53
0 IMPORTANT NOTE BID DOCUMENT HAS BEEN DISPLAYED TO UNDERSTAND THE REQUIREMENT ONLY. PARTIES INTERESTED TO PARTICIPATE AGAINST THIS TENDER SHALL HAVE TO PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL’S DESIGNATED OFFICES GIVEN BELOW. BID DOCUMENTS (NON- TRANSFERABLE) CAN BE PURCHASED TILL ONE DAY PRIOR TO THE RESPECTIVE BID CLOSING DATE ON PAYMENT OF TENDER FEE (NON-REFUNDABLE) OF US$ 100.00 OR RS. 4,500.00 (EXCEPTING PSUS AND SSI UNITS) FROM: ______________________________________________________________________ (A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301 ______________________________________________________________________ PROOF OF PURCHASE OF TENDER DOCUMENTS MUST BE SUBMITTED ALONG WITH THE OFFER, FAILING WHICH OFFERS WILL BE TREATED AS UNSOLICITED.

Tender 9263P09 - Cavity Pump - Oil India · PURCHASE THE TENDER DOCUMENTS FROM ANY OF OIL ... for designing and sizing suitable subsurface and ... It is planned to replace four nos

Embed Size (px)

Citation preview

0

IMPORTANT NOTE

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

(A) HEAD - MATERIALS, OIL INDIA LIMITED, P.O. DULIAJAN, ASSAM - 786602 (B) HEAD - CALCUTTA BRANCH, OIL INDIA LIMITED, 4-INDIA EXCHANGE PLACE, KOLKATA - 700001 (C) SENIOR ADVISER (CONTRACT & PURCHASE), OIL INDIA LIMITED PLOT NO.19, SECTOR - 16A NOIDA - 201301

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

Tender DFD9263P09/09 1

Page : 1/52

Oil India Limited (A Govt. of India Enterprise)

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

Website : www.oil-india.in

Tender No. & Date : DFD9263P09/09 29.05.2008 Tender Fee : INR 4,500.00 OR USD 100.00 Bid Security Amount : INR 5,00,000.00 OR USD 12,000.00 (or equivalent amount in any currency) Bidding Type : Two Bid Bid Closing on : 06.08.2008 at 13:00 hrs. (IST) Bid Opening on : 06.08.2008 at 13:00 hrs. (IST) Performance Guarantee : Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below : Item No. / Mat. Code

Material Description QTY.

UOM

10 OC000451

Design, Select, Supply, Install and Commission of complete Progressive Cavity Pump (PCP) package inclusive of sub-surface pump, sucker rods, torque anchor, gas separator, sand control screen, prime mover, drive head assembly along with all accessories including Operation and Maintenance of the PCPs for a period of 2 years as per the following Sections : a) Detailed specification - Section I. b) Bid Rejection Criteria (BRC) and Bid Evaluation Criteria - Section II. c) Schedule of Rates / Payment -Section III. d) General Conditions of Operation and Maintenance Contract – Section IV.

6 No.

Special Notes : 1. Bids are invited under Single Stage Two Bid System. Bidder shall quote accordingly under Single

Stage Two Bid System. The "TECHNICAL" & "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 and Bid Closing Date and clearly writing on the cover of the two envelopes as "TECHNICAL" & "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

Tender DFD9263P09/09 2

conditions excepting the prices which should be kept blank. The Commercial bid should contain the Price Schedule including all the Commercial terms and conditions of the offer. Any offer not complying with the above will be rejected straightway.

2. Bid Rejection Criteria (BRC) and Bid Evaluation Criteria (BEC) applicable to this tender is enclosed vide

Section II. 3. Schedule of Rates / Payment : Details furnished vide Section III. 4. General Conditions of Operation and Maintenance Contract : Details furnished vide Section IV. Also refer

to the following proforma applicable for Operation and Maintenance Contract.

i) Proforma-E – Form of Performance Bank Guarantee ( Ref. Para 6.0 (ii) of SECTION : II )

ii) Proforma-F – Agreement Form iii) Proforma-H – Proforma letter of authority. 5. Check list for submission of enclosures along with the bid document is furnished vide Annexure II 6. Commercial Check list vide Annexure III must be filled-up and submitted along with the Technical

Bid. 7. Oil India Purchase Order No. must be engraved on the body of the Pump. Bidder must confirm the same

categorically while quoting. 8. To ascertain the substantial reponsiveness of the bid OIL reserves the right to ask the bidder for clarification

in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

9. 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. 10. The items covered by this enquiry shall be used by Oil India Limited in the PEL/ML areas which are

issued/renewed after 01/04/99 and hence Nil Customs Duty during import will be applicable. 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.

11. For other terms and conditions please refer to our General Terms & Conditions for Global Tender

MM/GLOBAL/01/2005 enclosed

******************************** Total nos. of pages including all enclosures - 52 ( 2+50 )

Tender DFD9263P09/09 3

SECTION – I

Detailed Specifications Of Progressive Cavity Pump (PCP) System

Oil India Limited (OIL) intends to buy 6 (six) sets of Progressive Cavity Pump (PCP) package to assess its suitability for artificial lifting of deeper wells in its oilfields through field trial. The requirement covers both supply and Operation & Maintenance (O&M). The scope of the requirement is broadly divided into 2(two) modules viz Supply Module and O&M Module. The Supplier is required to design, supply & commission 6 (six) sets of PCPs and thereafter executing Operation and Maintenance of the PCPs for a period of 2 years. The Supply Module shall be covered by a Purchase Order and the O & M Module shall be covered by a separate Service Contract.

1.0 Supply Module: The Supplier shall Design, Supply and ensure subsequent installation and Commissioning

6(six) sets PCPs inclusive of sub-surface pump, sucker rods, torque anchor, gas separator, sand control screen, prime mover, drive head assembly along with all accessories and control gears.

Delivery Schedule: The PCPs are to be delivered in 2(two) Phases as under:

Phase-I: 2 (two) PCP packages to be delivered within 4(four) months from the date of opening of the letter of credit. The Supplier shall then carry out the installation and commissioning of the PCP packages at the OIL’s designated wells. Based on the performance and operational problems encountered with the pumps supplied, the Supplier shall carry out necessary design / modifications thereof for the remaining 4(four) units at no additional cost to OIL. The performance of the PCPs will be subject to performance evaluation period of two months.

Phase-II: After commissioning of the PCP packages under Phase-I by the Supplier, OIL shall observe the performance of the same for a period of 2 (two) months. Based on the performance during this observatory period, OIL may suggest modifications for the balance 4 (four) nos. of PCPs. The Supplier shall accordingly deliver the balance PCPs within 3(three) months after incorporating the suggested modifications without any additional cost to OIL.

NOTE: If the pumps, supplied in Phase - I, fall short of desired performance level OIL shall have the discretion to decide upon the procurement of remaining 4 (four) nos. of PCPs.

1.1 Well Analysis, PCP Sizing, Designing and Equipment Selection: OIL has planned to install 6(six) nos. of

PCPs in its Upper Assam oilfields. Well data sheet incorporating basic information of well completions and fluid genetics articulated in Annexure-I. The Supplier shall screen the given data of each of candidate well for designing and sizing suitable subsurface and other related surface equipment. The Supplier shall have to provide PCP system as a complete package of equipment as given in Para 1.3 below. While designing & sizing PCP for individual well the Bidder shall take note of the following factors:

a) The produced fluid from the well shall be delivered directly to the nearby gathering station located at a

distance of around 2.5 km through flow line of size 114.3 mm (4.½”) OD at a well head pressure of about 10 ksc.

b) The power available shall be 415 +/- 10 volts AC, three phase, 50 Hz through a normal supply line or through a 125 kva generating set. For any other operating voltage requirement, it is the responsibility of the Supplier to provide suitable harmonics filter, transformer/equipment of required capacity.

c) OIL will provide the power supply at the aforementioned voltage and frequency at a single point only. Beyond this point all electrical jobs shall be carried out by the Supplier including termination of cables.

Tender DFD9263P09/09 4

d) It is planned to replace four nos. of sucker rod pumps currently operating in the field with the PCP system.

e) The pump system shall have the facility of increasing or decreasing the production rate of the well as may be necessary depending upon the reservoir performance without actually pulling the pump to surface.

1.2 Pump Setting Depth: Zone of hydrocarbon interest for exploitation lies at a depth of between 3000 - 4000

m. However, considering the depth limitations of PCP installation with respect to development of suitable elastomer to withstand higher downhole temperature, OIL intends to limit the pump setting depth within 2000 m where the maximum expected temperature to be encountered is likely to be in the order of 90 degree C.

1.3 Technical Specifications: The supply of the complete PCP equipment shall include the following items.

1.3.1 Down Hole Pump: The down hole PCP complete with rotor and stator and with all accessories shall be

suitable for the delivery conditions of the wells given in the Annexure-I. The pump shall be able to handle sand and solids to a reasonable extent without interruption in production. The down hole pump assembly shall have to match with the tubing and casing combination in each well as given in the well data sheet. Bidder shall arrange for BTX analysis (upto C-30 fraction) of the Crude Oil sample and swelling test for the elastomer in order to select the most suitable elastomer for individual well. Bidders to explore the possibility of undertaking BTX analysis and elastomer swelling test in a reputed laboratory in India. Should these analysis / testing facility is not available within India, Bidders shall arrange for undertaking the same analysis / testing at overseas laboratory of repute.

1.3.2 Torque Anchor (No Turn Tool) - Suitable torque anchor shall be supplied for the wells (one for each well)

for installation in conjunction with the PCP to prevent tubing rotation during operation of the pump. 1.3.3 Sucker Rods, Pony Rods, Sucker Rod Couplings, Sub Couplings, rod guides & Polished Rods - The

sucker rods, pony rods, sucker rod couplings and sub couplings shall be made out of API grade D material conforming to API specification 11B. Adequate rod guides shall be fitted with each length of the sucker rod. Polished rods shall be of AISI 4140 alloy material.

1.3.4 Other Subsurface Equipment - The subsurface equipment shall include the following:

Gas separator Seating nipple Shear coupling Tubing drain Any other equipment the Supplier feels necessary.

1.3.5 Drive Mechanism - The supply shall include suitable direct head complete with necessary gear reducer

mechanism, sheaves, belts, guards etc and necessary safety features. The drive mechanism shall be equipped with suitable mechanism to change the pump speed for wide variation in production rate.

1.3.6 Sand Screen - The sand screen shall be of 316 SS sand control matrix construction over, API J-55 base

with 304ss cross bar shielding, Shroud, 100 micron (80nom/125absolute rating). Max O.D. – 101.6mm (4”) & length 6 m (20ft) with 0.6 m (2ft) handling each end directly connected to Pump.

1.3.7 Prime mover and Controls:

a. Prime Mover - The prime mover of the PCP system shall be an electric motor with the following specifications: • Type : Squirrel Cage Induction Motor

Tender DFD9263P09/09 5

• Rating : Suitably sized for the system with capacity 20% higher than pump • Voltage : 415 +/- 10V, AC • No of phases : 3 (Three) • Frequency : 50 Hz • Insulation class : F • Enclosure : Flameproof / Explosion proof Weatherproof, TEFC IP 55 degree of protection

• The motor must be suitable for installation in Division I area and Group IIA and IIB type gas.

• The motor shall be certified by Govt. of India, Central Mining Research Institute, Dhanbad, India (CMRI) or competent authority of the country of origin and approved by Govt. of India, Director General of Mines Safety (DGMS).

• Termination: The motor shall be powered from the Starter / Control panel through suitably rated PVC insulated and PVC sheathed armored copper cable(s). All terminations will be done thro’ suitably sized double compression Flameproof / Explosion proof glands in the motor terminal box and connections will be made in properly rated brought out terminals through tinned copper sweating sockets crimped rigidly to the copper conductors of the supply cable. The terminating glands must be suitable for installation in Division I area and Group IIA and IIB type gas and shall be certified by Govt. of India, Central Mining Research Institute, Dhanbad, India (CMRI) and approved by Govt. of India, Director General of Mines Safety (DGMS).

Make: Crompton Greaves / Kirloskar / Bharat Bijlee or equivalent

b. Starter / Control Panel: The package shall include a Starter / Control panel as specified below:

Specification for Starter: The starter shall be suitably designed for the application and HP rating of the pump. The starter panel shall be sheet steel clad, totally enclosed, dust & vermin proof, self supporting and floor mounting, cubicle type, made of 14 SWG CRCA sheet built upon suitably sized MS angle iron/channel frame, having hinged door, ventilation louvers, pad locking arrangement, lifting hooks, bottom detachable gland plate, 2 nos. of earthing studs, danger plate, and as fully described below:

The panel shall have: 1. Suitably rated and fused TPN CFS unit as incomer, with brought out terminals and cable entry box with gland plate for terminating the incoming cable. Make: Siemens / GE or equivalent

2. Suitably rated power contactor(s) as necessary with 4 NC + 4NO auxiliary contacts. Make: Siemens / Telemechanique (Schneider) or equivalent

3. The control panel shall include START / STOP push buttons and VFD for varying the speed of the pump as necessary.

4. Adequate FILTER circuits as required shall be provided to avoid any sort of ill effect on any equipment.

Protections: The motor shall have the following minimum (but not limited to) protections in the Starter / Control panel

• Overload • �Short Circuit

Tender DFD9263P09/09 6

• �Phase inversion • �Phase failure • �Earth leakage protection provided with separate CBCT & ELR (earth leakage current adjustable

from 300 mA to maximum of 5 amps).

6. Metering & Indication: The panel shall have meters and indication for the following information (CTs shall be used where necessary): • Voltage of all three phases • Motor Current of all three phases • Cosine F • Active power • Indications: LED type indicating lamps with complete fittings, with legend plate for ‘PHASE

HEALTHY’, ‘MOTOR RUN’, ‘MOTOR OFF’, ‘MOTOR TRIP ON FAULT’.

c. General Notes: 1. The starter / control panel shall be weather proof with IP 54 type degree of protection. 2. Starter panel shall be thoroughly cleaned before applying 2 coats of rust preventing primer followed by 2

coats siemens gray paint.

3. Bus bars of main power connection shall be suitably rated tinned copper bars duly sleeved with heat shrinkable PVC sleeves. Bus bars used for the neutral shall be of same cross section as that of phases.

4. Control wiring shall be done with single core, 2.5 mm², PVC insulated, stranded copper wires. The control

voltage shall be 230VAC, 50 Hz.

5. All wires shall have ferrule numbers for proper identification.

6. Legend plates for the indication lamps, meters, control switches / buttons and labels for the terminals shall be provided.

7. Sufficient space shall be provided in the starter for cable termination, dressing and connecting cable leads to

the brought out terminals. Detachable gland plate shall be at a minimum height of 450 mm from floor level.

8. The control panel shall be installed in a non hazardous area at a safe distance (50 meters) from the well head and shall be installed in a suitable weatherproof shed.

9. The panel will be so placed and mounted in the skid that sufficient space shall be available in the front and

rear of the panel for inspection, maintenance and termination works on the panel. 10. The outgoing of the starter will be connected to the pump through suitably rated PVC insulated and PVC

sheathed armored copper cable(s). All terminations in the panel shall be done thro’ suitably sized single compression glands in detachable gland plates and connections will be made through properly rated brought out terminals and tinned copper sweating sockets crimped rigidly to the copper conductors. The cable(s) will be properly routed and supported, using steel conduits where necessary, to avoid any damage.

11. A remote Flameproof / Explosion proof, weatherproof type Push Button Station shall be provided near the

well head. The PBS shall be mounted on a rigid steel stand and shall be protected with a canopy.

Tender DFD9263P09/09 7

12. The PBS must be suitable for installation in Division I area and Group IIA and IIB type gas. The PBS shall be certified by Govt. of India, Central Mining Research Institute, Dhanbad, India (CMRI) or competent authority of the country of origin and approved by Govt. of India, Director General of Mines Safety (DGMS).

13. During transportation the starter / control panel is to be suitably packed to avoid water ingress or transit

damage. 14. All the junction boxes, enclosures, electronic transmitters/switches/ indicators, light fittings, control panel,

MCCB etc. that are to be used in hazardous area shall be of Flameproof type and suitable for operation in Class I, Division 2, Group C&D environment. All the flameproof equipment shall be tested and certified by CMRI (India) or equivalent authority of the country of origin of the equipment and must be approved by DGMS (India) for use in Group IIA and IIB area of the oilfields. Bidders must confirm the same categorically while quoting and submit the necessary certificates as per sub Para 2 of clause no. 1.7 Documentation below.

1.3.8 Wellhead: The Supplier shall supply suitable wellheads for all the wells (one for each well) to facilitate

installation of PCP. The bottom connection of the quoted wellhead shall be suitable to install on 7.1/16” X 5000 psi (179.39 mm X 352 ksc) RTJ Flange (RX 46) available on the wells. The supply shall include 5000 psi WP flow tee, flow BOP, Stuffing box etc suitable for mounting on above well head fitting.

1.3.9 Other Items: Since it is the responsibility of the Supplier to design, select, supply, installation and

commissioning as well as operation and maintenance of PCP sets, the Supplier may also propose and offer any other items not covered herein above but required for the smooth operation of the PCPs. The Supplier is at liberty to exclude any of the items mentioned above giving the reasons/justification thereof.

1.4 PCP Design Software: The supply shall also include design & optimization software working on Windows

environment for sizing, selection, trouble shooting and optimization of PCP. The software shall have three user licenses.

1.5 Pre-Despatch Inspection by OIL: OIL intends to inspect the PCP packages at the Supplier’s works prior to

despatching the same during the Phase-I stage. However, if felt necessary OIL may depute its engineers for pre-despatch inspection during Phase-II stage also. The Supplier shall make necessary modifications / rectification if any suggested by OIL’s engineers at the time of inspection.

During the pre-despatch inspection visit of OIL engineers’, the Supplier shall impart training at their works on design, sizing, selection criteria using state of the art technology/software etc., servicing and maintenance of the PCP system.

OIL needs 30-45 days time for completing VISA formalities/deputing its engineers for pre-despatch inspection. Therefore, the Supplier shall give at least 45 days prior notice regarding readiness of PCP packages. OIL shall bear the to and fro airfares from Duliajan to Supplier’s works and daily maintenance charges including boarding & lodging during the period of the stay of its engineers.

The Supplier shall incorporate the modifications/rectifications, if any suggested by the inspection team of OIL before effecting the shipment.

1.6 Shipment Advice: Purchase order normally shall be placed on FOB supplier’s sea port basis. However, OIL

may decide to place the order on C&F Calcutta (India) basis also which shall be binding on the supplier. In the event OIL decides to place order on C&F basis, Supplier shall arrange shipment of duly packed PCPs to

Tender DFD9263P09/09 8

Kolkata (India) port. OIL shall arrange customs clearance of the shipment from Kolkata port and shall arrange the transportation of the same up to Duliajan/well site. However, in case the Supplier intends to source part of the equipment from within India, the same should be despatched by the Supplier directly to Duliajan/well site.

1.61 In case of C&F Kolkata contract, OIL shall provide Maximum 60 days transit time for the consignment to

reach Kolkata and delivery period will be indicated in the order accordingly. 1.7 Documentation:

1. The supplier shall submit the following diagrams to OIL within 3 weeks from the date of receipt of formal order by them. The manufacturing of respective equipment shall be started only after receipt of categorical approval of the said diagram from OIL. a. GA drawing and Layout diagram of the set up covering all the surface equipments showing

interconnection and distance from well head. b. Power and control circuit diagram of the control panel.

2. The supplier must submit the following documents for OIL’s approval. The supplier is to note that only after obtaining categorical written approval from OIL, after scrutiny of the following documents, the equipments/materials shall be despatched

a) Equipment Test Certificates - Manufacturers and/ or the competent authorities’ test certificates for PCP and other related accessories etc as applicable for obtaining permission from Government of India, Mines Safety Authority to operate the PCP pump system in the OIL’s oilfield. b) Four Sets of Bounded technical manual for the complete package of equipment covering the following details –

List of all the supplied equipment and the respective name and address of OEMs The type, model, capacity, serial number and other technical data/ specifications including schematics

and drawings etc as applicable for all the supplied items. Technical literatures/ booklets etc of all the equipment. Operation and maintenance manual on each of equipment. Operating procedures for PCP installation, its recovery & repair. Operating procedures of the complete system and its troubleshooting, routine and preventive

maintenance requirement. The list of all the spares/components indicating OEM’s part numbers. Any other materials/documents that Supplier consider important for operation / maintenance of the

unit. Approved GA drawing and Layout diagram of the setup covering all the surface equipments showing

interconnection and distance from well head. Technical details of the electrical equipments viz. Motor, Starter, Control Panel, Switchgear, Junction

Box, PBS, Cables, Cable termination kit etc. Copies of CMRI certificate and valid DGMS approvals for all Flameproof / Explosion proof

items. Approved Power and control circuit diagrams. Bill of materials with full technical details of various components. List of recommended spares for two years.

c) The Supplier shall obtain approval for the drawings prior to manufacturing of electrical

equipment/panels and four sets of the following documents shall be submitted with the supply -

Tender DFD9263P09/09 9

GA drawing and Layout diagram of the set up covering all the surface equipments showing interconnection and distance from well head. • Technical details of the electrical equipments viz. Motor, Starter, Control Panel, Switchgear, Junction

Box, PBS (Push Button Station), Cables, Cable termination kit etc. • Copies of CMRI certificate and DGMS approvals for all Flameproof / Explosion proof items. • Power and control circuit diagrams. • Bill of materials with full technical details of various components. • List of recommended spares for two years. • All test certificates. d) One laminated copy of the approved power & control circuit drawing shall be pasted inside of the front door of the panel.

1.8 Installation / Commissioning & Training of the PCP System:

1.8.1 It is the Supplier’s responsibility to install and commission the PCP packages at the OIL’s designated wells in

both the Phases. Upon arrival of the PCP packages at Duliajan, the Supplier shall depute their commissioning engineer for which OIL shall give 15-20 days advance notice. The commissioning engineer shall be fully responsible and shall take complete control of the installation and commissioning activities of the PCP packages at the well site. Finally he has to undertake commissioning of the complete system to carry out functional test of the pumps to the satisfaction of OIL. After completion of the jobs, he shall prepare a complete commissioning report and submit it to OIL. The bidders are to note that 20 days are considered for installation and commissioning of the PCP system in each well including compliance of the requirement as stipulated under clause no. 1.9 below. Bidders are to quote for lump sum commissioning charge on the basis of 20 days time considered for installation and commissioning of the PCP system in each well. Zero date shall imply the date the commissioning experts reach Duliajan. Any time over run due to defective design / defective materials / faulty installation etc. will be on bidder’s account. Any time overrun for operational problems, bidders will be paid on a daily rate basis as defined hereunder:

Lumpsum commissioning charge Daily rate = ------------------------------------------------- 20

1.8.2 OIL will provide services of one work-over rig for installation of the PCPs in the wells. If any other materials, services or assistance are to be provided by OIL for installation of the PCPs in the wells the same may be specifically mentioned in the quote by the bidders.

1.8.3 The commissioning engineer deployed must be fluent in English language.

1.8.4 The following points shall be taken care of by the Supplier during the installation & commissioning:

a) All works of installation, testing and commissioning shall be performed under the direct supervision of the experts on PCP.

b) Basic tools for carrying out a simple work over operation not involving installation of any down hole pump will be available along with the work over rig. However, all special tools required for installation and commissioning of the PCP system and the instruments required for performance testing / trouble shooting shall be provided by the Supplier. Bidders are to note that only standard tools shall be used for installation of PCP and adjustable tools to fit different sizes shall not be acceptable. Though basic tools will be available along with rigs, however, this will no way would absolve the Bidder from his responsibility of successful installation and commissioning of the PCP system. Bidder shall submit a list of tools required for installation and commissioning.

Tender DFD9263P09/09 10

c) All tests shall be carried out in presence of OIL Engineers and all test results shall be recorded in a proper manner. Four sets of test results shall be submitted to OIL. The results shall be typed and properly documented.

d) All safety and local government regulations shall be followed during installation, testing and commissioning.

e) Following should be minimum program for commissioning of electrical equipment after complete erection a) Assembly, check as per manufacturer’s drawings and instructions b) All piping, junctions c) Tightening of all terminal block connections d) Painting and corrosion protection e) Cleanliness

1.8.5 Over and above, during the installation and commissioning of Prime mover & Controls following procedures are to be specifically adhered to:

a. All works of installation shall be carried out in complete with latest BIS, IE rules, Indian Electricity Acts and National Electric codes. b. If required, services of specialist Engineer(s) from the manufacturers of Motor and Control panel shall be made available by the Supplier for installation and commissioning of the equipment to the full satisfaction of OIL. c. All electrical works shall be done by persons having relevant & valid electrical license. d. The Supplier shall be responsible for safe custody and proper storage of materials during installation and commissioning stage till handing over. e. Civil engineering works such as trench cutting, masonry jobs like grouting, leveling etc. shall be done by the Supplier as per instruction of OIL. Civil engineering jobs shall primarily include trench cutting and back filling (approx. 150 M per installation) for cable laying. f. The Supplier shall obtain permit to work from Engineer-incharge / Installation manager before taking up the installation and commissioning job. g. Complete earthing system, including materials, shall be supplied and installed by the Supplier as per instruction of OIL. h. Check of Electricals: The Supplier shall carry out the following checks of electrical equipment –

i) Conformity to the circuit diagram. ii) Protection schemes iii) Insulation checks iv) Earth resistance test v) Tightness checks of circuits / control devices vi) Any other test as recommended by the manufacturer

1.8.6 LIQUIDATED DAMAGE: Supplier's competent personnel must arrive at Duliajan within 20 days from the

date of intimation by OIL and complete the installation & commissioning job thereafter. OIL, on the other hand, shall inform the party immediately on receipt of the goods at Duliajan. Liquidated Damage will be levied @ 0.5% per full week or part thereof to a maximum of 10% of the total installation/commissioning charges in each phase, if the commissioning Engineer fails to report within the stipulated period.

Tender DFD9263P09/09 11

1.9 Training to OIL personnel on PCP system during commissioning:

The commissioning engineer shall have to provide field training to OIL Engineers and technicians on operation and maintenance of the complete system including installation, troubleshooting, recovery and repair/ replacement of PCPs and other surface equipment during his stay at Duliajan.

Bidders shall quote their installation/commissioning charges including training charges for evaluation purposes.

1.10 Spares supply: 1.10.1 Commissioning spares: The Supplier shall supply all the required spares for successful commissioning

together with PCP package. 1.10.2 Supplier must also project the requirement of spares on year to year basis up to a period of 5th year from the

date of commissioning. The Supplier shall furnish the list of recommended/projected spares as per the format furnished vide PROFORMA-A.

1.10.3 Recommended Spares: The Supplier shall note that the recommended spares quoted for the first 2(two) year period shall only be considered for bid evaluation as the same will be procured by OIL along with the supply of materials for the initial 2 years period of the O&M. The Supplier must estimate the spares requirement accurately. Any additional requirement of spares during the O&M (2 years) shall have to be supplied by the bidder on no cost basis to OIL.

Should there be requirement of any spare during the currency of O & M module other than recommended spares quoted by the bidder, bidder shall be responsible to provide such spares at no cost to OIL.

However, any spares requirement due to defects arising out of faulty material, workmanship or design, defective goods or parts rejected by OIL during the guarantee period shall be replaced by the supplier as mentioned in Clause No. 4.0 of BRC (Commercial) of Section – II.

NOTE: The bidders are to note that all items mentioned in the 2 (Two) Year recommended spares list shall be considered for evaluation of their offer in toto.

1.11 Provision for installation of PCPs in wells other than those proposed/ mentioned in Annexure I: Due

to change in well behavior or down hole problems or reasons beyond OIL’s control, the PCPs may have to be installed elsewhere other than the specified wells wholly or partially during the time of installation/ commissioning. The selection of other suitable well(s) for installation of PCPs for effective use shall be done in consultation with the Supplier. Therefore, the Supplier shall keep extra provision of spares to cater for changed operating parameters. However the prices of those spares that may have to be replaced for reinstallation shall be borne by OIL as per item price quoted in clause no 1.10.1

2.0 OPERATION AND MAINTENANCE (O&M) MODULE: Post commissioning Operation and Maintenance is

considered to be the basic essence of PCP campaign undertaken by OIL. Bidder is expected to arrange for Operation & Maintenance for a period of 2 (two) years following successful commissioning of each PCP unit. The bidder is at liberty to undertake O & M responsibilities for the aforesaid period (2 (two) years) by themselves or by engaging their authorized contractor. In case of engaging authorized contractor for O & M, bidder must submit credentials of their authorized O & M contractor for consideration of OIL. However the overall responsibility for smooth O & M activities will lie with the successful bidder.

Tender DFD9263P09/09 12

2.1 The Company retains, at its sole discretion, the option to extend the contract for a further period of 1(one) year at the same rates, terms and conditions. Further extension of the contract, if any, will be at rates, terms and conditions to be mutually agreed by the parties.

2.2 Scope of work: The scope of work under operation and maintenance of the PCPs includes all that are

required for safe, trouble-free and uninterrupted operation of the supplied PCPs as per sound industry practices, for a period of 2(two) years. The Supplier or their authorized contractor shall undertake operation and maintenance (O&M) of the PCPs forthwith after completion of the installation and commissioning of the PCPs and shall be responsible for arranging all resources including competent manpower as per requirements of Indian Mines Act, its bye-laws & other legislations in force; employee insurance & benefits and all resources / facilities for continuous twenty four hour operations on shift basis; public liability insurance, routine & scheduled maintenance including running repairs and provisioning of relevant spares and consumables in relation thereto, directly or through Annual Maintenance Contract (AMC) and upkeep of the well plinth including periodic repainting.

2.3 Scope of O & M Module -

a) The Supplier shall provide competent personnel with requisite qualifications on round the clock basis. OIL shall have the right to decide for engagement of these personnel on the basis of verification of relevant documents of competency prior to engagement of any personnel.

b) An overall in Charge shall have to be deputed to head the O & M personnel and shall carry out all the jobs in

consultation with OIL’s representative. He shall report to the office of the OIL’s representative regularly and also as and when called for receiving instruction / resolving any issue on contractual obligation. The in-charge must be fluent in English language and other personnel must have working knowledge of English language.

c) The contractor is at liberty to replace their personnel during due off / leave with suitable competent personnel. d) The contractor shall ensure that all the personnel shall have a full medical examination in accordance with

accepted medical standard of OIL prior to engagement and the medical report from a qualified doctor must be submitted to the company.

e) OIL withhold the right to disqualify any personnel in case of indiscipline, unfit due to medical reason,

incompetence, alcoholism etc. 2.4 Scope of operations: The contractor shall carry out the following operations:

a) Transportation of their men and materials to the respective installations is contractor’s responsibility. The contractor must have sufficient transportation facilities for transfer of crew, materials etc. to the work locations.

b) Operation of all the Progressive cavity pumping units round the clock at six wells in its oilfields of Assam and

record all operating parameters in respect of equipment in the designated Log Sheets as given by OIL. This includes recording of all the relevant parameters required to monitor / trouble shooting of PCP.

c) Day to day routine maintenance - The Supplier shall carry out day to day routine maintenance including

provision of spares and consumables and it will be a part of O&M. d) Scheduled maintenance - The Supplier shall design a pro-active preventive maintenance schedule for each

unit and execute the same. It is expected that there will not be any breakdown of the PCP units during the O&M period. The scheduled maintenance shall be carried out by the Supplier at their cost, but spares for the same shall be provided by the Company, subject to availability, if it is covered under the 2 yrs recommended

Tender DFD9263P09/09 13

spares list (refer Para 1.10.3 of Section I). If the PCPs are shut down due to non availability of spares other than recommended one, the penalty clause shall apply as per clause no. 18.0 of Section IV.

e) Breakdown maintenance - In case of any breakdown of the PCP units the Supplier shall carryout breakdown

maintenance at their cost. Spares for the same shall be provided by Company, subject to availability, if it is covered under the 2 yrs recommended spares list (refer Para 1.10.3 of Section I). However, the Supplier shall arrange replacement for the used spares within three weeks from the date of the breakdown at no extra cost to OIL. If the PCPs are shut down due to non availability of spares other than recommended spares by bidder, the penalty clause shall apply as per clause no. 18.0 of Section IV

Note - OIL will provide requisite work-over rig / wire line hoist of adequate capacity for operations of subsurface PCP maintenance in the wells. If any other materials, services or assistance are to be provided by OIL for maintenance of the PCPs in the wells the same may be specifically mentioned in the quote by the Bidder

f) To maintain general illumination of the installations the required components will be provided by OIL.

g) The contractor shall submit Preventive Maintenance Schedule, Log sheets for recording various operational

parameters to OIL for approval along with the bid. The contractor shall adhere to Safe Operating Procedure furnished to the contractor for running of the units.

h) Joint inspection of the well sites with OIL representative and submit detailed report of the site condition prior to

taking up the job. i) Maintain cleanliness and up-keepment of the installations. j) In some of the wells, power supply to the PCP will be made from a 125 kva gas engine driven generating set

installed on the well plinth. The Supplier will be responsible for the following –

i) Operate 125 kva gas engine driven generating sets. Before starting the generating sets, the contractor’s operating personnel shall check the levels of Engine lubricants, coolants etc, and whenever necessary, fill up the same with lub oil, water / coolant in the units as directed by OIL’s representative. Lub oil will be provided by the company.

ii) Carry out minor maintenance of the following nature; Routine checking, topping up and replacement of lubricating oil of Gen set engines. Checking and tightening of foundation bolts of gen set skid. Replacement of V-belts of Gen Set Engines as and when required as per direction of

OIL’s representative. Replacement of Gen set engine batteries including the terminals. Repair/ cleaning of fuel gas lines including replacement of fuel line valves/ pressure

regulators. Assembly of gen set coupling components after checking alignment between engine and

alternators as and when required. Replacement of defective starters, alternators of engines of gen set. To check any abnormal vibration and heating of electrical equipment. To check the tightness of all electrical connections as per approved PM schedule.

iii) To return all faulty / failed / damaged components / parts to OIL immediately after replacement of the same.

Tender DFD9263P09/09 14

2.5 All parts / components required for Minor maintenance of the generating set mentioned in Para 2.4 above, will be provided by OIL. However, the contractor shall arrange for transportation of these materials to site. Mill clothes and other cleaning materials will be provided by the contractor.

2.6 Operating time - The PCP units will operate for 365 days in a year on 24 hours per day basis.

2.7 After completion of the period of currency of O&M (i.e. two years), the PCPs well installation shall be handed

over to OIL in sound health and good maintenance order.

2.8 Sub-contracting - The Supplier may sub-contract the O&M module with prior approval of OIL. However, responsibility for management of the O&M module shall rest on the bidder.

2.9 Safe operating practices - The Supplier before taking up O&M of the plant shall develop a Standard

Operating Procedure (SOP) for operation and maintenance, schedule of routine and periodic maintenance of PCPs as per sound industry practices. Such SOP shall be duly approved by the Company and be strictly adhered to by the Supplier for operation and maintenance of the PCPs. The deputed personnel shall take all safety precautions during the works as per the prevailing statutory guidelines. However, should there be any accident caused to Supplier’s personnel due to their negligence to safety rules, the Supplier shall be fully responsible for such accident.

2.10 Safety Regulations - The operation and maintenance of the PCPs shall be carried out strictly in accordance

with provisions stipulated under Oil Mines Regulations, Indian Electricity Rules and OISD norms in vogue. In absence of a stipulated provision, sound industry practices shall guide the service of the contract.

2.11 The Supplier shall be solely responsible throughout the period of the O&M Contract for providing all requirements of their personnel, and of their Sub-contractors, if any, including but not limited to their insurance, housing, medical services, messing, transportation (both air and land transportation), vacation, salaries and all amenities, termination payment and taxes, if any, payable at no charge to the Company.

2.12 Manpower used for operation and maintenance of the plant shall have sound health, adequate qualification

and experience as well as competency as stipulated vide Indian Mines Act, Oil Mines Regulations & other byelaws, regulations and norms in force. In absence of a stipulated provision, sound industry practices shall guide the operation and maintenance work.

2.13 The Supplier shall arrange for any special passes required by workers to enter the site. 2.14 The O & M Contractor will be responsible for providing Personnel Protective Equipment (PPE) to all its

employees as required under OMR-1984 for working in Oilfields.

3.0 Guarantee Clause:

a) Guarantee: The Bidder must confirm that the entire equipment shall be guaranteed as per the OIL’s standard clause as mentioned in Clause No. 4.0 of BRC (Commercial) of Section – II.

b) The Bidder must confirm that the offered unit/goods are brand new and un-used. c) The Bidders must confirm that the offered PCP packages shall perform at the desired rate of production under

the duty conditions as given in Annexure I & Para 1.1 of Section I.

Tender DFD9263P09/09 15

d) The Bidder has to confirm categorically that all electrical equipments to be supplied meet the relevant Indian / International standards and the installation shall be carried out as per the prevalent rules, regulations and International practice.

e) The Bidders shall confirm categorically that manufacturers certifications and certifications from competent

authorities of Govt. of India (Central Mining Research Institute, Dhanbad, India) or from the competent authority of the country of origin for PCP, Switch Gear and other related accessories etc as applicable and approval from Government of India, Director General of Mines Safety (DGMS) to operate the PCP system in the OIL’s oilfield, will be submitted to OIL for its approval prior to despatch of the materials.

f) The Bidders shall indicate categorically about the electrical power requirement in kW for each of the PCP

offered. The operating voltage shall be 415 volts AC three phase and neutral, 50 Hz. For any voltage other than 415 volts the Bidder will provide suitable Transformer / Equipment of required capacity from his end.

g) The bids and the accompanied technical documentation must be in English language only. The bids with other

than English language must have an English version.

h) The Bidder shall confirm that they will supply the 2 year recommended spares as and when required at the quoted rates through out the initial O&M period of 2 years.

i) The Bidders shall confirm availability of all the spares for a period of 10 (ten) years from the date of supply of

the pumps. j) The O & M contractor will be responsible for providing Personnel Protective Equipment (PPE) to all its

employees as required under OMR-1984 for working in oilfields. 4.0 BID ENCLOSURES: The Bidders must furnish the following information as enclosures along with their

bids:

a. For all the items including bought out items to be supplied as PCP package the Bidder shall furnish the details in the following format:

Equipment Name Model Manufacturer’s Name b. Complete data computation sheet showing H.P. requirement, etc of the PCPs for each well. c. The Bidders shall provide details of equipment sizing and selection criteria of all major quoted equipment (like

PCP, Motor, Switchgear, Starter, Cable termination kit, Electrical cables, Well head and other necessary equipment etc, and other related accessories).

d. Relevant technical literature/catalogue with detailed cross sectional views as applicable showing technical

details for individual items of the entire equipment including bought out items with weight and dimensions and schematic drawing are to be provided.

e. Detailed technical manual showing various dimensions and explanations on pump redressing, setting and

unsetting procedures, drive mechanism maintenance and redressing procedures etc. is to be furnished along with the quotation.

f. Technical manual for the tubing anchor showing various dimensions and explanations on anchor redressing,

setting and unsetting procedures is to be furnished along with the quotation.

Tender DFD9263P09/09 16

g. Layout diagram of the set up covering all the surface equipments (including electrical equipment) showing interconnection and distance from well head.

h. The Bidder shall provide the name of OEMs (Original Equipment Manufacturer) of all the bought out items with

guarantee clause as per 3.0 (a) above from OEM and a valid authorization letter to use their items. i. The bidder must submit a Preventive Maintenance Schedule as mentioned in para 2.4 g) for approval of OIL. j. The Bidder must submit the following for electrical equipment:

i. Technical details of Motor, Starter, Control Panel, Switchgear, Junction Box, PBS, Cables, Cable termination kit etc.

ii. GA drawing and Layout diagram of the set up covering all the surface equipments showing interconnection and distance from well head.

iii. Power and control circuit diagrams for OIL’s approval. iv. Bill of materials with full technical details of various components. v. Manufacturers test certificates for Electrical Control Panel etc. k. Bidder shall submit documentary evidence with respect to their experience as mentioned in Para

3.1.1 through 3.1.3 of Section – II, i.e. Bid Rejection Criteria (BRC).

5.0 Climatic condition at the operating site:

The surface equipment to be supplied for installation shall be suitable for following climatic condition. Ambient temperature range : 41 deg C (Maximum), 06 deg C (minimum)

Relative humidity at 21 deg C : 100 % (maximum) Relative humidity at 41 deg C : 70 % (maximum) Altitude above mean sea level : 150 m Average annual rainfall : 343 cm (it rains 8 months in a year)

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

Tender DFD9263P09/09 17

SECTION: II

BID REJECTION CRITERIA (BRC)/BID

EVALUATION CRITERIA (BEC) I) BID REJECTION CRITERIA (BRC):

The bids must conform to the specifications, terms, and conditions given in the Bidding Document. Bids shall be rejected in case the items 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: All the documents related to BRC must be submitted along with the Techno-Commercial Bid.

A TECHNICAL

1.0 Bidder’s Qualification:

The bidder may be an Original Equipment Manufacturer (OEM) having experience in manufacturing of PCP system and providing O & M services by self / by engaging service provider with requisite technical support from the OEM.

OR The bidder may be an authorized dealer of OEM and having a tie-up with an O &M service provider.

OR The bidder may be a service provider having tie-up with OEM.

2.0 Pump Setting Depth The bidder must submit credentials with respect to successful commissioning of PCP system in deeper wells with pump setting depth of 2000m and/or setting of pump with down hole temperature condition of 900 C or above.

3.0 Bidders’ Experience

3.1 Experience related to Supply Module of PCPs:

3.1.1 The OEM must have minimum experience of 5 (five) years in design, selection, manufacture, supply and installation / commissioning of Progressive Cavity pump (PCP) in deeper wells(pump setting depth 2000m at least) as on tender floating date for all the cases mentioned above. Necessary experience documents are to be supplied along with list of past customers.

3.1.2. In case of authorized agent, the Bidder must be in the business of supply, installation and commissioning of PCP systems for the last 5 years as on tender floating date. As a proof of evidence, the Bidders must furnish a list of installations carried out by them during last 5 years including customer contact details. The bidder shall submit the valid authorization certificate from the OEM along with the bid, failing which offer will be rejected.

3.1.3 In case of a Service Provider, the Bidder must have experience in providing O & M services to OIL and GAS industries in the upstream sector for at least 5 years as on tender floating date. As a proof of evidence the Bidder must furnish a list of O & M services successfully executed by them at least during the last 3 years including customers contact details.

3.1.4 The PCP system must be suitable for installation in wells where zone of hydrocarbon interest is between 3000 - 4000 meter. However, considering the depth limitation of PCP installation with respect to development of suitable elastomers to withstand higher downhole temperature, OIL intends to limit

Tender DFD9263P09/09 18

the pump setting depth within 2000 meters where maximum expected temperature is likely to be of the order of 90 degree C.

3.1.5 There must be MOU between OEM & O&M Service Provider OR OEM & Authorised Dealer OR OEM & Service Provider indicating their tie-up for extending co-operation during the contract period. A copy of MOU must be forwarded along with the bid.

3.2 Experience related to O&M module of PCPs:

3.2.1 The party who will execute the O&M module of PCPs, which may be OEM or bidder or a Sub contractor, shall have the requisite experience of successfully executing similar works of the following magnitude during the last 3 (Three) years before the date of floating the enquiry:

Single contract of minimum value Rs. 52.00 Lakhs OR

Two contracts of minimum value Rs. 32.50 Lakhs each OR

Three contracts of minimum value Rs. 26.00 Lakhs each

“Similar work(s) means to provide Man Management Service for operation or maintenance in Oil Industry of Drilling / Work over / Oil Collecting Station / Group Gathering Stations / gas Compressor Stations / Water Injection Stations / Oil-Water Treatment Plant/Well Stimulation Services / Tank Farm / Power Plant / Pump Station / Tank Terminal”

3.2.2 Documents establishing successful execution of above contracts must be submitted along with the bid.

3.2.2.1 The executor of O&M module must have an average annual turnover of at least Rs. 22.75 Lakhs during the last three consecutive financial years ending 31/03/07.

3.2.2.2 For proof of Annual Turnover any one of the following documents / photocopy must be submitted along with the bid –

a) Income tax clearance certificate (ITCC), provided it contains annual turn over and nature of business. b) A certificate issued by a practicing chartered/cost accountant’s farm certifying annual turnover. c) Audited balance sheet and profit and loss account. 3.2.2.3 For proof of requisite experience, any one of the following documents/photocopy must be submitted along

with the bid: i. Incase of OIL contractors, copy of certificate of completion (COC)/Certificate of Payment (COP) of jobs

successfully completed in last three years from the date of floating the enquiry showing the gross value of the job done. It may be clearly noted that simply mentioning of OIL CCO No. will not be accepted.

ii. Certificate issued by any other Public Sector Undertaking / Govt. Department / Private Company(with

average financial annual turnover of not less than Rs. 20 Crores in last three financial years ending 31/03/07 showing - a) Gross value of job done, b) Nature of job done, c) Time period covering the financial year(s) as per the NIT.

3.2.3 Other Conditions:

3.2.3.1 Conformity to the specification & Terms of Reference: a) The Bidder should offer for both supply and Operation & Maintenance services of the PCP system for a period

of 2 years as per Tender requirement. Offers for only Supply or for only O & M services shall not be considered and will merit rejection.

Tender DFD9263P09/09 19

b) The Bidder should confirm in their bid all the points noted under Para 3.0 of Section-I and shall also submit the documents, technical details, literature etc. as indicated in Para 4.0 of Section-I along with the bid failing which the offer shall be rejected.

3.2.4 O & M Crew: The Bidder must confirm providing key personnel of requisite experience and qualification,

competent enough to ensure trouble free O & M services to the satisfaction of OIL.

(B) COMMERCIAL: Commercial Bid Rejection Criteria will be as per Section D of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) with following Special Bid Rejection Criteria.

1.0 Bids are invited under Single Stage Two Bid System. Bidders shall quote accordingly under Single Stage

Two Bid System. Bidder not complying with submission procedure mentioned in Para 12.2 of Section A of General Terms & Conditions of Global Tender (MM/GLOBAL/01/2005) will be rejected.

2.0 Bid security of US $ 12,000.00 or Rs. 5,00,000.00 shall be furnished as a part of the TECHNICAL BID.

Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration. 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 Validity of the bid shall be minimum 180 days. Bids with lesser validity will be 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 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 Bidders must quote clearly and strictly in accordance with the price schedule outlined in “Schedule of Rates”

of bidding documents, otherwise the bid will be summarily rejected. 6.0 Performance Security: The successful bidder / Contractor shall be required to submit two Performance

Security covering the Supply portion and Operation & Maintenance portion as under: i) Supply: Supplier shall submit a Performance Bank Guarantee @10% of the order value towards

supply of the materials excluding the Operation & Maintenance charges immediately after receipt of OIL’s purchase order by them. The 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.

ii) Operation & Maintenance: Contractor shall submit Performance Bank Guarantee for 10% of the total Contract Price for Two Years for the Operation & Maintenance of the Pump Sets. This Bank Guarantee must be submitted to OIL within 45 days after signing of the Service Contract for Operation & Maintenance of the Pumps. The Bank Guarantee must be valid atleast up to 3 months beyond one year Warranty period of the Two Years Operation & Maintenance Service Contract.

iii) In case of failure on the part of the Contractor to submit the Performance Security covering the Service Contract for the Operation & Maintenance of the Pumps, the Performance Security of 10% submitted by them covering the supply portion vide Para (i) above shall be forfeited.

Bidders must confirm about submission of the Performance Securities in their Technical Bid as stated above. Offers not complying with this clause will be rejected.

Tender DFD9263P09/09 20

7.0 Bidder must accept and comply with the following clauses as given in the Bidding

Document in toto, failing which offer will be rejected a) Performance Guarantee Bond clause. b) Force Majeure clause

c) Tax liabilities clause d) Arbitration clause e) Acceptance of Jurisdiction and Applicable Law f) Liquidated damage cum penalty clause g) Mobilization time h) Bid validity

8.0 GENERAL 8.1 Proforma-D, the Compliance statement must be filled up by Bidders and submitted along with their technical

bid. In case Bidder takes exception to any clause of the bidding document not covered under BEC/BRC, then the company has the discretion to load or reject the offer on account of such exception if the Bidder does not withdraw/modify the deviation when/as advised by Company. The loading so done by the company will be final and binding on the Bidders. No deviation will, however, be accepted in the clauses covered under BRC.

8.2 To ascertain the substantial responsiveness of the bid, the Company reserves the right to ask the Bidder for

clarification in respect of clauses covered under BRC also and such clarification fulfilling the BRC clauses in toto must be received on or before the deadline given by the company, failing which the offer will be summarily rejected.

9.0 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) Total Cost of 6 Nos. Cavity Pumps as per Sl. No. ‘P’ of Profroma ‘B’ (B) Total Cost of 2 years Recommended Spares as per Sl. No. ‘Q’ of Proforma ‘B’ (C) Grand Total Material Cost, ( A + B ) (D) Packing & FOB Charges(Srl No. ‘R1’ + ‘R2’ of Proforma ‘B’) (E) Total FOB Port of Shipment value, ( C + D ) above (F) Ocean Freight Charges upto Kolkata, India(Srl No. ‘S1’ + ‘S2’ of Proforma ‘B’) (G) Insurance Charges(Srl No. ‘T1’ + ‘T2’ of Proforma ‘B’) (H) Total CIF Kolkata value, ( E + F + G ) (I) Total Installation / Commissioning & Training charges, (Sl. No. ‘U’ + ‘V’ of Proforma ‘B’) (J) Total Value, ( H + I ) above (K) Total Contract value for O & M for 6 Pumps for 2 years as per Sl. No. ‘W’ of Proforma ‘B’ (L) Grand Total Value, ( J + K ) above (M) Grand Total value in words : (N) Gross Weight : (O) Gross Volume :

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

(A) Total Cost of 6 Nos. Cavity Pumps as per Sl. No. ‘P’ of Profroma ‘B’ (B) Total Cost of 2 years Recommended Spares as per Sl. No. ‘Q’ of Proforma ‘B’

Tender DFD9263P09/09 21

(C) Grand Total Material Cost, ( A + B ) (D) Packing and Forwarding Charges(Srl No. ‘R1’ + ‘R2’ of Proforma ‘B’) (E) Total Ex-works value, ( C + D ) above (F) Excise Duty with Education Cess, (Please indicate applicable rate of Duty) (G) Sales Tax, (Please indicate applicable rate of Tax) (H) Total FOR Despatching station price, ( E + F + G ) above (I) Road Transportation charges to Duliajan(Srl No. ‘S1’ + ‘S2’ of Proforma ‘B’) (J) Insurance Charges(Srl No. ‘T1’ + ‘T2’ of Proforma ‘B’) (K) Total FOR Duliajan value, ( H + I + J ) above (L) Total Installation/Commissioning & Training charges, (Sl. No. ‘U’ + ‘V’ of Proforma ‘B’) (M) Total Value, ( K + L ) above (N) Total Contract value for O & M for 6 Pumps for 2 years as per Sl. No. ‘W’ of Proforma ‘B’ (O) Grand Total Value, ( M + N ) above (P) Grand Total value in words : (Q) Gross Weight : (R) Gross Volume :

NOTE : 1. Since the materials covered by this tender will be used by OIL in the PEL/ML areas issued/renewed after

01/04/99, hence applicable Customs Duty for import of goods shall be ZERO and indigenous bidders shall be eligible for Deemed Export.

2. Cost of the Commissioning Spares, if any, should be included in the quoted price 3. Since supply of the Pumps is required in two phases, bidders should quote their Packing/FOB Charges

and Ocean Freight charges separately for each supply, if necessary.

10.0 Installation / Commissioning & Training charges and Round Trip charges as per Sl. Nos. ‘U’ and ‘V’ of Proforma ‘B’ 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). Bidder should also confirm about providing all these services in the Technical Bid.

10.1 Bidders should include Pre-despatch / Shipment Inspection charges, if any, in their quoted prices and should

not be quoted separately. However, bidders should note that the to and fro fares, boarding/lodging and other enroute expenses of OIL’s Engineers shall be borne by OIL.

10.2 Bidders must categorically indicate the Installation / Commissioning & Training charges in their offers and

must confirm the same in their Technical bids. Offers, without any quote for the Installation / Commissioning & Training charges shall be loaded with the maximum charges received for the same against the tender for evaluation purposes.

12.0 (i) All taxes, stamp duties and other levies imposed outside India shall be the responsibility of the

Bidder/Seller and charges thereof shall be included in the offered rates. (ii) All Taxes & levies imposed in India, for the services including installation & commissioning, shall be to

the Bidder/Seller’s account. (iii) Income Tax on the value of the Services rendered by the Bidder /Seller in connection with installation,

commissioning, training etc. shall be deducted at source from the invoices at the appropriate rate under the I.T. Act & Rules from time to time.

Tender DFD9263P09/09 22

(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:

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 9.0 of BRC. 2.0 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.

3.0 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.

4.0 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.

5.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made as under, subject to corrections / adjustments given herein based on the rates and charges quoted in the Commercial Bid as per Proforma-B:

5.1 When only foreign bids are involved:

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

(A) Total Cost of 6 Nos. Cavity Pumps as per Sl. No. ‘P’ of Profroma ‘B’ (B) Total Cost of 2 years Recommended Spares as per Sl. No. ‘Q’ of Proforma ‘B’ (C) Grand Total Material Cost, ( A + B ) (D) Packing & FOB Charges( Srl No. ‘R1’ + ‘R2’ of Proforma ‘B’) (E) Total FOB Port of Shipment value, ( C + D ) above (F) Ocean Freight Charges upto Kolkata, India(Srl No. ‘S1’ + ‘S2’ of Proforma ‘B’) (G) Insurance Charges@ 1% of Total FOB Value vide ( E ) above (H) Banking Charges @ 0.5% of Total FOB Value vide ( E ) above in case of payment through Letter of

Credit ( If confirmed L/C required, 1.5% of Total FOB Value will be loaded ) (I) Total CIF Kolkata Value, ( E + F + G + H + I ) above (J) Total Installation/Commissioning & Training charges, (Sl. No. ‘U’ + ‘V’ of Proforma ‘B’) (K) Total CIF Kolkata value including install/comm., ( I+J ) above (L) Total Contract value for O & M for 6 Pumps for 2 years as per Sl. No. ‘W’ of Proforma ‘B’ (M) Total Value, ( K + L ) above NOTE : Banking charge in the country of the foreign bidder shall be borne by the bidder.

Tender DFD9263P09/09 23

5.2 When only domestic bids are involved :

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

(A) Total Cost of 6 Nos. Cavity Pumps as per Sl. No. ‘P’ of Profroma ‘B’ (B) Total Cost of 2 years Recommended Spares as per Sl. No. ‘Q’ of Proforma ‘B’ (C) Grand Total Material Cost, ( A + B ) (D) Packing and Forwarding Charges(Srl No. ‘R1’ + ‘R2’ of Proforma ‘B’) (E) Total Ex-works value, ( C + D ) above (F) Sales Tax, as applicable on ( E ) above (G) Total FOR Despatching station price, ( E + F ) above (H) Road Transportation charges as per quote(Srl No. ‘S1’ + ‘S2’ of Proforma ‘B’) (I) Insurance Charges @ 0.5% of Total FOR Despt Station Value (G) above (J) Total FOR Duliajan value, ( G + H + I ) above (K) Total Installation/Commissioning & Training charges, (Sl. No. ‘U’ + ‘V’ of Proforma ‘B’) (L) Total FOR Duliajan Value including install/Comm., (J + K ) above (M) Total Contract value for O&M for 6 Pumps for 2 years as per Sl. No. ‘W’ of Proforma ‘B’ (N) Total Value, ( L + M ) above NOTE : 1. Excise Duty in case of the indigenous bidder is EXEMPTED.

i) The rates quoted above should be inclusive of all taxes, duties, personal, income tax etc. ii) It may clearly be noted that the requirement indicated above are purely for evaluation purpose only

and the actual requirement may vary widely. Payment will however be made at actual. iii) No payment will be made for demobilization.

5.3 When both Foreign and Domestic bids are involved:

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

6.0 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.

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

Tender DFD9263P09/09 24

SECTION – III

SCHEDULE OF RATES / PAYMENT

1.0 The rates and charges as indicated in Proforma - B attached shall only be applicable.

2.0 For supply module: Payment towards supply of the items covered under “A” to “Q” of

the Proforma ‘B’ shall be made as under; i. 80% of the cost of the goods for each phase of supply along with Packing & Forwarding

/ FOB Charges shall be paid against shipment / dispatch document of each lot through bank.

ii. Balance 20% of the cost of the goods for each phase of supply shall be paid upon

successful commissioning and satisfactory performance of the PCPs for a minimum period of 2 months under each Phase.

3.0 Installation & Commissioning charges: It is expected that all the 6 PCPs shall require

total 2 round trips of commissioning Engineer(s). Accordingly OIL shall consider 2 round trips of the Commissioning Engineer(s) and the payment shall be made as under:

i. Phase - I : OIL shall pay the round trip charges “V1” and commissioning charges “U1 &

U2” after successful commissioning and satisfactory performance of the PCPs for a minimum period of 2 months for 2 PCPs under Phase-I,.

ii. Phase - II : OIL shall pay the round trip charges “V2” and commissioning charges “U3,

U4, U5, & U6” after successful commissioning and satisfactory performance of the PCPs for a minimum period of 2 months for 4 PCPs under Phase-II.

NOTE:

a. However, if due to down-hole or any other problems attributable to OIL, the commissioning of all the PCPs under each Phase could not be completed and requires an additional trip, then OIL shall pay for such round trips extra @ of “V2”. Bidders should confirm the same categorically in their offers.

b. The round trip charges shall include but not limited to airfares, travel time cost, inland

transportation to Duliajan, Assam (India) and back.

c. While quoting the lump sum charges (i.e. U1 to U6), in the price schedule for installation & commissioning charges for each PCP, the Supplier shall take into account the accommodation and local transportation for the commissioning engineer. However, OIL may provide the accommodation and local transportation subject to availability on payment basis.

d. The Supplier shall submit the invoice for the commissioning charges of each PCP along

with commissioning report within 15 days after successful commissioning and satisfactory performance of the PCPs for a minimum period of 2 months.

Tender DFD9263P09/09 25

4.0 Recommended Spares (Q) : The rates for the recommended spares shall be applicable as per Proforma-A. OIL shall buy the recommended spares for 2 (Two) years operation along with the main equipment.

5.0 O & M CHARGES: The O&M charges shall include charges for personnel/ crew and base

camp establishment charges as under –

a. Personnel/crew (W1, W2, W3, W4): It covers the personal charges for tradesman, operator, Engineer cum coordinator and helper on day rate basis for providing O&M services to OIL at well sites round the clock. In case the scheduled maintenance requires pulling out of subsurface pump, the contractor may engage helper with prior permission from Company Representative.

b. Service Charge (W5): The Service Charge covers the cost of transportation of crew,

insurance for personnel and Personal Protective Equipment/Safety Equipment. c. Base camp establishment / Mobilisation (W6): The Contractor shall establish a base

camp at Duliajan, Assam (India) with the following minimum infrastructure - a) Tools and tackles for O&M of the PCPs b) Vehicles as required c) Telephone cum fax d) PC with printer & internet

Base camp charges shall be payable as under – 60% of the above "Base Camp Charges" will be paid after commissioning of 2 PCPs under Phase-I & the contractor undertakes O & M jobs. The remaining 40% of the "Base Camp Charges" will be paid after commissioning of all the 6 PCPs under Phase-I & II and the contractor undertakes O & M jobs.

d. Day Rate Charge (D) = Personnel/crew Charge (W1+W2+W3+W4) + Service Charge

(W5)

These charges are payable from the day the Contractor takes full responsibility of O&M of PCP in each well after its commissioning duly certified by Company representative. These charges shall be paid to the Contractor on completion of each month.

6.0 NO CHARGE PERIOD : No charges are payable during the period the PCP is not in

working condition for non availability of crew, spares or consumables or for any other reason attributable to the Contractor and additionally penalty shall be imposed as per clause no. 18.0 Section IV.

7.0 A full day rate will be considered starting from 5 AM to next 24 hours.

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

Tender DFD9263P09/09 26

SECTION IV GENERAL CONDITIONS OF OPERATION AND

MAINTENANCE CONTRACT 1.0 Definitions

1.1 In the contract, the following terms shall be interpreted as indicated:

(a) "Contract" means agreement to be entered into between Company and Contractor, as recorded in the contract signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) "Contract Price” means the price payable to Contractor under the contract for the full

and proper performance of their contractual obligations. (c) "Work" means each and every activity required for the successful performance of the

services described in Para 2.0, Section I. (d) "Company” or “OIL” means Oil India Limited. (e) "Contractor" means the successful Bidder performing the O&M services under the

Contract. (f) "Contractor's Personnel" means the personnel to be provided by Contractor to provide

services as per contract. (g) "Company's Personnel" means the personnel to be provided by OIL or OIL's contractor

(other than the Contractor executing the contract). The Company representatives of OIL are also included in the Company's personnel.

2.0 Effective Date and Completion Time of Contract

2.1 Effective Date: The contract shall become effective as of the Date the PCP is

commissioned in the first well. The date of commissioning shall be treated as the “Effective Date” of the O&M contract.

2.2 Completion Time: The contract shall remain in force for a period of 2(two) years from

the “Effective Date” with an option to extend at the sole discretion of the Company for a further period of 1(One) year at the same rates, terms and conditions.

3.0 General Obligations of Contractor: Contractor shall, in accordance with and subject to

the terms and conditions of this Contract :

3.1 Perform the work described in Para 2.0 Section-I in most economic and cost effective way.

3.2 Except as otherwise provided in the Para 2.0 Section-I and the special Conditions of the

contract, provide all personnel as required to perform the work.

Tender DFD9263P09/09 27

3.3 Perform all other obligations, work and services which are required by the terms of this contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work.

3.4 Contractor shall be deemed to have satisfied himself before submitting their bid as to the

correctness and sufficiency of its bid for the services required and of the rates and prices quoted, which rates and prices shall, except in so far as otherwise provided, cover all its obligations under the contract.

3.5 Contractor shall give or provide all necessary supervision during the performance of the

services and as long thereafter as within the warranty period company may consider necessary for the proper fulfilling of contractor's obligations under the contract.

4.0 General Obligations of the Company: Company shall, in accordance with and subject

to the terms and conditions of this contract:

4.1 Pay Contractor in accordance with terms and conditions of the contract. The period of time for which each rate shall be applicable shall be computed from and to the nearest quarter of an hour. The rates contained in the Contract shall be based on Contractor’s operation being conducted on a seven (7) days week and a twenty four (24) hours work day. Under the Contract, Contractor will be entitled to the applicable rate defined in Section III. These rates are payable when the required condition has existed for a full 24 hours period. If the required condition existed for less than 24 hours then payments shall be made on pro-rata basis.

4.2 Allow Contractor access, subject to normal security and safety procedures, to all areas as

required for orderly performance of the work.

4.3 Perform all other obligations required of Company by the terms of this contract.

4.4 The Company shall provide security for safe keeping of PCP equipment at Respective well sites.

5.0 Personnel to be deployed by the Contractor:

5.1 Contractor warrants that it shall provide competent, qualified and sufficiently experienced

personnel to perform the work correctly and efficiently.

5.2 The Contractor should ensure that their personnel observe applicable company and statutory safety requirement. Upon Company's written request, contractor, entirely at its own expense, shall remove immediately, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with personnel acceptable to the Company.

5.3 The Contractor shall be solely responsible throughout the period of the contract for

providing all requirements of their personnel including their transportation, boarding & lodging as specified under Para 2.11 Section- I. Company shall have no responsibility or liability in this regard.

Tender DFD9263P09/09 28

5.4 Contractor's key personnel shall be fluent in English language (both writing and speaking).

6.0 Warranty and Remedy of Defects:

6.1 Contractor warrants that it shall perform the work in a professional manner and in

accordance with the highest degree of quality, efficiency, and with the state of the art technology/inspection services and in conformity with all specifications, standards and drawings set forth or referred to in the Technical Specifications. They should comply with the instructions and guidance, which Company may give to the Contractor from time to time.

6.2 Should Company discover at any time during the execution of the Contract or within 365

days after completion of the operations that the work carried out by the contractor does not conform to the foregoing warranty, Contractor shall after receipt of notice from Company, promptly perform all corrective work required to make the services conform to the Warranty. Such corrective work shall be performed entirely at contractor's own expenses. If such corrective work is not performed within a reasonable time, the Company, at its option, may have such remedial work carried out by others and charge the cost thereof to Contractor, which the contractor must pay promptly. In case contractor fails to perform remedial work, the performance security shall be forfeited.

7.0 Confidentiality, Use of Contract Documents and Information:

7.1 Contractor shall not, without Company's prior written consent, disclose the contract, or

any provision thereof, or any specification, plan, drawing pattern, sample or information furnished by or on behalf of Company in connection therewith, to any person other than a person employed by Contractor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

7.2 Contractor shall not, without Company's prior written consent, make use of any document

or information except for purposes of performing the contract. 7.3 Any document supplied to the Contractor in relation to the contract other than the

Contract itself remain the property of Company and shall be returned (in all copies) to Company on completion of Contractor's performance under the Contract if so required by Company.

8.0 Taxes:

8.1 Tax levied as per the provisions of Indian Income Tax Act and any other enactment/rules

on income derived/payments received under the contract will be on contractor’s account. 8.2 Contractor shall be responsible for payment of personal taxes, if any, for all the personnel

deployed in India.

8.3 The contractor shall furnish to the company, if and when called upon to do so, relevant statement of accounts or any other information pertaining to work done under the contract for submitting the same to the Tax authorities, on specific request from them.

Tender DFD9263P09/09 29

Contractor shall be responsible for preparing and filing the return of income etc. within the prescribed time limit to the appropriate authority.

8.4 Prior to start of operations under the contract, the contractor shall furnish the company

with the necessary documents, as asked for by the company and/ or any other information pertaining to the contract, which may be required to be submitted to the Income Tax authorities at the time of obtaining "No Objection Certificate" for releasing payments to the contractor.

8.5 Tax clearance certificate for personnel and corporate taxes shall be obtained by the

contractor from the appropriate Indian Tax authorities and furnish to company within 6 months of the expiry of the tenure of the contract or such extended time as the company may allow in this regard.

8.6 Corporate income tax will be deducted at source from the invoice at the specified rate of

income tax as per the provisions of Indian Income Tax Act as may be in force from time to time.

8.7 Corporate and personal taxes on contractor shall be the liability of the contractor and the

company shall not assume any responsibility on this account.

8.8 All local taxes, levies and duties, sales tax, octroi, etc. on purchases and sales made by contractor shall be borne by the contractor.

8.9 Service Tax : The price excludes Services Tax and the service tax as applicable shall be

to the Company account.

9.0 Insurance:

9.1 The contractor shall arrange insurance to cover all risks in respect of their personnel, materials and equipment belonging to the contractor or its subcontractor during the currency of the contract.

9.2 Contractor shall at all time during the currency of the contract provide, pay for and

maintain the following insurances amongst others:

a) Workmen compensation insurance as required by the laws of the country of origin of the employee.

b) Employer's Liability Insurance as required by law in the country of origin of employee. c) General Public Liability Insurance covering liabilities including contractual liability for

bodily injury, including death of persons, and liabilities for damage of property. This insurance must cover all operations of Contractor required to fulfill the provisions under this contract.

d) Contractor's equipment used for execution of the work hereunder shall have an

insurance cover with a suitable limit (as per international standards).

Tender DFD9263P09/09 30

e) Automobile Public Liability Insurance covering owned, non-owned and hired automobiles used in the performance of the work hereunder, with bodily injury limits and property damage limits shall be governed by Indian Insurance regulations.

f) Public Liability Insurance as required under Public Liability Insurance Act 1991.

9.3 Contractor shall obtain additional insurance or revise the limits of existing insurance as per Company's request in which case additional cost shall be to Contractor’s account.

9.4 Any deductible set forth in any of the above insurance shall be borne by Contractor.

9.5 Contractor shall furnish to Company prior to commencement date, certificates of all its

insurance policies covering the risks mentioned above.

9.6 If any of the above policies expire or are cancelled during the term of this contract and Contractor fails for any reason to renew such policies, then the Company will renew/replace same and charge the cost thereof to Contractor. Should there be a lapse in any insurance required to be carried by Contractor for any reason whatsoever, loss/damage claims resulting there from shall be to the sole account of Contractor.

9.7 Contractor shall require all of their sub-contractor to provide such of the foregoing

insurance coverage as Contractor is obliged to provide under this Contract and inform the Company about the coverage prior to the commencement of agreements with its sub-contractors.

9.8 All insurance taken out by Contractor or their sub-contractor shall be endorsed to provide

that the underwriters waive their rights of recourse on the Company.

10.0 Changes:

10.1 During the performance of the work, Company may make a change in the work within the general scope of this Contract including, but not limited to, changes in methodology, and minor additions to or deletions from the work to be performed. Contractor shall perform the work as changed. Changes of this nature will be affected by written order by the Company.

10.2 If any change result in an increase in compensation due to Contractor or in a credit due

to Company, Contractor shall submit to Company an estimate of the amount of such compensation or credit in a form prescribed by Company. Such estimates shall be based on the rates shown in the Schedule of Rates (Section-III). Upon review of Contractor's estimate, Company shall establish and set forth in the Change Order the amount of the compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Change Order, Contractor shall nevertheless perform the work as changed, and the parties will resolve the dispute in accordance with Para 13.0 hereunder. Contractor's performance of the work as changed will not prejudice Contractor's request for additional compensation for work performed under the Change Order.

Tender DFD9263P09/09 31

11.0 Force Majeure:

11.1 In the event of either party being rendered unable by `Force Majeure' to perform any obligation required to be performed by them under the contract, the relative obligation of the party affected by such `Force Majeure’ will stand suspended as provided herein. The word `Force Majeure' as employed herein shall mean acts of God, war, revolt, agitation, strikes, riot, fire, flood, sabotage, civil commotion, road barricade (but not due to interference of employment problem of the Contractor) and any other cause, whether of kind herein enumerated or otherwise which are not within the control of the party to the contract and which renders performance of the contract by the said party impossible.

11.2 Upon occurrence of such cause and upon its termination, the party alleging that it has

been rendered unable as aforesaid thereby, shall notify the other party in writing within Seventy Two (72) hours of the alleged beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim.

11.3 Should `force majeure' condition as stated above occurs and should the same be notified

within seventy two (72) hours after its occurrence the `force majeure' rate shall apply for a maximum cumulative period of fifteen days. Either party will have the right to terminate the Contract if such `force majeure' condition continues beyond fifteen (15) days with prior written notice. Should either party decide not to terminate the Contract even under such condition, no payment would apply after expiry of fifteen (15) days force majeure period unless otherwise agreed to.

12.0 Termination:

12.1 Termination on Expiry of the Terms (Duration): The contract shall be deemed to have

been automatically terminated on the expiry of duration of the Contract or extension, if any, there of.

12.2 Termination On Account Of Force Majeure: Either party shall have the right to

terminate the Contract on account of Force Majeure as set forth in clause 11.0 above.

12.3 Termination On Account Of Insolvency: In the event that the Contractor at any time during the term of the Contract, becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have the right to terminate the Contract and all the Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

12.4 Termination for Unsatisfactory Performance: If the Company considers that, the

performance of the Contractor is unsatisfactory, or not upto the expected standard, the Company shall notify the Contractor in writing and specify in details the cause of the dissatisfaction. The Company shall have the option to terminate the Contract by giving 15 days notice in writing to the Contractor, if Contractor fails to comply with the requisitions contained in the said written notice issued by the Company.

12.5 Termination Due To Change Of Ownership & Assignment: In case the Contractor’s

rights and/or obligations under the Contract and/or the Contractor’s rights, title and interest to the equipment/material, are transferred or assigned without the Company’s consent, the Company may at its absolute discretion, terminate the Contract.

Tender DFD9263P09/09 32

12.6 If at any time during the term of the Contract, breakdown of Contractor’s equipment

results in Contractor being unable to perform their obligations hereunder for a period of 15 successive days, Company at its option may terminate this Contract in its entirely without any further right or obligation on the part of the Company except for the payment of money then due. No notice shall be served by the Company under the condition stated above.

12.7 Notwithstanding any provisions herein to the contrary, the Contract may be terminated at

any time by the company on giving 30 (thirty) days written notice to the Contractor due to any other reason not covered under the above clause from 12.1 to 12.6 and in the event of such termination the Company shall not be liable to pay any cost or damage to the Contractor except for payment for services as per the Contract upto the date of termination.

12.8 Consequences of Termination: In all cases of termination herein set forth, the

obligation of the Company to pay for Services as per the Contract shall be limited to the period upto the date of termination. Notwithstanding the termination of the Contract, the parties shall continue to be bound by the provisions of the Contract that reasonably require some action or forbearance after such termination.

12.9 Upon termination of the Contract, Contractor shall return to Company all of Company’s

items, which are at the time in Contractor’s possession.

12.10 In the event of termination of contract, Company will issue Notice of termination of the contract with date or event after which the contract will be terminated. The contract shall then stand terminated and the Contractor shall demobilize their personnel & materials.

12.11 Company’s Right To Takeover: In the event, Company is justifiably dissatisfied with

Contractor’s performance during the O & M of PCPs hereunder on account of unreasonably slow progress or incompetence as a result of cause reasonably within the control of the Contractor, the Company shall give the Contractor written notice in which it shall specify in detail the cause of its dissatisfaction. Should the Contractor, without reasonable cause, fail or refuse to commence remedial action within 1 (one) day of receipt of the said written notice, the Company shall have the right to but not obligation to take over the specific operations, where the Contractor has failed to perform, till such time the Contractor commences remedial action. During the period of any such takeover, the entire cost of operation carried out by the Company will be deducted from the Contractor’s payment, in addition to imposing penalty as applicable as per the Contract for the Contractor’s failure.

13.0 Settlement of Disputes and Arbitration:

13.1 All disputes or differences whatsoever arising between the parties out of or relating to the

construction, meaning and operation or effect of this contract or the breach thereof shall be settled by arbitration in accordance with the Rules of Indian Arbitration and Conciliation Act, 1996. The venue of arbitration will be New Delhi. The award made in pursuance thereof shall be binding on the parties.

Tender DFD9263P09/09 33

14.0 Notices:

14.1 Any notice given by one party to other, pursuant to this Contract shall be sent in writing or by telex or Fax and confirmed in writing to the applicable address specified below:

Company a) For contractual matters b) For technical matters Head (Contracts) General Manager Production (Oil) OIL INDIA LIMITED OIL INDIA LIMITED PO Duliajan - 786602, PO Duliajan - 786602, Assam, India Assam, India Fax No. 0091374-2803549 0091374-2801680 Email: [email protected] [email protected]

14.2 A notice shall be effective when delivered or on the notice's effective date, whichever is

later.

15.0 Subcontracting:

15.1 Contractor shall not subcontract or assign, in whole or in part, its obligations to perform under this contract, except with Company's prior written consent.

16.0 Miscellaneous Provisions:

16.1 Contractor shall give notices and pay all fees at their own cost required to be given or

paid by any National or State Statute, Ordinance, or other Law or any regulation, or bye-law of any local or other duly constituted authority as may be in force from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.

16.2 Contractor shall conform in all respects with the provisions of any Statute, Ordinance of

Law as aforesaid and the regulations or bye-law of any local or other duly constituted authority which may be applicable to the services and with such rules and regulation, public bodies and Companies as aforesaid and shall keep Company indemnified against all penalties and liability of every kind for breach of any such Statute, Ordinance or Law, regulation or bye-law.

16.3 During the tenure of the Contract, Contractor shall keep the site where the services are

being performed reasonably free from all unnecessary obstruction and shall store or dispose of any equipment and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works no longer required. On the completion of the services, Contractor shall clear away and remove from the site any surplus materials, rubbish or temporary works of every kind and leave the whole of the site clean and in workmanlike condition to the satisfaction of the Company and conform to ISO 14001.

16.4 Key personnel can not be changed during the tenure of the Contract except due to

sickness/death/resignation of the personnel in which case the replaced person should have equal experience and qualification which will be again subject to approval by the Company.

Tender DFD9263P09/09 34

17.0 Liquidated Damages for Default in Timely Mobilization: In the event of the

Contractor’s default in timely mobilization for commencement of O&M within the stipulated period, the Contractor shall be liable to pay liquidated damages at the rate of 0.5% of the total contract value per week or part thereof of delay subject to maximum of 7.5%. Liquidated Damages will be reckoned from the effective date as defined in Para 2.1 above. The Company also reserves the right to cancel the Contract without any compensation whatsoever in case of failure to mobilize and commence operation within the stipulated period.

18.0 Penalty: 18.1 In the event of the operations being interrupted (not of Force Majeure nature) due to

administrative/ logistic and connected environmental problems and technical problems due to non availability of spares on account of the contractor, the contractor shall be penalized on the basis of the Day Rate Charge as mentioned in Clause no. 5.0 Section III as per following terms: -

i) If there is any interruption of operation which leads to total shutdown of a PCP installation, the contractor will not be paid pro rata daily (or part thereof) charge for entire period of the shutdown in addition to 15% of the pro rata daily charge per installation for each day of shutdown up to 10(Ten) days.

ii) For interruptions beyond 10(Ten) days. up to 30 days, the contractor will not be paid pro-

rata daily (or part thereof) charge for entire period of the shutdown in addition to 30% of the pro-rata daily charge per installation for each day of shutdown.

iii) For interruptions beyond 30(thirty) days, the contractor will not be paid pro-rata daily (or

part thereof) charge for entire period of the shutdown in addition to 40% of the pro-rata daily charge per installation for each day of shutdown. Moreover, the company reserves the right, at its discretion, to terminate the contract if no resolution to the aforesaid problem(s) is envisaged. The Company's decision in this regard shall be final.

19.0 Performance Security: The Contractor shall furnish to Company a Bank Guarantee for

10% of the estimated Contract Price, with validity atleast upto 3 months beyond one year warranty period, towards performance security. The performance security shall be payable to Company as compensation for any loss resulting from Contractor's failure to fulfill their obligations under the Contract. In the event of extension of the Contract period, the validity of the bank guarantee shall be suitably extended by the Contractor. The bank guarantee will be discharged by Company not later than 30 days following its expiry.

20.0 Association of Company's Personnel: Company's engineer will be associated with the

work through out the operations. The Contractor shall execute the work with professional competence and in an efficient and workman like manner and provide Company with a standard of work customarily provided by reputed IP Survey Contractors to major international oil companies in the petroleum industry.

21.0 Labour: The recruitment of the labour shall be met from the areas of operation and

wages will be according to the rates prevalent at the time which can be obtained from the District Authorities of the area. The facilities to be given to the labourers should conform to the provisions of labour laws as per contract Labour (Regulation and Abolition) Act, 1970.

Tender DFD9263P09/09 35

22.0 Liability:

22.1 Except as otherwise expressly provided, neither Company nor its servants, agents,

nominees, Contractors, or sub-contractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or damage to the property of the Contractor and/or their Contractors or sub-contractors, irrespective of how such loss or damage is caused and even if caused by the negligence of Company and/or its servants, agent, nominees, assignees, contractors and sub-Contractors. The Contractor shall protect, defend, indemnify and hold harmless Company from and against such loss or damage and any suit, claim or expense resulting there from.

22.2 Neither Company nor its servants, agents, nominees, assignees, Contractors, sub-

contractors shall have any liability or responsibility whatsoever for injury to, illness, or death of any employee of the Contractor and/or of its Contractors or sub-contractor irrespective of how such injury, illness or death is caused and even if caused by the negligence of Company and/or its servants, agents nominees, assignees, Contractors and sub-contractors. Contractor shall protect, defend, indemnify and hold harmless Company from and against such liabilities and any suit, claim or expense resulting there from.

22.3 The Contractor hereby agrees to waive its right to recourse and further agrees to cause

their underwriters to waive their right of subrogation against Company and/or its underwrites, servants, agents, nominees, assignees, Contractors and sub-contractors for loss or damage to the equipment of the Contractor and/or its sub-contractors when such loss or damage or liabilities arises out of or in connection with the performance of the contract.

22.4 The Contractor hereby further agrees to waive its right of recourse and agrees to cause

its underwriters to waive their right of subrogation against Company and/or its underwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for injury to, illness or death of any employee of the Contractor and of its Contractors, sub-contractors and/or their employees when such injury, illness or death arises out of or in connection with the performance of the contract.

22.5 Except as otherwise expressly provided, neither Contractor nor its servants, agents,

nominees, Contractors or sub-contractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss or damage to the property of the Company and/or their Contractors or sub-contractors, irrespective of how such loss or damage is caused and even if caused by the negligence of Contractor and/or its servants, agents, nominees, assignees, Contractors and sub-contractors. The Company shall protect, defend, indemnify and hold harmless Contractor from and against such loss or damage and any suit, claim or expense resulting there from.

22.6 Neither Contractor nor its servants, agents, nominees, assignees, Contractors, sub-

contractors shall have any liability or responsibility whatsoever to whomsoever for injury or illness, or death of any employee of the Company and/or of its Contractors or sub-contractors irrespective of how such injury, illness or death is caused and even if caused

Tender DFD9263P09/09 36

by the negligence of Contractor and/or its servants, agents, nominees, assignees, Contractors and sub-contractors. Company shall protect, defend indemnify and hold harmless Contractor from and against such liabilities and any suit, claim or expense resulting there from.

22.7 The Company agrees to waive its right of recourse and further agrees to cause its

underwriters to waive their right of subrogation against Contractor and /or its underwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for loss or damage to the equipment of Company and/or its contractors or sub-contractors when such loss or damage or liabilities arises out of or in connection with the performance of the contract.

22.8 The Company hereby further agrees to waive its right of recourse and agrees to cause it

underwriters to waive their right of subrogation against Contractor and/or its underwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for injury to, illness or death of any employee of the Company and of its Contractors, sub-contractors and/or their employees when such injury, illness or death arises out of or in connection with the performance of the Contract.

23.0 Consequential Damage: Except as otherwise expressly provided, neither party shall be

liable to the other for special, indirect or consequential damages resulting from or arising out of the contract, including but without limitation, to loss or profit or business interruptions, whosoever caused and regardless of whether such loss or damage was caused by the negligence (either sole or concurrent) of either party, its employees, agents or sub-contractors.

24.0 Indemnity Agreement:

24.1 Except as provided hereof Contractor agrees to protect, defend, indemnify and hold

Company harmless from and against all claims, suits, demands and causes of action, liabilities, expenses, cost, liens and judgments of every kind and character, without limit, which may arise in favour of Contractor’s employees, agents, contractors and sub-contractors or their employees on account of bodily injury or death, or damage to personnel/properly as a result of the operations contemplated hereby, regardless of whether or not said claims, demands or causes of action arise out of the negligence or otherwise, in whole or in part or other faults.

25.0 Indemnity Application: The indemnities given herein above, whether given by Company

or Contractor shall be without regard to fault or to the negligence of either party even though said loss, damage, liability, claim, demand, expense, cost or cause of action may be caused, occasioned by or contributed to by the negligence, either sole or concurrent of either party.

26.0 Payment & Invoicing Procedure:

26.1 Company shall pay to Contractor, during the term of the contract, the amount due

calculated according to the rates of payment set and in accordance with other provisions hereof. No other payments shall be due from Company unless specifically provided for in this contract. All payments will be made in accordance with the terms hereinafter described.

Tender DFD9263P09/09 37

26.2 For the O & M charges, the Contractor shall raise invoices at the end of each Calendar

month. Contractor must submit the Performance Report of the PCPs duly certified by Company Representative along with the invoice.

26.3 All payments due by Company to Contractor shall be made at Contractor's designated

bank. All bank charges will be to Contractor’s account. 26.4 Payment of any invoices shall not prejudice the right of Company to question the validity

of any charges therein, provided Company within one year after the date of payment shall make and deliver to Contractor written notice of objection to any item or items the validity of which Company questions.

26.5 Contractor will submit six sets of all invoices to Company address given under Para 14.1

(b) above for processing of payment.

26.6 The Company shall within 20 days of receipt of the invoice notify Contractor of any item under dispute, specifying the reasons thereof, in which event, payment of the disputed amount may be withheld until settlement of the dispute, but payment shall be made of any undisputed portion. This will not prejudice the Company’s right to question the validity of the payment at a later date as envisaged in Para 26.3 above.

26.7 Payment of monthly invoices, if undisputed, shall be made within 30 days following the

date of receipt of invoice by Company excepting for the first two (2) monthly invoices where some delay (up to additional one-month) may occur.

26.8 The acceptance by Contractor of part payment on any billing not paid on or before the

due date shall not be deemed a waiver of Contractor’s rights in respect of any other billing, the payment of which may then or thereafter be due. Contractor shall maintain complete and correct records of all information on which Contractor’s invoices are based upto 2(two) years from the date of last invoice. Such records shall be required for making appropriate adjustments or payments by either party in case of subsequent audit query/objection. Any audit conducted by Company of Contractor's records, as provided herein, shall be limited to Company’s verification (i) of the accuracy of all charge made by Contractor to Company and (ii) that Contractor is otherwise in compliance with the terms and conditions of this Agreement.

27.0 Withholding: Company may withhold or nullify the whole or any part of the amount due

to Contractor, after informing the Contractor of the reasons in writing, on account of subsequently discovered evidence in order to protect Company from loss on account of :-

a) For non-completion of jobs assigned as per Para 2.0 Section-I. b) Contractor's indebtedness arising out of execution of this Contract. c) Defective work not remedied by Contractor. d) Claims by sub-Contractor of Contractor or others filed or on the basis of reasonable

evidence indicating probable filing of such claims against Contractor.

Tender DFD9263P09/09 38

e) Failure of Contractor to pay or provide for the payment of salaries/ wages, contributions, unemployment compensation, taxes or enforced savings with-held from wages etc.

f) Failure of Contractor to pay the cost of removal of unnecessary debris, materials, tools,

or machinery. g) Damage to another Contractor of Company. h) All claims against Contractor for damages and injuries, and/or for non-payment of bills

etc. i) Any failure by Contractor to fully reimburse Company under any of the indemnification

provisions of this Contract. If, during the progress of the work Contractor shall allow any indebtedness to accrue for which Company, under any circumstances in the opinion of Company may be primarily or contingently liable or ultimately responsible and Contractor shall, within five days after demand is made by Company, fail to pay and discharge such indebtedness, then Company may during the period for which such indebtedness shall remain unpaid, with-hold from the amounts due to Contractor, a sum equal to the amount of such unpaid indebtedness.

Withholding will also be effected on account of the following:-

a. Order issued by a Court of Law in India. b. Income-tax deductible at source according to law prevalent from time to time in the

country. c. Any obligation of Contractor which by any law prevalent from time to time to be

discharged by Company in the event of Contractor's failure to adhere to such laws. d. Any payment due from Contractor in respect of unauthorized imports.

When all the above grounds for withholding payments shall be removed, payment shall thereafter be made for amounts so with-hold. Notwithstanding the foregoing, the right of Company to withhold shall be limited to damages, claims and failure on the part of Contractor, which is directly/indirectly related to some negligent act or omission on the part of Contractor.

28.0 Applicable Law:

28.1 The Contract shall be deemed to be a Contract made under, governed by and construed in accordance with the laws of India for the time being in force and shall be subject to the exclusive jurisdiction of Courts situated in Dibrugarh / Guwahati.

28.2 The Contractor shall ensure full compliance of various Indian Laws and Statutory

Regulations, to the extent applicable, as stated below, but not limited to, in force from time to time and obtain necessary permits/licenses etc. from appropriate authorities for conducting operations under the Contract:

a) The Mines Act - as applicable to safety and employment conditions. b) The Minimum Wages Act, 1948.

Tender DFD9263P09/09 39

c) The Oil Mines Regulations, 1984. d) The Workmen's Compensation Act, 1923. e) The Payment of Wages Act, 1963. f) The Payment of Bonus Act, 1965. g) The Contract Labour (Regulation & Abolition) Act, 1970 and the rules framed there under. h) The Employees Pension Scheme, 1995. i) The Interstate Migrant Workmen Act., 1979 (Regulation of employment and conditions of

service). j) The Employees Provident Fund and Miscellaneous Provisions Act, 1952. k) The AGST Act.WB & BIHAR l) Service Tax Act. m) Customs & Excise Act & Rules n) Assam, West Bengal and Bihar Entry Tax Act.

29.0 Records, Reports and Inspection: The Contractor shall, at all times, permit the

Company and its authorized employees and representatives to inspect all the Work performed and to witness and check all the measurements and tests made in connection with the said work. The Contractor shall keep an authentic, accurate history and logs including safety records of each IP survey section with major items consumed, which shall be open at all reasonable times for inspection by the Company designated representatives and its authorized employees and representatives. The Contractor shall provide the Company designated representatives with a daily written report, on form prescribed by the Company showing details of operations during the preceding 24 hours and any other information related to the said IP survey requested by the Company whenever so requested. The Contractor shall not, without Company’s written consent allow any third person(s) access to the said survey, or give out to any third person information in connection therewith.

30.0 Subsequently Enacted Laws: Subsequent to the date of submission of contractor’s bid,

if there is a change in or enactment of any law or interpretation of existing law, which results in additional cost/reduction in cost to Contractor on account of the operation under the Contract, the company/ Contractor shall reimburse/pay Contractor/company for such additional/ reduced costs actually incurred.

31.0 Royality And Patents: Each party shall hold harmless and indemnify the other from and

against all claim and proceedings for or on account of any patent rights, design, trade mark or other protected rights arising from any use of materials, equipment, processes, inventions and methods which have not been imposed on the attending party by the terms of the contract or the specifications or drawings forming part thereof.

32.0 Waiver: Any delay in exercising and any omission to exercise any right, power or remedy

exercisable by the Company under this contract shall not impair such right, power or remedy nor shall any waiver by the Company of any breach by the Contractor of any provision of this contract prevent the subsequent enforcement of that provision by the Company or be deemed a waiver by the Company of any subsequent breach by the Contractor.

COMPANY NAME

Well no. PCP 1(NHK 53) PCP 2(NHK 177) PCP 3(NHK 203) PCP 4(NHK 57) PCP 5(BBL 01) PCP6(DKM 02)Country India India India India India IndiaVertical/ Horizontal Vertical Vertical Vertical Vertical Vertical VerticalTotal depth m 2759.35 2773.98 2764.54 2756 3556.09Perforations Top, m 2632.4 2644.8 2655.5 2666 3517Bottom,m 2680.72 2647 2668 2713 3520Pump landing depth, m 2055.88 NA 2119.74 2106 Gas liftCurrent producing fluid level m. 740 NA 350 350 NMProjected Not available Not available Not available Not available Not available Not availableFlow line pressure ksc 5 Not available 5 5 15Casing pressure ksc 5 Not available 5 5 15Tubing size, inch 2.875 2.875 2.875 2.875 2.875Casing size,inch 5.5 5.5 5.5 5.5 5.5Rod size & grade 86, D NA 86, D 86, D NASBHP,ksc/ Date NM 215.3 / 25.11.04 166.9 / 19.12.95 216.4/7.11.04 325Bubble point press ksc NM NM NM NMProducing pressure,ksc NM NM NM NMFluid rate klpd 67 105 69 103 shut in Productivity index klpd/ksc NM NM NM NMCurrent production klpd 67 0 69 103Projected production klpd 100 100 70 100Water cut % 58 86 78 82Abrasive cut% NM NM NM NMGas oil ratio scum/kl 36 403 113 92Total fluid viscosity cp at 40 deg C 19.6 NM 20.6 22.6cp at 20deg C 70.7 NM 78.6 70.7API oil gravity, deg 18.3 NM 16.4 18.2 33.4 27.5H2S, ppm nil nil nil nilCO2 % 0.426 NM 0.31 0.475Water S.G. 1.0171 NA 1.009 1.017Water salinity,ppm 2200 2000 3500 1800Aromatics(Benzene, toluene,Xylene), wt% 23.24 NM 22.63 25.56Bottom Hole Temperature NM 72 NM NMTemperature gradient F/100ft 0.1 0.1 0.1 0.1Treating chemicals none none none nonePrime Mover type Gas/Electric Electric Electric Electric ElectricSurface Drive, Direct/Hydraulics Direct Direct Direct DirectOperating Frequency Hz 50 50 50 50Line Voltage,Volts 415 415 415 415

Pertinent informationWell is on production

through SRPCurrently the well is shut

in Well is on production

through SRPWell is on production

through SRPMax design flow rate 100 150 80 125 50 150Average Prod Rate 75 100 50 100 30 100

TenderDFD9263P09/09 40

ANNEXURE - I

Design minimum rate should be 75% of Average Production Rate.

OIL INDIA LIMITED

Tender DFD9263P09/09 41

ANNEXURE - II 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. ( A) TECHNICAL CHECK LIST / CHECK LIST FOR SUBMISSION OF ENCLOSURES ALOSNG WITH THE BID:

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

Sl. No.

Enclosures Enclosed Yes /No

1. Complete data computation sheet showing H.P. requirement, etc of the PCPs for each well . Yes/ No

2. Details of equipment sizing and selection criteria of all major quoted equipment (like PCP, Motor, Switchgear, Starter, Cable termination kit, Electrical cables, Well head and other necessary equipment etc, and other related accessories.

Yes/ No

3. Detailed technical manual showing various dimensions and explanations on pump redressing, setting and unsetting procedures, drive mechanism maintenance and redressing procedures etc.

Yes/ No

4. Relevant technical literature/catalogue with detailed cross sectional views as applicable showing technical details for individual items of the entire equipment including bought out items with weight and dimensions and schematic drawing are to be provided.

Yes/ No

5. Technical manual for the tubing anchor showing various dimensions and explanations on anchor redressing, setting and unsetting procedures.

Yes/ No

6. Layout diagram of the set up covering all the surface equipments (including electrical equipment) showing interconnection and distance from well head.

7. Original Equipment Manufacturer) of all the bought out items with For all the items including bought out items the following information has been provided -

The name of OEMs (guarantee clause as per 13.0 above from OEM and a valid authorization letter to use their items.

Technical literatures/ booklets etc of all the equipment.

Yes/ No

8. GA drawing and Layout diagram of the set up covering all the surface equipments showing interconnection and distance from well head.

Yes/ No

9. Technical details of the electrical equipments viz. Motor, Starter, Control Panel, Switchgear, Junction Box, PBS, Cables, Cable termination kit etc.

Yes/ No

10. Copies of CMRI certificates and DGMS approvals for all Flameproof/Explosion proof items.

Yes/ No

11. Power and control circuit diagrams. Yes/ No 12. Bill of materials with full technical details of various components. Yes/ No 13. Manufacturers test certificates for all Electrical items Yes/ No 14. The operating voltage shall be 415 volts AC, three phase and

neutral, 50 Hz. Yes/ No

15. If the voltage other than 415 volts whether suitable Transformer / Equipment of required capacity quoted.

Yes/ No

16. The commissioning spares are included with the Equipment. A list of such spares is furnished with the bid.

Yes/ No

17. List of spare parts for all the equipment with part numbers, quantity and individual prices, including list of possible sources.

Yes/ No

Tender DFD9263P09/09 42

ANNEXURE – III

COMMERCIAL CHECK LIST

THE CHECK LIST MUST BE COMPLETED AND RETURNED WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN OUR 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. Sl No

REQUIREMENT COMPLIANCE

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 and accepted delivery period as per clause 1.0 of SECTION-I? 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? YES/NO 17. Whether Commissioning Spares are included with the Equipment. ? YES/NO 18. Whether all the items of tender quoted? YES/NO 19. Whether indicated the country of origin for the items quoted? YES/NO 20. Whether technical literature / catalogue enclosed? YES/NO 21. Whether accompanied technical documentations are in English language? YES/NO 22. Whether confirmed acceptance of tender Payment Terms? YES/NO 23. Whether confirmed acceptance of Liquidated Damage clause mentioned in the tender? YES/NO 24. Whether the offered flameproof equipment/ goods shall be tested and certified by CMRI

(India) or equivalent authority of the country of origin of the equipment and approved by DGMS (India)?

YES/NO

25. Whether confirmed to submit CMRI certificate & DGMS certificate (as per clause `c’ Para 1.7 of SECTION I) along with the supply of the goods?

YES/NO

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

YES/NO

27. For Foreign Bidders – Whether port of shipment indicated. To specify: YES/NO

Tender DFD9263P09/09 43

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 YES/NO (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 P C Pumps 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 P C Pumps 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 Two separate PBG for supply and O & M as per clause no. 6.0 of Section II?

YES/NO

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....................

Tender DFD9263P09/09 44

Proforma-A

List of Recommended Spares

Recommended Quantity for Each Year Equipment Part# Item

description Source Qnty Fitted

Unit Rate 1st

year 2nd year

3rd year

4th year

5th year

Tender DFD9263P09/09

45

Proforma-B

PRICE SCHEDULE OF PROGRESSIVE CAVITY PUMPS

Rate of each item as per well Sl.

No. Description Unit Qnty per Well

Well# NHK53

Well# NHK57

Well# NHK203

Well# NHK177

Well# BBL1

Well# DKM2

Total

A Down hole PC pump complete rotor and stator No. 1 A1 A2 A3 A4 A5 A6 A = A1+ A2 + A3 + A4 + A5 + A6 B Torque anchor (no torque tool) No. 1 B1 B2 B3 B4 B5 B6 B = B1+ B2 + B3 + B4 + B5 + B6 C Gas separator No. 1 C1 C2 C3 C4 C5 C6 C = C1+ C2 + C3 + C4 + C5 + C6 D Seating nipple No. 1 D1 D2 D3 D4 D5 D6 D = D1+ D2 + D3 + D4 + D5 + D6 E Shear coupling No. 1 E1 E2 E3 E4 E5 E6 E = E1+ E2 + E3 + E4 + E5 + E6 F Tubing drain No. 1 F1 F2 F3 F4 F5 F6 F = F1+ F2 + F3 + F4 + F5 + F6

G Drive Mechanism with Belts and sheaves (while quoting this item the bidder shall refer to Para 1.2.5 of Section-I

No. 1 G1 G2 G3 G4 G5 G6 G = G1+ G2 + G3 + G4 + G5 + G6

H Sand screen No. 1 H1 H2 H3 H4 H5 H6 H = H1 + H2 + H3 + H4 + H5 + H6 I Prime Mover No. 1 I1 I2 I3 I4 I5 I6 I = I1 + I2 + I3 + I4 + I5 + I6 J Starter and Control panel with VFD No. 1 J1 J2 J3 J4 J5 J6 J = J1 + J2 + J3 + J4 + J5 + J6 K Wellhead (as per para 1.2.8 of Section-I) Set 1 K1 K2 K3 K4 K5 K6 K = K1 + K2 + K3 + K4 + K5 + K6

L PCP design software (considered 1 set with 3-users license for all the PCPs) 1 set L L

M Sucker rods with couplings, sub couplings and rod guide Mtr 2500 M1 M2 M3 M4 M5 M6 M = M1 + M2 + M3 + M4 + M5 + M6

N Pony rods Set 1 N1 N2 N3 N4 N5 N6 N = N1 + N2 + N3 + N4 + N5 + N6 O Polished rods No. 1 O1 O2 O3 O4 O5 O6 O = O1 + O2 + O3 + O4 + O5 + O6

P TOTAL MATERIAL COST = A + B + C + D + E + F + G + H + I + J + K + L+ M + N + O

Tender DFD9263P09/09

46

Q 2 years Recommended Spares Total as per Proforma A Q

R FOB / Packing charges Phase – I (R1) | Phase – II(R2) R = R1 + R2

S Ocean Freight * / Road transportation** charges Phase – I (S1) | Phase – II(S2) S = S1 + S2

T Insurance charges as applicable Phase – I (T1) | Phase – II(T2) T = T1 + T2 Installation / Commissioning & Training charges

U Installation/commissioning & Training Charges Lumpsum / PCP U1 U2 U3 U4 U5 U6 U = U1 + U2 + U3 + U4 + U5 + U6

V Round trip charges for commissioning Engineer Lumpsum / trip V1 V2 V = V1 + V2

TOTAL VALUE FOR SUPPLY & COMMISSIONING OF 6 PCPS = P + Q + R + S + T + U + V

W Operation & Maintenance Charges

PARTICULARS Duty requirement Unit Qnty Rate

Total amount

W1 Tradesman cum Security 24 hrs/day Man-days 15330 u1 W1 = u1 X 15330

W2 Operator 24 hrs/day Man-days 8030 u2 W2 = u2 X 8030

W3 Engineer cum co-ordinator 24 hrs/day Man-days 730 u3 W3 = u3 X 730

W4 Helpers on call Man-days 600 u4 W4 = u4 X 600

W5 Service Charges / Per well 24 hrs/day per day 4380 u5 W5 = u5 X 4380 W6 Base camp establishment / Mobilisation Lumpsum 1 u6 W6 = u6 X 1

Total Contract value for O & M of 6 PCPs for 2 years W = W1 + W2 + W3 + W4 + W5+ W6

* For Foreign parties ** For Indigenous parties

Tender DFD9263P09/09 47

PROFORMA-D

Tender No. : _____________________________

STATEMENT OF NON-COMPLIANCE

(Only exceptions/deviations to be rendered) 1.0 The Bidder shall furnish detailed statement of exceptions/deviations, if any, to the tender stipulations, terms and conditions in respect of each Section of Bid Document in the following format:

Section No.

Clause No. (Page No.)

Non-Compliance Remarks

2.0 In addition to the above the Bidder shall furnish detailed information pertaining to construction, operational requirements, velocity-pattern, added technical features, if any and limitations etc. of the Inspection Tool proposed to be deployed. Authorised Person’s Signature: _________________ Name: _______________________________ Designation:_________________________

Seal of the Bidder: NOTE: OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document. However, should the bidders still envisage some exceptions/deviations to the terms and conditions of the bid document, the same should be indicated as per above format and submit along with their bids. If the “Statement of Compliance” in the above Proforma is left blank (or not submitted along with the technical bid), then it would be construed that the bidder has not taken any exception/deviation to the tender requirements.

Tender DFD9263P09/09 48

PROFORM-E FORM OF PERFORMANCE BANK GUARANTEE ( Applicable for Operation & Maintenance )

To: M/s. OIL INDIA LIMITED, (HEAD-CONTRACTS) Duliajan, Assam, India, Pin - 786 602. WHEREAS ____________________________________ (Name and address of Contractor) (hereinafter called "Contractor") had undertaken, in pursuance of Contract No. _______________________ to execute (Name of Contract and Brief Description of the Work) ___________________ (hereinafter called "the Contract"). AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee as security for compliance with Contractor's obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are Guarantors on behalf of the Contractor, up to a total of (Amount of Guarantee in figures) _____________ (in words ___________________), such amount being payable in the types and proportions of currencies in which the Contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or the work to be performed thereunder or of any of the Contract documents which may be made between you and the Contractor shall in any way cease us from any liability under this guarantee, and we hereby waive notice of such change, addition or modification. This guarantee is valid until the date _________ (calculated at 15 months after Contract completion date). SIGNATURE AND SEAL OF THE GUARANTORS _____________________

Designation ____________________________________ Name of Bank ___________________________________ Address ________________________________________

Witness _______________ Address ________________ ________________

Date ............

Place _____________

Tender DFD9263P09/09 49

PROFORMA-F

AGREEMENT FORM This Agreement is made on ____ day of ___________________ between Oil India Limited, a Government of India Enterprise, incorporated under the Companies Act 1956, having its registered office at Duliajan in the State of Assam, hereinafter called the "Company” which expression unless repugnant to the context shall include executors, administrators and assignees on the one part, and M/s. ______________ (Name and address of Contractor) hereinafter called the "Contractor” which expression unless repugnant to the context shall include executors, administrators and assignees on the other part, WHEREAS the Company desires that Services ________________________ (brief description of services) should be provided by the Contractor as detailed hereinafter or as Company may requires; WHEREAS, Contractor engaged themselves in the business of offering such services represents that they have adequate resources and equipment, material etc. in good working order and fully trained personnel capable of efficiently undertaking the operations and is ready, willing and able to carry out the said services for the Company as per Section-II attached herewith for this purpose and WHEREAS, Company had issued a firm Letter of Intent No. ________________ dated ___________ based on Offer No. ____________ dated ____________ submitted by the Contractor against Company's Tender# OIL/CCO/ ______________________. All these aforesaid documents shall be deemed to form and be read and construed as part of this agreement/contract. However, should there be any dispute arising out of interpretation of this contract in regard to the terms and conditions with those mentioned in Company’s tender document and subsequent letters including the Letter of Intent and Contractor's offer and their subsequent letters, the terms and conditions attached hereto shall prevail. Changes, additions or deletions to the terms of the contract shall be authorized solely by an amendment to the contract executed in the same manner as this contract. NOW WHEREAS, in consideration of the mutual covenants and agreements hereinafter contained, it is hereby agreed as follows -

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. In addition to documents herein above, the following Sections and

Annexures attached herewith shall be deemed to form and be read and construed as part of this agreement viz.:

(a) Section-I indicating the Terms of Reference/Technical specification (b) Section-III indicating the Special Terms & Condition; (c) Section-IV indicating the General Conditions of this Contract;

Tender DFD9263P09/09 50

3. In consideration of the payments to be made by the Company to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Company to provide the Services and to remedy defects therein in conformity in all respect with the provisions of this Contract.

4. The Company hereby covenants to pay the Contractor in consideration of the

provision of the Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract.

IN WITNESS thereof, each party has executed this contract at Duliajan, Assam as of the date shown above.

Signed, Sealed and Delivered, For and on behalf of for and on behalf of Contractor Company (Oil India Limited) (M/s. ________________________) Name: Name: Status: Status: In presence of In presence of 1. 1. 2. 2.

Tender DFD9263P09/09 51

PROFORMA–G FORM OF BID SECURITY (BANK GUARANTEE)

To: M/s. OIL INDIA LIMITED, For Head(Contracts) Duliajan, Assam, India, Pin - 786 602. WHEREAS, (Name of Bidder) ______________________________ (hereinafter called "the Bidder") has submitted their offer Dated __________ for the provision of certain oilfield services (hereinafter called "the Bid") against OIL INDIA LIMITED, Duliajan, Assam, India (hereinafter called the Company)'s Tender # OIL/CCO/___________________. KNOW ALL MEN BY these presents that we (Name of Bank) ____________________ of (Name of Country) _______________ having our registered office at ________________________ (hereinafter called "Bank") are bound unto the Company in the sum of (*) for which payment well and truly to be made to Company, the Bank binds itself, its successors and assignees by these presents. SEALED with the common seal of the said Bank this _________ day of ________________ 2008. THE CONDITIONS of these obligations are: (1) If the Bidder withdraws their Bid during the period of Bid validity specified by the Bidder;

or (2) If the Bidder, having been notified of acceptance of their Bid by the Company during the

period of Bid validity:

(a) Fails or refuses to execute the form of agreement in accordance with the Instructions to Bidders; or

(b) Fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;

We undertake to pay to Company up to the above amount upon receipt of its first written demand (by way of letter/fax/cable), without Company having to substantiate its demand provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including the date (**) and any demand in respect thereof should reach the Bank not later than the above date. SIGNATURE AND SEAL OF THE GUARANTORS _______________ Name of Bank & Address ___________________________________ Witness _______________ Address ________________ __________________________ (Signature, Name and Address) Date: ________________ Place: _____________ * The Bidder should insert the amount of the guarantee in words and figures. ** Date of expiry of Bank Guarantee should be minimum 30 days after the end of the validity

period of the Bid.

Tender DFD9263P09/09 52

PROFORMA–H

PROFORMA LETTER OF AUTHORITY TO HEAD (CONTRACTS) Oil India Ltd., P.O. Duliajan - 786 602 Assam, India Sir, Sub: OIL's Tender No. OIL/CCO/__________________ We ____________________________ confirm that Mr. _________ (Name and address) as authorised to represent us to Bid, negotiate and conclude the agreement on our behalf with you against Tender Invitation No. ________________________ for hiring of services for _______________________. We confirm that we shall be bound by all and whatsoever our said representative shall commit. Yours Faithfully, Authorised Person’s Signature: _________________ Name: _______________________________ Designation: _________________________

Seal of the Bidder:

Note: This letter of authority shall be on printed letter head of the Bidder and shall be signed

by a person competent and having the power of attorney (power of attorney shall be annexed) to bind such Bidder. If signed by a consortium, it shall be signed by members of the consortium.

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