chromel-Alumel) upto 1000 deg C

ii) Element size : AWG 16 iii) No of elements : Two(2) iv) Type : Ungrounded v) Accuracy : ± 0.75% vi) Response time : 15 seconds for 63.2% change with lag

of maximum 4 seconds vii) Inset tube : AISI-304 SS(8 mm OD) filled with

MgO powder viii) Connection Head : Coated cast aluminum body and cover

with Zinc-plated carbon sheet retaining chain with heat and moisture proof gaskets, water/weather proof type

ix) Terminal blocks : Silver plated x) Cable connection : ¾” ET xi) Codes & standards : ANSI MC 96.1 – 1975 xii) Accessories :

a) Extension nipple with M20 X 1.5 thermo well connection material SS b) Compression fittings/union material SS c) Flanges etc d) SS thermowell as per ASME PTC codes. Process connection M33 X

2 e) Flexible conduit of required length from head to CJB

4. I/P converter

Page 38: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

i) Type : Analog current to pneumatic direct acting

ii) Input : 4-20 mA DC iii) Output : 0.2-1.0 kg/cm2 (3-15 Psi) iv) Enclosure class : Weather proof, dust tight and explosion

proof v) Mounting : Bracket type and/or enclosure mounting vi) Accessories : isolation valves, air set with regulators,

output indicators vii) Performance :

a) Accuracy : ± 0.5 % of span or better b) Repeatability : ± 0.1% of span or better c) Ambient effect : ± 0.5% of span or 30 deg C 5. Pressure switch/Flow switch

i) Sensing element : Formed diaphragm ii) Element material : SS304, SS 316, Teflon, HDPE, Vitron,

Neoprene iii) Ratings : 24 V DC, 5 A

iv) Switch : Single Pole double throw (Common-NO-NC)

v) Connector : Suitable for 2.5 Sq.mm conductor vi) Insulation resistance : 50 Mega Ohms at 500 V DC vii) cable entry : ¾” ET conduit viii) Enclosure : Flame proof & weather proof ix) Medium : For Natural Gas & Heavy hydrocarbon

liquid x) Adjustment : Internal xi) Size : Optimize for minimum space xii) Mounting : Surface mounting or Pipe mounting

with bracket xiii) Over range : 150% of range xiv) Differential : maximum 8% xv) Accuracy : 1%

***********

Page 39: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE - ID TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

OIL’s APPROVED VENDORS LIST FOR INSTRUMENTATION PART

a) Control Panel • Electronic Instrumentation & Control, Ahmedabad • AMOT Controls(UK) • Industrial Controls & Appliances, Bombay • ELMECH (Mumbai)

b) Pressure/Temperature gauges • ODIN • WIKA • J N Marshall

c) Pressure/Temperature Switches • Switzer • Danfoss • Verma Trafag • Indfoss

d) Level Switches • Norriseal • Murphy • Fisher Rosemount • Invalco

e) Level gauges • Levcon • Chemtrols • Norriseal

f) RTD/Thermocouple • Nagman • GIC • ALTOP

g) Solenoid Valve • ASCO • Rotex

Page 40: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

h) Control valves & Valve Positioners • Fisher Xomox • MIL • IL

i) Junction Box & cable Gland • Baliga, Chennai • Sunil & Co., Kolkata • Sterling

j) Signal/Control/TC Compensating Cable • Universal cables • TCL Cables • Associated Cables

k) Zener Barrier/isolating Barrier • MTL India • P&F Electronics

l) Vibration Switches • Murphy(UK) • AMOT Controls(UK) • Metrix (USA)

m) Flow Meters • Fisher Rosemount • Rockwin • FMC Sanmar

n) Pressure regulators • Fisher-Xomox • Shavo Norgren • Placka

o) Fuel valve • AMOT Controls • Murphy

p) Dump Valve with sensor • Murphy • Norriseal

q) PLC/SLC • Allen Bradley

Page 41: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

r) Pressure/DP Transmitter • Fisher-Rosemount • ABB • Tata Honeywell • Yokogawa

s) Temperature Transmitter • Fisher-Rosemount • Moore • ITT Barton • ABB • Honeywell

t) I/P Converter • Fisher • ABB • Tata Honeywell

u) UPS • Tata Libert • APC

v) DC Power Supply • Tata Libert • ELNOVA

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

Page 42: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE - IE TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

CHECK LIST FOR INSTRUMENTATION & CONTROL SYSTEM

A. PLC Based Control Panel

Remarks Sl.No Description YES NO

1 Allen Bradley’s latest PLC/SLC will be provided 2 Communication for remote monitoring provided 3 Audio-Visual Alarm facility with safety shutdown devices

provided

4 The suitable position of the panel is in the side of the compressor-engine skid(3m distance from compressor head)

5 Engine speed indicator with F/I converter for PLC input and auto-manual selection with both auto-manual speed control

6 All panel parameters to be displayed through Allen Bradley’s Panelview Model no.1000

7 DC Power supply unit 8 DC Power supply unit, Speed transmitter, PLC/SLC &

Panelview should be in the EExd enclosure

9 I.S Zener Barrier to be provided for each inputs & outputs 10 Sequence, Interlock, Startup & Safety shutdown through

PLC/SLC

11 Control panel engineering details, technical documents of control panel instrumentation system provided

12 List of PLC inputs & outputs to be provided

13 Whether Scrubber level control is achieved a. With the help of dump valve and on/off actuation from PLC

or b. With the help of control valve and level control action from PLC

or c. Locally

14 Fused Terminal Block with required glass fuse rating for each inputs & outputs

15 UPS(Uninterrupted Power Supply) of one hour duration 16 SCADA system interaction for monitoring of dynamic

parameters of machine

Page 43: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

B. Panel Mounted Gauge Board

Remarks Sl.No Description YES NO

1 Panel mounted gauge board to be placed in front of the compressor-engine skid

2 The gauge board should have the following gauges(analog type) For Compressors a. Gas suction and discharge pressure foe each stage b. Gas suction and discharge temperature foe each stage c. Bearing oil header pressure For Engine a. Engine bearing oil header pressure b. Engine fuel gas pressure c. Engine exhaust temperature d. Engine speed

C. Field Instruments

Remarks Sl.No Description YES NO

1 All field instruments i.e. transmitters, switches, solenoid valves, I/P & P/I converters etc should have DGMS certificates. Also certified by CMRI

2 All field instruments compatible for 24 V DC power supply 3 Technical literature/catalogue for all field instruments provided

Offer Ref ...........................…………………… Dated ............................................... OIL's Tender No....................………….………. Signed ………………..................... For & on behalf of ................................................Designation .................... ..............

Page 44: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE – II TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

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 The Compressor Unit shall conform to API 11 P of 1989. The bidder shall furnish

the technical information in API packaged data sheet of API Standard 11 P.

2.0 Bidders must quote for full quantity of same make and model of Compressors and other ancillaries/accessories against item Nos. 1, 2 & 4. Similarly, against item Nos. 3, 5, 6 & 7, bidders should quote for full quantity of same make and model. Else bids will be rejected.

3.0 Item Nos. 1, 2 & 4 for 5 Nos. Compressors shall be procured from same source. Similarly item Nos. 3, 5, 6 & 7 for 4 Nos. shall be procured from same source. Offers not quoting any item under each category shall be considered as non-responsive and rejected.

4.0 a) The bidder may quote either water cooled or non-cooled type compressor as

per API- 11P against Item Sl. Nos. 1, 2 & 4.

b) Against Item Sl. Nos. 3, 5, 6 & 7, bidders to quote only non-cooled type compressor. The non-cooled compressors comprise of 2 Nos. LP Booster, 1 No. Gas Lifter and 1 No. LP Booster against item Sl. No. 3, 5, 6 & 7 respectively).

5.0 The limited speed of the package (Compressor and Engine) shall be 75% of the

maximum rated speed by the manufacturer (normal operating rpm 900). Contd. 2

Page 45: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 2 -- 6.0 The gas engine shall be 4 - stroke naturally aspirated. 7.0 Engine BHP (continuous rating) selected shall be 120% of total BHP requirement at

full load including auxiliaries. 8.0 (i) The engine jacket water cooler section shall be designed for 25% excess

reserve cooling capacity over continuous HP of the engine at maximum rated speed of the engine.

(ii) The cooler section of gas cooling (inter-stage) and Compressor jacket water shall be designed to 20% in each case excess cooling capacity over the designed requirement of the compressor package.

9.0 EXPERIENCE/PERFORMANCE OF VENDOR:

i) The bidder should have experience of packaging and engineering of the package, comprising of prime mover, cooler, control panel, auxiliaries and compressor of the rating and pressures, as specified in the tender enquiry. At least 5 (five) such units should have operated 8000 hours individually. Alternatively, the bidder shall have to prove to the fullest satisfaction of OIL that the offered equipment shall be designed and manufactured under the direct supervision of a licenser, who has the requisite experience stated above.

iii) The offered model of the compressor crankcase (with specific cylinder

configuration) with cylinder sizing, pressure ratings, rotational and piston speeds, rod loading, mechanical design and materials, gas handled shall be identical or validity similar as supplied earlier to other industries. At least 2 such Compressors manufactured at proposed manufacturing plant should have operated 8000 hours individually and satisfactorily. Documentary evidence from their customers for satisfactory performance of the units should be furnished along with their technical offer failing which, the offer will be rejected.

10.0 Commissioning Spares : Minimum spares as perceived by OIL listed vide Clause

18(ii) of Annexure IA of the enquiry should be included in their offer.

11.0 All field instruments i.e. transmitters, switches, solenoid valves, I/P & P/I converters, power supply point etc should have certification from CMRI(Central Mining Research Institute) of India or equivalent country of origin and bidders should submit the same along with their bids. DGMS (Director General of Mines Safety, India) certification shall be required to be submitted along with the goods. Bidders however should categorically confirm in their bids that they would submit DGMS approval along with the goods. This is required as per Oil India’s regulatory standards and specifications for Oil & Gas field services.

Contd. 3

Page 46: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 3 -- 12.0 Bidders shall confirm categorically that Installation & Commissioning of the

Compressor Package with all accessories shall be carried out by their competent personnel at OIL’s installation in and around Duliajan, Assam(India) and its adjoining fields / outstep locations. The Units will be installed as replacement in the existing stations as well as in new installations.

13.0 The Bidder shall warrant that in the event of an order, all product(s) supplied shall

be free from all defects & fault in material, workmanship & manufacture and shall be in full conformity with the applicable API Specification. This clause shall be valid for 18 months from date of receipt or 12 months from date of successfully commissioning of the items, whichever is earlier.

14.0 OIL reserves the right to inspect, test and if necessary reject any part/parts after

delivery at site (including incomplete manuals, catalogues, etc.) in case of any fault on the part of the supplier. It shall in no way be waived by the reason that the unit/item was previously inspected and passed by OIL as per Inspection Clause detailed elsewhere in the enquiry. To keep the unit fully operational, in case of failure of any item during the warranty period, it shall the supplier’s responsibility to arrange replacement/repairing at site at their cost including customs, freight, etc. within a period of maximum 3(three) weeks from the date of notification of such failure. The warranty for the repaired item shall be correspondently extended by a period equal to that from the date of failure to the date of re-commissioning. In case of replacements, the warranty shall be for 1(one) year from the date of commissioning of the replaced item.

(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. 4

Page 47: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 4 -- 2.0 Bid security of US $ 11,000 or Rs. 5,00,000 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. For exemption for submission of Bid Security, please refer Clause No. 9.8(Section A) of General Terms and Conditions for Global Tender vide MM/GLOBAL/01/2005(enclosed). 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 Bidders must confirm that Goods, materials or plant(s) to be supplied shall be new

of recent make and of the best quality and workmanship and shall be guaranteed for a period of eighteen months from the date of shipment/dispatch or twelve months from the date of successful commissioning whichever is earlier against any defects arising from faulty materials, workmanship or design. Defective goods/materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier’s expenses at no extra cost to OIL.

5.0 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 whichever is earlier. Bidder must confirm the same in their Technical Bid. Offers not complying with this clause will be rejected.

6.0 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.

7.0 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.

8.0 Original signed 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. 9.0 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be

rejected. 10.0 Bids containing incorrect statement will be rejected. 11.0 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 initialed by the person signing the bid. Any bid not meeting this requirement shall be rejected.

Contd. 5

Page 48: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 5 -- 12.0 Bidders are required to submit the summary of the prices in their commercial

bids as per bid format ( Summary ), given below :

(i) Commercial Bid Format ( SUMMARY ) for Foreign Bidders : (A) Cost of 5 Nos. Gas Compressors(Item Nos. 1, 2 & 4) (B) Cost of 4 Nos. Gas Compressors(Item Nos. 3, 5, 6 & 7) (C) Cost of Commissioning spares vide Clause 18(ii) of Annexure IA (D) Grand Total Material Cost, ( A + B + C ) (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges (I) Total CIF Kolkata value, ( F + G + H ) (J) Pre-despatch/shipment Inspection & Testing charges, if any as per

Clause 15 of Annexure - IA (K) Installation & Commissioning charges as per Clause 19 of Annexure -

IA (L) Total Value, ( I + J + K ) above (M) Total value in words : (N) Gross Weight : (O) Gross Volume :

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

(A) Cost of 5 Nos. Gas Compressors(Item Nos. 1, 2 & 4) (B) Cost of 4 Nos. Gas Compressors(Item Nos. 3, 5, 6 & 7) (C) Cost of Commissioning spares vide Clause 18(ii) of Annexure IA (D) Grand Total Material Cost, ( A + B + C ) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Excise Duty with Education Cess, (Please indicate applicable rate of

Duty) (H) Sales Tax, (Please indicate applicable rate of Tax) (I) Total FOR Despatching station price, ( F + G + H ) above (J) Road Transportation charges to Duliajan (K) Insurance Charges (L) Total FOR Duliajan value, ( I + J + K ) above (M) Pre-despatch/shipment Inspection & Testing charges, if any as per

Clause 15 of Annexure - IA (N) Installation & Commissioning charges as per Clause 19 of Annexure -

IA (O) Total Value, ( L + M + N ) above (P) Total value in words : (Q) Gross Weight : (R) Gross Volume :

Contd. 6

Page 49: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 6 --

NOTE : 1. Cost of each major items (i.e. Engine Compressor, Aerial Cooler(Radiator) and Control Panel should be quoted separately.

2. The Commissioning Spares should be quoted separately

indicating the unit price and quantity quoted.

3. The Compressors covered under 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. Indigenous bidders shall be eligible for Deemed Export and should quote Deemed Export prices. Excise Duty under Deemed Export exempted.

13.0 Installation/Commissioning as per Clause No. 19 of Annexure – IA must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. These charges should include amongst others to and fro fares, boarding/lodging, local transport at Duliajan and other expenses of supplier’s commissioning personnel during their stay at Duliajan, Assam(India). All Income, Service, Corporate Taxes etc. towards the services provided under installation / commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment. Bidder should also confirm about providing all these services in the Technical Bid.

14.0 Pre-despatch/Shipment Inspection & Testing charges, if any, as per Clause 15 of

Annexure – IA must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers. The to and fro fares, boarding/lodging and other enroute expenses of OIL’s Engineers shall be borne by OIL.

Bidders must categorically indicate the Installation / Commissioning and Pre-despatch/Shipment Inspection & Testing charges in their offers and must confirm the same in their Technical bids. Offers, without any quote for the Installation / Commissioning and Pre-despatch/Shipment Inspection & Testing charges, shall be loaded with the maximum charges received for the same against the tender for evaluation purposes. Moreover, if any bidder does not quote the Income, Service, Corporate taxes etc., the offer shall be loaded with the applicable rate of taxes for evaluation purposes.

15.0 LIQUIDATED DAMAGE: Supplier's competent personnel must arrive at Duliajan within a fortnight from the date of intimation by OIL and complete the installation & commissioning job thereafter within one month for each LP Booster and three weeks for each Gas Lift Unit. OIL, on the other hand, shall inform the party immediately on receipt of the goods at Duliajan. Liquidated Damage will be levied for any failure on the part of the supplier in completing the installation and commissioning of the Units @ 0.5% per full week or part thereof to a maximum of 10% of the total installation/commissioning charges."

Contd. 7

Page 50: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 7 --

(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 As per the latest API 11P Std., Compressors with non-cooled cylinders without

replaceable liners will also be considered for evaluation.

2.0 Spare parts for two years operation and Insurance Spares as per Para 18(iv) of Annexure – IA shall not be considered for bid evaluation. However, the bidder to furnish detailed list of the spare part and their cost along with the cost of the Insurance Spares for stock provisioning. Party to stand guarantee for the availability of all spares at least for 15 years after commissioning of the equipments supplied.

3.0 All materials as indicated in the material description of the enquiry should be

offered. If any of the items are not offered by the bidders, the offer will not be considered for evaluation.

B. COMMERCIAL : 1.0 The evaluation of bids will be done as per the Price Schedule (SUMMARY) detailed

vide Para 12.0 of BRC. 2.0 Item Nos. 1 & 2 for a total quantity of 5 Nos. shall be procured from same source.

Similarly item Nos. 3, 4 & 5 for 4 Nos. shall be procured from same source. Offers shall be evaluated separately accordingly.

3.0 If there is any discrepancy between the unit price and the total price, the unit price

will prevail and the total price shall be corrected. Similarly, if there is any discrepancy between words and figure, the amounts in words shall prevail and will be 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.

Contd. 8

Page 51: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 8 -- 5.0 Offers not complying with the payment terms indicated in the enquiry shall be

loaded with one percent above the prevailing Bank rate (CC rate) of State Bank of India for evaluation purpose.

6.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as under, subject to corrections / adjustments given herein.

6.1 When only foreign bids are involved :

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

(A) Cost of 5 Nos. Gas Compressors(Item Nos. 1, 2 & 4) (B) Cost of 4 Nos. Gas Compressors(Item Nos. 3, 5, 6 & 7) (C) Cost of Commissioning spares vide Clause 18(ii) of Annexure IA (D) Grand Total Material Cost, ( A + B + C ) (E) Packing & FOB Charges (F) Total FOB Port of Shipment value, ( D + E ) above (G) Ocean Freight Charges upto Kolkata, India (H) Insurance Charges(for both Air freighted & sea freighted items) @ 1%

of Total FOB Value vide ( F ) above (I) Banking Charges @ 0.5% of Total FOB Value vide ( F ) above in case of

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

(J) Total CIF Kolkata Value, ( F + G + H + I ) above (K) Inland transportation from Kolkata port to Duliajan @2% on ( J ) above (L) Pre-despatch/shipment Inspection & Testing charges, if any as per

Clause 15 of Annexure - IA (M) Installation/Commissioning charges as per Clause 19 of Annexure - IA (N) Total Value, ( J + K + L ) above

NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder.

6.2 When only domestic bids are involved :

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

(A) Cost of 5 Nos. Gas Compressors(Item Nos. 1, 2 & 4) (B) Cost of 4 Nos. Gas Compressors(Item Nos. 3, 5, 6 & 7) (C) Cost of Commissioning spares vide Clause 18(ii) of Annexure IA (D) Grand Total Material Cost, ( A + B + C ) (E) Packing and Forwarding Charges (F) Total Ex-works value, ( D + E ) above (G) Sales Tax, as applicable on ( F ) above (H) Total FOR Despatching station price, ( F + G ) above

Contd. 9

Page 52: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

-- 9 -- (I) Road Transportation charges as per quote (J) Insurance [email protected]% of Total FOR Mfg Station Value ( H ) above (K) Total FOR Duliajan value, ( H + I + J ) above (L) Pre-despatch/shipment Inspection & Testing charges, if any as per

Clause 15 of Annexure - IA (M) Installation/Commissioning charges as per Clause 19 of Annexure - IA (N) Total Value, ( K + L + M ) above

NOTE : 1.0 Excise Duty in case of the indigenous bidder is EXEMPTED. 2.0 Offers shall be evaluated separately for each category.

6.3 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) including inland transportation to destination and Insurance charges worked out as per Para 6.2 above and Total Value of the foreign bidder worked out as per Para 6.1 above including inland transportation from Kolkata port 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.

7.0 Other terms and conditions of the enquiry shall be as per General Terms and

Conditions for Global Tender vide MM/GLOBAL/01/2005. However, if any of the Clauses of the Bid Rejection Criteria / Bid Evaluation Criteria (BEC / BRC) contradict the Clauses of the tender and/or MM/GLOBAL/01/2005 elsewhere, those in the BEC / BRC shall prevail.

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

Page 53: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

ANNEXURE – III TO ENQUIRY NO. DFD2141P07/07 DTD 29/07/06

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) Validity of Bid Bond : 9. Whether offered firm prices ? YES/NO 10. Whether quoted offer validity of six months from the date

of closing of tenders ? 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 12.0 of

BRC vide Annexure – II) YES/NO

17. Whether Commissioning Spares as per Clause 18(ii) of Annexure – IA quoetd ?

YES/NO

18. Whether all the items of tender quoted? YES/NO

Page 54: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

19. Whether indicated the country of origin for the items quoted ? YES/NO 20. Whether technical literature / catalogue enclosed? YES/NO 21. Whether confirmed that all spares of the Compressors will be supplied

for a minimum period of 15 years ? YES/NO

22. Whether confirmed acceptance of tender Payment Terms of 80% against shipment/dispatch documents and balance 20% after successful installation & commissioning ?

YES/NO

23. Whether confirmed acceptance of Liquidated Damage clause vide Clause No. 19.3 of Annexure – IA and Clause No. 15.0 of Annexure – II ?

YES/NO

24. Whether CMRI certificate of the electrical goods submitted along with the offer ?

YES/NO

25. Whether confirmed to submit DGMS certificate along with the supply of the goods ?

YES/NO

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

YES/NO

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

YES/NO

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

YES/NO

29. Whether Indian Agent applicable ? YES/NO If YES, whether following details of Indian Agent provided

? YES/NO

(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

30. Whether weight & volume of items offered indicated ? YES/NO 31. Whether confirmed to offer the Compressors for Pre-

despatch/shipment inspection /testing by OIL Engineers ?

YES/NO

32. Whether Pre-despatch/shipment inspection/testing charges applicable? YES/NO 33. If Pre-despatch/shipment inspection/testing charges applicable,

whether quoted separately these charges on lumpsum basis? YES/NO

34. Whether confirmed to carry out Installation & Commissioning of the Compressors at Duliajan(Assam) ?

YES/NO

35. Whether Installation & Commissioning charges applicable ? YES/NO 36. If Installation & Commissioning charges applicable, whether

separately quoted on lumpsum basis? YES/NO

37. Whether to & fro air fares, boarding/lodging, local transport etc. at Duliajan, Assam of your commissioning personnel included in the quoted charges of installation / commissioning?

YES/NO

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

YES/NO

39. Whether confirmed to submit PBG as asked for in NIT ? YES/NO

Page 55: IMPORTANT NOTE - Oil India ·  · 2017-11-07IMPORTANT NOTE BID DOCUMENT HAS ... DATE OF PRE-BID CONFERENCE : ... Gas Compressor Packages shall be provided to the parties during the

40. Whether agreed to submit PBG within 30 days of placement of order ? YES/NO 41. For Indian bidders – Whether place of dispatch indicated in the offer ?

To specify : YES/NO

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

YES/NO

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

YES/NO

44. For Indian Bidders only - Whether offered Deemed Export prices ? YES/NO 45. For Indian bidders only – whether import content indicated in the

offer ? YES/NO

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

YES/NO

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