appendices part iii
DESCRIPTION
plTRANSCRIPT
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 1/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
142
PART - III
APPENDICES
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 2/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
143
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 LetterB - 2. Proforma for Letter of AuthorityB - 3. Proforma for Performance Guarantee LetterB - 4. Proforma for Form of AgreementB - 5. Proforma for Work ExperienceB - 6. Division of Scope of Work and Location of Work Centre.B - 7. Proforma for Bank Guarantee For Bid SecurityB - 8. AgreementB - 9. Certificate of submission of Techno-contractual compliant BidB - 10. Format of agreement between bidder and their parent company.
B - 11. Deed of Parent Company GuaranteeB - 12. Integrity PactB - 13. Certificate of compliance of meeting Turnover/Solvency Criteria
APPENDIX-C
C - 1. Information To Be Furnished In A Safety ReportC - 2. Accident ReportC - 3. Information Which May Be Required To Be Submitted By Contractor
For/During Safety AuditC - 4. Proforma For Certificate Of ApprovalC - 5. Information to be furnished for Pollution Control
C - 6. Commissioning PlanC - 7. Proforma for Contractor’s progress report
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 3/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
144
APPENDIX A - 1
PROFORMA FOR TENDER LETTER Attn: GGM (MM), ES (Offshore)
Oil and Natural Gas Corporation Limited4th floor, 11 High Bldg.,Bandra Sion Link Road,Sion (W), Mumbai - 400 017INDIA
Sub:
Gentlemen:
We, the undersigned, have considered and complied with the "Instructions to Bidders" and have accepted theterms stipulated in the Bidding Documents for the 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 document) for B-193 FieldDevelopment Project. Also we have familiarized ourselves with the marine seabed, land surface andsubsurface, Metrological, Oceanographic, Climatological and Environmental conditions, which may exist in theinstallation area. In full cognizance and compliance with these aforesaid conditions and the regulations oflocal government authorities, we the undersigned do hereby offer for Surveys, Design, Engineering, Pro-curement, Fabrication, Load-out, Tie-down/Sea-fastening, Tow-out/Sail-out, Transportation, InstallationTesting, Pre-Commissioning, Start up and Commissioning (wherever applicable as per bidding document) forB-193 Field development Project, for which we have tendered. The Work covered under the Tender shalbe completed to the entire satisfaction of yourselves or your representative in conformity with theConstruction Schedule and Bidding Documents at the prices and Schedule of Rates accompanying thisTender.
It is a term of our offer that the Works shall be handed over installed, hooked-up, tested, pre-commissionedcommissioned (wherever applicable as per bidding document) not later than as mentioned below:
i. Installation of B-23A-A Platform (RFD) by 25.01.2009 and associated gas pipe line of 50 km.(fromB-23A-A to B-193-A and B-193-A to BPB) by 30.04.2009.
ii. Installation of B-193-A well cum process platform jacket and drilling deck ready for drilling (RFDby 30.04.2009.
iii. Installation of B-178A and B-172-A well platforms (RFD) by 20.12.2009
iv. Installation of B-179A and B-28AA well platforms (RFD) by 20.02.2010.
v. Installation of main deck, bridge connected LQ and commissioning of B-193-A process platform,flare (RFP) and associated pipe lines, and hooks up with ICP-Heera trunk line lateral andmodifications at BPB by 31.03.2010.
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 Documentstogether with this Tender, modifications, additions, deletions agreed with the Company and your
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 4/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
145
written acceptance thereof, shall constitute a binding Contract between us, upon terms containedin aforesaid documents and the Price Schedules accompanying the Bid.
2. That the Company will not supply any material (unless specifically brought out in the biddingdocuments). 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 25.11.2007 and to complete theWorks by 31.03.2010 in accordance with the Time Schedule, which has been provided. We agreethat this Time Schedule and its beginning and completion dates for the Work are of the essence ofour Agreement.
5. We attach our description of Construction method and our Time Schedule. We understand thaCompany's agreement to all of these, notwithstanding Company giving us a written acceptance ascontemplated 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 Bid valid for acceptance for a period of 90 days from 10.10.2007 which is theclosing date of the Bid (hereinafter referred to as validity period) and the Bid shall not be withdrawnon 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 agreeto submit bank guarantee for Bid Security which shall be forfeited by Company in the followingevents:
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 periodor any extension thereof.
c) If our Bid has been accepted by Company and we fail to furnish Performance BankGuarantee within 30 days before the expiry of Bid Security (or extended Bid Security) owithin 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 termsand conditions after issue of notification Of Award (NOA).
e) If any efforts made by us to influence the Company on bid evaluation, bid comparison andcontract award decision.
The Company and We agree that the Notice Inviting Bids and Bidding Documents purchased by theTenderer constitute an offer made on the condition that the Bid shall be kept open for a period o90 days after the opening of Unpriced Techno-contractual bids including the day on which theUnpriced Techno-contractual bids are opened. And the making of the Tender shall be regarded as
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 5/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
146
an unconditional and absolute acceptance of this condition contained in Notice Inviting Bids andBidding Documents purchased by the Tenderer. Both Company and We further agree that theContract 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 intoexistence when Bid is accepted by Company. The consideration for this separate initial contractpreceding the main Contract is that the Company is not agreeable to sell the Bidding Documents tothe Tenderer and to consider the bid to be made except on the condition mentioned in this clauseand Tenderer has made his Bid subject to the condition and after entering into the separatecontract with Company. Company promises to consider the Bid on this condition and we agree tokeep the Bid open for the required period. This reciprocal promise forms the consideration for thisseparate initial contract between the parties.
8. We represent that we have fully satisfied ourselves as to the nature and location of the Works havingin mind the general and local conditions and other factors incidental to the performance of the Worksand the costs there of.
9. We further represent that from our own investigation of the Site of the Works we have fully satisfiedourselves with respect to scope of work and other conditions to be encountered in the performanceof the Works and we understand and represent that any failure to acquaint ourselves in respect othese matters and the other factors and conditions as set forth shall not relieve us from anyresponsibility 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 theSchedule of Prices provided herewith.
10. We also acknowledge and accept that you shall not pay for any discontinuance or low Worksperformance rate resulting from malfunction of / or inadequacy of our equipment, instruments orpersonnel.
11. We agree to return you all reports and technical data provided for our use in preparing this Tendeand in the subsequent conduct of the works. We undertake that we will not use the same for anyother work/purpose.
12. We further represent that we have familiarized ourselves with all the terms and provisions of thevarious parts of the Bidding Documents and that in making our Tender, we do not rely upon anyrepresentation made by any agent or employee of yourselves in respect of the terms of the BiddingDocuments 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 BiddingDocuments requirement and that no deviation/exception to the Bidding Documents have been takenby us. We also agree that in case we have taken any exceptions/ deviations to the BiddingDocuments, the Company will be free to reject our offer on account of such exceptions/deviations.
DATED this ___________ day of _____________ 2007
Signature __________________
In the capacity of __________________
Duly authorized to sign Tenders for and on behalf of __________________________ (Name & Address)Witness __________________________
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 6/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
147
APPENDIX A - 2
PROFORMA FOR PROPOSAL
We, ______________________ the Bidder, propose to the Oil and Natural Gas Corporation Limited of Indiathat 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, modification of works at Site including mobilization anddemobilization 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 ______ 2007
For and on behalf of _________________________ (Name of Contractor)
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 7/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT 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 Appendix A-2.However, currency of bid must be indicated.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 8/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
149
APPENDIX A-3
PROFORMA FOR PRICE SCHEDULE
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 9/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
150
PROFORMA FOR PRICE SCHEDULE
I. Lumsum prices
IA. Material and Services
I.A.(i) B-193 Well cum Process Platform: B193P
Sl.No
Activities
Imported
/Indian
Compone
nts
Pre Engg
survey; pre
installation
and post
installation
survey
Design &
Engg
Procurement
of Materials -
structural
Procurement of
Materials
including
equipment but
excluding
structural
Fabri-
cation
1 2 3 4 5 6 7 8
IMP X NA X aJacket,Jacketappurtenances,
Piles,Conductors
IND X NA X
IMP X X X
b
Deck (Super structure) includingall facilities for RFD(Ready for Drilling)
and flow of free gasin 1st season
IND X X X
IMP X X X c
All other facilitiesexcept mentioned atI.A.(i)-b and Process
Module IND X X X
IMP NA X NA c
Cathodic protectionSystem IND NA X NA
IMP X NA X d
Process Moduleincluding facilities &
equipment IND
B i d d e r t o q u o t e f o r t h e l u m s u m p
r i c e f o r a l l
a c t i v i t i e s A s p e r s c o p e o f w o r k
B i d d e r t o q u o t e f o r t h e l u m s u m p
r i c e f o r a l l
a c t i v i t i e s A s p e r s c o p e o f w o r k
X NA X
IMPX X X X X
Sub-Total I.A.(i)
INDX X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 10/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
151
I. Lumsum prices
I.A. Material and Services
I.A.(ii) Living Quarter: B-193Q
Sl.No
Activities
Importe
d/
Indian
Compo
nents
Pre Engg
survey; pre
installation
and post
installation
survey
Design
&
Engg
Procurem
ent of
Materials
-
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
porta
tion
Offshore
Installatio
n
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X aJacket,Jacket
appurtenances, Piles IND X NA X X X
IMPX X X X X
B
Deck (Super structure)
including allfacilities
excluding LivingQuarter
Module, SG/ TGmodule, TG set)
INDX X X X X
IMP NA X NA NA NA C
Cathodicprotection IND NA X NA NA NA
IMP x x x x x
D
Living Quarter Module
includinghelideck andControl room
IND B i d d e r t o q u o t e f o r t h e l u m s u m p
r i c e
f o r a l l
a c t i v i t i e s A s p e r s c o p e o f w o r k
B i d d e r t o q u o t e f o r t h e l u m s u m p
r i c e
f o r a l l
a c t i v i t i e s A s p e r s c o p e o f w o r k
x x x x x
IND x NA x x x
EBridge
B193P to B193QIMP
x NA x x x
FSG/ TG building
module (IND B
i d d e r t o
q u o t e f o r t h e
l u m p s u m
p r i c e f o r a l l
a c t i v i t i e s A s
l u m p s u m
p r i c e f o r a l l
a c t i v i t i e s A s
X X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 11/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
152
Sl.No Activities
Importe
d/
Indian
Compo
nents
Pre Engg
survey; pre
installation
and post
installation
survey
Design
&
Engg
Procurem
ent of
Materials-
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
portation
Offshore
Installatio
n
1 2 3 4 5 6 7 8 9 10
switch gear room andassociated
facilitiesexcluding TG
set)
IMP X X X X X
IMP NA X NA NA NA G TG set
IND NA X NA NA NA
X X X X X X X X Sub –Total I.A.(ii)
X X X X X X X X
Note for Item I.A.(i) & I.A.(ii)
1. Cost of Transportation includes cost of sea-fastening also.
2. Material at column 7 shall include all material for piping, ducting, tubing, cables, cable/tubing trays; pipe supports onEquipment.
3. Offshore installation costs in jacket are inclusive of grouting and grout plugs and offshore installation costs in Piles are connectors for skirt pile installation (if applicable).
4. Bidders shall handover all required hook-up materials (piping, fittings, valves, instruments along with accessories etc.) P&ID and Bidding Documents (as applicable)
5. Bridges (including walkways) shall be complete with all facilities including piping, monorail, electrical and Instrumconnecting platforms as per bid package.
6. Bidder to note that there shall be no adjustment of structural steel tonnage for topside structure including helidebuilding module Jacket, structure, piles, appurtenances and aids etc.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 12/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
153
I. Lumsum pricesIA. Material and Services
I.A. (iii) B-172-A Well Platform
Sl.No
Activities
Importe
d
/Indian
Compo
nents
Pre Engg
survey; pre
installation
and post
installation
survey
Design &
Engg
Procureme
nt of
Materials -
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabri-
cation
Trans
porta
tion
Offshor
e
Installat
ion
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X a
Jacket,Jacket
appurtenances,
Piles,conductors
IND X NA X X X
IMP X X X X X
d
Deck (Super structure)
including allfacilities) IND X X X X X
IMP NA X NA NA NA h
Cathodicprotection
System IND B i d d e r t o q u o t e f o r t h e l u
m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e
r s c o p e
o f w o r k
B i d d e r t o q u o t e f o r t h e l u
m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e
r s c o p e
o f w o r k
NA X NA NA NA
IMPX X X X X X X
Sub-Total I.A.(iii)
INDX X X X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 13/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
154
I. Lumsum prices
IA. Material and Services
I.A. (iv) B-178-A Well Platform
Sl.No
Activities
Imported
/Indian
Compon
ents
Pre Engg.
survey; pre
installation
and post
installation
survey
Design &
Engg
Procureme
nt of
Materials -
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
porta
tion
Offshor
e
Installat
ion
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X a
Jacket,Jacket
appurtenances,Piles,conduct
ors
IND X NA X X X
IMP X X X X X
b
Deck (Super structure)
including allfacilities) IND X X X X X
IMP NA X NA NA NA c
Cathodicprotection
System IND B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p e
o f w o r k
B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p e
o f w o r k
NA X NA NA NA
IMP X X X X X X X Sub-Total I.A.(iv)
INDX X X X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 14/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
155
I. Lumsum prices
IA. Material and Services
I.A. (v) B-179-A Well Platform
Sl.No
Activities
Imported
/Indian
Compon
ents
Pre Engg.
survey; pre
installation
and post
installation
survey
Design &
Engg
Procureme
nt of
Materials -
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
porta
tion
Offshor
e
Installat
ion
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X a
Jacket,Jacket
appurtenances,Piles,
conductors
IND X NA X X X
IMP X X X X X
b
Deck (Super structure)
including allfacilities) IND X X X X X
IMP NA X NA NA NA c
Cathodicprotection
System IND B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p e
o f w o r k
B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p e
o f w o r k
NA X NA NA NA
IMP X X X X X X X Sub-Total I.A.(iv)
INDX X X X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 15/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
156
I. Lumsum prices
IA. Material and Services
I.A. (vi) B-28A-A Well Platform
Sl.No
Activities
Imported
/Indian
Compon
ents
Pre Engg.
survey; pre
installation
and post
installation
survey
Design &
Engg
Procureme
nt of
Materials -
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
porta
tion
Offshor
e
Installat
ion
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X a
Jacket,
Jacketappurtenanc
es,Piles,
conductors
IND X NA X X X
IMP X X X X X
b
Deck (Super structure)
including allfacilities) IND X X X X X
IMP NA X NA NA NA c
Cathodicprotection
System IND B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p
e
o f w o r k
B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p
e
o f w o r k
NA X NA NA NA
IMPX X X X X X X
Sub-Total I.A.(iv)
INDX X X X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 16/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
157
I. Lumsum prices
IA. Material and Services
I.A. (vii) B-23A-A Well Platform
Sl.No
Activities
Imported
/Indian
Compon
ents
Pre Engg.
survey; pre
installation
and post
installation
survey
Design &
Engg
Procureme
nt of
Materials -
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
porta
tion
Offshor
e
Installat
ion
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X a
Jacket,Jacket
appurtenances,Piles,
conductors
IND X NA X X X
IMP X X X X X
b
Deck (Super structure)
including allfacilities) IND X X X X X
IMP NA X NA NA NA c
Cathodicprotection
System IND B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p e
o f w o r k
B i d d e r t o q u o t e f o r t h e l u m s u m
p r i c e f o r a l l a c t i v i t i e s A s p e r s c o p e
o f w o r k
NA X NA NA NA
IMP X X X X X X X Sub-Total I.A.(iv)
INDX X X X X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 17/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
158
I. Lumsum pricesIA. Material and Services
I.A. (viii) Flare Platform
Sl.No
Activities
Imported
/Indian
Compon
ents
Pre Engg.
survey; pre
installation
and post
installation
survey
Design &
Engg
Procureme
nt of
Materials -
structural
Procureme
nt of
Materials
including
equipment
but
excluding
structural
Fabrica
tion
Trans
porta
tion
Offshor
e
Installat
ion
1 2 3 4 5 6 7 8 9 10
IMP X NA X X X aTripod
Jacket with
Piles for Flare/PilotFlare
IND X NA X X X
IMP NA X NA NA NA b
Cathodicprotection
System IND B i d d e r t o q u o t e f o r
t h e l u m s u m p
r i c e
f o r a l l a c t i v i t i e
s A s
p e r s c o p e o f w o r k
B i d d e r t o q u o t e f o r
t h e l u m s u m p
r i c e
f o r a l l a c t i v i t i e
s A s
p e r s c o p e o f w o r k
NA X NA NA NA
IMPX X X X X X X
Sub-Total I.A.(iv)
INDX X X X X X X
Note for Item I.A.(iii) & I.A.(viii)
1. Cost of Transportation includes cost of sea-fastening also.
2. Material at column 7 shall include all material for piping, ducting, tubing, cables, cable/tubing trays; pipe supports onEquipment.
3. Offshore installation costs in jacket are inclusive of grouting and grout plugs and offshore installation costs in Piles are connectors for skirt pile installation (if applicable).
4. Bidders shall handover all required hook-up materials (piping, fittings, valves, instruments along with accessories etc.) P&ID and Bidding Documents
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 18/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
159
5. Bidder to note that there shall be no adjustment of structural steel tonnage for topside structure including helideck, piles, appurtenances and aids etc.
6. Contractor shall prepare the detail drawing for aids for fabrication, load out, transportation, (sea fastening etc), instadetails etc), mud mat design and drawings, external supports, miscellaneous drawing & MTO for procurement shall bprocedures.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 19/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
160
I. Lumsum prices
I.A. Material and Services
I.A.(ix)Submarine Pipelines (Rigid Pipelines) Price(In
Segment
No
mi-
nal
Dia
OD
(in
ch)
Estim
ated
lengt
h
(KM)
IMP/
IND
Com
pone
nt
Pre-
engg
, pre-
inst.
&
post
inst.
Surve
y.
Desig
n &
engg
.
Ma
teri
al -
Lin
e
pip
e
Mate
rial -
Riser ,
Riser
clam
ps &
Riser
Bend
s
Materia
l –
Coatin
g, CP
system,
etc.
Mate
rial –
SSIV
Fabri
catio
n of
Riser
Clam
ps
and
tie in
mate
rial
etc.
Anticorro
sion and
weight
coating
works
including
cathodic
protec
tion of
pipelines
& risers.
Trans
porta
tion
1 2 3 4 5 6 7 8 9 10 11 12 13
IMP X X X X X X X X B-178A–B-193A 12 16.0
IND X X X X X X X X
IMP X X X X NA X X X B-179A–B-178A 8 7.5
IND X X X X NA X X X
IMP X X X X NA X X X B-172A–B-178A 12 5.5
IND X X X X NA X X X
IMP X X X X X X X X B-28AA–B-193A 10 16.5
IND X X X X X X X X
IMP X X X X X X X X B-23AA–B-193A(with
lateral near B-28A)
12 23.0 IND X X X X
X
X X X
IMP X X X X X X X X B-193A–BPBplatform
16 25.50IND X X X X X X X X
IMP X X X X X X X X B-193A-ICP-Heera P.L tie-in.
12 20.0IND X X X X
XX X X
22 0.7 IMP X
B i d d e r t o q u o t e f o r t h e l u m s u m p
r i c e f o r a l l
a c t i v i t i e s A
s p e r s c o p e o f w o r k
X X X NA X X X
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 20/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
161
Segment
No
mi-
nal
Dia
OD
(in
ch)
Estim
ated
lengt
h
(KM)
IMP/
IND
Com
pone
nt
Pre-
engg
, pre-
inst.
&
post
inst.
Surve
y.
Desig
n &
engg
.
Ma
teri
al -
Lin
e
pip
e
Mate
rial -
Riser ,Riser
clam
ps &
Riser
Bend
s
Material –
Coatin
g, CP
system,
etc.
Mate
rial –
SSIV
Fabri
catio
n of
Riser
Clam
ps
and
tie in
mate
rial
etc.
Anticorro
sion and
weight
coating
works
including
cathodic
protec
tion of
pipelines
& risers.
Trans
porta
tion
1 2 3 4 5 6 7 8 9 10 11 12 13
IMP X X X X NA X X X B-193A-B-193A-F(Flare)#
22 0.7IND X X X X
NA X X X
IMP X X X X NA X X X B-193A-B-193A-F(PilotFlare)#
4½0.7
IND X X X XNA
X X X
IMP X X X X X X X X X X Sub-Total
I.A.(viii) INDX X
X X X X X X X X
Note for item I.A. (ix)
1. The Risers & Risers clamps on Jackets for B-193-A P Process platform, B-172-A,B-178-A,B-179-A,B-28A-A & B-23A-A W
jacket (within confines on jacket) at fabrication yard. Riser to pipeline tie-in shall be by flange spool/piece.
2. Riser at existing platforms shall be installed by stalk-on method and riser to pipeline connection shall be by above provide riser guards at existing platforms (wherever required as specified elsewhere in the bid) and bidder should in
3. The quoted total price of each segment at column 17 shall be adjusted upwards or downwards as applicable on tno. of crossings, no. of free span corrections and nos. of clamps (fixed clamps & adjustable clamps) installed at th& ii) of schedule of prices. Company shall not, however, grant any extra time on this account.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 22/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
163
19. Caliper pigging of pipelines is not envisaged.
20. Sizing of Flare and Pilot Flare Pipelines marked as (#) is indicative and shall be finalized during detail engineering.
21. Riser clamps on the new platforms will be treated as part of the Jacket structure for payment purpose and no separa
22. All hook-ups and tie-ins to be provided including sub sea tie-in of spool piece(s) including swivel flanges, for connecpipelines with Risers(as applicable) for new facilities.
23.Five numbers of SSIV shall be installed near B-193-A platform. The individual SSIV assembly details are as follows;
a. 3 No. SSIV consisting of full bore valve of ANSI 600 # rating with hydraulic power actuator and a full boremechanism), on 12”, 10’ and 12’ pipeline coming platforms B-178A, B-28-AA and B-23-A-A respectivelhydraulic power unit (HPU) located at B-193-A platform.
b. 2 No. SSIV consisting of full bore valve of ANSI 1500 # rating with hydraulic power actuator and a full bore
mechanism) on 12” dia pipeline from B-193-A to ICP-HEERA oil pipeline lateral and on 16” dia pipeline frespectively, complete with umbilical, I/J – tube, and hydraulic power unit (HPU) located at B-193-A plat
All above mentioned SSIVs shall be installed near B-193-A platform for emergency shutdown and pipeline inbe near to the Complex to the extent feasible, however the same shall be decided during detail engineering
23. All SSIV assemblies, laterals & PLEMs shall be provided with protection cage alongwith CP protection for the cage. SSImattresses.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 23/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
164
I. Lumsum prices
I.A. Material and Services
I.A.(x)Topside modification works
Price (Indicate Currency/Currencies)
Item
Estimat
ed
Structur
al
Weight
for
Deck
Extensi
on
(MT)
IMP/
IND
COM
P.
Pre-engg.
Survey,
pre-
installatio
n survey
&Post
installatio
n survey.
Desig
n &
Engg.
Procu
reme
nt of
mate
rial-
struct
ural
Procure
ment of
Materia
ls
includi
ng
equipm
ent but
excludi
ng
structur
al
Fabri
catio
n
Trans
porta
tion
Offshore
installatio
n
including
Modificati
on works
Hook-up with
existing facilities,
Testing, Pre
commissioning&
commissioning
(wherever
applicable)
1 2 3 4 5 6 7 8 9 10 11 IMP x x x x x x x x BPB
platformNA
IND x x x x x x x x
IMP X X X X X X X X Sub-Total
I.A.(vi) IND X X X X X X X X
Note for Item I.A.(x)
1. Bidder to note that there shall not be any contract price adjustment for modification works on any ground whats2. Major modifications are not envisaged on the BPB process platform except installation of well manifold, Pig Re
required.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 24/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
165
I. Lumsum prices
I.A. Material and Services
I.A.(xi) PLEM
Item
IMP/
IND
COM
P.
Pre-engg.
Survey,
pre-
installatio
n survey
&Post
installatio
n survey.
Design
&Engg.
Procure
ment of
materia
l
structur
al
Procurem
ent of
Materials
including
equipme
nt but
excludin
g
structural
Fabri
catio
n
Trans
porta
tion
Installatio
n of New
PLEM etc.
Hook-up with
existing facilities,
Testing, Pre
commissioning /
commissioning
(As per scope of
work)
1 2 3 4 5 6 7 8 9 10
IMP x x NA x x x x x
B-193A –Tie-
in-point onExistingLateral onICP-HEERATrunk P/L
IND x x NA x x x X x
IMP X X X X X X X X Sub-Total
I.A.(viii) IND X X X X X X X X
Note for Item I.A.(xi)
1. Bidder to note that there shall not be any contract price adjustment for modification works on any ground w2. The Tie –in point for the segment no: 7 shall be at the existing lateral SL 6 on 30” ICP HEERA trunk Pipeline. Th
shall be with a PLEM (in the contractor’s scope), comprising of subsea scrapper trap, pig indicators, valves aanchoring piles, PLEM piping skid(complete with valves/ actuator/ piping/ scrapper traps etc) and there aftof existing lateral SL6 in ICP-HEERA pipeline.
3. All hook-ups and tie-ins to be provided including subsea tie-in of spool piece(s) including swivel flanges, foPLEM and pipelines with Risers(as applicable) for new facilities.
4. All SSIV assemblies, laterals & PLEMs shall be provided with protection cage alongwith CP protection for the csupport mattresses.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 25/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
166
Price (Indica
B. Taxes and Duties
ImpoComp
1) Customs Duty on imported materials/equipment/items covered under item A above N
2) Excise Duty on materials/equipment/items covered under item A above. N
3) Custom Duty on “Constructional Plant and equipment” as per clause No.3.4.1.3 N
4) Custom Duty on” As Built Documents” as per clause No.3.4.1.4 N
5) Service Tax N
--------
Sub Total (B) NA------
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 26/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
167
C. Insurance
Impo
Comp
1) Builder's all risk:
i) Up to a period of tow/ load out of material and Structures etc. for all facilities covered under the Bidding Documents.
ii) For performing remaining activities at offshore and onshore for all facilities
covered in the Bidding Documents.
2) In-transit Insurance (excluding in-transit insurance included in Material cost at `A' above).
3) Other Insurance as per Clause 7.3 of General Conditions of Contract given In Bidding Documents.
------
Subtotal (C)
------
D. TOTAL Lumsum price for execution of the entire scope of work as per details in the bid document (A+B+C)
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 28/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
169
II.(A). Unit Rates (for basis of adjustment for structural tonnage for B-172-A,B-178-A,B-179-A,B-28A-A
Sr.
No.
Items Estimated Tonnage All inclusive unit rate/M
1. Deck NA
2. Jacket X
3. Piles X
Note for item II.(A)
1. The Tonnage adjustment shall be limited to the difference of IFC drawing and the preliminary drawing (providprice adjustment of structural steel tonnage for jacket appurtenances, topside structure and aids on any ground
2. The adjustment rate for both increase and decrease of structural steel tonnage are same. The variation in toestimated quantity
3. The Unit Price are all inclusive i.e. including Design, Engineering, Material, Fabrication, Insurance , Load-out, Tie-dSurvey, Installation and Post-installation Survey. There shall be no further extra cost on any account whatsoever.
4. The estimated tonnage of Jacket & piles shall be intimated in due course
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 29/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
170
II.B. Unit Rates (For Basis of Adjustment)
i) UNIT ADJUSTMENT RATES FOR PIPELINES (RIGID) Pr
Segment
N o m i n a l d i a m e t e r
( I n c h )
Estim
ated
Lengt
h
(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
Estim
cro
C
(co
1 2 3 4 5 6
B-178A–B-193A
12 16.0 x 2 x
B-179A–B-178A 8 7.5 x 1 x
B-172A–B-178A
12 5.5 x 1 x
B-28AA–B-193A
10 16.5 x 2 x
B-23AA–B-193A(withlateral near B-28A)
12 23.0 x 2 x
B-193A–BPBplatform
16 25.50 x 2 x
B-193A-ICP-Heera P.Ltie-in
12 20.0 x 2 x
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 30/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
171
Note for item II. B (i)
1. Above estimated quantities at column 3, 5, 7 shall be included in the lump sum price. However, any variation
clause 3.5 of G.C.C at the unit rates quoted above.2. Unit rates given above include cost of material, insurance, pre-engg. survey and pre-construction survey, dedown, transportation to site, installation, testing, pre-commissioning and post installation survey etc. Payment forpipeline 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 le(12.2 M) of riser pipe/spool. Riser lengths are not adjustable.
4. Rates quoted for crossings shall be considered as single Crossings rates i . e. new pipeline crossing one existing pip5. For the purpose of payments in case of multiple crossings i.e. the new pipeline crossing two or more number
number of supports provided as per specification shall be the basis for payment. Rate for each support will be dcrossings considering 4 nos. of supports for normal crossings. However for single crossings no adjustment of rateand number of supports shall be based on detailed engineering and shall not be restricted to 4.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 31/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
172
IIB UNIT RATES (FOR BASIS OF ADJUSTMENT)
i. UNIT ADJUSTMENT RATES FOR RISER CLAMPS (RIGID PIPELINES)
(Indicate Currency/Currencies)
All inclusive unit adjustment rates for Riser Clamps.Segment Estimated number of Riser
clamps (Hanger+Fixed +
Adjustable)Hanger
clamps
Fixed
clamps
Adjustable
Clamps
1 2 3 4 5
ORG NA NA NA NAB-193A–BPB platform
TER 1+3+1 x x x
1. Unit rates given above include cost of material, insurance, pre-engg. survey and pre-construction survey, desdown, transportation to site, installation, testing, pre-commissioning and post installation survey etc. Payment for
clamps as compared to the estimated quantity will be made at these unit rates.2. The quantities given above are approximate.3. Riser clamps on new Well Platforms shall be pre-installed at fabrication yard and are not adjustable.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 32/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
173
III. DETAILS OF MARINE SPREAD
Details of marine spread proposed to be deployed by the Bidder.
Sl. No. Item Name of the Spread.Day Rate for WorkStandby for Extra W
1 2 3
1 Survey Spread x x
2 Dive Survey Spread (Jacket Face Survey) x x
3 Rigid Pipe lay Barge Spread x x
4 Jacket Installation Derrick Barge Spread x x
6 Riser Installation Barge Spread x x
7 Riser Clamp Installation/Free Span
Correction/Crossings Installation Spread
x x
8 Saturation Diving Spread x x
9 Hydro test Spread x x
10 Hook-up / Modification and accommodationBarge Spread
x x
11 Transportation Spread (Cargo Barge + Tow Tug) x x
12 Supply Boat x x
13 Launch Barge Spread x x
14 Drilling & Jetting Equipment as per Part II Clause 5.6 x x
* Day rate for extended standby shall be based on vessel laid-up with all equipment used for work but onl
Note for item III
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 lump sum 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 33/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
174
IV. COST REIMBURSABLE ADDITIONAL ITEMS:
(COST PLU
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------1. Percentage fee applicable to cost of material used for extra work items.
2. Percentage fee applicable to equipment subcontracts for extra work.
3. Percentage fee applicable to labour subcontracts for extra work.
4. Percentage fee applicable to one year’s spares
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
NOTES:
1. The above percentage will also be used by the Company to order bought-out items and extra equipment not in
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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 34/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
175
V.CUSTOMS DUTY:
Bidder shall furnish break-up of the amount included in the lumpsum price towards meeting his obligation as per claus
Contract pertaining to Customs Duty.
ITEM(1)
Laws/Acts/Rules/regulationsreference (2)
Tariff indicating ratax/duty/fee/charge/le
A) Marine Spread (as per Proforma-III of Appendix A-3)
i. Installation Barge Spread X X
ii. Launch Barge Spread X X
iii. Pipe-Lay, Riser Installation Barge Spread x x
iv. Hook-up / Modification and accommodation BargeSpread
x x
v. Supply/ Cargo Barge spread x x
vi. Survey Boat Spread X X
vii. Diving Spread X X
viii. Drilling & Jetting Equipment as per Part II Clause 5.6 X X ix. Hydro testing Spread X X
B) Bidder’s materials, consumables likely to be importedinto India with the undertaking of re-export(less quantitiesactually consumed in execution of Works)
X X
C) As built documents. X X
D) Construction plant & equipment. X X
NOTES :
1. The break-up furnished above form the basis for adjustment in terms of clauses 7.6 (Change in Law) of General Cto 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
reimburse custom duty against documentary evidence as per provisions of the contract in clause 3.4 subject to cla
3. Bidder shall indicate the details of Laws/Acts/Rules/regulations reference and Tariff indicating rate of tax/duty/feerespectively 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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 35/179
BID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT
176
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 o
included in the Bidder's lumpsum prices for the Works (as quoted in the Appendix A-3, I.B) as per relevant provisions used for the purpose of adjustment of Contract Price in the event of change of Law in terms of Clause 7.6 of Gener
ITEM BiddingDocumentsClauseReference
Laws/Acts/Rules/regulations reference
Tariff indicating rate oftax/duty/fee/charge/levy
Amount included in t
1 2 3 4
1. Excise Duty 3.4.2 x x
2. Customs Duty 3.4.1.1& 3.4.2
x x
3. Service Tax 3.4.2 x x
NOTE:
1. Bidders to go through Clause 7.6 of General Conditions of Contract carefully, while furnishing the above table. Sor 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 V.
4. Bidder shall indicate the details of Laws/Acts/Rules/regulations reference and Tariff indicating rate of tax/durespectively in the un priced bid also.
5. Basis of service tax quoted by the bidders shall be indicated with breakup of Service tax, Service wise wherever a
6. Change in law shall not be applicable to taxes and duties in respect of subcontractors, vendors etc of contracto
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 36/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
177
APPENDIX A-4PROJECT KEY DATES
Bidder shall fill in the attached Proforma indicating Project Key Dates of well platforms, and his plan to execute theProject to meet the Project Completion Date. This information shall be in addition to detailed Project Schedule andother information he is required to furnish as part of his Bid Offer. The activities indicated herein are minimumactivities for which Bidder shall furnish the required information. Bidders are encouraged to furnish more detailedinformation in their bid offer.
PROJECT KEY DATES
1. PLATFORMS Contractor to furnish dates for following activities for (i) B-193-A (ii)B-172-A (iii) B-178-A (iv) B-179-A (v) B28 A-A (vi) B-23A-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 ISSUE OF P.O. FOR EQUIPMENT/FACILITIES
(A)
i. Mechanical
ii. Electrical
iii. Piping
iv. Instrumentationv. Architectural
vi. Utility Items
vii. Specialty items
(B) LONG LEAD EQUIPMENTi. Turbine generatorii. DCSiii. Other Long Lead Items
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 37/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
178
1.4 PROCUREMENT OF BOM (BULK MATERIAL)(Indicate separately for Preliminary and final)
a. Structuralb. Pipingc. Electricald. Instrumentation
1.5 DELIVERY OF EQUIPMENT/BULK MATERIAL(List of major equipment and indicate their ex-works delivery and ETA at site)
a. Turbine generatorb. DCSc. Other long lead items
1.6 FABRICATION AND INSTALLATION PROCEDURES
1.7 ANALYSIS FOR FABRICATION, TRANSPORTATION, INSTALLATION AND HOOK-UP (These shall include, bunot 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/Superstructureb. Mechanical Equipmentc. Pipingd. Electricale. Instrumentationf. Jacket Structureg. Pilesh. Building Modulei. Process module j. SG/TG modulek. Helideck l. Connecting Bridge
1.10 LOAD-OUT AND TIE-DOWN
a. Jacket & Piles
b. Deck c. Bldg. Moduled. Process modulee. SG/TG modulef. Connecting Bridge
1.11 TOW TO SITE
a. Jacket & Pilesb. Deck c. Bldg. Module
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 38/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
179
d. Process modulee. SG/TG modulef. Connecting Bridges
1.12 PRE-CONSTRUCTION/PRE-INSTALLATION SURVEY
1.13 OFFSHORE INSTALLATION
a. Jacket & Pilesb. Deck c. Building moduled. Process modulee. SG/TG modulef. Connecting Bridges
1.14 HOOK-UP AND TESTING
1.15 PRE-COMMISSIONING
1.16 START-UP & COMMISSIONING (WHEREEVER APPLICABLE)
2.0 MODIFICATIONS
Contractor to furnish dates for following activities for BB and BF well platform separately
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
2.7 INSTALLATION
2.8 HOOK-UP AND TESTING
2.9 PRE-COMMISSIONING CHECKS
2.10 START-UP & COMMISSIONING
3.0 SUBMARINE PIPELINES (RIGID)
3.1 PRE-ENGINEERING SURVEY
3.2 DESIGN AND DRAWINGS
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 39/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
180
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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 40/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
181
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 within 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. Valueiii. Bank draft numberiv. 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. Valueiii. Numberiv. Date of issuev. Period of validity of the Bank Guarantee (it should not be less than 120 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 DirectorSecretary Director
Sole Active Pre- Proprietor PartnerProcurator
All thePartners
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 41/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
182
(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 enclosedwith 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 thetendered 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 one original plus three 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- 9 and clause 11 of part-1, volume-1 soas 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?”
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.dof Part-I, Volume-I.
Yes No
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 42/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
183
17. Whether bidder acknowledges that suggested vendors are suitable for the works and that the equipment they supplywould 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 forsupplies 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 developedcountries 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?
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 / agreemenwith his Agent / Representative in India spelling out clearly therein the scope of functions and services to berendered by the Agent / Representative on his behalf?
Yes No Not Applicable
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 43/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
184
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 have 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
6. Whether bidder has enclosed necessary details on availability and reliability of Process Gas Compressor Module as pe
Section A-2 of Bid Evaluation Criteria in Appendix A-6
Yes No Not applicable
(Bidder’s Signature
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 44/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
185
APPENDIX A-6
BID EVALUATION CRITERIA (BEC)
For B-193 FIELD DEVELOPMENT 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 beconsidered:
A-1: COMMERCIAL
1.0 Bids should be submitted under Two Bid System as per Clauses 10.0 and 11.0 of Part I of Volume I oBidding Documents.
2.0 Basis of the bidding shall be as per Clause 12.1 of Part I of Volume I of Bidding Documents.
3.0 Submission of prices shall be strictly in Proforma enclosed at Appendix A-3 as described in Clauses 12.0and 13.0 of Part I of Volume I of Bidding Documents.
4.0 Validity of bid and submission of original Bank Guarantee towards Bid Security shall be strictly as peClause 17.0 of Part I of Volume I of Bidding Documents.
5.0 Compliance of the requirements of Clauses 3.0 and 23.6 of Part I of Volume I of Bidding Documents incase of bids by Consortium / Joint Ventures.
6.0 Unconditional acceptance of provisions relating to Contract Price, Payment Procedure, Discharge Certificateas per Clauses 3.1, 3.2 & 5.14 of Part II of Volume I of Bidding Documents.
7.0 Submission of Performance Guarantee as per Clause 3.3 of Part II of Volume I of Bidding documents.
8.0 Unconditional acceptance of ‘Duties and Taxes’ as per Clause 3.4 of Part II of Volume I of BiddingDocuments.
9.0 Unconditional acceptance of ‘Adjustment of the Contract Price” as per clause 3.5 of Part II of Volume of Bidding Documents.
10.0 Unconditional acceptance of ‘Guarantee Conditions” as per Clause 6.1 of Part II of Volume I of BiddingDocuments.
11.0 Unconditional acceptance of ‘Completion, Failure and Termination” as per clause 6.3 of Part II of Volume I
of Bidding Documents.
12.0 Unconditional acceptance of “Insurance and Liability” as per Clause 7.3 of Part II of Volume I of BiddingDocuments.
13.0 Unconditional acceptance of “Force Majeure” as per Clause 7.5 of Part II of Volume I of BiddingDocuments.
14.0 Unconditional acceptance of “Applicable Laws”, “Arbitration and change in Law” as per Clauses 1.3 and 7.6of Part II of Volume I of Bidding Documents.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 45/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
186
15.0 Unconditional acceptance of “Alteration / Variation” as per Clause 8.1 of Part II of Volume-I of BiddingDocuments.
16.0 Personal Taxes
Bidder must agree to bear all personal taxes as may be imposed on his employees and the employees ofhis sub-contractors, vendors, back-up consultants, consortium / joint venture partner(s) etc., on accounof their association with or for performance of work in India.
17.0 Corporate Tax
17.1 Indian bidders and consortium led by Indian bidder must agree to bear corporate tax, which may be leviedon the Contractor, their consortium / joint venture partner (s), sub-contractors, back-up consultants, etc.
17.2 Foreign Bidders must agree to bear corporate tax, which may be levied on the Contractor, their IndianConsortium / joint venture partners, sub-contractors, vendors agents / consultants / retainers, etc.
17.3 In case of foreign bidder, corporate tax will be deducted at source from each invoice as peinstructions/orders of Government of India/Indian Tax Authority. The Contractor and/or his subcontractorsetc. shall comply with the provisions of Indian Income Tax act as applicable from time to time.
18.0 Unconditional acceptance of weather conditions as per clause 2.3.2 of Part II of the Bidding documents.
19.0 Unconditional acceptance of supply of one year spare parts as per clause 5.16.1 of Part II of the Biddingdocuments.
20.0 Bidder must quote as per quantities indicated in Proforma schedule of prices A-3
21.0 Bidder shall indicate single all inclusive unit rate against each item in Proforma schedule of prices Appendix A-3 for both increase and decrease of facilities/quantities.
22.0 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 bidde(supplier/ manufacturer/ contractor) in a particular tender, then offers of such foreign bidders (suppliers /manufacturers / contractors) shall be rejected in that tender.
A-2: TECHNICAL
1.0 Only the bidders who quote for the complete Scope of Work including optional items (if any) as describedin the Bidding Documents, addendum (if any) and any subsequent information given to the bidder shall beconsidered.
2.0 Bidder shall offer the Jacket based on design as indicated in the bidding document.
i) Well Platforms
For well platforms B172-A, B178-A, B179-A, B23-AA.B28-AA,, the Jacket configuration shall be with fouvertical legged structure. These legs shall act as conductor guides, and shall be used for drilling wells. The jacket structure shall be supported on skirt piles.
The detail engineering for the said configuration shall be developed by the successful bidder based on thebidding document. Bidder to confirm unconditional acceptance to the same.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 46/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
187
ii) Well cum Process platform, Living Quarters and Flare platform:
For B 193-A-P, B 193-A-Q and B 193-A-F Well cum Process platform, Living Quarters and Flare platform
respectively, bidders are free to offer any proven design to meet the requirement given in the BiddingDocuments. Bidder shall submit along with the techno-contractual (unpriced) bid their conceptual designbased on the design parameters provided in the Bidding Documents. Bidders offering design other thanthat indicated in bidding documents, are required to submit along with the techno-contractual (unpriced)bid the conceptual design approval from any of the following third party certification agencies (no otheragencies are acceptable) as an independent agency for compliance to the requirement of the BiddingDocuments:
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 Gmbh., Germany.
5. M/s Lloyd’s Register Asia, Mumbai along with M/s Lloyd’s Asia Worldwide.
Out of above agencies certification from the agency whose sister concern/ parent company/ subsidiary areinvolved in bidding directly or through joint venture / consortium / subcontracting arrangement will not beconsidered for conceptual design approval by such sister concern / parent company/ subsidiary.
At least two platforms of similar design as proposed by the bidder in this tender, should have beeninstalled anywhere in the world prior to deadline for submission of the bids. Out of these platforms oneplatform must have been completed for a system similar in complexity in water depth of 70 meter andabove in last five years period and operating successfully for at least one year. Bidder shall give the nameof the operator, owner, name of the contact / reference person, all other details etc
The platform design with 4 or more leg jacket, irrespective of pilling configuration with lift- installedtopsides is considered as standard design and part of bidding documents for Well cum Processplatform and Living Quarter Platform.
The platform design with 3 or more leg jacket, irrespective of pilling configuration with lift- installedtopsides is considered as standard design and part of bidding documents for Flare platform.
3.0 Bidder must agree that he shall carry out the Quantitative Risk Analysis (QRA) of the complete scope owork for integrity and safety of the entire works for its design life including implementing therecommendations of such QRA at all stages of project implementation. Such QRA shall be carried outthrough an agency of international repute approved by Company (whose sister concern/ parent company/subsidiary are involved in bidding directly or through joint venture / consortium / subcontractingarrangement will not be considered).
4.0 Bidders proposal for installation of old (used) platform structure and/or equipment will not be acceptableto company
5.0 Experience / capability of the bidder:
Experience / capability of the bidder shall be as under:
5.1 The Bidder must possess, prior to the dead line of submission of bids, minimum experience of executing asturnkey contractor at least one (1) EPC project in last ten(10) years for construction & installation of newOffshore Oil / Gas Process Platform(s) and associated facilities including modifications of offshore process
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 47/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
188
platforms in projects of similar complexities and successfully accomplishing each of the relevant activitiessuch as Project Management, Surveys (including pre-engineering, pre and post construction survey)Design & Engineering, Procurement, fabrication, anticorrosion and weight coating (in case of rigid
pipelines) Transportation, Installation, topside modifications, hook up, testing, pre-commissioning, startup and commissioning for process platform
5.2 The Bidder (being either a single bidder or a Consortium/ Joint Venture comprising of two or morepartners being jointly and severally liable to the Company) must himself (and not through collaborationagreement or other subcontracts) have the relevant experience for offshore project management and foat least one of the following main activities:
a. Detailed Design and Engineering of process platformb. Fabrication of Jacket / Deck of process platformc. Installation of Jacket / Deck of process platformd. Installation/Laying of Submarine Pipelines
However, bid submitted by a 100% subsidiary company not meeting the above experience criteria can beconsidered for acceptance on the basis of experience of their parent company provided the parentcompany fulfils the above required experience and gives a corporate guarantee that in case of any failureon the part of the subsidiary company, the responsibility of satisfactorily executing the project would thenbe 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 arecontrolled by a single parent company and they agree for joint and several responsibility includingcorporate 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 subcontracts projectmanagement and at least one of following main activities based on which they are seeking theirqualification:
a. Detailed Design and Engineering of process platformb. Fabrication of Jacket / Deck of process platformc. Installation of Jacket / Deck of process platform
d. Installation/Laying of Submarine Pipelines
However, bid submitted by a 100% subsidiary company not meeting the above experience criteria can beconsidered for acceptance on the basis of experience of their parent company provided the parentcompany fulfils the above required experience and gives a corporate guarantee that in case of any failureon 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 arecontrolled by a single parent company and they agree for joint and several responsibilities and furnish inthe 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
5.4 Save as provided in sub para 5.2 above, for the purpose of assessment of experience and capability oexecuting 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 aforesaidactivities listed in sub-para 5.1 above for the respective Scope of Work, shall be evaluated. Save as
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 48/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
189
provided in sub para 5.2 above, in case the Indian Bidder does not have the requisite experience as abovetheir bid will be considered if they have suitable tie-up with foreign company fulfilling the criteria onexperience as specified above.
5.5 For the purpose of assessment of the capability of the bidder, the adequacy of facilities, services andresources (both financial and physical) and suitability of the offshore construction spreads includingtransportation, installation , laying barge 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 offshoreconstruction 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 requiredabove along with Techno-Contractual Unpriced bid.
5..6 Bidder to unconditionally confirm the following:
5.6.1 Compression Train
5.6.1.1 The compression train is an integrated system which includes centrifugal compressor, gas turbinecouplings, gear box (if any), control panel, complete instrumentation, machine control & safety systems andauxiliary systems like lube oil system, vibration monitoring system etc.The Compressor train vendor shall be responsible for the entire train.
5.6.1.2 The compressor train vendor should have in the last 10 years engineered, assembled, packaged andsupplied at least 2 compressor trains similar to or in the range of the offered compressor train for offshoreplatform. The compressor train offered by compressor train vendor shall be comparable in terms of thefollowing:
Physical dimensions. Compressor operating parameters, Power rating, size and type of main equipment (i.e. compressor
gas turbine, coolers, etc.)
5.6.1.3 At least one such compression train should have been operating satisfactorily for 8000 hrs on offshoreplatforms and during that period achieved the levels of availability and reliability required by the tenderdocuments (95-96%) and claimed by the bidder.
5.6.1.4 Individual equipment of the module (centrifugal compressor, gear box, auxiliary equipment, gas turbinecontrol panels etc) shall meet the respective experience/ capability requirements detailed in these tenderdocuments
5.6.2.1 The compressor train vendor shall be the compressor manufacturer or turbine manufacturer supplying thecompressor or the gas turbine for the compression train.
5.6.3 Irrespective of who supplies the compressor train, the compressor manufacture shall supply PFDs, P&IDssafe charts and sizing of various equipments such as K.O. drums, coolers, ASC valves, , blow downsystems etc. as well as compatibility checks for all equipments such as K.O. drums and control systemduring detailed engineering for modules
Compressor manufacturer shall also check and confirm the suitability and adequacy of the Gas Turbine driveand gear box (if any).
The bidder along with his bid shall furnish a written confirmation from the Compressor manufacturer foundertaking the activities defined above.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 49/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
190
5.6.4 In case the gas turbine manufacturer (supplying the gas turbine for the subject compression train) icompressor train vendor, the following conditions must be fulfilled by the gas turbine manufacturer:• Review of the overall compression scheme including PFDs and P&IDs and all other design details,
sizing, compatibility checks which are prepared by the compressor manufacturer. This shall be doneduring detailed engineering for module.• A written guarantee from the-compressor manufacturer for undertaking the activities, defined in
clause 5.6.3 shall be furnished by the turbine manufacturer along with the bid.
5.6.5 The Compressor train along with K.O. Drums, coolers, complete piping from module isolation valve at inlet tomodule isolation valve at outlet, shall be built into a single lift structural module called Compression moduleTwo or more compressor trains can be built into a single lift structural module based on the lifting capacityof the derrick barge proposed by the bidder. Compression module, besides the above equipments, shall becomplete with auxiliaries, module F&G detection and suppression system, supports, maintenance provisionand all other items to make complete operable compression module.
5.6.5.1 The LSTK contractor shall have full responsibility for fabricating, assembling and testing the entire
compressor module in a yard where at least two process platform decks or similar gas compression modulefor offshore platform have been fabricated, assembled and tested in last ten years.
5.6.5.2 The complete testing including making available all facilities required for testing e.g. instrumentation, utilitiesetc. shall be the responsibility of LSTK contractor.
LSTK contractor shall submit along with their techno-contractual bid an undertaking that they shall be fullyresponsible for execution of entire project including Gas compression module, its acceptance after carryingout required tests by certification agencies/TPI as per scope of work. Bidder is also responsible for passingon all the required warranty / guarantee certificates, software key etc. from respective vendors.
5.6.5.3 Bidder shall submit the details as above regarding experience and capability
5.6.5.4 LSTK Contractor shall furnish an undertaking that the manufacture and quality control of the completemodule shall be solely his responsibility.
5.6.5.5 LSTK Contractor shall submit along with their techno-contractual bid an undertaking from all major OEMthat :
i) They shall provide to ONGC the post warranty service / spares for a period of 15 years from the dateof supply of the equipment and that the response time for offering such service /spares from OEM’sshall not exceed two weeks from the date of written request from ONGC.
ii) The OEM undertakes to enter into Annual Maintenance Contract for 'lifetime' for all the equipmentsto be supplied under the contract, if awarded to him by ONGC.
5.6.6 The engineering and design of complete module (other than the engineering defined in the scope ocompressor manufacturer at clause 5.6.3 above) shall be done either by compressor train vendor himself ORhis Engineering sub contractor who has the requisite experience of such engineering for compressionmodules for carrying out basic as well as detailed engineering and meets the experience capabilityrequirements of Bidding Documents. Bidder to specify the agency along with the details/ supportingdocuments for design and engineering in this regard.
5.6.7 Bidder in his bid shall furnish details such as fabrication/ shop facilities, experience/track record, validaccreditation certificate, inspection and QA/QC plans and capabilities, test facilities available etc. at theproposed yard for module fabrication.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 50/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
191
6.0 Unconditional acceptance of Conditions for Procurement / Selection of Makes and Vendors as per ClauseNo.5.2.3 of Part II of Volume I of Bidding Documents
7.0 Pre-engineering / pre-construction / post-installation survey:
Bidder must agree to undertake pre-engineering, pre-construction and post-installation surveys and/or tocomply with the provisions of Clause 5.4 of Part-II of Volume I of Bidding Documents.
8.0 Acceptance of Constructional Plant and Equipment as per Clauses 5.11 of Part-II of Volume I of BiddingDocuments
9.0 Pile Remedial Works:
Compliance with design criteria specified in the Bidding Documents and clause 5.6 of Part II of Volume – Iof Bidding Documents
10.0 Saturation Diving:
Bidder must agree to provide saturation diving and other special diving equipment on the marine spreadas per Biding Document requirement during the period of installation in the lump sum prices .
11.0 Any additional soil testing or re-examination of soil data provided in the Bidding Document required by thebidders and additions / alterations / interpretations on account of any such matter shall be to the cost andtime of the bidder.
12.0 Health, Safety and Environment:
Bidder must confirm compliance to all HSE criteria specified in bidding documents in general and to clauses10.0 to 10.11 of Part-II of Volume-I of bidding documents in particular.
13.0 Bidder shall give unconditional acceptance for the completion schedule as below:
i. Installation of B-23A-A Platform (RFD) by 25.01.2009 and associated gas pipe line of 50 km.(from B23A-A to B-193-A and B-193-A to BPB) by 30.04.2009.
ii. Installation of B-193-A well cum process platform jacket and drilling deck ready for drilling (RFD) by30.04.2009.
iii. Installation of B-178A and B-172-A well platforms (RFD) by 20.12.2009.
iv. Installation of B-179A and B-28AA well platforms (RFD) by 20.02.2010.
iv. Installation of main deck, bridge connected LQ and commissioning of B-193-A process platformflare (RFP) and associated pipe lines, and hooks up with ICP-Heera trunk line lateral andmodifications at BPB by 31.03.2010.
14.0 Bidder must furnish the following undertakings from the original Equipment Manufacturer (s) , alongwithhis bid (for equipments other than those covered under clause 5.6.5) :
a. The OEM shall provide the maintenance /service /calibration facilities in India, for all the equipments tobe supplied under the contract, if awarded to him by ONGC.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 51/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
192
b. The bidder shall indicate the source of their bought out items and also the names of the originaequipment/materials manufacturer for the major components. The OEM shall guarantee the 'lifetimesupply' (i.e. 7 years in case of electronic equipment/items and 10 years in case of mechanica
equipment/items) of spares for all the equipments to be supplied under the contract, if awarded tohim by ONGC.c. The OEM undertakes to enter into Annual Maintenance Contract for 'lifetime' (i.e. 7 years in case o
electronic equipment/items and 10 years in case of mechanical equipment/items) for all theequipments to be supplied under the contract, if awarded to him by ONGC.
In case the OEM declines / fails to honour any of his above commitments, business dealings with such OEMshall be considered for banning from future business dealings.
b) In LSTK contract, in case of any difficulty in submitting above commitments from any OEMs at the biddingstage, the bidder shall submit his own undertaking to the effect that the undertaking required in sub para(a) above from those OEM(s) will be furnished at the detailed engineering stage. However, in casesuccessful bidder fails to submit the same at the detailed engineering stage, ONGC reserves the rights to
cancel the contract, forfeit the Performance Security and take suitable action for banning such bidders fromfuture business details with ONGC as deemed fit.
A-3: FINANCIAL
1. Turnover of Bidders : 30% of annualized bid value or moreOR
Solvency Certificate : 30% of annualized bid value or more
The formula for working out 30% of annualized bid value is as under:
Bidder’s quoted total lump sum price to be divided by Project Completion period in number of days and thenmultiplied by 365 days. The 30% of the resultant amount is 30% of the Annualized bid value.
2. Net-worth of Bidder : Positive
Note :
i. The basis of bid value shall be the price quoted by the bidder including duty and taxes, if any, which is takeninto consideration for evaluation.
ii. For the purpose of ascertaining parameter of Turnover of the bidder, average turnover of the bidder for theprevious two financial years shall be considered. The bidder will provide a copy each of audited annual reportof previous two financial years for ascertaining their turnover & net-worth. The date of issue of the immediateprevious year audited report should not be older than one year from the bid closing / un-priced bid opening
date. In case of Two Bid Systems, in the un-priced bid, the bidder will submit a ‘certificate of compliance’ (asper Appendix B13) to the effect that the Turnover of the bidder is equal to or more than the required value asapplicable.
iii. The solvency certificate will be acceptable not older than one year from the date of un-priced bid opening. Thebidder will have to submit solvency certificate from Scheduled commercial banks in case of Indian bidders andfrom the list of foreign banks notified by ONGC in case of foreign bidder. In case of Two Bid System, theSolvency Certificate should be kept in the sealed envelope containing the price bid. A copy of the SolvencyCertificate with the amount blanked out must also be kept in the un-priced bid, alongwith a ‘certificate ocompliance’ (as per Appendix B13) to the effect that the solvency limit specified in the certificate is equal to ormore than the required value as applicable.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 52/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
193
iv. In case the information contained in the ‘certificate of compliance’, as in (ii) and (iii) above, is found to beincorrect later on after opening of price bids then their bids will be rejected and the bidder will be debarred for
next three years.
v. In case the bidder is a newly formed company (i.e. one which has been incorporated in the last 5 years from thedate of un-priced bid opening of the tender) / subsidiary company, who does not qualify financial criteria (i.eSolvency or Turnover for 30% annualized bid value) by himself and the bidder submits his bid based on thestrength of his parent or promoter company, then such parent or promoter company should furnish solvency oturnover of ‘50% of the annualized bid value’ ad the net worth should be positive. Further, the parent /promoter companies should submit a Corporate Guarantee on their company letter head signed by anauthorized official undertaking that they would financially support the newly formed company (i.e. the biddingcompany) for executing the project / job in case the same is awarded to them. Also, the bidder shall submidocumentary evidence that his company has been newly formed / a subsidiary company.
vi. If the bid is from a Consortium, then 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 theun-priced bid, the percentage of work to be performed by the respective consortium members in terms of valueof the total price. However, the financial capability of sub-contractors will not be taken into consideration.
vii. In case contract period for turnkey projects is less than one year, then annual turn-over or solvency shouldbe equivalent to 30% or more of the bid value.
A-4) Offers of those bidders who them selves do not meet the experience and financial capability criteria asstipulated in the BEC can also be considered provided the bidder is a 100% subsidiary company of theparent company which itself meets the experience and financial capability criteria as stipulated in the BECIn that case as the subsidiary company is dependent upon the experience and financial capability of theparent company with a view to ensure commitment and involvement of the parent company for successfuexecution of the contract, the participating bidder should enclose an Agreement (as per format enclosed as Appendix B-10) between the parent and the subsidiary company and Corporate Guarantee (as per formaenclosed as Appendix B-11) from the parent company to ONGC for fulfilling the obligation under the Agreement.
The bids of Parent / Subsidiary company (ies) can also be considered based on the experience / capabilitiesof any of them, provided all the related companies referred to in the bid are controlled by a single parencompany and they agree for joint and several responsibility and furnish in the Unpriced bid, the corporateguarantee 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), ifany, shall be taken as a base price for the purpose of evaluation. The price given at Appendix A-3-I oBidding Documents will be the basis of evaluation.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 53/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
194
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. Wherethe time lag between opening of the Price Bids / revised Price Bids / adjusted Price Bids and final decisionexceeds 3 months, the market Rate of Exchange declared by State Bank of India (B.C. selling rate) on theday prior to the date of final decision will be adopted for evaluation and comparison of prices.
C-3. Financing Proposal
Deleted
C-4. Optional Items
The cost of optional items for which decision is not taken for inclusion in firm scope of work beforeopening of the price bids, will be worked out separately and shall not be included in the total lump sum
cost for evaluation. However, the Contractor must ensure to compete all optional works within scheduledcompletion date.
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 meethe following criteria:
i. is registered within India,ii. have majority ownership by nationals of India andiii. 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 (bidderfor auditing their annual accounts indicating therein various details, which could establish that not morethan 50% of the works measured in terms of value has been sub-contracted to foreign contractors, mustbe furnished along with price bid. It must be noted that above information so furnished, if at any stagefound wrong, incorrect or misleading, will attract action as per rules/law.
Consortium between domestic (Indian) and foreign firms but led by Indian party shall also be eligible forthe price preference provided they fulfill the conditions of price preference given for domestic bidder at iii, iii above.
However, consortium between domestic and foreign firms led by foreign firm shall not be eligible for pricepreference even though their domestic partner satisfies the conditions given for domestic bidder at i, ii, iiabove.
b. Purchase Preference (Applicable for the Contracts of the value of Rs.5 Crores and above but not exceedingRs.100 Crores)
Deleted
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 54/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
195
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 evaluationpurpose.
However, in the event such offer without considering discount is found to be lowest, Company shall avaisuch discount at the time of award of Contract.
C-7. Duties and Taxes
Total lump sum price for Indian as well as foreign bidders shall be inclusive of Custom Duty, Excise Dutyand Service tax if any.
Bidders are required to ascertain themselves, the prevailing rates of Customs, Excise duties and ServiceTax 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.
However, due to any subsequent change in law, liability of the Company as regards to payment of dutiesand taxes would be governed by Clause 7.6 of General Conditions of Contract on “SubsequentLegislation”.
VAT/ sales tax on works/work contract tax (Central or State), if any applicable for Offshore Works will notbe taken into account for the purpose of evaluation and would be paid to Indian bidders at actuals (uponsubmission 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 PreBid Conference (PBC), before submission of Bids. ONGC expects bidders to confirm compliance to tenderterms, conditions & specifications which have been frozen after PBC, failing which the Bids are liable to berejected.
D-2. Unless the Company seeks any clarifications, bidder shall not make any alteration / changes in the bidafter the closing date and time of the tender. Unsolicited correspondences from the bidders will not beconsidered.
D-3. In case of any contradiction between BEC and a clause appearing elsewhere in the Bidding Documentsprovisions 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 intimationto the bidders.
* * * * *
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 55/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
196
SECTION-E: EVALUATION MATRIX
Sl.No.
Criteria Bidder’sResponse
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 therequirements in bidding documents.
3 Confirmation that there is no discrepancy between Unpriced copyof 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 lump sum 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 2.0 of BEC and has submitted the certificate of compliance as per Appendix B – 13.
Technical Criteria
10 Compliance to the Scope of work.
a. Bidder to confirm unconditional acceptance of the well platformdesign provided in the bidding documents.
b. Bidder to confirm unconditional acceptance of carrying detaildesign and developing fabrication drawing based on the basicdesign of B-193-A-P Well cum process platform and B-193-A-Q living quarter platform and B 193 – A-F Flare Platformprovided in the bidding documents.
c. Bidder to convey agreement to submit QRA from independentthird party certification agency 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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 56/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
197
clearly stating agencies responsible for each component/activitieslike: Activity Agency Work center
Detailed engg.ProcurementFabrication
JacketDeck ModulingTopside facilitiesCoat/Wrap
TransportationInstallation
JacketDeck
ModulesSubmarine pipelines/Risers
Hook-upPre-commissioningCommissioningBidder to submit with their offer the track record, experience,reference, capability etc. of all the sub-contractor(s) along withletters of commitment from the sub-contractor(s) and marinespread owners in their name for review and evaluation by theCompany.
14 Bidder to confirm that he will fully comply with the requirements
of Company’s bidding documents. For any additional itemrequired as a result of his engineering performed in accordancewith Company’s Bidding Documents, the bidders confirms thatcost of all such items is included in his lump sum cost.
15 Bidder to furnish complete details of his plan for fabrication of each component along with yard capacity and present / expectedyard loading.
16 Bidder to confirm that if installation procedure during detailedengineering necessitates change of barge(s), bidder shall do soafter the approval of Company without anytime and cost impact.
17 Bidder to confirm that he shall mobilize barge of adequatecapacity with proven track record for installation of Jacket/piles/Deck/Module/Submarine Pipelines and Risers.
18 Bidder to confirm that he shall submit valid registration /classification documents of the concerned classifying agency forall barges and vessels of the marine spread 120 days prior toinstallation schedule.
19 Bidder to furnish complete details of his plan for hook-up, testing,pre-commissioning and commissioning (wherever applicable as
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 57/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
198
per bidding documents) of each component and confirm that heshall 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.
21 Bidder to confirm that vendor selection will be based on fullcompliance to company’s bidding documents, specifications etc.and that bidder will solicit company’s approval prior to finalizationof any vendor.
22 Bidder’s confirmation to clause 5.9 of part-II for material andworkmanship.
23 Bidder to confirm that required engineering personnel of thefabrication and installation agencies shall be deputed to thedesign center during engineering phase to review and finalize allengineering aspects requiring their inputs / concurrence.
24 Bidder to quote strictly as per quantities indicated in proformaschedule of prices A-3.
25 Bidder to indicate only a single all inclusive unit rate against eachitem in Appendix A-3 Schedule of Prices for both increase anddecrease.
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-contractuabid along with cross reference to the supporting documents enclosed with their bid.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 58/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
199
APPENDIX A-7
CERTIFICATE
This has reference to our proposed Contract regarding B-193 Field Development 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 omy/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 oucompany or vice-versa.
Authorised Signatory of the Contracting PartyPlace:
Date:
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 59/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
200
APPENDIX A-8
LIST OF ACCEPTABLE FOREIGN BANKS FOR ACCEPTANCE OF BANK GUARANTEE AND
SOLVENCY CERTIFICATE FROM FOREIGN BIDDERS
Sl. No. Bank Ranking1 77 Bank, Sendai City, Japan 2012 Aareal Bank, Wiesbaden, Germany 282
3 ABN AMRO Bank, Amsterdam, Netherlands 154 Agricultural Bank of China, Beijing, Peoples Republic of China 60
5 Agricultural Bank of Greece, Athens, Greece 2816 Akbank, Istanbul, Turkey 1277 Al Rajhi Banking & Investment Corporation, Riyadh, Saudi Arabia 1528 Alliance & Leicester, Leicester, United Kingdom. 1459 Allied Irish Banks, Dublin, Ireland 6610 Alpha Bank, Athens, Greece 160
11 American Express Bank FSB, Salt Lake City, UT, USA 27212 American Express Centurion Bank, Salt Lake City, UT, USA 27313 AmSouth Bancorp, Birmingham, AL, USA 161
14 Anglo Irish Bank Corporation, Dublin, Ireland 13715 ANZ Banking Group, Melbourne, Australia 5216 Aozora Bank, Tokyo, Japan 10317 Arab Bank, Amman, Jordan 20218 Associated Banc Corp., Green Bay, Wl, USA 28619 Banca Antoniana Popolare Veneta, Padova, Italy 18020 Banca Intesa, Milano, Italy 3421 Banca Lombarda, Brescia, Italy 245
22 Banca March,Palma de Mallorca.Spain 22323 Banca Monte dei Paschi di Siena, Siena, Italy 8924 Banca Popolare dell'Emilia Romagna, Modena, Italy 19425 Banca Popolare di Milano, Milan, Italy 20926 Banca Popolare di Vicenza, Vicenza, Italy 25527 Banca Popolare Italiana (Gruppo Bipielle), Lodi, Italy 18528 Banche Popolari Unite - BPU, Bergamo, Italy 13029 Banco Bilbao Vizcaya Argentaria, Bilbao, Spain 3130 Banco BPI, Porto, Portugal 27431 Banco Bradesco, Sao Paulo, Brazil 6932 Banco de la Nacion Argentina, Buenos aires, Argentina 27833 Banco do Brasil, Brasilia, Brazil 8634 Banco Espirito Santo Group, Lisbon, Portugal 182
35 Banco Inbursa, Mexico 225
36 Banco Itau Holding Financeira (Itau Holding), Sao Paulo, Brazil 90
37 Banco Popular Espanol, Madrid, Spain 9138 Banco Sabadell, Sabadell, Spain 143
39 Bangkok Bank, Bangkok, Thailand 20440 Bank Fur Arbeit und Wirtschaft - PSK - Group, Vienna, Austria 17141 Bank Hapoalim, Tel Aviv, Israel. 14842 Bank Leumi le-Israel, Tel Aviv, Israel. 15643 Bank Mandiri, Jakarta, Indonesia 226
44 Bank Nederlandse Gemeenten, The Hague, Netherlands 14745 Bank of America Corp, Charlotte, NC, USA 346 Bank of China, Beijing, Peoples Republic of China 1747 Bank of Communications, Shanghai, Peoples Republic of China 65
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 60/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
201
Sl. No. Bank Ranking48 Bank of Cyprus, Nicosia, Cyprus 29849 Bank of Fukuoka, Fukuoka-shi, Japan 190
50 Bank of Ireland, Dublin, Ireland 8151 Bank of Kyoto, Kyoto-shi, Japan 24452 Bank of Montreal, Montreal, Canada 4953 Bank of New York, New York, NY, USA 9554 Bank of Taiwan, Taipei, Taiwan 11955 Bank of Yokohama, Yokohama-shi, Japan 12356 Bankgesellschaft Berlin, Berlin, Germany 13457 Bankinter Madrid, Spain 26358 Banque Cantonale Vaudoise, Lausanne, Switzerland 20559 Banque et Caisse d’Epargne de l’Etat Luxembourg, Luxembourg. 27660 Banque Saudi Fransi,Riyadh,Saudi Arabia 30561 Barclays Bank, London, United Kingdom 1462 Basler Kantonalbank, Basle, Switzerland 27963 Bayerische Landesbank, Munich, Germany 53
64 BB & T Corp, Winston-Salem, NC, USA 8365 Bilbao Bizkaia Kutxa, Bibao, Spain 16766 BNL-Banca Nazionale del Lavoro, Rome, Italy 11567 BNP Paribas, Paris, France 2468 Bradford & Bingley, Bingley, United Kingdom 19269 Caixa de Catalunya, Barcelona, Spain 21970 Caixa Economica Federal, Brasilia, Brazil 21271 Caixa Galicia, Spain 25772 Caixa Geral de Depositos, Lisbon, Portugal 14073 Caja de Ahorros del Mediterraneo, Alicante, Spain 16374 Caja de Ahorros y Monte de Piedad de Madrid, Madrid, Spain 8075 Caja de Ahorros y Pen. de Barcelona-la Caixa, Barcelona, Spain 6876 Caja Gipuzkoa San Sebastian(Kutxa), San Sebastian, Spain 222
77 Canadian Imperial Bank of Commerce, Toronto, Canada 6778 Capital One Financial Corporation, McLean, VA, USA 5979 Capitalia Gruppo Bancario, Rome, Italy 9480 Cathay United Bank, Taipei, Taiwan 19781 Chang Hwa Commercial Bank, Taichung, Taiwan 26182 Chiao Tung Bank, Taipei, Taiwan 24983 Chiba Bank, Chiba City, Japan. 15584 China CITIC Industrial Bank, Beijing, Peoples Republic of China 18885 China Construction Bank, Beijing, Peoples Republic of China. 1186 China Merchants Bank, Shenzen, Peoples Republic of China 173
87 China Minsheng Banking Corp., Beijing, Peoples Republic of China 24788 Chinatrust Financial Holding, Taipei, Taiwan. 19189 Chugoku Bank, Okayama-shi, Japan 18190 Citigroup, New York, NY, USA 191 Colonial BancGroup, Montgomery, AL, USA 28992 Comerica, Detroit, MI, USA 11693 Commerce Asset-Holding, Kuala Lumpur, Malaysia 26494 Commerce Bancorp, Cherry Hill, NJ,USA 21495 Commerzbank, Frankfurt am Main, Germany 4096 Commonwealth Bank Group, Sydney, Australia 5797 Compass Bancshares, Birmingham, AL, USA 21198 Countrywide Financial Corporation, Calabasas, CA, USA 4799 Credit Agricole Groupe, Paris, France 6
100 Credit Mutuel, Paris, France 25101 Credit Suisse Group, Zurich, Switzerland 28
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 61/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
202
Sl. No. Bank Ranking102 Daishi Bank, Nigata-shi, Japan 292103 Danske Bank, Copenhagen, Denmark 56
104 DBS Bank, Singapore 74105 DekaBank Deutsche Girozentrale, Frankfurt am Main, Germany. 198106 DEPFA Bank, Dublin, Ireland 157107 Desjardins Group, Levis, Canada 92108 Deutsche Apotheker und Arztebank, Dusseldorf, Germany 241109 Deutsche Bank, Frankfurt, Germany 23110 Deutsche Postbank, Bonn, Germany 104111 Dexia, Brussels, Belgium 41112 DnB NOR Group, Oslo, Norway 76113 Dresdner Bank, Frankfurt am Main, Germany 44114 DZ Bank Deutsche Zentral - Genossenschaftsbank, Frankfurt am Main Germany 58115 EFG Bank European Financial Group, Geneve, Switzerland 113116 Emirates Bank International, Dubai, United Arab Emirates 230117 Emporiki Bank, Athens, Greece 284
118 Erste Bank, Vienna, Austria 105119 Euroclear Bank, Brussels, Belgium. 287120 Eurohypo, Eschborn, Germany 75121 FCE Bank, Brentwood, United Kingdom 153122 Fifth Third Bancorp, Cincinnati, OH, USA 70123 First Commercial Bank, Taipei, Taiwan 224124 First gulf bank, Abu Dhabi, UAE 232125 First Horizon National Corp,Memphis, TN,USA 199126 FirstRand Banking Group,Sandton, South Africa 195127 ForeningsSparbanken (Swedbank), Stockholm, Sweden. 121128 Fortis Bank, Brussels, Belgium 33129 Franklin Resources, San Mateo, CA, USA 149130 Fubon Financial Holding, Taipei, Taiwan 124
131 Gazaprombank, Moscow, Russia 254132 Glitnir, Reykjavik, Iceland 300133 Golden West Financial Corp, Oakland, CA, USA 64134 Groupe Banques Populaires, Paris, France 36135 Groupe Caisse d'Epargne, Paris, France 27136 Grupo Bancaja, Valencia, Spain. 144137 Grupo Financiero Inbursa, Mexico 268138 Gruppo Banco Popolare di Verona e Novara, Verona, Italy. 142139 Gulf International Bank, Manama, Bahrain 280140 Gunma Bank, Maebashi, Japan 216141 Hachijuni Bank, Nagano-shi, Japan 175142 Hamburger Sparkasse (Haspa), Hamburg, Germany 265143 Hana Financial Group, Seoul, Korea (South) 102144 HBOS, Edinburgh, United Kingdom 12
145 Helaba-Landesbank Hessen-Thuringen Girozentrale, Frankfurt am Main, Germany 117146 Higo Bank, Kumamoto-shi,Japan 285147 Hiroshima Bank, Hiroshima-shi, Japan 259148 Hokkoku Bank,Kanazawashi-shi, Japan 275149 Hokuhoku Financial Group, Toyama City, Japan 174150 HSBC Holdings, London, United Kingdom 2151 HSH Nordbank, Kiel, Germany 71152 Hua Nan Commercial Bank, Taipei, Taiwan 183153 Hudson City Bancorp., Paramus, NJ, USA 135154 Huntington Bancshares, Columbus, OH, USA 184155 Hypo Real Estate Holding, Munich, Germany 120
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 62/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
203
Sl. No. Bank Ranking156 Ibercaja (Caja de Zaragoza ,Aragon & Rioja) Zaragoza ,Spain 260157 IKB Deutsche Industriebank, Dusseldorf, Germany 169
158 Industrial and Commercial Bank of China, Beijing, Peoples Republic of China 16159 Industrial Bank of Korea, Seoul, Korea (South) 133160 Industrial Bank, Fuzhou, Peoples Republic of China 297161 ING Bank, Amsterdam, Netherlands 22162 International Commercial Bank of China, Taipei, Taiwan 203163 Investec, Sandton, South Africa 189164 Irish Life & Permanent, Dublin, Ireland 217165 Israel Discount Bank, Tel Aviv, Israel 293166 Iyo Bank, Matsuyama-shi, Japan 235167 Johnan Shinkin Bank, Tokyo, Japan 299
168 Joyo Bank, Mito-shi, Japan 164169 JP Morgan Chase & Co, New York, NY, USA 4170 Juroku Bank, Gifu-shi, Japan 301171 Jyske Bank, Denmark 283
172 Kagoshima Bank, Kagoshima-shi, Japan 277173 Kasikornbank, Bangkok, Thailand 294174 Kauppthing bank Reykjavik, Iceland 177175 KBC Bank, Brussels, Belgium 45176 KeyCorp, Cleveland, OH, USA 79177 Kookmin Bank, Seoul, Korea(South) 51178 Korea Exchange Bank, Seoul, Korea(South) 131179 Kreissparkasse Koln, Cologne, Germany 302180 Krung Thai Bank, Bangkok, Thailand 266181 Kuwait Finance House, Safat, Kuwait 250182 Land Bank of Taiwan, Taipei, Taiwan 196183 Landesbank Baden-Wurttemberg, Stuttgart, Germany 48184 Landesbank Sachsen Girozentrale, Leipzig, Germany 258
185 Landsbanki Island, Reykjavik, Iceland 236186 Landwirtschaftliche Rentenbank, Frankfurt am Main, Germany 240187 Lloyds TSB Group, London, United Kingdom 29188 M&T Bank Corporation, Buffalo, NY, USA 151189 Macquarie Bank, Sydney, Australia 193190 Marshall & Isley Corp, Milwaukee, WI, USA 170191 Mashreqbank, Dubai, UAE 262192 Maybank, Kuala Lumpur Malaysia 136193 MBNA Corp, Wilmington, DE, USA 42194 Mellon Financial Corp, Pittsburgh, PA, USA 172195 Mercantile Bankshares Corp., Baltimore, MD, USA 295196 Merrill Lynch Bank USA, Salt Lake City, UT, USA 110197 Merrill Lynch INTERNATIONAL Bank, LONDON, UK 239198 Migrosbank, Zurich, Switzerland 269199 Millenium bcp, Porto, Portugal 227200 Mitsubishi Tokyo Financial Group, Tokyo, Japan 5201 Mitsui Trust Holdings, Tokyo, Japan 97202 Mizuho Financial Group, Tokyo, Japan 9203 Nanto Bank,Nara-City, Japan 288204 National Agricultural Cooperative Federation , Seoul, Korea (South) 96205 National Australia Bank, Melbourne, Australia 35206 NATIONAL Bank of Abu Dhabi, Abu Dhabi, UAE 246207 National Bank of Canada, Montreal, Canada. 146208 National Bank of Greece, Athens, Greece. 128209 National Bank of Kuwait, Safat, Kuwait 231
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 63/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
204
Sl. No. Bank Ranking210 National City Corp, Cleveland, OH, USA 62211 National Commercial Bank, Jeddah, Saudi Arabia 109
212 National Savings and Commercial Bank, Budapest, Hungary 218213 Nedbank, Johannesburg, South Africa 165214 New York Community Bancorp, Westbury, NY,USA 242215 NIB Capital Bank, The Hague, Netherlands 238216 Nishi-Nippon Bank, Tukuoka-shi, Japan 233217 Norddeutsche Landesbank Girozentrale, Hanover, Germany 85218 Nordea Group, Stockholm, Sweden 43219 Norinchukin Bank, Tokyo, Japan 32220 North Fork Bancorporation, Melville, NY,USA 159221 Northern Rock, Newcastle-upon-Tyne, United Kingdom 158222 Northern Trust Corporation, Chicago, IL, USA 166223 Nykredit Realkredit Group, Copenhagen, Denmark 78224 OP Bank Group, Helsinki, Finland 111225 Osterreichische Volksbanken, Vienna, Austria 210
226 Oversea-Chinese Banking Corporation, Singapore 112227 Piraeus Bank,Athens, Greece 271228 PKO Bank Polski, Warsaw, Poland 229229 PNC Financial Service Group, Pittsburgh, PA, USA 98230 Popular, San Juan, PR, USA 154231 Public Bank (PBB), Kuala Lumpur, Malaysia 234232 Qatar National Bank, Doha, Qatar 304233 Rabobank Group, Utrecht, Netherlands 20234 Raiffeisen Zentralbank Osterreich, Vienna, Austria 126235 Regions Financial Corp, Birmingham, AL, USA 108236 Resona Holdings, Osaka, Japan 50237 Riyad Bank, Riyadh, Saudi Arabia. 176238 Royal Bank of Canada, Montreal, Canada 37
239 Royal Bank of Scotland, Edinburgh, United Kingdom 7240 Sal Oppenheim Jr. & Ci. Komm. Auf Aktien, Cologne, Germany 270241 Samba Financial Group, Riyadh, Saudi Arabia. 162242 Sampo Group, Helsinki, Finland 303243 San-In Godo Bank, Matsue-shi,Japan 243244 SanPaolo IMI, Turin, Italy 46245 Santander Central Hispano, Santander, Spain 10246 Sapporo Hokuyo Holdings, Sapporo, Japan 200247 Saudi British Bank, Riyadh, Saudi Arabia 237248 Sberbank-Savings Bank of the Russian Fed, Moscow, Russia. 82249 Schroders,London,United Kingdom 213250 Schweizer Verband der Raiffeisenbanken, St. Gallen, Switzerland. 129251 Scotiabank, Toronto Canada 38252 Shanghai Pudong Development Bank, Shanghai, People Republic of China. 251
253 Shiga Bank, Otsu-shi, Japan 291254 Shinhan Financial Group, Seoul, Korea (South) 88255 Shinkin Central Bank, Tokyo, Japan 73256 Shinsei Bank, Tokyo, Japan 100257 Shizuoka Bank, Shizuoka-shi, Japan 125258 Shoko Chukin Bank, Tokyo, Japan. 106
259 Siam Commercial Bank, Bangkok, Thailand 256260 Skandinaviska Enskilda Banken, Stockholm Sweden 93261 SNS Bank, Utrecht,Netherlands 208262 Societe Generale, Paris, France, 26263 Sovereign Bancorp, Philadelphia, PA, USA 138
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 64/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
205
Sl. No. Bank Ranking264 St. George Bank, Kogarah, Australia 187265 Standard Bank Group (Stanbank), Johannesburg South Africa 118
266 Standard Chartered, London United Kingdom 61267 State Street Corp, Boston MA, USA 114268 Sumitomo Mitsui Financial Group, Tokyo, Japan 8269 Sumitomo Trust & Banking, Osaka shi, Japan 77270 Suncorp-Metway, Brisbane, Australia 228271 SunTrust Banks, Atlanta, GA, USA 55272 Svenska Handelsbanken, Stockholm, Sweden 84273 Synovus Financial Corp, Columbus, GA, USA 186274 Taiwan Cooperative Bank, Taipei, Taiwan 253275 TC Ziraat Bankasi, Ankara, Turkey 150276 The Bank of East Asia, Hong Kong 207277 Toronto-Dominion Bank, Toronto, Canada 54278 Turkiye Garanti Bankasi, Istanbul, Turkey 178279 Turkiye Halk Bankasi, Ankara, Turkey 215
280 Turkiye Is Bankasi, Istanbul, Turkey. 101281 U.S. Bancorp, Minneapolis, MN, USA 39282 UBS, Zurich, Switzerland 18283 Unibanco-Uniao de Bancos Brasileiros, Sao Paulo, Brazil 141284 Unicaja, Malaga, Spain. 252285 UniCredit Milan, Italy 13286 United Overseas Bank , Singapore 99287 VakifBank (Turkiye Vakiflar Bankasi TAO), Ankara, Turkey 290288 Vneshtorgbank-Bank for Foreign Trade, Moscow, Russia 122289 Volkswagen Bank, Braunschweig, Germany 168290 Wachovia Corporation, Winston-Salem, NC, USA 21291 Washington Mutual, Seattle, WA, USA 30292 Wells Fargo & Co, San Francisco, CA, USA 19
293 WestLB, Dusseldorf, Germany 72294 Westpac Banking Corporation, Sydney, Australia 63295 WGZ-Bank, Dusseldorf, Germany 206296 Woori Bank, Seoul, Korea (South) 87297 Wustenrot & Wiirttemburgische, Stuttgart, Germany 221
298 Yamaguchi Bank, Shimonoseki-shi, Japan 220299 Zions Bancorporation, Salt Lake City, UT, USA 179300 Zurcher Kantonalbank, Zurich Switzerland 139
Notes: (1) The places of banks indicated hereinabove are those of their registered offices. Bank Guarantees/Solvency Certificates issued by any of their branches authorized by therespective banks, at any location, are also acceptable.
(2) Calyon Bank, Which is a constituent of the Credit Agricole Groupe, Paris, France(ranked 6th and appearing at sl. No. 99 in the above list) shall also be acceptable.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 65/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
206
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 bidderin response to the technical queries asked for in this Appendix. Hence bidders are advised to ensure that theysubmit complete details without any ambiguity in the space provided or in the format / tables / Annexurespecifically asked for with this Appendix, along with their proposal. Some of the points will require confirmationfrom the bidders and / or submission of documentary evidence in support of their claims. Bids submitted withincomplete details or no response against any query shall be treated as non-responsive bids and shall be liable forrejection 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 eachtechnical 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 aproper 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 eitherthrough addendum or during Pre-Bid Conference prior to the dead line of submission of bids.
Sl.No.
Company’s Query Bidder’sResponse
Remarks
1 Bidder to confirm that he has gone through the bidpackage, addendum (if any) and any otherinformation given to the bidder, and quoted for thecomplete scope of work including optional items (if
any) described therein. (Refer clause no. 1.0 of technical BEC)
No conditionalconfirmation isacceptable.
2(a)
2(b)
Bidder to confirm that he has gone through in everydetails of the bid package and has fully understoodthe requirements given in the bid package speciallythe scope of work, design criteria, specifications, datasheets, drawings (preliminary) etc. and that he hastaken no technical deviations to the bid packagespecifications.
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’sdeviations, if any, to the bid specifications, relatedspecific to their machinery or equipment or productshall however, be discussed, and reviewed duringdetail engineering subject to submission of validreasons by the manufacturer. No deviations tofunctional / safety & operational requirements shallhowever, be entertained by Company. Further,Company’s decision shall be final & binding in thismatter and bidder shall be fully responsible for any
No conditionalconfirmation isacceptable.
No conditionalconfirmation is
acceptable.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 66/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
207
Sl.No.
Company’s Query Bidder’sResponse
Remarks
consequence on 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 isnot warranted against accuracy, suitability orcompleteness and that the Bidder shall be fullyresponsible to carry out its own complete design & engineering, surveys and verification of existingfacilities / modifications as per the bid package andthat all such changes shall be carried out within thelump sum Contract Price without any time impact toCompany.
No conditionalconfirmation isacceptable.
4 Company clarifies that information such as scope of
work, design, equipment / material list, description of facilities, vendor/sub-contractor’s proposal(s),procedures or any other such information contained inBidder's offer shall be treated as for generalinformation only and shall not be considered to belimiting for Bidder’s scope of work. Company furtherclarifies that any deviations to scope of work & technical specifications contained in the vendors/sub-contractor’s proposals included in the bidder’s offershall be ignored. Bidder to confirm thatnotwithstanding anything in the Bidder’s offer to thecontrary, he shall provide the entire facilities in
compliance with the bid package.
No conditional
confirmation isacceptable.
5 Deleted6 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’soffer shall be treated as for general information onlyand no way shall be construed as approved. Biddershall develop detailed procedures after award of contract and submit for Company’s approval. Bidderto confirm compliance.
No conditionalconfirmation isacceptable.
7 Company clarifies that the Vendor list, if any, included
in bidder’s offer shall be treated as for informationonly. Company shall communicate acceptability of the Vendor only after review of vendor’s pre-qualificationdocuments etc. to be submitted by the Contractorafter award of contract. Bidder to confirm that all Vendor selection will be based on full compliance withCompany’s bid package, Specifications and Addendumrequirements and that bidder will solicit Company’sapproval prior to finalization of any Vendor.
No conditional
confirmation isacceptable.
8 Bidder to confirm that he shall submit all deliverables(drawings, calculations, purchase specifications,
No conditionalconfirmation is
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 67/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
208
Sl.No.
Company’s Query Bidder’sResponse
Remarks
vendor data / drawings, procedures etc.) for review
and approval by Company as specified in Company’sbid package. The method, sequence and schedule forsubmission of documents shall be mutually discussedand agreed with Company soon after award of contract and bidder shall comply with agreed schedule& methodology.
acceptable.
9 The codes, standards and other specifications for thisproject shall be as specified in Company’s BiddingDocuments. 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 outby the bidder to Company’s satisfaction in fullaccordance with the various codes and standardsspecified in Company’s Bidding Documents inaccordance with the order of precedence given in thebid package. Bidder to confirm compliance.
No conditionalconfirmation isacceptable.
10 Deleted11(a)
11(b)
Bidder to confirm the project completion date as givenin the bid package
Bidders to refer to the Appendix A - 4 included in thePart-III of Vol.-I of the bid package and submit allProject Key Dates as specified.
No conditionalconfirmation isacceptable.
Bidders are requested tosubmit duly filled in Appendix A – 4.
12 Bidder to confirm that he will carry out all surveys asspecified in Bidding Documents such as pre-engineering survey, pre-construction survey, postinstallation survey etc. Bidder to furnish schedule forcarrying out these surveys. In particular bidder toconfirm that he will carry out pre-engineering surveyimmediately after award of contract and will carry outnecessary modifications, if any, to the facilitiesproposed as per results of verification / pre-
engineering survey for pipeline and topsidemodifications, without any cost and time impact toCompany.
No conditionalconfirmation isacceptable.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 68/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
209
Sl.No.
Company’s Query Bidder’sResponse
Remarks
13
(a)
13(b)
Bidder to confirm that his offer includes mobilization
of required size pile driving hammers, under waterhammer, pile remedial equipment as specified in thebidding document, as part of his marine spread andsame shall be available at installation site, throughoutthe period of installation of jackets.
Bidders to determine the requirement of saturationdiving system or some safer alternative to meet therequirement as specified in the bid package andconfirm the availability of the same at offshore as perthe work requirement. (Refer clause no. 10.0 of technical BEC)
No conditional
confirmation isacceptable.
No conditionalconfirmation isacceptable.
14 Deleted
15 Bidder to furnish experience details of the executingagencies / sub-contractors for their respective scopeof work. Bidder shall furnish division of work amongstvarious agencies and location of work centre in TableB6 included in Part III of Vol I of the bid package. Forthe purpose of assessment of experience capability of the executing agencies, their respective experience inexecuting similar works for at least one offshoreproject in last 10 years shall be submitted along withrelevant details for the project, which they think mostappropriate in order to qualify BEC & also submitdocumentary evidence (order copy / completion
certificate etc.) in support of their claim. (Refer clauseno. 5.4 of technical BEC), willingness letter from theproposed sub-contractors for carrying out theirrespective scope of work etc. Bidder shall submitthese 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 forWell 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)11. Agency for hook-up, modification, testing,
Bidders are requested tosubmit all relevantdetails in Table B6 and Annexure # 1 to Annexure # 12.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 69/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
210
Sl.No.
Company’s Query Bidder’sResponse
Remarks
pre-commissioning, commissioning etc.
(Annexure # 11)12. Agency for safety studies (Annexure # 12)
Bidder shall also furnish full addresses of agenciesproposed and locations of the centres for design & engineering, fabrication, weight coating, safetystudies etc. in respective annexure. Bidder shall notethat in case the agency proposed by him is a jointventure / consortium, the experience of joint venture / consortium shall be evaluated by Company forqualification of BEC. In case proposed agency haddifferent identity during the past for which experiencedetails 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 & engineeringcentre, fabrication yard and suitability of the offshoreconstruction spreads including accommodation andhookup barges proposed by the bidder to execute theworks, 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 atfabrication yards, Past track record, no. of jacket /deck / modules fabricated simultaneously in last 10years, current work load and future work load at theproposed yards etc. (Annexure # 13)
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 bedeployed for the project, deployment schedule forthe project keeping in view the offshore season and
project completion schedule, registration documents,willingness letters from barge owners, capacitycurves of derrick cranes of the installation barges,past track record of Derrick Barges and Lay barges,(Annexure # 14)
3. Offshore works:Man-power histogram & schedule for hook-up,testing, pre-commissioning & commissioning activities(Annexure # 15)
Bidders are requested tosubmit all relevantdetails in Annexure # 13to Annexure # 15.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 70/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
211
Sl.No.
Company’s Query Bidder’sResponse
Remarks
17 Bidder to confirm his plan for installation of jacket i.e.
by lifting or launching. The bidder shall furnish thedetails of offshore lifting plan including expected liftweight of jacket and the derrick crane details withlifting chart of the proposed derrick barge. (Annexure# 16)
Bidders are requested to
submit all relevantdetails in Annexure #16.
18 Bidder to indicate the no. of lifts for installation of decks including building module, process module,SG/TG module etc. and provide maximum expectedweight of individual lifts and the details of derrick crane with lifting chart of the proposed marinespread. (Annexure # 17)
Bidders are requested tosubmit all relevantdetails in Annexure #17.
19 Bidder to confirm that he shall mobilize barges of adequate capacity with proven track record for
installation of Jacket / Piles / Deck / Submarinepipeline and risers / platform modification/modules.
Bidder to confirm that if installation procedure duringdetailed engineering necessitates change of installation / laying barge(s); bidder shall do so withthe approval of Company without any time and costimpact to Company.
No conditionalconfirmation is
acceptable.
20 Bidder to confirm that he shall submit validregistration / classification documents of theconcerned classifying agency for all barges andvessels of the marine spread to be deployed for the
project, 120 days prior to installation schedule.
No conditionalconfirmation isacceptable.
21 Bidder to confirm that required technical personnel of the fabrication and installation agencies shall bedeputed to the design centre during engineeringphase to review and finalize all engineering aspectsrequiring their inputs / concurrence.
No conditionalconfirmation isacceptable.
22 Bidder to confirm that he has quoted strictly as perquantities indicated for pipeline length, numbers of free span corrections, number of crossings, andnumber of flow arm installations.
No conditionalconfirmation isacceptable.
23 Bidder to confirm that he has indicated unit rateagainst each item in Appendix A-3 Schedule of Pricesfor both increase and decrease in pipeline length,
number of free span corrections, number of crossings,and number of Riser clamps( fixed and adjustable)
No conditionalconfirmation isacceptable.
24 No clause25 Bidder to confirm compliance to clause 5.9 of part-II
of the bid package for material and workmanship.No conditionalconfirmation isacceptable.
26 Quality Assurance: Bidder shall submit a copy of validISO certificate acquired by him & his sub-contractorsand Quality Assurance Plan proposed for the project.(Annexure # 18)
Bidders are requested tosubmit all ISOcertificates in Annexure# 18
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 71/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
212
Sl.No.
Company’s Query Bidder’sResponse
Remarks
27 Deleted
28 Deleted29 Bidder shall offer the Jacket based on design as
indicated in the bidding document.
i) Well Platform:
For the well platforms B-172-A, B-178-A, B-179-A, B-28A-A & B-23A-A , Jacket legsshall be used for drilling wells and shall actas conductor guide. For the well platformIFC drawing will be given to the successfulbidder. The complete design & configuration shall be as per the
drawing/design given by the company.Preliminary structural drawings for thesewell platforms are included in bid document.Bidder to confirm unconditional acceptanceto the same.
ii) Well cum Process platform:For the B – 193 A Well cum Process Platformand the B-193 A-Q living quarter Platform thebasic design of the 4 or more legged jacketare given in the bid document. The detaildesign and fabrication drawing shall be
developed by bidder. Bidder to confirmunconditional acceptance to the same.
Bidders are requested toconfirm or submit analternative conceptualdesign duly approved byan agency specified byCompany in BEC, in Annexure # 19.
30 Bidder to confirm that he will carry out theQuantitative Risk Analysis (QRA) of the entire facilitiesfor its integrity and safety for the design life includingimplementing the recommendations of such QRA at allstages of project implementation within the QuotedLump Sum Cost. (Refer clause no. 3.0 of technicalBEC)
No conditionalconfirmation isacceptable.
31 Bidder to confirm that he proposes to use newmaterial / equipment for this project (Refer clause no.
4.0 of technical BEC)
No conditionalconfirmation is
acceptable.32 Bidders are requested to furnish their own experience
of executing as a turnkey contractor for at least oneoffshore platform project in last 10 years & submitrelevant details for the project, which they think mostappropriate in order to qualify BEC & also submitdocumentary evidence (order copy, completioncertificate etc.) in support of their claim. (Refer clauseno. 5.1 of technical BEC)
Bidders are requested tosubmit relevant detailsin Annexure #20 inaddition to duly filled in APPENDIX B5.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 72/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
213
Sl.No.
Company’s Query Bidder’sResponse
Remarks
33a)
33b)
34c)
34d)
Bidder to confirm whether the bid submitted by him
is a consortium / joint venture bid or single bidderbasis.
In case of a consortium / joint venture bid, bidder toindicate the name of partners, leader of theconsortium and submit experience details for all hispartners.
In case of a consortium / joint venture bid, biddershall submit Memorandum of Understanding definingrole & scope between the consortium members, dulysigned 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 throughcollaboration agreement or other sub-contracts) hasthe relevant experience for offshore projectmanagement and for at least one of the activities asindicated in the clause no. 5.2 of technical BEC.Bidder to furnish his own experience in order toqualify the BEC & also furnish documentary evidencein support of their claim.
Bidders are requested tosubmit all relevantdetails in Annexure #21in addition to duly filledin APPENDIX B5 for allpartners.
35(a)
35(b)
Bidder to confirm that he himself shall carry outproject 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 projectmanagement to be carried by himself in order toqualify the clause no. 5.3 of technical BEC
No conditionalconfirmation is
acceptable.
36 Bidder to submit in brief his complete ProjectExecution Plan (Annexure # 22)
Bidders are requested tosubmit Project ExecutionPlan in Annexure # 22.
37 Bidders to furnish the name of turbine generatormanufacturer and submit all technical details requiredfor the proposed machine in Annexure # 23.
38 deleted
39 Bidders to confirm that there shall be no deviation tothe MOC given in the bid package during theexecution of the project.
No conditionalconfirmation isacceptable.
40 For the free gas production from B—193P platformcertain temporary arrangement are required to becarried out by the contractor. These include supply of air receiver, Valves, piping connection forinstrumentation, shutdown system. During the drilling
No conditionalconfirmation isacceptable.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 73/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
214
Sl.No.
Company’s Query Bidder’sResponse
Remarks
stage of oil well the drilling rig will supply instrument
air to B-193 platform. The air shall be supplied fromcontractor’s barge during the construction period of second phase. Contractor shall give unconditionalacceptance to proposed scheme and confirm supply of utility for free gas production from the barge.
41 Bidder to provide unconditional confirmation that theequipment and material supplied by contractor in firstseason but to be commissioned in second season shallbe provided by necessary protection and mothballingwith suitable inert/chemicals materials.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 74/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
215
APPENDIX A-10
MILESTONE PAYMENT FORMULASl.
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 of GCC 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 thenthe 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 SurveyPre-Engg./Pre-Installation / Post-Installation Survey
(a) B-193-A Process
Platform
(b) B-193-A Q Platform
(c) B-172-A platform
40
Upon completion of pre-
engineering survey and submission
of complete survey report and itsacceptance by Company.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 75/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
216
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(d) B-178-A platform
(e) B-179-A platform
(f) B-28A-A platform
(g) B-23A-A platform
(h) Flare Platform
(e) Submarine Pipelines (Rigid)
(i) B-178A–B-193A
(ii) B-179A–B-178A (iii) B-172A–B-178A
(iv) B-28AA–B-193A
(v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(f) Topside Modification Works
(i) BPB platform.
30
30
Upon completion of pre-installation
survey and submission of complete
survey report and its acceptance
by Company.
Upon completion of post-
installation survey and submissionof complete survey report and its
acceptance by Company.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 76/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
217
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(g) PLEM
B-193A –Tie-in-point on Existing
Lateral on ICP-HEERA Trunk P/L
(h) Bridge
(i) B-193A-P to B-193Q
50
50
Upon completion of pre-installation
survey and submission of complete
survey report and its acceptance
by Company
Upon completion of post-
installation survey and submission
of complete survey report and its
acceptance by Company.
3 Design & Engineering
(a) B-193A P Process
Platform
(b) B193A-Q Platform
(c) B-172-A Platform
(d) B-178-A Platform
(e) B-179-A Platform
(f) B-28A-A Platform
(g) B-23A-A Platform(h) Flare Platform
(i) Submarine Pipelines
(Rigid)
(i) Topside Modification Works
(i) BPB platform.
(k) PLEM
B-193A –Tie-in-point on Existing
Lateral on ICP-HEERA Trunk P/L
(l) Bridge
i) B-193A-P to B-193Q
90
10
Upon progressive completion of
engineering as approved and
certified by Company’s
representative
Upon progressive submission of As-
built and vendor dossier/operating
manual.
4 Material procurement4.1 Structural
(a) B-193A P Process
Platform(i)Jacket,
Jacket appurtenances,
Piles, Conductor
5
60
a. Upon progressive placement of
PO and acceptance by
vendor.
b. Upon progressive dispatch from
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 77/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
218
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(ii) Deck (Super structure)
including facilities
(iii) Process Module
(b) B193AQ Platform(i)Jacket,
Jacket appurtenances,
Piles
(ii) Deck (Super structure)
including facilities
(iii) Living quarter module
(iv) Switch Gear/ Turbine
Generator building
module(c) B-172A Platform(i)Jacket,
Jacket appurtenances,
Piles, Conductor
(ii) Deck (Super structure)
(d) B-178A Platform(i)Jacket,
Jacket appurtenances,
Piles, Conductor
(ii) Deck (Super structure)
(e) B-179A Platform(i)Jacket,
Jacket appurtenances,
Piles, Conductor
(ii) Deck (Super structure)
(f) B-28A-A Platform(i)Jacket,
Jacket appurtenances,
Piles, Conductor
(ii) Deck (Super structure)
(g) B-23A-A Platform
(i)Jacket,
Jacket appurtenances,Piles, Conductor
(ii) Deck (Super structure)
(h) Flare Platform
(i) Tripod Jacket,
Jacket appurtenances,
Piles
(ii) Super structure
(i) Topside Modification Works
(i) BPB platform.
30
5
vendor works and submission of
supporting documents thereof
c. Upon progressive arrival at
fabrication yard, submission of mill
inspection and test reports and
verification of receipt of material
by TPI/ CA
d. Upon clearance of punch
points, if any.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 78/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
219
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(j) Bridge
(i) B-193A-P to B-193Q
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.
Material including Equipment excluding structural
(a) B193A P Process
Platform(i) Cathodic protection
(including structural)
(ii) Deck (Super structure)
including facilities
(iiiProcess Module
(b) B193A Q Platform(i) Cathodic protection
(including structural)
(ii) Deck (Super structure)
including facilities
(iii) Living quarter module
(iv) Switch Gear/ Turbine
Generator building
module
(c) B-172A Platform
(i) Deck (Super structure)(ii) Cathodic protection
(including structural)
(d) B-178A Platform
(i) Deck (Super structure)
(ii) Cathodic protection
(including structural)
(e) B-179A Platform
(i) Deck (Super structure)
(ii) Cathodic protection
(including structural)
(f) B-28A-A Platform (i) Deck (Super structure)
(ii) Cathodic protection
(including structural)
(g) B-23A-A Platform
(i) Deck (Super structure)
(ii) Cathodic protection
(including structural)
(h) Flare Platform
4.2
(i) Super structure
5
5
60
20
10
a. Upon progressive placement of
LOI and acceptance by
vendor.
b. Upon progressive approval of
PS, placement of PO and
acceptance by vendor
c. Upon progressive dispatch from
vendor works and submission of
inspection & dispatch
documents
e. Upon progressive arrival at
fabrication yard and
verification of receipt of TPI/ CA
f. Upon progressive submission of
release note by certification
agency and upon clearance of
punch points.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 79/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
220
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(i) Submarine Pipelines (Rigid)
(i) B-178A–B-193A
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A
(v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
(ix) B-193A-B-193A-F (PilotFlare)
(j) Riser & Riser
Bends(Weightfactors:
Riser -90%
Riser bend & Riser
clamps- 10%)
(i) B-178A–B-193A
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A
(v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
(ix) B-193A-B-193A-F (PilotFlare)
(k) Coating,CP system
etc
(i) B-178A–B-193A
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A
(v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
(ix) B-193A-B-193A-F (PilotFlare)
(l) SSIV/ NRV(i) B-178A –B-193A
(ii) B-28AA–B-193A
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 80/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
221
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(iii) ) B-23AA–B-193A(with
lateral near B-28A) (iv) B-193A–BPB platform
(v) B-193A-ICP-Heera P.L tie-in
ml) Topside Modification
Works
(i) BPB platform.
(n) PLEMB-193A –Tie-in-point on Existing
Lateral on ICP-HEERA Trunk P/L
(o) Turbine Generator 10
40
15
10
10
5
10
Upon placement of purchase
order for turbine generator and its
acceptance by vendor
Upon progressive dispatch of
turbine generator from vendor and
submission of inspection/test
reports & dispatch reports.
Upon respective arrival of turbine
generator at moduling yard/ shop
and verification of receipt of
material / equipment by TPI at yard
Upon respective completion of
moduling at yard and ready for
testing.
Upon successful completion of
string testing of all units.
Upon progressive submission of
release note of certification
agency.
Upon completion of hook-up, pre-
commissioning & commissioning
and clearance of punch points, if
any.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 81/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
222
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(p) Process Gas
Compressor Module
10
30
10
15
10
10
5
5
5
a. Upon placement of
purchase order for
compressor train and
acceptance by vendor.
b. Upon progressive
dispatch of Turbine,
Compressor from vendor
works and submission of
inspection /Test reports
c. Upon respective arrival
of Turbine, Compressor and
major equipments (KOD,Process gas cooling system,
FG Skid and bridge Crane) at
moduling yard/shop and
verification of receipt of
material/equipment at yard
by TPI.
d. Upon respective
completion of modeling at
yard and ready for testing
e. Upon successfulcompletion of string testing
f. Upon respective sail out
from fabrication yard
g. Upon progressive
submission of release note of
certification agency
h. Upon completion of
respective installation at off-
shore site.
i. Upon completion of Hook-
up pre-commissioning and
commissioning and
clearance of punch points, if
any
5 Fabrication 5.1 (a) B193A P Process Platform
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 82/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
223
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(i) Jacket, Piles, Jacket
Appurtenances, Cathodic
Protection System
(ii) Deck (Super structure)
(iii) Process Module
(b) B-193A Q Platform
(i) Jacket, Piles, Jacket
Appurtenances, Cathodic
Protection System
(iii) Deck (Super structure)
(iv) Living quarter module
(v) Switch Gear/ Turbine
Generator building
module
(c) B-172A Well Platform
(i) Jacket, Piles, Jacket
Appurtenances, Risers,Cathodic Protection System
(ii) Deck (Super structure)
(d) B-178A Well Platform
(i) Jacket, Piles, Jacket
Appurtenances, Risers,
Cathodic Protection System
(ii) Deck (Super structure)
(e) B-179A Platform
(i) Jacket, Piles, Jacket
Appurtenances, Risers,
Cathodic Protection System
(ii) Deck (Super structure)
85
10
05
Upon progressive completion of
fabrication as certified byCompany.
Upon completion of load out.
Upon clearance of Punch points, if
any.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 83/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
224
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(f) B-28A-A Platform
(i) Jacket, Piles, Jacket
Appurtenances, Risers,
Cathodic Protection System
(ii) Deck (Super structure)
(g) B-23A-A Platform
(i) Jacket, Piles, Jacket
Appurtenances, Risers,
Cathodic Protection System
(ii) Deck (Super structure)
(h) Flare Platform
(i) Tripod Jacket,
Jacket appurtenances,Piles
(ii) Super structure
Anticorrosion & Concrete coating
works including fitting of anodes for
Pipelines & Riser (Rigid pipelines)(i) B-178A–B-193A
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A (v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
5.2
(ix) B-193A-B-193A-F (PilotFlare)
5.3 Riser clamps
5.4 Topside Modification
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 84/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
225
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(i) BPB platform.
5.5
PLEM
B-193A –Tie-in-point on Existing
Lateral on ICP-HEERA Trunk P/L
Bridges 5.6
(i) B-193A-P to B-193 Q
6.0
Transportation
(a) B-193A P Process Platform
(i) Jacket, riser,Appurtenances, Aids,
Cathodic Protection
System etc
(ii) Deck (Super structure)
including facilities
(iii) Process Module
(b) B-193A Q Platform
(i) Jacket, Appurtenances,
Aids, Cathodic
Protection System etc
(iii) Deck (Super structure)
including facilities(iv) Living quarter module
(v) Switch Gear/ Turbine
Generator building
module
(c) B-172A Well Platform
(i) Jacket, Appurtenances,
Aids, Cathodic
Protection System etc
(ii) Deck (Super structure)
(d) B-178A Well Platform
(i) Jacket, Appurtenances,
Aids, Cathodic
Protection System etc
(ii) Deck (Super structure)
(e) B-179A Platform
(i) Jacket, Appurtenances,
Aids, Cathodic
Protection System etc
(ii) Deck (Super structure)
6.1
(f) B-28A-A Platform
35
65
Upon sail out from fabrication
yard.
Upon arrival at offshore site
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 85/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
226
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(i) Jacket, Appurtenances,
Aids, CathodicProtection System etc
(ii) Deck (Super structure)
(g) B-23A-A Platform
(i) Jacket, Appurtenances,
Aids, Cathodic
Protection System etc
(ii) Deck (Super structure)
(h) Flare Platform(i) Tripod Jacket,
Jacket appurtenances,
Piles
(ii) Super structureSubmarine Pipelines (Rigid)
(i) B-178A–B-193A
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A
(v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
6.2
(ix) B-193A-B-193A-F (PilotFlare)
Topside Modification6.3
(i) BPB platform.
6.4 PLEM
B-193A –Tie-in-point on Existing
Lateral on ICP-HEERA Trunk P/L
6.5 Bridge
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 86/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
227
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(i) B-193A-P to B-193Q
7 Installation(a) B-193A P Process Platform
(i) Jacket, Piles, riser,
Appurtenances etc
(ii) Deck (Super structure)
including facilities
(iii) Process module
(b) B-193A Q Platform
(i) Jacket, Piles
Appurtenances etc
(ii) Deck (Super structure)
including facilities
(iii) Living quarter module
(iv) SG/TG building module
(c) B-172A Well Platform
(i) Jacket, Piles,
Appurtenances etc
(ii) Deck (Super structure)
(d) B-178A Well Platform
(i) Jacket, Piles,Appurtenances etc
(ii) Deck (Super structure)
(e) B-179A Platform
(i) Jacket, Piles,
Appurtenances etc
(ii) Deck (Super structure)
(f) B-28A-A Platform
(i) Jacket, Piles,
Appurtenances etc
(ii) Deck (Super structure)
(g) B-23A-A Platform
(i) Jacket, Piles,Appurtenances etc
(ii) Deck (Super structure)
(h) Flare Platform(i) Tripod Jacket,
Jacket appurtenances,
Piles
7.1
(ii) Super structure
90
05
05
Upon progressive completion of
installation of jacket, piles,
appurtenances, deck and heli-
deck (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 laying and crossings and Free span corrections (Rigid). 7.2
(i) B-178A–B-193A
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 87/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
228
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A
(v) B-23AA–B-193A(with lateral
near B-28A) (vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
(ix) B-193A-B-193A-F (PilotFlare)
70
25
5
Upon progressive completion of
installation/laying
Upon progressive completion of
Free span & crossings, if any.
Upon adjustment for variations
and completion of punch points,
if any.
7.3 Riser, Riser clamp, Riser
bends, SSIV & NRV
(Weight factor:
Riser-60%
Riser bend & clamp-20%SSIV & NRV-20%
70
25
5
Upon progressive completion of
installation/laying
Upon progressive completion of
Free span & crossings, if any.
Upon adjustment for variations and
completion of punch points, if any.
Topside Modification7.3
(i) BPB platform.
95
5
Upon completion of
installation/modification on
platform.
Upon clearance of punch points, if
any
PLEM 7.4
B-193A –Tie-in-point on
Existing Lateral on ICP-HEERA
Trunk P/L
95
5
Upon completion of installation of
new PLEM
Upon clearance of punch points, if
any
Bridges 7.5
(i) B-193A-P to B-193Q
95
5
Upon completion of installation of
new Bridge
Upon clearance of punch points, if
any
8 Hook-Up, Testing, Pre-commissioning & commissioning(a) B-193A P Process
Platform along with all
facilities and ProcessModule
(b) B-193A Q Platform
along with SG/ TG
module, Living Quarter
module with all
facilities and TG
8.1
(d)B-172A Well Platform
80
10
10
Upon progressive completion of
work
Upon completion of
commissioning
Upon progressive completion of
punch points
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 88/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
229
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
(e) B-178A Well Platform
(f) B-179A Platform
(g) B-28A-A Platform
(h) B-23A-A Platform
Submarine Pipelines(i) B-178A–B-193A
(ii) B-179A–B-178A
(iii) B-172A–B-178A
(iv) B-28AA–B-193A (v) B-23AA–B-193A(with lateral
near B-28A)
(vi) B-193A–BPB platform
(vii) B-193A-ICP-Heera P.L tie-in
(viii) B-193A-B-193A-F (Flare)
8.2
(ix) B-193A-B-193A-F (PilotFlare)
90
10
Upon completion of hook-up,
testing & pre-
commissioning/commissioning
works.
Upon submission of hydrotest
reports, its acceptance by
Company and completion of
punch points, if any.
Topside Modification8.3
(i) BPB platform.
8.4 PLEM
B-193A –Tie-in-point on
Existing Lateral on ICP-HEERATrunk P/L
80
10
10
Upon progressive completion of
work
Upon completion of
commissioning
Upon completion of punch points
Note:-Basis of Milestone achievement for 5 to 8 –
a) per Platform as per price break up in item-I A i) to (viii) of schedule of prices (AppendixA-3)
b) per Pipeline segments etc. as per price break up in item-I A (ix) & A (xi) of schedule ofprices (Appendix A-3)
c) per platform modification as per price break up in item-I A (x) of schedule of prices(Appendix A-3)
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 89/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
230
Sl.
No.Activity Amount
Milestone
(%)Milestone for Payment
9. Customs Duty 100 Reimbursable at actual limited to
the amount indicated herein onsubmission 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 proofviz. 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 thecase 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 lump sum prices and themilestone price quoted against all milestones.
2. The mile stone payment for equipments shall be as per the Weight age factors as per the enclosed
Annexure
3. Taxes and duties shall be paid only in Indian rupees.
4. The requirement of dispatch/sail out referred shall be Bill of Lading for dispatch and certificate by
carrier for sail out.
5. 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 90/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
231
Annexure I to appendix A-10
A. Well cum Process platform B-193P
1. Weight factor for procurement of material including Equipment but excluding structural (Sl No.4.2
a. of Mile stone formula)
Sl. No. Equipment Weight factor(Total Quantity)
1. Well fluid manifold (Oil manifold, Gas manifold) 22. Pig Launcher & Receiver 1
3. Multi phase flow meter 24. HP/ LP separator 45. Main Oil pump 4
6.7. Fuel gas conditioning skid 3
8. Process gas compressor 149. KO drum & cooler of Process gas compressor 3
10. Deck cranes 3
11. Flare system including KO drum and flame frontgenerator, flare tip
7
12. Sump Caisson and Blow case 113. Chemical Injection system(OCI, GCI, Demulsifier Tank
& Pump)4
14. Produced Water conditioning system 6
15. Shut down panel 216. Fire fighting & safety systems 3
17. Fire & Gas detection systems 218. Navigational aid system 1
19. LT switch gear 520. Electrical room & HVAC 621. Shut down valves/ control valves 5
22. Liquid Handling facilities 223. Dehydration unit 4
24. Ejector system 125. Piggy back lines 1
26. Gas sweetening system 727. Sub-sea Isolation valves on in-coming & Outgoing 328. DCS System 2
29. Hydrochloride units 130. Survival craft and associated safety items 1
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 91/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
232
B. Living Quarter Platform: B-193 Q
1. Weight factor for procurement of material including Equipment but excluding structural (Sl No.4.2
b. of Mile stone formula)
Sl. No. Equipment Weight factor(Total Quantity)
1. Waste heat recovery unit 42. Deck crane 4
3. Utility water system 34. Start up air system 1
5. Emergency diesel generator 26. Instrument air system incl storage with compressor /dryer package 2
7. Sewage treatment system 58. Chemical Storage & Injection system 39. Sea Water lift pump 3
10. Chlorinator package 411. Fire water pump including starting system 3
12. Survival craft with associated safety items 213. Batter & battery charger 2
LQ 414. HVACTG 4
15. Transformers 416. Inert Gas generator incl storage with compressor and drier system 217. Lab equipment 1
18. Paging & intercom system 2
19. LT switch gear system 420. HT switch gear system 421. DCS 2
22. UPS panel +battery 323. Fire & Gas detection system 124. Radio room equipment including CCTV 2
25. Kitchen, laundry & furnishing equipment 326. Equipment for Mechanical workshop, electrical/instrumentation
workshop2
27. Power generator systems (GTG) with standby configuration 1228. Water Makers 1+1Standby system 3
29. Potable water storage & distribution system 130. Cooling water system 2
31. Hot oil system 232. Aviation Aid System 233. Breathing air system 2
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 92/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
233
C. Well Platforms: B-172-A, B-178-A, B-179-A, B-28A-A, B-23A-A
Weight factor for procurement of material including Equipment but excluding structural (Sl No.4.2
c&d of Mile stone formula)
Sl.No.
Equipment Weight factor(Total Quantity)
1. IA/UA system 5
2. Crude/ condensate Transfer System 7
3. Solar Power system 4
4. Diesel handling/ storage system 5
5. Well head safety shutdown system 8
6. Production manifold 10
7. Shut down valve 8
8. Battery bank 3
9. Navigational Aids 6
10. Switchgear & Telemetry System 6
11. JIB crane 8
12. Pig Launcher /Receiver 7
13. Testing facilities 5
14. Fire suppression system and detectors 3
15. Building module 3
16. Cathodic Protection System 4
17. Personnel protection system 218. Survival craft & associated safety Items 3
19. Fixed HC, Hydrogen & H2S Gas detection
system
3
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 93/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
234
APPENDIX A-11
List of suggested Vendors for Major Equipment
(However vendors to meet Bid Evaluation Criteria and other Bid Specifications)
SL.NO ITEM VENDORNAME Country
I PIPING
1 Pipe-(Duplex SS) a Sumitomo Corporation Japan
b Kawasaki Japan.
c NSC Japan.
d Sandvik Sweden
e Avesta Sweden.
f Mannesmann Germany.
g NKK Japan.
h Coprosider Spa Italyi 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
h ALLIED INTERNATIONAL S.r.l Italy
3 Flanges-(Duplex SS) a Sumitomo Corporation Japan.
b Sandvik Sweden.c Coprisider Spa Italy.
d Mannesmann Germany.
e Melesi Italy
f Officine Ambrocio Melesi & C.Sri Italy
g MGI France
h Nicola Galpetri & Figlio Italy
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 , Italyg Flowserve Flow Control GmbH, Germany
h Virgo Engineers Ltd.,Pune, India
i Argus
WestGermany
j Grove Italia Spa Italy
5 a KITZ. Japan.Other Valves(Gate Globe,Check :Duplex SS) b Japan Japan
c Petrol Valves, Italy
d TK Valve Ltd, Abu Dhabi, UAE
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 94/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
235
e Valvinox., Italy
f Weir Material & Foundaries Ltd, U.K
g Truflo Rona S.A., Belgium
h Rona Valves Belgium6 a KTM, JapanShutdown Valves (Duplex
SS) b KITZ, Japan
c Deutsch Audco, Germany
d Flowserve Flow Control GmbH, Germany
e TK Valves Ltd, Abu Dhabi, UAE
f Dresser Spa. Italy
g Petrol valves Italy
h Argus
WestGermany
i Grove Italia Spa Italy
7 Pipe (C.S NACE) a Sumitomo Japanb 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
/France8 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
8 Fittings (C.S. NACE) i Igwara Singapore
j Technoforge Italy
k ALLIED INTERNATIONAL S.r.l Italy
l Tube Products Incorporate India
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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 95/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
236
i Special Flanges Srl Italy
j Tube Products Incorporate India
10 Ball Valves (C.S. NACE) a Cooper Cameron Valves, USA
b Dresser Spa, Italyc 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 (Upto 1.5") Spain
m Petrol Valves Italyn Valvinox Italy
o Universal Sri.NACE Ball Vaive (4" & below) Italy
p LCM, Italia. SRL Italy
q Audco India Ltd India
r Multi Valve Technology UK
s Raimondi Italy
t Walther weir Spain
u James Bury Singapore
v Nishitani & Co Japan
w Yoneda Kogyo Co Japan
x Truflo Rona S.A Belgium
y Virgo Engineers Ltd., Pune India
z Argus WestGermany
aa Cameron Iron Works USA
11 a Cooper Cameron Valves USA Gate, Globe, Check Valves (CS NACE) 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 Valves Italy
m Valvinox Italy
n Universal Srl Italy
o LVF Italy
p BFE Spa Italy
q SACCAP France
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 96/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
237
r Flow serve Flow Control, GmbH Germany
s Audco India Ltd India
t
Goodwin International Limited (wafer Check valves
Only) England
u Argus WestGermany
v Cameron Iron Works USA
12 a KTM JapanShutdown Valves- CS
NACE 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 Italy
i Petrol valves Italy
j Dresser Italia Srl.(Grove Divisions) Italy
k Flowserve Flow control GmbH Germany
l Audco India Ltd India
m Valvinox Srl Italy
n Virgo Engineers Ltd., Pune India
o Argus WestGermany
p Grove Italia Spa Italy
q Cameron Iron Works USA
13 Pipe (CS Non-NACE). a BHEL, Trichy India
b Indian Seamless, Ahmed Nagar, Indiac Jindal Pipes, New Delhi, India
d Saw Pipes, Delhi, India
e NSC Japan
f Mitsubishi Japan
g MGI France
h Maharastra Seamless India
14 a Eby Industries, Mumbai, IndiaPipe Fittings in-CS Non- NACE b Shivananda Pipe Fittings,Chennai (Only Seamless) India
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 CS,NON-NACED But welded fittings, BW Elbows Reducers/TEE/CAP (Seamless/Welded) India
h Tube Products Incorporate India
i Sawan Engineers India
15 a Echjay Industries, Mumbai /Rajkot, IndiaForged Flanges in C.S
Non-NACE b Paramount Forge, Mumbai, India
c Tube Products Incorporate, Vadodara, India
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 97/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
238
d Sawan Engineers India
16 a Audco India Ltd IndiaBall Valves-(Fire Safe)- .C.S. Non-NACE b Petrol Valves Italy
c Virgo Engineers Ltd., Pune, (Cast & Forged) Indiad Microfinish, Hubli India
17 a Audco India Ltd IndiaBall Valves-CS Non- NACE.. b Forward Alloys & Castings, Mumbai (Upto 8"X900#) India
c Virgo Engineers Ltd., Pune (Cast & Forged) India
d Microfinish, Hubli India
18 a Audco India Ltd IndiaGate, Globe, Check Valves (C.S. Non-NACE)
b
Forward Alloys & Castings, Mumbai (For Check valves CS upto size 6" x 900#) India
c Niton Valve Industries Pvt.Ltd.,Mumbai, India
d Douglus Chero S.p.a (Upto 8" size) Italy
e BHEL, Trichy India
19 a Sakhi Engineers, Mumbai/Baroda IndiaNeedle Valves-in CS Non- NACE b Chemvalves Industries, Mumbai, India
c Valvinox Italy
d Niton Valve Industries Pvt.Ltd.,Mumbai, India
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, India22 a Audco India Ltd IndiaBall Valves (SS NACE and
Non NACE) b Virgo Engineers Ltd., Pune, India
23 a Gujarat Infra Pipes, Mumbai, IndiaFittings (SS NACE & Non
NACE) b Tube Products Incorporate, Vadodara, India
c Sawan Engineers India
d ALLIED INTERNATIONAL S.r.l Italy
24 a Echjay Industries, Mumbai IndiaFlanges (SS NACE & Non NACE) b Chaudhry Hammers Works, Ghaziabad India
c Officine Ambrocio Melesi & C.Sri, Italy
d Tube Products Incorporate, Vadodara, India
25 a Audco India Ltd IndiaGlobe & Check Valve (SS
NACE) b Niton Valve Industries Pvt.Ltd.,Mumbai, Indiac Douglus Chero S.p.a, (Upto 8" size) Italy
26 Gate Valve (SS NACE) a Niton Valve Industries Pvt.Ltd.,Mumbai, India
b Douglus Chero S.p.a, (Upto 8" size) Italy
27 Needle Valve (SS NACE) a Niton Valve Industries Pvt.Ltd.,Mumbai, India
28 a Audco India Ltd IndiaGate/Globe/Check/Needle valve (SS Non-NACE) b Niton Valve Industries Pvt.Ltd.,Mumbai, India
29 Pipes (Cu-Ni) a Alcabex Metals, Jodhpur, India
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 98/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
239
b Cubex Tubing, Hyderabad, India
c Lebronze Industrial, France
d Wilson, UK e Haewon Industries Co.Ltd.,(Upto 14") Korea
30 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
e Sam Yang Metal Ind.Co.Ltd.,Busan, Korea
f
Haewon Industries Co.Ltd.,(For Flanges & Fittings
only upto 24") Korea
g
KM Europa Metal Aktlengesell Schaft, (Pipes, fittings
& Flanges) Germany31 a Brooks Bank Ltd, U.K
b Orseal Valves, ItalyBall Valve (Aluminium
Bronze)
c Precision Engineering, India32 a Shipham Valves, U.K Ball/Gate/Globe/Check/Ne
edle valve (Al-Bronze,Leaded-tin Bronze) b Douglus Chero S.p.a,(Globe Valve-Al Bronze Only) Italy
33 Check Valves (Al-Bronze) a Precision Engineering, India
34 Titanium valves a Shipham Valves, U.K
b Douglus Chero S.p.a,(Check Valves upto 6" size) Italy
35 Flanges(SD/SS Incoloy/Titanium/CS) a Officine Ambrocio Melesi & C.Sri, Italy
36 Ball Valves (Incolloy) a Petrol Valves S.r.l, Italy
37 a Ameron, NetherlandGRE-Pipes- FITTINGS / FLANGES b Wavin repox, UK
c Fiber Glass System, UAE
d Wavin Repox UK
e Ameron Singapore,Netherlands
38 Ball Valve (CPVC/PVC) a George Fischer, Switzerland
39 Shutdown Valves (CPVC) a George Fischer, Switzerland40 a TD Williamson, USA
b Pipeline Engineering Supply, UK Scrapper Tees-(CS NACE,Non-NACE)-(ASME-
B31.4/31.8) c Schulz Export GMBH Germany
d GD Engineering, UK
e Gam Raccordi, (For CS-NON NACE, CS-NACE) Italy
f ALLIED INTERNATIONAL S.r.l Italy41 a Perry Equipment Corp. USA
b TD Williamson , USA Hinged Closures-(CS NACE, Non-NACE)-(ASME SEC VIII Div 1) c Pipeline Engineering Supply, UK
d GD Engineering, UK
e
FAI Officine di Carvico S.p.a.(For CS-NON NACE & CS-
NACE) Italy
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 99/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
240
42 a Casasco Division USA Corrosion Probes-(CS
NACE, CS Non-NACE) b Rehraback Cosasco USA
c Mc Murray USA
d Caproco Canada.e ATEL Italy
f Corrocean Italy
43 a Pipeline Engineering & Supply Co. UK Pig Detector -(CS NACE,CS Non-NACE) b TD Williamson USA
c GD Engineering UK 44 a Marine Hydraulic India
b Gayatri Industries Corp, Mumbai, IndiaFW/FM Reels & Utility Hose Reels-(UL/USCG/FM APPROVAL) c Royal India Corporation, Mumbai India
d Dooley Tackaberry USA 45 a Armstrong USA
b Multitex Engineers, New Delhi, India
Strainer-(Basket type as
per ASME SEC VIII Div 1 and others ) c Greaves Cotton, Delhi, India
d Filtration Engineers (India) Pvt Ltd, Mumbai, India46 a Marine Hydraulics IndiaSpray Nozzles-(NFPA 15
and appv. By UL,USA/VJTI,INDIA) b Wormald Fire systems U.K.
47 Continuous Drainers a Armstrong Machine Works USA
b Greaves Cotton, Mumbai, India
48 a Fabricom Belgium5D Bends-(ASME B 31.4 / 31.8) 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 49 a Marine Hydraulics, Mumbai, India
b Gayatri Industries Corp., Mumbai, IndiaChemical & Utility Hoses & Hose Connection.(fire resistant) c Royal India Corp., Mumbai India
50 Choke valves a Mokveld USA
b Petrol Valves Italy
c Valvinox Italy
d WEIR Valves & Controls UK Ltd UK
e Cooper Cameron Singapore
51 Sample Bomb-(ASME Sec VIII Div1) a Harsh Engineering, Mumbai India
52 a Pipeline Engineering UK
b TD Williamson USA
c L&T India
Launcher /Receiver- (ASME-B31.4/31.8) - (ASME Sec VIII Div1)
d
FAI Officine di Carvico S.p.a.,(CS-NACE & CS-NON NACE) Italy
53 a Hitachi Zosen JapanBLOW CASE FOR SUMP
CAISSON b ESI USA
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 100/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
241
Note: For 16 & 17 : 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.
II
Mechanical & Rotary
Equipment
1 a Favelle Favco Australia.Deck Crane-API-2C monogram b Manitowoc Crane Inc, Manitowoc, USA.
c Raina Engineering, Mumbai, India.d Oil States Applied Hydraulic System, Houston, Texas, USA
e ECI, Energy Cranes International, USA
f National Oil Well USA
2 Pneumatic Pumps. a Haskal Energy USA
b Nikkiso Japan.
3 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
h
Frames Process System, B.V (Fabrication facility to be
approved by the Company at he time of Execution) Netherland
i M/s FAI, Spa, Bergamo
Vessels- ASME “U” code stamped
k M/s Indcon Projects & Equipment Ltd., New Delhi, India
4 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. India
f Howmar
5 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
6 a BHPV India.Heat Exchangers-Shell- tube TEMA code 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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 101/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
242
h L&T India.
i Kavery, India
j Belch Energy, Srl Italy
k GEI Hamon Industries Ltd, Bhopal (For Gas Coolers) Indial M/s FAI, Spa, Bergamo
m M/s Bukit Fraser Thermal Technology Sdn Bhd, Malaysia
n Godrej & Boyce Mfg. Co. Ltd India
o GR Engineering Works, Bangalore India
p ISGEC, India
q TEMA India Ltd.
7 a Deutche Babcock, Abu dhabiTest Separator-ASMEU “U” code-Stamped. b MIS Sharjah
c IMS Italy
d L&T, Hazira India
e Sungjin Korea
f
Frames Process System, B.V (Fabrication facility to be
approved by the Company at he time of Execution)
Netherland
g M/s Global Process System Inc.
Dubai(Malaysia)
h M/s Gas Tech Engineering Corporation, USA
8 a Petreco International Ltd UK Fuel Gas Conditioning And Compressors. b Oil & Gas Systems Ltd UK
c Ingersoll Rand USA.
d Cenatco UK
e IHI Japan.
f Axsia Serck Baker UK
g Alen Process Ltd UK.
h
Frames Process System, B.V (Fabrication facility to be approved by the Company at he time of Execution)
Netherland
i Texas Systems & Controls USA
j M/s Global Process System Inc.Dubai(Malaysia)
9 HVAC a Tisdale USA
b Speciality Services UAE
c Direct Engineering Services Australia
d ABB
e Nameri
f
M/s HVAC & Refregeration Engineering Ltd.,
ABERDEEN, Scotland
g M/s HI-PRES, Korea
10 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
11 Utility Water Pump a Peerless Australia
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 102/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
243
b DMW Corporation Japan
c Goulds Pumps USA
12 Rotary Gear Pumps a Albany UK
b Viking UK c Hayward Tayler UK
d Shothert & Pitt UK
e MAAG Italy13 a Weir Pumps UK
b Pompes Guinard FranceFire Water Pump-As per NFPA-20 and diesel engine UL listed c Fluid Power USA
d Peerless Pumps USA/Austral
ia
e Ingersoll Rand UK/USA
f Worthington Pumps UK
g Thompson Pumps USA
h KSB Pumps Germany
i Ebara Corporation Japan
j SPP UK
j Nuovo Piganone UK
k Mather and Platt UK
14 a Tide Air USA
b Atlas Capco USA Instrument Air Compressors
c Worthington Turbodyne
d Norwalk USA
e Compare UK
f Ingersoll Rand USA
g Airpack Netherlandh Bellies Morcam
i Kobe Steel Ltd Japan
j Howden Process Compressors UK
k Neuman & Essar USA
l Aerzener Germany
m Atlas Copco Crepelle France
n Dresser-Rand India
15 a Weir Pumps UK
b Pompes Guinard FranceSea Water Lift Pumps Package
c KSB Germany
d Ebara Corporation Japane Worthington Pumps Italy
f fDMW Japan
g UPC USA
h SPP UK
i BPCL India
j M/s Hayward Tyler Engineered Products Ltd., England
16 a BURGESS-MANNING EUROPE LTD- UK
b Wemco USA Produced Water
Conditioner System
c Axsia Serck Baker UK
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 103/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
244
d Petreco International Ltd. UK
e Petrolite
f Technomirk with snam
g M/s Global Process System Inc.Dubai(Malaysia)
17 Utility Generator-
a KATO A. Generator
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
17 a Stewart and Stevenson USA
b Geeke Motoren NetherlandsUtility Generator-C.Engine Supplier and Packager 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
18 Chlorinators a Engel Hard UK
b Diaki Engineering Co. Ltd. Japan
c Mitsubishi Heavy Ind. Japan
d Petreco International Ltd. UK e Titanium Tantalum Products Ltd., Chennai-4 process, India
19 Fine Filters a Petreco International Ltd. UK
b Axsia-Serck-Baker UK
c GPS (With Extended warranty of 3 years) Malayasia
d Plenty Metrol UK
20 a Axsia serck baker USA Water Deoxygenation Package b Eta Process Plant Ltd. UK
c Hick Havgreaves, UK
d Plenty Metrol
21 a Fuji Electric Japan
b Mather Platt UK Main Injection / Main Oil Line Pumps-Electric
Motors c Loher Ag Germany
d Ansaldo Italy
e Parson Peebles UK
f Siemens Germany
21 a Weir Pump UK Main Injection / Main Oil
Line Pumps-Pumps b Ebara Pump Japan
c Pompes Guinard Franced David Brown (Formely known as KSB, Germany) UK
e
Sulzer Pump Uk/Switzerland
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 104/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
245
f Dmw Corporation Japan
22 Sump Caisson a Esi USA
23 a
Milton Roy India USA,
France, UK
Chemical Storage&
Dosing System b Nikkiso Japan
c Ced Project Ltd., Buckingham Shine UK
d Bran & Luebbe (Gb) Ltd. UK
24 Sump Pumps a Sulzer Pumps
b DMW Corporation Japan
c KirloskarEbara Pumps Ltd., India
25 Metering Pumps a Union, USA
b Nikkiso, Japan
c William Instrument Co. INC
d Alfa Laval
26 a Milton Roy, International Reciprocating Dosing Pumps b Bran & Luebbe Germany
c Lewa Germay
d Nikkiso Japan
e Dosapro France
f Wallace & Tieman UK
g M/s PERONI POMPE SpA, Italy
27 a Allweiler GermanyRotary Positive Displacement Pumps b Bomeman Germany
c IMO Sweden
d Viking USA
e Ingersoll / Dresser Intl.
28 Vacuum Pumps a Siemen Germanyb Ebara Japan
c Nash USA
d SIHI USA
e Sulzer/Burckhandt Switzerland
29 Process Gas Compressor (Turbine driven)-
A a M/s KHI JapanProcess Gas Compressor- API 617 b IHI Japan
c Dresser Rand USA
d Cooper Energy Services USA
e MAN Turbo Germany
f Elliott (Now owned by Ebara – Japan) Japan
g Solar Turbines Inc. USA
h Demag-De Laval (Siemens AG, Germany) Germany
B Gas Turbine-API 616 a M/s General Electric USA
b M/s Rolls-Royce UK
c M/s Alstom, UK (M/s Siemens AG, Germany) Germany
d M/s Solar Turbines USA
30 Turbine Generator Set- A) Gas Turbines a
M/s General Electric USA
b M/s Rolls-Royce UK
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 105/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
246
c M/s Alstom, UK (M/s Siemens AG, Germany) Germany
d M/s Solar Turbines USA
B Alternators a M/s Brush Electric UK
b M/s General Electric USA c M/s Siemens Germany
d M/s Alstom UK
e M/s Fuji Electric Japan
31 DG Set (Portable) a Caterpillar USA
32 CO2 Snuffing System a New Age Industries, Mumbai India
33 AIR FIN COOLERS-(CS & SS) a GEA Energy Systems India Ltd. India
b GEI Hamon Industries Ltd India
c L&T Ltd India
d Nuovo Pignone Spa Italy, India
e Paharpur Cooling Towers Indiaf Bharat Heavy plates & Vessels India
34 a L & T Ltd., IndiaWASTE HEAT EXCHANGERS b Petron, India
c Bharat Heavy Plates & Vessels, India
d Technip India India
e Thermax, India
f Hitachi-Babcock, Japan
35 DEMISTERS a Haver Standard India, Mumbai India
b Evergreen Technologies Pvt. Ltd, Mumbai India
c Continental Profiles Ltd, New Delhi India
d Pace Engg Industries, Mumbai Indiae Jeetumall Jaichand Pvt. Ltd, Kolkata India
36 a Cirmac B.V. NetherlandsMEMBRANE TYPE N2 GENERATOR b Air Pack Netherlands
c Parkar Hannien Corp. Balston
d Air Liquide
37 Chemical Injection Pumps a M/s PERONI POMPE SpA, Italy
38
Instrument Air Dryers/Compressed Air Dryer a M/s Indcon Projects & Equipment Ltd., New Delhi- India
39 Air Cooled Heat Exchangers a M/s Bukit Fraser Thermal Technology Sdn Bhd, Malaysia
40 Air/HC Gas Driven Pump a Hasket Energy UK (Contact: Haskel (Asia Pvt.Ltd.) UK
III Safety Items
1 a Ansul Fire Protection USA.
b Safety & Health USA.
Dry Chemical Skid-(350 lbs)-UL listed skid/ UL
listed components c Wormald USA.
d Fire Boss USA
e Vijay Fire India
f Fire Combat
g Ansul India
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 106/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
247
2 a Kooverji Devshi & Co. Pvt.Ltd. Mumbai. IndiaPortable Fire
Extinguishers. b Wormald Fire Engg USA.
c Houston Fire Equip.Co. USA.
d Doopley Fire System Inc. USA.e Zeneth Fire Services, Mumbai Indiaf Mercantile & Marine Services (I) Pvt Ltd., Mumbai,
India3 a Wormald Fire Engg. USA.
b Houston Fire & Safety Equipt.Co. USA.
c Alaxander Industrial Inc.Houston. USA.
d Keegan Speciality USA.
e Billy Pugh Co. Inc. USA.
f Eastern Stores, Mumbai. India
Life Preservers (Life Jackets, Life Ring Buoys) Inflatable Life Rafts,First
Aid Kits, , Fire Blanket,Fireman’s outlet,Breathing
equipment,Stretcher,Personnel, Baskets,
Scramble nets.
g Galvianiser, Mumbai. India
h
Mercantile & Marine Services(I) Pvt.Ltd. Mumbai.
India
i Ahmed S. Moloobhoy & Sons, Mumbai. India
j Meredian Inflatable Pvt.Ltd Mumbai. India
k Aero Marine Industries Pvt.Ltd.,Madras Indial Unicare Emergency Eqpt Pvt Ltd , Mumbai India
m Eastern Shipchandlers India
n Besto Life Saving USA
o M/s Viking Life-Saving Equipment Pte. Ltd, Singapore
4 a Unicare Emergency Equipment, Mumbai. Indiab Offshore Clothing & Suppliers Ltd UK.
Eye Wash & Safety Shower.
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 a Wormald Fire Engg. USA.
b Dooley Fire Systems Inc. USA.Personnel Protection Equipment from H2S Exposure. c Nohmi Fire Safety Equipt.Co. USA.
d Houston Fire Safety Equipt. Co. USA.
e Drager Aktiengesell Schaft Germany
f AMCO USA.
g Nohmi Bosai Kogyo Ltd. Japan
7 Survival Craft a Schat Harding Ltd. UK
b Master Craft USA
c Norsafe Norway
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 107/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
248
IV Instrumentation
1 Pressure Gauges 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
h General Instruments Consortium India
i Waree Instruments Ltd. India
j ITT Barton USA
2 a Budenberg Gauge Co. Ltd. UK Diff. Pressure Gauges &
Indicators b
WIKA Germany/India
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) Indiai Waree Instruments Ltd., Mumbai India j ITT Barton USA
3 a Marine Electricals, Mumbai IndiaTelemetry Interface
Cabinet b Fabricon, Mumbai Indiac Switch Gears & Control, Mumbai India
d Marine Delight, Calcutta India
e Yokogawa Japan/India
f e-production solution USA
g Elec. Mech. Corporation, Mumbai India
h YEW Japan
i Backer-CAC USA
j Yokogawa Blue Star India4 a e-Productions solution USA
b Brisco Engineering UK
Well Fire Shutdown Panel
& Test Separator Shutdown Panel c Autocon USA
d PT- Petrotech BATAM
e Controls and Electrics (Boustead) Pte ltd Singaporef Test Automation USA
g Wormald UK
h S.A.Technologies Pte.Ltd. Singapore
i Wilmax Controls System Pte.Ltd., Singapore
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 108/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
249
j Frames Energy Systems Netherlands
k Sulaiman Petrotech ME FZE UAE
l Haven Automation Singaporem Backer-CAC USA
5 a Foxboro (Invensys) USA, IndiaDistributed Control System b Baily Controls USA
c Toshiba Japan
d Honeywell Automation India Ltd (HAIL) India
e Yokogawa Japan
f
Emerson Process Management USA/UK/Singapore /India
g Yokogawa Blue Star India.
h ABB USA, India6 a e-Productions solution USA
b WKM USA Pneumatic Pr. Switch/HI- LO Pilots (Indicating dial type) c Axelson USA
d PT-Petrotech USA/BATAM
e Halliburton Energy USA
f Backer-CAC USA
7 a SOR USA Pr. Switches (Explosion Proof) b ITT Neo Dyn USA
c Aschcroft USA
d Yokogawa
Japane Delta Controls UK
f e-Productions solution USA
g Danfoss India
h YEW Japan
i Backer-CAC USA
8 Pr. Relief Valves a Safety instrument system ltd U.K
b Sapag – Alasthom France
c Tyco Flow Control USA-UK
d Fukui Japan
e Farris Engineering UK f Tyco Sanmar ,Trichy India
g Triangle UK
h AUDCO India Ltd. India
i Ham-Let Advanced Control Technology Israel
j Moorco (Only for NON-ASME Service) India
k IMI Bailey Birkit UK
l Teledyne Farris Engineering USA
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 109/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
250
9 Pr. Indicating Controllers a Yokogawa Japan
b Emerson Process Management (Fisher) UK/USA
c Barton Instrument system limited
U.K d Foxboro USA
e ABB – Kent UK
f ABB Limited India
g Bristol Babcock USA
h ITT Barton USA
10 a ABB Limited IndiaLarge Case Field Recorders b Foxboro USA
c Barton Instrument system limited U.K
d Yokogawa Japan
e Bristol Babcock USA f ITT Barton USA
11 a ABB Limited IndiaField Pneumatic Integrators b Yokogawa Japan
12 Gauge Glass & Cocks a Nihon Klinger Japan
b Patrole Services France
c Jerguson Gauge & Valve Company USA
d Penburty USA
e Technomatic India
f Chemtrols, Mumbai India
g Protolina, Mumbai
Indiah Samil S. Korea
i Daniels, USA
j Bliss Anand India
k Levcon India13 a MSW Controls, UK
b Emerson Process Management (Fischer Controls) UK/USA/
Singapore
c Magnetrol (Only Level Switches) Belgium
Level Instruments- Pneumatic (Level- controls & Level Switches)
d Dresser Maseneilan (Only Level Controls) USA
e
Eckardt (Only Level Controls) West
Germany
f S.O.R. (only Level Switches) USA
g e-Productions solution (only Level Switches) USA
h Chemtrols (I) (Only Level Switche) India
i
Dresser Valve (India) Pvt.Ltd. (For Disposal level
Transmitters) India
j Maseneilan, (Only Level Controls) France
k Backer-CAC, (Only Level Switches) USA
l Dresser Maseneilan France
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 110/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
251
m Eckardt WestGermany
n Fisher
UK,
Singapore14 a S.O.R. USA Level Switches (Explosion
Proof) b Patrol Service France
c MSW Controls UK
d Tokyo Keiso Japan
e Magnetrol Belgium
f Chemtrol (I), Mumbai India
g M/s Dag Process, India
h Dag Process India
15 a
Emerson Process Management USA/UK/Singapore /IndiaPr. Transmitters / P to I
Converters b ABB Limited India
c Yokogawa Japan/India
d Honeywell / Tata Honeywell USA/India
e ABB-Kent UK/India
f Gould USA
g Instrumentation Ltd. Kota India
h YEW Japan
16 Solenoid Valves a ASCO USA
b Maxseal UK
c Skinner USA
d Blackborough UK
e Herion Germany
17 Turbine Flow Meters a Emerson process management (Daniel Measurement & Control) 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
h Bopp & Reuther Germany
i Brooks Inst. USA
j TYCO Sanmar
18 Temperature Transmitters
a
Emerson Process Management USA/UK/Singapore/India
b Yokogawa Japan
c ABB-Kent UK
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 111/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
252
d Honeywell /Tata Honeywell USA/India
e Schlumberger
f Fuji
Japan19 Temp. Gauges a Aschcroft USA
b Gauges Bourdon UK
c Nagano Keiki Japan
d General Instruments Consortium, Mumbai India
e A.N. Instruments India
f WIKA Germany
g Waree Instruments Ltd., Mumbai India
20 ESD & FSD Valves a e-Productions solution USA
b Sigma USA
c Protection System & Devices Indiad Versa Netherlands
e Backer-CAC USA
21 Temp. Switches a Delta Controls UK
b KDG Instruments UK
c NAGANO-KEIKI Japan
d SOR USA
e ITT, Snider
f Aschcroft USA
g ASCO USA
22 Fusible Plugs a e-Productions solution USA b Sigma USA
c Ruelco USA
d Backer-CAC USA
23 Flame Arrestors a Petrol Service France
b Groth Equipment Corporation USA
c GPE Controls USA
d Braunsch Weigr Flammenfilter,GmBH, WG Germany
e Whersoc, S.A. France
f Shand & Jurs USA
g Marvac UK
h Safety System UK 24 Orifice Plates & Flanges
and Restriction Orifices a
Perry Eq. Corporation
USA
b
Emerson Process Management (Daniel Measurement & Control)
USA
c ABB Limited India
d Micro Precision, Faridabad India
e General Instruments Consortium,Mumbai India
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 112/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
253
f PECO USA
g Petrol Valves Italy
25 a
Emerson Process Management (Daniel Measurement & Control))
USA Senior, Junior Simplex Orifice Fittings
b Perry Equipment Corporation USA
26 Filter Regulators a Shavo Norgen, Madras India
b Emerson Process Management UK
c Dresser Masoneilon USA
d ABB Limited India
e Versatile Controls Ltd. UK
f Dresser Valve India Pvt. Ltd. India
27 a MSW UK Flow Switches (Pneumatic
& Electrical) b Magnetrol Belgiumc Tokyo Keiso Japan
d Yokogawa Blue Star India
e Barton Instrument system limited U.K f Link USA
28 Control Valves a Fisher Controls / Fisher Sanmar USA/India
b Dresser Masoneilon USA
c Motoyama Engineering Works Japan
d ABB – Kent UK
e WEIR Valves &Controls Ltd. UK
f Blakeborugh UK
g KOSON Singapore
h CCI USA
i M/s Kent Introl Private Limited,Nasik India
j Dresser Valve India Pvt. Ltd. India
k MIL Controls Ltd. India
l Richards Industries USA
m KOSO Controls Singapore
29 a Fisher Controls / Fisher Sanmar USA/IndiaSelf Actuated Pressure
Control Valves b Dresser Masoneilon USA
c ESME UK
d WEIR Valves & Controls Ltd. (Hopkinsons Ltd) UK
e Electrical Steam & Mining Equipment Ltd, UK
f Dresser Valve India Pvt. Ltd. India
30 a Zellweger ( Sieger) UK Fire and Gas Detection System b General Monitors UK
c Det Tronics, California USA
d Haven Automation Singapore
e Delphian USA
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 113/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
254
f Nohmi Bosai Japan
g G.P. Elliot UK
h Safety Systems
USA i ICS UK
j Yokogawa Indl. Safety System Malaysia
k Honeywell Automation India Ltd (HAIL) India
31 a George Kent SingaporeDeluge Valve with Test facility
b Wormald Hongkong/
Singapore
c Cla-Val USA
d MIL Ltd. Israel
32 Water Cut Meter a Emerson Process Management USA/UK
33 Rotameter a AL Flow Glass Equipment. India
b Tokyo Keiso Co. Ltd. Japan
34 Annubars / Pitot Tubes a M/s Emerson Process USA
b Intra Automation GMBH Germany
35 Instrumentation Fittings a Swagelok USA
b Circor (HOKE) Instrumentation Ltd UK.
c Parker USA
d ASTEC, Mumbai India
e DK Tech South
Korea
f Ham-Let Advanced Control Technology Israel
g Precision Engineering Industries, Mumbai India
h Fluid Control Pvt. Ltd., Mumbai India
i Hy-Lok Corporation Korea
j Parker Singapore
36 Flow computer (Liquid/Gas) a
Emerson process management (Daniel Measurement
& Control) USA)
b Bristol Babcock Digital System Australia
37 Flow totalizer a Barton Instrument U.K
b Emerson process management (Daniel Measurement & Control) USA
c Yokogawa d Contrec AUSTRALIA
38 Ultrasonic flow Meter a
Emerson process management (Daniel Measurement & Control) USA
b Panamatrix USA
c Sick Maihak Ag Germany
39 Corrosion analyzer a Rohrback Cosasco system USA
40 Portable Calibrator a Fluke USA
b Druck
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 114/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
255
c Beamax Finland
41 Chlorine Analyzer a M/s Emerson process management USA
42 Dissolved Oxygen Analyzer a Orbi Sphere Switzerland
43 Programmable Logic Controller a
Yokogawa Industrial Safety Systems, (Prosafe) (only TUV approved applications)
India/Malaysia/Japan/Netherlands
b ABB
c Allen Bradley UK
d Siemens Germany
e ICS
f GE USA
g Honeywell Automation India Ltd. (HAIL) India
h Hima Paul Hidebrandt GmBH Germanyi Bristol Babcock Australia
j Rockwell, (Only non TUV approved applications) India
k Triconix (only TUV approved applications) USA
l GE Fanuc (only TUV approved applications) USA, India
44 MPFM a Emerson process management (Micromotion)
b Agar Corporation USA
c Schlumberger USA
45 Coriolis meter a Emerson process management UAE
b Heinrichs Gmbh Germany
46 Salino meter a Yokagawa Netherland47 a Dresser Mansoneilan USA High pressure Control
Valves (HCV) b Mokveld Holland
c Fisher Controls USA
d Kent Process Control Ltd UK
e Control Component Inc. USA
f WEIR Valves & Controls UK Ltd. UK
g Koson Process Controls Singapore
h Dresser Valve India Pvt.Ltd. India
48
Dissolved Oxygen
Analyzer a Orbi Sphere (Hach Ultra Analytics) Switzerland49 Instrument Valves a Ham-Let (Isreal-Canada) Ltd. Israel
50 Level Transmitters a Dresser Valve India Pvt. Ltd. India
51
ISOLATORS & BARRIERS
(Active & Passive) a MTL, P&F
52 LIMIT SWITCHES a BETTIS
b Honeywell Automation India Ltd. (HAIL) India
53 Tubing Valves a Anderson Greenwood
54 a Crowcon Detection Instruments HC/H2/H2S GAS
DETECTORS b Detector Electronics Corporation
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 115/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
256
c Drager Safety AG
d General Monitors
e Zellweger
55 FIRE DETECTORS a Crowcon Detection Instruments
b Detector Electronics Corporation
c Safety Systems
d General Monitors
e Zellweger
56 a Apollo SMOKE/THERMAL DETECTORS b Thorn
c Zellweger
57
MANUAL CALL POINT, ABANDON SWITCH,
FLASH LIGHT a MEDC UK
b Safety Systems 58 HAND CONTROL VALVES a Mansoneilan France
b Mokveld USA
c Fisher Controls USA
d Koson Process Controls Singapore
e Kent Process Control Ltd. UK
f Control Component Inc. USA
g Hopkinsons Blackborough Dubai
59 GASKETS a Madras Industrial Product India
b IGP India
Instrumentation Note:
1 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)
2 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)
3 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 116/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
257
j Toshiba Japan.
k Kirloskar Power
l ABB India.
m M/s Schneider Electric Industries, France2 UPS System. a SAB-NIEF Sweden.
b Stand By Power USA.
c Chloride System UK/France.
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. USA.
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,Mumbai India.
q ABB Korear M/s Schneider Electric Industries, France
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/In
donesia.
h Fuji Japan
i AREVA T & D India Limited India
j M/s Schneider Electric Industries, France
5 Battery & Battery Charger. a
SAB – NIFE Sweden
b Standby Power USA.
c Chloride System UK/France.
d Yuasa Japan.
e Fuji Japan.
f Gutor Switzerland.
g Emerson USA.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 117/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
258
h HBL NIFE Power System Ltd, Hyderabad India
i
Chabi Electrical Pvt.Ltd.,Jalgaon (For Battery Chargers) India
j SAFT Power System USA
6 a Impalloy Singapore/
UK.Cathodic Protection System.
b Alico Industries UAE.
c Aluminium Pechinary France.
d Nippon Corrosion Japan.
e Nakagawa Corrosion Japan
f Wilson Walton UK
g PSL, Mumbai India.
h Emirites Techno Casting LLC Dubai
i CP TECH Singapore
j M/s METEC s.r.l, Italy
7 a Heyes Lighting UK.Fluorescent/Incandescent
Class-“B” LTG Fixtures.. b Crouse Hinds USA.
c Appleton/EGS electrical USA.
d ITO-Denki Japan.
e Baliga Lighting Eqpt Ltd India
f
Govan Industries (I) Ltd., Mumbai (For FLP WP Direct Entry Well Glass Fittings, GL-4) India
g M/s Chalmit Lighting, UK
8 a Automatic Power Inc. USA.Navigational Aid System- (NAVAID) b TATA BP India.
c SOLAPAK UK.
d BP SOLAR Australia.e Tideland Singapore
f M/s ORGA BV., Holland
9 a VARTA BATTERIES Germany.Lead Acid Batteries (Solar
Power System). b Heagan Batteries Germany.
c Chloride Batteries UK.
d Amaraja Batteries India.
e Yuasa Japan.
10 a A.B.Lykab Sweden.Multi Cable Transit (MCT). b Engtek Pte Singapore Ltd. . Singapore
c SVT International, . Germany
d Roxtac Sweden11 a GEC Electrical Project Ltd. UK.Div.2 Aviation Marker Ltg.Fixtures. b Transberg A/S. Sweden.
c DTS France.
d Tide Land Signal Corporation USA.
12 a Morarji Dorman, Mumbai. Indiab Indo Asian Switch Gear, Jullundhar India.
c Versatrip Circuit Breaker Mfg. P.Ltd. Mumbai India
d Bharatiya Cutler Hammer, Faridabad India
Lighting & Power Distribution Panel, AC DISTRIBUTION BOARD & DC DISTRIBUTION BOARD e Reunion Engg.Co.Mumbai. India
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 118/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
259
f Fabricons, Mumbai. India
g
Siemans, Germany/India
h Willson &Co. Indiai HHI Korea
j Marine Electricals India
k HEECO Korea
l Group Schiender (Square-D) USA
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 India
d Polycab, Mumbai India
e Pirelli, Italy
f BICC, Singapore
g Kukdong Electric, Korea
h RPG Cable Co., India
i Associated Flexible India
15 Fire Survival Cables. a Universal Cables, Satna, MP India.
b INCAB India
c Cable Corporation of India, Mumbai India
d Polycab India
e Pirelli Italy
f BICC Singapore
g Procon India16 FRP Cable Trays a Super reinforced Plastic Associated Engg. Corporation,
Mumbai India
b Grip India, Mumbai India
c SSB Industries, Bangalore India
d Ercon, Jodhpur India
e General Composites Pvt. Ltd., Mumbai India
f INDIANA, Mumbai India
g Enduro USA
17 Batteries (Ni-Cd) a AMCO Power System Indiab HBL Nife Power System India
c Amaraja India
18 a Baliga Lighting Eqpt.,Mumbai IndiaHazardous Area Lighting Fixtures b Flexpro Electrical,Mumbai India
c FCG Flame Proof Control Gears Pvt. Ltd.,Mumbai,India
India
d FCG Power Industries Pvt. Ltd., Mumbai India
e Flameproof Equipments Pvt. Ltd.
f Sudhir Switchgears
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 119/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
260
g Crouse Hinds USA, Australia
h Appleton USA
i Legerand ATX France j M/s Chalmit Lighting, UK
k CEAG-FCG India
19 a Crompton Greaves Ltd, IndiaMV Motors (Flame Proof Exd, EX e, EX n) b Bharat Bijlee India
c KEC India
d Siemens India
20 Junction Boxes a Baliga India
b Flexpro Indiac FCG Flame Proof Control Gears Pvt. Ltd.,Mumbai India
d FCG Power Industries Pvt. Ltd., Mumbai India
e Crouse Hinds Australia/U
SA
f Weidmuller Singapore/
Germany
g Govan Industries (I) Pvt. Ltd., Mumbai India
h Sudhir Switchgears India
i Appleton, USA
j Legerand ATX France
k M/s DAEHA International Ltd., Korea
l M/s Flameproof Equipments Pvt.Ltd, Mumbai, India
m CEAG-FCG India
n Flameproof Equipments Pvt. Ltd India
21 Cables (Power) a Nicco, Kolkata India
b RPG (Asean) Cables India
c Universal, Satna India
d Uniflex India
e KEI Industries Ltd.,Mumbai India
f M/s Jinro Industries, Korea
22 Cables (Instrument) a Procon, Pune India
b Brooks, Mumbai India
c Draka Spain
d BICC, UK
e Associated Flexible and Wires, Mumbai India
f Associated Cables Indiag KEI Industries Ltd.,Mumbai India
h M/s Jinro Industries, Korea
23 Cable Glands a HAWKE UK
b Gouse Hindus USA
c Baliga India
d Flexpro India
e M/s DAEHA International Ltd., Korea
24 Electrical Heat Tracing a Thermopads Pvt. Ltd., Mumbai Inida
b Raychem / Lloyds
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 120/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
261
c Thermon
d Xicon
25
Paging and Intercom
System a GAI-TRONICS S.r.l. Italy26 Lighting Transformer a Unelecta Taiwan27 i. Explosion Proof Control
Stations-
ii. Industrial type plug and sockets
a Govan Industries (I) Pvt. Ltd., Mumbai Indian
(Note:- b to j for Explosion Proof Control Stations Only)
b
Baliga
c FCG Flame Proof Control Gears Pvt. Ltd.,Mumbai
Indiad Ex-protecta
e Flexpro f Sudhir Switchgear
g Flameproof Equipments Pvt. Ltd
h Crouse Hinds Australiai Sthal Germany j CEAG-FCG India
28 Submarine Cable a EXSYM Corporation Japan
29 HV MOTORS -(Ex e/ Ex n) a Lawrence Scott Electro Motors
b Fuji Japan
c Loher Germany
d Parson Peebles UK
e BHEL India
f Siemens
g Crompton Greaves Ltd
h KEC
i ASI Robicon Italy
30 TELEPHONE SYSTEM a Tata Telecom India
b Siemens
c Federal Signal
31 RADIO SYSTEM a Southern Avionics Company
b S P Radio
c Park Electronics Ltd.
d Amplidan
e Scanti
f Saracom
g Jotron
h Pace
i Sailor
j Electronics Manne
32 a Baliga Lighting Equipment Ltd.HAZARDOUS AREA LIGHTING PANEL b FCG Flame Proof Control Gears Pvt. Ltd.,Mumbai India
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 121/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
262
(FLAMEPROOF) c Flexpro Electrical Pvt. Ltd.
d Flameproof Equipments Pvt. Ltd
e FCG Power Industries
f Sudhir Switchgears
33 a FCG Flame Proof Control Gears Pvt. Ltd.,Mumbai India
b Flameproof Equipments Pvt. Ltd.WELDING RECEPTACLES & CONVENIENCE OUTLETS (FLAMEPROOF) c Sudhir Switchgears
d Appleton, USA
e Legerand ATX, France
VI Pipeline
1
Linepipe (NACE & Non-
NACE)-(API Monogram) a
Sumitomo Corporation (Trader)
Japan
b Tenaris Dalmine (Earlier known as Dalmine, Italy) Italia
c
Mannesmannrohren-werke AG (Earlier known as
Mannesmann, Germany) Germany
d NKK Corporation Japan
e Nippon Steel Corporation Japan
f Marubeni (Trader) Japan
g Mitsui (Trader) Japan
h Itochu (Trader) Japan
i Thhyssen Germany
j Vallourec & Mannesmann Tubes
k Tenaris Tamsa Mexico
l Mittal Steel Roma S.A.(Seamless Pipes Only) Romania
m Jindal Saw Ltd.,Delhi (SAW Pipes) India
n M/s Man Industries (India) Ltd.(for NON-NACE as per ONGC specification no. 2020C Rev.0) India
2 Riser Bend-(API Monogram) a
Fabricom GTI (Earlier known as Fabricam, Belgium) Belgium
b Dai-ichi High Frequency Co. Ltd. Japan
c Tenaris Dalmine Japan
d PSL India
e Sung Jin Machinery Co. Ltd S. Koreaf Igawara Industrial service and Trading Pte. Ltd Singapore
g Proclad Induction Bending UK h Jindal Saw Ltd.,Delhi (LR Bends only) India
3 a Bredero Price SharjahConcrete & Anti-corrosion Coating b NPCC Abu Dhabi
c PSL India
d Saw Pipes, Delhi, India Saw Pipes, Delhi India
4 Monel Plate a
Thyssen KruppVDM (Earlier known as VDM, Krupp,Germany)
Germany
b Mitsubshi (Trader) Japan
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 122/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
263
c
Special Metals Wiggin Ltd (Earlier known as Inco Alloys, UK)
UK
5 Flexible Linepipe a Well Stream
UK b NKT Denmark
c Technip Coflexip Oceania Australia
6
Sub Sea Flanges for Sour
Services (Spec No. 2024B Rev.0) and non sour services (Spec no. 2024A
Rev.0) a M/s Chaudhry Hammer Works Ltd, India
VII Structural Items
1 Rubber Fenders a Industrial Rubber Moulders, Ahmedabad India
b Crux Products Ltd UK
c
Regal Marine Products, Offshore Kinematics Inc,
Texas USA 2 Grout Seal a Industrial Rubber Moulders, Ahmedabad India
b Crux Products Ltd UK
c
Regal Marine Products, Offshore Kinematics Inc,Texas USA
3 Diaphragm Closure a Industrial Rubber Moulders, Ahmedabad India
b Crux Products Ltd UK
c
Regal Marine Products, Offshore Kinematics Inc,Texas USA
4 Marine Growth Preventer (MGP) a
IEV Malaysia
5
Structural Tubular
(Rolling) Saw Pipes a M/s.Lalit Profile & Steel Ind. Ltd., Navi Mumbai India6 Marine Paints (Protective
coating) for offshore structure
a M/s. Chugoku Marine Paints (S) Pte Ltd. Singapore
VII I ARCHITECTURAL ITEMS
1 a Specialist Services DubaiExternal Fire Proofing H rated b Booth Engineering Ltd. UK
c Van Dam Netherlands
d Mandozal Coatings Co. Ltd. UK
e Pyrocrele Inc. CDC Crete Ltd., Chennai India
f Chartek IV, Ms Textron Speciality Material USA
g Thermolag 2000, M/s Thermal Science Inc UK 2 a Specialist Services DubaiExternal Fire Proofing A
Rated b Booth Engineering Ltd. UK
c Van Dam Netherlands
d Mech Tools Engineering UK
3 a Specialist Services DubaiInternal Fire Wall A rated & B rated b Booth Engineering Ltd. UK
c Van Dam Netherlands
d Mech Tools Engineering UK
e IMAC Sweden
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 123/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
264
f BD System UK
g BU-II Industries SouthKorea
h Shinsung Engg.SouthKorea
4 a Specialist Services Dubai(UAE)
Pre Fabricated Toilet System
b Flush Metal partition Corporation UK
c BU-II Industries SouthKorea
d Norac AS Norway
e Shinsung Engg.& Archi Co Ld. Korea
5 B-15 Suspended Ceiling a TNF ceiling Denmark
b BU-II Industries SouthKorea
c Shinsung Engg.SouthKorea
d BD System UK
e IMAC Sweden
f USG Ceiling, New Delhi India
6 Floor Screed / Underlay a Duirastic Ltd. UK
b Texmar Sweden
c Deahyup Korea
7 Vinyl Tiles a Marley Floors Kent
b Armstrong USA
c LG Chemicals SouthKorea
8 Ceramic Tiles a Pilkington USA
b Woomi Ceramics
SouthKorea
c Armstrong USA
d Marley Floors Kent
9 Access Floor System a DONN Access Floor, New Delhi India
b Kwan SU
SouthKorea
c Propa Floor UK
d Tate Floor USA
e Gamma Industries France
f Van Dam Netherlands
10 Fire Retardant Carpet a Tivoli Burmatex UK
11 Fire Retardant External Coating a Liquid Plastic Ltd. UK
12 H-60 & A-60 Door a Specialist Services Dubai
b Booth Engineering Ltd. UK
c Van Dam Netherlands
d Sung Mi Geun Cheul Korea
13 B-15 Door a Specialist Services Dubai
b Booth Engineering Ltd. UK
c Van Dam Netherlands
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 124/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
265
d Mech Tools Engineering UK
e IMAC Sweden
f BD System Uk
g BU-II Industries SouthKorea
h Shinsung Engg. Korea
i Sung Mi Geun Cheul Korea
14 A-60 Window a Samgong Co Ltd Korea
b Nordam A/S Norway
c Jung Gong Co. Korea
15 A-0 Rolling Shutter a Bolton Brady Scotland Ltd. Scotland
b Atlas Door
16 Insulation a Lloyd Insulation (I) Ltd., New Delhi India
b Rockwool A/S Denmark
c Keumkang Chemicals Korea
17 Kitchen Equipment a Qualty Marketing Co USA
b Hobart Manufacturing Co Ltd, London UK
c Kan Li Far east Pvt. Ltd. Singapore
18 Plumbing Fittings a Daelim Trading Co.
SouthKorea
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 125/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
266
APPENDIX-B-1
PROFORMA OF ACKNOWLEDGEMENT LETTER
FOR RECEIPT OF BIDDING DOCUMENTS
Date:
To
Oil and Natural Gas Corporation Limited4th floor, 11 High Bldg.,Bandra Sion Link Road,Sion(W),Mumbai - 400 017
Attn: GM (MM)
Sub: ONGC TENDER NO: MR/OW/MM/B-193/07/2007
Dear Sir,
We hereby acknowledge receipt of a complete set of "Bidding Documents for B-197 field development Project" oONGC, India for our use in preparing Tender.
We have noted the closing date of receipt of Tender in Mumbai, India as 10.10.2007 for the Tender undereference.
We guarantee that the contents of the above Bidding Documents shall be kept confidential within our organizationand 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 purposeintended by their publication.
Yours faithfully,
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 126/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
267
APPENDIX B - 2
PROFORMA FOR LETTER OF AUTHORITY
Dated:
To,
Oil and Natural Gas Corporation Limited4th floor, 11 High Bldg.,Bandra Sion Link Road,Sion(W),Mumbai - 400 017India
Attn: GM (MM )
Dear Sir,
Sub: ONGC TENDER NO.: MR/OW/MM/B-193/07/2007
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 oubehalf with you against your Tender Invitation No. MR/OW/MM/B-193/07/2007 for Survey, Design, Engineering, Procurement, Fabrication, Anti Corrosion and Weight Coating, Load out, Tie-down/Sea fastening, Tow-out/Saiout, Transportation, Installation, Hook-up, Testing, Pre-commissioning, Startup and Commissioning (whereveapplicable) of entire facilities of B-193 field development 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 competentand having the power of attorney (power of attorney shall be annexed) to bind such Bidder. If signed by aConsortium, it should be signed for each member of the Consortium by persons competent and having the power ofattorney (Power of attorney shall be annexed) to bind such member of the Consortium.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 127/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
268
APPENDIX -B-3PROFORMA FOR PERFORMANCE GUARANTEE LETTER
REF NO._________ BANK GUARANTEE NO. _____________ DATED __________
To,Oil and Natural Gas Corporation Limited4th 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 havingits registered office at Jeevan Bharati, Tower-II, 124 Indira Chowk, New Delhi - 110 001, India and one of itsoffices at 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion (W), Mumbai - 400 017 (hereinafter referredto as "Company" which expression shall unless repugnant to the context or meaning thereof includes all itssuccessors, administrators, executors and assigns) having entered into a Contract No. ............. dated............. (hereinafter called "The Contract" which expression shall include all the amendments thereto) withM/s ............... having its registered/head office at ..............(hereinafter referred to as "The Contractowhich 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 toCompany a performance guarantee for Indian Rupees/US$ ...........for the faithful performance of the entireContract.
2. We.................. (name of the Bank) registered under the laws of ............... (name of the country) havinghead/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 andpermitted assigns) do hereby guarantee and undertake to pay immediately on first demand in writing andany/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/orwithout any reference to the Contractor. Any such demand made by Company on the Bank by serving awritten notice shall be conclusive and binding, without any proof, on the bank as regards the amount dueand payable, notwithstanding any dispute(s) pending before any Court, Tribunal, Arbitrator or any otherauthority and/or any other matter or things whatsoever, as liability under these presents being absoluteand unequivocal. We agree that the guarantee herein contained shall be irrevocable. This guarantee shalnot be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of theContractor 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 Bankas a principal debtor, in the first instance, without proceeding against the Contractor and notwithstandingany security or other guarantee that Company may have in relation to the Contractor's liabilities.
4. The Bank further agree that Company shall have the fullest liberty without our consent and without affectingin any manner our obligations hereunder to vary any of the terms and conditions of the said Contract or toextend time of performance by the said Contractor(s) from time to time or to postpone for any time or fromtime to time exercise of any of the powers vested in Company against the said Contractor(s) and to forebeaor enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 128/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
269
our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for anyforbearance, act or omission on the part of Company or any indulgence by Company to the saidContractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but fo
this provision, have effect of so relieving us.
5. The Bank further agree that the Guarantee herein contained shall remain in full force during the period thais taken for the performance of the Contract and all dues of Company under or by virtue of this Contracthave been fully paid and its claim satisfied or discharged or till Company discharges this guarantee inwriting, whichever is earlier or until the date of expiry of the claim period specified in para 9 of this BankGuarantee, whichever shall first occur.
6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of Company othat of the Contractor.
7. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the countryof issue.
8. The Bank also agree that this guarantee shall be governed and construed in accordance with Indian Lawsand 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 IndianRs./US$..........(in figures) (Indian Rupees/US Dollars .............) (in words) and our guarantee shall remain inforce until ................. (indicate the date of expiry of bank guarantee).
Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no suchclaim has been received by us by the said date, the rights of Company under this Guarantee will ceaseHowever, if such a claim has been received by us within the said date, all the rights of Company under thisGuarantee shall be valid and shall not cease until we have satisfied that claim.
In witness whereon, the Bank through its authorised officer has set its hand and stamp on this......... dayof....... at.........
........................(SIGNATURE
Full name, designation and official addres(in legible letters) with Bank Stamp
Attorney as per power of Attorney No...... Date..........
WITNESS NO.1.............................
(SIGNATURE)Full name and official address (in legible letters)
WITNESS NO.2..........................(SIGNATURE)Full name and official address (in legible letters)
Note: This bank guarantee/all further communications relating to this bank guarantee should be `forwarded toHead MM-ES (Offshore), ONGC, 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400017 (India).
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 129/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
270
INSTRUCTIONS FOR FURNISHING PERFORMANCE GUARANTEE
1. The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per stamp duty
applicable at the place where the tender has emanated. The non-judicial stamp paper should be in name ofthe issuing bank.
2. Foreign parties are requested to execute bank guarantee as per law in their country.
3. Foreign bidders will give guarantee either in the currency of the quotation or US$ (US Dollars). IndianRs./US$ have been mentioned only for illustration. Therefore, in case where bank guarantee is being givenin 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 60 days to the warranty period.
5. The Bank Guarantee by Indian contractor will be given from nationalized/scheduled banks only. The foreigncontractor 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 incontractor’s country or in India . If any foreign contractor desires to furnish bank guarantee from a bankother than those banks included in the list of foreign banks or Indian scheduled bank, such contractor shouldfurnish collateral security/guarantee/ confirmation from any of the banks in the Appendix A-8 or Indiannationalized/Scheduled bank.
6. This bank guarantee/ all further communication relating to the bank guarantee should be forwarded to HeadMM-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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 130/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
271
APPENDIX B-4
PROFORMA FOR FORM OF AGREEMENT.
THIS AGREEMENT entered into this --------- day of -------- Two thousand -------- between Oil and Natural GasCorporation 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 floor11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400 017 (herein after referred to as `Companywhich 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 registeredoffice at ------------------ (hereinafter referred to as `Contractor' which expression shall include its legal successorsand 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, Towout/Sail out, Transportation, Installation, Hook-up, Testing, Pre-commissioning, Startup and Commissioning of entirefacilities of B-193 field development Project. (hereinafter referred to as the `Work' or `Works' and moreparticularly defined in Clause 1.1.38 of General Conditions of the Contract) on turnkey basis at its B & S Asset inWest of Bassien field offshore 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, ProcurementFabrication, Load-out, Tie-down / Sea-fastening, Tow-out / Sail-out, Transportation, Installation, modifications atexisting facilities, Hook-up, Testing, Pre-Commissioning, start up and Commissioning (wherever applicable) of entirefacilities under B-193 field development Project.
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 Workand had submitted his offer as per Company's Bidding Documents in response to the above said Tender enquiry othe Company vide the Contractor's offer dated -------------.
AND WHEREAS Pursuant to the above and the discussions conducted with the Contractor, the Company has awardedto the Contractor the Contract for the said Work by its NOA dated ----------------- which is the effective date ofcommencement of this Contract and on the terms and conditions as agreed to by the two parties as of the said dateof 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 inGeneral Condition of Contract.
b) The following documents annexed herewith shall be taken as mutually explanatory of one another and shabe deemed to form and be read and construed as integral parts of this Contract and in case of anydiscrepancy, conflict, dispute they shall be referred to in the order of priority as cited below:
1. Agreement
2. Annexure 'A' General Conditions of Contract.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 131/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
272
3. Annexure 'B' Bidding Documents comprising of Part-IV including Addenda / other documents issued byCompany, subsequent correspondences exchanged between the Company and the Contractor whichhave been agreed to by the Company and the Contractor and Sections cited in the order of priority :
i) Scope of the Works & Design Criteriaii) Specifications/ data Sheetsiii) 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, thenDesign Criteria.
4. Annexure 'C' Contract price schedule and Rental Rate Schedule.
5. Annexure 'D' Construction schedule/Project Key Dates.
6. Annexure 'E' Milestone payment formula
7. Annexure 'F' Integrity Pact
c) The Contract constitutes the entire Agreement between the Company and the Contractor, with respect tothe subject matter of the Contract and supersedes all communication, negotiations and Agreement (whetherwritten 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 withprovisions of the Contract and in consideration of the carrying out and completion of the Works by theContractor, the Company hereby covenants to pay the amounts at the times and in the manner describedhereinafter.
IN WITNESS WHEREOF the parties here to have hereunto set their respective hands in Mumbai, the day and yearfirst 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)
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 132/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
273
APPENDIX B5
PROFORMA FOR WORK EXPERIENCE
AWARD COMPLETION DATESNAMEOF THEPROJE
CT
CLIENT
NO. OFPLATFORMSETC.
(indicate majorfacilitie
s)
APPR OX.
VALUE
ENGINEERING/PROCUREMENT/
FABRICATION/ ANTICORROSION ANDWEIGHT COATING /OFFSHORE WELL
PLATFORMINSTALLATION/
PIPELINE LAYING/PLATFORM
MODIFICATION/HOOK-UP/ TESTING/PRE-
COMMISSIONING/START-UP/
COMMISSIONING/SBM & PLEM
CONTRA CTUAL
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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 133/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
274
APPENDIX B6
DIVISION OF SCOPE OF WORK AND LOCATION OF WORK CENTRE
Sl.No.
Component Survey(Pre-engineering, Pre-construction,post –constuction)
Design /Engg.
Procure-ment
Fabrication
LoadOut
Transport-ation
Installation
Hookup,Testing,Pre-Commissioning
Commissioning
1.
PlatformDeck & Topside Facilities
2.
Jacket & Piles
3.
ModificationWorks
4.
Sub marinepipelines(Rigid)
5 Turbinegenerator
6
.
PLEM
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-upconsultant.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 134/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
275
APPENDIX-B-7
PROFORMA FOR BANK GUARANTEE FOR BID SECURITY
REF. NO........ BANK GUARANTEE NO.......... DATED...........
To,Oil and Natural Gas Corporation Limited4th floor, 11 High Bldg.,Bandra Sion Link Road,Sion (W), Mumbai - 400 017 (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 officesat 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 itssuccessors, administrators, executors and assigns) has floated a Tender No. ........................ and M/s........ having Head/Registered Office at ......... (hereinafter called the "Tenderer" which expression shallunless repugnant to the context or meaning thereof mean and include all its successors, administratorsand executors) have submitted a bid reference No......... and tenderer having agreed to furnish as acondition 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 dueperformance of tenderer's obligations as contained in the terms of the Invitation for Bids (IFB) and otherterms and conditions contained in the Bidding Documents supplied by Company which amount is liable tobe 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) havinghead/registered office at ................. (hereinafter referred to as "The Bank" which expression shall, unlessrepugnant to the context meaning thereof, include all its successors, administrators, executors andpermitted assigns) guarantee and undertake to pay immediately on receipt of your first demand byCompany, upto the maximum aggregate amount of Indian Rs. / US$ ..........(in figures) (IndianRupees/US Dollars ......... ) (in words) at any time without any demur and recourse, and without Companyhaving to substantiate the demand. Any such demand made by Company shall be conclusive andbinding 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 countryof issue.
4. The Bank also agree that this guarantee shall be irrevocable and governed and construed in accordancewith Indian Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where tendershave been invited.
5. This guarantee shall be irrevocable and shall remain in force upto ............ which includes THIRTY daysafter the period of bid validity and any demand in respect thereof should reach the Bank not later than theaforesaid date.
6. . Notwithstanding anything contained herein above, our liability under this Guarantee is limited to IndianRs./US$ .......... (in figures) (Indian Rupees/US Dollars .............) (in words) and our guarantee shallremain in force until ................. (indicate the date of expiry of bank guarantee).
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 135/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
276
Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If nosuch 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 underthis 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 ......... dayof ....... 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 guarantee should be forwarded toHead MM-ES(Offshore), ONGC, 4th floor, 11 High Bldg., Bandra Sion Link Road, Sion(W), Mumbai - 400017 (India).
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 136/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
277
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 nameof 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 incurrency 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 foreignbidders 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 situatedin 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 inthe list, such bidder should furnish collateral security/guarantee/confirmation from any of the aboveforeign 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 137/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
278
APPENDIX B-8
AGREEMENT
No.---------- Date----------
ToOil 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 numberof days) from the last date for the receipt of Bids stated in the IFB and the making of the Tender shall be regardedas an unconditional and absolute acceptance of this condition of the IFB. They further agree that the Contractconsisting of the above condition of IFB as the offer and the submission of Tender as the Acceptance shall beseparate and distinct from the Contract which will come into existence when Tender is finally accepted by theCompany. The consideration for this separate initial Contract preceding the main Contract is that the Company isnot agreeable to sell the IFB to the Tenderer and to consider the Tender to be made except on the condition thatthe Tender shall be kept open for 90 days after the last date fixed for the receipt of the Tender and the Tendererdesires 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 openfor the required period. These reciprocal promises form the consideration for this separate initial Contract betweenthe parties.
If Tenderer fails to honour the above terms and conditions, the Company shall have unqualified, absolute andunfettered 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).
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 138/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
279
APPENDIX B-9
CERTIFICATE OF SUBMISSION OF TECHNO-CONTRACTUAL COMPLAINT BID
BIDDER CONFIRMS THAT ALL THE TECHNICAL & CONTRACTUAL DOUBTS / CLARIFICATIONS WITH REGARDSTO 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/B-193/07/2007 WITH NO EXCEPTION / DEVIATIONS WHATSOEVER HAS BEEN SUBMITTED.IN CASE ONGC FINDS THAT BIDDER HAS TAKEN ANY DEVIATION/ EXCEPTION TO ONGC’s BIDDINGDOCUMENTS 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 BIDSHALL BE SUMMARILY REJECTED.
Signature of Authorised Signatory
(Name)
Seal of the Bidder
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 139/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
280
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. ___________ (ParenCompany’s particulars) hereinafter referred to as “Parent Company” on the other part, whereas M/s. Oil & NaturaGas 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 anddesires to have a financial and technical support of M/s. ________________(Parent Company) and whereas ParentCompany represents that they have gone through and understood the requirements of subject tender and arecapable and committed to provide the services as required by the bidder for successful execution of the contract, iawarded 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 thetender 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 andexpertise, expert manpower and procurement assistance and project management to support the bidder todischarge its obligations as per the Scope of work of the tender / Contract for which offer has been made bythe 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 til
satisfactory performance of the contract in the event the contract is awarded by ONGC to the bidder4. It is further agreed that for the performance of work during contract period bidder and Parent Company shalbe 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 byONGC.
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)
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 140/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
281
APPENDIX B-11
PARENT COMPANY GUARANTEE
DEED OF GUARANTEE
THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s ………………………… (mention completename) a company duly organized and existing under the laws of …………………. (insert jurisdiction/country), havingits Registered Office at ……………………………………… hereinafter called “the Guarantor” which expression shall, unlessexcluded by or repugnant to the subject or context thereof, be deemed to include its successors and permittedassigns.
WHEREAS
M/s Oil & Natural Gas Corporation Limited, a company duly registered under the Companies Act 1956, having itsRegistered Office at 8th floor, Jeevan Bharti, Tower-II, 124, Indira Chowk (Connaught Circus), New Delhi, India, andhaving 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 successorand 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) hereinaftecalled “the Company” which expression shall, unless excluded by or repugnant to the subject or context thereof, bedeemed to include its successor and permitted assigns, *a wholly owned subsidiary of the Guarantor, have, inresponse to the above mentioned tender invited by the Corporation, submitted their bid number …………………… tothe Corporation with one of the condition that the Company shall arrange a guarantee from its parent companyguaranteeing due and satisfactory performance of the work covered under the said tender including any changetherein 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 tendeand are capable of and committed to provide technical, financial and such other supports as may be required by theCompany for successful execution of the same.
The Company and the Guarantor have entered into an agreement dated …….. as per which the Guarantor shall beproviding technical, financial and such other supports as may be necessary for performance of the work relating tothe said tender.
Accordingly, at the request of the Company and in consideration of and as a requirement for the Corporation toenter into agreement(s) with the Company, the Guarantor hereby agrees to give this guarantee and undertakes asfollows:
1. The Guarantor (Parent Company) unconditionally agrees that in case of non-performance by the Company o
any of its obligations in any respect, the Guarantor shall, immediately on receipt of notice of demand by theCorporation, take up the job without any demur or objection, in continuation and without loss of time andwithout any cost to the Corporation and duly perform the obligations of the Company to the satisfaction othe Corporation. In case the Guarantor also fails to discharge its obligations herein and complete the jobsatisfactorily, the Corporation shall have absolute rights for effecting the execution of the job from any otheperson at the risks and costs of the Guarantor. The Guarantor also undertakes to make good any loss thatmay be caused to the Corporation for non-performance or unsatisfactory performance by the Guarantor othe Company of any of their obligations.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 141/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
282
2. The Guarantor agrees that the Guarantee herein contained shall remain valid and enforceable till thesatisfactory execution and completion of the work (including discharge of the warranty obligations) awardedto the Company.
3. The Guarantor shall be jointly with the Company as also severally responsible for satisfactory performance othe 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 betweenthe 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 theCompany’s non-performance as per point 1 hereinabove, exceed that of the Company under the mutuallyagreed contract awarded to the Company. This will, however, be in addition to the forfeiture of thePerformance Guarantee furnished by the Company.
5. The Guarantor represents that this Guarantee has been issued after due observance of the appropriate lawsin 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 actsand things necessary or desirable in connection therewith or for the due performance of the Guarantor’sobligations hereunder.
6. The Guarantor also agrees that this Guarantee shall be governed and construed in accordance with the lawsin 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 undueinfluence or coercion from any person and that the Guarantor has full understood the implications of thesame.
8. The Guarantor represents and confirms that the Guarantor has the legal capacity, power and authority toissue this Guarantee and that giving of this Guarantee and the performance and observations of theobligations 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 142/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
283
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 B-193 FieldDevelopment Project. The Principal values full compliance with all relevant laws and regulations, and theprinciples 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-GovernmentaOrganisation “Transparency International” (TI). Following TI’s national and international experience, the Principal wilappoint an external independent Monitor who will monitor the tender process and the execution of the contract focompliance 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 thefollowing principles:-
1. No employee of the Principal, personally or through family members, will in connection with the tendefor , or the execution of a contract, demand, take a promise for or accept, for him/herself or thirdperson, 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 inparticular, before and during the tender process, provide to all Bidders the same information and will notprovide to any Bidder confidential / additional information through which the Bidder could obtain anadvantage in relation to the tender process or the contract execution.
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 underthe relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principa
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 commitshimself to observe the following principles during his participation in the tender process and during thecontract execution.
1. The Bidder / Contractor will not, directly or through any other person or firm, offer, promise or give toany of the Principal’s employees involved in the tender process or the execution of the contract or to anythird person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 143/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
284
in exchange any advantage of any kind whatsoever during the tender process or during the execution othe contract.
2. The Bidder / Contractor will not enter with other Bidders into any undisclosed agreement o
understanding, whether formal or informal. This applies in particular to prices, specificationscertifications, subsidiary contracts, submission or non-submission of bids or any other actions to restriccompetitiveness 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, opass on to others, any information or document provided by the Principal as part of the businessrelationship, regarding plans, technical proposals and business details, including information contained otransmitted electronically.
4. The Bidder / Contractor will, when presenting his bid, disclose any and all payments he has made, icommitted to or intends to make to agents, brokers or any other intermediaries in connection with theaward of the contract.
(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 otheform such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Biddefrom 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 hisreliability or credibility into question, the Principal is entitled also to exclude the Bidder / Contractor fromfuture contract award processes. The imposition and duration of the exclusion will be determined by theseverity of the transgression. The severity will be deter mined by the circumstances of the case, in particulathe number of transgressions, the position of the transgressors within the company hierarchy of the Bidderand the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of3 years.
(2) The Bidder accepts and undertakes to respect and uphold the Principal’s absolute right to resort to andimpose such exclusion and further accepts and undertakes not to challenge or question such exclusion onany ground, including the lack of any hearing before the decision to resort to such exclusion is taken. Thisundertaking 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 hasinstalled 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 ispossible.
Section 4 – Compensation for Damages
(1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 % othe value of the offer or the amount equivalent to Earnest Money Deposit / Bid Security , whichever ishigher.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminatethe contract according to Section 3, the Principal shall be entitled to demand and recover from theContractor liquidated damages equivalent to 5 % of the contract value or the amount equivalent to SecurityDeposit / Performance Bank Guarantee, whichever is higher.
(3) The bidder agrees and undertakes to pay the said amounts without protest or demur subject only tocondition that if the Bidder / Contractor can prove and establish that the exclusion of the Bidder from the
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 144/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
285
tender process or the termination of the contract after the contract award has caused no damage or lessdamage than the amount of the liquidated damages, the Bidder / Contractor shall compensate the Principaonly 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 inany 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 orthe 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 withthis 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, Contractorsand Subcontractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate itsprovisions.
Section 7 – Criminal charges against violating Bidders / Contractors / Subcontractors
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or arepresentative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if thePrincipal 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 thecontract)
(to be decided by the Chairperson of the Principal)
(1) The Principal appoints competent and credible external independent Monitor for this Pact. The task othe Monitor is to review independently and objectively, whether and to what extent the parties complywith the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs hisfunctions 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 Projectdocumentation of the Principal including that provided by the Contractor. The Contractor will also granthe Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditionaaccess to his project documentation. The same is applicable to Subcontractors. The Monitor is unde
contractual obligation to treat the information and documents of the Bidder / Contractor / Subcontractowith 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 betweenthe Principal and the Contractor. The parties offer to the Monitor the option to participate in suchmeetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform theManagement of the Principal and request the Management to discontinue or heal the violation, or totake other relevant action. The monitor can in this regard submit non-binding recommendations. Beyondthis, the Monitor has no right to demand from the parties that they act in a specific manner, refrain fromaction or tolerate action.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 145/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
286
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10weeks from the date of reference or intimation to him by the ‘Principal’ and, should the occasion arisesubmit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to / provided to OutsideExpert Committee members / Chairman as prevailing with Principal.
(8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offenceunder relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable timetaken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitomay 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 lastpayment 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 lapseof 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 thePrincipal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements havenot been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners oconsortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreemenremains 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 : ---------------------------
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 146/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
287
Appendix-B-13
Certificate of Compliance of meeting Turnover/Solvency Criteria
Bidder hereby submits ‘Certificate of Compliance’ to the effect that the turnover of the bidder is equal to
or more than the required value as applicable as per para A-3 – Financial Criteria of BEC.
OR
Bidder hereby submits Certificate of Compliance to the effect that the Solvency limit specified in the
Solvency Certificate is equal to or more than required value as applicable as per para A-3 Financia
Criteria of BEC.
Signature of Authorised Signatory
Name of Signatory :
Seal of the Bidder
Note : Bidder is required to submit Certificate of Compliance for either meeting the turnover criteria orSolvency limit, as per BEC.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 147/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
288
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 kepavailable on board)
5.2 Are SOP's posted at the job location?
5.3 Are SOP's reviewed to determine effectiveness?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 148/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
289
5.4 Are work permits enforced for:- 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 oaccidents 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 personsIs 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?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 149/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
290
1.2 Are efficient arrangements for signaling or communicating between the operator of the lifting appliancesand persons at the loading or unloading points provided and maintained?
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 themaximum 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, afte
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 gauntletsand 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?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 150/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
291
1.2 Is the fire alarm system in good condition?
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 noiseareas?
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 oiand gas installations/pipelines
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 151/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
292
1 Protection against release of hydrocarbon
1.1 Are gas detectors installed at location governed by the following rules:
- 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 fosafety and implementation of safety procedures.
6. Information on emergency organisation namely, contingency plan, command, alarm system, evacuationand rescue procedures.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 152/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
293
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 hisduties
9. Person in direct charge of the work at the time of the accident
Name: Designation:
10. Brief but complete account of the causes/ circumstancessurrounding the accident
11. Was the accident due to anybody’s fault?
12. If so, the name and the designation of the person(s) at faultwith 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 orderexpressly framed for the purpose of accruing the safetyor workman, or
iii) the willful removal or disregard by the workman of anysafety guard or otherwise which he know to have beenprovided for the purpose of securing the safety of workman
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 153/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
294
14. Name and designation of the persons who were present onthe 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-Chargeat the time of the accident
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 154/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
295
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 controllinginternal 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 HAZOPwherever 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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 155/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
296
1. Whether all Gas detectors are in working condition? Check randomly 20% in different areas.
2. Whether all UV/ IR detectors are in working condition? Check randomly 20% in differentareas.
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 whenused.
7. Whether adequate numbers of DCP skids provided? Check pressure in the actuating andpressurising cylinders.
8. Whether adequate numbers of Halon (or any other equivalent system like FM-200) cylindersprovided 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 overinstallation? Check service date, nozzle, pin and accessibility.
10. Are Fire alarms, ESD and FSD switches etc adequate and in working condition? Whether ESDand FSD switches are pull knob type? Whether switch are distinctly painted in black and redcolours.
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 shownin 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 easilyaccessible 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 RP2D?
2 Is the correct load rating chart for the crane configuration at the primary control station inaccordance with API RP 2D?
3 Are the written reports on load tests prepared by a qualified crane inspector showing load testprocedures and results when load tests are required in accordance with API RD 2D?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 156/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
297
4 Is there a fire extinguisher of appropriate size and type kept in the cab or vicinity of the cranein accordance with API RP 2D?
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 reportsavailable?
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 allobstructions and route is distinctly painted and is clearly identifiable?
2. Whether “escape route” directional boards are adequately posted on the decks? Are theescape 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 waysclear?
5. Whether layout drawing showing location of life rafts, life buoys, escape ladders, scramblenets, helicopter rescue kits, first aid box, stretcher and other LSA available? Where are thesedisplayed? 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 boardposted nearby?
7. Whether all the life buoy rings are available and 50% of the Life Buoys are with self-ignitinglights? 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 inweatherproof 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 tiedto 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? Whethermedicines/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 thearea? Check it’s functioning and whether sufficient water pressure is available? Any other substandard (unsafe) condition:
7. Operating Procedure1. 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?b) Normal operations?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 157/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
298
c) Normal Shutdown?d) Emergency shutdown including the conditions under which emergency shutdown is
required?
e) Internal corrosion controlf) Product quality control including dehydrationg) Fire and Gas detection and mitigating facilities.
3. Do the operating procedures include operating limits that outline consequences of process deviationand 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 review1. 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 tocontrol 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 heightf) 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 havebeen 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 logicprovided.
7 Whether test separator level switches are on-line and functional? Simulate signal and check forother actins as per logic provided.
8 Check opening and closing of shutdown valves on mainline, gas lift lines, test separator and fuelgas skid.
9 Are all the vessels, driers, coolers etc. of the instrument gas skid lined up to supply good qualityinstrument gas?
10 Check PSV on test separator and other lines are lined up. Random checks for popping of PSV and
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 158/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
299
inspect test records.11 Check hydraulic oil in the main SDP12 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 fromthe independent tappings? Any other substandard (unsafe) condition?
11. Training1. Is the Training Manual available?2. What are the new systems (different from the existing systems) in the B-193 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 asspecified in the operating procedures?
4. Is there a system of certifying in writing that the employee has understood thetraining?
5. Are initial and refresher training records available? What is the periodicity of refreshertraining?
6. Where applicable is documentation available for training as per the statutoryrequirement?
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 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 159/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
300
14. Personal Protective Equipment1. 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 EnvironmentManagement 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 Safety1. 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?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 Keeping1. 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?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 160/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
301
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 demarcatedby 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 theinfirmary sufficiently qualified to handle emergencies?
3. Is the condition of gratings, railings and chequered plates okay? Whether all handrails, gratingsfor treads on stair case (from cellar deck to spider deck), spider deck & boat landing are of prescribed material? Is the paint condition 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 electricalconnections 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?
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 161/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
302
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:
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 162/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
303
APPENDIX-C-4
PROFORMA FOR CERTIFICATE OF APPROVAL
1. Name of the Client : Oil & Natural Gas Corporation Limited
2. Name of the Project : B-193 field development Project
3. Scope of the Project : The scope of work for the tender shall include in general but not limited to Surveys(pre-engineering, pre-construction/pre-installation and post-installation) DesignEngineering, Procurement, Fabrication, Anticorrosion & Weight coating (in case ofRigid pipeline), Load out, Tie down / Sea fastening Tow-out/Sail-outTransportation, Installation, Hook-up, Installation of submarine pipeline, andModifications on existing facilities, Testing, Pre-commissioning, Commissioning(wherever applicable) of entire facilities as described in the bidding documents forthe following facilities:
One process and well platform B-193-A (6 slots) with living quarters on separate jacket
Five unmanned well-platformso B-172-A (4 slots)o B-178-A (4 slots)o B-179-A (3 slots)o B-28A-A (3 slots)o B-23A-A (4 slots)
SUBMARINE PIPELINES TOTAL 109 Kmo 12” x 15 km from B-178-A to B-193-A for oilo 8” x 6 km from B-179-A to B-178-A o 12” x 6 km from B-172-A to B-178-A o 10” x 15 km from B-28A-A to B-193-A o 12” x 22 km from B-23A-A to B-193-A with lateral near B-28A platform for
gaso 16” x 25.50 km from B-193-A to BPB platform for gaso 12” x 19.50 km from B-193-A to ICP-Heera pipeline tie-in
MODIFICATIONSo At BPB platform and tie-in with ICP Heera trunk line with the available
lateral
4. Location : Bassien & Satellite Field
5. Name of the Contractor :
6. Execution Period :
i. Design :
ii. Fabrication :
iii. Offshore Installation :
iv. Hookup, commissioning :
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 163/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
304
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 withRelease Notes and Category of equipmentto be annexed to this Certificate)
iii. During fabrication :
iv. During installation :
v. During pre-commissiong /comm.. :
11. Recommendations for Operation :& Maintenance & periodical inspectionSchedule for structures, equipment,Pipelines and risers, major safetyEquipment & systems
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 and PLEM havebeen designed, fabricated, installed and commissioned in accordance with the approved ONGC’s specifications andDesign 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) yearsstipulated 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 fromthe 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 :
(Authorized signatory of Inspection & Certification Agency)Seal and Date
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 164/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
305
APPENDIX C-5
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 :
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 165/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
306
APPENDIX-C-6
COMMISSIONING PLAN
In order to minimize loss / damage to equipments during transportation, installation till pre-commissioning / commissioning of B-193 Platform, the following should be included in the firmscope of work:
i. Pre-commissioning activities shall be undertaken along with commissioning.
ii. Suitable protection covers shall be provided for various equipments at fabrication yard
before load-out / sail out. These covers shall be removed prior to commissioning of the
platforms. The list of equipments/instruments to be protected shall be finalized during
detailed engineering. iii. Small valves, fittings, instrument items which are likely to get damaged / pilfered should
be installed offshore at the time of pre-commissioning / commissioning.
iv. Loose material shall not be kept on the platform. The same shall be transported andinstalled during hook-up, pre-commissioning and commissioning of the platform.
v. The contractor shall clean up all chemical and hydrocarbon spillage etc. beforecommencing the work of pre-commissioning / commissioning. It shall be contractor’s soleresponsibility to make all equipments / vessels operative.
vi. Removed protective covers etc. and surplus material, if any, on the platforms shall becleared and suitably transported and disposed off.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 166/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
307
APPENDIX-C-7
PROFORMA FOR CONTRACTOR’S PROGRESS REPORT
WEEKLY REPORT
TECHNICAL PROBLEMS REVIEW REPORT (TPR)
PROJECT :
PLACE OF ISSUE :
WEEK REPORTED :
A) MAJOR TECHNICAL PROBLEMSENCOUNTERED 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
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 167/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
308
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
- TOPSIDE MODIFICATION
- SUBMARINE PIPELINE
- PLEM
- TOTAL
II. PROCUREMENT
- STRUCTURAL
- PIPING
- MECHANICAL EQUIP.
- INSTRUMENTATION/ELECTRICAL
- PROCESS
- UTILITIES
- TOPSIDE MODIFICATION
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 168/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
309
- SUBMARINE PIPELINE
- PLEM
- TOTAL
III. FABRICATION
- JACKET
- PILES
- DECK STRUCTURE
- PIPING
- EQUIPMENT
- TOPSIDE MODIFICATION
- SUBMARINE PIPELINE
- PLEM
- TOTAL
IV. INSTALLATION
- JACKET
- PILES
- DECK STRUCTURE
- PIPING
- EQUIPMENT
- TOPSIDE MODIFICATION
- SUBMARINE PIPELINE
- PLEM
- TOTAL
V. HOOK-UP, TESTING, PRE-COMMISSIONING & COMMISSIONING (WHEREVER APPLICABLE)
- NEW WELL PLATFORMS
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 169/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
310
- TOPSIDE MODIFICATIONS
- SUBMARINE PIPELINES
- PLEM
- TOTAL
B) ACTIVITIES OVER DUE FOR START WITHIN SEVENDAYS 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 PAYMENTSMADE TO DATE ANNEXURES TO THE WEEKLY PROGRESS REPORT
1) DETAILED ITEMWISE PROGRESS BREAK -UP
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 170/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
311
MONTHLY REPORT AND GUIDELINES
MONTHLY PROGRESS REPORT
I. CONTENTS:
A) INTRODUCTION:
SHOULD INDICATE THE BROAD ACTIVITIES OF THE PROJECT DUIRNG THE MONTH REPORTED AND ANYNECESSARY 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 CENTRESOF THE PROJECT COVERING ACTIVITIES SUCH AS DESIGN, ENGINEERING PROCUREMENT, FABRICATIONINSTALLATION, 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 REMEDIALMEASURES.
F) OVERALL PROGRESS STATISTICS:
INDICATING WEIGHTED VALUES OF ACTIVITIES, THEIR SCHEDULED PROGRESS COMPARED WITH ACTUALPROGRESS, 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 DATELAST ALLOWABLE DATE
ANTICIPATED DATE
REMARKS
II. ANNEXURES:
1. PROJECT PROGRESS TRENDS:
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 171/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
312
SHOULD INCLUDE:
PROJECT MILESTONE CHART
DETAILED PROGRESS ACTIVITY, PROGRESS/CURVES (SEPARATELY FOR EACH ACTIVITY, SUCH ASDETAILED 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
DISTRIBUTIONONGC/CERTIFICATION AGENCY – REPS. AT SITE. A) HOOK-UP STATUS
SL.
NO.
UNIT TOTAL WEEKLY
SCH. ACT.
CUMULATIVE
SCH. ACT.
1. PIPING :
WELDING JOINTS INCH IA
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 172/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
313
X-RAYS
STRESS RELIEVING
HYDROTEST PKG
HEAT TRACINGINSULATION
INCH IA
JOINTS
NOS.
MTS.MTS.
2. ELECTRICAL:
CABLE TRAYS
CABLE LAYING
CABLE
CONNECTIONS
MTS.
MTS.
MTS.
NOS.
3. INSTRUMENTATION
CABLE TRAYS
TUBINGINST.INSTALLATION
CALIBRATION
MTS.
MTS..NOS.
4. SUBMARINEPIPELINES
4. MANPOWER DEPLOYED AGAINST SCHEDULE
5. SAFETY REPORT
B) PRE-COMMISSIONING/COMMISSIONING
TOTAL WEEKLY CUMULATIVEUNIT QTY. SCH. ACT. SCH. ACT.
i) EQUIPMENT/ NOS. VESSELS/TANKS
ii) FUNCTIONAL NOS.TEST
iii) SIMULATION NOS.CHECK FOR SYSTEM
C) REMARKS IF ANY:
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 173/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
314
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 DEPLOYED 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.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 174/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
315
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’SRECOMMENDATIONS FOR REMEDIAL MEASURES).
IV. PROGRESS STATISTICS
(DISCIPLINE WISE PERCENTAGE PROGRESS STATISTICS WEIGHTAGES TO BE DISCUSSED WITH COMPANYFOR EACH DISCIPLINE)
V. LIST OF PROBLEMS/HOLD-UPS.
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 175/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
316
ANNEXURE – 2 TO PROGRESS REPORT
EQUIPMENT PROCUREMENT STATUS
--------------------------------------------------------------------------------------------------------SL. DESCRIPTION QTY. P.O. VENDOR DATE OF CARRIER REMARKSNO. OF ITEM NO. DATE NAME & ARRIVAL NAME
SCH. ADDRESS AT SITE ACT. REQD. ACTUAL
-------------------------------------------------------------------------------------------------------
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 176/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
317
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 REMARKSNO. DATE RETURN REV 0 REV 1 REV 2 REV 3 DATE-----------------------------------------------------------------------------------------------------------
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 177/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
318
ANNEXURE – 4 TO PROGRESS REPORT
(LIST OF CHANGE ORDERS)
7/14/2019 Appendices Part III
http://slidepdf.com/reader/full/appendices-part-iii 178/179
PART – IIIBID PACKAGE
FOR
B-193 FIELD DEVELOPMENT PROJECT APPENDICES
319
ANNEXURE – 5 TO PROGRESS REPORT
(COPIES OF IMPORTANT CORRESPONDENCE BETWEEN COMPANY/CONTRACTOR)