ongc
Post on 31-Oct-2014
242 Views
Preview:
DESCRIPTION
TRANSCRIPT
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 142
PART - III
LIST OF APPENDICES
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 143
LIST OF APPENDICES
APPENDIX-A
A - 1. Proforma for Tender Letter
A - 2. Proforma for Proposal A - 3. Proforma Schedule of Prices A - 4. Project Key Dates A - 5. Proforma for Checklist A - 6. Bid Evaluation Criteria
A - 7. Certificate. A - 8. List of Acceptable Foreign Banks A - 9. Information/Confirmations/Clarifications to be Furnished by the
Bidder A - 10. Milestone Payment Formula A - 11. Suggested Vendor List
APPENDIX-B B - 1. Proforma for Acknowledgement Letter B - 2. Proforma for Letter of Authority
B - 3. Proforma for Performance Guarantee Letter B - 4 Proforma for Form of Agreement B - 5 Proforma for Work Experience B - 6 Division of Scope of Work and Location of Work Centre. B - 7 Proforma for Bank Guarantee For Bid Security B - 8 Agreement
B - 9 Certificate of submission of Techno-contractual compliant Bid B - 10 Format of agreement between bidder and their parent
company. B - 11 Deed of Parent Company Guarantee B - 12 Integrity Pact
APPENDIX-C
C - 1. Information To Be Furnished In A Safety Report C - 2. Accident Report
C - 3. Information Which May Be Required To Be Submitted By Contractor For/During Safety Audit
C - 4 Scope of Work of Third Party Inspection (TPI) Agency to be appointed by the Contractor
C - 5 Proforma For Certificate Of Approval C - 6 Information to be furnished for Pollution Control
C - 7 Commissioning Plan
C - 8 Proforma for Contractor’s progress report
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 144
APPENDIX A - 1 PROFORMA FOR TENDER LETTER
Attn: GM (MM), ES (Offshore) Oil and Natural Gas Corporation Limited 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion (W),
Mumbai - 400 017
INDIA
Sub: Gentlemen:
We, the undersigned, have considered and complied with the "Instructions to Bidders" and have accepted the terms stipulated in the Bidding Documents for the Surveys, Design, Engineering, Pro-curement, Fabrication, Load-out, Tie-down/Sea-fastening, Tow-out/Sail out, Transportation,
Installation, Testing, Pre-Commissioning, Start up and Commissioning (wherever applicable as per bidding documents) C-Series Project. Also we have familiarized ourselves with the marine seabed,
land surface and subsurface, metrological, Oceanographic, Climatological and environmental conditions, which may exist in the installations area. In full cognizance and compliance with these aforesaid conditions and the regulations of local government authorities, we the undersigned do hereby offer for Surveys, Design, Engineering, Procurement, Fabrication, Load-out, Tie-down/Sea-fastening, Tow-out/Sail out, Transportation, Installation, Testing, Pre-Commissioning, Start up and Commissioning (wherever applicable as per bidding documents) C-Series Project, for which we
have tendered. The Work covered under the Tender shall be completed to the entire satisfaction of yourselves or your representative in conformity with the Construction Schedule and Bidding Documents at the prices and Schedule of Rates accompanying this Tender. It is a term of our offer that the Works shall be handed over installed, hooked-up, tested, pre-commissioned, commissioned (wherever applicable as per bidding document) not later than
31.03.2008. This shall be the essence of the Contract between us. We further agree and stipulate as follows: 1. Until the final CONTRACT DOCUMENTS are prepared and executed the Bidding Documents
together with this Tender, modifications, additions, deletions agreed with the Company and your written acceptance thereof, shall constitute a binding Contract between us, upon terms contained in aforesaid documents and the Price Schedules accompanying the Bid.
2. That the Company will not supply any material (unless specifically brought out in the bidding
documents). In all respects we shall be fully self sufficient in the performance of the Work.
3. We understand that you are not bound to accept the lowest of the Bid you may receive. 4. We shall be prepared to commence the execution of the Work on 31.07.2006 and to
complete the Works by 31.03.2008 in accordance with the Time Schedule, which has been provided. We agree that this Time Schedule and its beginning and completion dates for the
Work are of the essence of our Agreement.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 145
5. We attach our description of Construction method and our Time Schedule. We understand that Company's agreement to all of these, notwithstanding Company giving us a written acceptance as contemplated by paragraph (1) above, a condition precedent to the conclusion of a binding agreement.
6. We also enclose the following with this letter:
a) All information required to Bidder's Bid as per Section 11.0 of Part-I.
b) Proposal and Schedule of Prices as given in Appendix A-2 and A-3 duly completed. 7. We agree to keep the Bidding valid for acceptance for a period of 90 days from 17.04.2006
which is the closing date of the Bid (hereinafter referred to as validity period) and the Bid shall not be withdrawn on or after the opening of Bidding till the expiration of the validity period or any extension thereof.
We also undertake not to vary/modify the Bid during the validity period or any extension
thereof. The Bidding Documents are sold by Company to us subject to the above condition, we
hereby agree to submit bank guarantee for Bid Security which shall be forfeited by
Company in the following events:
a) If Bid is withdrawn during the period or any extension there of.
b) If Bid is varied or modified in a manner not acceptable to Company during the validity period or any extension thereof.
c) If our Bid has been accepted by Company and we fail to furnish Performance Bank
Guarantee within 30 days before the expiry of Bid Security (or extended Bid Security) or within two weeks of signing of Contract whichever is earlier.
d) If our bid has been accepted by the Company and we seek modification to the
agreed terms and conditions after issue of notification Of Award (NOA).
e) If any efforts made by us to influence the Company on bid evaluation, bid comparison and contract award decision.
The Company and We agree that the Notice Inviting Bids and Bidding Documents purchased by the Tenderer constitute an offer made on the condition that the Bid shall be kept open for a period of 90days after the opening of Unpriced Techno-contractual bids including the day on which the Unpriced Techno-contractual bids are opened. And the making of the Tender shall be regarded as an unconditional and absolute acceptance of this condition contained in Notice Inviting Bids and Bidding Documents purchased by the
Tenderer. Both Company and We further agree that the Contract consisting of the Notice Inviting Bids and Bidding Documents as the offer and making of Bid by us as the acceptance shall be separate and distinct from the contract which will come into existence when Bid is accepted by Company. The consideration for this separate initial contract preceding the main Contract is that the Company is not agreeable to sell the Bidding Documents to the Tenderer and to consider the bid to be made except on the condition mentioned in this
clause and Tenderer has made his Bid subject to the condition and after entering into the separate contract with Company. Company promises to consider the Bid on this condition and we agree to keep the Bid open for the required period. This reciprocal promise forms the consideration for this separate initial contract between the parties.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 146
8. We represent that we have fully satisfied ourselves as to the nature and location of the Works
having in mind the general and local conditions and other factors incidental to the performance of the Works and the costs there of.
9. We further represent that from our own investigation of the Site of the Works we have fully
satisfied ourselves with respect to scope of work and other conditions to be encountered in the performance of the Works and we understand and represent that any failure to acquaint ourselves in respect of these matters and the other factors and conditions as set
forth shall not relieve us from any responsibility for estimating properly the difficulty and cost of successfully performing the Works.
It is recognized that you may alter the Scope of Work described, prior to notice of acceptance of Tender, and that such changes may be negotiated on the basis of the Schedule of Prices provided herewith.
10. We also acknowledge and accept that you shall not pay for any discontinuance or low Works performance rate resulting from malfunction of / or inadequacy of our equipment, instruments or personnel.
11. We agree to return you all reports and technical data provided for our use in preparing this
Tender and in the subsequent conduct of the works. We undertake that we will not use the
same for any other work/purpose. 12. We further represent that we have familiarized ourselves with all the terms and provisions of
the various parts of the Bidding Documents and that in making our Tender, we do not rely upon any representation made by any agent or employee of yourselves in respect of the terms of the Bidding Documents or the nature of the performance of the Works.
13. We submit this Bid with the full understanding that our offer fully complies with the Bidding
Documents requirement and that no deviation/exception to the Bidding Documents have been taken by us. We also agree that in case we have taken any exceptions/ deviations to the Bidding Documents, the Company will be free to reject our offer on account of such exceptions/deviations.
DATED this ___________ day of _____________ 2005 Signature __________________
In the capacity of __________________ Duly authorized to sign Tenders for and on behalf of __________________________ (Name & Address) Witness __________________________
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 147
APPENDIX A - 2
PROFORMA FOR PROPOSAL
We, ______________________ the Bidder, propose to the Oil and Natural Gas Corporation Limited of India, that we shall carry out the whole of the Works involved in connection with _______________ ____________ as indicated in the Bidding Documents (Tender No. _______________), including but not limited to:
a) Pre-engineering survey
b) Design, Engineering c) Procurement
d) Fabrication e) Load-out, Tie-down / Sea Fastening f) Tow-out / Sail-out and Transportation
g) Pre-construction survey, Pre-installation and Post-installation survey h) Installation, hook-up & testing at Offshore Site including mobilization and demobilization of all
personnel, construction plant and equipment, etc.
i) Pre-commissioning j) Start up and commissioning (wherever applicable as per bidding document) k) Insurance
i) In-transit property
ii) Builder's all risk
iii) Other Insurance as specified in General Conditions of Contract Part-II, Section 7.3.6.
The Total Lumpsum for completion of Works as defined in the Bidding Documents, as also indicated in Appendix A-3 , shall be _______________________. Repeat in words ______________________
The amount above will be in _________________ (State Currency) Dated this _____________ day of ______ 2006 For and on behalf of _________________________ (Name of Contractor)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 148
Address of Head Office: ____________________________________________
____________________________________________ Signature _____________________________
Name _____________________________ Position held ______________________________
Witnesses
1) Signature _____________________________ Name _____________________________ Position held _____________________________
2) Signature ______________________________ Name ______________________________ Position held _____________________________
Affix Stamp (or seal) here Note: 1) The lumpsum price shown in Appendix A-2 and Appendix A-3 should be same.
2) The bidder to ensure that his unpriced bid does not indicate any prices in AppendixA-
2. However, currency of bid must be indicated.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 149
APPENDIX A - 3
PROFORMA FOR PRICE SCHEDULE
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 150
I. Lumsum prices IA. Material and Services I.A.i) Well Platform C-22 Price (Indicate Currency/Currencies)
Activities
Imported Indian
Components
Pre Engg survey; pre installation and post installation survey
Design
& Engg
Procurement of Materials- structural and equipment
Procurement of Materials excluding
structural and equipment
Fabri-cation (Structural)
Fabri-cation Excl.
(Structural)
Load out
& Transportation
Offshore
Installation
Hook up, Testing, pre-
commissioning &
Commissioning
TOTAL
1
2
3
4
5
6
7
8
9
10
11
12
IMP
X
X
X
X
X
X
X
N/A
X
a
Jacket with piles, Risers conductors & appurtenances etc.
IND
X
X
X
X
X
X
X
N/A
X
IMP
X
X
X
X
X
X
X
x
X
b
Topside structure & facilities (deck) as per scope of work.
IND
X
X
X
X
X
X
X
x
X
IMP
X
NA X
N/A X
N/A
N/A
x
X
c
Cathodic protection.
IND
Bidder to quote for the lumsum price for all
activities As per scope of work
X
NA
X
N/A X
N/A
N/A
x
X
IMP
X
X
X
X
X
X
X
X
X
X
Sub-Total IA.i)
IND X
X
X
X
X
X
X
X
X
X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 151
I.A.ii) Well Platform C-24 Price (Indicate Currency/Currencies)
Activities
Imported Indian Components
Pre Engg survey; pre installation and post installation survey
Design & Engg
Procurement of Materials- structural and equipment
Procurement of Materials excluding structural and equipment
Fabri-cation (Structural)
Fabri-cation Excl. (Structural)
Load out & Transportation
Offshore Installation
Hook up, Testing, pre-commissioning & Commissioning
TOTAL
1
2
3
4
5
6
7
8
9
10
11
12
IMP
X
X
X
X
X
X
X
N/A
X
a
Jacket with piles, Risers conductors & appurtenances etc.
IND
X
X
X
X
X
X
X
N/A
X
IMP
X
X
X
X
X
X
X
x
X
b
Topside structure & facilities (deck) as per scope of work.
IND
X
X
X
X
X
X
X
x
X
IMP
X
NA X
N/A X
N/A
N/A
x
X
c
Cathodic protection.
IND
Bidder to quote for the lumsum price for all
activities As per scope of work
X
NA
X
N/A X
N/A
N/A
x
X
IMP
X
X
X
X
X
X
X
X
X
X
Sub-Total IA.i)
IND X
X
X
X
X
X
X
X
X
X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 152
I.A.iii) Well Platform C-39-1 Price (Indicate Currency/Currencies)
Activities
Imported Indian Components
Pre Engg survey; pre installation and post installation survey
Design & Engg
Procurement of Materials- structural and equipment
Procurement of Materials excluding structural and equipment
Fabri-cation (Structural)
Fabri-cation Excl. (Structural)
Load out & Transportation
Offshore Installation
Hook up, Testing, pre-commissioning & Commissioning
TOTAL
1
2
3
4
5
6
7
8
9
10
11
12
IMP
X
X
X
X
X
X
X
N/A
X
a
Jacket with piles, Risers conductors & appurtenances etc.
IND
X
X
X
X
X
X
X
N/A
X
IMP
X
X
X
X
X
X
X
x
X
b
Topside structure & facilities (deck) as per scope of work.
IND
X
X
X
X
X
X
X
x
X
IMP
X
NA X
N/A X
N/A
N/A
x
X
c
Cathodic protection.
IND
Bidder to quote for the lumsum price for all
activities As per scope of work
X
NA
X
N/A X
N/A
N/A
x
X
IMP
X
X
X
X
X
X
X
X
X
X
Sub-Total IA.i)
IND X
X
X
X
X
X
X
X
X
X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 153
I.A.iv) Well Platform C-39-A Price (Indicate Currency/Currencies)
Activities
Imported Indian Components
Pre Engg survey; pre installation and post installation survey
Design & Engg
Procurement of Materials- structural and equipment
Procurement of Materials excluding structural and equipment
Fabri-cation (Structural)
Fabri-cation Excl. (Structural)
Load out & Transportation
Offshore Installation
Hook up, Testing, pre-commissioning & Commissioning
TOTAL
1
2
3
4
5
6
7
8
9
10
11
12
IMP
X
X
X
X
X
X
X
N/A
X
a
Jacket with piles, Risers conductors & appurtenances etc.
IND
X
X
X
X
X
X
X
N/A
X
IMP
X
X
X
X
X
X
X
x
X
b
Topside structure & facilities (deck) as per scope of work.
IND
X
X
X
X
X
X
X
x
X
IMP
X
NA X
N/A X
N/A
N/A
x
X
c
Cathodic protection.
IND
Bidder to quote for the lumsum price for all
activities As per scope of work
X
NA
X
N/A X
N/A
N/A
x
X
IMP
X
X
X
X
X
X
X
X
X
X
Sub-Total IA.i)
IND X
X
X
X
X
X
X
X
X
X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 154
NOTES: Pertaining to items I.A i. to iv. of schedule of prices:
1. Cost of Transportation includes cost of sea-fastening also.
2. a) Bidder to note that there shall be no adjustment of structural steel tonnage for topside structure including helideck , building module, jacket structure, conductors, piles and appurtenances etc.
b) The geometrical configuration of sub-structure and pile configuration shall be defined by the bidder on the basis of concept adopted. This shall be
taken into consideration as a part of Functional bid specifications and bidders will offer price for their models / configuration philosophy of sub-structure and pile.
3. Material at column 6 shall include all material for piping (including all flow arms), ducting, tubing cables, cable/tubing trays, and pipe supports, on-steel
structural attachments other than those included under Equipment.
4. Offshore installation costs in jacket are inclusive of grouting and grout plugs and Offshore installation costs in Piles are inclusive of supply of followers and
connectors for skirt pile installation (if applicable).
5. Bidders shall handover all required hook-up materials (piping, fittings, valves, instruments along with accessories etc.) for hook-up with X-mass tree as per details in P&ID and Bidding Documents
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 155
I.A.v). SUBMARINE AND LAND PIPELINES Price (Indicate Currency/Currencies)
Segment
Nomi-nal Dia (“)
Estimated
length (KM)
IMP/IND Component
Pre-engg, pre-
inst.t. & post inst.
Survey.
Design & engg.
Line pipe mat-erial Including Riser, Riser bends,
Riser clamp,I/J
Tubes and tie-in matl. including all Fabric-ation activity.
Material other than pipes viz.
coating material, CP
system, etc.
Anticorr-osion and weight coating works
including cathodic protec tion of pipelines & risers.
Transpo-rtation and
load out including. sea fastenin
g
Offsho-re
pipeline
laying & riser installation.
Offshore inst. Of crossings & free spans correc- tions.
riser clamps install-ation.
Hook-up / tie-in with topside facilities.
Testing, pre-comm issioning. and
Commissiong.
Total
1 2-A 2-B 3 4 5. 6. 7. 8. 9. 10 11 12. 13. 14. 15. 16.
IMP
X X X X X X X x N/A X X X C-39-A to C-24
16" 60.20 IND
X X X X X X X X N/A X X X
IMP
X X X X X X X x X X X X C-24 to NQG
20” 113.5 IND
X X X X X X X X X X X X
IMP X X X X X X X X N/A X X X C-39-1 to Tie -in (C-39-A to C-24)
8" 7.5 IND X X X X X X X X N/A X X X
IMP X X X X X X X X N/A X X X C-22 to Tie -in (C-24 to NQG)
20" 22.4 IND X X X X X X X X N/A X X X
IMP X X X X X X X X N/A X X x Trombay-Tata power
(on land)
8" 2.0 IND
Bidder to quote for the lumsum price for all
activities
X X X X X X X X N/A X X x
IMP X X X X X X X X X X X x Sub-Total IA.v)
IND X X X X X X X X X X X x
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 156
NOTES: Pertaining to items I.A.v) of schedule of prices 1. Risers on Jackets shall be pre- installed at fabrication yard for all the four platforms (viz. C-22, C-24, C-39-1 & C-39-A). Riser clamps and Riser/ I/J Tubes on NQG platform
shall be installed at offshore site. 2. The total of each segment cost at column 16 shall be adjusted upwards or downwards as applicable on the basis of actual length of pipeline laid, no. of crossings and
no. of free span corrections and nos. of clamps (Hanger clamps, fixed clamps & adjustable clamps) installed at the respective unit rates given at Item II B i) of schedule of prices. Company shall not, however, grant any extra time on this account.
3. Cost of column 11 shall be inclusive of cost of removal & reinstallation/relocation of boat landings/riser protectors/barge bumpers/jacket anodes wherever required. Further the cost of column 13 shall be inclusive of removal of existing riser clamps fouling with proposed location of new riser clamps if any.
4. Pipeline estimated lengths indicated are approximate and do not include riser length 5. The riser length shall include zone-2 (12.2 M horizontal length from the bottom end of the riser bend). Costs at column 4 & 9 shall accordingly include cost of zone –2
segments of the riser pipes also. 6. Cost at column 7 & 13 shall be inclusive of cost of support members for riser clamps at NQG only as per the Bidding Documents and design requirements.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 157
I.A.vi) Topside modification works including hook-up & deck extension/strengthening and Onshore Terminal modification Price (Indicate Currency/Currencies)
Item IMP/IND COMP.
Pre-engg. Survey, pre-installation survey &Post installation survey.
Design Engineering.
Procurement of
material structural
Procurement of
Material excluding structural
Fabrication of structur
al
Fabrication other than structural.
Load out &Transport
ation including.
sea fastening
Offshore/Onshore
installation & Modification
works including
Hook-up with
existing facilities
Testing, Pre commissioning/commissionin
g (As per scope of work)
Total
1 2 3 4 5 6 7 8 9 10 11 12 13
IMP X X X X X X X X X
NQG (As per scope of work)
IND X X X X X X X X X X
IMP X X X X X X X X X X
Trombay Onshore Terminal (As per scope of work)
IND
Bidder to quote for the
lumsum price for all
activities
X X X X X X X X X X
IMP X X X X X X X X X X
Sub-Total I.Aviii)
IND
X X X X X X X X X x
NOTES: PERTAINING TO ITEMS I A.viii) OF SCHEDULE OF PRICES. 1. Total topside modification cost at column 13 shall include cost of Deck Extension / deck strengthening on NQG Platform. 2. Total topside modification cost at column 13 also includes the cost of deck extension of 60.00MT at NQG platform .The total cost at column 13 shall be adjusted upwards
or downwards as applicable on basis of actual installed structural weight at the respective unit rates given at Item II A) of schedule of prices. 3. Topside modification cost shall include hook-up with existing facilities. 4. There shall not be any cost adjustment for modification works at NQG and Trombay except for structural tonnage at NQG.
Imported Component Indian Component
A) Total Cost of Material & Services at I .A .( i) to (vi) X X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 158
Price (Indicate Currency/Currencies)
I.B. Taxes and Duties Imported Indian Component component 1) Customs Duty on imported materials/equipment/items covered under item A above. N/A x 2) Excise Duty on materials/equipment/items covered under item A above. N/A x 3) Custom Duty on “Constructional Plant and equipment” as per clause No.3.4.1.3 N/A x
4) Custom Duty on” As Built Documents” as per clause No.3.4.1.4 N/A x
5) Service Tax N/A x
---------------------------------------------------- Total of taxes and duties (I.B) N/A x -------------- --------------------------------------
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 159
I.C. INSURANCE
Price (Indicate Currency/Currencies)
Imported Indian
Component Component 1) Builder's all risk:
i) Up to a period of tow/ load out of material and Structures etc. x x for all facilities covered under the Bidding Documents.
ii) For performing remaining activities at offshore and onshore x x for all facilities covered in the Bidding Documents.
2) In-transit Insurance (excluding in-transit insurance included in Material cost at `A' above). x x
3) Other Insurance as per Clause 7.3 of General Conditions of Contract given x x
In Bidding Documents. -------------------------------------------- Total X X -----------------------------------
I.D. Total Lumpsum price for execution of the entire scope of work as per details in the bid document i,e (A+B+C) X X ----------------------------------------------
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 160
General Notes 1. Bidder in his priced bid shall quote his price against all items as indicated by ` x ‘ and ‘X’ marks in the Performa Schedule of Prices. 2. Bidder shall retain ` x ' and ‘X’ marks in the Performa Schedule of Prices in the unpriced (techno-contractual) Bid as a confirmation that he has quoted against that
particular item. 3. Provision towards charges for the Indian and overseas telefax / overseas telephone / overseas fast courier/ offshore telephone / offshore telefax as per clause 5.5.1, 5.5.2
& 5.5.3 of the General Conditions of the Contract shall be included in the lump sum price. 4. In case of Indian Bidder, inland transportation and insurance cost shall be quoted separately in Indian rupees and payment shall also be made in Indian Rupees only. 5. Cost of material shall include cost of all materials/equipments etc. required to be incorporated in the works, aids for fabrication, transportation and installation, cost of
spares and any special tools & tackles required for pre commissioning, lubricants, chemical and consumables for testing / pre- commissioning and the cost of consumables for startup / commissioning as well as for 6 months operation as per details given in the bidding documents
6. Bidder to quote for imported and indigenous separately for all activities as per the schedule of price. 7. All material/Equipment cost in A. i to vi. above , shall be the CIF cost and shall include the cost of providing all labour, services, third party inspection and any other
inputs etc. required for procurement of material and associated cost incidentals to delivery of material to the site including all taxes and duties except custom duty and excise duty. CIF value against material is inclusive of landing charges, if any, and same shall be considered as assessed value for levy of Customs Duty. Bidder shall quote for the quantities of materials as per the description and requirement of the bid document.
8. All the existing facilities and new facilities under the tender are located in Mumbai high Asset and C-Series Field and are covered under Mining Lease license issued or /renewed before 01/04/1999. Bidders to ascertain Custom duty, Excise duty and service tax and include in their offer, as applicable, and also to indicate the same separately. Re-imbursement of Custom Duty / Excise Duty and service tax would, however, be made at actual in Indian Rupees upon submission of documentary proof of duty assessment and payment thereof and would further be limited to the amount of taxes/Duty indicated in price schedule.
9. Foreign bidders may also quote excise duty on Indian component, if applicable. However customs duty, excise duty and service tax are to be indicated under Indian component column only.
10. The cost of materials and services in A.i to vi. above shall also include weather risk, in-transit insurance from vendor’s/sub-contractor’s works to the contractor’s yard, construction plant and equipments, its mobilization /de mobilization, break down etc.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 161
II. A Unit Rates ( for basis of adjustment for structural work at NQG Platform only)-
Price Indicate Currency/Currencies Sr.no.
Items
All inclusive unit rate/MT
1.
Deck Extension and strengthening
X
NOTES: For II.A)
1. The adjustment rate for both increase and decrease of structural steel tonnage are same.
2. The Unit Price are all inclusive i.e. including Design, Engineering, Material, Fabrication, Load-out, Tie-down, Transportation to site, Pre-installation Survey, Installation and Post-installation Survey. There shall be no further extra cost to any account.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 162
II B Unit Rates (For Basis Of Adjustment)
B i) UNIT ADJUSTMENT RATES FOR PIPELINES Price (Indicate Currency/Currencies)
Segment
Nominal diameter.
Estimated Length (Km)
All inclusive Unit Adjustment Rate for pipeline length
(price per meter excluding risers, crossings &
free span corrections)
Estimated no. of free span corrections
All inclusive Unit adjustment rate for
free span corrections
Estimated no. of
crossings
All inclusive Unit adjustment rate for crossings
1 2 3 4 5 6 7 8
C-39-A to C-24
16" 60.20 X 2 X 1 X
C-24 to NQG
20” 113.5 X
2 X 16 X
C-39-1 to Tie -in (C-39-A to C-24)
8" 7.5 X 2 X 1 X
C-22 to Tie -in (C-24 to NQG)
20" 22.4 X 2 X 1 x
Trombay-Tata power
(on land)
8" 2.0 X 1 X 1 X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 163
II B UNIT RATES (FOR BASIS OF ADJUSTMENT) B i) UNIT ADJUSTMENT RATES FOR PIPELINES
(Indicate Currency/Currencies)
All inclusive unit adjustment rate for Riser Clamps. Segment
Estimated number of Riser clamps(Hanger + Fixed + Adjustable) Hanger Clamps Fixed Clamps Adjustable Clamps
9 10-A 10-B 10-C
Org
NA C-39-A to C-24
Ter NA
NA NA NA
Org NA C-24 to NQG
Ter 1+2+2 X X X
Org NA C-39-1 to Tie -in
(C-39-A to C-24) Ter NA
NA NA NA
Org NA C-22 to Tie -in
(C-24 to NQG) Ter NA NA NA NA
Org NA Trombay-Tata power (on land) Ter NA
NA NA NA
NOTES: PERTAINING TO ITEMS II. B) ii) OF SCHEDULE OF PRICES
1. Above estimated quantities at column 3, 5, 7 & 9 shall be included in the lump sum price. However, any variation in quantities shall be adjusted in terms of clause 3.5 of G.C.C at these unit rates quoted above.
2. Unit rates given above include cost of material, insurance, pre-engg. survey and pre-construction survey, design engineering, fabrication, load-out, tie -down,
transportation to site, installation, testing, pre-commissioning and post installation survey etc. Payment for any increase/decrease in quantity for any pipeline segment as compared to the estimated quantity will be made at these unit rates.
3. The estimated quantities given above are approximate. The estimated pipeline lengths do not include Riser lengths. The riser length shall include zone-2 (12.2 M) of
riser pipe.
4. Risers and Riser clamps on well Platforms shall be pre-installed at yard and is not adjustable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 164
III. DETAILS OF MARINE SPREAD Details of marine spread proposed to be deployed by the Bidder. (Indicate Currency/Currencies)
Sl. No.
Item Name of the Spread.
Day Rate for Working / Standby for Extra Work.
Day Rate for Extended Stand-by *
(i) Installation Barge Spread X X X
(ii) Launch Barge Spread X X X
(iii) Pipe-Lay, Riser Installation Barge Spread X X X
(iv) Hook-up / Modification and accommodation Barge Spread
X X X
(v) Supply/ Cargo Barge spread X X X
(vi) Survey Boat Spread X X X
(vii)
Saturation Diving Spread X X X
(viii) Drilling & Jetting Equipment as per Part II Clause 5.6 X X X
(ix) Hydrotesting Spread X X x
* Day rate for extended standby shall be based on vessel laid-up with all equipment used for work but only a care and maintenance (skeleton) crew.
NOTES: PERTAINING TO ITEMS III. OF SCHEDULE OF PRICES
1. Bidder may modify the above table to match the marine spread he proposes to deploy.
2. Mobilizations / demobilizations charges of above spreads shall be included in lumpsum price I.A
3. Adjustment shall be computed, wherever applicable as pro-rata basis for actual time/effort spent.
4. All spreads shall be inclusive of towing/Anchor handling tugs, work boats, supply boats, man power etc. as required.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 165
IV. COST REIMBURSABLE ADDITIONAL ITEMS:
(COST PLUS PERCENTAGE) -------------------------------------------------------------------------------------------------------------------------------------------------------------- 1. Percentage fee applicable to cost of material used for extra work items. 7.5% 2. Percentage fee applicable to equipment subcontracts for extra work. 7.5% 3. Percentage fee applicable to labour subcontracts for extra work. 7.5% 4. Percentage fee applicable to one year’s spares 7.5% -------------------------------------------------------------------------------------------------------------------------------------------------------------- NOTES:
1. The above percentage will also be used by the Company to order bought-out items and extra equipment not included in the Bidding Documents.
2. In respect of item 4 above the cost shall be reimbursed as per provision of clause 5.16.1 of General Conditions of Contract
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 166
V. CUSTOMS DUTY:
Bidder shall furnish break-up of the amount included in the lumpsum price towards meeting his obligation as per clause 3.4.1.3 & 3.4.1.4 of General Conditions of Contract pertaining to Customs Duty.
ITEM (1)
Laws/Acts/Rules/regulations reference (2)
Tariff indicating rate of tax/duty/fee/charge/levy (3)
Amount indicating currency/ currencies (4)
A) Marine Spread (as per Proforma-III A of Appendix A-3)
i.Installation Barge Spread X
ii.Launch Barge Spread X
iii.Pipe-Lay, Riser Installation Barge Spread x
iv.Hook-up / Modification and accommodation Barge Spread
x
v.Supply/ Cargo Barge spread x
vi.Survey Boat Spread X
vii.Saturation Diving Spread X X
viii.Drilling & Jetting Equipment as per Part II Clause 5.6 X
ix.Hydrotesting Spread X
B) Bidder’s materials, consumables likely to be imported into India with the undertaking of re-export(less quantities actually consumed in execution of Works)
X
C) As built documents. X
D) Construction plant & equipment. X
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 167
NOTE : 1. The break-up furnished above form the basis for adjustment in terms of clauses 7.6 (Change in Law) of General Conditions of Contract so far as it pertains to Customs
Duty. 2. Bidder to refer notification no. 27/2002 dated 01.03.2002 of Govt. of India with respect to re-export and claiming of duty drawback thereof. Company shall reimburse
custom duty against documentary evidence as per provisions of the contract in clause 3.4 subject to clause 7.6 of GCC.
3. Bidder shall indicate the details of Laws/Acts/Rules/regulations reference and Tariff indicating rate of tax/duty/fee/charge/levy under column (2) and (3) respectively in the unpriced bid also.
4. The total of amount quoted above shall tally with total amount of custom duty quoted in lumpsum price B-Taxes and
duties for these items
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 168
VI. CHANGE IN LAWS AND REGULATIONS (Refer clause 3.4 of GCC of tender Documents)
Laws, Acts, Rules, Regulations etc. and the tariffs thereof considered by the Bidder while estimating the incidence of taxes, duties, fees, charges, levies etc. included in the Bidder's lumpsum prices for the Works (as quoted in the Appendix A-3, I.B) as per relevant provisions of General Conditions of Contract to be used for the purpose of adjustment of Contract Price in the event of change of Law in terms of Clause 7.6 of General Conditions of Contract are as under:
ITEM (1)
Bidding Documents Clause Reference (2)
Laws/Acts/Rules/ regulations reference (3)
Tariff indicating rate of tax/duty/fee/charge/levy (4)
Amount included in the Lumpsum Price (5)
1. Excise Duty 3.4.2 x x x
2. Customs Duty 3.4.1.1 & 3.4.2
x x x
3. Service Tax 3.4.2 x x x
NOTE: 1. Bidder may suitably add other heads/columns to indicate all the provisions and related information with regard to above. Bidders are requested to go through Clause 7.6
of General Conditions of Contract carefully, while furnishing the above table. Strike out the items which are not applicable or write `not applicable’. 2. The taxes and duties shown above shall tally with the same quoted in Lump sum price – I.B Taxes and Duties.
3. The customs duty indicated above shall not include customs duty shown in price format IV
4. Bidder shall indicate the details of Laws/Acts/Rules/regulations reference and Tariff indicating rate of tax/duty/fee/charge/levy under column (4) and (5) respectively in
the un priced bid also.
5. Service Tax levied if any shall be borne by the contractor and ONGC shall take no responsibility for the same.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 169
APPENDIX A-4
PROJECT KEY DATES
Bidder shall fill in the attached Proforma indicating Project Key Dates of well platforms, and his plan to execute the Project to meet the Project Completion Date. This information shall be in addition to detailed Project Schedule and other information he is required to furnish as part of his Bid Offer. The activities indicated herein are minimum activities for which Bidder shall furnish the required information. Bidders are encouraged to furnish more detailed information in their bid offer.
PROJECT KEY DATES
1. WELL PLATFORMS
Contractor to furnish dates for following activities for (i) C-22 (ii) C-39-1 (iii) C-24 (iv) C-39-A separately
Sl.No. Activity Start Date Completion Date ------- ---------- --------------- ---------------------- (To be filled by Bidders) 1.1 PRE-ENGINEERING SURVEY/
INSPECTION OF EXISTING FACILITIES 1.2 DETAILED DESIGN/DRAWINGS
a. Process
b. Piping
c. Mechanical equipment
d. Electrical
e. Instrumentation
f. Deck Structure
g. Jacket Structure (Incl. Piles)
h. Connecting Bridge.
1.3 Other equipments/ Facilities
i. Mechanical
ii. Electrical
iii. Piping
iv. Instrumentation
v. Architectural
vi. Utility Items
vii. Specialty items
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 170
Sl.No. Activity Start Date Completion Date ------- ---------- --------------- ---------------------- (To be filled by Bidders)
1.4 PROCUREMENT OF BOM (BULK MATERIAL) (Indicate separately for Preliminary and final)
a. Structural
b. Piping
c. Electrical
d. Instrumentation
1.5 DELIVERY OF EQUIPMENT/BULK MATERIAL (List of major equipment and indicate their ex-works delivery and ETA at site)
a. Structural b. Piping
c. Electrical d. Instrumentation e. Pedestal Crane j. Architectural items
p. Utility Items. q. Process.
1.6 FABRICATION AND INSTALLATION PROCEDURES
1.7 ANALYSIS FOR FABRICATION, TRANSPORTATION, INSTALLATION AND HOOK-UP (These shall include, but not be limited to load-out, tie down, tow, lift and hook-up).
1.8 DESIGN OF AIDS FOR FABRICATION/ TRANSPORTATION / INSTALLATION/ HOOK-UP 1.9 FABRICATION AND YARD INSTALLATION INCLUDING YARD TESTING
a. Deck Structure/Superstructure b. Mechanical Equipment c. Piping d. Electrical
e. Instrumentation f. Jacket Structure g. Piles h. Building Module
i. Helideck. j. Connecting Bridges.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 171
Sl.No. Activity Start Date Completion Date ------- ---------- --------------- ---------------------- (To be filled by Bidders)
1.10 LOAD-OUT AND TIE-DOWN
a. Jacket & Piles b. Deck
c. Bldg. Module e. Connecting Bridges
1.11 TOW TO SITE a. Jacket & Piles
b. Decks c. Connecting Bridges d. Conductors
1.12 PRE-CONSTRUCTION/PRE-INSTALLATION SURVEY
1.13 OFFSHORE INSTALLATION
a. Jacket & Piles b. Conductors b. Deck c. Connecting Bridges.
Sl.No. Activity Start Date Completion Date ------- ---------- --------------- ---------------------- (To be filled by Bidders)
1.14 HOOK-UP AND TESTING 1.15 PRE-COMMISSIONING
1.16 START-UP & COMMISSIONING
2.0 MODIFICATIONS (NQ Complex & Trombay) FOR EACH
2.1 PRE-ENGINEERING SURVEY FOR TOPSIDE MODIFICATION
2.2 DESIGN AND DRAWINGS 2.3 PROCUREMENT OF BULK MATERIAL & EQUIPMENT 2.4 DELIVERY OF MATERIAL AND EQUIPMENT
2.5 FABRICATION 2.6 TRANSPORTATION
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 172
2.7 INSTALLATION 2.8 HOOK-UP AND TESTING
2.9 PRE-COMMISSIONING CHECKS 2.10 START-UP & COMMISSIONING
3.0 PIPELINES ( FOR SUBMARINE LINE & LANDLINE SEPARATELY ) Sl.No. Activity Start Date Completion Date ------- ---------- --------------- ----------------------
(To be filled by Bidders)
3.1 PRE-ENGINEERING SURVEY 3.2 DESIGN AND DRAWINGS
3.3 PROCUREMENT OF PIPELINES, RISERS and BENDS 3.4 DELIVERY OF MATERIAL AND EQUIPMENT
3.5 FABRICATION (COAT/WRAP)
3.6 LOAD OUT & TIE DOWN 3.7 TRANSPORTATION
3.8 PRE-INSTALLATION SURVEY
3.9 INSTALLATION
3.10 FREESPAN CORRECTIONS AND CROSSING INSTALLATION
3.11 RISER CLAMP INSTALLATION 3.12 TESTING 3.13 PRE-COMMISSIONING & COMMISSIONING CHECKS
3.14 POST INSTALLATION SURVEY 4.0 AS BUILT DOCUMENTATION
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 173
APPENDIX A-5 CHECK LIST
The bidders are advised in their own interest to ensure that the following points / aspects, in
particular, have been complied with in their offer, failing which the offer is liable to be rejected. 1. Please tick the box whichever is applicable and cross the box (es) whichever is / are not
applicable. 2. Please sign each sheet.
3. The check-list, duly filled in, must be returned along with the offer. COMMERCIAL GROUP `A' (Applicable to both Foreign bidders and Indian bidders)
1. Whether the requisite purchase fee for the Bidding Documents has been paid? Yes No Not Applicable 2. If yes, furnish the following:
I. Name of the bank ii. Value iii. Bank draft number iv. Date of issue of the bank draft 3. Whether Bank Guarantee for the requisite Bid Bond has been enclosed with the offer?
Yes No 4. If so, furnish the following: I. Name of the bank
ii. Value iii. Number iv. Date of issue
v. Period of validity of the Bank Guarantee (it should not be less than 180 days)
5. Whether the period of validity of the offer is as required in the Bidding Documents? Yes No If not, mention the extent of variation: ...............
6. Whether the offer has been signed indicating the full name and designation of the signatory?
Yes No If yes, indicate whether it has been signed by:
Manager / Managing Director Secretary Director
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 174
Sole Active Pre- Proprietor Partner Procurator All the
Partners (If signing as a Partner, a copy of the partnership deed and if signing as a Director, a copy of
the Memorandum and Articles of Association of Corporation / Company with proper authorization in favour of the signatory must be enclosed with the offer)
7. If the bidder is seeking business with the Company for the first time, has he given the details
of the parties to whom the tendered services have been provided in past, along with their
Performance Report? Yes No
8. Whether the offer is being sent in sealed cover and super scribed with Tender No. and
closing / opening date? Yes No
9. Has the Tender been submitted in six copies? Yes No 10. Is the offer being sent by registered post or proposed to be hand delivered or dropped in
Tender Box?
Registered Post Tender Box Hand Delivered 11. Has it been ensured that there are no over-writings in the Tender?
Yes No If no, have corrections been properly attested by the person signing the Tender?
Yes No
12. Are the pages of the Tender consecutively numbered and an indication given on the front
page of the Tender as to how many pages are contained in the Tender? Yes No
13. Has the tender been prepared in sufficient details as per requirement of A-6, A 12 and clause
11 of part-1, volume-1 so as to avoid post-tender opening clarifications / amendments? Yes No 14. Whether all the appendices of the Bidding Documents, duly filled in, have been enclosed?
Yes No 15. Whether all the Terms and Conditions of the Bidding Document are accepted/ complied?”
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 175
Yes No If not, the clauses not acceptable may please be indicated below
------------------ 16. Whether daily rate for man-hour/rental rates for equipment/machinery has been furnished in
compliance to clause 11.2.d.i) of Part-I, Volume-I.
Yes No
17. Whether bidder acknowledges that suggested vendors are suitable for the works and that the equipment they supply would meet all other Contract requirements.
Yes No
GROUP `B' (Applicable to Indian bidders only)
1. Whether the bidder has quoted after taking into account the various incentives and concessions granted to them for supplies to the Company, like facility to import raw materials and components free of Customs Duty?
Yes No Not Applicable
2. Whether details of your registration under Sales Tax / Central Sales Tax have been indicated in the offer?
Yes No 3. Central PSU bidder to confirm whether their value addition is more than 20%?
Yes No 3.1 If yes, confirm that the bidder have submitted certificate from CA to that effect in the bid.
Yes No GROUP `C' (Applicable to Foreign bidders only) 1. Has the bidder clearly indicated Income Tax liability for both Corporate and Personal Tax?
Yes No 2. Whether supplier's / buyer's credit available at subsidized rates of interest from export credit
organisation of developed countries has been indicated?
Yes No 3. Whether the bidder has an office established in India and, if so, whether its address has been
indicated in the Bid offer?
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 176
Yes No 4. Whether the bidder has an Agent / Representative in India?
Yes No If yes, whether the bidder has indicated in the offer the commission amount payable to him?
Yes No
5. Please indicate the percentage of total payment acceptable to you in non-convertible Indian currency?
Indicate Percentage............
6. Whether the bidder has enclosed with his Bid or already sent to the Company an authority
letter / agreement with his Agent / Representative in India spelling out clearly therein the scope of functions and services to be rendered by the Agent / Representative on his behalf?
Yes No Not Applicable 7. Has the country of origin of the items being offered been indicated? Yes No Not Applicable
TECHNICAL (Applicable to both Foreign bidders and Indian bidders) 1. Whether necessary literature / catalogue of the equipment and spare parts thereof has
been attached with the offer?
Yes No 2. Whether the product quoted is API approved and bears the API monogram?
Yes No Not Applicable
3. Whether the proposal being offered fully conforms to the required technical specification and covers the complete scope? Yes No
If not, specify the extent of deviation and how it is suitable to the company requirements?
4. In case of spares, whether inter-changeability certificate has been enclosed? Yes No Not Applicable
5. Whether conceptual design offered by bidder is duly approved by certification agency. Yes No Not applicable
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 177
6. Whether bidder has enclosed necessary details on availability and reliability of Process Gas
Compressor Module as per Section A-2 of Bid Evaluation Criteria in Appendix A-9
Yes No
(Bidder’s Signature)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 178
Appendix A-6
BID EVALUATION CRITERIA (BEC)
For C-series Project
SECTION - A: CRITERIA FOR ACCEPTANCE OF BIDS
The following requirements shall be strictly complied with, by the bidder failing which the bid will not be considered:
A-1) COMMERCIAL
1) Bids should be submitted under Two Bid System as per Clauses 10.0 and 11.0 of Part I of Volume I of Bidding Documents.
2) Basis of the bidding shall be as per Clause 12.1 of Part I of Volume I of Bidding
Documents.
3) Submission of prices shall be strictly in Proforma enclosed at Appendix A-3 as
described in Clauses 12.0 and 13.0 of Part I of Volume I of Bidding Documents.
4) Validity of bid and submission of original Bank Guarantee towards Bid Security shall be strictly as per Clause 17.0 of Part I of Volume I of Bidding Documents.
5) Compliance of the requirements of Clauses 3.0 and 23.6 of Part I of Volume I of
Bidding Documents in case of bids by Consortium / Joint Ventures. 6) Unconditional acceptance of provisions relating to Contract Price, Payment
Procedure, Discharge Certificate as per Clauses 3.1, 3.2 & 5.14 of Part II of Volume I of Bidding Documents.
7) Submission of Performance Guarantee as per Clause 3.3 of Part II of Volume I of Bidding documents.
8) Unconditional acceptance of ‘Duties and Taxes’ as per Clause 3.4 of Part II of
Volume I of Bidding Documents.
9) Unconditional acceptance of ‘Adjustment of the Contract Price” as per clause 3.5 of Part II of Volume I of Bidding Documents.
10) Unconditional acceptance of ‘Guarantee Conditions” as per Clause 6.1 of Part II of
Volume I of Bidding Documents.
11) Unconditional acceptance of ‘Completion, Failure and Termination” as per clause 6.3 of Part II of Volume I of Bidding Documents.
12) Unconditional acceptance of “Insurance and Liability” as per Clause 7.3 of Part II of
Volume I of Bidding Documents.
13) Unconditional acceptance of “Force Majeure” as per Clause 7.5 of Part II of Volume I
of Bidding Documents.
15) Unconditional acceptance of “Applicable Laws”, “Arbitration and change in Law” as per Clauses 1.3 and 7.6 of Part II of Volume I of Bidding Documents.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 179
16) Unconditional acceptance of “Alteration/Variation” as per Clause 8.1 of Part II of
Volume I of Bidding Documents.
17) Personal Taxes
Bidder must agree to bear all personal taxes as may be imposed on his employees and the employees of his sub-contractors, vendors, back-up consultants, consortium/joint venture partner(s) etc., on account of their association with or for
performance of work in India.
18) Corporate Tax
i) Indian bidders and consortium led by Indian bidder must agree to bear
corporate tax, which may be levied on the Contractor, their consortium / joint
venture partner (s), sub-contractors, back-up consultants, etc. ii) Foreign Bidders must agree to bear corporate tax, which may be levied on
the Contractor, their Indian Consortium/ joint venture partners, sub-contractors, vendors agents/consultants/retainers, etc.
iii) In case of foreign bidder, corporate tax will be deducted at source from each invoice as per instructions/orders of Government of India/Indian Tax
Authority. The Contractor and/or his subcontractors etc. shall comply with the provisions of Indian Income Tax act as applicable from time to time.
19) Unconditional acceptance of weather conditions as per clause 2.3.2 of Part II of the
Bidding documents.
20) Unconditional acceptance of supply of one year spare parts as per clause 5.16.1 of Part II of the Bidding documents.
21) Bidder must quote for the quantities indicated by the Bidder in Performa schedule of
prices A-3 for structural steel tonnage for Modification works, Pipeline length, number of Freespan corrections (in case of rigid pipelines), number of crossings and number
of riser clamps(in case of rigid pipelines).
22) Bidder shall indicate single all inclusive unit rate against each item in Proforma schedule of prices Appendix A-3 for both increase and decrease in structural steel
tonnage (for modification works), pipeline length, no. of free span corrections (incase
of rigid pipelines), no. of crossings and no. of riser clamps (incase of rigid pipelines).
22) Indian agent is not permitted to represent more than one foreign bidder (supplier / manufacturer / contractor) in a particular tender. In case an Indian agent represents more than one foreign bidder (supplier / manufacturer / contractor) in a particular tender, then offers of such foreign bidders (suppliers / manufacturers / contractors)
shall be rejected in that tender.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 180
A-2) TECHNICAL 1.0 Only the bidders who quote for the complete Scope of Work including optional items
(if any) as described in the Bidding Documents, addendum (if any) and any
subsequent information given to the bidder shall be considered. 2.0
(A) Bidders are free to offer any proven design to meet the requirement given in the
Bidding Documents. At least two platforms of similar design as proposed by the bidder in this tender, should have been installed anywhere in the world prior to deadline for submission of the bids. Out of these platforms one platform must have
been completed for a system similar in complexity in water depth of 30 meter and above in last five years period and operating successfully for at least one year. Bidder shall give the name of the operator, owner, name of the contact / reference person,
all other details of platforms etc. (B) Bidder shall submit along with the techno-contractual (Unpriced) Bid their
conceptual design based on the design parameters provided in the Bidding Documents. Bidder is required to submit along with the techno-contractual (Unpriced) Bid the conceptual design approval from any of the following third party
certification agencies (no other agencies are acceptable) as an independent agency for compliance to the requirement of the Bidding Documents:
1. M/s Bureau Veritas Industrial Services (India) Private Limited., Mumbai along
with M/s Bureau Veritas Worldwide 2. M/s Certification Engineers International Limited.
3. M/s Det Norske Veritas AS., Mumbai along with M/s Det Norske Veritas Worldwide.
4. M/s Germanischer Lloyd Industrial Services India Pvt. Ltd., Navi Mumbai along with M/s Germanischer Lloyd Worldwide.
5. m/S Lloyd’s Register Asia, Mumbai along with M/s Lloyd’s Asia Worldwide.
Out of the above agencies, certification from the agency whose sister concern / parent company / subsidiary are involved in bidding directly or through joint venture / consortium / sub contracting arrangement will not be considered for conceptual design approval by such sister concern / parent company / subsidiary.
In case bidder is proposing similar design for more than one platform, conceptual design approval of one such platform in maximum water depth shall be submitted. In case bidder offers any conceptual design which has been certified by any of the above mentioned third party certification agency in the past and offered to ONGC earlier, no additional certification is needed at Bid offer stage.
3.0 Bidder must agree that he shall carry out the Quantitative Risk Analysis (QRA) of the
complete platform including jacket, deck and other facilities for integrity and safety of the entire works for its design life including implementing the recommendations of such QRA at all stages of project implementation. Such QRA shall be carried out through an agency of international repute approved by Company.
4.0 Bidders proposal for sub-sea Christmas tree completion and / or installation of old
(used) platform structure are not acceptable to company.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 181
5.0 Experience / capability of the bidder:
Experience / capability of the bidder shall be as per Clause 14.0 of Part I of Volume I of Bidding Documents as under:
5.1 The Bidder must possess, prior to the dead line for submission of bids, minimum
experience of executing as turnkey contractor one (1) project in last 10 years for construction & installation of offshore well platform projects of similar complexities and successfully accomplishing each of the relevant activities such as Project
Management, Surveys (including pre-engineering, pre and post construction survey), Design & Engineering, Procurement, fabrication, Transportation, Installation including driving of conductors, hook up, testing, pre-commissioning, for well platform.
5.2 The Bidder (being either a single bidder or a Consortium/Joint Venture comprising of
two or more partners being jointly and severally liable to the Company) must himself
(and not through collaboration agreement or other subcontracts) have the relevant experience for offshore project management and for at least one of the following main activities: a) Detailed Design and Engineering
b) Fabrication of jacket / deck c) Installation of jacket/ deck
d) Installation of Submarine Pipelines However, bid submitted by a 100% subsidiary company not meeting the above experience criteria can be considered for acceptance on the basis of experience of their parent company provided the parent company fulfils the above required experience and gives a corporate guarantee that in case of any failure on the part of the subsidiary company, the responsibility of satisfactorily executing the project
would then be that of the parent company. Further, the bids of Parent / Subsidiary company (ies) based on experience / capabilities of any of them shall be considered, provided all the companies referred to in the bid are controlled by a single parent company and they agree for joint and several responsibilities and furnish in the Unpriced bid the corporate guarantee for successful execution of the contract.
A bid submitted by a bidder not meeting these requirements will be rejected for being non-responsive.
5.3 The overall responsibility of project management of entire project shall be that of the
Contractor. Contractor shall also be required to perform by themselves and not through subcontract project management and at least one of following main activities based on which they are seeking their qualification: a. Detailed Design and Engineering b) Fabrication of jacket / deck
c) Installation of jacket/ deck d) Installation of Submarine Pipelines
5.4. Save as provided in sub para 5.2 above, for the purpose of assessment of experience
and capability of executing the Work, the experience and capability of the executing agencies i.e. main bidder, Consortium/Joint Venture partners, sub-
contractors, back-up Consultants, if any, in executing the aforesaid activities listed in sub-para 5.1 above for the respective Scope of Work, shall be evaluated. Save as provided in sub para 5.2 above, in case the Indian Bidder does not have the requisite
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 182
experience as above, their bid will be considered if they have suitable tie-up with foreign company fulfilling the criteria on experience as specified above.
5.5 For the purpose of assessment of the capability of the bidder, the adequacy of
facilities, services and resources (both financial and physical) including personnel at the design/ engineering center /fabrication yard and suitability of the offshore construction spreads including transportation, installation and hookup barges proposed by the bidder to execute the Works, existing at the time of bidding and availability of these facilities, services, resources and offshore construction spreads
during the Construction Schedule of the project shall be evaluated.
The bidder shall submit the documentary evidence in support of his
experience/capability as required above along with Techno-Contractual Unpriced bid.
6.0 Pile & Conductor remedial works:
Compliance with design criteria specified in bidding documents and clause 5.6 of Part-II of Volume-I of bidding documents
Unconditional acceptance of Conditions for Procurement / Selection of Makes and
Vendors as per Clause No. 5.2.3 of Part II of Volume I of Bidding Documents. 7.0 Soil data provided in the Bidding Document may be got re-examined by the bidders
if necessary, at their own cost and time .Additions / alterations / interpretations on account of any such matter shall be to the cost and time of the bidder.
8.0 Saturation Diving:
Bidder must agree to provide saturation diving and other special diving equipments on the marine spread as per bidding documents requirement during the period of installation of jacket, Piles, conductors.
9.0 Pre-engineering / pre-construction / post-installation survey:
Bidder must agree to undertake pre-engineering for Topside modification, pre-construction and post-installation surveys and/or to comply with the provisions of
Clause 5.4 of Part-II of Volume I of Bidding Documents..
10.0 Acceptance of Constructional Plant and Equipment as per Clauses 5.11 of Part-II of
Volume I of Bidding Documents.
11.0 Health, Safety and Environment:
Bidder must confirm compliance to all HSE criteria specified in bidding documents in general and to clauses 10.0 to 10.11 of Part-II of Volume-I of bidding document in particular.
A-3) FINANCIAL
1.0 Turnover should be equal to or more than 30% of the Annualized bid value i.e. the
price quoted by the bidder including duty and taxes if any which is considered for evaluation. The formula for working out 30% of annualized bid value is as under
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 183
Bidder’s quoted total lump sum price to be divided by Project Completion period in number of days and then Multiplied by 365 days. The 30% of the resultant amount is 30% of the Annualized bid value.
2.0 Net worth should be positive. Bidder shall furnish copy of latest audited annual report for ascertaining the net worth.
3.0 The Solvency certificate should be equal to or more than 30% of the Annualized bid
value i.e. the price quoted by the bidder including duty and taxes if any which is considered for evaluation.
Notes: i. The solvency certificate will be accepted not older than one year from the date of
un-priced bid opening. The bidder will have to submit solvency certificate from scheduled commercial banks in case of Indian bidders and from the list of foreign banks notified by ONGC in case of foreign bidder.
ii. For the purpose of ascertaining parameter of Turnover of the bidder, average
turnover of the bidder for the previous two financial years shall be considered
iii. The bidder will provide a copy each of audited annual report of previous two
financial years for ascertaining their turnover & net-worth. In case the bidder is a newly formed company, the bidder shall submit documentary evidence that his company has been newly formed. For the purpose of ascertaining the turnover, the bidder can submit a copy of the audited annual report of each of his parent or
promoter companies for the past two years wherein the turnover of one of the parent/ promoter company should be equal to or more than 30% of the Annualized bid value i.e. the price quoted by the bidder including duty and taxes if any which is considered for evaluation and the net worth should be positive. Further, one of the parent/ promoter companies should submit a Corporate Guarantee on their company letter head signed by an authorised official undertaking that they would
financially support the newly formed company for executing the project/ job in case the same is awarded to them. A newly formed company to be treated as the one, which has been incorporated in the last 5 years from the date of un-priced, bid opening of the tender.
iv) The Solvency Certificate should be kept in a sealed envelope containing the price bid. A copy of the Solvency certificate with the amount blanked out should be kept in the Techno-contractual un-priced bid.
v) The bidder should confirm in their Techno-contractual Unpriced bid that the solvency
limit specified in the certificate is equal to or more than 30% of their Annualized bid
value and that the Turnover of the bidder is equal to or more than 30% of the Annualized bid value. In case the above information is found to be incorrect later on after opening of price bids than their bids will be rejected and the bidder will be debarred for the next three years.
vi) In case of bid by consortium, the financial capability of all the consortium partners
will be considered in line with the above criteria for their respective responsibilities. For this purpose the bidder should indicate in the Unpriced bid, the percentage of work
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 184
to be performed by the respective consortium members in terms of value of the total price. However the financial capability of sub-contractors will not be taken into consideration.
A-4) Offers of those bidders who them selves do not meet the experience and financial capability criteria as stipulated in the BEC can also be considered provided the bidder is a 100% subsidiary company of the parent company which itself meets the experience and financial capability criteria as stipulated in the BEC. In that case as the subsidiary company is dependent upon the experience and financial capability
of the parent company with a view to ensure commitment and involvement of the parent company for successful execution of the contract, the participating bidder should enclose an Agreement (as per format enclosed as Appendix B-9) between
the parent and the subsidiary company and Corporate Guarantee (as per format enclosed as Appendix B-10) from the parent company to ONGC for fulfilling the obligation under the Agreement.
The bids of Parent / Subsidiary company (ies) based on experience / capabilities of any of them shall be considered, provided all the related companies referred to in the bid are controlled by a single parent company and they agree for joint and several responsibilities and furnish in the Unpriced bid, the corporate guarantee for successful execution of the contract.
SECTION - B: CRITERIA FOR LOADING OF THE BIDS
Deleted .
SECTION – C: CRITERIA FOR PRICE EVALUATION OF BIDS
C-1) Base Price Definition Total lump sum amount for the entire Scope of Work as per Bidding Documents
including addendum(s), if any, shall be taken as a base price for the purpose of evaluation. The price given at Appendix A-3-I of Bidding Documents will be the basis of evaluation.
C-2) Foreign Exchange Rate
For evaluation of bids, closing market rate of exchange declared by the State Bank of India (B.C. selling rate) on the day prior to the Price Bid / revised Price Bid (if any)
opening will be taken into account. Where the time lag between opening of the Price Bids / revised Price Bids / adjusted Price Bids and final decision exceeds 3 months, the market Rate of Exchange declared by State Bank of India (B.C. selling rate) on the day prior to the date of final decision will be adopted for conversion, evaluation and comparison of prices.
C-3) Financing Proposal
Deleted
C-4) Optional Items
Deleted
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 185
C-5) Price Preference/Purchase Preference a. Price Preference
Domestic Bidders would be entitled to a price preference of ten percent (10%) over the lowest acceptable (quoted) foreign bid subject to domestic bidders providing all evidence necessary to prove that they meet the following criteria:
i) is registered within India.
ii) have majority ownership by nationals of India and iii) not subcontract more than 50% of the Works measured in terms of value to
foreign contractors.
For (iii) above, an original certificate from practicing Statutory Auditor engaged by the company (bidder) for auditing their annual accounts indicating therein various
details, which could establish that not more than 50% of the works measured in terms of value has been sub-contracted to foreign contractors, must be furnished along with price bid. It must be noted that above information so furnished, if at any stage, found wrong, incorrect or misleading, will attract action as per rules/law.
b. Purchase Preference (applicable for the Contracts of the value of Rs.5 crs and above but not exceeding Rs 100 Crs.) ONGC reserves the right to allow to the Central Public sector enterprises, purchase preference facilities as admissible under the existing policy, the parameters of which are defined in the office memorandum no. DPE/13(12)/2003-Fin.Vol-II Dated 18th July, 2005 (as amended) issued by Department of Public Enterprises, under the
Ministry of Heavy Industries and Public Enterprises.
c. However Central Public sector Enterprises will not get purchase preference over and above the price preference of 10%.
d. In situation where central PSUs as well as domestic bidders are eligible for
purchase and price preference respectively, purchase preference to PSU would take precedence over price preference.
C-6) Discount
Bidders are advised not to indicate any separate discount. Discount, if any should be merged with the quoted prices. Discount of any type indicated separately will not be taken into account for evaluation purpose.
However, in the event such offer without considering discount is found to be lowest, Company shall avail such discount at the time of award of Contract.
C-7) Duties & Taxes
Total lumpsum price for Indian as well as foreign bidders shall be inclusive of Custom Duty and Excise Duty and Service tax if any.
Bidders are required to ascertain themselves, the prevailing rates of Customs and Excise duties and Service tax as applicable on the scheduled date of submission of Price Bids / revised Price Bids (if any) and the Company would not undertake any responsibility whatsoever in this regard.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 186
. However, due to any subsequent change in law, liability of the Company as regards to payment of duties and taxes would be governed by Clause 7.6 of General Conditions of Contract on “Subsequent Legislation”.
Terminal Sales Tax/Works Contract Tax will not be taken into account for the purpose of evaluation and would be paid to Indian bidders at actuals (upon submission of relevant documents), if applicable.
Bidders are required to submit the price break-up as per Appendix- A3.
SECTION-D: GENERAL D-1: Exceptions/deviations if any, to tender terms, conditions & specifications are to be
sorted out during Pre-Bid Conference (PBC), before submission of Bids. ONGC
expects bidders to confirm compliance to tender terms, conditions & specifications which have been frozen after PBC, failing which the Bids are liable to be rejected.
D-2: Unless the Company seeks any clarifications, bidder shall not make any alteration /
changes in the bid after the closing date and time of the tender. Unsolicited correspondences from the bidders will not be considered.
D-3: In case of any contradiction between BEC and a clause appearing elsewhere in the
Bidding Documents, provisions of BEC shall supersede all such clauses. D-4: Any other point, which arises at the time of evaluation, shall be decided by the
Company under intimation to the bidders.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 187
SECTION-E: EVALUATION MATRIX
Sl. No. Criteria Bidder Cross
Reference
Commercial Criteria
1 Offer validity
2 Confirmation that bidder is complying with the
requirement of entire bid package and no deviations
have been taken to the requirements in bidding documents.
3 Confirmation that there is no discrepancy between
Unpriced copy of Priced Bid and the Priced Bid and that the prices have been submitted as per Appendix A-3.
4 Confirmation that the currency of the quote has been indicated in Appendix A-2 & Appendix A-3
5 Submission and validity of Bid Bond.
6 Compliance with the requirement related to joint venture / consortium.
7 Confirmation that the total lumpsum price is inclusive of all
duties and taxes as per clause 3.4 of GCC (part-II) of bidding document.
Experience Criteria
8 Confirmation that the bidder/other agencies meets
experience criteria as specified in A-2) 5.1 and 5.2 of BEC.
Financial Criteria
9 Confirmation that the bidder meets financial criteria as specified in A-3) 1.0 to 3.0 of BEC.
Technical Criteria
10 Compliance to the Scope of work. i. Bidder to submit conceptual design duly certified by
Company approved third party certification agency.
ii. Bidder to convey agreement to submit QRA from
independent third party certification agency as approved by the Company.
11 Compliance to the Schedule.
12 Bidder to furnish schedule of all activities.
13 Bidder to submit his complete plan for execution of the project clearly stating agencies responsible for each component/activities like:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 188
Activity Agency Work center Detailed Engg. Procurement
Fabrication Jacket Deck
Transportation Installation
Jacket Deck Hook-up Pre-commissioning
Bidder to submit with their offer the track record, experience, reference, capability etc. of all the sub-
contractor(s) along with letters of commitment from the sub-contractor(s) and marine spread owners in their name for review and evaluation by the Company.
14
Bidder to confirm that he will fully comply with the requirements of Company’s bidding documents. For any
additional item required as a result of his engineering performed in accordance with Company’s Bidding
Documents, the bidders confirms that cost of all such items is included in his lumpsum cost.
15 Bidder to furnish complete details of his plan for fabrication
of each component along with yard capacity and present
/ expected yard loading.
16 Bidder to confirm that if installation procedure during detailed engineering necessitates change of barge(s), bidder shall do so after the approval of Company without
any time and cost impact.
17 Bidder to confirm that he shall mobilize barge of adequate capacity with proven track record for installation of Jacket/piles/Deck
18 Bidder to confirm that he shall submit valid registration / classification documents of the concerned classifying agency for all barges and vessels of the marine spread 120
days prior to installation schedule.
19 Bidder to furnish complete details of his plan for hook-up, testing, pre-commissioning and commissioning (wherever applicable as per bidding documents) of each
component and confirm that he shall mobilize vendor representatives as per requirement of bidding documents.
20 Bidder to confirm that all the information listed in clause 11.0 of Part-I have been provided.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 189
21
Bidder to confirm that vendor selection will be based on full compliance to company’s bidding documents, specifications etc. and that bidder will solicit company’s
approval prior to finalization of any vendor.
22 Bidder’s confirmation to clause 5.9 of part-II for material and workmanship.
23
Bidder to confirm that required engineering personnel of the fabrication and installation agencies shall be deputed to the design center during engineering phase to review
and finalize all engineering aspects requiring their inputs / concurrence.
24 Bidder to indicate only a single all inclusive unit rate against each item in Appendix A-3 Schedule of Prices for
both increase and decrease in structural steel tonnage (for modification works), Pipeline length, number of Freespan corrections(in case of rigid pipelines), number of Crossings and number of Riser clamps(in case of rigid pipelines).
Note: Bidder shall submit all the supporting documents in compliance with the above along with commitment letters from their proposed subcontractor.
All the bidders are advised to fill in the evaluation matrix duly signed and submit along with their techno-contractual bid along with cross reference to the supporting documents enclosed with their bid.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 190
APPENDIX A-7
CERTIFICATE
This has reference to our proposed Contract regarding C-Series Project to be entered into with Oil & Natural Gas Corporation Limited (ONGC)
For the purpose of Section 297/299 of the Companies Act, 1956 an extract enclosed we certify that to the best of my/our knowledge; i) I am not a relative of any director of ONGC;
ii) We are not a firm in which a director of ONGC or his relative is a partner; iii) I am not a partner in a firm in which a director of ONGC Ltd., or his relative is a partner; iv) We are not a private company in which a director of ONGC is a member or director;
v) We are not a company in which directors of ONGC hold more than 2% of the paid-up share
capital of our company or vice-versa.
Authorised Signatory of the Contracting Party
Place: Date:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 191
APPENDIX-8
LIST OF BANKS FOR ACCEPTANCE OF BANK GUARANTEE FROM FOREIGN BIDDERS
Sl. No. Bank Ranking 1 77 Bank, Sendai City, Japan 181
2 Aareal Bank, Wiesbaden, Germany 253
3 ABN AMRO Bank, Amsterdam, Netherlands 20
4 ABSA Group, Johannesburg, South Africa. 141
5 Agricultural Bank of China, Beijing, Peoples Republic of China 37
6 Akbank, Istanbul, Turkey 125
7 Al Rajhi Banking & Investment Corporation,Riyadh,Saudi Arabia 208
8 Alliance & Leicester, Leicester, United Kingdom. 137
9 Allied Irish Banks, Dublin, Ireland 67
10 Alpha Bank, Athens, Greece 160
11 American Express Centurion Bank, Salt Lake City, UT, USA 299
12 AmSouth Bancorp, Birmingham, AL, USA 155
13 Anglo Irish Bank Corporation,Dublin,Ireland 169
14 ANZ Banking Group, Melbourne, Australia 62
15 Aozora Bank, Tokyo, Japan 109
16 Arab Bank, Amman, Jordan 197
17 Associated Banc Corp., Green Bay, Wl, USA 298
18 Astoria Financial Corp., Lake Success, NY,USA 301
19 Banca Antoniana Popolare Veneta, Padova, Italy 164
20 Banca Intesa, Milano, Italy 30
21 Banca Lombarda,Brescia,Italy 214
22 Banca March,Palma de Mallorca.Spain 250
23 Banca Monte dei Paschi di Siena, Siena, Italy 69
24 Banca Popolare dell'Emilia Romagna, Modena, Italy 166
25 Banca Popolare di Lodi (Gruppo Bipielle), Lodi, Italy 176
26 Banca Popolare di Milano, Milan, Italy 192
27 Banca Popolare di Sondrio, Sondrio, Italy 288
28 Banche Popolari Unite - BPU, Bergamo, Italy 124
29 Banco Bilbao Vizcaya Argentaria, Bilbao, Spain 33
30 Banco BPI, Porto, Portugal 269
31 Banco Bradesco, Sao Paulo, Brazil 107
32 Banco do Brasil, Brasilia, Brazil 133
33 Banco Espirito Santo Group, Lisbon, Portugal 142
34 Banco Itau Holding Financeira (Itau Holding), Sao Paulo, Brazil 94
35 Banco Popular Espanol, Madrid, Spain 90
36 Banco Sabadell, Sabadell, Spain 134
37 Bangkok Bank, Bangkok, Thailand 196
38 Bank Fur Arbeit und Wirtschaft - PSK - Group, Vienna, Austria 199
39 Bank Hapoalim, Tel Aviv, Israel. 140
40 Bank Leumi le-Israel, Tel Aviv, Israel. 149
41 Bank Mandiri,Jakarta, Indonesia 221
42 Bank Nederlandse Gemeenten, The Hague, Netherlands 151
43 Bank of America Corp, Charlotte, NC, USA 4
44 Bank of China, Beijing, Peoples Republic of China 11
45 Bank of Communications, Shanghai, Peoples Republic of China 105
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 192
46 Bank of East Asia,Central Hong Kong, Hong Kong. 220
47 Bank of Fukuoka,Fukuoka-shi,Japan 195
48 Bank of Ireland, Dublin, Ireland 80
49 Bank of Kyoto,Kyoto-shi, Japan 266
50 Bank of Montreal, Montreal, Canada 55
51 Bank of New York, New York, NY, USA 91
52 Bank of Taiwan, Taipei, Taiwan 117
53 Bank of Yokohama, Yokohama-shi, Japan 123
54 Bankgesellschaft Berlin, Berlin, Germany 126
55 Bankinter Madrid, Spain 260
56 Banknorth Group, Portland, ME,USA 234
57 Banque Cantonale Vaudoise, Lausanne, Switzerland 207
58 Banque et Caisse d’Epargne de l’Etat Luxembourg, Luxembourg. 259
59 Banque Saudi Fransi,Riyadh,Saudi Arabia 290
60 Barclays Bank, London, United Kingdom 13
61 Basler Kantonalbank, Basle, Switzerland 273
62 Bayerische Landesbank, Munich, Germany 50
63 BB & T Corp, Winston-Salem, NC, USA 87
64 Bilbao Bizkaia Kutxa,Bibao,Spain 188
65 BNL-Banca Nazionale del Lavoro, Rome, Italy 88
66 BNP Paribas, Paris, France 10
67 Bradford & Bingley, Bingley, United Kingdom 180
68 Caixa de Catalunya,Barcelona, Spain 227
69 Caixa Economica Federal,Brasilia, Brazil 205
70 Caixa Galicia, Spain 258
71 Caixa Geral de Depositos, Lisbon, Portugal 136
72 Caja de Ahorros del Mediterraneo, Alicante, Spain 216
73 Caja de Ahorros y Monte de Piedad de Madrid, Madrid, Spain 82
74 Caja de Ahorros y Pen. de Barcelona-la Caixa, Barcelona, Spain 51
75 Caja Gipuzkoa San Sebastian(Kutxa), San Sebastian, Spain 231
76 Caja Laboral, Mondragon,Spain 285
77 Canadian Imperial Bank of Commerce, Toronto, Canada 59
78 Capital One Financial Corporation, McLean, VA, USA 70
79 Capitalia Gruppo Bancario, Rome, Italy 64
80 Cathay United Bank,Taipei,Taiwan 190
81 Chang Hwa Commercial Bank, Taichung,Taiwan 238
82 Charles Schwab Corp, San Francisco,CA,USA 152
83 Chiao Tung Bank, Taipei, Taiwan 267
84 Chiba Bank, Chiba City, Japan. 147
85 China Construction Bank, Beijing, Peoples Republic of China. 25
86 China Everbright Bank, Beijing, Peoples Republic of China 295
87 China Merchants Bank,Shenzen,Peoples Republic of China 198
88 China Minsheng Banking Corp., Beijing, Peoples Republic of China 287
89 Chinatrust Financial Holding, Taipei, Taiwan. 178
90 Chugoku Bank, Okayama-shi, Japan 168
91 CITIC Industrial Bank, Beijing, Peoples Republic of China 200
92 Citigroup, New York, NY, USA 1
93 Comerica, Detroit, MI, USA 112
94 Commerce Asset-Holding, Kuala Lumpur, Malaysia 263
95 Commerce Bancorp,Cherry Hill, NJ,USA 249
96 Commerzbank, Frankfurt am Main, Germany 45
97 Commonwealth Bank Group, Sydney, Australia 65
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 193
98 Compass Bancshares,Birmingham, AL,USA 228
99 Countrywide Financial Corporation, Calabasas, CA, USA 58
100 Credit Agricole Groupe, Paris, France 5
101 Credit Mutuel, Paris, France 24
102 Credit Suisse Group, Zurich, Switzerland 27
103 Daishi Bank, Nigata-shi, Japan 276
104 Danske Bank, Copenhagen, Denmark 53
105 DBS Bank, Singapore 83
106 DekaBank Deutsche Girozentrale, Frankfurt am Main, Germany. 175
107 DEPFA Bank, Dublin, Ireland 179
108 Desjardins Group, Levis, Canada 99
109 Deutsche Apotheker und Arztebank, Dusseldorf, Germany 240
110 Deutsche Bank, Frankfurt, Germany 21
111 Deutsche Postbank, Bonn, Germany 103
112 Dexia, Brussels, Belgium 41
113 DnB NOR Group, Oslo, Norway 81
114 Doral Financial Corp, San Juan,PR,USA 261
115 Dresdner Bank, Frankfurt am Main, Germany 63
116 DZ Bank Deutsche Zentral - Genossenschaftsbank, Frankfurt am Main
Germany
52
117 EFG Bank European Financial Group, Geneve, Switzerland 148
118 Emirates Bank International,Dubai,United Arab Emirates 282
119 Emporiki Bank, Athens, Greece 225
120 Erste Bank, Vienna, Austria 95
121 Euroclear Bank, Brussels, Belgium. 278
122 Eurohypo, Eschborn, Germany 72
123 FCE Bank, Brentwood, United Kingdom 150
124 Fifth Third Bancorp, Cincinnati, OH, USA 66
125 First Commercial Bank, Taipei, Taiwan 236
126 First Horizon National Corp,Memphis, TN,USA 229
127 FirstRand Banking Group,Sandton, South Africa 183
128 ForeningsSparbanken (Swedbank), Stockholm, Sweden. 89
129 Fortis Bank, Brussels, Belgium 34
130 Franklin Resources, San Mateo, CA, USA 163
131 Fubon Financial Holding, Taipei, Taiwan 118
132 Golden West Financial Corp, Oakland, CA, USA 75
133 Groupe Banques Populaires, Paris, France* 36
134 Groupe Caisse d'Epargne, Paris, France 22
135 Grupo Bancaja, Valencia, Spain. 146
136 Grupo Financiero Inbursa, Mexico 242
137 Gruppo Banco Popolare di Verona e Novara, Verona, Italy. 130
138 Gulf International Bank, Manama,Bahrain 296
139 Gunma Bank, Maebashi, Japan 206
140 Hachijuni Bank, Nagano-shi, Japan 172
141 Hamburger Sparkasse(Haspa),Hamburg, Germany 243
142 Hana Bank, Seoul, Korea (South) 135
143 HBOS, Edinburgh, United Kingdom 9
144 Helaba-Landesbank Hessen-Thuringen Girozentrale, Frankfurt am Main, Germany
121
145 Hibernia Corp, New Orleans, LA, USA 274
146 Higo Bank, Kumamoto-shi,Japan 277
147 Hiroshima Bank, Hiroshima-shi,Japan 256
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 194
148 Hokkoku Bank,Kanazawashi-shi, Japan 268
149 Hokugin Financial Group, Toyama City,Japan 170
150 HSBC Holdings, London, United Kingdom 3
151 HSH Nordbank, Kiel, Germany 68
152 Hua Nan Commercial Bank, Taipei,Taiwan 237
153 Huntington Bancshares, Columbus, OH, USA 177
154 Hyakugo Bank,Tsu-shi,Japan 293
155 Hyakujushi Bank,Takamatsu-shi,Japan 300
156 Hypo Real Estate Holding, Munich, Germany 106
157 HypoVereinsbank, Munich, Germany 29
158 Ibercaja (Caja de Zaragoza ,Aragon & Rioja) Zaragoza ,Spain 255
159 IKB Deutsche Industrie bank , Dusseldorf, Germany 191
160 Industrial and Commercial Bank of China, Beijing, Peoples Republic of China
32
161 Industrial Bank of Korea, Seoul, Korea (South) 162
162 ING Bank, Amsterdam, Netherlands 17
163 International Commercial Bank of China,Taipei,Taiwan 209
164 Investec, Sandton, South Africa 252
165 Irish Life & Permanent, Dublin, Ireland 174
166 Israel Discount Bank,Tel Aviv,Israel 286
167 Iyo Bank, Matsuyama-shi,Japan 232
168 John Hancock Holdings (Dekaware), Washington, DE, USA 84
169 Johnan Shinkin Bank, Tokyo, Japan 297
170 Joyo Bank, Mito-shi, Japan 157
171 JP Morgan Chase & Co, New York, NY, USA 2
172 Juroku Bank, Gifu-shi,Japan 289
173 Jyske Bank, Denmark 275
174 Kagoshima Bank,Kagoshima-shi,Japan 281
175 Kauppthing Bunadarbanki, Iceland 211
176 KBC Bank, Brussels, Belgium 48
177 KeyCorp, Cleveland, OH, USA 85
178 Kookmin Bank, Seoul, Korea(South) 76
179 Korea Exchange Bank, Seoul,Korea(South) 213
180 Korea First Bank, Seoul,Korea (South) 245
181 Krung Thai Bank, Bangkok,Thailand 264
182 Land Bank of Taiwan, Taipei, Taiwan 194
183 Landesbank Baden-Wurttemberg, Stuttgart, Germany 56
184 Landesbank Sachsen Girozentrale,Leipzig,Germany 280
185 Landwirtschaftliche Rentenbank, Frankfurt am Main,Germany 244
186 LGT Bank in Liechtenstein Vaduz, Liechtenstein 284
187 Lloyds TSB Group, London, United Kingdom 26
188 LRP Landesbank Rheinland-Pfalz, Mainz, Germany 193
189 M&T Bank Corporation, Buffalo, NY, USA 153
190 Macquarie Bank,Sydney,Australia 218
191 Marshall & Isley Corp, Milwaukee, WI, USA 189
192 Maybank, Kuala Lumpur Malaysia 161
193 MBNA Corp, Wilmington, DE, USA 47
194 Mellon Financial Corp, Pittsburgh, PA, USA 182
195 Merrill Lynch Bank USA, Salt Lake City, UT, USA 115
196 Metlife, New York, NY, USA 31
197 Migrosbank, Zurich, Switzerland 265
198 Millenium bcp, Porto, Portugal 101
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 195
199 Mitsubishi Tokyo Financial Group, Tokyo, Japan 7
200 Mitsui Trust Holdings, Tokyo, Japan 97
201 Mizuho Financial Group, Tokyo, Japan 8
202 Nanto Bank,Nara-City, Japan 279
203 National Agricultural Cooperative Federation , Seoul,Korea(South) 116
204 National Australia Bank, Melbourne, Australia 40
205 National Bank of Canada, Montreal, Canada. 159
206 National Bank of Greece, Athens, Greece. 127
207 National Bank of Kuwait,Safat, Kuwait 251
208 National City Corp, Cleveland, OH, USA 60
209 National Commercial Bank, Jeddah, Saudi Arabia 145
210 National Savings and Commercial Bank, Budapest, Hungary 223
211 Nedcor,Johannesburg,South Africa 165
212 Nederlandse Waterschapsbank, The Hague, Netherlands 291
213 New York Community Bancorp,Westbury, NY,USA 254
214 NIB Capital Bank, The Hague, Netherlands 222
215 Nishi-Nippon Bank, Tukuoka-shi, Japan 235
216 Norddeutsche Landesbank Girozentrale, Hanover, Germany 96
217 Nordea Group, Stockholm, Sweden 44
218 Norinchukin Bank, Tokyo, Japan 35
219 North Fork Bancorporation, Melville, NY,USA 158
220 Northern Rock, Newcastle-upon-Tyne, United Kingdom 139
221 Northern Trust Corporation, Chicago, IL, USA 154
222 Nykredit Realkredit Group, Copenhagen, Denmark 71
223 OP Bank Group, Helsinki, Finland 119
224 Osterreichische Volksbanken, Vienna,Austria 239
225 Oversea-Chinese Banking Corporation, Singapore 113
226 Piraeus Bank,Athens, Greece 246
227 PKO Bank Polski, Warsaw, Poland 247
228 PNC Financial Service Group, Pittsburgh, PA, USA 100
229 Popular, San Juan, PR, USA 156
230 Public Bank, Kuala Lumpur, Malaysia 233
231 Rabobank Group, Utrecht, Netherlands 14
232 Raiffeisen Zentralbank Osterreich, Vienna, Austria 131
233 Regions Financial Corp, Birmingham, AL, USA 98
234 Resona Holdings, Osaka, Japan 54
235 Riyad Bank, Riyadh, Saudi Arabia. 210
236 Royal Bank of Canada, Montreal, Canada 49
237 Royal Bank of Scotland, Edinburgh, United Kingdom 6
238 Sal Oppenheim Jr. & Ci. Komm. Auf Aktien, Cologne, Germany 257
239 Samba, Riyadh, Saudi Arabia. 186
240 Sampo Group, Helsinki, Finland 173
241 San-In Godo Bank, Matsue-shi,Japan 241
242 SanPaolo IMI, Turin, Italy 42
243 Santander Central Hispano, Santander, Spain 12
244 Sapporo Hokuyo Holdings,Sapporo,Japan 226
245 Saudi British Bank, Riyadh, Saudi Arabia 294
246 Sberbank-Savings Bank of the Russian Fed, Moscow, Russia. 138
247 Schroders,London,United Kingdom 224
248 Schweizer Verband der Raiffeisenbanken, St. Gallen, Switzerland. 129
249 Scotiabank, Toronto Canada 46
250 Shanghai Commercial & Savings Bank, Taipei, Taiwan 302
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 196
251 Shanghai Pudong Development Bank, Shanghai, People Republic of China.
270
252 Shiga Bank, Otsu-shi, Japan 271
253 Shinhan Financial Group, Seoul, Korea (South) 120
254 Shinkin Central Bank, Tokyo, Japan 77
255 Shinsei Bank, Tokyo, Japan 128
256 Shizuoka Bank, Shizuoka-shi, Japan 122
257 Shoko Chukin Bank, Tokyo, Japan. 92
258 Siam Commercial Bank, Bangkok, Thailand 272
259 Skandinaviska Enskilda Banken, Stockholm Sweden 86
260 SNS Bank, Utrecht,Netherlands 202
261 Societe Generale, Paris, France, 23
262 Sovereign Bancorp, Philadelphia, PA, USA 143
263 St.George Bank, Kogarah,Australia 215
264 Standard Bank Group (Stanbank), Johannesburg South Africa 108
265 Standard Chartered, London United Kingdom 74
266 State Street Corp, Boston MA, USA 114
267 Sumitomo Mitsui Financial Group, Tokyo, Japan 15
268 Sumitomo Trust & Banking, Osaka shi, Japan 72
269 Suncorp-Metway, Brisbane, Australia 292
270 SunTrust Banks, Atlanta, GA, USA 61
271 Svenska Handelsbanken, Stockholm, Sweden 79
272 Synovus Financial Corp, Columbus, GA, USA 201
273 Taiwan Cooperative Bank, Taipei, Taiwan 262
274 TC Ziraat Bankasi, Ankara, Turkey 144
275 Toronto-Dominion Bank, Toronto, Canada 57
276 Turkiye Garanti Bankasi, Istanbul, Turkey 203
277 Turkiye Halk Bankasi, Ankara, Turkey 212
278 Turkiye Is Bankasi, Istanbul, Turkey. 110
279 U.S. Bancorp, Minneapolis, MN, USA 43
280 UBS, Zurich, Switzerland 19
281 UFJ Holdings, Osaka-shi, Japan 28
282 Unibanco-Uniao de Bancos Brasileiros, Sao Paulo, Brazil 167
283 Unicaja, Malaga, Spain. 248
284 UniCredit Milan, Italy 39
285 United Overseas Bank , Singapore 102
286 VakifBank (Turkiye Vakiflar Bankasi TAO), Ankara,Turkey 283
287 Vneshtorgbank-Bank for Foreign Trade, Moscow, Russia 185
288 Volkswagen Bank, Braunschweig, Germany 171
289 Wachovia Corporation, Winston-Salem, NC, USA 18
290 Washington Mutual, Seattle, WA, USA 38
291 Wells Fargo & Co, San Francisco, CA, USA 16
292 WestLB, Dusseldorf, Germany 111
293 Westpac Banking Corporation, Sydney, Australia 78
294 WGZ-Bank, Dusseldorf,Germany 230
295 Woori Bank, Seoul, Korea (South) 104
296 Wustenrot & Wiirttemburgische,Stuttgart, Germany 219
297 Yamaguchi Bank, Shimonoseki-shi, Japan 217
298 Yapi ve Kredi Bankasi, Istanbul, Turkey 187
299 Zions Bancorporation, Salt Lake City, UT, USA 184
300 Zurcher Kantonalbank, Zurich Switzerland 132
Notes: The places of banks indicated hereinabove are those of their registered offices.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 197
Bank Guarantees/Solvency Certificates issued by any of their branches authorized by the respective banks, at any location, are also acceptable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 198
APPENDIX A-9
INFORMATION/CONFIRMATION/CLARIFICATIONS TO BE FURNISHED BY BIDDER Technical evaluation of the bids shall be based on the information / details / confirmation provided by the bidder in response to the technical queries asked for in this Appendix. Hence bidders are advised to ensure that they submit complete details without any ambiguity in the space provided or
in the format / tables / Annexure specifically asked for with this Appendix, along with their proposal. Some of the points will require confirmation from the bidders and / or submission of documentary evidence in support of their claims. Bids submitted with incomplete details or no response against any query shall be treated as non-responsive bids and shall be liable for rejection without any further opportunity.
Bidder to note that Company does not intend to issue further technical queries / clarification after opening of technical bids and accordingly Bidder’s offer shall be evaluated based on the response provided against each technical query listed herein below.
In case bidders wish to seek any clarification to the bid package, they shall submit a hard & soft
copy of same in a proper format giving reference of bid volume number, section number, clause number, page no. & description of bid clause & clarification sought in Microsoft Word file. Company shall provide clarifications to their queries either through addendum or during Pre-Bid Conference prior to the dead line of submission of bids.
Sl.
No.
Company’s Query Bidder’s
Response
Remarks
1 Bidder to confirm that he has gone through the bid package, addendum (if any) and any other information given to the bidder, and quoted for
the complete scope of work including optional items (if any) described therein. (Refer clause no.
1.0 of technical BEC)
No conditional confirmation is acceptable.
2(a)
2(b)
Bidder to confirm that he has gone through in every details of the bid package and has fully understood the requirements given in the bid
package specially the scope of work, design
criteria, specifications, data sheets, drawings (preliminary) etc. and that he has taken no technical deviations to the functional specifications.
Company clarifies that Exceptions / Deviations / Clarifications, if any, to the bid package shall be clarified / resolved prior to the submission of bids. Company further clarifies that manufacturer’s deviations, if any, to the bid specifications, related specific to their machinery or equipment
or product shall however, be discussed, and reviewed during detail engineering subject to submission of valid reasons by the manufacturer. No deviations to functional / safety & operational requirements shall however, be entertained by
Company. Further, Company’s decision shall be final & binding in this matter and bidder shall be fully responsible for any consequence on
No conditional confirmation is acceptable.
No conditional confirmation is acceptable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 199
Sl. No.
Company’s Query Bidder’s Response
Remarks
account of non-acceptance of deviations by
Company. Bidder to confirm compliance.
3 Bidder to confirm that he understands that the
preliminary drawings enclosed with the bid package is not warranted against accuracy,
suitability or completeness and that the Bidder shall be fully responsible to carry out its own complete design & engineering, surveys and verification of existing facilities / modifications as per the bid package and that all such changes shall be carried out within the lump sum Contract
Price without any time impact to Company.
No conditional
confirmation is acceptable.
4 Company clarifies that information such as scope of work, conceptual design, equipment / material list, description of facilities, vendor/sub-contractor’s proposal(s), procedures or any other
such information contained in Bidder's offer shall be treated as for general information only and shall not be considered to be limiting for Bidder’s scope of work. Company further clarifies that any deviations to scope of work & technical specifications contained in the vendors/sub-
contractor’s proposals included in the bidder’s offer shall be ignored. Bidder to confirm that notwithstanding anything in the Bidder’s offer to the contrary, he shall provide the entire facilities in compliance with the bid package.
No conditional confirmation is acceptable.
5 Deleted
6 The procedures (engineering, procurement, fabrication, coating & wrapping of line pipes, load out, sea fastening, transportation, offshore installation, welding, testing etc.) if any, outlined
in the bidder’s offer shall be treated as for general information only and no way shall be construed as approved. Bidder shall develop detailed procedures after award of contract and submit for Company’s approval. Bidder to
confirm compliance.
No conditional confirmation is acceptable.
7 Company clarifies that the Vendor list, if any, included in bidder’s offer shall be treated as for information only. Company shall communicate acceptability of the Vendor only after review of
vendor’s pre-qualification documents etc. to be submitted by the Contractor after award of contract. Bidder to confirm that all Vendor selection will be based on full compliance with Company’s bid package, Specifications and Addendum requirements and that bidder will
solicit Company’s approval prior to finalization of any Vendor.
No conditional confirmation is acceptable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 200
Sl. No.
Company’s Query Bidder’s Response
Remarks
8 Bidder to confirm that he shall submit all
deliverables (drawings, calculations, purchase specifications, vendor data / drawings, procedures etc.) for review and approval by Company as specified in Company’s bid package. The method, sequence and schedule
for submission of documents shall be mutually discussed and agreed with Company soon after award of contract and bidder shall comply with agreed schedule & methodology.
No conditional
confirmation is acceptable.
9 The codes, standards and other specifications for
this project shall be as specified in Company’s Bidding Documents. All surveys, design, engineering, procurement, inspection, fabrication, anti-corrosion & weight coating, load out, tie down, transportation, laying, topside modifications, hook-up, testing, pre-
commissioning, start-up and commissioning, performance guarantee tests, etc. shall be carried out by the bidder to Company’s satisfaction in full accordance with the various codes and standards specified in Company’s Bidding Documents in accordance with the order
of precedence given in the bid package. Bidder to confirm compliance.
No conditional
confirmation is acceptable.
10 Deleted
11(a
) 11(b)
Bidder to confirm the project completion date as
given in the bid package (clause no.1.4 of Part I, Vol. I of the bid package. Bidders to refer to the Appendix A - 4 included in the Part-I of Vol.-I of the bid package and submit all Project Key Dates as specified.
No conditional
confirmation is acceptable. Bidders are requested to submit duly filled in
Appendix A – 4.
12 Bidder to confirm that he will carry out all surveys as specified in Bidding Documents such as pre-engineering survey, pre-construction survey, post
installation survey etc. Bidder to furnish schedule for carrying out these surveys. In particular bidder to confirm that he will carry out pre-engineering survey immediately after award of contract and will carry out necessary modifications, if any, to the facilities proposed as per results of verification
/ pre-engineering survey for pipeline and topside modifications, without any cost and time impact to Company.
No conditional confirmation is acceptable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 201
Sl. No.
Company’s Query Bidder’s Response
Remarks
13
(a)
13 (b)
Bidder to confirm that his offer includes
mobilization of required size pile driving hammers, pile remedial equipment as specified in the bidding document, as part of his marine spread and same shall be available at installation site, throughout the period of installation of jackets.
Bidders to determine the requirement of saturation diving system or some safer alternative to meet the requirement as specified in the bid package and confirm the availability of the same at offshore as per the work requirement. (Refer
clause no. 10.0 of technical BEC)
No conditional
confirmation is acceptable.
No conditional confirmation is acceptable.
14 Deleted
15
Bidder to furnish experience details of the executing agencies / sub-contractors for their
respective scope of work. Bidder shall furnish division of work amongst various agencies and location of work centre in Table B5A included in Part I of Vol I of the bid package. For the purpose of assessment of experience capability of the executing agencies, their respective experience
in executing similar works for at least one offshore project in last 10 years shall be submitted along with relevant details for the project, which they think most appropriate in order to qualify BEC & also submit documentary evidence (order copy / completion certificate etc.) in support of their
claim. (Refer clause no. 5.4 of technical BEC), willingness letter from the proposed sub-contractors for carrying out their respective scope of work etc. Bidder shall submit these details for the following major agencies:
1. Agency for surveys (Annexure # 1)
2. Agency for design & engineering of platforms (Annexure # 2)
3. Agency for design & engineering of risers & submarine pipelines (Annexure #3)
4. Agency for fabrication of jacket & piles
(Annexure # 4) 5. Agency for fabrication of deck & topsides
for Well platform (Annexure # 5) 6. Agency for fabrication of building
module (Annexure # 6)
7. Agency for anti corrosion & weight coating of line pipes (Annexure # 7)
8. Agency for transportation (Annexure #8) 9. Agency for installation of jacket, deck &
topsides (Annexure #9) 10. Agency for laying pipelines (Annexure #
10)
Bidders are requested to submit
all relevant details in Table B5A and Annexure # 1 to Annexure # 13.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 202
Sl. No.
Company’s Query Bidder’s Response
Remarks
11. Agency for hook-up, modification, testing,
pre-commissioning, commissioning etc. (Annexure # 11)
12. Agency for safety studies (Annexure # 12) 13. Third Party Inspection Agency (only
willingness letters in Annexure # 13) Bidder shall also furnish full addresses of agencies
proposed and locations of the centres for design & engineering, fabrication, weight coating, safety studies etc. in respective annexure. Bidder shall note that in case the agency proposed by him is a joint venture / consortium, the
experience of joint venture / consortium shall be evaluated by Company for qualification of BEC. In case proposed agency had different identity during the past for which experience details have been furnished, bidder shall submit all documents linking previous & present identities.
16 For the purpose of assessment of the adequacy of the sub-contractors facilities at design & engineering centre, fabrication yard and suitability of the offshore construction spreads including accommodation and hookup barges
proposed by the bidder to execute the works, bidders shall furnish the following details (Refer clause no. 5.5 of technical BEC):
1. Fabrication Yards:
Details of facilities available at each Fabrication
Yard, layout of Fabrication Yards, manpower available at each Fabrication Yards Contractor’s organogram at fabrication yards, Past track record, no. of jacket / deck / modules fabricated simultaneously in last 10 years, current work load and future work load at the proposed
yards etc. (Annexure # 14)
2. Marine spread: Complete details of Marine spread (Derrick Barges, Lay barges, Launch barge, Hook-up & Accommodation barges, supply / cargo barges,
Survey Boats, Saturation Diving Spread etc.) to be deployed for the project, deployment schedule for the project keeping in view the offshore season and project completion schedule, registration documents, willingness
letters from barge owners, capacity curves of derrick cranes of the installation barges, past track record of Derrick Barges and Lay barges, (Annexure # 15)
3. Offshore works: Man-power histogram & schedule for hook-up,
Bidders are requested to submit all relevant details in Annexure # 14 to Annexure # 16.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 203
Sl. No.
Company’s Query Bidder’s Response
Remarks
testing, pre-commissioning & commissioning
activities (Annexure # 16)
17 Bidder to confirm his plan for installation of jacket
i.e. by lifting or launching. If the bidder proposes to install the jacket by lifting, he shall furnish the
details of offshore lifting plan including expected lift weight of jacket and the derrick crane details with lifting chart of the proposed derrick barge. (Annexure # 17)
Bidders are
requested to submit all relevant details in
Annexure # 17.
18 Bidder to indicate the no. of lifts for installation of
decks including building module, gas compressor modules, etc. and provide maximum expected weight of individual lifts and the details of derrick crane with lifting chart of the proposed marine spread. (Annexure # 18)
Bidders are
requested to submit all relevant details in Annexure # 18.
19 Bidder to confirm that he shall mobilize barges of
adequate capacity with proven track record for installation of Jacket / Piles / Deck / Submarine pipeline and risers / platform modification/modules.
Bidder to confirm that if installation procedure during detailed engineering necessitates change of installation / laying barge(s); bidder shall do so with the approval of Company without any time and cost impact to Company.
No conditional
confirmation is acceptable.
20 Bidder to confirm that he shall submit valid registration / classification documents of the concerned classifying agency for all barges and vessels of the marine spread to be deployed for the project, 120 days prior to installation schedule.
No conditional confirmation is acceptable.
21 Bidder to confirm that required technical personnel of the fabrication and installation agencies shall be deputed to the design centre during engineering phase to review and finalize
all engineering aspects requiring their inputs / concurrence.
No conditional confirmation is acceptable.
22 Bidder to confirm that he has quoted strictly as per quantities indicated for pipeline length, numbers of free span corrections, number of
crossings, and number of flow arm installations.
No conditional confirmation is acceptable.
23 Bidder to confirm that he has indicated unit rate against each item in Appendix A-3 Schedule of Prices for both increase and decrease in pipeline length, number of free span corrections, number
of crossings, and number of Riser clamps(Hanger,fixed and adjustable)
No conditional confirmation is acceptable.
24 No clause
25 Bidder to confirm compliance to clause 5.9 of
part-II of the bid package for material and workmanship.
No conditional
confirmation is acceptable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 204
Sl. No.
Company’s Query Bidder’s Response
Remarks
26 Quality Assurance: Bidder shall submit a copy of
valid ISO certificate acquired by him & his sub-contractors and Quality Assurance Plan proposed for the project. (Annexure # 19)
Bidders are
requested to submit all ISO certificates in Annexure # 19
27 Deleted
28 Deleted
29 Bidder to confirm whether the structural configuration of jacket of the process platform, proposed by him is similar to the one indicated in
the bid package. If not, bidder shall submit an alternative conceptual design duly approved by an independent agency as specified in clause no. 2.0 of technical BEC.
Bidders are requested to confirm or submit an
alternative conceptual design duly approved by an agency specified by Company in BEC, in Annexure # 20.
30 Bidder to confirm that he has submitted details of the two platforms of similar design as proposed by him and give the name of operator, name of the contact person etc. for one of the platforms where similar alternative design has been
provided and operating successfully. (Refer clause no. 2.0 of technical BEC)
Bidders are requested to submit these details in Annexure #21. This is applicable for
alternative design only.
31 Bidder to confirm that he will carry out the Quantitative Risk Analysis (QRA) of the entire facilities for its integrity and safety for the design
life including implementing the recommendations of such QRA at all stages of project implementation within the Quoted Lump
Sum Cost. (Refer clause no. 3.0 of technical BEC)
No conditional confirmation is acceptable.
32 Bidder to confirm that he proposes to use new
material / equipment for this project (Refer clause no. 4.0 of technical BEC)
No conditional
confirmation is acceptable.
33 Bidders are requested to furnish their own experience of executing as a turnkey contractor for at least one offshore platform project in last 10 years & submit relevant details for the project, which they think most appropriate in order to qualify BEC & also submit documentary evidence
(order copy, completion certificate etc.) in support of their claim. (Refer clause no. 5.1 of
technical BEC)
Bidders are requested to submit relevant details in Annexure #22 in addition to duly filled in APPENDIX B5.
34a)
34b)
Bidder to confirm whether the bid submitted by him is a consortium / joint venture bid or single
bidder basis. In case of a consortium / joint venture bid,
bidder to indicate the name of partners, leader of the consortium and submit experience details for all his partners, as asked for in Sl.No. 14 above.
Bidders are
requested to submit all relevant details in Annexure #23 in
addition to duly filled in APPENDIX B5 for all
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 205
Sl. No.
Company’s Query Bidder’s Response
Remarks
34c)
34d)
In case of a consortium / joint venture bid, bidder
shall submit Memorandum of Understanding defining role & scope between the consortium members, duly signed by all members. (Refer clause no. 3.0 of Part I of Vol. I of the bid package)
Bidder to confirm that he himself (and not through collaboration agreement or other sub-contracts) has the relevant experience for offshore project management and for at least one of the activities as indicated in the clause no.
5.2 of technical BEC. Bidder to furnish his own experience in order to qualify the BEC & also furnish documentary evidence in support of their claim.
partners.
35(a)
35(b)
Bidder to confirm that he himself shall carry out
project management and at least one of the activities as indicated in the clause no. 5.3 of technical BEC. Bidder to indicate the activities in addition to project management to be carried by himself in
order to qualify the clause no. 5.3 of technical BEC
No conditional
confirmation is acceptable.
36 Bidder to submit in brief his complete Project Execution Plan (Annexure # 24)
Bidders are requested to submit Project Execution
Plan in Annexure # 24.
37 Bidder to furnish the name of the proposed vendor for supply of the compressor train. For the purpose of assessment of experience
capability of the compressor trains vendor, their own experience in engineering, fabrication, assembling, packaging, and supplying at least two compression modules in the range of proposed compressor trains in last 10 years shall be evaluated. At least one such compressor train
should have been operating satisfactorily for 8000 hours. Accordingly bidder shall furnish relevant
details of the projects, which they think most appropriate in order to qualify BEC & also submit documentary evidence (order copy/ completion
certificate, owner’s letter for satisfactory operation of compressor trains supplied by the proposed compressor trains vendor etc.) in support of their claim (Refer clause no. 5.6 of technical BEC), willingness letter from the proposed compressor trains vendor, etc. Bidder
shall submit these details in Annexure # 25.
NA
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 206
Sl. No.
Company’s Query Bidder’s Response
Remarks
38 Bidders to furnish the name of compressor
manufacturer and submit all technical details required for the proposed machine in Annexure # 26.
N/A
39 Bidders to furnish the name of turbine
manufacturer and submit all technical details required for the proposed machine in Annexure # 27
N/A
40 Bidders to furnish a written guarantee from the
compressor manufacturer for undertaking the
activities defined in clause no. 5.6.3 of technical BEC in Annexure # 28
N/A
41 Bidder to confirm whether the fabrication of Compression Modules shall be carried out by the bidder at their yard or any other fabricator, who
has fabricated, assembled, tested and supplied
at least two compression modules in last 10 years or fabricated two process platform decks in his yard in last 10 years as per BEC clause no. 5.6.5.1. Bidder shall furnish name of the fabricator, details of their experience (past track record, facilities
available at fabrication yard, layout of fabrication yard, manpower available at each fabrication yard, no. of decks / modules fabricated simultaneously in last 10 years, current work load and future work load at the proposed yard, commitment letter from the fabricator,
documentary evidence (order copy, completion certificate, owner’s letter for satisfactory operation of compression module supplied by the fabricator etc.) in support of their claim etc. in Annexure #29.
N/A
42 Bidder shall furnish an undertaking covering following in Annexure # 30. (Refer clause nos. 5.6.5.2 & 5.6.5.4 of technical BEC):
(i) The completing testing including making available all facilities required
for testing i.e. instrumentation, utilities etc.
(ii) The fabrication & quality control of the entire compression modules shall be conducted under his direct supervision & total control.
(iii) Necessary undertakings from all major vendors of compressor, turbine, control & safety system, PLC, vibration
monitoring system, coolers, anti surge control valves etc. to provide post-warranty service / spares for a period
of 15 years from the date of supply of equipment and that the response time for offering such services from
N/A
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 207
Sl. No.
Company’s Query Bidder’s Response
Remarks
OEM shall not exceed two weeks from
date of written request from ONGC.
43 Bidder shall furnish the name & address of
agency for carrying out design & engineering of complete compression modules & their experience to qualify them BEC i.e. design & engineering experience of at least two compression modules in last 10 years and at least
one such compression module should have been operating satisfactorily for 8000 hours. Accordingly bidder shall furnish relevant details of the projects, which they think most appropriate in order to qualify BEC & also submit documentary evidence (order copy/ completion certificate,
owner’s letter for satisfactory operation of compression module engineered by them etc.) in support of their claim (Refer clause no. 5.6.6 of technical BEC), willingness letter from the proposed agency etc. Bidder shall submit these details in Annexure # 31.
N/A
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 208
Appendix A-10
MILESTONE PAYMENT FORMULA
Sl. No.
Activity Amount
Milestone (%)
Milestone for Payment
1 Insurance
85
15
Upon submission of certificate of insurance for insurance policy(ies) Specific for the project (including contractors all risk policy) acceptable to
company in terms of clause 7.3 and proof of 100% premium paid to Insurance Company. Upon submission of copy of Insurance policy(ies) specific for the project and
certificates of insurance for other policies and acceptance by Company Note: In case the cost of insurance quoted by
the contractor is more than 3.5% of contract value then the reimbursement shall be initially restricted to 3.5% only and
balance towards the insurance charges shall be payable after completion of the project in all respects and acceptance
by the company.
2 Survey Pre-Engg./Pre-Installation /Post-Installation Survey
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
(d) C-39-A Well Platform
(e) Submarine Pipelines
(i) C-39-A to C-24
(ii) C-24 to NQG
(iii) C-39-1 to Tie -in (C-39-A to C-24)
30
30
40
Upon progressive completion of pre-engineering survey and submission of complete survey report and its
acceptance by Company Upon progressive completion of pre-installation survey and submission of complete survey report and its acceptance by Company
Upon progressive completion of post- installation survey and submission of
complete survey report and its acceptance by Company.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 209
(iv) C-22 to Tie -in (C-24 to NQG)
(f) Trombay-Tata power (on land pipeline)
(g) Topside Modification at NQ complex
(h) Modification at Trombay
3 Design Engineering
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
(d) C-39-A Well Platform
(e) Submarine Pipelines
(i) C-39-A to C-24
(ii) C-24 to NQG
(iii) C-39-1 to Tie -in (C-39-A to C-24)
(iv) C-22 to Tie -in
(C-24 to NQG)
(f) Trombay-Tata power (on land pipeline)
(g) Topside Modification at NQ complex
(h) Modification at Trombay
90
10
Upon progressive completion of
engineering as approved and certified by Company’s representative Upon submission of As-built and vendor dossier/operating manual.
4 Material Procurement
4.1 Structural
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
(d ) C-39-A Well Platform
(e) Riser clamps for Riser and I/J tube at NQ complex
(f) Topside Modification
at NQ complex
10
60 25
5
Upon progressive placement of purchase order and acceptance by vendor.
Upon progressive dispatch from vendor works Upon progressive arrival at fabrication yard, submission of mill inspection and test reports, inspection and acceptance by
Company. Upon progressive submission of release note by certification agency and upon clearance of punch points.
Note: -Basis of Milestone achievement- Total weight of tubular and wide flange beams as per
MTO (good for order) based. The contractor shall provide total tonnage for full scope of work during design engineering.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 210
Material and equipments (other than structural):
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
(d) C-39-A Well Platform
(e) Submarine Pipelines
(i) C-39-A to C-24
(ii) C-24 to NQG
(iii) C-39-1 to Tie -in (C-39-A to C-24)
(iv) C-22 to Tie -in (C-24 to NQG)
(f) On-Land Pipelines
(g) Topside Modification Materials at NQ complex
(h) Modification Material at Trombay
(i) Risers, & Bends for NQ complex (Weightage
factors: Riser -90% Bends- 10%
4.2
(j) Material other than pipeline, Risers& Bends viz: coating material etc.
10 60
25
5
Upon progressive placement of purchase order and acceptance by vendor. Upon progressive dispatch from vendor works.
Upon progressive arrival at fabrication yard/coating yard, submission of vendor shop inspection & test reports, inspection and acceptance by Company at yard.
Upon progressive submission of release note by certification agency and upon clearance of punch points
Note 1:-Basis of Milestone achievement for Sl. no. 4.2 a) to (d) and 4.2 g & h) - by weight factor
of major items /equipments – as per Attachment-1&2 respectively to be submitted by Bidder.
Note 2:-Basis of Milestone achievement for sl.no.4.2 e), (f) (i) and (j) As per MTO for order placement per pipeline segment for line pipes, riser pipes & bends and accessories.
5 Fabrication
Jacket with piles, risers, conductors, appurtenances, aids for fabrication,
transportation & installation and
Cathodic Protection:
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
5.1
(d) C-39-A Well Platform
85 10
05
Upon progressive completion of fabrication as certified by Company. Upon completion of load out.
Upon clearance of Punch points, if any.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 211
a) Decks for C-22 Well Platform
b) Decks C-24 Well Platform
c) Decks for C-39-1 Well Platform
5.2
d) Decks for C-39-A Well Platform
85
10 05
Upon progressive completion of fabrication as certified by Company.
Upon completion of load out. Upon clearance of Punch points, if any.
Pipelines Anticorrosion & Concrete coating including fitting of anodes, coating of riser
and riser clamps fabrication for NQG.
(i) C-39-A to C-24
(ii) C-24 to NQG
(iii) C-39-1 to Tie -in (C-39-A to C-24)
(iv) C-22 to Tie -in (C-24 to NQG)
5.3
(v) On-Land Pipelines
85
10 05
Upon progressive completion of coat/wrap and submission of test reports
and its acceptance by the Company. Upon completion of load out. Upon clearance of Punch points, if any.
5.4 Topside Modification at
NQ complex
85 10
05
Upon progressive completion of fabrication as certified by Company Upon completion of load out
Upon clearance of Punch points, if any.
5.5 Modification at Trombay
85
10 05
Upon progressive completion of fabrication as certified by Company
Upon completion of load out Upon clearance of Punch points, if any.
6 Transportation Jacket with piles, risers, conductors, appurtenances, aids for
fabrication, transportation & installation and Cathodic Protection:
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
6.1
(d) C-39-A Well Platform
35
65
Upon sail out from fabrication yard
Upon arrival at offshore site
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 212
a) Decks for C-22 Well Platform
b) Decks C-24 Well
Platform
c) Decks for C-39-1 Well Platform
d) Decks for C-39-A Well
Platform
e) Submarine Pipelines
35 65
Upon sail out from fabrication yard. Upon arrival at offshore site
(i) C-39-A to C-24
(ii) C-24 to NQG (including risers/bends)
(III) C-39-1 to Tie -in (C-39-A to C-24)
(Iv) C-22 to Tie -in (C-24 to NQG)
f) On-Land Pipelines
g) Topside Modification materials for NQ
6.2
(h) Modification Material at Trombay
7 Installation Jacket, Piles, riser, Appurtenances, Aids, Cathodic Protection, Conductors, Deck of
following Platforms:
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
7.1
(d) C-39-A Well Platform
90
05
05
Upon progressive completion of installation of jacket, piles, appurtenances, deck and helideck
(wherever applicable) Upon completion of post installation survey, submission of survey report and its acceptance by the company.
Upon completion of punch points, if any.
Submarine Pipelines and crossings and Free span.
(i) C-39-A to C-24
(ii) C-24 to NQG
(iii) C-39-1 to Tie -in (C-39-A to C-24)
7.2
(iv) C-22 to Tie -in (C-24 to NQG)
75
25
Upon progressive completion of installation/laying
Upon progressive completion of Free span & crossings, if any.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 213
7.3 On-Land Pipelines and
crossings and Free span.
75
25
Upon progressive completion of installation/laying
Upon progressive completion of Free span & crossings, if any.
7.4 Risers & Riser Clamps
installation for NQ
complex
85
15
Upon completion of riser installation.
Upon completion of riser clamp installation.
7.5 Topside Modification
materials for NQ
complex
95
5
Upon completion of
installation/modification on platform. Upon clearance of punch points, if any
7.6 Modification materials
for Trombay
95 5
Upon completion of installation/ modification. Upon clearance of punch points, if any
8 Hook-Up, Testing, Pre-com. & Commissioning (wherever applicable)
(a) C-22 Well Platform
(b) C-24 Well Platform
(c) C-39-1 Well Platform
(d) C-39-A Well Platform
e) Topside modification for NQ complex
8.1
(h) Modification at Trombay
70
10 10
10
Upon progressive completion of
work
Upon completion of commissioning Upon completion of punch points
Upon submission of Certificate of Approval for the facilities by certification agency.
a) Submarine Pipelines 90 10
Upon completion of hook-up, testing & pre-commissioning/commissioning works. Upon submission of test reports,
its acceptance by Company and completion of punch points, if any.
(i) C-39-A to C-24
8.2
(ii) C-24 to NQG
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 214
(III) C-39-1 to Tie -in (C-39-A to C-24)
(Iv) C-22 to
Tie -in (C-24 to NQG)
b) On-Land Pipelines
9. Customs Duty 100 Reimbursable at actual limited to the amount indicated herein
on submission of documentary proof viz. bill of entry in original duly assessed by the Custom Authority and the amount of duty paid thereof along with
relevant supporting documents subject however to provisions of change in law as per clause 7.6 (subsequent legislation) of GCC.
10. Excise Duty 100 Reimbursable at actual limited to the amount indicated herein on submission of documentary proof viz. original invoice (buyer’s copy) prepared under
rule 11 of Central Excise Rule 2002 along with relevant
supporting documents subject however to provisions of change in law as per clause no. 7.6 (subsequent legislation) of GCC
(Excise invoice-original buyer’s copy.
11. Service Tax 100 Reimbursable at actual limited to the amount indicated herein on submission of documentary
proof viz. invoice, bill or challan as the case may be containing the particulars as per Rule- 4A of Service Tax Rule 1994 along with relevant supporting documents
for assessment and payment of tax subject to however to provisions of change-in-law as per clause 7.6(subsequent legislation) of GCC.
TOTAL
Notes:
1. Bidders to ensure that there is no mismatch between appendix A3 lumpsum prices and the milestone price quoted against all milestones.
2. Bidder to furnish the weightage factors for procurement of major equipments etc. as
applicable as per the enclosed format.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 215
3. Taxes and duties shall be paid only in Indian rupees. 5. The requirement of dispatch/sail out referred shall be Bill of Lading for dispatch and
certificate by carrier for sail out. 6. Separate invoice to be submitted for Asset wise works.
7. The milestone payment formula duly filled in Appendix A-10 shall be submitted with price bid and price blanked out with the techno-commercial bid.
8. Milestone to be submitted platform wise and Pipeline segment wise.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 216
WEIGHT FACTORS Weight factors for procurement of Piping, Major Equipment and E&T items for C-22 Well Platforms
Sl. No
Equipment/Item % of weight factors
A 1. 2.
3.
Piping Pipes, fittings & flanges Valves-Ball, globe, gate, check
Piping specialty items
Sub total
B Equipment and E&T Items
1. Jib Crane
2. Instrument utility Gas system
3. Dry chemical skid
4. Pressure indicator pressure transmitter
5. Temp. indicator / Temp. transmitter/Thermo well Flow recorder/flow transmitter/ flow document assembly/ Pressure control valve
6. Shutdown Valve
7. Pressure switch high low/control valve/pressure safety valve
8. Solar power system including NAV aid & Battery backup
9. Shutdown panel/HPU
10. Safety items
11. HIPPS
Sub-Total
Total 100%
Weight factors for procurement of Piping, Major Equipment and E&T items for C-24 Well Platforms Sl. No
Equipment/Item % of weight factors
A
1. 2. 3.
Piping
Pipes, fittings & flanges Valves-Ball, globe, gate, check Piping specialty items
Sub total
B Equipment and E&T Items
1. Jib Crane
2. Test Separator skid
3. Instrument utility Gas system
4. Crude condensate drum & transfer pump
5. Dry chemical skid
6. Pressure indicator pressure transmitter/pressure receiver
7. Temp. indicator / Temp. transmitter/Thermo well Flow recorder/flow transmitter/ flow document assembly/ Pressure control valve
8. Shutdown Valve
9. Pressure switch high low/control valve/pressure safety valve
10. Solar power system including NAV aid & Battery backup
11. Shutdown panel/HPU
12. Safety items
13. HIPPS
14. Monorail with chain pulley block
Sub-Total
Total 100%
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 217
Weight factors for procurement of Piping, Major Equipment and E&T items for 39-1 Well Platforms Sl. No
Equipment/Item % of weight factors
A 1. 2. 3.
Piping Pipes, fittings & flanges Valves-Ball, globe, gate, check Piping specialty items
Sub total
B Equipment and E&T Items
1. Jib Crane
2. Test Separator skid
3. Instrument utility Gas system
4. Dry chemical skid
5. Pressure indicator pressure transmitter
6. Temp. indicator / Temp. transmitter/Thermo well Flow recorder/flow transmitter/ flow document assembly/ Pressure control valve
7. Shutdown Valve
8. Pressure switch high low/control valve/pressure safety valve
9. Solar power system including NAV aid & Battery backup
10. Shutdown panel/HPU
11. Safety items
12. HIPPS
Sub-Total
Total 100% Weight factors for procurement of Piping, Major Equipment and E&T items for C-39-A Well Platforms
Sl. No
Equipment/Item % of weight factors
A 1. 2.
3.
Piping Pipes, fittings & flanges Valves-Ball, globe, gate, check
Piping specialty items
Sub total
B Equipment and E&T Items
1. Deck Crane
2. Test Separator skid
3. Instrument utility Gas system
4. Drum rack, GCI storage vessel with GCI transfer & injection pump
5. Crude condensate drum & transfer pump
6. Dry chemical skid
7. Pressure indicator pressure transmitter/pressure receiver
8. Temp. indicator / Temp. transmitter/Thermo well Flow recorder/flow transmitter/ flow document assembly/ Pressure control valve
9. Shutdown Valve
10. Pressure switch high low/control valve/pressure safety valve
11. Solar power system including NAV aid & Battery backup
12. Shutdown panel/HPU
13. Safety items
14. HIPPS
15. Monorail with chain pulley block
Sub-Total
Total 100%
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 218
Weight factors for procurement of Piping, Major Equipment and E&T items for NQG Platforms
Sl.
No Equipment/Item
% of weight
factors
A 1. 2. 3.
Piping Pipes, fittings & flanges Valves-Ball, globe, gate, check Piping specialty items
Sub total
B Equipment and E&T Items
1. Condensate pump
2. Electrical switch gear
3. Gas metering stators
4. KO Drum
5. Condensate metering
6. Pressure transmitter, pressure indicator
7. Temp. indicator / Temp. transmitter/Thermo well Flow recorder/flow transmitter/ flow document assembly/ Pressure control valve
8. Shutdown Valve
9. Pressure switch high low/control valve/pressure safety valve
10. Stand alone S/D Panel/HPU
11. Safety items
Sub-Total
Total 100%
Weight factors for procurement of Piping, Major Equipment and E&T items for TROMBAY
Sl. No
Equipment/Item % of weight factors
A
1. 2.
Piping
Pipes, fittings & flanges Valves
B Equipment and E&T Items
1. Gas metering skid
Sub-Total
Total 100%
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 219
Appendix A-11
List of suggested Vendors for Major Equipment (However vendors to meet Bid Evaluation Criteria and other Bid Specifications)
I Piping Items
SL No Item Vendor
1.
Pipe (Duplex SS)
a) Sumitomo Corporation, Japan. b) Kawasaki, Japan. c) NSC, Japan. d) Sandvik, Sweden. e) Avesta, Sweden. f) Mannesmam, Germany.
g) NKK, Japan. h) Coprosider Spa, Italy i) Schultz, Germany
2. Fittings.
(Duplex SS)
a) Sumitomo Corporation, Japan.
b) Sandvik, Sweden. c) Shimoda Iron Works Co.Ltd., Japan. d) Coprosider Spa. Italy. e) Mannesmann Rohren, Germany.
f) NKK, Japan. g) Schulz Export GMBH, Germany
3
Flanges (Duplex SS)
a) Sumitomo Corporation, Japan. b) Sandvik, Sweden. c) Coprisider Spa, Italy. d) Mannesmann, Germany.
e) Melesi, Italy (for sub-sea flanges)
f) Nicola Galperti & Figlio, Italy g) MGI, France
4. Ball Valves (Duplex
SS)
a) KTM, Japan.
b) KITZ, Japan. c) Deutsch Audco. Germany.
d) T.K. Valves Ltd, AbuDhabi, UAE e) Petrol Valves, Italy f) Dresser Spa , Italy g) Flowserve Flow Control GmbH, Germany
5. Other Valves(Gate Globe, Check :Duplex SS)
a) KITZ. Japan. b) KTM, Japan c) Petrol Valves, Italy d) TK Valve Ltd, Abu Dhabi, UAE e) Valvinox., Italy f) Weir Material & Foundaries Ltd, U.K
g) Truflo Rona S.A., Belgium
6.
Shutdown Valves (Duplex SS)
a) KTM, Japan b) KITZ, Japan
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 220
c) Deutsch Audco, Germany d) Flowserve Flow Control GmbH, Germany e) TK Valves Ltd, Abu Dhabi, UAE f) Dresser Spa . Italy
7.
Pipe (C.S NACE)
a) Sumitomo, Japan b) NKK, Japan c) Nippon Steel Corporation, Japan
d) Mannesmann, Germany e) Mitsubishi, Japan f) Dalmine Spa. Italy g) Mitsui & Co.Kawasaki, Japan h) Raccordi Forgiati, Italy
i) Kawasaki. Japan j) OMR Officine Meccaniche, Italy k) Schulz Export GMBH, Germany l) V & M , Germany/France
8.
Fittings (C.S. NACE)
a) Sumitomo, Japan b) Mega Spa. Italy c) Gam Recordie, Italy d) Raccordie Forgiati, Italy e) Fittinox Srl, Italy f) OMR Officine Mecaniche, Italy
g) Schulz Export GMBH, Germany h) Coprosider Spa , Italy i) Igwara, Singapore j) Technoforge, Italy
9.
Flanges (C.S. NACE)
a) Sumitomo, Japan b) Coprosider Spa Italy c) Officine Nicola Galperti Figlio S.p.A, Italy. d) Trouvay & Cauvin, France. e) Melesi, Italy.
f) Officine Ambrocio Melesi & C.Sri, Italy
g) MGI, France h) Schulz Export GMBH, Germany i) Special Flanges Srl , Italy
10.
Ball Valves (C.S.
NACE)
a) Cooper Cameron Valves, USA
b) Dresser Spa, Italy c) KTM, Japan d) Deutach Audco, Germany
e) Flowserve Flow Control GmbH, Germany f) KITZ, Japan. g) Serck Audco Valves International, U.K. h) Flow Control Technology, France i) Crane, USA j) Orbit Valve, U.K.
k) T.K. Valve, Abu Dhabi, UAE l) OMB Spa.Spain (Upto 1.5” size)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 221
m) Petrol Valve, Italy n) Valvinox, Italy o) Universal Sri. Italy NACE Ball Vaive (4” & Below) p) LCM, Italia. SRL Italy
r) Audco India Ltd, Chennai, India s) Multi Valve Technology , UK t) Raimondi. Italy u) Walther weir, Spain v) James Bury , Singapore w) Nishitani & Co , Japan
x) Yoneda Kogyo Co , Japan y) Truflo Rona S.A., Belgium
11. Gate, Globe, Check Valves (CS
NACE)
a) Cooper Cameron Valves, USA b) Dresser Spa, Italy
c) KTM, Japan d) Deutach Audco, Germany e) KITZ, Japan f) Serck, Audco Valves International, U.K g) Flow Control Technology, France h) Crane, USA
i) Orbit Valve, UK j) T.K.Valves, Abu Dhabi, UAE k) Omx Spa, Italy l) Petrol Valve, Italy
m) Valvinox, Italy n) Universal Srl, Italy
o) LVF, Italy p) BFE Spa, Italy q) SACCAP, France r) Flow serve Flow Control, GmbH, Germany s) Audco India Ltd, Chennai, India
12.
Shutdown Valves C.S. NACE
a) KTM, Japan b) Cooper Cameron Valves, USA c) KITZ, Japan d) Flow Control Technology, France
e) Crane, USA f) Orbit Valves, UK g) T.K.Valves, Abu Dhabi, UAE h) Tyco( Raimondi Ball valve ), Italy i) Petrol valve,Italy j) Dresser Italia Srl.(Grove Divisions), Italy
k) Flowserve Flowcontrol GmbH, Germany l) Audco India Ltd, Chennai, India Valvinox Srl, Italy
13.
Pipe (CS Non-
NACE).
a) BHEL, Trichy(Acceptable upto 4”)
b) Indian Seamless, Ahmed Nagar, India c) Jindal Pipes, New Delhi, India d) Saw Pipes, Delhi, India e) NSC, Japan f) Mitsubishi, Japan g) MGI, France
h) Maharastra Seamless, India
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 222
14.
Pipe Fittings in CS Non-NACE
a) Eby Industries, Mumbai, India b) Shivananda Pipe Fittings, Chennai India (only
seamless) c) Commercial Supplying Agencies, Mumbai, India
d) Precision Forging, India e) Forged Industrial Corp, India f) Tube Products, Baroda, India g) Pipe Fit Engineers ,Vadodara (for C.S, non-nace butt
welded fittings; BW Elbows Reducers/Tee/Cap(Seamless/Welded)
15.
Forged Flanges in C.S Non-NACE
a) Echjay Industries, Mumbai /Rajkot, India b) Paramount Forge, Mumbai, India
16.
Ball Valves. (Fire Safe) C.S. Non-NACE Refer note below
a) Audco India Ltd, Chennai, India. b) Petrol Valves, Italy
17.
Ball Valves.
CS Non-NACE. Refer note below
a) Audco India Ltd, Chennai, India
b) Forward Alloys & Castings, Mumbai (upto 8” X 900 # rating)
18. Gate, Globe, Check Valves (C.S.
Non-NACE)
a) Audco India Ltd, Chennai, India b) Forward Alloys & Castings, Mumbai, India( for check
valves C.S upto size 6” x 900 # rating)
19. Needle Valves. in CS Non-NACE
a) Sakhi Engineers, Mumbai/Baroda, India b) Chemvalves Industries, Mumbai, India c) Valvinox , Italy
Note : While all the vendors supplying C.S. NACE can also be considered for CS Non-NACE items, the list given above for CS Non-NACE is an additional list for vendors
supplying only carbon steel Non-NACE items and require pre-qualification for supplying items in C.S. NACE.
20.
Pipe (Stainless Steel) a) Choksi Tubes, Ahmedabad, India b) Kalindi, Delhi, India c) NFC, Hyderabad, India
d) Productos Tubulars SA, Spain e) Ratnamani Metals and Tubes, India
21 Pipes (Stainless
Steel, Welded)
a) Ratnamani Metals & Tubes, Ahmedabad, India
22. Ball Valves (SS
NACE and Non NACE)
a) Audco India Ltd, Chennai, India
23. Fittings (SS NACE & Non NACE)
a) Gujarat Infra Pipes, Mumbai, India
24. Flanges (SS NACE & Non NACE)
a) Echjay Industries, Mumbai b) Chaudhry Hammers Works, Ghaziabad
25. Globe & Check Valve (SS NACE)
a) Audco India Ltd, Chennai, India
26. Gate/Globe/Check/Needle valve (SS Non-NACE)
a) Audco, India Ltd., Chennai, India
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 223
27.
Pipes (Cu-Ni) a) Alcabex Metals, Jodhpur, India b) Cubex Tubing, Hyderabad, India c) Lebronze Industrial, France d) Wilson, UK
28. Pipes & Fittings (Cu-Ni)
a) Yorkshire Imperial Metal, U.K. b) Le Brone Industrial, France c) Dae Yung Metal Industrial Co, Busan, S Korea d) V.D.M. Germany
29. Ball Valve (Aluminium Bronze)
a) Brooks Bank Ltd, U.K b) Orseal Valves, Italy c) Precision Engineering, India
30. Ball/Gate/Globe/C
heck/Needle valve (Al-Bronze, Leaded-tin Bronze)
a) Shipham Valves, U.K
31. Check Valves (Al-Bronze)
a) Precision Engineering, India
32. Titanium valves a) Shipham Valves, U.K
33. GRE Pipes a) Ameron, Netherlands b) Wavin repox, UK
34. Ball Valve (CPVC/PVC)
a) George Fischer, Switzerland
35. Shutdown Valves (CPVC)
a) George Fischer, Switzerland
36. Scrapper Tees (CS NACE, Non-NACE) (ASME-B31.4/31.8)
a) TD Williamson, USA b) Pipeline Engineering Supply, UK c) Schulz Export GMBH, Germany d) GD Engineering, UK e) Gam Raccordi, Italy (for CS Non-NACE, CS-NACE)
37.
Hinged Closures (CS NACE, Non-NACE) (ASME SEC VIII Div 1)
a) Perry Equipment Corp. USA b) TD Williamson , USA c) Pipeline Engineering Supply, UK d) GD Engineering, UK
38. Corrosion Probes (CS NACE, CS Non-NACE)
a) Casasco Division, USA b) Rehraback Cosasco, USA c) Mc Murray, USA d) Caproco. Canada.
e) ATEL, Italy f) Corrocean, Italy
39. Pig Detector (CS NACE, CS Non-
NACE)
a) Pipeline Engineering & Supply Co.UK b) TD Williamson, USA
c) GD Engineering, UK
40. FW/FM Reels &
Utility Hose Reels (UL/USCG/FM
APPROVAL; max
working pr. 14 kg/cm2)
a) Marine Hydraulic, Mumbai, India
b) Gayatri Industries Corp, Mumbai, India
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 224
41.
Strainer
(Basket type as per ASME SEC VIII Div 1 and others as per others as per ASME B 31.3)
a) Armstrong, USA b) Multitex Engineers, New Delhi, India
c) Greaves Cotton, Delhi, India d) Filtration Engineers (India) Pvt Ltd, Mumbai, India
42. Spray Nozzles (NFPA 15 and appv. by UL,USA/VJTI,INDIA)
a) Marine Hydraulics, Mumbai, India b) Wormald Fire systems, U.K.
43.
Continuous Drainers
a) Armstrong Machine Works, USA b) Greaves Cotton, Mumbai, India
44.
5D Bends (ASME B 31.4 / 31.8)
a) Fabricom, Belgium b) Sungjin, S Korea
c) Igawara, Singapore
d) PSL, Kandla, India e) Induction Bending, UK f) Dalmine, Italy g) Dai Chi, Japan h) Pipeline Engineering, UK
45. Chemical & Utility Hoses And Hose Connection.
(fire resistant as per USCG; pot water – FDA appd. type)
a) Marine Hydraulics, Mumbai, India b) Gayatri Industries Corp., Mumbai, India c) Royal India Corp., Mumbai, India
46.
Choke valves
a) Mokveld, USA
b) Petrol Valves, Italy c) Valvinox, Italy d) WEIR Valves & Controls UK Ltd, UK e) Cooper Cameron, Singapore
47.
Sample Bomb (ASME Sec VIII Div1)
Harsh Engineering, Mumbai, India
48.
Launcher /Receiver (ASME-B31.4/31.8)
(ASME Sec VIII Div1)
a) Pipeline Engineering, UK b) TD Williamson, USA
c) L&T, India
The following codes are applicable for the piping items.
Items Codes
Pipes, fittings and flanges ASME B31.3 / B31.4 / B31.8
Ball Valves API 6D or BS5351
Gate Valves API 600, API 602 or API 603
Globe Valves BS1873 or BS5352
Check Valve BS1868 or BS5352
Plug Valves BS1873 or BS5353
Butterfly Valves BS5155 or API 609
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 225
II Mechanical /Rotary Equipment
1.
Deck Crane. API-2C monogram
a) Weatherford, USA. b) Favelle Favco, Australia. c) Manitowoc Crane Inc, Manitowoc, USA. d) Seaking, USA.
e) Nautilus, USA. f) Raina Engineering,
Mumbai. g) American Aero, USA. h) Oil States Applied Hydraulic System, Houston,
Texas, USA i) ECI, Energy Cranes International, USA
2.
Pneumatic Pumps.
a) Haskal Energy, USA b) Nikkiso, Japan.
3.
Vessels. ASME “U” code
stamped
a) L & T, Hazira/ Pawai, India. b) R.D.Engineers, Mumbai India
c) Kilburn Engg.Ltd, Mumbai India
d) BHEL, Trichy, India e) MIS, Sharjah. f) GMMOS, Dubai g) Sungjin,korea
5. Inst./Utility Gas
Systems.
a) Dodwell, Japan.
b) Tide Air Inc. USA. c) Mc Neill & Magor,Mumbai (India). d) Nigata, Japan. e) Kilburn Engg Ltd, Mumbai.
6. Chain Pulley Block. a) Ingersoll Rand, USA. b) Beebe International Inc.
USA. c) Dresser, USA. d) Ajmeera, India. e) Kito, Japan.
f) Air Dyne, UK g) J Barnsley, UK h) Ansel Jones, UK i) Hercules Hoist, India
7 Heat Exchangers.
Shell-tube TEMA code
a) BHPV, India.
b) EBM – Hudson, Italy. c) IMB (Industrie Mecchanie De Bangnalo Spa) Italy. d) Nuovo Pignone SPA, Italy. e) OLMI SPA, Italy. f) HHI, Korea. g) Belleli Energy srl, Italy.
h) L&T, India. i) Kavery, India. j) Belch Energy, Srl, Italy k) GEI Hamon Industries Ltd, Bhopal ( for gas cooler)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 226
8. Test Separator ASMEU “U” code Stamped.
a) Deutche Babcock, Abu dhabi b) MIS, Sharjah c) IMS, Italy d) L&T, Hazira
e) Sungjin ,Korea
9. Fuel Gas Conditioning And Compressors.
a) Petreco, UK with Peter Brother. b) Paladon, UK. c) Ingersoll Rand, USA.
d) Cenatco, UK. e) IHI, Japan. f) Axsia Serck Baker.,UK g) Alen Process Ltd., UK.
10. HVAC a) Tisdale,USA
b) Speciality Services, UAE
11 Sewage Treatment Unit
a) Red Fox, Lousiana, USA b) Exceltech, Sugarland, USA c) Sasakura Engg. Co. Ltd., Japan d) Demco Cooper Industries, USA
e) Ominopure, USA
12 Utility Water Pump
a) Peerless, Australia b) DMW Corporation, Japan
13 Rotary Gear Pumps a) Albany, UK
b) Viking, UK c) Hayward Tayler, UK
d) Shothert & Pitt, UK e) MAAG, Italy
14..
Fire Water Pump
As per NFPA-20 and
diesel engine UL listed, if UL listed engine not
available then EEUMA complied.
a) Weir Pumps, UK b) Pompes Guinard, France c) Fluid Power, USA
d) Peerless Pumps, USA/Australia e) Ingersoll Rand UK, USA f) Worthington Pumps, UK
g) Thompson Pumps,USA h) KSB Pumps, Germany i) Ebara Corporation, Japan j) SPP, UK
15. Instrument Air Compressors
a) Tide Air,USA b) Atlas Capco,USA c) Worthington Turbodyne d) Norwalk, USA e) Compare, UK f) Ingersoll Rand, USA/India
g) Airpack, Netherland h) Bellies, Morcam
16. Sea Water Lift Pumps Package
a) Weir Pumps, UK a) b) Pompes Guinard,France
b) c) KSB, Germany c) d) Ebara Corporation, Japan d) e) Worthington Pumps, Italy e) f) DMW, Japan
g) UPC, USA
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 227
h) SPP, UK i) BPCL, India
17 Produced Water
Conditioner System
1. Skimovex BV, Netherland
2. Wemco, USA 3. Axsia Serck Baker,UK 4. Petreo, UK 5 Petrolite 6 Technomirk with snam
18. Utility Generator A. Generator a. KATO b. Alsthom
B. Engine
a. Fuji Electric, Japan b. Cooper Engergy Services c. MAN and B&W, Germany d. OT, Wartsila e. FIN Canteiri Div. Grandi Motor f. MAN-UNTERREHMNSBERICH Diesel Motoren AG
C. Engine Supplier and Packager a. Stewart and Stevenson, USA b. Geeke Motoren, Netherlands c. Caterpillar, USA d. KATO, USA e. Ruston Diesel, USA
f. Wankesha pearce Ind. Inc., USA g. Cumins, USA h. Detroit Diesel, USA i. Regon Equipment Co., USA
19. Chlorinators a. Engel Hard, UK
b. Diaki Engineering Co. Ltd., Japan c. Mitsubishi Heavy Ind., Japan d. Petreco International. UK
20 Fine Filters 1. Petreco International, UK 2. Axsia-Serck-Baker, UK
3. GPS,Malayasia (with extended warranty of 3 years) 4. Plenty Metrol ,UK
21 Main oil line Pumps(MOL)
1. Weir Pump, Uk 2. Ebara Pump, Japan
3. Pompes Guinard, France 4. David Brown, Uk (Formerly Known As Ksb Germany) 5. Sulzer Pump, Uk/Switzerland 6. Dmw Corporation ,Japan
23 Main injection
pump
1. Weir pumps,UK
24. Reciprocating Dosing Pumps
1. Milton Roy, International 2. Bran & Luebbe, Germany 3. Lewa, Germay 4. Nikkiso, Japan
5. Dosapro, France 6. Wallace & Tieman, UK
31. Process Gas Compressor (Turbine driven)
A) Process Gas Compressor 1) M/s KHI, Japan
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 228
Compressor – API- 617 Turbine-API-616
2) IHI, Japan 3) Dresser Rand, USA 4) Cooper Energy Services, USA 5) MAN Turbo, Germany
6) Elliott (Now owned by Ebara – Japan) 7) Solar Turbines Inc. USA 8) Demag-De Laval (Siemens AG, Germany) B) Gas Turbines
1) M/s General Electric, USA 2) M/s Rolls-Royce, UK 3) M/s Alstom, UK (M/s Siemens AG, Germany) 4) M/s Solar Turbines, USA
32 Turbine Generator Set
A) Gas Turbines 1) M/s General Electric, USA 2) M/s Rolls-Royce, UK 3) M/s Alstom,UK (M/s Siemens AG, Germany)
4) M/s Solar Turbines, USA B) Alternators 1) M/s Brush Electric, UK
2) M/s General Electric, USA 3) M/s Siemens, Germany
4) M/s Alstom, UK 5) M/s Fuji Electric, Japan
III. Safety Items
1.
Dry Chemical Skid. (350 lbs) UL listed skid/ UL listed components
a) Ansul Fire Protection,USA.
b) Safety & Health, USA. c) Wormald, USA. d) Fire Boss, USA
2. Portable Fire Extinguishers.
a) Kooverji Devshi & Co. Pvt.Ltd. Mumbai. b) Wormald Fire Engg. USA. c) Houston Fire Equip.Co.USA. d) Doopley Fire System Inc. USA. e) Zeneth Fire Services, Mumbai (India).
f) Mercantile & Marine Services (I) Pvt Ltd., Mumbai, India
3.
Life Preservers (Life
Jackets, Life Ring Buoys), Inflatable Life Rafts, First Aid Kits, Fire Blanket, Fireman’s outlet,
a) Wormald Fire Engg. USA. b) Houston Fire & Safety Equipt.Co. USA.
c) Alaxander Industrial Inc.Houston. d) Keegan Speciality, USA. e) Billy Pugh Co. Inc. USA. f) Eastern Stores, Mumbai.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 229
Breathing equipment Stretcher, Personnel Baskets, Scramble nets.
g) Galvianiser, Mumbai. h) Mercantile & Marine Services(I) Pvt.Ltd.
Mumbai. i) Ahmed S. Moloobhoy & Sons, Mumbai.
j) Meredian Inflatable Pvt.Ltd Mumbai. k) Aero Marine Industries Pvt.Ltd.,Madras l) Unicare Emergency Eqpt Pvt Ltd , Mumbai m) Eastern Shipchandlers, India n) Besto Life Saving, USA
4.
Eye Wash & Safety Shower.
a) Unicare Emergency Equipment, Mumbai. b) Offshore Clothing & Suppliers
Ltd., UK.
c) Nippon Encon. MFG.Co.Ltd. Japan.
5. Helicopter Rescue Kit. a) Bristol Uniform Ltd., Bristol, UK.
b) Wormald Fire Engg. USA. c) Houston Fire Safety
Euipt.Co.USA d) Doopley Fire Systems Inc.
USA. e) Joseph Leslie & Co.
Mumbai (India). f) AMCO, USA.
6. Personnel Protection Equipment from
H2S Exposure.
a) Wormald Fire Engg. USA. b) Dooley Fire Systems Inc., USA.
c) Nohmi Fire Safety Equipt.Co.USA. d) Houston Fire Safety Equipt. Co.USA. e) Drager Aktiengesell Schaft, Germany.
(Joseph Lesilic & Sons, Mumbai (India). f) AMCO, USA. g) Nohmi Bosai Kogyo Ltd , Japan
7. Survival Craft 1. Schat Harding Ltd., UK 2. Viking Life Saving Eqt., Denmark 3. Master Craft, USA 4. Norsafe, Norway
IV. Instrumentation
a) Budenberg Gauge Co. Ltd., UK
b) WIKA, Germany/India
c) Gauges Bourden, UK
d) Aschcroft, USA
e)Barton Instrument system limited,U.K
f) Ametek, USA
g) Manometer India
1. Pressure Gauges
h) General Instruments Consortium, India
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 230
a) Budenberg Gauge Co. Ltd., UK
b) WIKA, Germany
c) Burdon, France
d) Gauges Bourdon, UK
e) Barton Instrument system limited,U.K
f) Meriam Process Technologies, USA
g) Aschcroft, USA
H) General instrument consortium(India)
2.
Diff. Pressure Gauges & Indicators
h)WIKA India
a) Marine Electricals, Mumbai (India)
b) Fabricon, Mumbai (India)
c) Switch Gears & Control, Mumbai (India)
d) Marine Delight, Calcutta (India)
e) Yokogawa, Japan/India
f) e-production solution USA
3.
Telemetry Interface Cabine
g) Elec. Mech. Corporation, Mumbai, India
a) e-Productions solution USA
b) Brisco Engineering, UK
c) Autocon, USA
d) PT- Petrotech, BATAM
e) Controls and Electrics (Boustead) Pte ltd Singapore
f) Test Automation USA
4. Well Fire Shutdown Panel &
Test Separator Shutdown Panel
g) Wormald, UK
5 Distributed Control System a) Foxboro, USA b) Baily Controls, USA c) Toshiba, Japan
d) Honeywell, USA e) Yokogawa, Japan f) Emerson Process Management
(Rosemount, USA/UK/Singapore/India) g) Yokogawa Blue Star, India.
a) e-Productions solution USA
b) WKM, USA
c) Axelson, USA
d) PT-Petrotech, USA
6 Pneumatic Pr. Switch/HI-LO Pilots (Indicating dial type)
e ) Halliburton Energy, USA
a) SOR, USA
b) ITT Neo Dyn, USA
c) Aschcroft, USA
d) Yokogawa, Japan
e) Delta Controls, USA
f) e-Productions solution USA
7. Pr. Switches (Explosion Proof)
g) Danfoss, India
a) Safety instrument system ltd U.K
b) Sapag – Alasthom, France
c) Tyco Flow Control (Anderson Greenwood Crosby, USA / Crosby, USA-UK)
8 Pr. Relief Valves
d) Fukui, Japan
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 231
e) Farris Engineering, UK
f) Tyco Sanmar ,Trichy, India
g) Triangle, UK
h) AUDCO India Ltd., India
a) Yokogawa, Japan
b) Emerson Process Management (Fisher, UK)
c) Barton Instrument system limited,U.K
d) Foxboro, USA
e) ABB – Kent, UK
9. Pr. Indicating Controllers
f)ABB Limited India
a) ABB Limited India
b) Foxboro, USA
c) Barton Instrument system limited,U.K
10. Large Case Field Recorders
d) Yokogawa, Japan
a) ABB Limited India 11. Field Pneumatic Integrators
b) Yokogawa, Japan
a) Nihon Klinger, Japan
b) Patrole Services, France
c) Jerguson Gauge & Valve Company, USA
d) Penburty, USA
a) Technomatic, India
f) Chemtrols, Mumbai, India
g) Protolina, Mumbai, India
12. Gauge Glass & Cocks
h) Samil, S. Korea
a) MSW Controls, UK
b) Emerson Process Management (Fisher Controls, UK)
c) Magnetrol, Belgium (Only level Switches)
d)Dresser Maseneilan, USA (Only Level-rols)
e) Eckardt, West Germany (Only level-tols)
f) S.O.R., USA (Only level-switches)
g) e-Productions solution USA (only Level-switches)
13. Level Instruments- Pneumatic (Level- trols & Level Switches)
h) Chemtrols (I) (only Level-switches)
a) S.O.R., USA
b) Patrol Service, France
c) MSW Controls, UK
d) Tokyo Keiso, Japan
e) Magnetrol, Belgium
14.
Level Switches (Explosion Proof)
g) Chemtrol (I), Mumbai, India
a) Emerson Process Management (Rosemount, USA/UK/Singapore/India)
b) ABB Limited India
c) Yokogawa, Japan/India
d) Honeywell, USA / Tata Honeywell, India
e) ABB-Kent, UK/India
f) Gould, USA
15. Pr. Transmitters / P to I Converters
g) Instrumentation Ltd. Kota, India
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 232
a) ASCO, USA
b) Maxseal, UK
c) Skinner, USA
16. Solenoid Valves
d) Blackborough, UK
a) Emerson Process Management (Daniel, USA / Brooks, USA)
b) Flow Tech., USA
c) Moorco, India
d)FMC Smith Meters Inc, USA
e) Barton Instrument system limited,U.K
f)FMC SAMMAR Ltd India
g) FMC TECHNOLOGY SAMMAR India
17. Turbine Flow Meters
h) Bopp & Reuther, Germany
a) Emerson Process Management (Rosemount, USA/UK/Singapore/India)
b) Yokogawa, Japan
c) ABB-Kent, UK
d) Honeywell, USA /Tata Honeywell, India
e) Schlumberger
18. Temperature Transmitters
f) Fuji, Japan
a) Aschcroft, USA
b) Gauges Bourdon, UK
c) Nagano Keiki, Japan
d) General Instruments Consortium, Mumbai, India
e) A.N. Instruments (India)
19. Temp. Gauges
f) WIKA, Germany
a) e-Productions solution USA
b) Sigma, USA
c) Protection System & Devices, India
20. ESD & FSD Valves
d) Versa, Netherlands
a) Delta Controls, UK
b) KDG Instruments, UK
c) NAGANO-KEIKI, Japan
d) SOR, USA
b) ITT, Snider
g) Aschcroft, USA
21. Temp. Switches
h) ASCO, USA
a) e-Productions solution USA
b) Sigma, USA
22. Fusible Plugs
c) Ruelco, USA
a) Petrol Service, France
b) Groth Equipment Corporation, USA
c) GPE Controls, USA
d) Braunsch Weigr, WG
e) Whersoc, S.A., France
f) Shand & Jurs, USA
g) Marvac, UK
23. Flame Arrestors
h) Safety System, UK
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 233
a) Perry Eq. Corporation, USA
b) Emerson Process Management (Daniel, USA)
c) ABB Limited India
d) Micro Precision, Faridabad, India
e)General Instruments Consortium,Mumbai,India
24. Orifice Plates & Flanges and Restriction Orifices
a) Emerson Process Management (Daniel, USA) 25. Senior, Junior Simplex Orifice Fittings b) Perry Equipment Corporation, USA
a) Shavo Norgen, Madras (India)
b) Emerson Process Management (Fisher Controls, UK)
c) Dresser Masoneilon, USA
26 Filter Regulators
d) ABB Limited India
a) MSW, UK
b) Magnetrol, Belgium
c) Tokyo Keiso, Japan
d) Yokogawa Blue Star,India
e) Barton Instrument system limited,U.K
27 Flow Switches
f) Link, USA
a) Fisher Controls, USA
Fisher Sanmar, India
b) Dresser Masoneilon, USA
c) Motoyama Engineering Works, Japan
d) ABB – Kent, UK
e) Hopkinsons Ltd.,UK (now, WEIR Valves & Controls UK Ltd.)
f) Blakeborugh, UK
g) KOSON, Singapore
28. Control Valves
h) CCI, USA I)M/s Kent Introl Private Limited,Nasik
a) Fisher Controls, USA / Fisher Sanmar, India
b) Dresser Masoneilon, USA
c) ESME, UK
d) Hopkinsons Ltd.,UK (now, WEIR Valves & Controls UK Ltd.)
29. Self Actuated Pressure
Control Valves
e) Electrical Steam & Mining Equipment Ltd, (Basingstoke, Hants, UK)
a) Zellweger ( Sieger,) UK
b) General Monitors, UK
c) Det Tronics, California, USA
d) Haven Automation, Singapore
e) Delphian, USA
f) Nohmi Bosai, Japan
g) G.P. Elliot, UK
h) Safety Systems, USA
i) ICS, UK
30. Fire and Gas Detection System
j) Yokogawa Indl. Safety System, Malaysia
a) George Kent, Singapore
b) Wormald, Hongkong/ Singapore
31. Deluge Valve with Test facility
c) Cla-Val, USA
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 234
d) MIL Ltd., Israel
32. Water Cut Meter a) Emerson Process Management (Micro Motion Inc., USA/UK)
a) AL Flow Glass Equipment. India 33. Rotameter
b) Tokyo Keiso Co. Ltd. Japan
a) M/s Emerson Process(Dieterich,) USA
b)M/s Emersion Process India ltd (Dieterich)
34.
Annubars / Pitot Tubes
c) Intra Automation GMBH, Germany (For Non-Retractable type only)
a) Swagelok, USA
b) Circor (HOKE) Instrumentation Ltd ,UK.
35. Instrumentation Fittings
b) Parker, USA
36. Flow computer (Liquid/Gas)
M/s Emerson Process Management M/s Barton Instrument ,UK M/s Bristol Babcock Digital System Australia
37. Flow totalizer
M/s Barton Instrument U.K M/s Emerson process management M/s Yokogawa M/s Contrec, AUSTRALIA
38. Ultrasonic flow Meter
M/s Emerson process management M/s panamatrix,USA
39. Corrosion analyzer
M/s Rohrback Cosasco system,UK
40. Portable Calibrator
M/s Fluke,USA
M/s Druck
41. Chlorine Analyzer
M/s Emerson process management(Rosemount,USA)
42. Dissolved Oxygen Analyzer
Orbi Sphere,Switzerland
43.
Programmable Logic Controller
M/s Yokogawa(India/Malaysia/Japan) M/s ABB
M/s Allen Bradley(UK) M/s siemens(Germany) M/s ICS M/s GE USA M/s Honeywell (USA)
44. MPFM
M/s Emerson process management(Daniel) M/s Agar Corporation USA M/s Schlumberger USA
45. Coriolis meter
M/s Emerson process
management(Micromotion,UAE)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 235
46. Salino meter
Yokagawa,Mumbai
47. High pressure Control Valves (HCV)
a) Dresser Mansoneilan, USA b) Mokveld, Holland c) Fisher Controls, USA
d) Kent Process Control Ltd., UK e) Control Component Inc., USA f) Hopkinsons Ltd.,UK (now, WEIR Valves &
Controls UK Ltd.) g) Koson Process Controls, Singapore
Instrumentation Notes: For all instrumentation items that are to be located in the field (hazardous area), certification by FM / UL / BASEEFA / CSA / DGMS / CMRS or equal is essential, stating that the said Instrumentation item is suitable for use in the hazardous area. (This applies to all the items in the Suggested Vendor List)
For all instruments, weather proofness of NEMA 4X / IP 65, as a minimum, is essential. (This applies to all the items in the Suggested Vendor List)
For all electrical instruments, explosion proofness of NEMA 7, as a
minimum, is essential (This applies to: Flow Totalizer, Electronic Flow Transmitter, MPFM, Pressure Switch (Electrical) and Pressure Transmitter (Elect.))
V . Electrical Equipment
1. Transformers (Cast Resin
Type)
a) Westing House, USA.
b) General Electric, USA c) Fuji, Japan.
d) Mat & Christie. e) Traftech. f) Toshiba, Japan. g) Maidensha.
h) Merlin Gerlin. i) GEC, UK. j) Toshiba, Japan. k) Kirloskar Power,India. l) ABB
2.
UPS System.
a) SAB-NIEF, Sweden. b) Stand By Power, USA. c) Chloride System, UK.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 236
d) Fuji, Japan. e) GUTOR, Switzerland. f) Emerson, USA.
3. LT Switch Gear.
a) Westing House, USA. b) General Electric Co. UK. c) Hitachi, Japan. d) Toshiba, Japan. e) Fuji, Japan.
f) L.K.Nes, Singapore. g) Nuovo Magini, Italy. h) Aplerre. i) IME-Quadri. j) Abott Power, USA.
k) Merlin-Gerlin, USA. l) Martelli Electo Technical. m) Pan Electgric. n) Helco, S Korea. o) Teresaki,Japan. p) L&T,India.
q) ABB,Korea
4.
HT Switch Gear.
a) Westing House, USA. b) Hitachi, Japan. c) General Electric Co. UK/USA. d) SACE, Italy.
e) ABB, Norway. f) Merlin Gerlin, USA. g) Siemens, Germany/
Indonesia. h) Fuji,Japan
5.
Battery & Battery Charger.
a) SAB – NIFE., Sweden b) Standby Power, USA. c) Chloride System,UK. d) Yuasa, Japan. e) Fuji, Japan. f) Gutor, Switzerland.
g) Emerson, USA.
h) HBL NIFE Power System Ltd, Hyderabad (India).
6.
Cathodic Protection
System.
a) Impalloy, Singapore/UK. b) Alico Industries, UAE.
c) Aluminium Pechinary, France. d) Nippon Corrosion, Japan.
e) Nakagawa Corrosion, Japan f) Wilson Walton, UK g) PSL, India.
h) Emirites Techno Casting LLC, Dubai i) CP TECH , Singapore
7.
Fluorescent/Incandescent Class.
“B” LTG Fixtures.
a) Heyes Lighting, UK. b) Crouse Hinds, USA. c) Appleton/EGS electrical, USA.
d) ITO-Denki, Japan. e) Baliga Lighting Eqpt Ltd , India
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 237
8.
Navigational Aid System. (NAVAID)
a) Automatic Power Inc. USA. b) Tideland Signal Corp., USA. c) TATA BP, India. d) SOLAPAK, UK.
e) BP SOLAR, Australia. f) Tideland, Singapore
9.
Lead Acid Batteries (Solar
Power System).
a) VARTA BATTERIES, Germany. b) Heagan Batteries, Germany.
c) Chloride Batteries, UK. d) Amaraja Batteries, India. e) Yuasa, Japan.
10.
Multi Cable Transit (MCT).
a) A.B.Lykab, Sweden. b) Engtek Pte Singapore Ltd.
Singapore. c) SVT International, Germany.
11. Div.2 Aviation Marker Ltg. Fixtures.
a) GEC Electrical Project Ltd.UK. b) Transberg A/S. Sweden. c) DTS, France. d) Tide Land Signal Corporation ,
USA.
12.
Lighting & Power Distribution Panel.
a) Morarji Dorman, Mumbai. b) Indo Asian Switch Gear,
Jullundhar, India. c) Versatrip Circuit Breaker Mfg.
P.Ltd. Mumbai
(India). d) Bharatiya Cutler Hammer,
Faridabad, India. e) Reunion Engg.Co.Mumbai. f) Fabricons, Mumbai. g) Siemans, Germany/India.
h) Willson &Co. India. i) HHI,Korea
13.
Solar Power System
a) Central Electronics Ltd.,
Faridabad, India. b) BHEL, Bangalore, India. c) Tata BP Solar, India. d) BP Solar, Australia. e) Solapak, UK.
14.
FRLS Cables. a) Universal Cables, Satna, MP, India. b) Nicco Cables, Kolkata, India. c) Cable Corporation of India,
Mumbai d) Polycab, Mumbai
15.
Fire Survival Cables.
a) Universal Cables, Satna, MP (India).
b) INCAB, India c) Cable Corporation of India,
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 238
Mumbai d) Polycab , India
16 FRP Cable Trays a) Super reinforced Plastic Associated
Engg. Corporation, Mumbai b) Grip India, Mumbai c) SSB Industries, Bangalore d) Ercon, Jodhpur, India
17 Batteries (Ni-Cd) a) AMCO Power System,India
b) HBL Nife Power System,India e) Amaraja,India
18 Hazardous Area Lighting
Fixtures
a) Baliga Lighting Eqpt.
b) Flexpro Electrical
c) CEAG-FCG
19 MV Motors (Flame Proof Exd)
a) Crompton Greaves Ltd, India b) Bharat Bijlee (Upto 90 KW), India c) KEC, India d) Siemens, India
20 Junction Boxes a) Baliga, India b) Flexpro, India c) CEAG-FCG, India
d) Crouse Hinds, Australia/USA e) Weidmuller, Singapore/Germany
21 Cables (Power) a) Nicco, Kolkata b) RPG (Asean) Cables, India c) Universal, Satna
d) Uniflex, India
22 Cables (Instrument) a) Procon, Pune b) Brooks, Mumbai c) Draka, Spain d) BICC, UK
e) Associated Flexible, India f) Associated Cables, India
23 Cable Glands a) HAWKE,UK b) Gouse Hindus, USA c) Baliga, India
d) Flexpro, India
VI. Pipeline
a) Sumitomo Corporation, Japan (Trader)
b) Tenaris Dalmine, Italia ( earlier known as Dalmine,
Italy)
c) Mannesmannrohren-werke AG, Germany (earlier known as Mannesmann, Germany)
d) NKK Corporation , Japan
e) Nippon Steel Corporation, Japan
f) Marubeni, Japan (Trader)
g) Mitsui, Japan(Trader)
h) Itochu, Japan(Trader)
1. Linepipe (NACE & Non-
NACE) (API Monogram)
i) Thhyssen, Germany
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 239
j) Vallourec & Mannesmann Tubes
k) Tenaris Tamsa, Mexico
a) Fabricom GTI, Belgium( earlier known as Fabricom, Belgium)
b) Dai-ichi High Frequency Co. Ltd., Japan
c) Tenaris Dalmine, Japan
d) PSL, India
e) Sung Jin Machinery Co. Ltd, S. Korea
f) Igawara Industrial service and Trading Pte. Ltd.,
Singapore
2. Riser Bend (API Monogram)
h) Proclad Induction Bending , UK
a) Bredero Price, Sharjah
b) NPCC, Abu Dhabi
c) PSL, India
3. Concrete & Anti-
corrosion Coating
d) SAW Pipes, India
a) Thyssen KruppVDM , Germany (earlier known as VDM Krupp, Germany)
b) Mitsubshi, Japan(Trader)
4. Monel Plate
c) Special Metals Wiggin Ltd, UK(earlier known as Inco Alloys, UK)
a) Well Stream, UK
b) NKT, Denmark
5. Flexible Linepipe
c) Technip Coflexip Oceania, Australia
VII. Structural Items
1 Rubber Fenders
2 Grout Seal
3 Diaphragm Closure
1) Industrial Rubber Moulders, Ahmedabad, India 2) Crux Products Ltd, UK 3) Regal Marine Products, Offshore Kinematics Inc,
Texas
4
Marine Growth Preventer (MGP)
1) IEV, Malaysia
Additional List of suggested Vendors for Major Equipment (However vendors to meet Bid Evaluation Criteria and other Bid Specifications)
Item/Equipment Vendor Discipline
1. GRE pipes and fitting
Fiber Glass System, UAE
Piping
2. Flanges (SS/SS-NACE/SDSS/Incol
oy/Titanium/ CS/CS-NACE/DSS
Officine Nicola Galparti Figilio
S.P.A., Italy
Piping
3. a)Pipes, fittings and flanges for SS,DSS
b)Scrapper TEE-
ALLIED INTERNATIONAL
S.r.l, Italy
Piping
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 240
NACE c)Pipes/fittings and flanges-CS NACE
4. SS NACE Flanges Chaudhury Hammer, India
Piping
5. Cu-Ni Pipes, Fittings & Flanges
KM EUROPA METAL
AKTLENGESELLSCHAFT, Germany
Piping
6. Cu-Ni Pipes and
Fittings
Sam Yang Metal
Ind.Co.Ltd.,
Busan, Korea
Piping
7. Ball Valve SS & SS-Nace Ball Valve CS Fire safe & CS Non
Fire safe (Non-
NACE Cast & Forged) Ball Valve CS-NACE
Virgo Engineers Ltd., Pune, India
Piping
8. Pneumatic Shutdown Panel
Wilmax Controls System Pte. Ltd.,
Singapore
Instrumentation
9. MPFM Sclumburger, Norway
Instrumentation
10. Programmable logic controller (PLC)
Bristal Babcock, USA
Instrumentation
11. Flow Totaliser Contrec, USA Instrumentation
12. PRV Tyco Sanmar, India
Instrumentation
13. Tube Fittings Circor Instrumentation
Ltd. (M/s.Hoke Instrumentation Ltd.),USA/UK
Instrumentation
14. Tube Fittings Precision
Engineering Industries, Mumbai
Instrumentation
15. PLC System (for safety
application)
Hima Paul Hidebrandt
GmBH + Co KG
Instrumentation
16. Well Fire Shut Down Panel &
Test Separator Shut down Panel
S.A. Technologies Pte Ltd,
Singapore
Instrumentation
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 241
17. Control Valves Filter regulators High Pressure Control Valves
Self Actuated Control Valves
Dresser Valve India Pvt. Ltd., India
Instrumentation
18. Tube Fittings Astec Valves Fittings Pvt.Ltd., India
Instrumentation
19. Pressure Gauge Temp. Gauge and Diff.pressure
gauge
Waree Instruments Ltd., India
Instrumentation
20. Air Filter Regulator Versatile Controls Ltd., England
Instrumentation
21. Instrumentation
Tube Fittings and
Instrument Vales
Ham-Let (Isreal-
Canada)
Ltd.,Israel
Instrumentation
22. Level Transmitters Dresser Valve India Pvt. Ltd., India
Instrumentation
23. i)FLP WP Direct Entry Type Well Glass Fittings ii) Explosion proof control stations
iii) Industrial type plug and sockets
Govan Insdustries(I) Pvt.Ltd.,Mumbai
Electrical
24. Lighting Fixture Baliga, India Electrical
25. Lighting
Transformer
Unelecta, Taiwan Electrical
26. Battery Charger SAFT power system, USA
Electrical
27. Electrical heat
tracing system
M/s.Thermopads
Pvt. Ltd., India
Electrical
28. FRP Cable trays
General Composite Pvt.Ltd.,Mumbai
Electrical
29. Hazardous area lighting fixtures and Junction Boxes
FCG Power Industries Pvt. Ltd., Mumbai
Electrical
30. Battery Charger CHABI ELECTRICALS PVT.LTD, Jalgaon-425003,Maharastra,India
Electrical
31. Paging & Intercom
GAI-TRONICS, S.r.l
Electrical
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 242
32.
Deck Crane National Oil Well, USA
Mechanical
33. DG Set (Portable) Caterpillar, USA Mechanical
34. CO2 Snuffing
System
New Age
Industries, Mumbai
Mechanical
35. Test separator, Vessels and Fuel Gas Conditioning skid(fabrication
facility to be
approved by Company at the time of execution)
M/s FRAMES process system, B.V. Netherland
Mechanical
36. Structural Tubular (Rolling) Saw Pipes
M/s.Lalit Profile & Steel Ind.Ltd.,
Navi Mumbai
Structural
37. Marine Paints(Protective coating) for offshore structure
M/s Chugoku Marine Paints(S) Pte Ltd., Singapore
Structure
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 243
APPENDIX-B-1
PROFORMA OF ACKNOWLEDGEMENT LETTER FOR RECEIPT OF BIDDING DOCUMENTS
Date: To
Oil and Natural Gas Corporation Limited 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017
Attn: GM (MM)
Sub: ONGC TENDER NO:MR/OW/MM/C-Series/03/2006
Dear Sir,
We hereby acknowledge receipt of a complete set of "Bidding Documents for C-Series Project " of ONGC, India for our use in preparing Tender. We have noted the closing date of receipt of Tender in Mumbai, India as 17.04.2006 for the Tender
under reference. We guarantee that the contents of the above Bidding Documents shall be kept confidential within our organisation and further that the drawings, specifications and text of said Bidding Documents shall remain the property of ONGC, India and shall be returned upon demand by ONGC, and the said documents are to be used only for that purpose intended by their publication.
Yours faithfully,
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 244
APPENDIX B - 2
PROFORMA FOR LETTER OF AUTHORITY Dated:
To,
Oil and Natural Gas Corporation Limited 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W),
Mumbai - 400 017 India Attn: GM (MM ) Dear Sir, Sub: ONGC TENDER NO.: MR/OW/MM/C-Series/03/2006
We _______________________________________ do hereby confirm that Mr. ____________________ (Name (s), position held and address) is/are authorised to represent us to tender, negotiate and conclude the agreement on our behalf with you against your Tender Invitation No. MR/OW/MM/C-
Series/03/2006 for Survey, Design, Engineering, Procurement, Fabrication, Anti Corrosion and Weight
Coating, Load out, Tie-down/Sea fastening, Tow-out/Sail out, Transportation, Installation, Hook-up, Testing, Pre-commissioning, Startup and Commissioning of entire facilities of C-Series Project. We confirm that we shall be bound by all the whatsoever our said agents shall commit.
Yours faithfully,
Signature:
Name and Designation
For and on behalf of
NOTE: This letter of authority should be on printed letterhead of the Bidder, and should 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 should be signed for each member of the Consortium by persons competent and having the power of attorney (Power of attorney shall be annexed) to bind
such member of the Consortium.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 245
APPENDIX -B-3
PROFORMA FOR PERFORMANCE GUARANTEE LETTER REF NO._________ BANK GUARANTEE NO. _____________ DATED __________ To,
Oil and Natural Gas Corporation Limited 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017 (India)
Dear Sirs, 1. In consideration of Oil and Natural Gas Corporation Ltd. incorporated under the Companies
Act 1956 having its registered office at Jeevan Bharati, Tower-II, 124 Indira Chowk, New Delhi
- 110 001, India and one of its offices at 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion (W), Mumbai - 400 017 (hereinafter referred to as "Company" which expression shall unless repugnant to the context or meaning thereof includes all its successors, administrators, executors and assigns) having entered into a Contract No. ............. dated ............. (hereinaft-er called "The Contract" which expression shall include all the amendments thereto) with M/s ............... having its registered/head office at ..............(hereinafter referred to as "The
Contractor) which expression shall, unless repugnant to the context or meaning thereof
include all its successors, administrators, executors and assigns) and Company having agreed that the Contractor shall furnish to Company a performance guarantee for Indian Rupees/US$ ...........for the faithful performance of the entire Contract.
2. We.................. (name of the Bank) registered under the laws of ............... (name of the
country) having head/registered office at ........... (hereinafter referred to as "The Bank") which expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators, executors and permitted assigns) do hereby guarantee and undertake to pay immediately on first demand in writing and any/all moneys to the extent of Indian Rs./US$ ............. (in figures) (Indian Rupees/US Dollars ..........) (in words) on breach of Contract by Contractor without any demur, reservation, contest or protest and/or without
any reference to the Contractor. Any such demand made by Company on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the bank as regards the amount due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any other authority and/or any other matter or things whatsoever, as liability under these presents being absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable. This guarantee shall not be
determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the Contractor and shall remain valid, binding and operative against the Bank.
Company shall have the unqualified option to operate this Bank Guarantee to recover
Liquidated Damages as leviable under the Contract.
3. The Bank also agree that Company at its option shall be entitled to enforce this Guarantee
against the Bank as a principal debtor, in the first instance, without proceeding against the
Contractor and notwithstanding any security or other guarantee that Company may have in relation to the Contractor's liabilities.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 246
4. The Bank further agree that Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Contract or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time exercise of any of the
powers vested in Company against the said Contractor(s) and to forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of Company or any indulgence by Company to the said Contractor(s) or any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so re-lieving us.
5. The Bank further agree that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the Contract and all dues of Company under or by virtue of this Contract have been fully paid and its claim satisfied or discharged or till
Company discharges this guarantee in writing, whichever is earlier or until the date of expiry of the claim period specified in para 9 of this Bank Guarantee, whichever shall first occur.
6. This Guarantee shall not be discharged by any change in our constitution, in the constitution
of Company or that of the Contractor.
7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue.
8. The Bank also agree that this guarantee shall be governed and construed in accordance
with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where tenders have been invited.
9. Notwithstanding anything contained herein above, our liability under this Guarantee is
limited to Indian Rs./US$..........(in figures) (Indian Rupees/US Dollars .............) (in words) and our guarantee shall remain in force until ................. (indicate the date of expiry of bank guarantee).
Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such claim has been received by us by the said date, the rights of Company under this Guarantee will cease. However, if such a claim has been received by us within the said date, all the rights of Company under this Guarantee shall be valid and
shall not cease until we have satisfied that claim.
In witness whereon, the Bank through its authorised officer has set its hand and stamp on
this......... day of....... at.........
......................... (SIGNATURE)
Full name, designation and official address
(in legible letters) with Bank Stamp.
Attorney as per power of Attorney No...... Date...........
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 247
WITNESS NO.1 ............................. (SIGNATURE)
Full name and official address (in legible letters) WITNESS NO.2
.......................... (SIGNATURE)
Full name and official address (in legible letters) Note: This bank guarantee/all further communications relating to this bank guarantee should be
`forwarded to Head MM-ES (Offshore), ONGC, 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017 (India).
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 248
INSTRUCTIONS FOR FURNISHING PERFORMANCE GUARANTEE 1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per
stamp duty applicable at the place where the tender has emanated. The non-judicial
stamp paper should be in name of the issuing bank. 2. Foreign parties are requested to execute bank guarantee as per law in their country. 3. Foreign bidders will give guarantee either in the currency of the quotation or US$ (US Dollars).
Indian Rs./US$ have been mentioned only for illustration. Therefore, in case where bank guarantee is being given in currency other than Rupees or US$, indicate the relevant currency of the quotation.
4. The expiry date as mentioned in clause 9 should be arrived at by adding 30 days to the
warranty period.
5. The Bank Guarantee by Indian contractor will be given from nationalized/scheduled banks
only. The foreign contractor will give Bank Guarantee from a foreign bank acceptable to ONGC(the list of foreign banks acceptable to ONGC is enclosed in Appendix A-8) or from an Indian Scheduled Bank, either situated in contractor’s country or in India . If any foreign contractor desires to furnish bank guarantee from a bank other than those banks included in
the list of foreign banks or Indian scheduled bank, such contractor should furnish collateral security/guarantee/ confirmation from any of the banks in the Appendix A-8 or Indian nationalized/Scheduled bank.
6. This bank guarantee/ all further communication relating to the bank guarantee should be
forwarded to Head MM-ES(Offshore), ONGC, 4th floor, 11 High Bldg., Bandra Sion Link Road,
Sion(W), Mumbai - 400 017 (India ) only. 7. The full address along with the Telex/Fax No. and email address of the issuing bank to be
mentioned.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 249
APPENDIX B-4
PROFORMA FOR FORM OF AGREEMENT. THIS AGREEMENT entered into this --------- day of -------- Two thousand -------- between Oil and Natural Gas Corporation Ltd. incorporated under the Companies Act. 1956 having its registered office at Jeevan Bharati, Tower -II, 124 Indira Chowk, New Delhi - 110 001, India and one of its Mumbai
Regional Business Centre Office at 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017 (herein after referred to as `Company' which expression shall include all its legal successors, executors and assignees) of the one part and M/s. ----------------------------- established and existing under the Laws of ----------------- (name of the country), having its registered office at ------------------ (hereinafter referred to as `Contractor' which expression shall include its legal successors and permitted assignees) of the other part.
WHEREAS the Company is desirous of carrying work of Surveys(Pre-Engineering, Pre-construction / pre-installation and post-construction), Design, Engineering, Procurement, Fabrication, Load out, Tie-down/Sea fastening, Tow-out/Sail out, Transportation, Installation, Hook-up, Testing, Pre-
commissioning, Startup and Commissioning of entire facilities of C-Series Project. (hereinafter
referred to as the `Work' or `Works' and more particularly defined in Clause 1.1.38 of General Conditions of the Contract) on turnkey basis at its Mumbai High Asset and Bassein and Satellite Asset in field offshore site and Trombay onshore site, the work covered under the Contract to include but not limited to Surveys (Pre-Engineering, Pre-construction / pre-installation and post-construction), Design, Engineering, Procurement, Fabrication, Load-out, Tie-down / Sea-fastening, Tow-out / Sail-out, Transportation, Installation, modifications at existing facilities, Hook-up, Testing, Pre-
Commissioning, start up and Commissioning of entire facilities. AND WHEREAS the Company had invited a Tender Inquiry vide their Tender Notice No. --------------- dated ---------- for the Work above cited on turnkey basis. AND WHEREAS the Contractor represents that it has expertise and technical know-how in respect of
the said Work and had submitted his offer as per Company's Bidding Documents in response to the above said Tender enquiry of the Company vide the Contractor's offer dated -------------. AND WHEREAS Pursuant to the above and the discussions conducted with the Contractor, the Company has awarded to the Contractor the Contract for the said Work by its NOA dated ----------------- which is the effective date of commencement of this Contract and on the terms and conditions
as agreed to by the two parties as of the said date of NOA and as outlined in this Agreement (hereinafter also referred to as "the Contract"). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
a) In this agreement words and expression have the same meaning as are respectively assigned to them in General Condition of Contract.
b) The following documents annexed herewith shall be taken as mutually explanatory of one
another and shall be deemed to form and be read and construed as integral parts of this Contract and in case of any discrepancy, conflict, dispute they shall be referred to in the
order of priority as cited below: 1. Agreement 2. Annexure 'A' General Conditions of Contract.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 250
3. Annexure 'B' Bidding Documents comprising of Part-IV including Addenda / other documents issued by Company, subsequent correspondences exchanged between the Company and the Contractor which have been agreed to by the Company and the Contractor and Sections cited in the order of priority :
i) Scope of the Works & Design Criteria ii) Specifications/ data Sheets
iii) P&IDs and other drawings/ Documents
In event of conflict within Scope of the Works & Design Criteria, the order of precedence is Scope of Work, then Design Criteria.
4. Annexure 'C' Contract price schedule and Rental Rate Schedule.
5. Annexure 'D' Construction schedule/Project Key Dates. 6. Annexure 'E' Project Instructions. 7. Annexure 'F' Milestone payment formula
c) The Contract constitutes the entire Agreement between the Company and the Contractor, with respect to the subject matter of the Contract and supersedes all communication, negotiations and Agreement (whether written or oral) of the parties with respect thereto made prior to the date of Agreement.
d) The Contractor hereby covenants with Company to perform the Work in conformity in all
respect with provisions of the Contract and in consideration of the carrying out and completion of the Works by the Contractor, the Company hereby covenants to pay the amounts at the times and in the manner described hereinafter.
IN WITNESS WHEREOF the parties here to have hereunto set their respective hands in Mumbai, the day and year first above written.
For and on behalf of Contractor For and on behalf of Oil and natural Gas Corporation Ltd. (Company)
WITNESSES WITNESSES (1) ---------------- (1) --------------- (2) ---------------- (2) ---------------
by (Contractor) by (Company)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 251
APPENDIX B5
PROFORMA WORK EXPERIENCE
AWARD COMPLETION DATES
PROJECT COMPLETION DATE
AND (CONTRAC
TUAL/ ACTUAL
CLIENT NO. OF PLATFORMS ETC.
(indicate major facilities)
APPROX. VALUE
ENGINEERING/ PROCUREMENT/
FABRICATION/ ANTI
CORROSION AND WEIGHT COATING /OFFSHORE WELL
PLATFORM INSTALLATION/ PIPELINE LAYING/ PLATFORM
MODIFICATION/ HOOK-UP/ TESTING/ PRE-COMMISSIONING/
START-UP/ COMMISSIONING
CONTRACTU
AL
ACTUAL CONTRACTU
AL
ACTUAL
Jobs already Completed (last ten years)
Jobs in hand
NOTE: The names of the consultant / back-up consultants/sub-contractor/ Joint venture and their scope of work to be clearly indicated.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 252
APPENDIX B6 DIVISION OF SCOPE OF WORK AND LOCATION OF WORK CENTRE
Sl. No.
Component* Survey (Pre-engine
ering, Pre-construction, post –constu
ction)
Design /Engg.
Procure-ment
Fabrication
Load Out
Transport- ation
Installation Hookup, Testing, Pre- Commissioning
Commissioning
1. Platform Deck & Top
side Facilities
2.
Jacket & Piles
3. Modification at NQG
4. Modification
at Trombay
5. Sub marine pipelines
6. On land pipelines
NOTE: 1. Bidder shall clearly indicate the agency, which will carry out each activity and the location of activity. 2. In case any activity is proposed with back-up consultant, Bidder shall clearly indicate role of back-up consultant.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 253
APPENDIX-B-7
PROFORMA FOR BANK GUARANTEE FOR BID SECURITY REF. NO........ BANK GUARANTEE NO.......... DATED...........
To, Oil and Natural Gas Corporation Limited 15E,Maker Towers, Cuffe Parade,
Bombay (India). Dear Sirs, 1. Whereas Oil and Natural Gas Corporation Ltd., incorporated under the Companies Act
1956 having its registered office at Jeevan Bharati, Tower-II,124, Indira Chowk, New Delhi-
110 001 and one of its offices at 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017 (hereinafter called "Company" which expression shall unless repugnant
to the context or meaning thereof include all its successors, administrators, executors and assigns) has floated a Tender No. ........................ and M/s. ....... having Head/Registered Office at ......... (hereinafter called the "Tenderer" which expression shall unless repugnant to the context or meaning thereof mean and include all its successors, administrators and
executors) have submitted a bid reference No......... and tenderer having agreed to furnish as a condition precedent for participation in the said tender an unconditional and irrevocable Bank Guarantee of Indian Rs. / US$.............. (in figures) (Indian Rupees/US Dollars .........) (in words) for the due performance of tenderer's obligations as contained in the terms of the Invitation for Bids (IFB) and other terms and conditions contained in the Bidding Documents supplied by Company which amount is liable to be forfeited on the
happening of any contingencies mentioned in said documents. 2. We ................. (name of the Bank) registered under the laws of .......(name of the Country)
having head/registered office at ................. (hereinafter referred to as "The Bank" which
expression shall, unless repugnant to the context meaning thereof, include all its successors, administrators, executors and permitted assigns) guarantee and undertake to pay immediately on receipt of your first demand by Company, upto the maximum aggregate amount of Indian Rs. / US$ ..........(in figures) (Indian Rupees/US Dollars ......... ) (in words) at any time without any demur and recourse, and without Company having to substantiate the demand. Any such demand made by Company shall be conclusive
and binding on the Bank irrespective of any dispute or difference raised by the bidder. 3. The Bank confirm that this guarantee has been issued with observance of appropriate laws
of the country of issue.
4. The Bank also agree that this guarantee shall be irrevocable and governed and construed
in accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where tenders have been invited.
5. This guarantee shall be irrevocable and shall remain in force upto ............which includes
sixty days after the period of bid validity and any demand in respect thereof should reach the Bank not later than the aforesaid date.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 254
6. . Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs./US$ .......... (in figures) (Indian Rupees/US Dollars .............) (in words) and our guarantee shall remain in force until ................. (indicate the date of expiry of bank
guarantee). Any claim under this Guarantee must be received by us before the expiry of this Bank
Guarantee. If no such claim has been received by us by the said date, the rights of Company under this Guarantee will cease. However, if such a claim has been received by us by the said date, all the rights of Company under this Guarantee shall be valid and shall
not cease until we have satisfied that claim. In witness whereon, the Bank through its authorised officer has set its hand and stamp on
this ......... day of ....... at .........
.........................
(SIGNATURE)
Full name, designation and official address
(in legible letters) with Bank Stamp.
Attorney as per power of Attorney No...... Date...........
WITNESS NO.1 ____________ (SIGNATURE) Full name and official address (in legible letters)
WITNESS NO.2 _____________ (SIGNATURE)
Full name and official address (in legible letters) Note: This bank guarantee/all further communications relating to this bank gurantee should be
forwarded to Head MM-ES(Offshore), ONGC, 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017 (India).
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 255
INSTRUCTIONS FOR FURNISHING BANK GUARANTEE FOR BID SECURITY 1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per
stamp duty applicable at the place where the tender has emanated. The non-judicial stamp paper should be in name of the issuing bank.
2. Foreign parties are requested to execute bank guarantee as per law in their country. 3. Foreign bidders will give guarantee either in the currency of the quotation or US$ (US
Dollars). Indian Rs./US$ have been mentioned only for illustration. Therefore, in case where bank guarantee is being given in currency other than Rupees or US$, indicate the relevant currency of the quotation.
4. The expiry date as mentioned in clause 6 should be arrived at by adding 30 days to the
Bid validity.
5. The bank Guarantee by Indian bidder will be given from Nationalized/Scheduled bank only. The foreign bidders will give bank guarantees from an Indian bank situated in their city. In case no Indian bank is situated in bidders city then Bank guarantee from foreign bank acceptable to Company (whether situated in bidders country or in India) will be considered, A list of such acceptable foreign banks are given at Appendix A-8. If any
foreign bidder desires to furnish guarantee from a bank other than those includes in the list, such bidder should furnish collateral security/guarantee/confirmation from any of the above foreign banks or the State Bank of India/Indian Nationals/Scheduled Bank.
6. Agreement as per Appendix B-8 attached is to be furnished by the Bidder along with the
Bid Security. 7. The full address along with the Telex/Fax No. and e-mail address of the issuing bank to be
mentioned.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 256
APPENDIX B-8
AGREEMENT No.---------- Date----------
To Oil and Natural Gas Corporation Limited Sub : Purchase of Bidding Documents. Ref : Tender No.------------------------
Dear Sir, The Company and the Tenderer agree that the Invitation for Bids (IFB) is an offer made on the condition that the Tender would be kept open in its original form without variation or modification for a period of (State the number of days) from the last date for the receipt of Bids stated in the IFB
and the making of the Tender shall be regarded as an unconditional and absolute acceptance of this condition of the IFB. They further agree that the Contract consisting of the above condition
of IFB as the offer and the submission of Tender as the Acceptance shall be separate and distinct from the Contract which will come into existence when Tender is finally accepted by the Company. The consideration for this separate initial Contract preceding the main Contract is that the Company is not agreeable to sell the IFB to the Tenderer and to consider the Tender to be
made except on the condition that the Tender shall be kept open for ------- days after the last date fixed for the receipt of the Tender and the Tenderer desires to make a Tender on this condition and after entering into this separate initial Contract with the Company. The Company promises to consider the Tender on this condition and the tenderer agrees to keep the Tender open for the re-quired period. These reciprocal promises form the consideration for this separate initial Contract between the parties.
If Tenderer fails to honour the above terms and conditions, the Company shall have unqualified, absolute and unfettered right to encash the Bank Guarantee for Bid Security submitted in this behalf.
Yours faithfully, Yours faithfully, (BIDDER) (COMPANY)
(One copy of this agreement, duly signed, must be returned along with offer).
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 257
APPENDIX B-9
CERTIFICATE OF SUBMISSION OF TECHNO-CONTRACTUAL COMPLAINT BID
BIDDER CONFIRMS THAT ALL THE TECHNICAL & CONTRACTUAL DOUBTS / CLARIFICATIONS WITH REGARDS TO TERMS & CONDITIONS OF BID DOCUMENTS, HAVE BEEN DISCUSSED / SETTLED IN PRE-BID CONFERENCE. A TECHNO-CONTRACTUALLY COMPLAINT BID TO THE BIDDING DOCUMENT ISSUED AGAINST TENDER NO. MR/OW/MM/C-Series/03/2006 WITH NO EXCEPTION / DEVIATIONS
WHATSOEVER HAS BEEN SUBMITTED. IN CASE ONGC FINDS THAT BIDDER HAS TAKEN ANY
DEVIATION/ EXCEPTION TO ONGC’s BIDDING DOCUMENTS THE BID WILL BE REJECTED OUTRIGHT AND THE BIDDER SHALL HAVE NO RIGHT TO MAKE ANY REPRESENTATION AGAINST REJECTION OF
HIS BID.ANY REPRESENTATION AGAINST REJECTION OF THE BID SHALL BE SUMMARILY REJECTED.
Signature of Authorised Signatory
(Name)
Seal of the Bidder
]
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 258
APPENDIX B-10
FORMAT OF AGREEMENT BETWEEN BIDDER AND THEIR PARENT COMPANY (TO BE MADE ON STAMP PAPER OF REQUISITE VALUE AND NOTORISED) This agreement made this ___ day of ____ month ____ year by and between M/s.
____________________ (Bidder’s particular) ___________ hereinafter referred to as bidder of the first part and M/s. ___________ (Parent Company’s particulars) hereinafter referred to as “Parent Company” on the other part, whereas M/s. Oil & Natural Gas Corporation Limited (hereinafter referred to as ONGC) has invited offers vide their tender No. _____________ for _________________ and whereas M/s. __________________(Bidder) intends to bid against the said tender and desires to have a financial and technical support of M/s. ________________(Parent Company) and whereas Parent Company
represents that they have gone through and understood the requirements of subject tender and are capable and committed to provide the services as required by the bidder for successful execution of the contract, if awarded to the bidder. Now, it is hereby agreed to by and between the parties as follows:
1. M/s.____________(Bidder) will submit an offer to ONGC for the full scope of work as envisaged in the tender document as a main bidder and liaise with ONGC directly for any clarifications
etc. in this context. 2. M/s. _________(Parent Company) as a sub-contractor undertakes to provide financial,
technical support and expertise, expert manpower and procurement assistance and project management to support the bidder to discharge its obligations as per the Scope of work of
the tender / Contract for which offer has been made by the Parent Company and accepted by the bidder.
However, as a minimum, following services will be necessarily covered by the Parent Company: _________________________________________________________________
3. This agreement will remain valid till validity of bidder’s offer to ONGC including extension if
any and till satisfactory performance of the contract in the event the contract is awarded by ONGC to the bidder
4. It is further agreed that for the performance of work during contract period bidder and
Parent Company shall be jointly and severely responsible to ONGC for satisfactory execution of the contract.
5. However, the bidder shall have the overall responsibility of satisfactory execution of the contract awarded by ONGC.
In witness whereof the parties hereto have executed this agreement on the date mentioned
above. For and on behalf of For and on behalf of (Bidder) (Parent Company)
M/s. M/s.
Witness: 1) 1) 2) 2)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 259
APPENDIX B-11
PARENT COMPANY GUARANTEE
DEED OF GUARANTEE
THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s …………………………
(mention complete name) a company duly organized and existing under the laws of …………………. (insert jurisdiction/country), having its Registered Office at ……………………………………… hereinafter called “the Guarantor” which expression shall, unless excluded by or repugnant to the subject or context thereof, be deemed to include its successors and permitted assigns.
WHEREAS
M/s Oil & Natural Gas Corporation Limited, a company duly registered under the Companies Act 1956, having its Registered Office at 8th floor, Jeevan Bharti, Tower-II, 124, Indira Chowk (Connaught Circus), New Delhi, India, and having an office, amongst others, at …………… (insert purchase centre address) hereinafter called “the Corporation” which expression shall unless excluded by or
repugnant to the context thereof, be deemed to include its successor and assigns, invited tender number ………………… for …….. on ………….. M/s ………………….. (mention complete name), a company duly organized and existing under the laws of ……………. (insert jurisdiction/country), having its Registered Office at …………………….. (give complete address) hereinafter called “the Company” which expression shall, unless excluded by or
repugnant to the subject or context thereof, be deemed to include its successor and permitted assigns, *a wholly owned subsidiary of the Guarantor, have, in response to the above mentioned tender invited by the Corporation, submitted their bid number …………………… to the Corporation with one of the condition that the Company shall arrange a guarantee from its parent company guaranteeing due and satisfactory performance of the work covered under the said tender including any change therein as may be deemed appropriate by the Corporation at any stage.
The Guarantor represents that they have gone through and understood the requirement of the above said tender and are capable of and committed to provide technical, financial and such other supports as may be required by the Company for successful execution of the same.
The Company and the Guarantor have entered into an agreement dated …….. as per which the Guarantor shall be providing technical, financial and such other supports as may be necessary for performance of the work relating to the said tender.
Accordingly, at the request of the Company and in consideration of and as a requirement for the Corporation to enter into agreement(s) with the Company, the Guarantor hereby agrees to give this
guarantee and undertakes as follows: 1. The Guarantor (Parent Company) unconditionally agrees that in case of non-performance
by the Company of any of its obligations in any respect, the Guarantor shall, immediately on receipt of notice of demand by the Corporation, take up the job without any demur or objection, in continuation and without loss of time and without any cost to the Corporation
and duly perform the obligations of the Company to the satisfaction of the Corporation. In case the Guarantor also fails to discharge its obligations herein and complete the job satisfactorily, the Corporation shall have absolute rights for effecting the execution of the job from any other person at the risks and costs of the Guarantor. The Guarantor also undertakes to make good any loss that may be caused to the Corporation for non-performance or unsatisfactory performance by the Guarantor or the Company of any of their obligations.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 260
2. The Guarantor agrees that the Guarantee herein contained shall remain valid and
enforceable till the satisfactory execution and completion of the work (including discharge
of the warranty obligations) awarded to the Company. 3. The Guarantor shall be jointly with the Company as also severally responsible for satisfactory
performance of the contract entered between the Company and the Corporation. 4. The liability of the Guarantor, under this Guarantee, is limited to the value of the contract
entered between the Company and the Corporation i.e. up to ………and in no event shall the Guarantor’s liability hereunder, either in its capacity of Guarantor or as a Contractor should it perform the contract in the event of the Company’s non-performance as per point 1 hereinabove, exceed that of the Company under the mutually agreed contract awarded to the Company. This will, however, be in addition to the forfeiture of the Performance Guarantee furnished by the Company.
5. The Guarantor represents that this Guarantee has been issued after due observance of the appropriate laws in force in India. The Guarantor hereby undertakes that the Guarantor shall obtain and maintain in full force and effect all the governmental and other approvals and consents that are necessary and do all other acts and things necessary or desirable in connection therewith or for the due performance of the Guarantor’s obligations hereunder.
6. The Guarantor also agrees that this Guarantee shall be governed and construed in
accordance with the laws in force in India and subject to the exclusive jurisdiction of the courts of ……….., India.
7. The Guarantor hereby declares and represents that this Guarantee has been given without any undue influence or coercion from any person and that the Guarantor has full understood the implications of the same.
8. The Guarantor represents and confirms that the Guarantor has the legal capacity, power
and authority to issue this Guarantee and that giving of this Guarantee and the
performance and observations of the obligations hereunder do not contravene any existing law or any judgment.
For & on behalf of (Parent Company)
M/s __________________________
Witness :
1. 2.
*strike out, if not applicable.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 261
APPENDIX –B-12
INTEGRITY PACT
between
Oil and Natural Gas Corporation Ltd (ONGC) hereinafter referred to as “The Principal”,
and
…………………………………………………………..… hereinafter referred to as “The Bidder/ Contractor”
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for ---------------
---------------. The Principal values full compliance with all relevant laws and regulations, and the
principles of economic use of resources, and of fairness and transparency in its relations with its
Bidder/s and Contractor/s.
In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organisation “Transparency International” (TI). Following TI’s national and
international experience, the Principal will appoint an external independent Monitor who will
monitor the tender process and the execution of the contract for compliance with the principles
mentioned above.
Section 1 – Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
1. No employee of the Principal, personally or through family members, will in connection
with the tender for , or the execution of a contract, demand, take a promise for or
accept, for him/herself or third person, any material or immaterial benefit which he/she is
not legally entitled to.
2. The Principal will, during the tender process treat all Bidders with equity and reason. The
Principal will in particular, before and during the tender process, provide to all Bidders the
same information and will not provide to any Bidder confidential / additional information
through which the Bidder could obtain an advantage in relation to the tender process or
the contract execution.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 262
3. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in
this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.
Section 2 – Commitments of the Bidder/ contractor
(1) The Bidder / Contractor commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
tender process and during the contract execution.
1. The Bidder / Contractor will not , directly or through any other person or firm , offer,
promise or give to any of the Principal’s employees involved in the tender process or the
execution of the contract or to any third person any material or immaterial benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage of any
kind whatsoever during the tender process or during the execution of the contract.
2. The Bidder / Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to introduce cartelisation in the bidding
process.
3. The Bidder / Contractor will not commit any offence under the relevant Anti-corruption
Laws of India ; further the Bidder / Contractor will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information or document provided
by the Principal as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.
4. The Bidder / Contractor will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 263
(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above
or be an accessory to such offences.
Section 3- Disqualification from tender process and exclusion from future contracts
If the Bidder, before contract award has committed a transgression through a violation of Section 2
or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is
entitled to disqualify the Bidder from the tender process or to terminate the contract, if already
signed, for such reason.
(1) If the Bidder / Contractor has committed a transgression through a violation of Section
2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the
Bidder / Contractor from future contract award processes. The imposition and duration of the
exclusion will be determined by the severity of the transgression. The severity will be determined by
the circumstances of the case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount of the damage. The
exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
(2) The Bidder accepts and undertakes to respect and uphold the Principal’s absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including the lack of any hearing before the decision to
resort to such exclusion is taken. This undertaking is given freely and after obtaining independent
legal advice.
(3) If the Bidder / Contractor can prove that he has restored / recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal may revoke the
exclusion prematurely.
(4) A transgression is considered to have occurred if in light of available evidence no
reasonable doubt is possible.
Section 4 – Compensation for Damages
(1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 264
damages equivalent to 3 % of the value of the offer or the amount equivalent to Earnest Money
Deposit / Bid Security , whichever is higher.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand
and recover from the Contractor liquidated damages equivalent to 5 % of the contract value or the
amount equivalent to Security Deposit / Performance Bank Guarantee, whichever is higher.
(3) The bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder / Contractor can prove and establish that the exclusion of the
Bidder from the tender process or the termination of the contract after the contract award has
caused no damage or less damage than the amount of the liquidated damages, the Bidder /
Contractor shall compensate the Principal only to the extent of the damage in the amount proved.
Section 5 – Previous transgression
(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country conforming to the TI approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or the contract, if already awarded, can be terminated for such reason.
Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors
(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment
in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders, Contractors and Subcontractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact
or violate its provisions.
Section 7 – Criminal charges against violating Bidders / Contractors / Subcontractors
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 265
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an
employee or a representative or an associate of a Bidder, Contractor or Subcontractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the Vigilance Office.
Section 8 – External Independent Monitor / Monitors (three in number depending on the size of the
contract)
(to be decided by the Chairperson of the Principal)
(1) The Principal appoints competent and credible external independent Monitor for this
Pact. The task of the Monitor is to review independently and objectively, whether and to
what extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of the
Board of the Principal.
(3) The Contractor accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder / Contractor / Subcontractor with
confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will
so inform the Management of the Principal and request the Management to discontinue
or heal the violation, or to take other relevant action. The monitor can in this regard
submit non-binding recommendations. Beyond this, the Monitor has no right to demand
from the parties that they act in a specific manner, refrain from action or tolerate action.
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal
within 8 to 10 weeks from the date of reference or intimation to him by the ‘Principal’
and, should the occasion arise, submit proposals for correcting problematic situations.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 266
(7) Monitor shall be entitled to compensation on the same terms as being extended to /
provided to Outside Expert Committee members / Chairman as prevailing with Principal.
(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of
an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not,
within reasonable time, taken visible action to proceed against such offence or reported
it to the Vigilance Office, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner, Government of India.
(9) The word ‘Monitor’ would include both singular and plural.
Section 9 – Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months
after the last payment under the respective contract, and for all other Bidders 6 months after the
contract has been awarded.
If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal.
Section 10 – Other provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners
or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
--------------------------------- --------------------------------
For the Principal For the Bidder / Contractor
Place -------------- Witness 1 : ---------------------------.
Date -------------- Witness 2 : ---------------------------
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 267
APPENDIX – C-1
INFORMATION TO BE FURNISHED IN A SAFETY REPORT
Part-I SAFETY ACTIVITIES
1.0 GENERAL 1.1 The name and designation of the person furnishing the information. 1.2 Maximum number of persons on board.
1.3 Description of activity:
- Location: Name... Latitude.... Longitude... - Name of the construction barge - Name of the platform to be constructed - Jobs to be carried out
2.0 SAFETY ADMINISTRATION
2.1 Safety inspection schedules 2.2 Allocation and delegation of responsibility for safety
2.3 Safety committees 2.4 Safety training 3.0 HAZARD ASSESSMENT
3.1 Identification of hazards 3.2 Causes of major accidents, that occurred in the last 5 years
3.3 Assessment of accident consequences 3.4 Safety systems, related to the hazards identified at para 3.1 above. 4.0 DESCRIPTION OF OTHER SAFETY RELEVANT UNITS
4.1 Fire fighting system 4.2 Alarm system
5.0 SAFE OPERATING PROCEDURES
5.1 Are all hazardous operations covered by written safe operating procedures (SOP)? (Copies should be kept available on board)
5.2 Are SOP's posted at the job location? 5.3 Are SOP's reviewed to determine effectiveness?
5.4 Are work permits enforced for:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 268
- Hot work - Vessel/confined space entry - Electrical repair, maintenance and testing
6.0 ACCIDENT REPORTING AND INVESTIGATIONS AND ANALYSIS 6.1 Are records of all injuries and dangerous occurrence maintained? 6.2 Who investigates accidents and dangerous occurrences?
6.3 Please furnish an analytical summary of accidents that occurred in the last three years
and full details of accidents that occurred in the last three months. 7. EMERGENCY PREPAREDNESS
7.1 Is there an emergency plan ? (Copy should be kept available onboard)
7.2 Does it cover all anticipated emergency situations? 7.3 Are escape routes and muster stations clearly marked with safety signs?
7.4 Are fire and abandon drills held every week and properly logged? 7.5 Is there a written procedure to check availability and reliability of emergency equipment
(Life saving appliance/breathing apparatus)/
8. MEDICAL PROGRAMME 8.1 Are adequate first-aid boxes available? 8.2 Are there trained first-aid personnel onboard?
8.3 Is there a contingency plan available for medical emergency including evacuation of sick/injured persons. Is it well understood?
8.4 Are stretchers suitable for placement in helicopters available? 9. COMMUNICATION
9.1 Are all radio communication equipments in good condition?
9.2 Is there a schedule of maintenance of communication equipments? 9.3 Are two independent source of power supply available for radio communication?
PART-II LIFTING OF HEAVY LOAD 1. LIFTING APPLIANCES 1.1 Are Lifting appliances operated by a person trained and competent to operate the
appliances? 1.2 Are efficient arrangements for signaling or communicating between the operator of the
lifting appliances and persons at the loading or unloading points provided and maintained?
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 269
1.3 Are hooks used for raising or lowering materials provided with an efficient safety latch?
2. WIRE ROPES 2.1 What is the safety factor of the wire rope for lifting appliances? It should be at least 3.5
times the maximum load). 3.0 SAFE WORKING LOAD OF LIFTING APPLIANCES
3.1 Are lifting appliances marked with safe working load? 3.2a) Are derrick cranes fitted with effective automatic load indicator? b) If yes, is it provided with visual and audible signals?
4.0 EXAMINATION AND INSPECTION OF LIFTING APPLIANCES 4.1 Are lifting appliances:
- Thoroughly examined by a competent person immediately before being taken into use, after installation, reinstallation?
- Thoroughly examined by a competent person at intervals not exceeding six months. If yes, what is the last date of thorough examination?
- inspected at intervals not exceeding seven days?
PART-III WELDING
1. Are work permits enforced for welding job ?
2. Are welders provided with fire resistant protective clothing and equipment such as fire
resistant gauntlets and aprons, helmets and goggles with suitable filter lenses?
3. Gas hoses 3.1 Are hose lines for oxygen and acetylene of different colours? 3.2 How the testing for leaks in hose and connections are done? (It should be done by soapy
water)
4. Electric Arc welding
4.1 Are metal frames of arc welding machine effectively earthed? 4.2 Are connections to welding terminals made at distribution boxes, socket outlets etc. by
bolted joints. PART-IV FIRE HAZARD CONTROL 1. Detection and Alarm System
1.1 Are all fire/smoke sensors in good working order? 1.2 Is the fire alarm system in good condition?
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 270
2. Fire Control System 2.1a) Are portable fire extinguishers positioned correctly at appropriate places?
b) Are these clearly marked as to their use? 2.2 Are fixed fire fighting system in good condition? 3. Inspection, Maintenance and Test
3.1 Is there a procedure for inspection of fire sensors, alarm and control system? 3.2a) Is there a procedure for inspection of fire sensors, alarms and control system? b) Are records kept for maintenance?
4. Fire Fighting team 4.1 Is there a fire fighting team available on each shift? 4.2 Have the team members undergone advanced fire fighting training?
4.3 Are all members of the team conversant with the action to be taken in the event of fire? PART-V POLLUTION CONTROL
1. Disposal of wastes 1.1 Are construction wastes collected for onshore disposal? 1.2 Are liquid/solid wastes treated before it is discharged in the sea. Please explain the
treatment system?
2. Noise Protection 2.1 Are ear muffs/any other hearing protection measures provided to the employees working
in big noise areas?
3. Drinking water
3.1 Is there a procedure for testing the quality of drinking water? 3.2 Who is responsible for quality control?
3.3 Are test results recorded? PART-VI
Additional information to be furnished in a Safety Report where work is to be carried out in the
vicinity of active oil and gas installations/pipelines 1 Protection against release of hydrocarbon 1.1 Are gas detectors installed at location governed by the following rules:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 271
- In air conditioned or ventilated areas detector should be at the air inlets,
- Outside, detector should be installed on gas carrying equipment and also near potential leaks.
1.2 Are gas detectors tested periodically? 1.3 Are portable gas detector available onboard?
2. Is contingency plan available to deal with hydrocarbon lead? 3. H2S Safety (Details to be furnished only if work is to be carried out in sour gas field) 3.1 Are adequate number of breathing apparatus available?
3.2 Are air cylinders of breathing apparatus changed? 3.3 Are the details available onboard? 3.4 Is contingency plan to deal with H2S emergency available?
3.5 Are persons adequately trained in use of BA? 3.6 Are escape marks available?
INFORMATION TO BE SUBMITTED IN THE REPORT BY CONTRACTORS 1. The name and address of the person furnishing the information. 2. Brief description of the construction activity and maximum number of persons exposed to
hazards.
3. Information on hazards that can lead to major accidents loss of life or pollution of marine
environment. 4. Description of safety design criteria, controls and alarms fire fighting systems etc.
5. Description of safety organisation namely maintenance and inspection schedules, responsibilities for safety and implementation of safety procedures.
6. Information on emergency organisation namely, contingency plan, command, alarm
system, evacuation and rescue procedures.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 272
APPENDIX – C-2
ACCIDENT REPORT (The form must be filled in so as to contain the maximum details)
1. Name of the Victim 2. Designation 3. Age
4. Place of duty 5. Date and time of accident 6. Exact place of accident
7. Measure and extent of injuries
8. Approximate time for which the victim cannot
attend to his duties
9. Person in direct charge of the work at the time of the accident
Name: Designation: 10. Brief but complete account of the causes/
circumstances surrounding the accident
11. Was the accident due to anybody’s fault?
12. If so, the name and the designation of the
person(s) at fault with the full account of the negligence, fault etc.
13. Is the accident directly attributable to
i) the workman having been at the time
thereof under the influence of drink or damage drugs or
ii) the willful disobedience of the workman to an
order expressly framed for the purpose of accruing the safety or workman, or
iii) the willful removal or disregard by the workman of any safety guard or otherwise
which he know to have been provided for
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 273
the purpose of securing the safety of workman
14. Name and designation of the persons who were present on the spot at the time of the accident and who can give important evidence.
Name Designation
Name Designation etc. etc. 15. Was the victim given any first aid? Yes/No Time
16. Did any Medical Officer attend Yes/No Time
(name of the Medical Officer) 17. Was the victim sent to hospital? (with the time of admission may be indicated)
18. How can recurrence of such an accident be avoided in future?
Signature of official directly in-charge Signature of Officer-on-Charge at the time of the accident
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 274
APPENDIX-C-3
INDICATIVE DESCRIPTION OF INFORMATION WHICH MAY BE REQUIRED TO BE SUBMITTED BY CONTRACTOR FOR/DURING SAFETY AUDIT
1. Documentation
Sl. No.
Requirements
1
Engineering Information
i. What Engineering Information has been provided?
ii. Is the information provided up-to-date?
2
Process Gas Compressor Information:
i. What equipment information is available?
ii. Is all the information up-to-date?
iii. Are the existing codes and practices incorporated in the new facility?
Is Material Safety Data Sheets (MSDS) available for all identified hazardous
chemicals?
4
Corrosion Detection and Prevention System Information
i. What documentation available?
ii. Is all the information provided and is up-to-date?
iii. What facilities (viz GCI, corrosion probes, etc.) are provided for
monitoring and controlling internal as well as external corrosion?
5
Health & Hygiene Control System Information
i. What documentation is available?
ii. How it is ensured that information is up-to-date?
6
Fire Detection/Suppression Information
i. What fire detection/suppression system documentation is available?
ii. Is the information updated in the existing information?
2. Process Hazard Analysis
1. Have major accident hazards (scenarios) been identified and characterised? (Quantitative Risk Assessments, HAZOP, HAZID studies etc.)
2. Have all hazardous chemicals been identified
3. What is the programme for initiating a review of a Hazard Analysis Study (including HAZOP wherever applicable)
4. What is the qualifications and experience of persons who have carried out the studies?
5. Have the outcome of the studies been formally shared with facility operators?
6. Have all the recommendations of the studies implemented?
7. Have all the loops in the DCS been checked for proper operation?
8. Is the system updated for modifications in the process changes made during the project?
3. Fire Detection and Suppression System
1. Whether all Gas detectors are in working condition? Check randomly 20% in different areas.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 275
2. Whether all UV/ IR detectors are in working condition? Check randomly 20% in different areas.
3. Whether all thermal detectors are in working condition?
4. Whether Deluge system is working satisfactorily? If possible, pressurise the system and check the deluge to see coverage.
5. Whether foam/fire water hose reels and DCP hose reels provided from all sides
of the area?
6. Whether all foam/fire water hose reels and DCP hose reels are easily accessible? Check hose, drum and nozzle condition. Check foam in the foam tanks and quality of foam formation when used.
7. Whether adequate numbers of DCP skids provided? Check pressure in the actuating and pressurising cylinders.
8. Whether adequate numbers of Halon (or any other equivalent system like FM-200) cylinders provided for GG-PT enclosure? Is the pressure in cylinders okay?
Is the solenoid valve and discharge pressure switch connected? Is the selection in auto? Are the warning lights available outside the area covered by Halon / FM-200?
9. Whether adequate number of portable and semi-portable fire extinguishers provided all over installation? Check service date, nozzle, pin and accessibility.
10. Are Fire alarms, ESD and FSD switches etc adequate and in working condition? Whether ESD and FSD switches are pull knob type? Whether switch are distinctly painted in black and red colours.
11. Whether platform has fireman’s outfits? Are they stored properly?
12. Are fire blankets available? Is their condition okay.
13. Whether layout drawing showing location of ESD and FSD points, DCP skids/hose reels, fire/foam water hose reels, Halon 1301 system, portable Extinguishers and
other FFE available? Where are these displayed? Are they adequate? Check that the FFE locations match as shown in the boards.
14. Any other substandard (unsafe) condition:
4. Boat-landing Facilities
1 Whether conditions of barge bumpers and boat fenders is okay?
2 Whether adequate number of jumping ropes of nylon material are available, are easily accessible and in good condition (at least 2 for each landing)?
3 Is the condition of railings and gratings okay?
5. Crane
1 Has the crane received an initial inspection by a qualified inspector in accordance with API RP 2D?
2 Is the correct load rating chart for the crane configuration at the primary control station in accordance with API RP 2D?
3 Are the written reports on load tests prepared by a qualified crane inspector showing load test procedures and results when load tests are required in
accordance with API RD 2D?
4 Is there a fire extinguisher of appropriate size and type kept in the cab or vicinity of the crane in accordance with API RP 2D?
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 276
5 Have static and dynamic load rating charts been established in accordance with API RP 2D?
6 Has the wire rope inspection been carried out in accordance with API RP 9A and reports available?
7 Are the limit switches of the crane functional?
8 Are proper crane operating practices for attaching and moving the load posted near the crane? Is a poster of hand signals for crane posted?
9 Is the lighting in the cabin and on the boom okay?
6. Life Saving Appliances and Escape Routes
1. Whether the “primary means of escape” through helideck and boat landing are clear of all obstructions and route is distinctly painted and is clearly identifiable?
2. Whether “escape route” directional boards are adequately posted on the decks? Are the escape route markings clear?
3. Whether all enclosed areas/rooms have “Exit” signs illuminated by DC power?
4. Do the exits and escape routes have unrestricted access? Are the aisles and passage ways clear?
5. Whether layout drawing showing location of life rafts, life buoys, escape ladders, scramble nets, helicopter rescue kits, first aid box, stretcher and other LSA available? Where are these displayed? Are they adequate? Check that the
LSA locations match as shown in the boards.
6. Whether inflatable Life rafts are available and their position displayed? Check expiry dates of life rafts. Are they placed in proper cradles and is the painter line tied? Check stowage height, if it has a launching mechanism, check it’s functioning. Is the launching procedure board posted nearby?
7. Whether all the life buoy rings are available and 50% of the Life Buoys are with
self-igniting lights? Check the buoy condition and the rope condition. Are they placed in proper cradles?
8. Whether sufficient number of life jackets are available. Are they properly
placed in weatherproof boxes in external areas? Check the life jackets and their boxes condition. (Should have whistle and self-igniting lights).
9. Whether Scramble nets and Escape ladders are available near the life raft locations? Check their condition? Whether scramble net placed on cradle and
tied? Whether Escape Ladders tied to proper supports?
10. Is an appropriately stocked first aid box available on the platform? Is there a list of medicines/bandages available and a “how & when” to use booklet available? Whether medicines/bandages manufacturing date(s) are recent?
11. Is the stretcher available on the deck? Is it properly placed an in good condition?
12. Is there provision for washing eyes (eye wash shower or similar arrangement) provided in the area? Check it’s functioning and whether sufficient water pressure is available?
Any other substandard (unsafe) condition:
7. Operating Procedure 1. Do written operating procedures exist for the compressor operation? Do the
procedures provide clear instructions for conducting activities safely and environmentally sound manner?
2. Do the operating procedures address, as a minimum, the following: a) Initial Start-up?
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 277
b) Normal operations? c) Normal Shutdown? d) Emergency shutdown including the conditions under which
emergency shutdown is required? e) Internal corrosion control f) Product quality control including dehydration g) Fire and Gas detection and mitigating facilities.
3. Do the operating procedures include operating limits that outline consequences of
process deviation and steps required to correct or avoid deviations.
4. Are operating procedures readily accessible to employees who work in, or maintain a process?
5. Do all operating procedures bear the stamp of validity from a competent authority?
8. Pre-start-up safety review 1. Has a pre-start-up Health, Safety and Environmental review been carried out
before commissioning? a) Is it documented?
At what project stage(s) was the procedure applied?
9. Safe work practices 1. Have safe work practices been developed and implemented for employees
and contractors to control hazards during operations such as:
a) Lockout/ tag-out of electrical and mechanical energy sources? b) Confined space entry? c) Opening process equipment or piping? d) Control over entrance into a facility by maintenance, contractor,
laboratory or other support personnel? e) Work at height
f) Work that involves ignition and radiation sources?
2. Are handling and storage of chemicals in line with MSDS?
3. Is a Work Authorisation System an element of the safe work practices?
4. Are raw materials, catalysts, and other process materials that could affect process safety identified?
5. Does the procedure cover at least the following: a) The hot work permit is issued only the authorised personnel as per SMS
Manual. b) The permit stands suspended at the end of each shift and needs to be
revalidated. c) Continuous supervision necessary in case of identified hazardous
activity.
Are all permits closed as per the procedure?
10. Safety and Shutdown Devices 1 Check PSVs on equipment and other lines are lined up. Whether isolation valves
of the PSVs have been locked as per P&ID?
2 Whether approved SAFE charts are available and logics have ben checked as per the charts?
3 Randomly simulate and check if all downstream actions take place as per logic?
4 Whether ESD/FSD of BSEP Platform has been hooked up with ESD/FSD system of BPA Complex? Whether documentation is available?
5 Whether the supply and regulated pressure in Main and test separator SDP is
okay?
6 Whether mainline PSHL is on-line and functional? Check other PSHL on individual flow lines, gas lift lines, test separator and fuel gas skid. Simulate signal and check for other actions as per logic provided.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 278
7 Whether test separator level switches are on-line and functional? Simulate signal and check for other actins as per logic provided.
8 Check opening and closing of shutdown valves on mainline, gas lift lines, test
separator and fuel gas skid.
9 Are all the vessels, driers, coolers etc. of the instrument gas skid lined up to supply good quality instrument gas?
10 Check PSV on test separator and other lines are lined up. Random checks for popping of PSV and inspect test records.
11 Check hydraulic oil in the main SDP
12 Are all pressure gauges, knobs and amot indicators in good condition?
13 Are the level/pressure transmitters and leel/pressure switches in the test separator provided from the independent tappings?
Any other substandard (unsafe) condition?
11. Training
1. Is the Training Manual available?
2. What are the new systems (different from the existing systems) in the MSP project? Are all the operations and maintenance personnel trained in the new
system?
3. What training methods were employed to ensure that the employee has the required knowledge skills, and abilities to safely carry out the duties and
responsibilities as specified in the operating procedures?
4. Is there a system of certifying in writing that the employee has understood the training?
5. Are initial and refresher training records available? What is the periodicity of refresher training?
6. Where applicable is documentation available for training as per the statutory requirement?
7. How Training in Safe Work Practices is ensured?
12. Emergency Response and Control
1. What kinds of emergencies are included in the Response Plan?
2. Is Hazards Identification / Risk Assessment/Criteria for selection of Accidents Scenarios for Emergency Planning included in the Response Plan?
3. Are organisational aspects are covered in the Response Plan?
4. What Emergency Response Procedures are listed in the Plan?
5. Whether available Infrastructure and Resources covered in the Emergency
Response Plan document?
6. In case of oil spill, are procedures for mobilisation of resources documented?
7. Is the medical evacuation procedures documented and all responsible personnel aware of their roles?
8. What other vital data and information is included in the document.
9. Are Mock Drills carried out? If so: a) How frequently? b) Have the Mock Drills been carried out regularly. If so are the
reports readily available? c) How frequently are communication links tested? d) Are lessons learnt in mock drills / omissions / shortcomings
properly recorded for corrective actions?
10. Is the plan reviewed and updated?
11. Where are copies of Emergency Response Plan available?
12. Is Muster Roll available?
13. In case the On-Site emergency turning into an Off-site emergency, are linkages
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 279
to Off-site plan covered in the document?
13. Investigation of Accidents
1. What is the procedure for reporting of accidents/ incidents? Is it documented?
2. Is there a written procedure for investigating incidents/accidents?
3. Have accident/incident investigation reports been prepared at the conclusion
of the investigation?
4. For how long are accident/incident investigation reports retained? Reports should be retained for minimum five years.
14. Personal Protective Equipment
1. Are the PPE rules available and are part of the newcomer orientation?
2. Is the supply and availability of the required PPE adequate?
3. Is the quality of the PPE issued satisfactory and fit for purpose?
4. Are all the available PPE maintained as per their requirement?
5. Check the compliance to usage of the following PPE: a) Clothing (use of cotton overalls) b) Eye and Face Protection (goggles, face shields etc.)
c) Head Protection (Helmets) d) Foot Protection (Safety Shoes) e) Hand Protection (Hand gloves) f) Hearing Conservation (Ear plugs, muffs) g) Protection in irrespirable/toxic atmospheres (SCBA, masks,
canisters)
h) Fall Protection (Safety belts, harness, work vests)
6. Are the records of issue and availability of PPE maintained?
15. Audit of HSE Management System Elements
1. Is there a system of periodic internal audit of the Safety, Health and Environment Management System?
2. Are the internal audit procedures documented?
3. Are reports of the audit findings developed?
4. To what management levels are the audit reports circulated?
5. What is the system to address the audit findings?
6. What is the frequency of internal audit?
7. For how long are past internal audit reports retained?
8. What is the system of regular external Audit?
16. Contractor Safety
1. How is it ensured that a competent person has been assigned as contract coordinator?
2. Is the contract competence of contractor checked before permitting the work
to start? Procedure to ensure the following:
• competence of contractor’s supervisor • competency of worker skill of contractor supervisors • Carry out checking of the machinery and materials before permitting
the contractor’s activity?
3. Is an Execution plan prepared?
4. Whether the coordinator hold daily meeting to review the progress and effectiveness of contractor’s HSE system.
5. Is there a system to ensure that coordinator receives the timely reports?
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 280
6. Do coordinator in unforeseen circumstances provide support, advice, consent to contractor?
7. Is there a system for inspection of contractor work sites after completion of work
to ensure clean up?
17. House Keeping
1. Whether the area has enough curbs, gutters, drains and are they connected
properly to deck drains? Are they sufficient to collect: - All discharges from equipment - Sanitary waste including the waste from baths, showers, sinks, wash
bowls, laundry, toilets and urinals.
2. Are all the drains clear and covered?
3. Is the sump caisson available and operational?
4. Are all the material in proper location? Are all the material, chemical barrels and compressed gas cylinders properly
segregated?
Is the stacking of material stable? Is the condition of stored materials okay? Are the stored material and cylinders protected? Are the barrels and compressed gas cylinders stored upright? Are the markings on containers clear? Are MSDS of all chemicals available at handling areas?
Are the compressed gas cylinders properly secured? Are the protection caps of compressed gas cylinders fitted?
5. Whether the area is equipped with waste/dustbins?
6. Is there no oil spillage?
7. Are there no leakages from the pumps and lines?
8. Whether good housekeeping is maintained?
Any other substandard (unsafe) condition:
18. Communication and Identification
1. Whether navigational obstruction lights(s) provided? Are they functioning?
2. Are the obstruction lights on the A-frame and boom of cranes functional?
3. Whether fog horns are provided?
4. Are the platform name boards for identification by boats posted in appropriate
size and are adequate in number?
5. Are equipment name boards for identification provide in appropriate size and provide necessary information?
6. Are the paging stations provided in the area? Are they working properly?
7. Is the (Titan) phone available? Is it working? Is a list of all emergency numbers posted?
Any other substandard (unsafe) condition:
19. Other Physical Conditions
1. Has noise mapping of the new modification carried out? Are the high noise areas demarcated by posting of boards or posters?
2. Inspect the first aid facilities available in the infirmary? Confirm whether all first aid and critical (life saving) drugs, oxygen cylinders, stretchers are available? Is
the person taking care of the infirmary sufficiently qualified to handle emergencies?
3. Is the condition of gratings, railings and chequered plates okay? Whether all handrails, gratings for treads on stair case (from cellar deck to spider deck),
spider deck & boat landing are of prescribed material? Is the paint condition
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 281
good?
4. Whether deck plating on cellar deck, main deck, battery room, switchgear
room and helideck checked for undulation?
5. Are unused scaffoldings removed? Is the integrity the scaffoldings in use okay?
6. Is the lighting adequate? Are flameproof covers of external lights intact?
7. Is the condition of doors and windows okay?
8. Are the ladders and climbing devices condition okay? Are the stairs clean and their condition okay?
9. Is the condition of electrical wires & cords okay? Are the grounds okay? Are all
the electrical connections okay? Is the condition of cable trays okay?
10. Is the pressurisation of enclosed areas okay? Is the temperature and ventilation in enclosed areas okay?
11. Are the rotating parts & gear devices guarded?
Are the coupling and belt guards in place?
12. Are the line painted? Is there no rust on the lines?
13. Is the colour coding adequate?
Is the colour coding proper? Are the colour codes clear?
14. Are all switches & knobs marked and clearly identifiable? Is the condition of gauges & indicators okay?
15. Is the condition of fire retardant walls okay? Is the condition of gauges & indicators okay?
16. Are the emergency lights adequate and operations?
17. Are automatic fire closure devices of doors, shutters and ventilators operational?
18. Are the insulations of lines requiring them done and okay?
Any other substandard (unsafe) condition:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 282
APPENDIX-C-4
Scope of Work of Third Party Inspection (TPI) Agency to be appointed by the Contractor: 1.0 Consultant of the Project:
Offshore Design, ONGC is the Consultants to the Project who shall carry out review of the
detailed engineering.
2.0 Scope of Work of TPI Agency:
ACTIVITIES Scope of work
A): PRE-FABRICATION PHASE
Review of all fabrication related procedures (not only limited to the following) with respect to approved drawings, Technical Specifications, Codes etc.
Project Material Inspection Identification & Traceability R
Fabrication & Assembly of main/sub frames of structural works R
Roll up / Flap up of structural assemblies R
Shop drawing R
Dimension control R
Weight control R
Painting R
Pushing / pulling R
Calibration of measuring and testing equipment R
Welding related including all NDT R
Stress relieving R
Post weld heat treatment R
Non conformance item control R
Fabrication & Assembly of piping and installation R
Equipment installation R
Preservation of equipment
Electrical works R
Testing, pre-commissioning & commissioning of all facilities R
Contractor’s inspection and test plan R
B) FABRICATION PHASE
GENERAL(not only limited to the following)
Visual inspection of materials on receipt, review of manufacturer test certificate and inspection release notes issued by inspection authority.
W
Visual inspection for physical damage / shortage etc. W
STRUCTURALS(not only limited to the following)
Shop drawings R
Inspection fabrication work of structures at various stages as per procedure plan etc. W
Welding clearance, Review of radiography / NDT clearance W
Inspection of painting as per procedure W
Testing of grouting / buoyancy tanks etc. W
MECHANICAL / PIPING(not only limited to the following)
Shop drawings R
Fabrication work of piping including fit up, weld visual, dimensional check of piping
spool etc. on day to day basis.
W
Checking of leveling, alignment etc. during installation of equipment W
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 283
Welding clearance, Review of radiography / NDT, PWHT etc. W
Inspection of piping support W
Mechanical clearance, flushing and hydro / pneumatic testing W
Testing and pre-commissioning of equipments and piping activities W
Inspection of painting and insulation as per procedure W
Witnessing of all activities which are required as per ITP (Inspection & Test Plan) W
ELECTRICAL(not only limited to the following)
Equipment installation as per lay out drawing W
Equipment support leveling alignment etc. W
Cable tray routing, sizing, support etc. W
Lighting and misc. power supply system lay out W
Cable laying, termination, dressing etc. W
Testing / pre-commissioning including testing of protection / control system (CT’s, relays, meters etc.). Battery charger, Battery banks and UPS.
W
Testing / pre-commissioning of emergency generator, etc. W
Witnessing of all activities, which are required as per ITP (Inspection & Test Plan) W
INSTRUMENTATION(not only limited to the following)
Calibration of instruments. W
Installation of instrument and JB as per lay out drawing/ suitability of area classification.
W
Installation of tubing WR
Cable tray routing, sizing, support etc. W
Cable laying, glanding / termination, dressing etc. W
Pressure testing of impulse tubing / signal tubing and AI lines. W
Supervision of installation of control panel, fire and gas detection system panels. W
Insulation testing / continuity checking of cables. W
witnessing instrument loop checking and logic function checking of process and fire and gas system.
W
Pre-commissioning and commissioning of platform facilities. W
C) INSTALLATION PHASE(not only limited to the following)
Installation procedures including checking the adequacy of proposed marine spreads
R
QA/QC plan and ITP (Inspection & Test Plan) related to installation R
Installation / testing works including that of submarine pipelines and coordination works for handing over for subsequent works.
W
D) MODIFICATION / HOOK-UP WORKS (not only limited to the following)
Procedures for these works with respect to scope and existing facilities at platform. R
Inspection of works as per approved procedures / ITP (Inspection & Test Plan) W
E) SHUT-DOWN MANAGEMENT
Critical analysis and evaluation of shut down requirement duration R
F) WRAPPING / COATING & WEIGHT COATING OF LINE PIPES AT YARD (wherever applicable) (not only limited to the following)
Coating / handling Procedures R
QA/QC requirement and ITP (Inspection & Test Plan) R
Supervision during coating and carrying out necessary checks as provided in ITP (Inspection & Test Plan) particularly the following
Inspection of surface preparation, pre heating and coating application. W
Witnessing of peel test and other quality checks. W
G) INSPECTION OF EQUIPMENTS W*
H) ITP (Inspection & Test Plan) IN PURCHASE SPECIFICATIONS. R
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 284
W : Witness for compliance as per approved PS/drgs/docs/procedures etc WR: Witness Random – do -
R : Review w.r.t specs / code requirement A : Approval - do - * [Stage inspection of “A” Category PS items [Final inspection of “B” Category PS items [Document review of “C” Category PS items
Note: 1. For equipment categorization list please see Appendix-IVA 2. All QA/QC plans, Inspection & Test Plans & procedures shall be approved by Company after
review by TPI.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 285
APPENDIX-C-5
PROFORMA FOR CERTIFICATE OF APPROVAL
1. Name of the Client : Oil & Natural Gas Corporation Limited
2. Name of the Project : C-Series Project
3. Scope of the Project Fabrication and installation of 4 New Well Platform in
Bassein and Satellite Asset along with submarine and on land Pipelines and modifications at NQG and Trombay .
4. Location : C-Series Field, Mumbai High Asset and Trombay 5. Name of the Contractor :
6. Execution Period :
i. Design : ii. Fabrication :
iii. Offshore Installation : iv. Hookup, commissioning :
7. Date of Commissioning :
8. Fabrication yard(s) :
9. Name of Barges/Hookup vessels : 10. Scope of Inspection & Certification :
i. During detailed engineering : ii. During procurement : (List of equipment inspected along with Release Notes and Category of equipment
to be annexed to this Certificate) iii. During fabrication : iv. During installation :
v. During pre-commissiong/comm.. : 11. Recommendations for Operation : & Maintenance & periodical inspection Schedule for structures, equipment, Pipelines and risers, major safety
Equipment & systems
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 286
12. Design life as per Bid Package : 25 years
13. Certificate : It is certified that the structure and topside facilities of the platform, associated pipelines and risers have been designed, fabricated, installed and commissioned in accordance with the approved ONGC’s specifications and Design Criteria, Detailed Engineering documents and drawings and as per the approved procedures for fabrication, installation and hook-up, pre-commissioning and
commissioning for the intended design life of 25 (twenty five) years stipulated in the Bid Package subject to compliance of stipulations given in the recommendations above. 14. Validity of Certificate : This certificate of approval is valid for a period of 36
months initially from the installation dates given above for the respective platforms.
15. List of joints with estimated fatigue life less than 100 years (In annexure) 16. Next Date of Revalidation : ___________________________________________ ________________________________________- :
Pipelines, and Risers :
(Authorised signatory of Inspection & Certification Agency) Seal and Date
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 287
Appendix C-6
Information to be furnished for Pollution Control
1. Name of the Project :
2. Name of Contractor : 3. Name of the Barge/location : 4. Type of the Barge : Hook up / accommodation
5. Do the barge have the Incinerator : 6. If yes, type of Incinerator : Furnace Type / Bracket Type 7. Whether the Incinerator is functional : Yes / No
8. Date of last certification of incinerator :
9. Does the barge has solid Waste Management Register :
Date : Place of Barge : Signature :
Name : Designation : Signature :
Name : Designation :
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 288
APPENDIX-C-7
COMMISSIONING PLAN In order to minimize loss / damage to equipments during drilling after handing over the well platforms Ready For Drilling (RFD), till commissioning / commissioning of C-Series Platforms, the
following action is suggested at the time of ‘RFD’ and during pre-commissioning and commissioning
and should be included in the firm scope of work:
i. Required pipeline / piping hook-up shall be done before RFD. ii. Pre-commissioning activities shall be undertaken along with commissioning.
iii. Suitable protection shall be provided for various equipments at fabrication yard before load-out / sail out for protection during drilling operations. These covers shall be removed prior to commissioning of the well platforms. A list of minimum equipment / instruments to be protected is as listed below:
a) INTERMEDIATE DECK
- Crude Condensate Systems b) CELLAR DECK - Production Manifold - Water Injection Manifold - Gas Lift Manifold - IUG System
- Well Shutdown Panel (SDP-100) - Test Separator/multi phase flowmeter c) MAIN DECK - GCI Storage Vessel - Deck Crane - Cable trays on all decks
However, same shall be finalized during detailed engineering.
iv. Small valves, fittings, instrument items which are likely to get damaged / pilfered should be installed offshore at the time of pre-commissioning / commissioning.
v. Loose material shall not be kept on the platform. The same shall be transported and installed during hook-up, pre-commissioning and commissioning of the platforms.
vi. The helideck and boat landing of well platforms NHA, NEA, N2A, and BF shall be sealed or
made non-operational before handing over the platform ‘RFD’ and same shall be made operational during pre-commissioning / commissioning of the platform.
vii. The contractor shall clean up all drilling mud, chemical and hydrocarbon spillage etc.
before commencing the work of pre-commissioning / commissioning. It shall be contractor’s sole responsibility to make all equipments / vessels operative.
viii. Removed protective covers etc. and surplus material, if any, on the platforms shall be
cleared and suitably transported and disposed off.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 289
APPENDIX-C-8
PROFORMA FOR CONTRACTOR’S PROGRESS REPORT
WEEKLY REPORT
TECHNICAL PROBLEMS REVIEW REPORT (TPR)
PROJECT : PLACE OF ISSUE : WEEK REPORTED :
A) MAJOR TECHNICAL PROBLEMS
ENCOUNTERED DURING THE WEEK : B) DECISION AWAITED :
ONGC/CONSULTANT CONTRACTOR CERTIFICATION AGENCY
C) DATA REQUIRE
D) DETAILS OF ANY PROBLEMS : PRESENT OR ANTICIPATED E) PROGRESS (WEEKLY & CUMULATIVE) SCHEDULE ACTUAL
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 290
WEEKLY REPORT
WEEKLY PROGRESS REPORT (WPR) PROJECT : DATE OF PROJECT START:
PLACE OF ISSUE : SCHEDULE COMPLETION DATE:
WEEK REPORTED : PROJECT COST: A) OVERALL PROJECT PROGRESS (%) PROGRESS WEEK CUMULATIVE PROG.
SCH. (%) ACT.(%) SCH.(%) ACT.(%) I. ENGINEERING
- STRUCTURAL
- PIPING
- MECHANICAL EQUIP.
- INSTRUMENTATION/ELECTRICAL
- PROCESS
- UTILITIES
- TOTAL
II. PROCUREMENT
- BCP-B2 DECK - BOOSTER COMPRESSORS MODULE
III. FABRICATION
- JACKET
- PILES
- DECK STRUCTURE
- PIPING
- EQUIPMENT
IV. INSTALLATION
- BCP-B2 DECK - BOOSTER COMPRESSORS MODULE
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 291
V. HOOK-UP, TESTING, PRE-COMMISSIONING & COMMISSIONING (WHEREVER APPLICABLE)
- BCP-B2 DECK - BOOSTER COMPRESSOR MODULE
B) ACTIVITIES OVER DUE FOR START WITHIN SEVEN DAYS OF LATEST START DATE
- NODE
- ACTIVITY
- DAYS BEFORE LATEST START DATE
- REASONS FOR BEHIND SCHEDULE
- ACTION TAKEN OR REQUIRED TO BE
- TAKEN TO RECOVER CRITICAL DAYS
C) PROBLEMS ANTICIPATED WHICH COULD DELAY SCHEDULE: D) MILESTONES COMPLETED DURING FORTNIGHT:
E) FINANCIAL MATTERS i) CHANGE ORDERS
- SORTED OUT AT SITE:
- NEED DECISION : ii) FINANCIAL REPORT
- INVOICES RECEIVED (AMOUNT)
- INVOICES AUTHORISED FOR PAYMENT (AMOUNT)
- CUMULATIVE PAYMENTS MADE TO DATE
ANNEXURES TO THE WEEKLY PROGRESS REPORT 1) DETAILED ITEMWISE PROGRESS BREAK-UP
MONTHLY REPORT AND GUIDELINES
MONTHLY PROGRESS REPORT I. CONTENTS:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 292
A) INTRODUCTION:
SHOULD INDICATE THE BROAD ACTIVITIES OF THE PROJECT DUIRNG THE MONTH REPORTED AND ANY NECESSARY INFORMATION NECESSARY FOR LINK UP WITH PREVIOUS MONTHS REPORTED ACTIVITIES.
CPM DIAGRAM, REVISED IF NECESSARY.
START DATE AND SCHEDULED COMPLETION DATES. B) PROGRESS SUMMARY: SUMMARY SHOULD INDICATE MAJOR WORKS DONE DURING THE MONTH AT VARIOUS WORKS
CENTRES OF THE PROJECT COVERING ACTIVITIES SUCH AS DESIGN, ENGINEERING
PROCUREMENT, FABRICATION, INSTALLATION, TESTING, PRE-COMMISSIONING ETC.
C) OVERALL PROGRESS SUMMARY: D) INFORMATION/ACTION NEEDED FROM THE CLIENT:
E) AREA OF CONCERN:
- DETAILS OF PROBLEMS ENCOUNTERED DURING THE MONTH AND REMEDIAL MEASURES TAKEN.
- ACTIVITIES DELAYED AND SUGGESTED MEASURES FOR CATCHING-UP.
- PROBLEMS ANTICIPATED WHICH COULD DELAY THE PROJECT AND SUGGESTED REMEDIAL MEASURES.
F) OVERALL PROGRESS STATISTICS:
INDICATING WEIGHTED VALUES OF ACTIVITIES, THEIR SCHEDULED PROGRESS COMPARED WITH
ACTUAL PROGRESS, ALSO CUMULATIVE/ ACTUAL PROGRESS AGAINST SCHDULED PROGRESS. G) STATUS OF MILESTONES DUE DURING CURRENT PLUS THREE MONTHS
FOR EACH MILESTONE, FOLLOWING DATE SHOULD BE FURNISHED: SCHEDULE DATE
LAST ALLOWABLE DATE ANTICIPATED DATE
REMARKS II. ANNEXURES: 1. PROJECT PROGRESS TRENDS:
SHOULD INCLUDE: PROJECT MILESTONE CHART
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 293
DETAILED PROGRESS ACTIVITY, PROGRESS/CURVES (SEPARATELY FOR EACH ACTIVITY, SUCH AS DETAILED ENGINEERING, PROCUREMENT, FABRICATION, INSTALLATION ETC.)
OVERALL PROJECT PERT-CPM CHART OVERALL ACTIVITY WISE PROGRESS `S’ CURVES 2. STATUS REPORTS:
CHRONOLOGICAL ACHIEVEMENT OF EVENTS DOCUMENTS/DRAWINGS APPROVAL STATUS (AS PER ATTACHED PROFORMA) EQUIPMENT PROCUREMENT (AS PER ATTACHED PROFORMA)
BULK MATERIAL PROCUREMENT STATUS
ANY OTHER POINT FOR REPORTING THE MONTHLY REPORT TO BE ISSUED BY CONSULTANT/CONTRACTOR IN THE ABOVE FORMAT.
THE REPORT SHOULD REACH ON OR BEFORE 5TH OF THE FOLLOWING MONTH. 3. LIST OF CHANGE ORDERS INITIATED, IF ANY, WITH ESTIMATED IMPACT ON COST/TIME. 4. COPIES OF IMPORTANT CORRESPONDENCE BETWEEN COMPANY/CONTRACTOR
5. COPIES OF MINUTES OF MEETING BETWEEN COMPANY AND CONTRACTOR. 6. INVOICING AND PAYMENT STATUS.
WEEKLY PROGRESS REPORT WEEK ENDING
(DURING HOOK-UP, PRE-COMMISSIONING AND COMMISSIONING) SCHEDULE DATE OF COMPLETION : PROJECT BARGE DATE TIME WEATHER
DISTRIBUTION ONGC/CERTIFICATION AGENCY – REPS. AT SITE. A) HOOK-UP STATUS
SL.
NO.
UNIT TOTAL WEEKLY
SCH. ACT.
CUMULATIVE
SCH. ACT.
1. PIPING :
WELDING JOINTS
X-RAYS
STRESS RELIEVING
HYDROTEST PKG
HEAT TRACING
INSULATION
INCH IA
INCH IA
JOINTS
NOS.
MTS.
MTS.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 294
2. ELECTRICAL:
CABLE TRAYS
CABLE LAYING
CABLE
CONNECTIONS
MTS.
MTS.
MTS.
NOS.
3. INSTRUMENTATION
CABLE TRAYS
TUBING
INST.INSTALLATION
CALIBRATION
MTS.
MTS..
NOS.
4. MANPOWER DEPLOYED AGAINST SCHEDULE
5. SAFETY REPORT B) PRE-COMMISSIONING/COMMISSIONING TOTAL WEEKLY CUMULATIVE
UNIT QTY. SCH. ACT. SCH. ACT. i) EQUIPMENT/ NOS. VESSELS/TANKS
ii) FUNCTIONAL NOS. TEST iii) SIMULATION NOS. CHECK FOR SYSTEM
C) REMARKS IF ANY:
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 295
DAILY PROGRESS REPORT
(DURING HOOK-UP AND PRE-COMMISSIONING)
PROJECT BARGE DATE TIME WEATHER
DISTRIBUTION ONGC/CERTIFICATION AGENCY – REPS. AT SITE.
A) WORK STATUS: (a) PIPING (b) ELECTRICAL (c) INSTRUMENTATION (d) EQUIPMENT
(e) STRUCTURAL (f) MISC. (g) MAN POWER DEPLOYMED DISCIPLINE-WISE (h) SAFETY REPORT (i) VENDOR REPS. – STATUS ETD/ETA
B) DECISION AWAITED C) PROBLEMS IF ANY D) SCHEDULE OF ACTIVITIES FOR NEXT 48 HRS.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 296
ANNEXURE – 1 TO PROGRESS REPORT
I. INTRODUCTION (GIVE BRIEF SUMMARY OF SCOPE OF WORK AND TARGET DATES). II. EXECUTIVE SUMMARY
(GIVE BRIEF SUMMARY OF WORK DONE DURING THE PERIOD). III. AREAS OF CONCERN (MAJOR ISSUES WHICH MAY DELAY THE PROJECT. THIS SECTION SHALL INCLUDE
CONTRACTOR’S RECOMMENDATIONS FOR REMEDIAL MEASURES).
IV. PROGRESS STATISTICS (DISCIPLINE WISE PERCENTAGE PROGRESS STATISTICS WEIGHTAGES TO BE DISCUSSED WITH
COMPANY FOR EACH DISCIPLINE)
V. LIST OF PROBLEMS/HOLD-UPS.
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 297
ANNEXURE – 2 TO PROGRESS REPORT
EQUIPMENT PROCUREMENT STATUS -------------------------------------------------------------------------------------------------------- SL. DESCRIPTION QTY. P.O. VENDOR DATE OF CARRIER REMARKS NO. OF ITEM NO. DATE NAME & ARRIVAL NAME
SCH. ADDRESS AT SITE ACT. REQD. ACTUAL -------------------------------------------------------------------------------------------------------
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 298
ANNEXURE – 3 TO PROGRESS REPORT
PROFORMA FOR
DOCUMENT STATUS LIST
(APPLICABLE TO SPEC./DRAWINGS INCLUDING VENDOR DRAWINGS)
(TO BE MADE ENGINEERING DISCIPLINE WISE)
----------------------------------------------------------------------------------------------------------- SL. TITLE SCH. SUBMIT PROGRESS APPROVAL REMARKS NO. DATE RETURN REV 0 REV 1 REV 2 REV 3 DATE -----------------------------------------------------------------------------------------------------------
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 299
ANNEXURE – 4 TO PROGRESS REPORT
(LIST OF CHANGE ORDERS)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 300
ANNEXURE – 5 TO PROGRESS REPORT
(COPIES OF IMPORTANT CORRESPONDENCE BETWEEN COMPANY/CONTRACTOR)
PART – III
BID PACKAGE
FOR
C-SERIES PROJRCT APPENDICES.
- - 301
ANNEXURE – 6 TO PROGRESS REPORT
(INVOICING & PAYMENTS STATUS)
top related