oil india limited · 2017-11-07 · 6 schedule of rates /price bid format section-v 8 7 special...

165
OIL INDIA LIMITED (A GOVT. OF INDIA UNDERTAKING) FIELD HEADQUARTERS DULIAJAN ASSAM-786602 TENDER DOCUMENT FOR AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF, TENGAKHAT (ASSAM) TENDER DOCUMENT NO.: DCO 0474 P09

Upload: others

Post on 15-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

OIL INDIA LIMITED (A GOVT. OF INDIA UNDERTAKING)

FIELD HEADQUARTERS DULIAJAN

ASSAM-786602

TENDER DOCUMENT FOR

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE

FOR CRUDE OIL AT

ITF, TENGAKHAT (ASSAM)

TENDER DOCUMENT NO.: DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY

40,000 CUM FOR CREATION OF ADDITIONALULLAGE FOR CRUDE OIL AT ITF, TENGAKHAT (ASSAM)

Tender No. DCO 0474 P09

Sl. Item /Subject Section / Proforma No of

Pages 1 Cover Page 1 2 Forwarding Letter 2 3 Instructions to Bidders : SECTION -II 16 4 General Conditions of Contract SECTION-III 24 5 Terms of Reference / Technical

Specification SECTION-IV 64

6 Schedule of Rates /Price Bid Format SECTION-V 8 7 Special Conditions of Contract SECTION-VI 16 8 BEC /BRC (BEC/BRC SECTION-VII 6 9 Proforma Letter of Authority PROFORMA-I 1 10 Statement of Compliance PROFORMA-II 1 11 Bid Form PROFORMA-IIA 2 12 The Performance Security Form PROFORMA-IIB 1 13 The Contract Form PROFORMA-IIC 2 14 The Bid Security Form PROFORMA-IID 2 15 Drawings (3 nos.) 16 Last Page (Back Cover-Multicolour) 1 Total number of Pages 147 + 3

Drawings.

SECTION:1 FOWARDING LETTER Page 1

TENDER NO DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Oil India Limited CONTRACTS DEPARTMENT (A Govt. of India Enterprise) FAX : (91) 374-2803549 P.O. DULIAJAN, DIST. DIBRUGARH, TEL : (91) 374-2800548 ASSAM, INDIA, PIN-786 602 Email:[email protected] Website:www.oil-india.com

SECTION - I Forwarding Letter

Tender No. DC0 0474 P09 To,

……………………… ……………………… ………………………

1.1 OIL INDIA LIMITED (OIL), a Government of India Enterprise, is a premier Oil

Company engaged in exploration, production and transportation of crude oil & natural gas with its Headquarters at Duliajan, Assam. Duliajan is well connected by Air with nearest Airport being at Dibrugarh, 45 km away.

1.2 In connection with its operations, OIL invites Domestic Bids from reputed

parties for augmentation of storage capacity of ITF by 40,000 cum for creation of additional ullage for crude oil of ITF at Tengakhat, situated at around 30 Km east of OIL’s field headquarters in the State of Assam, on Lump Sum Turnkey Basis. One complete set of Bid Document covering OIL’s tender for the above is forwarded herewith. Please submit your most competitive bid on or before the scheduled Bid Closing Date and Time. For your ready reference, a few salient points (covered in detail in this Bid Document) are highlighted below:

(i) TENDER NO. : DC0 0474 P09 . (ii) BIDING SYSTEM : Single Stage-Two Bid (iii) BID CLOSING DATE & TIME : 02nd December, 2008 :12:45 PM (IST) (iv) SALE OF TENDER DOCUMENT : 29th Sept to 22nd October, 2008 (v) PRE-BID CONFERENCE & : To be held at Duliajan, Assam, India SITE VISIT on 03rd and 04th November,2008 (vi) TECHNO-COMMERCIAL UN-PRICED BID

OPENING DATE & TIME : 02nd December,2008:13.00 Hrs (IST) (vii) PRICE BID OPENING DATE & TIME :Will be intimated to eligible bidders nearer the time.

(viii) BID OPENING PLACE : Office of Head (Contracts) Oil India Limited Duliajan (Assam), PIN 786602 (ix) BID SECURITY AMOUNT : Rs. 93,00,000.00

(Rupees Ninety three Lakhs Only)

Serial No. Tender Fee: Rs. 18,000/-

SECTION:1 FOWARDING LETTER Page 2

TENDER NO DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

(x) AMOUNT OF PERFORMANCE GUARANTEE

: 10% of the total contract value (xi) MOBILISATION TIME : 30 (Thirty) days from the date of

intimation of award of Contract (LOA) (xii) QUANTUM OF LIQUIDATED : 0.75 % of the total Contract value for DAMAGE FOR DEFAULT IN delay of each week or part thereof TIMELY COMPLETION OF THE subject to a maximum of 10 %. PROJECT (xiii) BONUS FOR EARLY COMPLETION : 0.75% of total contract value for early completion of each week subject to maximum of 5% . (xiv) DURATION OF CONTRACT : For Completion of the Project and

Commissioning of the Plant on LSTK basis -in 15 months from the date of

Letter of Award (LoA) (xv) BIDS TO BE ADDRESSED TO : HEAD (Contracts) Oil India Limited Duliajan (Assam) Assam. PIN 786602.

1.3 OIL now looks forward to your active participation in the tender. Thanking you,

Yours faithfully, OIL INDIA LIMITED

( A.C.Bhatta ) HEAD (CONTRACTS)

For EXECUTIVE DIRECTOR (SS&SB) Duliajan Date : 25th September, 2008

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.1

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

SECTION-II

INSTRUCTIONS TO BIDDERS

INDEX

Clause No. TITLE

Page No.

2.0 BIDDING DOCUMENT : 2-3 3.0 CLARIFICATION OF BIDDING DOCUMENTS : 3 4.0 AMENDMENT OF BIDDING DOCUMENTS : 3 5.0 COST OF BIDDING : 3-4 6.0 PREPARATION OF BIDS : 4-10 7.0 SUBMISSION OF BIDS : 10-11 8.0 MODIFICATION AND WITHDRAWAL OF BIDS : 11-12 9.0 PRE-BID CONFERENCE/MEETING & SITE VISIT : 12 10.0 BID OPENING AND EVALUATION : 12-13 11.0 OPENING OF PRICE BIDS : 13-14 12.0 EVALUATION AND COMPARISON OF BIDS : 14 13.0 EXCHANGE RATE RISK : 14 14.0 CONTACTING THE COMPANY : 14 15.0 AWARD OF CONTRACT : 14-16

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.2

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

1.0 INSTRUCTION TO BIDDERS Bidder shall bear all costs associated with the preparation and submission of bid. Oil India Limited, hereinafter referred to as the Company, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

2.0 BIDDING DOCUMENTS 2.1 The materials and services required, bidding procedures and Contract

terms are prescribed in the Bidding Documents. This Bidding Document includes the following:

a) A forwarding letter highlighting the following points (Section-I):

i. Company’s Tender No. ii. Bid Closing Date and time. iii. Bid Opening Date, Time and Place. iv. Bid Submission Places. v. Bid Opening Place. vi. The amount of Bid Security. vii. The amount of performance guarantee. viii. Quantum of liquidated damages for default in timely completion. ix. Bonus clause x. Duration of the Contract

b) Instructions to Bidders : (Section-II) c) General Conditions of Contract : (Section-III) d) Terms of Reference/Technical Specification: (Section-IV) e) Schedule of Rates /Price Bid Format : (Section-V) f) Special Conditions of Contract: (Section-VI) g) Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)-(Section-VII) h) Proforma Letter of Authority (Proforma-I) i) Statement of Compliance (Proforma-II). j) Bid Form : (Proforma-IIA). k) The Performance Security Form : (Proforma-IIB). l) The Contract Form : (Proforma-IIC). m) The Bid Security Form : (Proforma-IID). n) Drawings (3 nos.)

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.3

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

2.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required in the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder’s risk & responsibility and may result in the rejection of the bid.

3.0 CLARIFICATION OF BIDDING DOCUMENTS 3.1 A prospective bidder requiring any clarification of the Bidding Documents

may notify OIL in writing or by FAX/E-mail at OIL’s mailing address indicated in the forwarding letter. OIL will respond in writing to any request for clarification of the Bidding Document, which it receives not later than 7 (seven) days prior to the deadline for submission of bids prescribed by OIL

4.0 AMENDMENT OF BIDDING DOCUMENTS 4.1 At any time prior to the deadline for submission of bids, the Company may,

for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by the issuance of an Addendum.

4.2 The Addendum will be sent in writing or by Fax to all prospective Bidders to

whom Company has issued the bid documents. The Company may, at its discretion, extend the deadline for bid submission, if the Bidders are expected to require additional time in which to take the Addendum into account in preparation of their bid or for any other reason.

5.0 COST OF BIDDING 5.1 The Bidder shall satisfy himself as to the nature and location of the work,

project site, site conditions, general and local conditions and other factors incident to the performance of the work. Included in such factors, but without limitation, are those bearing upon site accessibility, availability of labour and the uncertainties of weather and other physical conditions, which may be encountered in the performance of the Work.

5.2 The Bidder from their own investigation of the site of work must satisfy

themselves as to the character, quality and quantity of surface and sub-surface materials and other conditions to be encountered in the performance of the Work. The failure of the Bidder to acquaint themselves in respect of these matters and the other factors and conditions above set

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.4

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

forth shall not relieve him from the responsibility of correct assessment of the difficulties and the cost thereto for successful performance of the Work.

5.3 While the Company has made an effort to define the total volume of work,

the Company shall not be made liable for any increase or decrease in the actual executable quantities of Work within the Scope of Work, nor shall such increase or decrease in the actual quantities form the basis of any alteration of rates quoted and accepted or for any claim for additional compensation, damages or loss of profits or otherwise.

6.0 PREPARATION OF BIDS 6.1 LANGUAGE OF BIDS: The bid as well as all correspondences and documents relating to the bid

exchanged between the Bidder and the Company shall be in English language, except that any printed literature may be in another language provided it is accompanied by an English translated version, which shall govern for the purpose of the bid interpretation.

6.2 DOCUMENTS COMPRISING THE BID: The bid submitted by the Bidder shall comprise of the following

components: A. TECHNO-COMMERCIAL UNPRICED BID:

i) Documentary evidence establishing that the Bidder is eligible to bid and meets qualification criteria in accordance with sub-clause 6.6.

ii) Complete technical details of the services and equipment specifications with catalogue etc. as per Terms of Reference & Technical Specifications (Section IV) of this tender document.

iii) Bid Security furnished in accordance with Sub-clause 6.7 iv) Statement of compliance as per Proforma-II. v) Letter of Authority as per Proforma-I. vi) Any other information/details required as per bid document

including addenda/corrigenda to this bid document, if issued. B. PRICE BID:

i) Bid Form as per Proforma-II A. ii) Schedule of Rates with CIF value as per Section-V.

6.3 BID FORM: The Bidder shall complete the Bid Form (Proforma-II A) and the appropriate

Price Schedule furnished in the Bid Document.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.5

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

6.4 BID PRICE:

I. The Bidder shall quote their all inclusive lump sum price for the entire Scope of Work in accordance with the Schedule of Rates (Section – V) of this tender document. In particular, but not limited to, the Bidder’s quoted price in respect of individual items of the Schedule of Rates must include the elements as given in II. through VI. hereunder as well as take into consideration all that are given in VII. hereunder.

II. Supplies

A. Foreign Supplies (Finished goods imported from outside India for this

project): Prices of all such Foreign Supplies on CIF, Kolkata or elsewhere basis including packing & forwarding charges, and all duties, taxes etc. except Customs Duty. Foreign supplies for this project are eligible for import on ‘NIL’ Customs Duty. Bidders therefore shall not include any Customs Duty in their quoted price. OIL will issue necessary Recommendatory Letter to Directorate General of Hydrocarbons (DGH) (Govt. of India) for availing ‘NIL’ Customs Duty, for which Bidders must declare CIF values in Schedule of Rates (Section-V) of this tender document.

B. Indigenous Supplies (Goods to be supplied from within India

including item having Import content): Prices of all such Indigenous Supplies on FOR dispatch point basis including packing & forwarding charges, and all duties, taxes & levies without any exception.

C. Prices for commissioning spares and all mandatory spares as

specified in this tender document and all tools & tackles.

III. Inland Transportation

A. Foreign Supplies (Finished goods imported from outside India for this project): Cost of transportation of all goods from Kolkata port (nearest port of entry into India) and/or from any other place/ works in India up to the Project site, including port & customs clearance and other incidentals at port of entry, handling, forwarding, loading/unloading from ships, trucks etc.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.6

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

B. Indigenous Supplies (Goods to be supplied from within India including item having Import content): Transportation cost of all goods from Contractor’s works/ dispatch point up to the Project site, including handling, forwarding, loading/ unloading from trucks etc.

C. Transit Insurance cost during the entire period covered under sub-clause 6.4 III A and/or 6.4 III B above as applicable to Foreign & Indigenous supplies and local/ municipal/octroi /Assam Entry Tax/ consumption tax etc. shall be included in the above transportation price. Beneficiary of all such insurance policies shall be OIL.

IV. Site Work

Cost of all site work as per Scope of Work under Terms of Reference & Technical Specifications (i.e. Section-IV of this tender document) and in accordance with General & Special Conditions of Contract (i.e. Section-III & Section-IV respectively of this tender document) related to (but not limited to) site transportation, safe storage/ security of all materials at site, erection/ construction/ creation/ installation, testing, acceptance tests and trial run up to successful commissioning of the Plant including rectification of defects/ malfunctioning during the specified commissioning period.

V. Training

Cost of training to OIL’s personnel as specified in this tender document.

VI. General

a) The bidder’s quoted price against individual items per Schedule of

Rates (Section-V) of this tender document shall be inclusive of, amongst others, basic & detailed design.

b) The Bidder’s quoted total price shall be inclusive of installation & commissioning charges; all taxes, duties and levies as applicable on the Works/ offered goods and services under the Contract except customs duty in India on CIF values of goods declared in Schedule of Rates (Section-V) of this tender document. The imported goods shall be consigned in the name of OIL. The bidder is further advised to take into consideration the following note.

NOTE: Department of Revenue under Ministry of Finance, Govt. of India, vide circular No. 59/8/2003 DT 20.06.2003 (F.No. B3/7/2003-TRU) has clarified that commissioning and installation charges for

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.7

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

supply materials under turnkey contracts attract service tax. In case the commissioning and installation charges are shown as consolidated amount including cost of supply items, service tax shall be applicable on total consolidated price of the items. All activities other than the commissioning and installation of the plant/ machinery/ equipment per se, will not be chargeable to service tax.

In view of above, it is desirable that the bidder should show separately [as per format given in Schedule of Rates (Section-V)] installation and commissioning charges, which attract service tax while indicating total cost of each item and accordingly, service tax benefit should be availed to reduce total cost of the project.

c) All demurrage, wharfage and other expenses incurred due to

delayed clearance of goods, or for any other reasons, either at Indian port of entry, or at any clearing point, shall be to the successful bidder’s account. The successful bidder shall be responsible for making all necessary arrangements for complying with all necessary formalities at the Indian port of entry.

d) The bidder’s price break-up in accordance with above and as per

the Schedule of Rates shall be solely for the purpose of facilitating bid evaluation and payments to be released by the Company, and will not in any way limit the bidder’s single point total responsibility for the complete Scope of Work and for the bidder’s all contractual responsibilities/ obligations as stated in the Bid Document.

e) It is for the bidder to assess and ascertain applicability of taxes,

duties, levies etc. applicable under the Contract. It is clearly understood that except for the specific provision covered in these conditions, the Company will not have any liability, whatsoever, on account of taxes, duties, levies etc., till the complete execution of the Contract. The Company will also not have any liability, whatsoever, on account of taxes, duties, levies etc. which are based on the bidder’s wrong assessment/ interpretation of applicability of such taxes, duties, levies etc.

f) If any tax is deductible at source as per Govt. laws, rules and

regulations, the same will be so deducted by the Company from the Contractor’s bills before releasing payments, and necessary certificate to that effect will be issued.

g) Inspection/ certification of all goods/ services & works at all stages

shall be done by OIL or its authorised representative for

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.8

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

which no extra charges shall be borne by the Company.

h) Conditional discount, if offered, shall not be considered for evaluation.

i) Prices quoted by the bidder shall be firm and fixed during the

bidder’s performance of the Contract. A bid submitted with an adjustable price quotation shall be considered non-responsive and hence, rejected.

j) Unit and total prices must be quoted in words & figures. In case of

any discrepancy between the price quoted in words and in figures, the price quoted in words will prevail.

6.5 CURRENCIES OF BID AND PAYMENT: Bidder shall quote prices in Indian Rupees and payments by the Company

shall be released in Indian Rupees. 6.6 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND

QUALIFICATIONS: These are listed in Section-VII. 6.7 BID SECURITY:

I. Pursuant to Clause 6.2 the Bidder shall furnish as part of its Techno-Commercial Bid, Bid Security amount as specified in the “Forwarding Letter”.

II. The Bid Security is required to protect the Company against the risk of

Bidder’s conduct, which would warrant the security’s forfeiture, pursuant to provision VII of Sub-clause 6.7.

III. The Bid Security shall be for the amount as specified in the forwarding

letter i.e. Section-I, and shall be in one of the following form:

a) A bank guarantee or irrevocable Letter of Credit issued by a schedule bank located in India in the form provided in the Bidding Documents or another form acceptable to the Company and valid for 30 days beyond the validity of the bids.

b) A cashier’s cheque or demand draft drawn on OIL INDIA LIMITED

and payable at Duliajan.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.9

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

IV. Any Bid not secured in accordance with provisions I and/or III of Sub-clause 6.7 shall be rejected by the Company as non-responsive.

V. Unsuccessful Bidder’s Bid Security will be discharged and/or returned

within 30 days of expiry of the period of Bid validity.

VI. Successful Bidder’s Bid Security will be discharged upon the Bidder’s signing of the Contract and furnishing the performance security.

VII. The Bid Security may be forfeited:

a) If any Bidder withdraws/modifies their bid during the period of

bid validity (including any subsequent extension) specified by the Bidder on the Bid Form, or

b) If a successful Bidder fails

i. To sign the Contract within the stipulated time and

within the period of Bid validity, and /or

ii. To furnish Performance Security.

VIII. The Bid Security amount will not accrue of any interest. 6.8 PERIOD OF VALIDITY OF BIDS:

I. Bids shall remain valid for 180 days after the date of Bid opening prescribed by the Company.

II. In exceptional circumstances, the Company may solicit the Bidder’s

consent to an extension of the period of validity. The request and the response thereto shall be made in writing (or by Fax). The bid Security provided under Sub-clause 6.7 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will neither be required nor permitted to modify their bid.

6.9 FORMAT AND SIGNING OF BID:

I. The Bidder shall prepare four copies of the bid clearly marking “ORIGINAL BID” and rest “COPY OF BID”. In the event of any discrepancy between them, the original shall govern.

II. The original and all copies of the bid shall be typed or written in indelible

inks and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. The letter of authorisation

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.10

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

(as per Proforma-I ) shall be indicated by written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the Bid.

III. The bid should contain no interlineations, white fluid erasures or

overwriting except as necessary to correct errors made by the Bidder, in which case such correction shall be initiated by the person or persons signing the bid.

7.0 SUBMISSION OF BIDS 7.1 SEALING AND MARKING OF BIDS:

I. The tender is being processed according to a Single Stage – Two Bid procedure. Offers should be submitted in two parts viz. Techno-Commercial Un-priced bid and Price bid each in quadruplicate (One original and 3 copies).

II. The Bidder shall seal the original and each copy of the bid duly marking as

“ORIGINAL” and “COPY”.

III. The cover containing the Techno-Commercial Bid (Original and 3 copies) should be in one sealed cover bearing the following on the right hand top corner.

i. Envelope No.-1: Techno-Commercial Un-priced Bid ii. Tender No._____________________. iii. Bid closing date _____________________. iv. Bidder’s name _____________________.

IV. The cover containing the Price Bid (Original and 3 copies) should be in a separate sealed cover bearing the following on the right hand top corner.

i. Envelope No.-2: Price Bid ii. Tender No. _______________________. iii. Bid closing date _______________________. iv. Bidder’s name _______________________.

V. The above mentioned two separate covers containing Techno-Commercial

and Price Bids should then be put together in another envelope bearing the following details on the top and the envelope should be addressed to the person(s) as mentioned in the “Forwarding Letter”.

i. Tender No. ________________________. ii. Bid closing date ________________________. iii. Bidder’s name ________________________.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.11

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

VI. This offer should contain complete specifications, details of services and equipment/accessories offered together with other relevant literature/ catalogues of the equipment offered. The Bid Security mentioned in Sub-clause 6.7 should be enclosed with the Techno-Commercial Bid. The Price Schedule should not be put in the envelope containing the Techno-Commercial Un-priced Bid.

VII. All the conditions of the Contract to be made with the successful Bidder are

given in various Sections of this document. Bidders are requested to state their compliance/ non-compliance to each clause as per PROFORMA-II. This should be enclosed with the Techno-Commercial Un-priced bid.

VIII. Timely delivery of the bids is the responsibility of the Bidder. Bidders

should send their bids as far as possible by Registered Post or by Courier Services. Company shall not be responsible for any postal delay/ transit loss.

IX. Cable/ Fax/E-mail/ Telephonic offers will not be accepted.

7.2 DEADLINE FOR SUBMISSION OF BIDS Bids must be received by the Company at the address specified in the

“Forwarding Letter” not later than 12-45 Hrs. (Indian Standard Time) on the bid closing date mentioned in the “Forwarding Letter”.

7.3 LATE BIDS Any Bid received by the Company after the deadline for submission of bids

prescribed by the Company shall be rejected. 8.0 MODIFICATION AND WITHDRAWAL OF BIDS

I. The Bidder after submission of bid may modify or withdraw its bid by written notice prior to bid closing.

II. The Bidder’s modification or withdrawal notice shall be prepared, sealed,

marked and dispatched in accordance with the provisions of Sub-clause 7.1. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

III. No bid can be modified subsequent to the deadline for submission of bids. IV. No bid may be withdrawn in the interval between the deadline for

submission of bids and the expiry of the period of bid validity specified by

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.12

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder’s forfeiture of its Bid Security.

9.0 PRE-BID CONFERENCE/MEETING

9.1 In order to clarify Bidder’s queries on the bid document and enable them to

understand the exact design, supply and services requirement of the Company, a pre-bid conference will be held on 03rd and 04th November, 2008 from 8.30 AM onwards at OIL’s Field Head Querter at- Duliajan-786602 (Contact: Mr. S. Phukan at (M) 9435039953 or +91-374-2800489). Bidders interested to attend the pre-bid conference and site visit should intimate on/or before 28th October, 2008 to the Head (Contracts), Oil India Ltd., P.O. Duliajan-786602, Tel no. (91) 374-2800548 Fax# (91) 374-2803549, E-mail: [email protected]).

9.2 At the most 2 (two) representatives from each prospective bidder shall be allowed to participate in the pre-bid conference including site visit. The bidder shall bear all the costs for attending the pre-bid conference including site visit and Company will not reimburse the same under any circumstances. 10.0 BID OPENING AND EVALUATION 10.1 Company will open the Bids, including submissions made pursuant to

Clause 8.0, in the presence of Bidder’s representatives who choose to attend at the date, time and place mentioned in the Forwarding Letter. However, an authorisation letter from the Bidder must be produced by the Bidder’s representative at the time of bid opening. Unless this letter of authorisation is presented, the representative will not be allowed to attend the bid opening. The Bidder’s representatives who are allowed to attend the bid opening shall sign a register evidencing their attendance. Only one representative against each bid will be allowed to attend.

10.2 Bid for which an acceptable notice of withdrawal has been received

pursuant to Clause 8.0 shall not be opened. Company will examine bids to determine whether they are complete, whether requisite Bid Securities have

been furnished, whether documents have been properly signed and whether the bids are generally in order.

10.3 At bid opening, the Company will announce the Bidder’s names, written

notifications of bid modifications or withdrawal, if any, the presence of requisite Bid Security, and such other details as the Company may consider appropriate.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.13

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

10.4 Company shall prepare, for its own records, minutes of bid opening including the information disclosed to those present in accordance with the Sub-Clause 10.3.

10.5 To assist in the examination, evaluation and comparison of bids the

Company may at its discretion, ask the Bidder for clarifications of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

10.6 Prior to the detailed evaluation, Company will determine the substantial

responsiveness of each bid to the requirement of the Bidding Documents. A substantially responsive bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality, or performance of work, or which limits in any substantial way, the Company’s right or the bidder’s obligations under the Contract, and the rectification of which deviation or reservation would affect unfairly the competitive position of other Bidders presenting substantially responsive bids. The Company’s determination of bid’s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence.

10.7 A Bid determined as not substantially responsive will be rejected by the

Company and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

10.8 The Company may waive, at its own discretion, minor informality or

nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of any Bidder.

11.0 OPENING OF PRICE BIDS 11.1 Company will open the Price Bids of the techno-commercially qualified

Bidders on a specific date in presence of interested qualified Bidders. Techno-commercially qualified Bidders will be intimated about the Price Bid Opening Date in advance.

11.2 The Company will examine the Price quoted by Bidders to determine

whether they are complete, any computational errors have been made, the documents have been properly signed, and the bids are generally in order.

11.3 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price (that is obtained by

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.14

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, their bid will be rejected. If there is a discrepancy between words, and figures, the amount in words will prevail.

12.0 EVALUATION AND COMPARISON OF BIDS 12.1 The Company will evaluate and compare the bids as per guidelines in

Section-VII of the bidding documents. 13.0 EXCHANGE RATE RISK 13.1 Company will not be compensating for any exchange rate fluctuations in

respect of the goods, work & services. 14.0 CONTACTING THE COMPANY 14.1 Except as otherwise provided in Clause 10.0 above, no Bidder shall contact

Company on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded except as required by Company vide

Sub-Clause 10.5. 14.2 An effort by a Bidder to influence the Company in the Company’s bid

evaluation, bid comparison or Contract award decisions may result in the rejection of their bid.

15.0 AWARD OF CONTRACT 15.1 AWARD CRITERIA The Company will award the Contract to the successful Bidder whose bid

has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

15.2 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID The Company reserves the right to accept or reject any or all bids and to

annul the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder, or bidders or any obligation to inform the affected Bidder of the grounds for Company’s action.

15.3 NOTIFICATION OF AWARD

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.15

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

I. Prior to the expiry of the period of bid validity or extended validity, the company will notify the successful Bidder in writing by registered letter or E-mail or fax (to be confirmed in writing by registered / couriered letter) that its bid has been accepted.

II. The notification of award will constitute the formation of the Contract.

III. Upon the successful Bidder’s furnishing of Performance Security pursuant

to Sub-Clause 15.5 the Company will promptly notify each unsuccessful Bidder and will discharge their Bid Security, pursuant to Sub-Clause 6.7 hereinabove.

15.4 SIGNING OF CONTRACT

I. At the same time as the Company notifies the successful Bidder that its Bid has been accepted, the Company will either call the successful bidder for signing of the agreement or send the Contract Form Provided in the Bidding Documents, along with the General & Special Conditions of Contract, Technical Specifications, Schedule of rates incorporating all agreements between the parties.

II. Within 7 days of receipt of the final contract document, the successful

Bidder shall sign and date the contract and return it to the Company. 15.5 PERFORMANCE SECURITY

I. Within 20 days of the receipt of notification of award from the Company the successful Bidder shall furnish the performance security for an amount specified in the Forwarding Letter in the performance Security Form as provided in the Bidding Documents or in any other form acceptable to the Company. The performance security shall be payable to the Company as compensation for any loss resulting from Contractor’s failure to fulfil its obligations under the Contract.

II. The performance security specified above must be valid for two years after

the date of expiry of the tenure of the Contract for supply & commissioning to cover the warranty obligations indicated in Clause 6.0 of Section III hereof. The same will be discharged by the Company not later than 30 days following its expiry.

III. Failure of the successful Bidder to comply with the requirements of Clause

15.4 and 15.5 of Section-II hereof shall constitute sufficient grounds for annulment of the award and forfeiture of the Bid Security. In such an event the Company may award the Contract to the next evaluated Bidder or call for new bid or negotiate with the next lowest bidder as the case may be.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.16

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

15.6 ADVANCE PAYMENT:

I. Request for advance payment shall not be normally considered; however, depending on the merit and at the discretion of the Company, a limited advance may be given at an interest rate of 1% more than the prevailing Bank rate (CC rate) of State Bank of India (SBI) from the date of payment of the advance till recovery/ refund.

II. Advance payment agreed to by the Company shall be paid only against

submission of an acceptable bank guarantee whose value should be equivalent to the amount of advance plus the amount of interest covering the period of advance. Bank guarantee shall be valid for six months beyond the contract period and the same may be invoked in the event of Contractor’s failure to fulfil their obligations as per terms & conditions of the Contract. In the event of any extension to the contract period, the Contractor shall have to enhance the value of the bank guarantee to cover the interest for the extended period and also to extend the validity period.

--------------------------

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.1

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

SECTION-II

INSTRUCTIONS TO BIDDERS

INDEX

Clause No. TITLE

Page No.

2.0 BIDDING DOCUMENT : 2-3 3.0 CLARIFICATION OF BIDDING DOCUMENTS : 3 4.0 AMENDMENT OF BIDDING DOCUMENTS : 3 5.0 COST OF BIDDING : 3-4 6.0 PREPARATION OF BIDS : 4-10 7.0 SUBMISSION OF BIDS : 10-11 8.0 MODIFICATION AND WITHDRAWAL OF BIDS : 11-12 9.0 PRE-BID CONFERENCE/MEETING & SITE VISIT : 12 10.0 BID OPENING AND EVALUATION : 12-13 11.0 OPENING OF PRICE BIDS : 13-14 12.0 EVALUATION AND COMPARISON OF BIDS : 14 13.0 EXCHANGE RATE RISK : 14 14.0 CONTACTING THE COMPANY : 14 15.0 AWARD OF CONTRACT : 14-16

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.2

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

1.0 INSTRUCTION TO BIDDERS Bidder shall bear all costs associated with the preparation and submission of bid. Oil India Limited, hereinafter referred to as the Company, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

2.0 BIDDING DOCUMENTS 2.1 The materials and services required, bidding procedures and Contract

terms are prescribed in the Bidding Documents. This Bidding Document includes the following:

a) A forwarding letter highlighting the following points (Section-I):

i. Company’s Tender No. ii. Bid Closing Date and time. iii. Bid Opening Date, Time and Place. iv. Bid Submission Places. v. Bid Opening Place. vi. The amount of Bid Security. vii. The amount of performance guarantee. viii. Quantum of liquidated damages for default in timely completion. ix. Bonus clause x. Duration of the Contract

b) Instructions to Bidders : (Section-II) c) General Conditions of Contract : (Section-III) d) Terms of Reference/Technical Specification: (Section-IV) e) Schedule of Rates /Price Bid Format : (Section-V) f) Special Conditions of Contract: (Section-VI) g) Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)-(Section-VII) h) Proforma Letter of Authority (Proforma-I) i) Statement of Compliance (Proforma-II). j) Bid Form : (Proforma-IIA). k) The Performance Security Form : (Proforma-IIB). l) The Contract Form : (Proforma-IIC). m) The Bid Security Form : (Proforma-IID). n) Drawings (3 nos.)

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.3

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

2.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required in the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder’s risk & responsibility and may result in the rejection of the bid.

3.0 CLARIFICATION OF BIDDING DOCUMENTS 3.1 A prospective bidder requiring any clarification of the Bidding Documents

may notify OIL in writing or by FAX/E-mail at OIL’s mailing address indicated in the forwarding letter. OIL will respond in writing to any request for clarification of the Bidding Document, which it receives not later than 7 (seven) days prior to the deadline for submission of bids prescribed by OIL

4.0 AMENDMENT OF BIDDING DOCUMENTS 4.1 At any time prior to the deadline for submission of bids, the Company may,

for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by the issuance of an Addendum.

4.2 The Addendum will be sent in writing or by Fax to all prospective Bidders to

whom Company has issued the bid documents. The Company may, at its discretion, extend the deadline for bid submission, if the Bidders are expected to require additional time in which to take the Addendum into account in preparation of their bid or for any other reason.

5.0 COST OF BIDDING 5.1 The Bidder shall satisfy himself as to the nature and location of the work,

project site, site conditions, general and local conditions and other factors incident to the performance of the work. Included in such factors, but without limitation, are those bearing upon site accessibility, availability of labour and the uncertainties of weather and other physical conditions, which may be encountered in the performance of the Work.

5.2 The Bidder from their own investigation of the site of work must satisfy

themselves as to the character, quality and quantity of surface and sub-surface materials and other conditions to be encountered in the performance of the Work. The failure of the Bidder to acquaint themselves in respect of these matters and the other factors and conditions above set

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.4

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

forth shall not relieve him from the responsibility of correct assessment of the difficulties and the cost thereto for successful performance of the Work.

5.3 While the Company has made an effort to define the total volume of work,

the Company shall not be made liable for any increase or decrease in the actual executable quantities of Work within the Scope of Work, nor shall such increase or decrease in the actual quantities form the basis of any alteration of rates quoted and accepted or for any claim for additional compensation, damages or loss of profits or otherwise.

6.0 PREPARATION OF BIDS 6.1 LANGUAGE OF BIDS: The bid as well as all correspondences and documents relating to the bid

exchanged between the Bidder and the Company shall be in English language, except that any printed literature may be in another language provided it is accompanied by an English translated version, which shall govern for the purpose of the bid interpretation.

6.2 DOCUMENTS COMPRISING THE BID: The bid submitted by the Bidder shall comprise of the following

components: A. TECHNO-COMMERCIAL UNPRICED BID:

i) Documentary evidence establishing that the Bidder is eligible to bid and meets qualification criteria in accordance with sub-clause 6.6.

ii) Complete technical details of the services and equipment specifications with catalogue etc. as per Terms of Reference & Technical Specifications (Section IV) of this tender document.

iii) Bid Security furnished in accordance with Sub-clause 6.7 iv) Statement of compliance as per Proforma-II. v) Letter of Authority as per Proforma-I. vi) Any other information/details required as per bid document

including addenda/corrigenda to this bid document, if issued. B. PRICE BID:

i) Bid Form as per Proforma-II A. ii) Schedule of Rates with CIF value as per Section-V.

6.3 BID FORM: The Bidder shall complete the Bid Form (Proforma-II A) and the appropriate

Price Schedule furnished in the Bid Document.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.5

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

6.4 BID PRICE:

I. The Bidder shall quote their all inclusive lump sum price for the entire Scope of Work in accordance with the Schedule of Rates (Section – V) of this tender document. In particular, but not limited to, the Bidder’s quoted price in respect of individual items of the Schedule of Rates must include the elements as given in II. through VI. hereunder as well as take into consideration all that are given in VII. hereunder.

II. Supplies

A. Foreign Supplies (Finished goods imported from outside India for this

project): Prices of all such Foreign Supplies on CIF, Kolkata or elsewhere basis including packing & forwarding charges, and all duties, taxes etc. except Customs Duty. Foreign supplies for this project are eligible for import on ‘NIL’ Customs Duty. Bidders therefore shall not include any Customs Duty in their quoted price. OIL will issue necessary Recommendatory Letter to Directorate General of Hydrocarbons (DGH) (Govt. of India) for availing ‘NIL’ Customs Duty, for which Bidders must declare CIF values in Schedule of Rates (Section-V) of this tender document.

B. Indigenous Supplies (Goods to be supplied from within India

including item having Import content): Prices of all such Indigenous Supplies on FOR dispatch point basis including packing & forwarding charges, and all duties, taxes & levies without any exception.

C. Prices for commissioning spares and all mandatory spares as

specified in this tender document and all tools & tackles.

III. Inland Transportation

A. Foreign Supplies (Finished goods imported from outside India for this project): Cost of transportation of all goods from Kolkata port (nearest port of entry into India) and/or from any other place/ works in India up to the Project site, including port & customs clearance and other incidentals at port of entry, handling, forwarding, loading/unloading from ships, trucks etc.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.6

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

B. Indigenous Supplies (Goods to be supplied from within India including item having Import content): Transportation cost of all goods from Contractor’s works/ dispatch point up to the Project site, including handling, forwarding, loading/ unloading from trucks etc.

C. Transit Insurance cost during the entire period covered under sub-clause 6.4 III A and/or 6.4 III B above as applicable to Foreign & Indigenous supplies and local/ municipal/octroi /Assam Entry Tax/ consumption tax etc. shall be included in the above transportation price. Beneficiary of all such insurance policies shall be OIL.

IV. Site Work

Cost of all site work as per Scope of Work under Terms of Reference & Technical Specifications (i.e. Section-IV of this tender document) and in accordance with General & Special Conditions of Contract (i.e. Section-III & Section-IV respectively of this tender document) related to (but not limited to) site transportation, safe storage/ security of all materials at site, erection/ construction/ creation/ installation, testing, acceptance tests and trial run up to successful commissioning of the Plant including rectification of defects/ malfunctioning during the specified commissioning period.

V. Training

Cost of training to OIL’s personnel as specified in this tender document.

VI. General

a) The bidder’s quoted price against individual items per Schedule of

Rates (Section-V) of this tender document shall be inclusive of, amongst others, basic & detailed design.

b) The Bidder’s quoted total price shall be inclusive of installation & commissioning charges; all taxes, duties and levies as applicable on the Works/ offered goods and services under the Contract except customs duty in India on CIF values of goods declared in Schedule of Rates (Section-V) of this tender document. The imported goods shall be consigned in the name of OIL. The bidder is further advised to take into consideration the following note.

NOTE: Department of Revenue under Ministry of Finance, Govt. of India, vide circular No. 59/8/2003 DT 20.06.2003 (F.No. B3/7/2003-TRU) has clarified that commissioning and installation charges for

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.7

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

supply materials under turnkey contracts attract service tax. In case the commissioning and installation charges are shown as consolidated amount including cost of supply items, service tax shall be applicable on total consolidated price of the items. All activities other than the commissioning and installation of the plant/ machinery/ equipment per se, will not be chargeable to service tax.

In view of above, it is desirable that the bidder should show separately [as per format given in Schedule of Rates (Section-V)] installation and commissioning charges, which attract service tax while indicating total cost of each item and accordingly, service tax benefit should be availed to reduce total cost of the project.

c) All demurrage, wharfage and other expenses incurred due to

delayed clearance of goods, or for any other reasons, either at Indian port of entry, or at any clearing point, shall be to the successful bidder’s account. The successful bidder shall be responsible for making all necessary arrangements for complying with all necessary formalities at the Indian port of entry.

d) The bidder’s price break-up in accordance with above and as per

the Schedule of Rates shall be solely for the purpose of facilitating bid evaluation and payments to be released by the Company, and will not in any way limit the bidder’s single point total responsibility for the complete Scope of Work and for the bidder’s all contractual responsibilities/ obligations as stated in the Bid Document.

e) It is for the bidder to assess and ascertain applicability of taxes,

duties, levies etc. applicable under the Contract. It is clearly understood that except for the specific provision covered in these conditions, the Company will not have any liability, whatsoever, on account of taxes, duties, levies etc., till the complete execution of the Contract. The Company will also not have any liability, whatsoever, on account of taxes, duties, levies etc. which are based on the bidder’s wrong assessment/ interpretation of applicability of such taxes, duties, levies etc.

f) If any tax is deductible at source as per Govt. laws, rules and

regulations, the same will be so deducted by the Company from the Contractor’s bills before releasing payments, and necessary certificate to that effect will be issued.

g) Inspection/ certification of all goods/ services & works at all stages

shall be done by OIL or its authorised representative for

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.8

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

which no extra charges shall be borne by the Company.

h) Conditional discount, if offered, shall not be considered for evaluation.

i) Prices quoted by the bidder shall be firm and fixed during the

bidder’s performance of the Contract. A bid submitted with an adjustable price quotation shall be considered non-responsive and hence, rejected.

j) Unit and total prices must be quoted in words & figures. In case of

any discrepancy between the price quoted in words and in figures, the price quoted in words will prevail.

6.5 CURRENCIES OF BID AND PAYMENT: Bidder shall quote prices in Indian Rupees and payments by the Company

shall be released in Indian Rupees. 6.6 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND

QUALIFICATIONS: These are listed in Section-VII. 6.7 BID SECURITY:

I. Pursuant to Clause 6.2 the Bidder shall furnish as part of its Techno-Commercial Bid, Bid Security amount as specified in the “Forwarding Letter”.

II. The Bid Security is required to protect the Company against the risk of

Bidder’s conduct, which would warrant the security’s forfeiture, pursuant to provision VII of Sub-clause 6.7.

III. The Bid Security shall be for the amount as specified in the forwarding

letter i.e. Section-I, and shall be in one of the following form:

a) A bank guarantee or irrevocable Letter of Credit issued by a schedule bank located in India in the form provided in the Bidding Documents or another form acceptable to the Company and valid for 30 days beyond the validity of the bids.

b) A cashier’s cheque or demand draft drawn on OIL INDIA LIMITED

and payable at Duliajan.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.9

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

IV. Any Bid not secured in accordance with provisions I and/or III of Sub-clause 6.7 shall be rejected by the Company as non-responsive.

V. Unsuccessful Bidder’s Bid Security will be discharged and/or returned

within 30 days of expiry of the period of Bid validity.

VI. Successful Bidder’s Bid Security will be discharged upon the Bidder’s signing of the Contract and furnishing the performance security.

VII. The Bid Security may be forfeited:

a) If any Bidder withdraws/modifies their bid during the period of

bid validity (including any subsequent extension) specified by the Bidder on the Bid Form, or

b) If a successful Bidder fails

i. To sign the Contract within the stipulated time and

within the period of Bid validity, and /or

ii. To furnish Performance Security.

VIII. The Bid Security amount will not accrue of any interest. 6.8 PERIOD OF VALIDITY OF BIDS:

I. Bids shall remain valid for 180 days after the date of Bid opening prescribed by the Company.

II. In exceptional circumstances, the Company may solicit the Bidder’s

consent to an extension of the period of validity. The request and the response thereto shall be made in writing (or by Fax). The bid Security provided under Sub-clause 6.7 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will neither be required nor permitted to modify their bid.

6.9 FORMAT AND SIGNING OF BID:

I. The Bidder shall prepare four copies of the bid clearly marking “ORIGINAL BID” and rest “COPY OF BID”. In the event of any discrepancy between them, the original shall govern.

II. The original and all copies of the bid shall be typed or written in indelible

inks and shall be signed by the Bidder or a person or persons duly authorised to bind the Bidder to the Contract. The letter of authorisation

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.10

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

(as per Proforma-I ) shall be indicated by written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the Bid.

III. The bid should contain no interlineations, white fluid erasures or

overwriting except as necessary to correct errors made by the Bidder, in which case such correction shall be initiated by the person or persons signing the bid.

7.0 SUBMISSION OF BIDS 7.1 SEALING AND MARKING OF BIDS:

I. The tender is being processed according to a Single Stage – Two Bid procedure. Offers should be submitted in two parts viz. Techno-Commercial Un-priced bid and Price bid each in quadruplicate (One original and 3 copies).

II. The Bidder shall seal the original and each copy of the bid duly marking as

“ORIGINAL” and “COPY”.

III. The cover containing the Techno-Commercial Bid (Original and 3 copies) should be in one sealed cover bearing the following on the right hand top corner.

i. Envelope No.-1: Techno-Commercial Un-priced Bid ii. Tender No._____________________. iii. Bid closing date _____________________. iv. Bidder’s name _____________________.

IV. The cover containing the Price Bid (Original and 3 copies) should be in a separate sealed cover bearing the following on the right hand top corner.

i. Envelope No.-2: Price Bid ii. Tender No. _______________________. iii. Bid closing date _______________________. iv. Bidder’s name _______________________.

V. The above mentioned two separate covers containing Techno-Commercial

and Price Bids should then be put together in another envelope bearing the following details on the top and the envelope should be addressed to the person(s) as mentioned in the “Forwarding Letter”.

i. Tender No. ________________________. ii. Bid closing date ________________________. iii. Bidder’s name ________________________.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.11

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

VI. This offer should contain complete specifications, details of services and equipment/accessories offered together with other relevant literature/ catalogues of the equipment offered. The Bid Security mentioned in Sub-clause 6.7 should be enclosed with the Techno-Commercial Bid. The Price Schedule should not be put in the envelope containing the Techno-Commercial Un-priced Bid.

VII. All the conditions of the Contract to be made with the successful Bidder are

given in various Sections of this document. Bidders are requested to state their compliance/ non-compliance to each clause as per PROFORMA-II. This should be enclosed with the Techno-Commercial Un-priced bid.

VIII. Timely delivery of the bids is the responsibility of the Bidder. Bidders

should send their bids as far as possible by Registered Post or by Courier Services. Company shall not be responsible for any postal delay/ transit loss.

IX. Cable/ Fax/E-mail/ Telephonic offers will not be accepted.

7.2 DEADLINE FOR SUBMISSION OF BIDS Bids must be received by the Company at the address specified in the

“Forwarding Letter” not later than 12-45 Hrs. (Indian Standard Time) on the bid closing date mentioned in the “Forwarding Letter”.

7.3 LATE BIDS Any Bid received by the Company after the deadline for submission of bids

prescribed by the Company shall be rejected. 8.0 MODIFICATION AND WITHDRAWAL OF BIDS

I. The Bidder after submission of bid may modify or withdraw its bid by written notice prior to bid closing.

II. The Bidder’s modification or withdrawal notice shall be prepared, sealed,

marked and dispatched in accordance with the provisions of Sub-clause 7.1. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

III. No bid can be modified subsequent to the deadline for submission of bids. IV. No bid may be withdrawn in the interval between the deadline for

submission of bids and the expiry of the period of bid validity specified by

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.12

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder’s forfeiture of its Bid Security.

9.0 PRE-BID CONFERENCE/MEETING

9.1 In order to clarify Bidder’s queries on the bid document and enable them to

understand the exact design, supply and services requirement of the Company, a pre-bid conference will be held on 03rd and 04th November, 2008 from 8.30 AM onwards at OIL’s Field Head Querter at- Duliajan-786602 (Contact: Mr. S. Phukan at (M) 9435039953 or +91-374-2800489). Bidders interested to attend the pre-bid conference and site visit should intimate on/or before 28th October, 2008 to the Head (Contracts), Oil India Ltd., P.O. Duliajan-786602, Tel no. (91) 374-2800548 Fax# (91) 374-2803549, E-mail: [email protected]).

9.2 At the most 2 (two) representatives from each prospective bidder shall be allowed to participate in the pre-bid conference including site visit. The bidder shall bear all the costs for attending the pre-bid conference including site visit and Company will not reimburse the same under any circumstances. 10.0 BID OPENING AND EVALUATION 10.1 Company will open the Bids, including submissions made pursuant to

Clause 8.0, in the presence of Bidder’s representatives who choose to attend at the date, time and place mentioned in the Forwarding Letter. However, an authorisation letter from the Bidder must be produced by the Bidder’s representative at the time of bid opening. Unless this letter of authorisation is presented, the representative will not be allowed to attend the bid opening. The Bidder’s representatives who are allowed to attend the bid opening shall sign a register evidencing their attendance. Only one representative against each bid will be allowed to attend.

10.2 Bid for which an acceptable notice of withdrawal has been received

pursuant to Clause 8.0 shall not be opened. Company will examine bids to determine whether they are complete, whether requisite Bid Securities have

been furnished, whether documents have been properly signed and whether the bids are generally in order.

10.3 At bid opening, the Company will announce the Bidder’s names, written

notifications of bid modifications or withdrawal, if any, the presence of requisite Bid Security, and such other details as the Company may consider appropriate.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.13

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

10.4 Company shall prepare, for its own records, minutes of bid opening including the information disclosed to those present in accordance with the Sub-Clause 10.3.

10.5 To assist in the examination, evaluation and comparison of bids the

Company may at its discretion, ask the Bidder for clarifications of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

10.6 Prior to the detailed evaluation, Company will determine the substantial

responsiveness of each bid to the requirement of the Bidding Documents. A substantially responsive bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality, or performance of work, or which limits in any substantial way, the Company’s right or the bidder’s obligations under the Contract, and the rectification of which deviation or reservation would affect unfairly the competitive position of other Bidders presenting substantially responsive bids. The Company’s determination of bid’s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence.

10.7 A Bid determined as not substantially responsive will be rejected by the

Company and may not subsequently be made responsive by the Bidder by correction of the non-conformity.

10.8 The Company may waive, at its own discretion, minor informality or

nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of any Bidder.

11.0 OPENING OF PRICE BIDS 11.1 Company will open the Price Bids of the techno-commercially qualified

Bidders on a specific date in presence of interested qualified Bidders. Techno-commercially qualified Bidders will be intimated about the Price Bid Opening Date in advance.

11.2 The Company will examine the Price quoted by Bidders to determine

whether they are complete, any computational errors have been made, the documents have been properly signed, and the bids are generally in order.

11.3 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price (that is obtained by

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.14

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, their bid will be rejected. If there is a discrepancy between words, and figures, the amount in words will prevail.

12.0 EVALUATION AND COMPARISON OF BIDS 12.1 The Company will evaluate and compare the bids as per guidelines in

Section-VII of the bidding documents. 13.0 EXCHANGE RATE RISK 13.1 Company will not be compensating for any exchange rate fluctuations in

respect of the goods, work & services. 14.0 CONTACTING THE COMPANY 14.1 Except as otherwise provided in Clause 10.0 above, no Bidder shall contact

Company on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded except as required by Company vide

Sub-Clause 10.5. 14.2 An effort by a Bidder to influence the Company in the Company’s bid

evaluation, bid comparison or Contract award decisions may result in the rejection of their bid.

15.0 AWARD OF CONTRACT 15.1 AWARD CRITERIA The Company will award the Contract to the successful Bidder whose bid

has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

15.2 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID The Company reserves the right to accept or reject any or all bids and to

annul the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder, or bidders or any obligation to inform the affected Bidder of the grounds for Company’s action.

15.3 NOTIFICATION OF AWARD

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.15

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

I. Prior to the expiry of the period of bid validity or extended validity, the company will notify the successful Bidder in writing by registered letter or E-mail or fax (to be confirmed in writing by registered / couriered letter) that its bid has been accepted.

II. The notification of award will constitute the formation of the Contract.

III. Upon the successful Bidder’s furnishing of Performance Security pursuant

to Sub-Clause 15.5 the Company will promptly notify each unsuccessful Bidder and will discharge their Bid Security, pursuant to Sub-Clause 6.7 hereinabove.

15.4 SIGNING OF CONTRACT

I. At the same time as the Company notifies the successful Bidder that its Bid has been accepted, the Company will either call the successful bidder for signing of the agreement or send the Contract Form Provided in the Bidding Documents, along with the General & Special Conditions of Contract, Technical Specifications, Schedule of rates incorporating all agreements between the parties.

II. Within 7 days of receipt of the final contract document, the successful

Bidder shall sign and date the contract and return it to the Company. 15.5 PERFORMANCE SECURITY

I. Within 20 days of the receipt of notification of award from the Company the successful Bidder shall furnish the performance security for an amount specified in the Forwarding Letter in the performance Security Form as provided in the Bidding Documents or in any other form acceptable to the Company. The performance security shall be payable to the Company as compensation for any loss resulting from Contractor’s failure to fulfil its obligations under the Contract.

II. The performance security specified above must be valid for two years after

the date of expiry of the tenure of the Contract for supply & commissioning to cover the warranty obligations indicated in Clause 6.0 of Section III hereof. The same will be discharged by the Company not later than 30 days following its expiry.

III. Failure of the successful Bidder to comply with the requirements of Clause

15.4 and 15.5 of Section-II hereof shall constitute sufficient grounds for annulment of the award and forfeiture of the Bid Security. In such an event the Company may award the Contract to the next evaluated Bidder or call for new bid or negotiate with the next lowest bidder as the case may be.

SECTION:II INSTRUCTION TO BIDDERS PAGE NO.16

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF OIL INDIA LIMITED

DULIAJAN

15.6 ADVANCE PAYMENT:

I. Request for advance payment shall not be normally considered; however, depending on the merit and at the discretion of the Company, a limited advance may be given at an interest rate of 1% more than the prevailing Bank rate (CC rate) of State Bank of India (SBI) from the date of payment of the advance till recovery/ refund.

II. Advance payment agreed to by the Company shall be paid only against

submission of an acceptable bank guarantee whose value should be equivalent to the amount of advance plus the amount of interest covering the period of advance. Bank guarantee shall be valid for six months beyond the contract period and the same may be invoked in the event of Contractor’s failure to fulfil their obligations as per terms & conditions of the Contract. In the event of any extension to the contract period, the Contractor shall have to enhance the value of the bank guarantee to cover the interest for the extended period and also to extend the validity period.

--------------------------

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:1

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SECTION-III

GENERAL CONDITIONS OF CONTRACT INDEX

Clause No. TITLE

Page No.

1.0 DEFINATION : 2 2.0 EFFECTIVE DATE, DATE OF COMMENCEMENT

OF CONTRACT, MOBILISATION TIME AND DURATION OF CONTRACT

: 2-3

3.0 OBLIGATION OF CONTRACTOR : 3 4.0 OBLIGATION OF THE COMPANY : 3-4 5.0 CONTRACTOR’S PERSONNEL : 4 6.0 GUARANTEES, WARRANTIES AND REMEDY OF

DEFECTS : 4-5

7.0 CONFIDENTIALLY, USE OF CONTRACT DOCUMENT AND INFORMATION

: 6

8.0 TAXES : 7-8 9.0 INSURANCE : 8-9 10.0 CHANGES : 10 11.0 FORCE MAJEURE : 11 12.0 LIABILITY : 11-13 13.0 INDEMNITY APPLICATION : 13 14.0 CONSEQUENTIAL DAMAGE : 13 15.0 WAIVERS AND AMENDMENTS : 13 16.0 PAYMENT & INVOICING PROCEDURE : 13-14 17.0 WITHHOLDING : 15-16 18.0 APPLICATION LAW/ JURISDICTION : 17-18 19.0 TERMINATION : 18 20.0 CONSEQUENCES OF TERMINATION : 19 21.0 SETTLEMENT OF DISPUTES : 19 22.0 NOTICES : 19 23.0 MISCELLANEOUS PROVISIONS : 19 24.0 PERFORMANCE BANK GUARANTEE : 19-20 25.0 INVOCATION OF PERFORMANCE BANK

GUARANTEE : 20

26.0 LIQUIDATION DAMAGES : 20-21 27.0 SUBSEQUENTLY ENACTED LAWS : 21 28.0 ASSOCIATION OF THE COMPANY’S PERSONNEL : 21 29.0 LABOUR : 21 30.0 SAFETY : 21-22 31.0 PROTECTION OF PROPERTY AND EXISTING

FACILITIES : 22

32.0 PERFORMANCE OF WORK : 24 33.0 PERMITS & CERTIFICATES : 24 34.0 POLLUTION AND CONTAMINATION : 24

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:2

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

1.0 DEFINITION In this Contract, the following terms shall be interpreted as indicated:

1.1 “The Contract” means agreement to be entered into between Company and Contractor, as recorded in the Contract signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

1.2 “The Contract Price” means the price payable to Contractor under the Contract for the full and proper performance of their contractual obligations;

1.3 “The Work” means each and every activity required for the successful performance of the services described in the Technical Specification/Terms of Reference;

1.4 “Company” means Oil India Limited (OIL); 1.5 “Contractor” means the individual or firm or Body

incorporated performing the work under the Contract. 1.6 “Contractor’s Personnel” means the personnel to be provided

by Contractor to provide services as per contract. 1.7 “Company’s Personnel” means the personnel to be provided by

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

1.8 “Tender Document” or “Bidding Document” or “Bid Document” shall mean documents comprising of:: • Forwarding Letter (Section-I) • Instruction to Bidders (Section-II) • General Conditions of Contract (Section-III) • Terms of Reference & Technical Specifications (Section-IV) • Schedule of Rates (Section-V) • Special Conditions of Contract (Section-VI) • Bid Rejection / Evaluation Criteria (Section-VII)

2.0 EFFECTIVE DATE, DATE OF COMMENCEMENT OF CONTRACT,

MOBILISATION TIME AND DURATION OF CONTRACT

2.1 The Contract shall become effective as of the date the Company notifies the Contractor in writing that it has been awarded the Contract i.e. with effect from the date of issue of Letter of Award (LOA) of the Contract.

2.2 The commencement date of the Contract will be reckoned from the date of issue of LOA.

2.3 The duration of the Contract shall be for a period of

15(fifteen) months including commissioning period to be reckoned from the commencement date of the Contract.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:3

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

2.4 Mobilisation shall be completed within 30 (Thirty) days from the date of issue of LOA.

3.0 OBLIGATIONS OF CONTRACTOR

Contractor in accordance with and subject to the terms and conditions of the Contract shall have following obligations:

3.1 Perform the work described in the Terms of Reference &

Technical Specifications (i.e. Section-IV of this tender document).

3.2 Provide the project execution plan showing different activities/ milestones along with the techno commercial bid.

3.3 Provide and make regular payments to all labour as required

to perform the work. 3.4 Perform all other obligations, work and services which are

required by the terms of this Contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work.

3.5 Contractor shall deem to have satisfied themselves before

submitting their offer as to the correctness and sufficiency of their offer for the services required and of the rates and prices quoted, which rates and prices shall, except insofar as otherwise provided, cover all their obligations under the Contract.

3.6 Contractor shall give or provide all necessary supervision

during the performance of the services and as long thereafter as the Company may consider necessary for the proper fulfilling of Contractor’s obligations under the Contract.

4.0 OBLIGATIONS OF THE COMPANY

The Company in accordance with and subject to the terms and conditions of the Contract shall have following obligations:

4.1 Pay Contractor in accordance with terms and conditions of

the Contract for works as per the Payment Schedule. 4.2 Allow the Contractor access, subject to normal security and

safety procedures, to all areas as required for orderly performance of the work.

4.3 Catering for the insurance of the assets post commissioning

of the Plant including public liability insurance in relation thereto.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:4

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

4.4 Reimbursing the Contractor on actual, the statutory fees for

obtaining certification/approval/licenses from statutory bodies and govt. agencies/departments.

4.5 Perform all other obligations of the Company as required by

the terms of the Contract. 5.0 CONTRACTOR’S PERSONNEL

5.1 Contractor warrants that they will provide competent, qualified and sufficiently experienced personnel to perform the work correctly and efficiently and shall ensure that such personnel observe all applicable statutory norms and safety requirement of the Company. Upon the Company’s written request, the Contractor, entirely at their own expense, shall remove immediately, from assignment to the work, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with alternative personnel acceptable to the Company.

5.2 The Contractor shall be solely responsible throughout the

period of the Contract for providing all requirements of their personnel, and of their Sub-Contractors, if any, including but not limited to their insurance, housing, medical services,

messing, transportation (both air and land transportation), vacation, salaries and all amenities, termination payment and taxes, if any, payable at no charge to the Company.

5.3 Contractor’s main personnel shall be fluent in English

Language (both writing and speaking).

6.0 GUARANTEES, WARRANTIES AND REMEDY OF DEFECTS

6.1 The Contractor must warrant that they shall perform the work in a first class workmanlike and professional manner and in accordance with the highest quality, efficiency and current state of the art technology and in conformity with all specifications, standards and drawings set forth or referred to in the Terms of Reference & Technical Specification and with instructions and guidance which the Company may, from time to time, furnish to the Contractor.

6.2 Should the Company discover at any time during the tenure

of the Contract or within the Performance Liability Period of the Contract that the work does not conform to and perform as per terms and conditions of the Contract, Contractor shall after receipt of notice from the Company, promptly perform any and all corrective work required to make the services

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:5

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

conform to the terms and conditions. Such corrective work shall be performed entirely at the Contractor’s own expenses. If such corrective work is not performed within a reasonable time, the Company, at its option may have such remedial work performed by others and charge the cost thereof to the Contractor, which the Contractor must pay promptly. In case the Contractor fails to perform remedial work, the Performance Bank Guarantee shall be invoked.

6.3 All Goods or Materials shall be supplied strictly in accordance

with the specifications, drawings, data sheets, other attachments and conditions stated in the Contracts. Commissioning, operating & maintenance manuals(in original) of all the equipment must be submitted to OIL before completion of the project.

6.4 The Contractor guarantees that the Goods or Materials

supplied under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Contractor further warrants that the goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act of omission of the Contractor that may develop under normal use of the supplied goods in the conditions obtaining in the Country of final destination.

6.5 No deviation from such specifications or alterations or of

these conditions shall be made without COMPANY agreement in writing, which must be obtained before any work against the order is commenced. All materials supplied by the CONTRACTOR pursuant to the Contract (irrespective of whether engineering, design data or other information has been furnished, reviewed or approved by Company) are guaranteed to be of the best quality of their respective kinds, (unless otherwise specifically authorised in writing by Company) and shall be free from faulty design, workmanship and materials, and to be of sufficient size and capacity and of proper materials so as to fulfil in all respects operating conditions, if any, specified in the Contract.

6.6 This Guarantee shall remain valid for a period of 24 (twenty

four) months from the date of putting the plant into operation i.e. DATE OF COMPLETION OF THE PROJECT. If any trouble or defect, originating with the design, material, workmanship or operating characteristics of any materials, arises at any time prior to expiry of guarantee period, the CONTRACTOR is notified thereof, CONTRACTOR shall, at his own expense and as promptly as possible, make such alterations, repairs and

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:6

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

replacements as may necessary to permit the material to functions in accordance with the specifications and to fulfil the foregoing guarantees.

6.7 The Company may, at its option, remove such defective

materials, at CONTRACTOR’S expense in which event CONTRACTOR shall, without cost to Company and as promptly as possible, furnish and install proper materials. Repaired or replacement materials shall be similarly guaranteed by the CONTRACTOR for a period of not less than 24 (twenty four) months from the date of replacement/ repair.

6.8 In the event that the materials supplied do not meet the

specifications and/ or not in accordance with the drawings data sheets or the terms of Contract and rectification is required in site, COMPANY shall notify the CONTRACTOR giving full details of differences. The CONTRACTOR shall attend the site within 7 (seven) days of receipt of such notice to meet and agree with representatives of COMPANY, the action required to correct the deficiency. Should the CONTRACTOR fail to attend meeting at site within the time specified above, COMPANY shall immediately rectify the work/ materials and CONTRACTOR shall reimburse COMPANY all cost and expenses incurred in connection with such trouble or defect. In case the Contractor fails to perform remedial work, the Performance Bank Guarantee shall be invoked.

7.0 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND

INFORMATION

7.1 The Contractor shall not, without the Company’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing pattern, sample or information furnished by or on behalf of the Company in connection therewith, to any person other than a person employed by Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

7.2 The Contractor shall not, without the Company’s prior written

consent, make use of any document or information except for purposes of performing the Contract.

7.3 Any document supplied to the Contractor in relation to the

Contract other than the Contract itself remain the property of the Company and shall be returned (in all copies) to the

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:7

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Company on completion of Contractor’s performance under the Contract if so required by the Company.

7.4 The above obligations of the Contractor shall be in force even

after termination of the Contract.

8.0 TAXES, DUTIES & LEVIES 8.1 Tax levied as per the provisions of Indian Income Tax Act and

any other enactment/rules on income derived/ payments received under the Contract will be on the Contractor’s account. Such taxes will be deducted at source by the Company from the Contractor’s invoice.

8.2 Corporate income tax will be deducted at source by the

Company from the Contractor’s invoice at the specified rate of income tax as per the provisions of Indian Income Tax Act as may be in force from time to time.

8.3 The Contractor shall be responsible for and pay the personal

taxes, if any, for all their personnel deployed. 8.4 The Contractor shall furnish to the Company, if and when

called upon to do so, relevant statement of accounts or any other information pertaining to work done under the Contract for submitting the same to the Tax authorities, on specific request by them. Contractor shall be responsible for preparing and filing the return of income etc. within the prescribed time limit to the appropriate authority.

8.5 Prior to start of operations under the Contract, the Contractor

shall furnish the Company with the necessary documents, as asked for by the Company and/or any other information pertaining to the Contract, which may be required to be submitted to the Income Tax authorities at the time of obtaining “No Objection Certificate” for releasing payments to the Contractor.

8.6 Tax clearance certificate for personnel and corporate taxes

shall be obtained by the Contractor from the appropriate Indian Tax authorities and furnished to the Company within 6 months of the expiry of the tenure of the Contract or such extended time as the Company may allow in this regard.

8.7 Corporate and personnel taxes on the Contractor shall be the

liability of the Contractor and the Company shall not assume any responsibility on this account.

8.8 All local taxes, levies and duties, sales tax, customs duty,

octroi, etc. on purchases and sales made by the Contractor shall be borne by the Contractor.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:8

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

8.9 The Contractor agrees to and does hereby accept full and exclusive liability at his own cost for the payment of any and all taxes, duties licence fee and other such levies etc. as are payable to government, local or statutory authority as are now in force and as are payable by Contractor, his agents, SUB-CONTRACTOR’s and their employees etc. for performance of work under this Contract. The Contractor shall be deemed to have been fully informed with respect to all such liabilities and considered the same in his bid, and the Contract shall not be varied in any way on this account.

8.10 For imported supplies of goods (required in respect of this

Contract), directly imported by Contractor, concessional Custom duty (at nil rate) shall be availed by Company by arranging Essentiality Certificate from DGH.

However, Contractor at their cost shall arrange the clearance of all equipment, spare parts, consumable, etc. from customs and port authorities in India. Company will provide requisite documents/ reasonable assistance but the responsibility for clearance will rest with the Contractor. Any demurrage in this process will be at Contractor's cost. The above clause (i.e. Clause No. 8.0) with all its sub-clauses shall be referred to as Tax Liabilities Clause of this tender document.

9.0 INSURANCE

9.1 The Contractor shall arrange insurance to cover all risks in

respect of their personnel, materials and equipment belonging to the Contractor or their Sub-Contractor during the currency of the Contract.

9.2 The Contractor shall at all times during the currency of the

Contract provide, pay for and maintain the following insurances amongst others:

i) Workmen compensation insurance as required by the laws of

the country of origin of the employee.

ii) Employer’s Liability Insurance as required by law in the country of origin of employee.

iii) General Public Liability Insurance covering liabilities

including contractual liability for bodily injury, including death of persons, and liabilities for damage of property. This insurance must cover all operations of the Contractor required to fulfil the provisions under the Contract.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:9

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

iv) The Contractor’s equipment provided by the Contractor for performance of the work shall have an insurance cover with a suitable limit (as per International Standards).

v) Automobile Public Liability Insurance covering owned, non-

owned and hired automobiles used in the performance of the work hereunder, with bodily injury limits and property damage limits shall be governed by Indian Insurance regulations.

vi) Public Liability Insurance as required under Public Liability

Insurance Act 1991.

vii) The Contractor shall obtain additional insurance or revise the limits of existing insurance as per the Company’s request, if any, in which case additional cost shall be to Contractor’s account.

9.3 Any deductible set forth in any of the above insurance shall

be borne by the Contractor. 9.4 Contractor shall furnish to the Company prior to

commencement date, certificates of all their insurance policies covering the risks mentioned above.

9.5 The Contractor shall require all of their Sub-Contractors to

provide such of the foregoing insurance coverage as the Contractor is obliged to provide under the Contract and inform the Company about the coverage prior to the commencement of agreements with their Sub-Contractors.

9.6 All insurance taken out by the Contractor or their Sub-

Contractors shall be endorsed to provide that the underwriters waive their rights of recourse on the Company.

9.7 i) All goods/equipment to be supplied under this contract

shall be under Contractor’s custody until such goods/equipment are installed and commissioned on turnkey basis. The Contractor shall at his own expense, secure and maintain insurance covering the full value of all such goods/ equipment for the period up to commissioning of the Plant.

ii) Such insurance shall cover any loss or damage of supplied goods/equipment during transit from Contractor’s source of despatch to project sites, storage at various sites, erection, installation and commissioning of such goods/equipment till such time the entire Plant is commissioned. The beneficiary of all such insurance policies shall be OIL. Unless insurance document in this regard are furnished to the Company no payment will be made for such supplies.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:10

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

9.8 All cost on account of insurance liabilities covered under Contract will be to Contractor’s account and will be included in Contract Price. However, the Company may from time to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance coverage risk and in such settlement, for reduction in Contract Price to the extent of reduced premium amounts.

9.9 If any of the above policies expire or are cancelled during the

term of the Contract and the Contractor fails for any reason to renew such policies, then the Company will renew/replace same and charge the cost thereof to the Contractor. Should there be a lapse in any insurance required to be carried by the Contractor for any reason whatsoever, loss/damage claims resulting there from shall be to the sole account of the Contractor.

The above clause (i.e. Clause No. 9.0) with all its sub-clauses shall

be referred to as Insurance Clause of this tender document.

10.0 CHANGES 10.1 During the performance of the work, the Company may make

a change in the work within the general scope of the Contract including, but not limited to, changes in methodology, and minor additions to or deletions from the work to be performed. The Contractor shall perform the work as changed. Changes of this nature will be effected by Written Order (Change Order) by the Company.

10.2 If any change results in an increase in compensation due to

the Contractor or in a credit due to the Company, the Contractor shall submit to the Company an estimate of the amount of such compensation or credit in a form prescribed by the Company. Such estimates shall be based on the rates shown in the Schedule of Rates. Upon review of the Contractor’s estimate, the Company shall establish and set forth in the Change Order the amount of the compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Change Order, Contractor shall nevertheless perform the Work as changed, and the parties will resolve the dispute in accordance with Clause 17.2 hereunder. Contractor’s performance of the Work as changed will not prejudice the Contractor’s request for additional compensation for work performed under the Change Order.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:11

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

11.0 FORCE MAJEURE

11.1 In the event of either party being rendered unable by ‘Force Majeure’ to perform any obligation under the Contract, the relative obligation of the party affected by such ‘Force Majeure’ will stand suspended as provided herein. The term “Force Majeure” as employed herein shall mean act of God, strikes, lockouts or other industrial disturbances, acts of public enemy, wars whether declared or not, blockade, insurrections, riots, epidemic, landslides, lightning, earthquake, fire storms, floods, washouts, arrests and restraints of Government, civil disturbances, explosion, breakage or accident to machinery etc. and any other cause,

whether of the kind herein enumerated or otherwise which are not within the control of the party claiming suspension, and which by exercise of due diligence such party is unable to prevent or overcome and which renders the performance of the Contract by the said party impossible.

11.2 Upon occurrence of such cause and upon its termination, the

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

11.3 Should ‘Force Majeure’ condition as stated above occurs and

should the same be notified within 72 (Seventy Two) hours after its occurrence, both the parties shall have no obligation. Either party will have the right to terminate the Contract if such ‘Force Majeure’ condition continues beyond 15 (Fifteen) days with prior written notice. Should either party decide not to terminate the Contract even under such condition, no payment would apply. Time for performance of the relative obligation suspended by the Force Majeure shall then stand extended by the period for which such cause lasts.

The above clause (i.e. Clause No. 11.0) with all its sub-clauses

shall be referred to as Force Majeure Clause of this tender document.

12.0 LIABILITY

12.1 Except as otherwise expressly provided, neither the Company nor its servants, agents, nominees, contractor’s, or Sub-Contractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or damage to the property of the

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:12

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Contractor and/or their Contractors or Sub-Contractors, irrespective of how such loss or damage is caused and even if caused by the negligence of the Company and/or its servants, agents, nominees, assignees, Contractors and Sub-Contractors. The Contractor shall protect, defend, indemnify

and hold harmless the Company from and against such loss or damage and any suit, claim or expense resulting there from.

12.2 Neither the Company nor its servants, agents, nominees,

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

12.3 The Contractor hereby agrees to waive their right to recourse

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

12.4 The Contractor hereby further agrees to waive their right of

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

12.5 Except as otherwise expressly provided, neither the

Contractor nor their servants, agents, nominees, Contractors or Sub-Contractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss or damage to the property of the Company and/or its Contractors or Sub-Contractors, irrespective of how such loss or damage is caused and even if caused by the negligence of the Contractor and/or its servants, agents, nominees, assignees, Contractors and

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:13

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sub-Contractors. The Company shall protect, defend, indemnify and hold harmless the Contractor from and against such loss or damage and any suit, claim or expense resulting there from.

13.0 INDEMNITY APPLICATION

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

14.0 CONSEQUENTIAL DAMAGE

14.1 Neither party shall be liable to the other for special, indirect or

consequential damages resulting from or arising out of the Contract, including but without limitation, to loss of profit or business interruptions, howsoever caused and regardless of whether such loss or damage was caused by the negligence (either sole or concurrent) of either party, its employees, agents or Sub-Contractors.

15.0 WAIVERS AND AMENDMENTS

15.1 It is fully understood and agreed that none of the terms and conditions of the Contract shall deemed to be waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorised agents or representatives of such party. The failure of either party to execute any right of termination shall not act as a waiver or amendment of any right of such party provided hereunder.

16.0 PAYMENT & INVOICING PROCEDURE

16.1 The Company shall pay to the Contractor, during the term of the Contract, the amount due from time to time calculated according to the rates of price schedule and in accordance with other provisions hereof. No other payments shall be due from the Company unless specifically provided for in this Contract. All payments will be made in accordance with the terms hereinafter described.

16.2 All payments due by the Company to the Contractor shall be

made at the Company’s designated Bank. All Bank charges will be on Contractor’s account.

16.3 Payment of any invoices shall not prejudice the right of

the Company to question the validity of any charges therein,

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:14

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

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

16.4 The Contractor will submit six sets of all invoices duly

certified by Engineer-In-Charge along with duly filled up activity completion sheet to Production Projects Dept, OIL, Duliajan for processing of payment. One set of all invoices with measurement sheet to be submitted to Engineer-In-Charge for his record.

16.5 Invoices shall be raised by the Contractor as per the Payment

Schedule prescribed in Section-VII of this document. 16.6 The Company shall within 20 (Twenty) days of receipt of the

invoice notify the Contractor of any item under dispute, specifying the reasons thereof, in which event, payment of the disputed amount may be withheld until settlement of the dispute, but payment shall be made of any undisputed portion within 30 (Thirty) days from the date of receipt of the invoices at the Production Projects Dept, OIL, Duliajan. This will not prejudice the Company’s right to question the validity

of the payment at a later date as envisaged in Sub-Clause 16.3 above. No interest shall be payable by the Company on any delayed / disputed amount.

16.7 The acceptance by the Contractor of part payment on any

billing not paid on or before the due date shall not deemed to be a waiver of the Contractor’s rights in respect of any other billing, the payment of which may then or thereafter be due.

16.8 The Contractor shall maintain complete and correct records of

all information on which the Contractor’s invoices are based up to 2 (two) years from the date of last invoice. Such records shall be required for making appropriate adjustments or payments by either party in case of subsequent audit query /objection.

16.9 Any audit conducted by the Company of the Contractor’s

records, as provided herein, shall be limited to the Company’s verification (i) of the accuracy of all charges made by the Contractor to the Company and (ii) that the Contractor is otherwise in compliance with the terms and conditions of this Agreement.

17.0 WITHHOLDING

17.1 The Company may withhold or nullify the whole or any part of

the amount due to the Contractor on account of subsequently

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:15

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

discovered evidence in order to protect the Company from loss on account of:

i) For non-completion of assigned jobs. ii) Contractor’s indebtedness arising out of execution of the

Contract. iii) Defective work not remedied by the Contractor. iv) Claims by Sub-Contractors of the Contractor or others

filed or on the basis of reasonable evidence indicating probable filing of such claims against the Contractor.

v) Failure of the Contractor to pay or provide for the payment

of salaries / wages, contributions, unemployment compensation, taxes or enforced savings withheld from wages etc.

vi) Failure of the Contractor to pay the cost of removal of

unnecessary debris, materials, tools, or machinery. vii) Damage to another Contractor of the Company. viii) All claims against the Contractor for damages and

injuries, and/or for non-payment of bills etc. ix) Any failure by Contractor to fully reimburse the Company

under any of the indemnification provisions of this Contract. If, during the progress of the work the Contractor shall allow any indebtedness to accrue for which the Company, under any circumstances in the opinion of the Company may be primarily or contingently liable or ultimately responsible and the Contractor shall, within 5 (Five) days after demand is made by the Company, fail to pay and discharge such indebtedness, then the Company may during the period for which such indebtedness shall remain unpaid, withhold from the amounts due to the Contractor, a sum equal to the amount of such unpaid indebtedness. When all the above grounds for withholding payments shall be removed, payment shall thereafter be made for amounts so withhold.

17.2 Withholding will also be affected on account of the following:

i) Order issued by a Court of Law in India. ii) Income-tax deductible at source according to law prevalent

from time to time in the country.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:16

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

iii) Any obligation of the Contractor which by any law prevalent from time to time to be discharged by the Company in the event of the Contractor’s failure to adhere to such laws.

iv) Any payment due from the Contractor in respect of

unauthorised imports.

17.3 Notwithstanding the foregoing, the right of the Company to withhold shall be limited to damages, claims and failure on the part of the Contractor which is directly/indirectly due to some negligent act or omission on the part of the Contractor.

18.0 APPLICABLE LAW / JURISDICTION

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

18.2 Contractor shall ensure full compliance of various Indian

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

i. The Mines Act - as applicable to safety and

employment conditions. ii. Indian Explosives Act iii. Indian Electricity Rules iv. Petroleum Rules v. The Minimum Wages Act, 1948. vi. The Oil Mines Regulations, 1984 (Latest

amendment/revision). vii. The Workmen’s Compensation Act, 1923. viii. The Payment of Wages Act, 1963. ix. The Payment of Bonus Act, 1965. x. The Contract Labour (Regulation & Abolition) Act,

1970 and the rules framed there under. xi. The Employees Pension Scheme, 1995. xii. The Interstate Migrant Workmen Act, 1979

(Regulation of employment and conditions of service). xiii. The Employees Provident Fund and Miscellaneous

Provisions Act, 1952. xiv. The Central Sale Tax Act. xv. Service Tax Act. xvi. Assam Entry Tax Act, 2001. xvii. VAT Act. xviii. Customs & Excise Acts and Rules framed thereunder.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:17

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

19.0 TERMINATION

19.1 TERMINATION ON COMMISSIONING OF THE PLANT

This Contract shall be deemed to have been completed on successful commissioning of the plant

19.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE: Either party shall have the right to terminate this Contract on

account of Force Majeure as set forth in Clause No. 11.0.

19.3 TERMINATION ON ACCOUNT OF INSOLVENCY: In the event that the Contractor at any time during the term

of this Contract, becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have the right to terminate this Contract and all the Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

19.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE: If the Company considers that, the performance of the

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

19.5 TERMINATION FOR DEFAULT: The COMPANY may, without prejudice to any other remedy

for breach of CONTRACT, by written notice of default sent to the CONTRACTOR, terminate the CONTRACT in whole or in part: A) If the CONTRACTOR fails to deliver any or all of the

GOODS within the period(s) specified in the CONTRACT; or

B) If the CONTRACTOR fails to perform any of their

obligations(s) under the CONTRACT, and C) If the CONTRACTOR, in either of the above

circumstances does not rectify his failure within a period

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:18

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

of 30 (Thirty) days (or such longer period as the COMPANY may authorise in writing) after receipt of the default notice from the COMPANY.

19.6 TERMINATION DUE TO CHANGE OF COMPANYSHIP &

ASSIGNMENT: In case the Contractor’s rights and/or obligations under this

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

The above clause (i.e. Clause No. 19.0) with all its sub-clauses as well

as the ensuing Clause No. 20.0 shall be referred to as Termination Clause of this tender document

20.0 CONSEQUENCES OF TERMINATION:

20.1 In all cases of termination herein set forth, the obligation of the Company to pay for the services rendered / goods supplied shall be limited to the period up to the date of termination. Notwithstanding the termination of this Contract, the parties shall continue to be bound by the provisions of this Contract that reasonably require some action or forbearance after such termination.

20.2 Upon termination of this Contract, the Contractor shall return

to the Company all of the Company’s items, which are at the time in Contractor’s possession.

20.3 In the event the COMPANY terminates the Contract in whole

or in part, pursuant to sub-clause 19.5, the COMPANY may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the Contractor shall be liable to the COMPANY for any excess costs for such similar Goods. However, the CONTRACTOR shall continue performance of the contract to the extent not terminated.

20.4 Notwithstanding any provisions herein to the contrary, the

Contract may be terminated at any time by the Company on giving 15 (Fifteen) days written notice to the Contractor due to any other reason not covered under the above Sub-Clause from 3.19.1 to 3.19.5 and in the event of such termination the Company shall not be liable to pay any cost or damage to the Contractor except for payment for Work done as per this Contract up to the date of termination.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:19

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

20.5 In the event of termination of Contract, the Company will issue Notice of Termination of the Contract with date or event after which the Contract will be terminated.

21.0 SETTLEMENT OF DISPUTES:

21.1 Any disputes or differences arising between the parties out of or relating to the construction, meaning and operation or effect of this Contract or the breach thereof shall be settled by arbitration in accordance with the rules of Indian Arbitration and Conciliation Act, 1996. The venue of arbitration will be Duliajan, Assam. The award made in pursuance thereof shall be binding on the parties.

22.0 NOTICES

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

The Company :

The Contractor:

HEAD (Contracts) Oil India Limited Duliajan (Assam) PIN 786602

……………………….. ………………………..

22.2 A notice shall be effective when delivered or on the notice’s

effective date, whichever is later.

23.0 MISCELLANEOUS PROVISIONS:

23.1 The Contractor shall give notices and pay all fees at their own cost required to be given or paid by any National or State Statute, Ordinance, or other Law or any regulation, or bye-law of any local or other duly constituted authority as may be in force from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.

23.2 The Contractor shall conform in all respects with the

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

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:20

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

breach of any such Statute, Ordinance or Law, regulation or bye-law.

23.3 All fossils, coins, articles of value or antiquity and structures

and other remains or things of geological or archaeological interest discovered on the site where the services are performed, be deem to be the absolute property of the Company. The Contractor shall take reasonable precautions to prevent the personnel or any other persons from removing or damaging any such article or thing and shall immediately upon the discovery thereof and, before removal, acquaint the Company of such discovery any carry out, at the expense of the Company, the Company’s orders as to the disposal of the same.

23.4 During the tenure of the Contract, the Contractor shall keep

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

23.5 Key personnel should not be changed during the tenure of the

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

24.0 PERFORMANCE BANK GUARANTEE

24.1 Within 20 (Twenty) days after Contractor’s receipt the notification of award of the Contract, the Contractor shall furnish performance guarantee to Company in the form of bank guarantee from a Schedule Bank in India for an amount equal to 10% (Ten Percent) of the Contract Price.

24.2 The proceed of the Performance Bank Guarantee shall be

payable to the Company as compensation for any loss resulting from Contractor’s failure to fulfil their obligations under the Contract without prejudice to any of the rights or remedies the Company may be entitled to as per terms & conditions of the Contract. The proceeds of the Performance Bank Guarantee shall also govern the successful performance of goods & services during the entire period of Warrantee/Guarantee.

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:21

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

24.3 The performance security specified above must be valid for two years after the date of expiry of the tenure of the Contract for supply & commissioning to cover the warranty obligations indicated in Clause 6.0 of Section III hereof. The same will be discharged by the Company not later than 30 days following its expiry.

25.0 INVOKATION OF PERFORMANCE BANK GUARANTEE

25.1 In the event of the Contractor failing to honour any of the commitments entered into under the Contract and/or in respect of any amount due from the Contractor to the Company, The Company shall have an unconditional option under the guarantee to invoke their performance bank guarantee and clear the amount from Bank.

26.0 LIQUIDATED DAMAGES

26.1 In the event of the Contractor’s default in timely completion of the work under the provisions of this Contract, the Contractor shall be liable to pay liquidated damges at the rate of 0.75% (Three Quarter Percent) of the total Contract Price for each week (7 days) or a part thereof of delay till the works are completed, subject to a maximum of 10%(Ten Percent) of the total calculated Contract Price. The Company may without prejudice to any other method of recovery, deduct the amount of such liquidated damages from any amount due to the Contractor.

26.2 Both the Contractor & the Company agree that the above

percentages of liquidated damage is genuine pre-estimates of loss/damage, which the Company would have to suffer on account of delay/breach on the part of the Contractor and the said amount will be payble on demand without there being any proof of the actual loss/or damage caused by such delay/breach. Decision of the Company in the matter of applicability liquidated damage shall be final & binding on the Contractor.

The above clause (i.e. Clause No. 26.0) with all its sub-clauses shall be

referred to as Liquidated Damage Clause of this tender document

27.0 SUBSEQUENTLY ENACTED LAWS

27.1 Subsequent to the date of submission of offer by the Contractor, if there is a change in or enactment of any law or interpretation of existing law, which results in additional cost/ reduction in cost to the Contractor on account of the operation under this contract, the Company / the Contractor

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:22

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

shall reimburse/pay the Contractor/ the Company for such additional / reduced cost actually incurred.

28.0 ASSOCIATION OF THE COMPANY’S PERSONNEL

28.1 The Company may depute one or more than one representative (s) / engineer (s) to act on its behalf for overall co-ordination and operational management at location. The Company’s representative will be vested with the authority to order any changes in the scope of work to the extent so authorised and notified by the Company in writing. He shall liase with the Contractor and monitor progress to ensure timely completion of the jobs. He shall also have the authority to oversee the execution of jobs by the Contractor and to ensure compliance of provisions of the Contract.

28.2 The Company’s representatives shall have free access to all

the equipment of the Contractor during operations as well as idle time for the purpose of observing / inspecting the operations performed by the Contractor in order to judge whether, in the Company’s opinion, the Contractor is complying with the provisions of the Contract.

29.0 LABOUR

29.1 Before starting the work the Contractor shall obtain a license from competent authority under the Contract Labour Act 1970 and furnish a copy of it to the Company. The recruitment of the labour shall be met mainly from the areas of operation and wages will be according to the rates prevalent at the time, which can be obtained from the District

Authorities of the area. The facilities to be given to the labourers should conform to the provisions of labour laws as per Contract Labour (Regulation and Abolition) Act, 1970. No minor labour shall be engaged by the contractor

30.0 SAFETY

30.1 The Contractor shall take all measures necessary to protect the personnel, work and facilities and shall observe safety rules and regulations as per Oil Mines Regulation & other statutory provisions. No smoking or open flame shall be permitted while operating inside Intermediate Tank Farm (ITF) which will be in operation during the currency of this contract or any stations of the Company. Open flame/welding etc will be allowed beyond 90 metres from the operating vessels/tanks or any other equipment. During hooking up with the existing ITF prior approval from Installation Manager (IM) or its authorised representative from OIL must be obtained for which IM or its authorised representative from OIL will arrange class A fire service during execution of such

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:23

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

hooking up. In this connection please refer Oil Mine Regulation Act 1984.

30.2 The Contractor shall report, as soon as possible, any

evidence, which may indicate or is likely to lead to an abnormal or dangerous situation and then immediately take the first emergency control steps conforming to good operation practice and safety regulations.

31.0 PROTECTION OF PROPERTY AND EXISTING FACILITIES

31.1 The Contractor shall perform each work in such a manner as will prevent damage to the Company’s property and conform to and be consistent with, operational practices of hydrocarbon industries. Any permanent damage /loss to the Company’s pipeline, assets and plants due to actions undertaken by the Contractor in order to provide the services envisaged under this Contract shall have to be remedied by the Contractor, entirely at their own cost. This cost shall

include and not be limited to actual replacement of such damaged pipeline, assets or plants, or payment of actual replacement cost in relation thereto as may be incurred by the Company. As the project under this contract is an extension of ITF which will be in operation round the clock during the execution of the said contract, this clause shall be in force to any eventuality as mentioned above for Intermediate Tank Farm(ITF) also.

31.2 The CONTRACTOR shall take sufficient care in moving his

plants, equipments and materials from one place to another so that they do not cause any damage to any person or to the property of COMPANY or any third party including overhead and underground cables and in the event of any damage resulting to the property of COMPANY or of a third party during the movement of the aforesaid plant, equipment or materials the cost of such damages including eventual loss of production, operation or services in any plant or establishment as estimated by COMPANY or ascertained or demanded by the third party shall be borne by the CONTRACTOR.

32.0 PERFORMANCE OF WORK:

32.1 The Contractor shall submit daily reports to EIC detailing

progress of different operations as per the scope of the work. The Company, at its option may change the periodicity of such reports. In addition, they shall submit the complete job report (with all pertinent details to serve permanent record) within 15 (Fifteen) days from the date of completion of each individual job. The manner and the speed of execution and maintenance

SECTION:III GENERAL CONDITIONS OF CONTRACT PAGE NO:24

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

of the operations are to be conducted in a manner to the satisfaction of the Company’s representative. Should the rate of progress of the operations or any part of them is at any time too slow in the opinion of the Company’s representative, (to ensure completion of the operations within schedule) the Company’s representative may so notify the Contractor in writing. The Contractor shall reply to the written notice giving details of the measures, which he proposes to take to expedite the operations. If no satisfactory reply to the Company’s notice is received in seven days, the Company shall be free to take necessary actions as deem to be fit.

33.0 PERMITS & CERTIFICATES

33.1 The Contractor shall procure, at his expense, all necessary

permits, certificates and licences required by virtue of all applicable laws, regulations, ordinances and other rules in effect at the place where any of the works is to be performed, and Contractor further agrees to hold COMPANY harmless from liability or penalty which might be imposed by reason of any asserted or established violation of such laws, regulations, ordinances or other rules. COMPANY will provide necessary permits for Contractor’s personnel to undertake any work in India in connection with Contract.

34.0 POLLUTION AND CONTAMINATION

34.1 Contractor shall be responsible for loss or damage from

pollution or contamination arising out of or resulting from any of the Contractor’s services/operation unless such pollution or contamination is for reasons beyond the control of the Contractor.

--------------------------------

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.1

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SECTION-IV

TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

INDEX Clause No. Description Page Nos.

01.00 INTRODUCTION : 2 - 4

02.00 SCOPE OF WORK : LSTK : 4 -13

03.00 PLANT BATTERY LIMITS : 13

04.00 SAFETY REGULATIONS & NORMS : 13

05.00 TIME SCHEDULE : 14

06.00 COMMG. AND MAINT. SPARES : 14

07.00 APPROVED MAKE : 14

08.00 WARRANTY : 14 -15 09.00 TRAINING TO OIL’S PERSONNEL : 15

10.00 LIST OF ENCLOSED ANNEXURES : 15

11.00 ANNEXURES-1 : 16 -25

ANNEXURES-2 : 26 -27

ANNEXURES-3 : 28 -29

ANNEXURES-4 : 30 -38

ANNEXURES-5 : 39 -40

ANNEXURES-6 : 41 -52

ANNEXURES-7 : 53 -55

ANNEXURES-8 : 56 -63

ANNEXURES-9 : 64

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.2

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

01.00 INTRODUCTION 01.01 Oil India Limited (OIL), Duliajan, Assam, which is a premier public

sector organisation engaged in exploration, production and transportation of hydrocarbons and production & bottling of LPG. OIL’s present operations are primarily confined to the North-East India in the states of Assam and Arunachal Pradesh with Project Activities in the states of Gujarat (Saurashtra), U.P. (Ganga Valley) and Rajasthan (Desert area). OIL’s present level of crude production stands at around 3.00 million tonnes per annum. Around 55% of crude oil is presently being produced from a belt by the name of Dikom-Kathaloni-Tengakhat located around 35 km East of Duliajan, the field head quarters of the company. Crude oil from this belt and other oil fields flow to a central tank farm of 55,000 Cu.M. capacity located at Duliajan. This tank farm does not have wet crude processing facilities to separate formation water coming along with the crude oil from the fields. In order to facilitate crude storage as well as to separate formation water from the crude oil, OIL had created a new set up at Tengakhat named as Intermediate Tank farm (ITF) consisting of Crude Dehydration Facility of 7,500 M3/day design operating capacity and a Tank Farm of 36,000 M3 holding capacity situated about 30 km East of OIL’s field headquarters at Duliajan, Assam. The commissioning of the said new facilities has already completed.

Presently, in order to achieve OIL’s vision for a quantum jump in production by year 2008, OIL needs additional storage facilities for the crude produced in the fields. Accordingly, OIL envisaged creating 2 nos. of additional tanks of capacity 40,000 Kls including other

infrastructure facilities to meet the quantum jump as well as creation of additional ullage to achieve uninterrupted production from fields in spite of different environmental problems and shutting down of refineries (both scheduled and unscheduled) with Best Available Technology (BAT) conforming to latest norms of different statutory bodies by augmenting the present capacity of the ITF plant.

The facilities will include among others: Storage facilities (i.e. Crude Oil Storage Tanks) of 40,000 M3

holding capacity consisting of two (2) nos. of 20,000 M3 holding capacity each floating roof storage tanks of economic design (API650), sizing & complete with accessories, ,safety implements & corrosion prevention system.

Crude Oil Circulation Pumps (4 nos) with bypass arrangements along with individual upstream strainers/filters for charging /receiving crude from and to ITF tanks and to the proposed pump station.

Each storage tank will have its own in-situ foam generating arrangement, water drenching system for tank cooling and fire

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.3

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

alarm system to detect and fight accidental fire. An integrated fire-protection and fire-fighting facility has to be provided for the proposed two nos. of the floating roof tanks and inlet battery limit of proposed Pump Station and hooking ups with the existing fire fighting system of the entire ITF plant in accordance with relevant latest standards / norms of OISD,TAC & others.

Additional over ground Static water storage facility(1 nos. of 2500kls cap.), foam storage facility(25 kls), Foam pumps(engine driven) and Jockey pumps for fire fighting has to be created including hooking up with the existing facilities in accordance with latest OISD, TAC norms for catering to fire fighting water requirement during emergencies.

Steam Generating Boiler with 100% redundancy for heating of crude in the proposed tanks including hooking up with the existing facilities of the ITF to have complete interchangeably.

Civil & Structural Works including detailed soil survey, land filling, grading, levelling, boundary walls, covered impermeable sludge pit (as per PCB norms), oil water separator pits, jingle wire fencing of 2.5 metre height to demarcate licensed & unlicensed area along with motorised (FLP, DGMS approved) factory made toll gates, buildings, internal and peripheral roads (out side of the proposed boundary wall) and concrete internal cum external drainage (out side of the proposed boundary wall),dyke wall, cement matressing, walkways, cross-over etc.

Piping network with corrosion prevention system including hooking up with the existing facilities.

Fire Protection & Fire fighting Facility Electrics and Illumination Instrumentation, Control & Communication system for plant

management & fail-safe operation through control room operation and compatible to existing system.

Painting of the proposed plant Landscaping, development of green plantation in select areas

within the new plant boundary & green belt on plant periphery Design, detail engineering, approvals, procurement, and

arrangement of the above packages, transportation to the project site, safe unloading at site, safe-storage, site transportation, erection, integration, testing & commissioning including documentation are included within the scope of work & services of this tender .

The successful bidder shall prepare a proposed Plant Layout to

include all facilities & infrastructures detailed in conjunction with the present ITF layout in this tender document so as to facilitate trouble-free & safe operation and render the whole plant with an aesthetic view. Such layout however must be in conformance with the latest provisions of Oil Mines Regulations, Oil Industry Safety Directorate (OISD) guidelines and other statutory norms in force in

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.4

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

upstream oil sector. A tentative layout plot plan is enclosed with this tender document. The final layout plot plan drawing must be approved by OIL before the execution.

PROJECT SITE: The project site will be partly within the same boundary of Tengakhat Production Complex, Tengakhat and the newly acquired land (19B-3K-12L). The site is located in a monsoon-fed belt. The successful bidder has to carry out the detail survey and soil testing of the proposed project site to determine the soil bearing capacity for design of foundations and structures. However, OIL will not allow for design of structures and foundations with bearing capacity of soil as more than10 ton/sq.m. The entire project shall be executed through a Lump Sum Turnkey (LSTK) Contract based on terms and conditions as stipulated or as may be negotiated & mutually agreed between OIL & the successful bidder.

With the above prelude, this tender enquiry envisages the following Scope of Work (given in Sub-sections 02.00 & 03.00 below) for execution of the project.

Setting up of the plant, in view of the foregoing, shall involve broadly providing for creation of the following facilities / infrastructure.

The Plant, wherever referred to in this tender, shall mean all of the above facilities / infrastructure etc. and such others that would require to be set-up / created / provided for integration, start-up, shutdown, safety & maintenance of the plant.

02.00 SCOPE OF WORK : LSTK 02.01 Floating Roof Crude Oil Storage Tanks

I. Preparation of General Arrangement (G.A), detailed soil survey

including bore hole data, design of the tanks including RCC ring foundation as per API650 and other relevant codes, approvals, supply of all materials, transportation, fabrication and working drawings of two (2) nos. 20,000 m3 capacity floating roof tanks complete with all fittings & accessories in accordance with broad specifications given in Annexure – 1 as well as parameters of the Engg design to be set by the successful bidder. The successful bidder must scrutinise and approve the complete tank design(including foundation) from M/S EIL before putting the same for final approval by OIL. As the ITF will be in operation during the construction phase of the additional tanks and other infrastructural facilities, the proposed site should be well demarcated and protected by the successful bidder at their own cost by putting some barrier of CGI Sheet (3.0 metre height) throughout their project side for safe and uninterrupted operation of ITF. The same should be dismantled and transported back by the successful bidder after completion of construction works.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.5

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

II. Supply of all materials including fittings & accessories; unloading at site, safe-storage & site transportation.

III. Supply and installation of agitators/ swivel type side entry mixtures with suitably rated DGMS approved motors with logo (prior to delivery at site), inbuilt breather valves cum flame arrestors (CCOE approved and EN 12874-2001 compliant), steam heating coils (as per IBR norms) for the crude oil storage tanks. The heating coils shall be sufficient for maintaining the temperature of crude oil at 50°C with the help of steam. The size of the agitators shall sufficient to ensure proper mixing and heat distribution. The agitators shall be preferably swivel type for proper distribution of heat and proper mixing. The agitator shall be rugged in construction and proven in design, and shall have approval of statutory bodies.

IV. Design, Supply, installation and commissioning of 2 nos. of Loco boilers of min. 2ton capacity each including insulated piping network with statutory permissions.

V. Steam jacketing of inlet-outlet piping wherever required. VI. Site fabrication, erection, external polyurethane painting and

internal coatings should be ceramic coating suitable for crude oil tank having salinity of 5000ppm with strict compliance of OEM,s guidelines, inspection, testing and commissioning crude oil storage tanks.

VII. Piping work including supply of pipes, pipefitting, valves, NRVs, TRVs, PRVs, MOVs, insulation/ coating of pipes, etc.

VIII Design & Construction of R.C.C. dyke enclosures including plastering on both sides for tanks similar to present ITF as per OISD & other norms.

IX. Cement matressing of the dyke area for both the tanks with proper slope.

X. Supply and installation of radar gauge for tank level gauging c/w level transmitter, level switch and temperature indicator (DGMS approved). Provision of manual level gauging shall also be kept.

XI. Supply and installation of wind socks on both the tanks. XII. Supply and installation of safety implements viz. earthing, lightening

arrestors etc. XIII. Painting of the entire plant including dyke wall, RCC pipe sleepers

etc. as per standard industry practice. XIV. Each tank must have separate suction, delivery, and drain lines etc. XV. The valves used in these tanks should be of Pressure balanced

lubricated tapered plug valves of API150 class having Stem packing injection, Seat sealant injection with the design criteria mentioned in Annexure-1

02.02 Corrosion Prevention System for 2nos. Crude Oil Storage Tanks

I. Design, supply, installation, testing and commissioning of sacrificial anode type cathodic protection system for prevention of external

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.6

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

corrosion. Prevention of external corrosion includes external surfaces of the entire tank body and that of bottom plate.

II. Unloading at site, safe-storage & site transportation. III. Related piping work including supply of pipes, pipefitting, valves etc. IV. Internal coatings should be machined spray ceramic coating of 300

micron thickness for thermal resistance and for corrosion prevention.

V. Related electrical and instrumentation works. VI. Sheds over instrumentation/ electrical equipment.

02.03 Crude Oil Circulation Pumps

I. Supply of four nos. of suitably rated EMD(with DGMS approved motors with logo) circulating pumps with individual upstream strainers, MOV’s on inlet and outlet of individual pump package, strainer and pump bypass line as per broad specifications given in Annexure – 2 as well as parameters of the Engg design set by the successful bidder.

II. Unloading at site, safe-storage & site transportation. III. Erection, testing, painting and commissioning. IV. Construction of shed (steel structure with Dyna roofing) with canopy

on all the sides, concrete flooring with provision for drainage, plinth protection work and integration to OWS system.

V. Related piping work including supply of pipes, pipefitting, valves including NRV’s etc.

VI. Related electrical and instrumentation works. 02.04 Heating System (Boiler) With Steam Distribution Circuit and

Water Softening Plant

I. Selection of suitable Loco boiler of economic size & capacity (2ton min.) with 100% redundancy along with accessories & water softening plant, for the purpose of heating of crude in the crude storage tanks. Provision and hooking up has to be made for heating crude in all the tanks including existing ITF tanks. However, there will be requirement of simultaneous heating of crude in both the tanks at a time and the boiler’s specification has to be selected accordingly. Boiler shall meet the broad specifications/ conditions/ make given in Annexure - 3.

II. Supply, fabrication, approval from statutory bodies, transportation to site, unloading at site, safe storage & site transportation of the boiler & its accessories.

III. Erection, testing, painting and commissioning in all respect. IV. Related insulated piping work for steam distribution circuit

including supply of pipe, pipe fittings, and valves etc as per IBR norms including hooking up with the existing piping network.

V. Related electric & instrumentation work.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.7

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

02.05 Civil & Structural Work The Scope of Work includes complete Civil & Structural work

including design & supply of all materials for creation of facilities as mentioned in Sub-section 2.01 through 2.09 above and as per

guidelines given in Annexure – 4 as well as parameters of Engg design set by the successful bidder. All the drawing including design shall have to be approved by reputed organisation like IIT, EIL. However final approvals of the same have to be obtained from OIL before executing the same. But for floating roof crude oil tanks and their foundations design have to be scrutinised and approved by M/S EIL before putting for final approval by OIL.

I. Detailed land survey, soil testing and investigation of the proposed project site (newly acquired land plus part of the existing ITF land) as shown in the tentative layout drawing are within the scope of this tender. The detailed land survey ,soil testing and investigation includes mainly contour map, collection of bore hole data, collection of metrological data, determination of soil bearing capacity, and collection of all other relevant data required for tank foundation design. The Finished Grade Level (FGL) of the proposed project site shall be 108.890 metres above from mean sea level (200 mm above from existing caller top level of well-482).The successful bidder must provide 6 nos of RCC Bench Mark at different position of the proposed project site showing the FGL in consultation with OIL.

II. Land filling, land development including grading & levelling, micro grading and land consolidation of the entire area of the proposed project site as marked in the tentative lay out drawing. The Finished Grade Level (FGL)of the proposed project site should be 108.890 metres above from mean sea level (200 mm above from existing caller top level of well-482).The FGL inside the tank dyke area should be 300 mm above the proposed plant FGL i.e. 109.190 metres above the mean sea level.

III. Construction of foundations for all facilities & equipment.

IV. Surface preparation including cement matressing, hard standing in the selected area, such as below the piping network around the dyke, around the secured covered sludge pit, booster pump sheds, electrical substations, around the extended fire pump station, Boiler batteries, approach to watch towers, around the 3(2existing +I proposed) nos. over ground Fire fighting tanks, approach to 3 nos. of high mast lights and around fire hydrant points etc. Moreover, Surface preparation, brick soling followed by 75mm CC work with proper slope inside the dyke area of both the C.O. tanks.

V. Construction of 4.5 metres wide internal and peripheral roads above the proposed FGL within and outside plant boundary as per supplied tentative layout drawing enclosed with this tender.

VI. Construction of well designed R.C.C. dyke enclosure similar to ITF (including plastering on both sides) for tank farm in accordance with

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.8

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

the most stringent of all the relevant provisions stipulated vide Oil Mines Regulations & OISD STD (latest edition/ amendment).

VII. Design, supply of all materials and construction of integrated concrete drainage system (for storm & rain water) within plant boundary, the proposed concrete drain with proper slope along the peripheral road(outside the proposed boundary wall) and connecting the same to the natural drain outside the proposed plant battery limit (To be suitably designed by the successful bidder).The proposed outside concrete natural drain of trapoizal shape upto the culvert between the proposed boundary wall and the proposed peripheral road is within the scope of this tender. Oil water separators (2 nos.) of sufficient size to be designed and constructed within the proposed project site in the ladder drains before leaving the water to natural drain as suggested by PCB.

VIII. Design, supply of all the materials and Construction of a secured, Covered (structural shed with drainage on all the sides including

plinth protection), impermeable RCC two chamber sludge pit size 10metre X 20 metre X2.5 metre depth from FGL as per PCB norms along with covered(DYNA roofing) loading/unloading facilities for tankers/trucks. The freeboard above FGL of the sludge pit shall be 600 mm. The impermeable layer should be installed in between the RCC walls.

IX. Civil work related to well designed OWS(MS pipes) system, Earthing pits, pipe sleepers at regular intervals in accordance with the most stringent of all the relevant provisions stipulated vide Oil Mines Regulations & OISD STD (latest edition/ amendment).

X. Construction of Security watch towers (3 nos) with spiral staircase similar to existing ITF watch tower. Additionally aluminium framed, sliding type glass windows along with one no. of door to be provided in the open space of the watch towers. Total number of watch towers including the above mentioned 3(three) nos of new one where the aluminium windows and doors are to be installed are 8 (Eight).

XI. Construction of RCC/ CC/ approach roads/ culverts of suitable size as per sound industry norms, wherever required.

XII. Supply and construction of 2.5 metre height jingle wire fencing surrounding the proposed tanks to demarcate the licence and unlicensed area as per CCOE norms. The factory made motorised (FLP and DGMS approved) Toll gates have to be supplied and erected in the internal roads where ever the jingle wire fencing crosses the internal roads as shown in the tentative layout plan of the proposed project.

XIII. Miscellaneous civil works like pitching with turfing to protect the slopes of all earthen embankments including roads, proving walk ways wherever required, writing name / sign boards for all the structures and tanks, signs/ markings, safety slogans(sizes and colour code will be provided by OIL), dismantling / demolishing of

unwanted structures, diversion of channels/ drains as specified and suggested by OIL.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.9

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

XIV. Sheds over circulating pumps (steel structure) including canopy on four sides, boiler sheds (steel structure) with RCC room for boiler attendants including toilet, Aesthetically designed, architecturally sound RCC single storied building (10metres X 10 metres) for electrical switch gear and power distribution including toilet and covered corridor with the existing control room of the ITF, sheds over all instrumentation and electrical items. Shed ( steel structure ) over secured, impermeable sludge disposal pit. All sheds and buildings must have necessary surface drains and plinth protections. The other specifications as detailed in Annexure-4.

XV. Design, supply of all materials, construction of Boundary wall surrounding the newly acquired land as per the tentative OIL drawing(OIL drg.4036 & OIL drg.4227 supplied herewith) considering wind pr. 200 kg/sq. cm and category of industries as A type. Additionally, Concertina coil to be provided on the top of the wall in the middle of Y steel structure. The space or gap between the two consecutive wire of the Concertina coil should not be more than 5cm after installation.

XVI. Dismantling of the backside existing boundary wall after completion of the newly constructed boundary wall are also within the scope of this tender

XVII. Providing suitable retaining walls wherever required. XVIII. Any other civil/ structural works that may emerge during detailed

engineering/ construction phase of work are within the scope of this tender.

02.06 Piping Work The scope of piping work includes design, supply of materials viz.

pipes ( API5L PSL2 ), pipe fittings, valves including MOVs, TRVs PRVs etc.;

unloading at site, safe-storage, site transportation, fabrication, erection, testing & commissioning of the complete over-ground and underground piping work for the entire plant, including coating-wrapping (of underground sectors) and painting as well as all supports and supporting structures.

Major sectors of piping work will be: 1. All Piping within battery limit 2. The recirculation, inlet and outlet piping to and from the proposed

20,000 kls tanks to the proposed pump station must be of minimum 400mm N.B.dia.

3. Piping related to all potable water supplies, steam supply, electrification and instrumentation work.

4. Piping related to OWS system must be of API 5L Grade B insulated pipes including hooking up with the existing one with proper slope.

5. All other piping work required for hooking up, tie-ins and integration to existing ITF, operation, start-up, shutdown, control and safety of

the plant. 7. The Design, supply, fabrication, installation and commissioning of

Piping network for fire fighting distribution network in the 2 x20,000

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.10

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

kls floating roof tanks should fulfil all the latest codes, laws and bylaws applicable in Upstream Oil sectors such as OMR, OISD, NFPA, BIS, TAC etc which one is the most stringent. The battery limit of the fire fighting network of this tender for the proposed pump station is shown in the tentative layout drawing.

8. All piping supports & supporting structures (RCC). Broad specifications of piping work including coat-wrap of

underground sectors shall be as per Annexure – 5 as well as parameters of engg design set by the successful bidder.

02.07 Electrics and Illumination Electrical power shall be made available by OIL at a single point

from Power Distribution Board energized from its captive power generating station having three nos of 500 kW gas engine driven gen-set, two will be running in parallel and one will be on stand by, located within the Tengakhat Production Complex. Distribution of electrical power to all electric drives & area illumination will fall within the Scope of Work of this tender document. The Scope of Work further includes all electrical work related to all electric drives & equipment as well as area, sheds, buildings and boundary illumination, Earthing etc as per sound industry norms. Broad specifications for the electrics shall be as per Annexure – 6.

02.08 Fire Protection & Fire fighting Facility

I. Broad specification envisaged in this tender document are Additional Fire detection / protection and fire fighting facility required for

augmentation of storage capacity of ITF by 40,000 cum for creation of additional ullage for crude oil at ITF, Tengakhat as well as for proposed pump station including integration of the same with existing system of ITF.

II. Design and supply broadly as per specifications given in Annexure – 7 fulfilling all the latest codes, laws and bylaws applicable in Upstream Oil sectors such as OMR, OISD, NFPA, BIS, TAC etc which

one is the most stringent. Though OISD guidelines shows minimum capacity/requirement equipment and facilities, OIL’s requirement in some of such equipment/facilities is more which are clearly mentioned in this tender.

III. Fire fighting facilities for these 2nos. of 20,000 cum cap. each new floating roof tanks and pump station have to be extended from the

existing ITF fire fighting setup besides design, supply, erection, testing and commissioning of necessary additional fire pumps (with 50% redundancy), jockey pump (50kls/hr), 1 no. SS foam tank (24 KL cap) with foam filling facilities, 1 no. foam pump (Engine driven), EMD foam filling pump and 1 no. of over ground fire water storage tank (2500 kls cap).

IV. Transportation to the site, unloading at site, safe-storage and site transportation.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.11

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

V. Erection, testing, painting & commissioning in all respects including necessary signs, writings, warning notes etc.

VI. Related piping work with multi suction point from existing ground water reservoirs including supply of pipes, pipe-fittings, valves, foot

Valves etc. VII. Related electric & instrumentation work. VIII. Sheds over fire fighting pumps, Engine driven foam pump, jockey

pumps, instrumentation/ electrical equipment IX. Level indication and control for overhead tanks (corresponding

pumps to stop at high level) X. Design, supply, sinking of two nos. of sufficient size deep tube wells

with FLP motors and pumps including iron removal filters to cater for water supply in the fire fighting facilities including connection to the existing potable water supply network.

XI. Integration with the existing fire fighting system of ITF including isolation facilities.

02.09 Instrumentation, Control & Communication System

The Scope of Work includes devising modular Instrumentation, Control & Communication system solution with capability of control room operation. The system should be compatible to the existing Tank farm management system in ITF. Further, supply, installation & commissioning of such system shall be within the Scope of Work. The system shall meet the broad specifications along with conformity to the software & control system data sheets given in Annexure-8.

02.10 Painting of the Entire Plant Supply of paints and related materials; and painting of the entire

plant including writing of specs, SOP extracts and statutory/ safety

warnings/ statements etc. for tanks, units, equipment, piping, pipefittings, valves, dykes, fences & boundary walls. Surface preparation, painting & supply of paints shall be in accordance of sound industry practices and in conformity with relevant Bureau of Indian Standard codes. External Painting of the crude storage tanks shall be in Olive Green shade (for security/ safety reasons) as per relevant codes and specification mentioned in Annexure 9.

02.11 Landscaping, development of Green Plantation in select areas within the Plant Boundary and Green Belt to cover Plant Periphery

Unoccupied area within the designated plant boundary shall be

suitably landscaped and covered with green plantation to give the area an aesthetic & lush green look. A green belt of width 15 meter (with five staggered rows of fast growing trees) shall be developed along the boundary/periphery of the plant for catering to industry norms of environmental friendliness.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.12

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

02.12 Drawings / Documents & Statutory approvals

I. The successful bidder shall prepare all engineering documentation & drawings and submit to OIL six (6) sets of the same progressively for scrutiny and approval before execution of corresponding works. The successful bidder further shall submit to OIL ten (10) sets of finally approved documents and drawings of all the drawings along with one (1) set of tracings and one (2) set of soft copies stored in R/W Compact Disks.

II. In particular, but not limited to, the documents & drawings shall include.

• Overall Plant Layout in conjunction with present ITF plant layout • Drawing showing a bird’s eye view of the proposed plant layout in conjunction with present ITF plant layout and the surrounding

features in a radius of 500 m around the plant boundary. • Process Flow Diagram(s) in conjunction with present ITF plant

layout • Mechanical Flow sheet(s) in conjunction with present ITF plant

layout • Piping & Instrumentation Diagram(s) (P&IDs) in conjunction with

present ITF plant layout • Detail Engg Documentation including type & specifications of

equipment & facilities • G.A. Drawings • Structural & Fabrication Drawings • Construction & Working drawings • Electrical single-line Diagram in conjunction with present ITF

plant layout. • Earthing Layout and Cable Schedule. • Instrumentation cable laying diagram in conjunction with present

ITF plant layout • On-site Emergency Plan in conjunction with present ITF plant

layout • Fire Contingency Plan in conjunction with present ITF plant layout • As-built Drawings • Project Dossier

III. The successful bidder shall prepare all requisite documentation & drawings of the proposed project in conjunction with present ITF & proposed pump station for notification to and obtaining approvals/ permissions/ clearances/ certifications from statutory bodies viz. Central Mining Research Institute (CMRI), Directorate General of Mines Safety (DGMS), Chief Controller of Explosives (CCOE), Pollution Control Board Authority , Legal metrological dept. etc. towards equipment/machinery and for the purpose of setting up the plant. OIL will provide the technical assistance for the same.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.13

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

IV. The successful bidder shall notify as well as obtain prior approvals/ permissions/ clearances/ certifications from all such statutory bodies before starting of the execution jobs. The Company shall

issue all necessary letters & guarantees and pay the required statutory charges/fees wherever applicable to facilitate the same.

03.00 PLANT BATTERY LIMIT As the proposed project is the creation of additional ullage and other

infrastructural facilities in the existing ITF and the pump station (proposed) including integration, the specific battery limit could not be demarcated. The tentative Battery limit for the proposed plant will be as shown in the tentative layout plant. Moreover, integration of the various piping network viz. crude oil, water (both process and utility), fire fighting system, steam lines, gas

line and electrical and instrumentation lines with the existing ITF(in operation) will be the scope of this tender.

04.00 SAFETY REGULATIONS & NORMS

The final plant layout & key-plan in conjunction with existing ITF(in operation) will have to be prepared in strict accordance of relevant stipulations of Oil Mines Regulations and other safety norms in force as well as Oil Industry Safety Directorate (OISD) standards in vogue.

The most stringent of provisions stipulated in latest editions/ amendments of Oil Mines Regulations & OISD shall be followed.

Equipment and materials procured either directly or indirectly through a tie-up or otherwise shall have necessary certification of Govt. approved agencies (CMRI, DGMS, OISD, NFPA, CCOE, IBR, TAC, UL, PCB etc.) and approval of such statutory bodies as stipulated vide provisions of Oil Mines Regulations, Indian Explosives Act, Indian Electricity Rules, Petroleum Rules, Indian Boiler Regulations etc. in force or byelaws / directives promulgated by Govt. circulars.

All electrical items in Hazardous Area (including, among others, Instrumentation & Control System) shall have CMRI certification and valid DGMS approval obtained/ arranged by the successful bidder at their cost.

All site work of the proposed plant shall be carried out strictly in accordance with provisions stipulated in Indian Mines Act, Oil Mines Regulations, Indian Explosives Act and Indian Electricity Rules, Petroleum Rules, Indian Boiler Regulations etc in force and OISD norms in vogue.

Manpower used for construction of the proposed plant shall have sound health, adequate qualification & experience as well as requisite competency as stipulated vide Indian Mines Act, Oil Mines

Regulations & other byelaws, regulations & norms in force. In absence of a stipulated provision, sound industry practices shall

guide the project execution work, integration and commissioning thereafter.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.14

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

05.00 TIME SCHEDULE Time will be essence of the project. The project shall be executed and

completed in all respect within the quoted project completion period (i.e. 15 months) from the date of issue of Letter of Award (L.O.A.) to the successful bidder. The successful bidder upon issue of L.O.A. shall submit to OIL a project implementation schedule and be obliged for its strict adherence. Deviation from the quoted time schedule for successful completion of the project shall warrant levy of liquidated damage from the Company (OIL) in accordance with the Liquidated Damage Clause of this tender document.

06.00 COMMISSIONING AND MAINTENANCE SPARES

The successful bidder shall furnish a list of all necessary commissioning spares, tools and tackles for items supplied by them

along with individual prices, source, part no., which shall be scrutinised and approved by OIL.

Supply of all necessary commissioning spares, tools and tackles as per the above list approved by OIL, is included in the scope of work.

The bidder shall provide list of recommended spares and replacements of the various equipment of the plant, quantities and value thereof and source for trouble free operation & maintenance of tank farm from the OEM.

07.00 APPROVED MAKE All supplies for the project execution, integration and commissioning

shall be from vendor(s) as stated in Annexure hereto. The bidder in his techno-commercial bid shall state name(s) of the particular

vendor(s) accordingly in respect of supply items with indicative documentation, without which the bid will not be considered for evaluation. In case of supply items for which the Annexure hereto do not specify names of the vendor(s), reputed vendors with proven track records available in the market shall be considered.

08.00 WARRANTY The proposed plant / system as well as each individual equipment,

parts, components shall have warranty for a period of twenty four (24) calendar months of reliable and trouble free regular working under the specified parameter and working condition as against defective material and workmanship from the date of commissioning of the proposed plant.

As the propose plant will be an integral part of the present ITF(in operation), commissioning of the proposed plant will be deemed to be complete upon expiry of three months of continuous trouble-free operation of the proposed plant from the date of its being put into operation/date of completion of the project. In the event of malfunctioning/defects during the first three months operation of the proposed plant in conjunction with the date of completion shall

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.15

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

be counted from the day of rectification of such malfunctioning/defects etc. and the commissioning of the proposed plant shall be considered upon completion of three months of trouble-free operation from such day of rectification. The warranty period would commence after completion of three months of continuous trouble-free operation from the day of such rectification.

09.00 TRAINING TO OIL’S PERSONNEL The successful bidder shall provide training at project site, free of

cost, to OIL’s personnel in respect of operation, maintenance, start-up, shutdown & safety of the plant & its control system.

10.0 LIST OF ENCLOSED ANNEXURES

ANNEXURE -1: Floating Roof Crude Oil Storage Tanks

ANNEXURE -2: Suction surge pumps/ Crude Oil Circulation Pumps

ANNEXURE -3: Heating System (Boiler) With Steam Distribution Circuit and Water Softening Plant

ANNEXURE -4: Civil & Structural Work

ANNEXURE -5: Piping Work

ANNEXURE -6: Electric and Illumination

ANNEXURE -7: Fire Protection & Fire fighting Facility

ANNEXURE -8: Instrumentation, Control & Communication System

ANNEXURE -9: Internal and external coating/painting of crude oil storage tanks

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.16

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE - 1

BROAD SPECIFICATIONS OF FLOATING ROOF CRUDE STORAGE

TANKS

A. Tanks shall be of two nos. of floating roof type, each of 20,000 Cu.M. safe holding capacity. Tank accessories shall include • Agitators/ auto rotation swivel type side entry mixtures with

DGMS approved motors with logo. • Heating coils(IBR approved) • Inbuilt Breather valves cum flame arrestors(CCOE approved

and EN-12874-2001 compliant) • Motorized Valves (MOVs): The valves with DGMS approved motors with logo used in these

tanks should be of Pressure balanced lubricated tapered plug valves of API150 class having Stem packing injection, Seat sealant injection with the design criteria mentioned below.

Design code: ASME SEC VIII DIV.1 & 2 Design standard: API 6D, BS:5353, ASME B16.34 Testing standard: API 6D, BS:6755 Pt.1 Face to Face: API 6D, ASME B16.10 Pattern: Reguler End connection: Flanged RF Pr.temp rating: ASME B16.34 Fire safety: API 6FA Operation: Gear operated Pressure balanced construction Monogram: API Monogram to be punched on the valves Certification: ATEX (Atmosphere Explosive Directives) Approved

and marking on valves. Marking: "CE" Marked

• Foam pourer (min 10 nos) in each tank having a discharge of 1000 LPM at 7 kg/sq.cm, water drenching & sprinkler system as per OISD, TAC, & OMR guidelines.

• Rim seal Fire protection arrangement in each tank. • Steam lines (IBR) inlet and outlet connections, insulation of

inlet-outlet pipings. • Separate inlet, outlet, drain and steam valves

B. Design codes, sizing, materials, fabrication, erection, inspection testing & commissioning of the tanks shall be as per the relevant API standard API 650 with applicable appendices, ASME boiler and pressure vessel Code Section IX, OISD, IBR, OMR & ANSI standards & codes. The important applicable codes and standards are as under- • API 650,1998 Edition with addenda Nov 2001 • IS875 Part 3, 1987 Edition • Following min. wind pressure shall be considered

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.17

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

HEIGHT(M) WIND PRESSURE(KG/M2) 10 77 15 88 20 95 30 99 40 111

Terrain Category 3 Coeff K1 1 Coeff K2 As per IS 875 Coeff K3 1 • IS1893 1984 Edition Seismic Zone V Seismic Coefficient alpha 0 = 0.08 Importance factor l = 2 Coefficient beta = 1.2 Coefficient alpha h = 0.192 Use this value of alpha h for seismic force and moment

calculation • API 2000 1998 edition Venting atmospheric &low pressure storage tanks • IS2007 1974 edition(first revision), Reaffirmed 1990- Method for calibration of vertical oil storage tanks • IS2008 1961 edition Amendments 2. Reaffirmed 1990- Method for computation of capacity tables for vertical oil

storage tank • API: RP2003 1998 Edition Protection against Ignitions Arising out of Static, Lighting &

stray currents C. Material of tanks to be used conform to:

• ASME Boiler and pressure Vessel code section II • Indian Standard specification

D. Layout of the storage tanks shall conform to relevant OISD & OMR Standard of upstream oil sector.

E. Tanks shall have internal ceramic coating (thickness-300 microns min.) for thermal resistance & corrosion prevention.

F. Hydraulic test of tanks shall be carried out in accordance with as per applicable codes and standards to the satisfaction to OIL.

G. Make of tank plates shall be IISCO / TISCO / SAIL for which documentation shall be furnished by the successful bidder.

H. The foundation of the tanks must be RCC ring type foundation. Detailed land survey, soil testing and investigation of the proposed project site (newly acquired land plus part of the existing ITF land) as shown in the tentative layout drawing. The detailed land survey ,soil testing and investigation includes mainly contour map, collection of bore hole data, collection of metrological data, determination of soil bearing capacity, and collection of all other data required for tank foundation design calculations. The detail

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.18

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

survey work, design of the foundations, calculations, engineering drawings, construction drawings, different tests and inspections during executions considering all safety factors in this region for the RCC ring foundation of the proposed 2 nos. of 20,000 cum capacity floating roof tanks to be submitted to EIL for their scrutiny and approval. Any further field data required for change of design including drawings suggested by the approving authority (i.e. EIL) for approval of the foundations, the successful bidder has to do so at their own cost.

I. Design, detail engineering, documentation, approval(EIL) to the satisfaction of OIL, procurement & supply of tank plates and all other materials including accessories, fabrication, erection, inspection, testing, fitting of other attachments and appurtenances, calibration (by Dept. of Legal Metrology), internal and external coating and painting of 2(two) nos . of 20,000 cum. Safe filling capacity floating roof tanks as per latest applicable codes and standards.

J. Corrosion Prevention System for Crude Oil Storage Tanks Design, detail engineering, documentation, approval(EIL) to the

satisfaction of OIL, procurement and supply, fabrication, installation, testing and commissioning of sacrificial anode type cathodic protection system for prevention of external corrosion. Prevention of external corrosion includes external surfaces of the entire tank body and that of bottom plate with the designed life span of 30 years. This includes also unloading at site, safe-storage & site transportation. The design of the Corrosion Prevention System must conform to the codes and standards provide below.

• DNV Recommended Practice RP B401 CP Design 1993

• Handbook of Cathodic Corrosion Protection, third

edition by W Von Baekmannm W Schwenk and W prinz

editors

• British standard BS 7361 part 1:19991

• NACE International standards RP0193 -93 for External

Cathodic Protection of On grade Metallic Storage Tank

bottoms

• NACE International standards RP0575 -95 for Internal

Cathodic Protection systems in Oil-treating Vessels

K. Inspection and testing: a) Inspection

• All tanks shall be offered for inspection at all stages, as desired by engineer in charge.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.19

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

• Inspector or owner’s representative shall have free access to contractor’s shops as well as to work sites.

• The contractor shall provide all facilities, such as access ladder, lighting, tools and tackles, instruments etc. and personnel to inspectors, for proper execution of their inspection.

• All the inspection shall be carried out in accordance with the relevant codes, drawings and QA plans duly approved by EIL/IIT as well as by OIL.

• Approval by the inspector shall in no way relieve contractor of his responsibilities for proper execution of the job.

• Adequate and sufficient time shall be given to inspector to attend the inspection call. The schedule shall be discussed with the engineering in charge at site and all efforts shall be made to adhere to this schedule to avoid any disturbance in inspector’s other activities.

b) Welding procedure

• Welding procedure qualification shall be carried out as per ASME Boiler and Pressure vessel code Section IX.

• No. welding shall be carried out without approval of welding procedure and welder qualification test by the engineer in charge.

c) Radiography and inspection of welds

• All welds shall be inspected tested as per code and this specification.

• All long seams of fabricated nozzles shall be fully radio graphed.

• Weld areas to be radio graphed shall be designated by the engineer in charge.

• Radiography shall be taken as soon as welding of the joint is completed. If repairs are required, these shall be carried out before starting other welds. New radiography examination of such repairs shall also be carried out by the contractor at its own cost.

• Radiographic film length shall be 250 mm minimum except if weld is less than 250 mm long . In such case, film length shall be full length of weld.

• Radiographic film shall be of approved quality. d) Liquid penetrant / Magnetic particle examination /Ultrasonic

examination

• Whenever specified in drawing / code, liquid penetrant / magnetic particle / ultrasonic examination shall be carried out as per ASME boiler and pressure vessel code Section V and acceptance criteria shall be as per Sec. VIII Div. 1

e) Testing All equipment required for testing shall be supplied by the

contractor. Openings other than those used for hydrostatic test

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.20

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

or any other test shall be closed by plugs and blind flanges supplied by the contractor.

I) Bottom Test. • A detailed description of the proposed test method shall be first

submitted to EIL/IIT for scrutiny and approval and then to the engineer in charge.

• Vacuum box testing shall be carried out for detection of leaks in the bottom.

• The weld joints under the shell periphery shall be tested before erection and welding of first shell course.

• Contractor shall test the tank bottom for the entire weld length in the pressure of engineer in charge and test reports shall be issued accordingly.

II) Shell Test a) Bottom to shell be tested as follows. • Inner fillet weld shall be inspected and tested prior to

welding the outside fillet weld. Leak test shall be carried out with penetrating oil after removal of slag. Oil shall be removed before welding the outer fillet.

• Examination of inner fillet to detect cracks shall be performed using either Liquid penetrant or Magnetic particle method.

b) All welded lugs and brackets used for erection purpose shall be carefully removed from inside and outside surfaces of the tank to the satisfaction of the engineer in charge.

c) Contractor shall perform the hydro static test in the presence of engineer in charge on each tank after completion of erection. Any defects observed during the test shall be repaired by the contractor.

d) The filling height in the floating roof tanks shall be restricted to the maximum height so that weather shield does not go beyond curb angle.

e) If the water used for testing is to be retained in the tank for more than 30 days, an oxygen scavenger and corrosion inhibitor shall be added. After testing the tank, water shall be drained and tank shall be thoroughly cleaned and flushed with clean fresh water. Standing water silt or other dirt left in the tank after hydro testing shall be thoroughly cleaned.

f) Filling of the tank may be restricted by engineer in charge for preloading of foundation and hydro static test my be extended over a period of 4 weeks or more to ensure proper settlement of the tank.

g) On completion of the tank and after cleaning, the tank shall be filled with water as follows, unless otherwise specified.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.21

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Filling shall be in 4 stages, 25%, 50%, 75% and 100%. After each stage, a load stabilizer period shall be observed as under.

• 24 hours between each stage for tanks with capacity equal or more than 10,000 m3.

• 12 hours between each stage for tanks with capacity less than 10,000 m3.

Filling rate shall not exceed 5 meters per Day. h) When the tank is full, all the welded joints shall be

hammered by contractor in the presence of Engineer in Charge. In case of any defect, it shall be repaired and re-tested by the contractor as per the instructions of Engineer In charge.

i) Tank shall be emptied at a maximum water level variation rate of 5 meters per day or as per instruction of Engineer-in-charge.

j) All weld repairs shall be done with water level minimum 300mm below the joint to be repaired.

III) Floating Roof Test Floating roof test shall be carried out as per the

recommendation of API 650 appendix C or appendix H and also as given below.

a) During floatation test of roof, contractor shall carry out the roof test as follows on each tank. Engineer in charge shall witness the test.

i) For annular pontoon type external floating roofs, with primary drains closed, water equivalent to 10” of rainfall over the tank area shall be poured on the deck and in the stabilized state submergence of outer rim shall not exceed 65% of its height at any point.

ii) For annular pontoon type external as well as internal floating roofs, the condition of the deck and two adjacent pontoon compartments punctured shall be simulated and the submergence of inner rim and outer rim at the punctured pontoon shall be compared with calculated value.

iii) For double deck tank, puncture condition for 2 adjacent compartments which shall cause maximum tilting as established in the design calculations shall be simulated and the submergence of other rim at the punctured compartment shall be compared with the calculated value.

iv) Failing to meet the above requirement, contractor shall rectify the floating roof and retest at his cost till above requirements is satisfied.

b) All compartments including buoys shall be tested for liquid tightness.

c) Sealing device shall be installed after floatation test. IV) Heating Coils

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.22

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Heating coils shall be pressure tested as per engineering drawing.

V) Nozzle reinforcing pads. Nozzle reinforcing pads shall be pneumatically tested

At 1.05 kg/cm2 (g) with soap solution. This test shall be carried out before filling the tank for hydro test.

VI) Primary drains Drain pipes in floating roof tanks shall be pressure tested

with water at 3.5 kg (g). During floatation test, the roof drain valve shall be kept open and observed for leakage of the tank contents into the pipe drain.

L) Calibration Strapping and calibration of the tank shall be carried out as

per IS 2007 AND 2008. (latest Editions) M) Tolerances

i) Shell To permit proper functioning of floating roof, tanks shall

have tolerances strictly as specified in applicable codes. ii) Floating Roof Tolerances

Tolerances allowed on annular clearance between shall and floating roof shall be compatible with the requirement specified by seal manufacturer.

N) Painting The complete internal coating of the tanks including roof &

bottom plates should be machine coated ceramic coating (300 microns minimum thickness) as per application procedure provided by OEM. The product for internal coating should be ceramic reinforced composite having the following properties of the cured materials • The cured composite must be suitable for continuous

immersion in the following chemicals at 21°C (70°F): Ferric Chloride, 10% Hydrochloric Acid, 10% Sulfuric Acid, 5% Nitric Acid, 50% Sodium Hydroxide and 28% Ammonium Hydroxide.

• The composite must exceed 10,000 hours in an ASTM B117 Salt Fog Test (Scored) with no signs of under film corrosion at the score.

• The composite must pass ASTM G-8 Cathodic Disbandment Test for not less than 60 days.

• The composite shall show no blisters when exposed to demineralised water in an ASTM C868 Corrocell Test at 43°C (110°F ) for a minimum period of 6 months.

• Adhesion of the composite per ASTM D4541 shall be greater than 500 kg/cm2.

• The Linear Coefficient of Thermal Expansion (ASTM C531) shall not exceed 5.0x10-5 cm/cm/°C (2.8x10-5 in/in/°F).

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.23

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

• The composite shall be authorized for USDA applications for incidental food contact.

• The cured composite must meet or exceed the following physical requirements:

a) Compressive Strength (ASTM D695) 844 kg/cm2 (12,000 psi).

b) Tensile Strength (ASTM D638) 240 kg/cm2 (3,420 psi). c) Flexural Strength (ASTM D790) 562 kg/cm2 (8,000 psi).

In addition the following properties of the material must be maintained during application. • The composite must be easily applied by paint brush or

roller. • The consistency of the composite must be such that it

will not sag at 21°C (70°F) and 0,5 mm (20 mils). • The composite system must provide a recoat window of

not less than 24 hours at 25°C (77°F). • The material must be acceptable to a minimum thickness

of 300 microns. • The composite material must have a working time of at

least 35 minutes at 25°C (77°F). • All the components of the composite shall have a flash

point above 110°C (230°F). Material formulation, manufacturing, packaging and quality control of the internal coating products should be- • The polymer matrix of the composite shall contain no

chemicals which are classified by the National Toxicology Program (NTP), the International Agency for Research on Cancer (IARC) or the Occupational Health and Safety Administration (OSHA) as carcinogenic, nor suspected carcinogenic chemical.

• The raw materials of the composite shall not contain any non-reactive diluents or solvents.

• The matrix components shall be a modified epoxy resin reacted with an aliphatic curing agent.

• The components of the composite shall be manufactured under vacuum.

• The composite shall utilize surface engineered ceramic reinforcements which have been treated with coupling agents.

• To ensure correct mix ratios are achieved, the packaging of each component shall be pre-measured to the correct mix ratio and in the quantities that will be mixed on job site.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.24

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

• To ensure the highest accuracy of information on the material and the maximum reliability of the installed system, its Formulation (R&D), Manufacture and Technical Support shall be certified in compliance with ISO 9001 Quality Standards.

The protective painting of the outer surface of the 20,000 cu.m floating roof tanks must have a high durability (about

10 years) coating specification designed for environments

classified by ISO 12944-2 as C4 high corrosivity with glossy finish. The colour of external paint of the tanks should be Olive Green

Product Name Binder Application

Method

DFT micro

n Thinner

Interzinc 22

Ethyl Silicate Zinc

Airless Spray, Air Spray 75

International GTA803

Intergard 475HS

Polyamine adduct cured epoxy

Airless Spray, Brush(for stripe coat only), Air Spray

150 International GTA007

Interthane

990

Aliphatic

acrylic

Polyurethane

Airless Spray,

Brush(for stripe

coat only), Air

Spray

50 Internatio

nal

GTA713

Interthane 990

Aliphatic acrylic Polyurethane

Airless Spray, Brush(for stripe coat only), Roller, Air Spray

50 International GTA713

Surface Preparation & Comments

• Abrasive blast cleans to Sa2.5 (ISO 8501-1:1988) or SSPC-SP6. If oxidation has occurred between blasting and application, the surface should be reblasted to the specified visual standard. Surface defects revealed by the blast cleaning process, should be ground, filled, or treated in the appropriate manner.

• All surfaces to be coated should be clean, dry and free from contamination. Prior to paint application all surfaces should

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.25

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

be assessed and treated in accordance with ISO 8504:2000. Oil or grease should be removed in accordance with SSPC-SP1 solvent cleaning.

• Preprimed steel after fabrication: All surfaces to be coated should be clean, dry and free from contamination. Prior to paint application all surfaces should be assessed and treated in accordance with ISO 8504:2000, ensuring removal of all slag and splatter, dirt, dust, cement, oil, salts and any other surface contamination. All damaged areas, welds and areas of corrosion shall be abrasive blast cleaned to Sa2.5 (ISO 8501-1:1988) or SSPC-SP6. If oxidation has occurred between blasting and application, the surface should be reblasted to the specified visual standard. Surface defects revealed by the blast cleaning process, should be ground, filled, or treated in the appropriate manner.

• The performance of this product will depend upon the degree of surface preparation. The surface to be coated should be clean, dry and free from contamination. Prior to paint application all surfaces should be assessed and treated in accordance with ISO 8504:2000

Ensure that the surface of the zinc primer is clean and free of zinc salts before applying subsequent coats.

O) Identification, Marking and Transportation a) Each plate and structural member shall be clearly marked

with the specification number, drawing number and assembly number.

b) All plates shall be transported in vehicle and shall not be dragged.

c) All rolled shell plates shall be packed properly to retain the shape and shall be handled carefully to avoid damage during transit. d) Contractor shall be responsible for transportation of

materials fabricated in his workshop to worksite. P) Guarantee

a) Mechanical design, material and workmanship guarantee in included in contractor’s scope.

b) All equipment shall be guaranteed in accordance with conditions given in contract.

c) Any part of the tank found defective within the guarantee period as specified in the contract shall be promptly replaced / repaired and reassembled by the contractor at his own cost.

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.26

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE- 2 BROAD GUIDELINES/SPECIFICATION

SUCTION SURGE PUMPS CUM CRUDE OIL CIRCULATION PUMPS A. Crude oil circulation pumps cum suction surge pumps(4 Nos) shall

draw the crude oil from the proposed 2 nos. of 20,000 cum. untreated/treated crude oil storage tanks and shall pump the same through the dehydration units and upto the treated crude oil storage tank or recycle, if required. Moreover, the same centrifugal pump driven by FLP electric motor (CMRI certification along with DGMS approval with logo) should be capable to feed the crude oil despatch pumps of the proposed pump station which is going to be installed with in the same Tengakhat production complex. Separate mani- folding for both the operations with interchange ability in the piping network should be incorporated.

B. The pump shall be centrifugal pump as per API 610, eighth edition and durable at the temperature & other duty conditions complete with cartridge type mechanical seal. The pump shall be complete with FLP motor (of CMRI certification & DGMS approval with logo for use in oil mines hazardous area), base-plate, coupling, coupling guard, foundation bolts, oil cap, grease nipple, mechanical seal, nipple connection with flexible tubing for jacket/ seal cooling/ flushing.

C. Crude oil circulation pumps/suction surge pumps, direct driven by an electric motor, should have the rated flow of 220 to 230 cum. per hour with rated discharge head of 40 metres. The basic requirements of the Crude oil circulation pump cum suction charge pump system shall be as follows :

Pump :

i) Horizontal non-clogging single stage centrifugal pump ii) Back pull out design iii) Thick walled, non split concentric casing with axial suction

tangential discharge iv) Semi-open, single shrouded, curved vane impeller v) Strong shaft with minimum overhang and ceramic coated

steel shaft protection sleeve vi) Gland type stuffing box , lubrication and cooling of gland

internally by oil and grease vii) Heavy duty and high efficiency design viii) Heavy duty duplex set of angular contact bearings

(outboard) and double row ball bearing (inboard) ix) Suitably sized impeller to achieve desired head and

discharge Motor :

The electric motor shall be 415 volts, 3 phase, 50 hz, IP55 explosion proof (flame proof) design suitable for electrical

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.27

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

code for Group II A and II B , Zone 1 hazardous location as per IS 2148, IS 9570- 1980 and IS 5572 ( part 1 ) –1978 or equivalent. The terminal box shall be complete with explosion proof double compression type gland. The motor shall be certified by CMRI and approved by DGMS with logo for deployment in the oil mines hazardous locations.

D. The successful bidder in due course after their engg. Documentation, shall furnish the following information of the pumps for OIL’s approval:

a) Make and Model No. b) No. of pumps, throughput & total delivery head c) Dimensional G.A. Drawing of the particular model d) Material of construction of each individual parts &

components. e) Location and details of foundation bolts(foundation

drawing). f) Dimensional location and details of suction & delivery

nozzle. g) NPSH required h) Q-H curve, NPSH curve, efficiency curve of the particular

model, with duty point marked. i) Discharge – KW curve. j) Motor KW. k) Starting time required for the electric motor to reach full

capacity. l) GD² value. m) Details of mechanical seal or seal less& leak proof. n) If mechanical seal then details of Jacket/ Seal cooling/

flushing. E. Each pump must have individual upstream strainers with inlet and

outlet valves and pressure release valves. Strainer bypass piping network also to be incorporated as per sound industry practise.

F. Individual pump must have NRV’s at outlets and MOV’s at inlet and outlet for control room operation.

G. Make for Crude Oil Circulation Pump/suction charge pump shall be as following, documentation for which shall be furnished by the successful bidder:

Bharat Pump & Compressors / KSB / Kirloskar-Ebara / Sulzer / Akay / Dresser-Rand/ Supreme /Mathu & Platt / Hydrodyne(India) Pvt. Ltd./ Magna Mission

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.28

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE – 3 HEATING SYSTEM (BOILER) WITH STEAM DISTRIBUTION CIRCUIT, WATER SUPPLY LINE, O-H TANKS AND WATER SOFTENING PLANT 1. The basis of calculation and the detail calculations of steam

requirement for determining the capacity of boiler should be submitted along with the offer. Our total heat requirement = (heat required to heat crude oil in both the 20,000 cum cap. floating roof tanks simultaneously to raise its temperature from ambient temperature 10 0C to 40 0C and maintain at this level for fifteen days emergency period of crude transaction including heat required to compensate for heat losses in tanks and piping).

2. There will not be any redundancy provision for boilers, but minimum two number of boilers (to ensure that at least one number is available for service during statutory inspection & maintenance) of 2 tonne capacity each (minimum) or calculated boiler capacity (as calculated in Para 1 above) which ever is higher shall be provided to meet the above steam requirement so as.

3. The Boilers must be fire tube type loco Boilers. 4. All the electrical and instrumentation system of the boilers must be

flame proof with CMRI certification along with valid DGMS approval with logo.

5. The Boilers must be provided with suitable forced draught Natural Gas Burner to get the optimum evaporation (Designed) capacity with flame arrestor arrangement and control panel. The flame arrestor assembly shall be so designed that all gasketing and piping are airtight and leak proof so that no leakage occurs to impair the safety of the installation.

6. Suitable water treatment facilities with overhead tanks shall be provided for Boiler feed water. The characteristics of raw water in Tengakhat are approximately as under:

-- pH About 5.5 ppm --Total hardness 220 ppm as CaCo 3 --Total Iron About 9 to 10 ppm 8. All piping, fittings and accessories shall as per IBR 1950. 9. All steam pipings should be interconnected with the existing steam

network of ITF with proper isolation facilities with suitable insulation.

10. The successful bidder shall have to submit 4 copies of Draft Design Drawing to CIB, Assam for his acceptance / scrutiny prior to manufacturing of the Boilers. Boilers must be certified by local Boiler Authority (Sr Inspector of Boilers Assam, Dist: Dibrugarh) before putting into operation.

11. Sketch for Steam pipe layout, their welding, laying and lagging should be approved by CIB, Assam. The lines will be inspected by local IBR authority during construction and commissioning stage)

12. Feed Water pumps:

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.29

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Suitable Electric Motor Driven Multistage Vertical Centrifugal Pump should be provided. Make: Preferably Grundfos / KSB.

13. Injectors should be provided (two numbers) for each boiler. 14. The operation and maintenance of Boilers should be certified by Sr.

Inspector of Boilers, Assam, Dibrugarh Dist. as per statuary norms. 15. Make for Loco boiler(s) must be one of the following. a) M/S Thermax Ltd, Pune b) M/S A-Plus Projects, Pune Operation: Certified Boiler Operators, approved by CIB, Assam shall

only be allowed to operate the Boilers.

ANNEXURE -4 :

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.30

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

BROAD GUIDELINES FOR CIVIL & STRUCTURAL WORK

A. Detailed land survey, soil testing, detailed Planning & design of all

civil works shall be done as per relevant IS codes applicable for the site & area of the plant. Soil testing report, Architectural, detailed structural and working drawings for the purpose of construction; detailed drawings for plumbing; detailed planning of internal roads, drains & landscaping shall be submitted by the contractor for OIL’s approval prior to execution. All structural working drawings regarding buildings, tank foundation and any other structures shall have to authenticated and approved by reputed bodies like IIT, EIL.

O. Structures, facility supports, painting etc.

1. Wind Load : Design of structures & buildings for wind load shall be as per relevant IS & other codes.

2. Seismic Load : Design of structures for seismic load shall be as per IS:1893 part I 2004.

3. Soil Data : Detail soil testing shall be carried out as per relevant code at site by a reputed party in this field to find out Bearing Capacity of soil. However, OIL will not allow for design of structures and foundations with bearing capacity of soil as more than10 ton/sq.m. The report shall be submitted to OIL for final approval prior to utilise the data for design of structures.

4. Design and construction of pile foundations if required shall be carried out as per relevant IS & other codes.

5. Minimum depth of foundation for all structures shall be from the

Finished Grade Level (FGL) where cutting has been done and shall be from the Natural Grade Level (NGL) where filling has been done at respective location, for achieving the required FGL.

6. The effect of ground water table shall be duly considered while

designing the structures. 7. Minimum grade of concrete used for various types of structures,

shall be M20. 8. Finished floor level should be 450mm above the Finish Grade

Level (FGL) which is 108.890 metres above from mean sea level ( 200 mm above from existing caller top level of well-482 ).

9. The cement to be used shall be Ordinary Portland Cement (OPC) conforming to IS:269 or Portland slag cement conforming to IS:455.

10. Usage of in-house developed software packages shall not be permitted. Only STAAD-III/ STAAD PRO or any other standard software shall be used for analysis and design of the structures.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.31

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

11. All bricks shall be kiln burnt of class designation 75. 12. All steel structures etc. shall be constructed & fabricated in

accordance with relevant IS codes. 13. All structures shall be thoroughly cleaned of all dirt, grease, rust

and mill scale as per IS:1477 (Part-I) – 1971. Removal of rust and scale shall be preferably by power driven wire brushes. Areas, which become inaccessible after assembly, shall be painted before assembly after cleaning the surfaces as described above. The surfaces shall be perfectly dry before painting. Wherever shop primer painting is damaged, the surfaces shall be thoroughly cleaned and touched up with the corresponding primer. Site painting shall not be done in frosty or foggy weather or when humidity is such as to cause condensation on the surface to be painted.

Unless otherwise specified, all structures shall be painted with one coat of red oxide zinc chromate conforming to IS:2074-1979 as primer to be applied at shop. For all structure second coat of primer shall be applied at site after erection. All structures shall be given two coats of finishing paints of approved quality and colour over primer.

14. A note shall be mentioned in all the relevant drawings, clearly specifying that the foundations and supporting structures have been designed considering the Hydro-test weight of the Vessels/ Facilities / Equipment.

P. Equipment foundations

RCC foundations for vibrating equipment e.g. motors, pumps shall satisfy the following requirements:

1. The minimum grade of concrete to be used shall be M20. 2. Minimum reinforcement as per requirements of IS:2974 shall be

provided unless required otherwise by design. 3. The soil stress below foundations under dead loads shall not

exceed 80% of the allowable soil bearing capacity for static loading.

4. Foundations shall be so designed that natural frequency of the foundation system shall not resonate with the following: • Operating speed of the motor / engine • 2 x Operating speed of the motor / engine • Critical speed of the motor (for centrifugal pumps).

5. Natural frequency of the foundations shall preferably be +/- 20% away from the above mentioned frequencies. However, amplitudes of vibration of the foundation block shall always be checked to be within permissible limits.

6. Amplitudes of vibration shall be less than values specified by the equipment manufacturer. If not specified, provisions of IS:2974 shall be followed.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.32

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

7. The foundation and its superstructure shall be separated from adjacent foundations and platforms. Clear air gap shall be provided in superstructure to avoid transmission of vibrations to adjacent structures. Special note shall be given on the drawing in this respect and suitable details shall be shown as required.

8. Foundations shall not rest on previously back-filled or sensitive soils.

9. When several foundations for similar equipment need to be seated on a common raft, the computation for vibration shall proceed assuming that each machine foundation is independent of others by breaking up the raft into sections corresponding to separate foundations. The design value for the permissible amplitude of vibrations may be increased by 30 percent.

D. Building and Structures Following building/ structures shall be required to construct.

1. Boiler Shed- One number boiler shed (steel structures with Dyna roofing) including canopy on all the sides, plinth protection work, drainage system with operator’s room and toilet block.

2. Crude oil circulating Pump/Suction surge pump Shed (steel structures with Dyna roofing) with canopy on all the sides, plinth protection work, drainage system.

3. Extension of Fire Pump Shed- Existing fire pump shed of ITF shall have to extend by three (3) bays with canopy on all the sides, plinth protection work and drainage system.

4. Electrical & Instrumentation Equipment sheds- Steel structure sheds shall be provided over all electrical & instrumentation equipment. Floor shall be normal standard floor.

5. Electrical substation cum switch gear room- Asthetically designed and architecturally sounds, RCC single storied building with toilet block and staff room. Floor of the building shall be covered with ceramic tiles. This single storied RCC building will be on the side of the existing double storied control room and electrical substation cum stitch gear room as shown in the tentative layout drawing. Due to existence of UG cables, electrical earth pit etc. the construction of usual corridor is not possible. Hence it is proposed to provide a hanging corridor of 2 metre width between the existing and the proposed Electrical sub station cum switch gear room preferably with steel structural materials followed by concreting. The floor of the corridor between the building shall be covered with ceramic tiles and side railings. The roof of the corridor shall be made by half round coated corrugated sheet of Dyna roofing.

6. Renovation of existing Electrical power distribution centre situated at Tangakhat OCS of size 16m x 8m shall be renovated/ modified by providing brick wall, Rolling shutters, doors, windows, exhaust fans, painting, raising floor (600mm) to avoid water accumulation including RCC electrical cable trenches and need to carry out other civil engineering jobs to make it as standard sub-station to distribute electrical power from the existing 3X500 kW Electrical

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.33

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Power Station, Tengakhat to the proposed project and the proposed Pump station.

E. Floating roof, Crude oil storage tanks Crude oil storage tank foundation shall be designed & constructed

with relevant IS codes as well as other codes mentioned in Annexure: I considering all parameter and site conditions required for design. Foundation shall be RCC ring type. FGL of inside storage tank dyke area shall be 300mm above from proposed FGL of the plant. Entire tank area inside dyke wall shall be covered with one layer jhama (over burn) brick soling followed by 75mm smooth CC work (1:2:4). Proper drain shall be provided around tank foundation and along dyke wall in the tank dyke area with oil water separator chamber as per standard practice. Detailed soil survey including bore hole data are to be carried out by the successful bidder for designing the tank foundation. The foundation design and the detailed working drawing must be scrutinised and approved by EIL

F. Dyke wall RCC Dyke wall with the existing design of ITF shall be constructed

and height shall not be more than 2.0 metres from tank area. Both sides of the dyke wall shall be plastered with 6 mm thick 1:4 cement mortar. Both sides of the dyke wall shall be painted with two coats of weather shield exterior acrylic emulsion paint over one coat primer. All the design and construction and testing procedure must comply Oil Mines Regulation 1984 and OISD (latest edition), etc.

G. Boundary wall:

Design, supply of all materials, construction of Boundary wall surrounding the newly acquired land as per the tentative OIL drawing(OIL drg.4036 & OIL drg.4227 supplied herewith) considering wind pr. 200 kg/sq. cm and category of industries as A type. Additionally, Concertina coil to be provided on the top of the wall in the middle of Y steel structure. The space or gap between the two consecutive wire of the Concertina coil should not be more than 3cm after installation. The boundary walls must be plastered on both the sides with 15 mm thick 1:5 cement mortar. Both sides of the boundary wall also shall be painted with two coats of weather shield exterior acrylic emulsion paint over one coat primer. The height of the wall as shown in the tentative drawing supplied herewith must be considered from the proposed FGL of the plant (i.e 108.890 metres above from mean sea level (200 mm above from existing caller top level of well-482). The FGL outside of the proposed boundary wall also should be 108.890 metres upto the ladder drain to neutralise the earth pressure from inside to the boundary wall. The proposed boundary walls shown in the tentative plot plan are marked as A-B-C-D-F.

Q. Civil Finishing Work

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.34

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

1. All the exposed surface of the RCC work viz. column, beam, slab, terrace (chhajja) etc. shall be plastered with 6 mm thick 1:4 cement mortar.

2. All the internal brick work shall be plastered with 15 mm thick 1:5 cement mortar.

3. All the external brick work shall be plastered with 20 mm thick 1:5 cement mortar.

4. Rolling shutters, wherever required, shall be used 18 SWG rolling shutter with adequate locking arrangement.

5. Aluminium window shall be provided as per IS specification. 6. Standard steel/aluminium/ decorative flush doors shall be

provided to meet the specific requirement. 7. All internal plastered surfaces shall be distempered with oil-

bound distempers (two coats) on top of priming coat with cement primer. Before distempering, surfaces shall be smoothened with plaster of Paris.

8. All external plastered surfaces shall be painted with two coats weather coating applying weather shield exterior acrylic emulsion paint over one coat primer.

9. All steel & wooden surfaces shall be painted with two coats of synthetic enamel paint over a coat of primer.

10. Floors of buildings/structures for heavy duty shall be RCC other wise normal standard floor for other structures. Floor of sub station cum switch gear room along with the corridor shall be as specified in clause D5 above.

11. All toilet block shall be fitted with modern good quality fittings. Floor shall be covered with good quality ceramic tiles and wall shall be fitted with good quality glazed tiles.

12. Certificates for quality assurance for all building materials utilize shall be furnished from appropriate authorities.

I. Site Grading 1. Actual site grading layout shall be developed by the contractor

based on the levelling philosophy. Site grading shall also include micro grading after erection/construction of equipments and structures. All the trees, tree roots and vegetation etc. shall be grubbed up and removed from the site. However, all benchmarks established by OIL, if any, shall be protected. All statutory requirements shall be complied before clearing the vegetation/trees. All the unwanted existing structures, if any, shall also be dismantled / demolished.

2. The borrow earth for filling up of the proposed site shall be arranged by the contractor anywhere outside the terminal limits at his own cost. The right of way, cost of royalties etc. for the borrow areas shall be taken care of by the contractor himself. The contractor shall furnish the characteristics of the good earth to be utilized for filling and the location of the borrow areas for OIL’s review and approval. Quality and characteristic of soil shall be as per standard specification.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.35

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

3. All unpaved open areas shall be suitably graded and sloped towards the drains. Grading the area shall be done by cutting and filling based on the contour survey details and the levelling philosophy of the proposed project to be carried out by the contractor. All the contour survey details and the levelling details are under the purview of scrutiny and approval of OIL.

J. Cutting area : Thoroughly rolled and compacted as per standard practice.

E. Filling area : Compacted in layers not exceeding 30 cm doosey to achieve minimum 90% of max. laboratory dry density as per IS:2720.

F. Grading shall be done with the following slopes : General site grading :

I) 1 in 500 - In the areas where facilities are located II) 1 in 1600 - Open area. III) 1 in 200 - During micro-grading

G. The slope of earth beyond the grading plant shall be 1.5 (H) : 1 (V). The Finish Grade Level (FGL) which is 108.890 metres above from mean sea level ( 200 mm above from existing cellar top level of well-482 ).

J. Roads, shoulders & site finish and Pavements 1. Roads shall be provided as per the Tentative General layout

drawing general arrangement and at other places wherever required for movement of vehicles, access of trucks/tenders, approach to storage, plant and loading gantry areas and various units/facilities, unloading area, product movement etc. The road layout shall be developed indicating the road top levels, road width etc. keeping in view heavy vehicle forward/backward movement and placement. The carriageway width of all the roads shall be 4.5 M. The roadway width shall be 6.5 M which includes side berm of 1M width on either side.

2. Specifications of roads shall be • 150 mm thick granular materials (compacted) • 150 mm thick W.B.M. with 65 mm graded broken stone

(compacted) • 40 mm thick bituminous surface with 25 mm down graded

broken stone. 3. Roads shall be designed considering the following required :

• Camber 1 in 50 • Radius of Curve 12 meters wherever possible. • Ruling gradient 1:30

4. Road cross-sections shall be designed based on the maximum load envisaged and based on the filled up soil. Characteristics and the design calculations shall be furnished for review and approval by OIL. The sides of the road embankments shall have either brick pitching with cement mortar or turfing as per directive of OIL representatives.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.36

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

5. RCC/CC/Bituminous pavements shall be provided wherever required within the proposed plant area to make the proposed plant operational friendly to the satisfaction of OIL. RCC pavements shall be in panels of 150 mm thick of grade M20 concrete. If demanded ramp on both sides for entry and exit should be provided.

K. Storm Water Drainage Storm water drainage system in the proposed plant shall consist of a well designed open surface drain network (similar to present ITF) so that all the storm water from the plant is efficiently drained off without any water logging. The storm water drainage shall be designed for uncontaminated surface water run off. The pavement in the unit/ equipment area shall be suitably sloped towards drain for collection of rainwater in the drains around the equipment area. The entire storm water network shall be so designed to discharge the entire storm water of the plant to the nearby drain/nallah running outside the plant area. The bed level of the drain at the disposal point from the terminal shall be fixed such so that there is no back flow from main drain. Necessary detailed survey work to be carried out by the successful bidder.

R. Ditches & drains Contractor shall select various types of ditches in the plant so as to

have an economical ditch layout, based on the guidelines given below. Drains shall be provided along the roadside. In any block normally three sides should have rectangular drain and one side trapezoidal main drain. Secondary drains if required shall also be provided and connected to the main drain along the roadside. The drains shall be covered with suitable cover/grating wherever required for safety/statutory or operational requirement.

Construction • Rectangular Ditches: Brick masonry with cement plaster/ RCC

M15 • Trapezoidal: PCC M15/RCC M15 in Cement mortar

Sizing of Ditch Design of drain shall be done as per Manning’s formula

• Minimum velocity in ditch : 0.6 m/Sec. • Maximum velocity in ditch : 2.5 m/Sec. • Minimum depth : 300 mm • Minimum rectangular drain width: 300 mm • Main rectangular drain width : 500 mm • Main Trapezoidal drains Top width(min) : 750 mm • Bottom width(min.): 500 mm

Slopes • Trapezoidal drains : 1:1000 min

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.37

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

• Rectangular drain : 1:500 min S. Culverts

Storm water drains, pipes, cables etc. shall cross the road by suitable RCC pipe culverts or RCC box culverts. Selection of the type of culverts shall be carried out by the Contractor. Material of construction of culverts shall be as below :

Pipe culverts: RCC pipe class NP3 as per IS:458 enclosed in PCC/ RCC as per strength requirement (Min. size – 350 MM) Box Culverts: RCC construction (Min. M20)

Contractor shall furnish the design calculations for the storm water drainage. While furnishing the layout of storm water drainage, contractor shall also furnish the flow diagram for indicating the flow in drains, culverts etc. Excess serviceable/unserviceable material after utilizing the above stated work shall be disposed off by the contractor to locations outside the terminal battery limits after obtaining all necessary approvals from Govt./Local authorities.

T. Electrical / Instru. Trenches, Cables and Road Crossings: The contractor shall identify the requirement of • RCC cable trenches to be provided in the plant area. • Buried/brick masonry, cable trenches. • Cable crossing at roads.

RCC/brick masonry cable trenches shall be with pre-cast cover designed to sustain the maximum load envisaged. Buried cable trenches shall be constructed as per sound Industrial practice/ standards. At crossings, electrical trenches shall be constructed below the instrumental trenches wherever, storm water drains crossing (if unavoidable) cabling has to be taken preferably above the drain with suitable arrangement/over cable tray. Cable crossing at roads shall be with group of RCC pipes (minimum dia 150 mm class NP-2 conforming to IS:458 encased with PCC M15). Clear cover over top of crossing to FGL shall be 600 mm. In case of less cover RCC encasement shall be provided.

O. Electrical Cable Trenches:

These shall be made in RCC leak proof type construction, with pre-cast covers adequately designed against loads as envisaged at respective location, suitable provisions shall be kept for insert, sleeves, slope etc. Entry and exit points shall be sealed to prevent rodent and animal entry.

P. Oil / water separators (2 nos) with proper design as per sound

industry practice at the outlet of the ladder drains within the proposed plant battery limit as advised by Pollution Control Board of Assam.

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.38

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE:5 BROAD GUIDELINE FOR PIPING WORK INCLUDING INTREGATION

A. Process Piping (oil, oily effluent & natural gas) Process Pipe shall be as per API 5L PSL2 standard (latest

editions).The pipes shall be manufactured as per the API standard only and marked with the material specification/ OD/ thickness and other details as required and specified in API 5L standard. The ends of line pipe shall be bevelled as per ANSI B 16.25. Length of the pipe shall be supplied in Single Random / Double Random described in API standard and without any weld joint anywhere in one length. Grade of the pipe shall be as as per API 5L PSL2 standard.

All fittings, tees, bends, reducers, elbows etc. shall be as per ANSI B -16.9 / ANSI B-16.11. Pipe - runs from vibrating / reciprocating equipment shall satisfy acoustic wavelength criteria to avoid vibrations. Welding shall be done in accordance with the API Standard for field

welding of pipelines, API Standard No.1104/1108 (latest edition). Welds shall be made by the manual shielded electric arc process and shall be done in such a manner as to produce welds as stronger as or stronger than the pipe itself. Moreover in the piping network there must be minimum one pair of companion flange in every straight length of 50 metres and two pair of companion flanges in every tee / bend /reducer connection. In all the instruments/controllers there must be bypass connection with a isolation valve as well as upstream, downstream valve and the bleed point of all the instruments/controllers.

The entire crude oil piping network should be properly cleaned / sand blasted followed by priming and anticorrosive painting. The painted piping then insulated with fibre glass wool wrapped with

aluminium sheet of proper thickness and strapping to prevent any heat loss from the same.

The piping network of this additional crude oil tankage project also include hooking up with the existing piping network of ITF with isolation valves at different points so that complete inter-changeability of the proposed tanks with the existing 4500 kls fixed roof tanks can be obtained. Moreover the insulated dry crude line(min 400 mm NB) from this piping network to be extended up through circulating pumps piping network to the inlet battery limit of the proposed pump station with an isolation valve which is within the Tengakhat Production complex(shown in tentative layout drawing). In addition to above, the present suction line of the existing CODP’s of the ITF to be extended by 400mm NB line and hook-up with the main suction line (min 400mmNB) of the proposed pump station with an isolation valve.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.39

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

The designed, supply, and installation of natural gas piping network to feed gas supply to the proposed additional boilers including hooking up with the existing are within the scope of this tender.

B. Steam & Condensate Piping Steam and condensate piping shall be as per ASTM A 106 Grade B,

Seamless black. Pipes for working pressure above 50 PSI [3.5 kg/cm² (g)] shall be of

IBR quality. All IBR quality pipes, valves & fittings etc. shall be supplied with IBR

certificate. All fittings shall be as per ANSI B-16.9/ ANSI B-16.11. Wall thickness of all pipes and fittings shall be of correspondent to

the correct schedule as per requirement of pressure etc. Hooking up of this boiler piping network with the existing boiler piping network of ITF as per sound industry practise for optimum use of boilers.

All the steam piping network must be insulated with fibre glass wool wrapped with aluminium sheet of proper thickness and strapping to prevent any heat loss from the same.

C. Compressed Air/ Nitrogen/ Instrument Air: Pipe shall be as per IS:1239 (Part-1) medium ERW or HFCW black

up to DN 80 and 100 NB to 150 NB as per IS:1239 (Part-1) medium, seamless or ERW, black.

Screwed fittings (DN 50 and below) as per IS:1239 (Part-II). Fabricated fittings

Bends (DN 50 and below) Fabricated from pipes by cold bending with radius 3 DN. DN 65 and above mitred bend with radius 1.5 DN made from pipes.

Tee & Crosses, Reducers All sizes fabricated from pipes. All sizes fabricated by taper cutting of pipes and welding.

D. Water supply line piping:

MS ERW black pipe as per IS:1239 (Part-1)-1990, medium with plain

ends for sizes DN 50 and elbow in random length of 4 to 7 m along with forged, 300 lbs socket weld fittings as per ASTM A 105 Gr.B, dimension as per ASME B-16.11-1991.

MS ERW black pipe as per IS:1239 (Part-1)-1990 medium with bevel

ends for sizes from DN 65 to DN 150 in random length of 4 to 7 m alongwith butt weld fittings as per IS:1239 (Part-2)-1992.

GI pipes as per IS:1239 (Part-1)-1990 medium watt screwed and

socketed ends up to size DN 150 in length of 4 to 7 m along with G.I. screwed fittings as per IS:1239(Part-2)-1992.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.40

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

MS ERW black pipe as per IS:3589-1991, Gr.FE 410 with level ends for sizes DN 200 & above in random length of 4 to 7 m along with butt weld fittings fabricated for the pipe.

Design, Supply of all materials, installation of 50 mm NB water line

from the existing water supply of ITF to the proposed pump station with an isolating valve up to the pump station battery limit are within the scope of this tender. The position of the battery limit for above is shown in the tentative layout drawing supplied herewith.

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.41

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE -6

BROAD GUIDELINES FOR ELECTRIC AND ILLUMINATION

The Contractor’s scope of the electrical works includes Design, Approvals, Supply of all Materials, Transportation, Safe Storage, Installation, Testing and Commissioning of all the electrical equipment and materials required for creating additional tanks of capacity 40,000 Kls including other infrastructure facilities adjacent to present ITF in the Tengakhat Production Complex, Tengakhat including supply of all consumables, tool & tackles, equipment /gadgets required for proper Installation, Testing, Integration & Commissioning of Electrical system.

B. The Contractor’s scope of electrical works starts from outgoing terminal of OIL’s Distribution Board installed in its Power Distribution Centre at Tengakhat OCS and covers all that are required for operation and maintenance of all electrical drives/ items & illumination of the proposed project including area lighting as mentioned above.

C. The Contractor shall receive LT power at one no. 800 Amps. ACBs at OIL’s Distribution Board placed in Power Distribution Centre at Tengakhat OCS. Three (3) phase power to this board is fed from 415V, 50 Hz Gas Engine Driven Gensets placed about 200 mtrs away. The Contractor shall bring power to their supplied PMCC Board having two (2) incomer (800Amps 4 pole ACB), one running and one standby. These two incomers shall have mechanical interlock so that only one can be in energized condition at one point of time. The busbar rating shall be 2500Amps, 4W, 3ph with neutral, 50 Hz, 50kA (1sec). Neutral bus shall have same cross-section as the phases. The Contractor shall take adequate measures to achieve desired voltage level not only at their PMCC Board but also at the motor terminals. There must be spare outgoings switchgears (MCCB) at least one for each rating. Different Electrical Drives will be fed through suitably rated starters. Local adequate Push Button Stations with ammeters shall be provided near all the drives.

D. PMCC Board: This will be floor mounting freestanding type with base channel for fixing on the inserts of floor. It will be totally enclosed, Powder coated, dust & vermin proof with IP-54 degree of protection. All the incomings construction shall be steel sheet with thickness not less than 2.0 mm. All outgoings of PMCC shall have properly rated MCCBs with inbuilt O/C, S/C and separate earth leakage protection and shall have proper cable entry provision equipped with detachable gland plates at cable entry boxes. The

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.42

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

electrical panel should be as per relevant IS and CPRI tested for required fault level and preferably temperature rise also.

E. Erection of Panels.

The panel shall be erected in perfect alignment and perfect level. The base frame shall be welded with the embedded insert plates at various points. Required shims shall be provided for perfect levelling of the base frames.

The process of erection may require shifting, re-erection, re-orientation etc. as per requirement of total completion of the work. The Contractor shall arrange and maintain (at site) all the tools & tackles for erection, testing and commissioning of equipments as per relevant standards. The contractor in this case shall provide all the erection consumables. Any drilling/ fixing etc. required for mounting/ relocating of components shall be done by the contractor. Danger boards for the electrical panels shall be provided with panels

and at all appropriate points. The danger boards shall be in three languages viz. English, Hindi and Assamese.

All the internal wiring/ termination shall be tightened after erection and the screws if found damaged shall be supplied by the contractor without extra cost. Any damaged terminals, if found, shall be replaced by the contractor. After erection, all the control wiring shall be checked for correct ferrules. Any ferrule if found missing/ wrong shall be corrected by the Contractor. The proper dressing of the internal wiring/ cabling shall also be checked after erection. Any dressing if required shall be done including supply of consumables. Mounting of some extra DIN rails and terminals may also be required. All gland plates of the panel shall be properly drilled as per the size of the external cables. The unused holes shall be properly sealed using grommets.

The panels shall be properly earthed as per relevant IS. F. Cables

Power Cable

1100V heavy duty power cable multi-core with stranded Copper conductor extruded PVC insulated, PVC sheathed, galvanized steel wire armoured and PVC outer sheathed as per IS:1554 (Part –I) -1988.

Control Cable

1100V grade heavy duty extruded PVC insulated, PVC inner & outer Sheathed, steel wire armoured with standard copper (1.5 mm²/ 2.5mm²) conductors as per IS:1554 (Part-I)-1988.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.43

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

F. Cable Laying and Termination : All the cables shall be layed underground (in RCC trenches) within

the entire plant area as per relevant standards (IS:1255). Power and

control cables shall be laid in the cable trenches of minimum size 0.60 m(Width) & having a depth of minimum 0.75 m . Where power and control cables are to be laid in the same trench, these shall be separated with the distance as per relevant IS. Further all the cables inside a shed or a building shall be laid in pucca trench filled with sand covered with RCC slabs.

All cables shall be neatly dressed without interfering or crossovers. While laying the cables vertically, these shall be clamped at suitable intervals. Horizontal runs shall be rigidly secured to racks/ hangers in all places where the direction of the route changes as well as at cable terminations or joints. The clamps shall not be done up so tight that the insulation is damaged or deformed. All the cables should be suitably supported / clamped at the equipment entry point.

All cables shall be provided with identification tags indicating the cable number. The tags should be fixed at both the ends of the cable and at 15 mtr. Spacing for straight runs as well as on both sides wherever cables are crossing walls/ floors.. Control cable entering switchboard, control panel etc. shall be neatly bunched and strapped with PVC perforated straps and suitably supported to keep it in position at the terminal blocks. All spare cores of each cable shall be segregated, marked ‘spare’, neatly dressed and suitably tapped at both ends.

Termination of power and control cables shall be done with proper crimping lugs to avoid any loose connection.

Cable route markers made of cement concrete shall be installed at suitable distances along the route of the U G cable as per relevant Standard.

G. Earthing The earthing system for the entire plant including switchgears,

panels, vessels, tanks, manifolds, all the sheds, equipment etc. shall be designed by the contractor as per relevant IS and the norms mentioned below:

The system and requirements under this Technical Specification shall comply to latest revision of the following specification:

• IS:3043-1987 • Indian Electricity Rules – 1956 • National Electricity Codes – 1985

The earthing system shall ensure effective operation and safety aspects of the protective system in case of earth faults.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.44

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

The Contractor shall measure the earthing resistance of the earthing ring main in the presence of the OIL’s representative. The Contractor shall have to carry out the modification as directed by the OIL’s representative to bring the earth resistance within limits of the relevant standards/ practices.

Wherever interconnecting ground conductors cross cable trenches / pipes etc., the conductors shall be taken through GI

pipes and shall be laid at least 300 mm below their bottom level. Adequate size of R.C.C. earth pits with covers as per relevant IS

shall be provided at all earth electrodes. The earth pits are to be marked (numbered) and respective earth resistance value to be indicated with date.

H. Conductor sizes for Earthing

Earthing conductors of following minimum sizes and materials shall be used in the Earthing System as listed below:-

Earthing flats/ conduits buried underground shall be painted with bitumen paint as per the relevant IS.

Wherever the equipment does not have provision of termination of GI earth flat directly, suitable tinned copper jumpers lugged on both ends shall be used.

• All Electrical equipment must have double earthing connected to separate earth bus as per sound industry practice of upstream oil sector.

S.No. Description Size Material

1. Main earthing ring /grid below ground & connection to existing earthing grid.

75 x 6mm flat

Galvanised steel strap

2. Riser/ Pigtail from earthing grid.

65 x 6 mm flat

- do -

3. Conductors to be used for ground connection of various equipment/ structures as listed below :

PMCC Board Starters, Vessels ,Tanks ,etc.

50 x 6 mm flat

- do -

4. Miscellaneous items, viz. Local Control Stations, Junction Boxes Conduits, Pipes etc.

25 x 6 mm flat

-do-

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.45

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

• System neutral to be properly & separately earthed as per IS/IER

H. Illumination

Illumination shall be provided as under. • Inside illuminations of all the sheds/ buildings. • Road lighting & Periphery / boundary lighting. • High mast lighting for entire area of the plant.

The lighting voltage in hazardous area should be 250V phase-to-phase as per I.E. Rules. Accordingly the Contractor shall provide suitably rated dry type Lighting Transformers at least 2 nos and related switchgears of suitable rating to achieve the 250V ph– to –ph lighting voltage.

The contractor shall plan illumination with latest type of luminaries and techniques and should ensure that minimum efforts are required for the maintenance of the lighting system. Contractor should cover the entire area with not less than 3 Nos of 30 Metre high mast lighting system. The Contractor should choose the type, rating & number of luminaries such that the desired level of illumination for different areas and buildings/sheds is achieved as per relevant standards.

The lighting system should conform to relevant IS Codes and practices.

High Mast Lighting: Each mast shall be complete with suitable winch & steel rope,

lantern carriage, aviation obstruction lights, heavy duty lightening arrestor, earthing terminals, junction boxe(s), feeder pillar and Luminaries.

Mast Structure:- Height of mast (mtrs.)

30Mtr Make of Mast Bajaj, Crompton, Phillips,BP

Material construction BSEN 10025, S-355

Thickness in mm (top,middle,bottom)

4,4,5 in mm

Cross section of Mast in polygon (number of sides)

20 sided

Length of individual sections Top-9290mm Middle-10980mm Bottom-10980mm

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.46

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Approx. dynamic Loading for the mast:-

Foundation details :-

Base diameter and top diameter

Top dia-150mm Base dia-540mm

Type of joints Stress fit at site

Length of overlap Top-600mm,

Bottom-750mm

Metal protection treatment of mast section Hot dip galvanized

Thickness of galvanization (min) 70micron(as per BSEN ISO 1461) Size of opening and door at base 1050X250mm

Type of locking arrangement and door panel

Vandal resistant pad locking

Details of slack board inside the base compartment

PVC board, 305X610X10mm

Provision for cable termination MCB isolator

Diameter of Base plate 730mm

Thickness of base plate 30mm

Size of anchor plate and

thickness

650PCD,

730 X 730 X 8 mm

Details of template 730 X 730 X 2 mm

Weight in kgs. Of 30 mtr. Mast including base plate door, head frame

1350kgs approx

Lighting protection finial GI single spike ,1200mm length

Maximum wind speed As per IS 875, part 3

Maximum gust speed time 3 seconds

Height above ground level, these two factors are measured

10 Mtrs.

Factor of safety for wind load 1.25

Factor of safety for other load 1.15

Type of foundation Open raft shallow footing

Size of foundation As per design

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.47

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Lantern Carriage :-

Material of construction 50NB ERW Class B MS pipe

Diameter of carriage ring (mm) 710mm(ID)/2200mm(OD)

Construction 6 arm to suit ltg. Design

Number of joints 2

Buffer arrangement between Carriage and Masts

PVC sleeve on carriage

Load carrying capacity 750kgs,(including carriage)

Number of fittings Min 12 nos symmetrically

Type of fittings/fixture 2X400W SON-T

Cable :-

Soil bearing capacity 10T/sq.Mtr

Design safety factor As per IS 456

Considered wind pressure (kg/m²) As per IS 875-1987

Considered wind speed (km/hr.) To be confirmed

Depth of foundation Max 2.0 Mtr below GL

Number of foundation bolts 12 nos

PCD of foundation bolts 650mm

Type of foundation bolts EN-8 grade Bolt diameter 30mm

Type Trailing Cable

Material Copper conductor, EPR insulated,

PCP sheathed

Current carrying capacity 28 Amps

Cable size 5 X 4.0 sq.mm

No.of circuits per High masts

One

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.48

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Winch :-

Wire rope:-

Power Tool:-

Torque limiter:-

Lifting capacity Upto 750 kgs

Tripping device Mechanical

Adjustable/Non-adjustable Adjustable

No. of Drums per Winch Double drum

Gear ratio 53:1

Capacity 750 kgs

Method of operation Manual/Electrical

Lubrication arrangement Permanent oil bath

Type of Lubricant SAE90/SAE140

Grade AISI316

No. of ropes 2 continuous ropes

Construction 7/19

Centre core material Stainless steel core

Diameter 6mm

Breaking load capacity Minimum 2400kgs.X 2

Factor of safety More than 5 for full load

Model Integral

Input Supply 3 ph,415 V ac

Watt/HP 1100W/1.5HP

No. Of speed Single speed

Operating speed 2 Mtr per minute

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.49

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Luminaries :- Luminaries shall be specially designed with suitable lamp housing

and control gears for 2 X 400 W HPSV lamps. The luminaries shall be tested as per Indian Standards and test reports shall be submitted along with the materials. The luminaries shall be suitable for installation on high masts. Nos. of luminaries per mast shall be chosen such that the desired level of illumination as per standard is achieved but in any case the numbers of luminaries shall not be less than 12 (twelve).

Reference standards

The following shall be Reference Standards for the loading of the High Mast :

IMPORTANT NOTES :

I. STATUATORY REQUIREMENT:-

• For all the FLP electrical equipments viz. motors, transformers, light fittings, switch gears, junction boxes ,PBS etc. used in hazardous area gas group IIA & IIB. The

Code No. Title

IS:875(Part-III)-1987 Code and practice for design loads

for structures

BSEN 10025/ DIN 17100 Grades of MS Plates

BS. 5135/ AWS Welding

BS.ISO 1461 Galvanising

TR. No. 7 1996 of ILE, UK Specification for Mast and

foundation

IS:875(Part-III)-1987 Code and practice for design loads

for structures

BSEN 10025/ DIN 17100 Grades of MS Plates

BS. 5135/ AWS Welding

BS.ISO 1461 Galvanising

TR. No. 7 1996 of ILE, UK Specification for Mast and

foundation

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.50

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Contractor must furnish the test certificates from CMRI and approval from DGMS before installation of the equipment . The equipment should conform to IS –2148 and area classification IS 5572. All FLP electrical equipment and luminaries must have both DGMS logo and approval number embossed on their body.

• The Contractor is also responsible to make available the test certificates from CMRI or the equivalent certifying authority of the country of origin of the equipment and approval from DGMS , India for all the imported Electrical equipment supplied before installation of the equipment to be used in Hazardous area . All such electrical equipment used in hazardous area must have both DGMS logo and the approval number embossed on the body of the equipment.

• The contractor is responsible to obtain the DGMS approval for the entire Plant by providing all the documentation and drawings such as Equipment details, GA Diagram, Single Line Diagram, Complete Cable layout diagram indicating size and length of the cables, Earthing layout and other documents that are required for the purpose as per DGMS guidelines.

• The Contractor has to follow OMR, IS codes, IE Rules, DGMS & OISD guidelines and standard practices. For the relevant equipment , materials and execution of jobs.

• All feeders including motors and lighting circuit must be protected by suitably rated ELCB/ELRs.

• The lighting voltage should be 250V phase-to-phase in hazardous area as per I.E. Rules and OISD Guidelines.

• Each electrical equipment must have proper danger plate. • Each electrical installation should have shock treatment

chart. • Personal Protective Equipment (PPE) viz. Helmet, Safety

Shoes, Safety Belts, Insulated Hand Gloves etc. must be used by the commissioning, operating and maintenance personnel.

• Over and above, illumination for Road lighting and Boundary lighting also to be provided as per relevant standards and statutory guidelines.

• Laminated Single Line Diagram, Wiring Diagram, GA diagram, Complete Cable layout diagram indicating size and length of the cables, Earthing layout, Necessary safety display diagram viz. shock Treatment chart etc. are to be displayed wherever required.

B. TECHNICAL PERSONNEL:- • All the electrical jobs shall be carried out under direct

supervision of competent and experienced Electrical Engineer. The Electrical Engineers & technicians engaged in the erection, testing, commissioning, jobs should posses valid requisite Electrical license issued by State Licensing Board as

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.51

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

per IE rules . The licenses and other relevant documents shall be examined by the OIL’s personnel in-charge of the site for Electrical jobs.

J. INVENTORY:- • A comprehensive inventory list of all the electrical equipment

of proposed plant is to be submitted for approval prior to installation and the copy of the same to be handed over to OIL’s representative.

• All the electrical items should be of OIL’s Approved make. K. TECHNICAL:-

• The voltage level available at any electrical equipment including lighting during the starting/switching on of any electrical drives, should be within the limit specified by the respective manufacturer & BIS for the desired and efficient performance of such equipment.

• All electrical Panels, Switchgears & equipment shall be accommodated in a cement concrete house and sheds with spacing as per BIS.

• Contractor must agree for minor shifting of High Mast (that is mutually agreed upon) to achieve optimum illumination before the installation job taken up. The masts will be installed 30 metre (minimum) away from the nearest crude handling facilities.

• Each drive must have local push button station with ammeter. • The critical electrical items such as PMCC, Starters, High

masts, Feeder pillars etc. will be inspected at manufacturer’s premises before dispatch by OIL’s personnel in-charge of the site for Electrical jobs.

L. MAINTENANCE :- • A detailed predictive and preventive maintenance schedule of

all the electrical equipments of entire plant is to be submitted.

• The Operation and maintenance Schedule for Electrical equipments to be approved by OIL.

M. DOCUMENTATION:- • The Contractor has to submit the following documents during

detailed Engineering: o Entire load details along with the data for connected load, running load, maximum demand. o Detailed Single Line Diagram of power distribution network with complete ratings of switchgears/components. o General arrangement diagram & Layout schematic diagram o Details of all the Electrical Equipments to be used viz. Motors, transformers, Panels, Switchgears, Light fittings, cables etc. along with manufacturer’s catalogue.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.52

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

o Complete revised Cable Schedule & Complete Cable layout diagram indicating size and length of the cables. o Complete Earthing Layout Diagram along with details of Electrodes and straps. o Complete Illumination plan showing the final positions of High masts, Lighting poles/structures and type & rating of Luminaries, Lighting Transformers and Related Switchgears. o List showing the Illumination level considered for different locations –Plant area, sheds, buildings, roads, boundary etc. o Operation and maintenance Schedule.

List of Approved Make/Vendors for Electrical Items. • Motor : Crompton Greaves, Siemens, Bharat Bijlee, Kirloskar,

ABB. • MCC Panels : Assam Electricals, PCE Projects, Lotus

Powergears, L&T, Siemens. • LT Panels/CFS Boards : Assam Electricals, PCE Projects, Lotus

Powergears, L&T, Siemens • MCCBs : MDS, Merlin-Gerin, Siemens. • ACBs : GEPC, Siemens, Merlin- Gerin, ABB. • Combination Fuse Switch : GEPC, L&T. • FLP Equipments & Luminaires : CEAG-FCG, Baliga, • MCB DB : MDS, Siemens, Merlin Gerin. • Luminaries Phillips, Bajaj, Crompton Greaves. • Motor Starter : L&T, BCH, Siemens, Assam Electricals, PCE

Projects. • FLP Starters : CEAG-FCG,m Baliga, Kilburn, Crompton

Greaves. • Cables : NECAB, NICCO, Asian Cables, Universal Cables,

Finolex, • Cable Jointing Kit : Raychem, CCI. • Transformer (Dry Type) : Volt-Amp,Automatic Electric,

Crompton • High Mast : Phillips, Bajaj, Crompton Greaves, B.P. Projects • Crimping Lugs : Dowells

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.53

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE -7 BROAD GUIDELINES / SPECIFICATION FOR FIRE PROTECTION &

FIRE FIGHTING FACILITY

A. Design, approval, supply, fabrication, erection, testing, integration and commissioning of Fire Protection & fighting facilities for Two (2) nos. of Floating roof tanks(20,000 cum cap. each) along with other infrastructural facilities & the proposed Pump station within the Tengakhat Production complex. This additional facilities have to be integrated with the existing ITF fire fighting setup(in two or three points) besides provision of necessary additional fire pumps, jockey pump, foam pump, foam filling facility, foam tank(24 kls cap) and over ground fire water storage tanks including piping network with strict adherence of all the latest codes, laws and bylaws applicable in Upstream Oil sectors such as OMR, OISD, NFPA, BIS, TAC etc which one is the most stringent. Though OISD guidelines shows minimum capacity/requirement of equipment and facilities, OIL’s requirement in some of such equipment/facilities is more which are clearly mentioned in this tender.

B. Existing fire fighting setup at Tengakhat Production complex is having 3 nos. fire fighting pumps of capacity 410 KLS/hr. each (including 50 % standby), 2 nos. Jockey pumps of capacity 25 m3/hr. each (including standby), 2 nos. foam dosing pumps of capacity 5 m3/hr. each (including standby), 2 nos. of Stainless steel foam tanks of 5 kls. each and other foam and fire fighting appliances. Moreover, present system is having 2 nos. over ground fire water storage tanks of capacity 1792 KLS each on the basis of 4 hrs. fire fighting facility and two nos. of inter connected concrete ground water reservoirs having 35,000 KLS capacity is available as supplementary water requirement(being a standalone project) for fire fighting.

C. While making the over ground water storage provision, an additional over ground water storage tank having capacity of 2500 cu m. have to be constructed. Supplementary concrete ground static water reservoir is not envisaged within the scope of this tender.

D. While designing the total water flow requirement (existing+ proposed) vendor have to consider the ‘TAC’ standard of practice (as per the clause no. 7.4.1.4 & 7.4.1.4.2 of TAC fire protection manual.

E. Following Fire Detection / Protection and fire fighting facilities shall be provided. • Diesel engine driven fire water pumping system of not less than

410 m3/hr. capacity c/w engines & accessories - 3sets. • Fire Hydrant, Monitor & TPC System with Jockey Pumps ( in

addition to existing jockey pumps, 1 (one) no. additional Jockey pump of 50 kls/hr capacity will be required)

• Medium velocity water spray system - Three Ring type with two Feeder.

• Foam system ( Semi-Automatic type ), with centralised foam

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.54

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Compound feeding system. • First Aid fire fighting equipment(pressurised type). • Provision of 1000 gpm Mobile Foam Water Monitor – 2 nos. and Suitable hydrant stand post with multi-hydrant outlet ( at least 7 nos. hydrant ) at four strategic point around the ring main. • The Fire water ring main of appropriate diameter through out the

dyke wall perimeter of the two proposed floating roof tanks. • Addressable fire detection & alarm system to be connected with

the existing control room. • Integration with existing system ( min. at two places). • Integration with proposed Pump station from both the sides (as

shown in the tentative layout drawing) • Multipoint suction for these fire pumps directly from above

Ground storage tank as well as from the existing static reservoir. • One (1) no. of SS foam tank of 24 kls capacity including UL listed

AFFF foam and other accessories along with one (1) no. of engine driven foam pump including accessories. Capacity of the foam pump should be as per foam compound requirement in case of major fire condition (sinking of floating roof). Hooking up of the same with the existing network.

• One(1) no. of EMD foam filling pump with piping network for filling of foam from the casks into the SS tanks.

• Minimum nos. of foam pourers as per relevant OISD standard per tank shall be required having discharge of 1000 litres per minute at 7 kg/sq.cm and each foam pourer should have separate riser. Separate foam proportioner should be considered for each tank.

F. Transportation to the site, unloading at site, safe-storage and site transportation of all the equipment and accessories.

G. Related piping work with multi suction point from existing ground water reservoirs including supply of pipes, pipe-fittings, valves, foot valves etc.

H. Related electric & instrumentation work. Level indication and control for overhead tanks (corresponding pumps to stop at high level and starts at low level)

I. Design, supply, sinking of two nos. of sufficient size deep tube wells with FLP motors and pumps including iron removal drinking water plant(with automation) to cater for water supply in the fire fighting facilities (adequate capacity as per the OISD/TAC standard of practice for fire water filling rate) including connection to the existing potable water supply network and the overhead water tank. The water test of the existing ITF must be tested and analysed before designing the iron removal potable water plant. The approved vendor of OIL for this type of plant is M/s Thermax.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.55

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

J. Sheds/extension of sheds over fire fighting pumps, jockey pump, engine driven foam pump, foam filling pump, deep tube wells, instrumentation/ electrical equipment.

K. Integration with the existing fire fighting system of ITF and the proposed Pump station with isolation facilities at least in two places each within the same complex as per safe industry practices.

L. Fire detection facility shall be addressable at control room with manual call point & fire alarm system. Fire water drenching pumps shall be diesel engine driven. Jockey pumps shall be electric motor driven. Fire water main shall be ring main type.

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.56

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE -8 BROAD GUIDELINES / SPECIFICATION FOR INSTRUMENTATION,

CONTROL & COMMUNICATION

A. CONTROL PHILOSOPHY: The Instrumentation for additional ullage at Tengakhat (additional 2 Nos 20000 KL capacity floating roof tanks, 2 Nos Steam Boilers, Booster pumps and Fire fighting facilities) shall be integrated with the existing control system of the Intermediate Tankfarm with dehydration facilities at Tengakhat and shall be operated from the same control room.

All the field instruments must be certified by CMRI/ERTL and approved by DGMS for use in Class 1, Division I & II, Group C&D environment.

The overall system configuration diagram is enclosed as Annexure: A

B. TANKFARM MANAGEMENT SYSTEM (TFMS) A comprehensive Tank farm management system shall be provided

for the TWO Floating roof tanks and integrated with the existing ENTIS TFMS of ENRAF make which in turn is interfaced with the Master station Rockwell Automation PLC system. The TFM system shall consist of TWO (2) Nos of Radar type level Gauges (Frequency Modulated continuous wave type): one for each of the TWO nos. of floating roof crude oil storage tanks of 20000 KL capacity each. The system shall also have the following instruments.

• Tank side indicator (2 Nos) • Multi-point temperature averaging sensor (2 Nos) • Water interface probe (2 Nos) • Pressure transmitter for density(2 Nos) • Communication unit • Tank farm management software

The data from all the transmitters of the Tanks shall be available in the Control room Workstations for Data acquisition, analysis and control. The system shall be able to measure Tank levels, temperature, pressure and Water levels in metric units. Based on the measured values the system shall provide inventory calculations (Volumes, density and mass).

The existing scheme of the TFMS is shown in the System configuration diagram which is enclosed as Annexure:A.

The specifications of above instruments are as follows:

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.57

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SPECIFICATION OF RADAR LEVEL GAUGE:

Operating Principle : 10 GHZ, Frequency Modulated Continuous Wave – RADAR

Antenna type : Horn Antenna size : Suitable for the measuring range Antenna Material : SS 316L Sealing : PTFE “O” Ring Material : Viton Accuracy : +/- 1 mm Repeatability : +/- 0.1 mm Local Display : Digital Indicator on the Transmitter (Transmitter to be configurable with the local Digital Indicator) Output : 4-20ma & HART

Communication/ Interface: RS-485 Format (to support Modbus, Fieldbus, Profibus)

Interface with external sensors:

Input/ Output : 4 – 20 ma

Power supply : 24 V DC

Preferred Vendor : ENRAF, EMERSON, MAGNETROL

SPECIFICATION FOR TANK SIDE INDICATOR: Display : LCD, Digital

Power supply : Loop powered

Reading : Shall be same as shown in the

Control room I&C system

SPECIFICATION FOR AVERAGING TEMPERATURE SENSOR: Sensor : RTD (Pt 100)

No.of sensors : The sensor probe assembly shall

employ sensors spaced at maximum

1 meter interval through out the Tank

Sheathing material : Shall be suitable for Temperature range of 0-800C

SPECIFICATION FOR WATER INTERFACE PROBE: Principle : Capacitance/equivalent

Accuracy : better than +/- 2 mm

Material exposed to

Tank atmosphere : SS 316L, PTFE(Teflon), FEP, Viton

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.58

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SPECIFICATION FOR PRESSURE TRANSMITTER: Principle : Piezo-Resistive/ Capacitance or

equivalent

Mounting : Tank bottom

Transmitter type : Smart

Power supply : 24 V DC, 2-wire

Output : 4-20ma with HART protocol

Accuracy : 0.05% of URL to provide 0.0005 gm/cc density accuracy

Wetted parts : SS 316 Flanged flush diaphragm

Mounting : Flange mounting

Isolation valve : Full bore ball valve with SS316

internals to be provided

SPECIFICATION FOR COMMUNICATION UNIT: The Communication unit acts as an interface between field

equipment and the PLC/SCADA of the Master station running the Tank farm management system software.

Field communication : MFR STD

Protocol : MFR STD

Common mode rejection : > 150 dB

Communication distance : 4 Km max.

Baud rate : 9600 minimum

Housing : Ex-Proof Cast aluminium

Power supply : 24 V DC

4-� VALVE CONTROL SYSTEM MOVs Various functions of the Tank like filling, recirculation, despatch,

booster pump inlet and outlet etc shall be controlled by the operation of MOVs (Motor operated valves) installed at the inlet manifold of each tank and other piping network. Design, supply installation of the same are the scope of this tender.

The existing system of the ITF Tankfarm consists of LIMITORQUE supplied DDC-100 Master station with MOVs connected in a daisy chain to it. The DDC-100 Master station is in turn connected with the Master station Rockwell Automation PLC through MODBUS interface.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.59

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

The MOV shall consist of Flame proof actuator operating on 415 Volts +/- 5%, 3 phase 50 Hz +/- 3% power supply, Valve, Gearing mechanism, Handwheel, Integral starter & Transformer, Torque & Position switches, Field Control Unit for 2-wire control from DDC-100 Master station, required cable & flame proof glands. The proposed MOVs shall be interfaced with the existing DDC-100 Master Station. The quantity and sizing of the MOVs has to be finalized in consultation with OIL.

The MOVs shall be explosion proof and duly certified by CMRI and approved by DGMS for use in Class 1, Division I & II, Group C&D environment. All the MOVs shall be provided with weather proof shed/ canopies in line with the existing system.

The existing MOV control system is shown in the System configuration diagram.

STEAM CONTROL Steam coils shall be provided for maintaining the temperature of the

crude oil in the Tanks. Steam flow shall be controlled by PID loop {considering a steam flow control valve (with pneumatic diaphragm actuator) and the Averaging temperature sensor of the tank} configured in the control system.

N. INSTRUMENTATION AND CONTROLS FOR BOILER The Boiler unit shall be equipped with the following instrumentation

and PLC based control system. • Sequence control for purging and lighting of Pilot and Main

burners. • Ignition of Pilot burner using Ignition transformer & electrodes

operating on 230V AC, 50HZ. • Pilot flame sensing and shutdown of main fuel supply in case of

pilot flame failure. • Water level control • Feed water pump control • Air-Fuel ratio control • Steam pressure control • Low level alarm and tripping of burner • Low air pressure alarm and tripping of burner • High level alarm and tripping of Feed water pumps • Steam Pressure High alarm and tripping of burner • Main gas pressure High and Low alarms • Fuel gas regulators in both pilot and main gas lines. • Pressure gauges in both pilot and main gas lines. • Temperature and Level indicators.

All the burner controls should be provided preferably through Rockwell Automation make PLC (Micro logix 1200 with Panel view).

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.60

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

E. MIMIC PANEL: A mosaic type hardwired Mimic panel of M/s RS-Electronics,

Bangalore make is installed in the Control room to depict the process detail of the Intermediate Tank farm with De-hydration facilities.

It has to be modified by incorporating the additional process details in the space left for expansion in the Mimic panel.

The status of the MOVs has to be indicated by bi-colour clustered LED lamps. The mimic panel has to be integrated with the Master station Rockwell Automation make PLC.

F. CCTV SYSTEM A Closed Circuit Television System shall be provided to monitor the critical areas of the Tankfarm like along the boundary wall, Crude oil storage tanks, Pump house, Indirect Heaters, Electro-static emulsion treaters, ETP etc. It shall consists of minimum 6 Nos of High resolution speed dome cameras, Controller with Keyboard, 16 channel Digital video recorder with 500 GB internal storage (for minimum one week storage), 48 inch TFT Displays (2 Nos), Weather proof junction box with power supply unit for each camera, RG11 armoured video cable of 5000 meter length, power cable of 5000 meters length, camera mounting structures and other accessories. The surveillance through CCTV system shall be done from the control room as well as from the security room near the entry gate to the Tankfarm. The CCTV system shall be independent system from the existing control system of the Tankfarm. Necessary provision must be kept to interfaces with upcoming SCADA. A separate UPS of 2KVA capacity with SMF batteries shall be provided for powering the system.

The cabling shall be done through a cable trench of 600mm depth and 300mm wide covered with sand, bricks laid flat over the sand bed and marked with cable markers.

G. EXPANSION OF THE EXISTING CONTROL SYSTEM The Master station PLC system of Rockwell Automation make has to be expanded (if required) in terms of additional Input/Output cards or additional Interface units to integrate the Instrumentation of this project. The interfacing scheme has to be decided during detailed engineering stage with the approval of OIL.

4-� GENERAL CONDITIONS • The Supplier has to submit detailed P&I diagram and control

system integration diagram for OIL’s approval and should agree to incorporate minor changes if found necessary during detailed engineering stage.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.61

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

• The Supplier has to carryout the complete integration of the Instrumentation offered with the existing control system.

• All the field instruments and the integration scheme with the existing control system have to be finalised during detailed engineering stage with the approval of OIL.

• Only instrument quality dry air shall be used for the part of instrumentation system that will be pneumatically operated.

• All the field instruments should be designed and manufactured for intrinsic safety and suitable for operation in Class I, Division I&II, Group C&D environment and should be certified by CMRI (Central mining research institute) and approved by Directorate General of Mines Safety (DGMS).

• The Housing of the field instruments should be of NEMA IV & IP-65 standards.

• All the field instruments shall operate on 24VDC. Zener Barriers shall be used for powering the field instruments.

• All the field instruments shall be provided with lightning protection circuits and should be designed and manufactured to operate in 100% or above Relative Humidity environment.

• All the pressure measuring instruments for crude oil application should be of diaphragm sealed type and should have a minimum over range protection up to 130% of the range. They should be installed with isolation valves.

• All temperature sensors should be provided with thermo wells. • All field instruments should be designed to be immune to Radio

frequency & Electromagnetic interference with field strength of 15 volts/meter or less over frequency range of 50 Hz to 450 MHz.

• The RADAR Gauge during normal operation should not generate microwave power hazardous to humans. The maximum power level as per API MPMS 3.1B appendix B.2.4.2 should not exceed 2mW. The RADAR Gauge should have the approval from Federal Communication Corporation (FCC, USA) and certificate should be provided.

• Regarding specification of instrumentation cable trenches please refer to Annexure no. 6 (F) Broad guidelines for electric and illumination. In case of cables laying of the two nos. of 20,000 kls capacity tanks, the instrumental cables must be passed through min. 50 MM DIA. G.I Pipes from the tank gauge to outside the dyke wall. The instrumentation cable for the floor portion inside the dyke wall should be laid underground and with end seal.

• The following standards shall be followed for the Instrumentation. ANSI – American National Standards Institute

DIN – Deutsche Industry Norm NFPA 70, 85C – National Fire Protection Agency

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.62

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

NEC – National Electric Code IEC 529 – Classification of degrees of protection IEC 79 – Electrical apparatus for explosive Gas

atmospheres NEMA ICS.6 – Enclosures for Industrial controls and Systems OISD-152 – Oil Industry Safety Directorate standard for safety Instrumentation OMR-1984 – Oil Mines Regulations act

Dept. of Legal Metrology’s approvals

• Junction boxes and Termination cabinets shall be complete with double compression type cable glands for termination of cables. The Junction boxes and Termination cabinets installed in the field should be certified by DGMS (Director General of Mines Safety).

• Specification of Instrumentation CABLES Conductor : Copper

Insulation : PVC (Fire retardant)

Stranded : 7 strands minimum

Shielding : Overall shielded & armoured

Conductor size : 0.8 sq.mm twisted pair for

4-20 mA DC and 24V DC inputs

: 2.5 sq.mm for 230V AC supply

• All the field mounted Junction boxes and Instruments have to be provided with weather proof covers/ canopies.

• In the field area all cables shall be laid in cable trays and cable trays shall be covered suitably.

• The supplier shall offer all the Instruments for inspection by OIL engineers before being dispatched to site.

• Licensed software shall be provided for RADAR gauges (Tank Farm Management system), MOV control system and PLC for Boiler.

• DOCUMENTATION: The supplier shall provide 3 (THREE) sets each of the following documentation: a) Operation and maintenance manual of each

field Instrument b) Instrument list and Instrument data sheet c) Calibration reports d) As built drawings e) Cable schedule f) Hook up drawings g) Integration drawings with the existing control system.

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.63

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

h) All statutory approvals including valid DGMS approval. • TRAINING:

The successful bidder in conjunction with supplier shall provide a free of cost comprehensive training for four OIL’s Engineers on the operation and maintenance of the PLC, CCTV, RADAR gauges, and MOVs at their works.

• Programming/ Calibration device: The supplier should provide ONE portable programming/ calibration devices, which will be used for configuring and calibrating the PLC of the Boilers, RADAR gauges, MOVs and Field transmitters. The programming device should be a lap top computer (of reputed make like Del, Compaq, Levono etc.) containing the configuration/ calibration software of all the above instruments. The programming device should also be equipped with the necessary hardware interfaces to communicate with the field transmitters. The specifications of the Laptop computer shall be as follows: Processor: Intel core 2 Duo Processor T5250 (Minimum 1.5 GHz with 2MB L2 cache, minimum 667 MHz FSB Operating system: Windows XP Professional (or latest) service packs 2 editions or Window Vista which ever is latest Memory: 1GB (2X512MB), 533MHz (Minimum) DDR2 SDRAM HDD: 120 GB (Minimum) SATA (5400 RPM) Display: 16” WXGA High Definition Bright View Widescreen, Optical Drive: DVD/CD RW Combo Drive, Keyboard: Standard keyboard with touch pad/pointing stick, Mouse: External optical mouse Connectivity: 1 Serial, Minimum 2 USB ports, Integrated 10/100/1000 Mbps Ethernet, 56 Kbps, V.92 inbuilt modem Wireless: Intel Pro/Wireless, Battery: Li-lon Battery Adapter: External AC adapter with power card

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

SECTION:IV TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS

PAGE NO.64

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

ANNEXURE -9

BROAD GUIDELINES / SPECIFICATION FOR INTERNAL AND EXTERNAL COATING OF CRUDE OIL STORAGE TANKS

A. The guidelines/specification covers requirements for surface

preparation and application of primer and painting / coating for carbon steel storage tanks.

B. Wherever it is stated in the specification that a specific material is to

be supplied or a specific work is to be done, it shall be deemed that the same shall be supplied or carried out by the contractor with the best quality of material and workmanship at his own cost.

C. All required tools, airless spray, dehumidifier, appropriate nozzles,

brushes, blast material, scaffolding, shot/ sand blasting equipment, air compressors etc. shall be suitable for the work and in good order and shall be arranged by the contractor at site in sufficient quantity.

D. The paint/coating manufacturer’s instructions shall be followed

strictly at all the times. The Technical expert from the manufacturer must be present at the preparation and execution of the job. The Technical expert from the manufacturer must carry out different checks/tests and submit the report to OIL before allowing next phase of operation.

E. The paint/coating specification of the external and internal surfaces

of the crude oil storage tanks are provided in the Annexure:-I

F. The contractor in conjunction with OEM must provide a performance guarantee for 10 years regarding the durability of both internal and external paints/coatings.

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

SECTION: V SCHEDULE OF RATES PAGE NO.1

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SECTION :V

SCHEDULE OF RATES The bidder shall quote their rates (both in figures and words) in the price bid as per the Format enclosed herewith. The

payment shall be made as per the schedule of payment mentioned in the Section:VI ( Special Conditions Of The Contract)

Clause No.16.

SECTION: V SCHEDULE OF RATES PAGE NO.2

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

1.0 SCHEDULE OF RATES : LSTK Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

1 2 3 4 5 6 7 8 9 10 11 12 13 14

SECTION: V SCHEDULE OF RATES PAGE NO.3

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

A. FEED, PREPARATION OF ALL DRAWINGS & APPROVAL 1.

Detailed land survey, Design, Detailed engg., preparation of all the drawings for construction of crude oil storage facility and all other infrastructural facilities including approval of all the design from M/s EIL and OIL.

Lumpsum

B. SUPPLIES, CONSTRUCTION /ERECTION & RELATED JOBS AT PROJECT SITE 2. Floating Roof

Crude Oil Storage Tanks(20,000kls cap. each)-2 nos. incl. supplies of all materials

SECTION: V SCHEDULE OF RATES PAGE NO.4

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

3. Corrosion Prevention System for Crude Oil Storage Tanks of item no.B2 incl. supplies of all materials

Lumpsum

4. Crude Oil Circulation/ Booster Pump package incl. ancillaries:4 nos incl. supplies of all materials

Lumpsum

5. Effluent collection system of the installation including supplies of all materials and Hooking up with the ITF

Lumpsum

SECTION: V SCHEDULE OF RATES PAGE NO.5

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

6. Boilers(2nos.)of min. cap. of 2 tons with Steam Distribution Ckt. Overhead tank & Water Softening Plant incl. supplies of all materials and hooking up with the existing ITF network

Lumpsum

7. All Civil & Structural jobs including supply of all the materials

Lumpsum

8. Piping Work incl. supplies Pipes, pipe fittings, valves etc of for process, potable, boiler & fire fighting water

Lumpsum

SECTION: V SCHEDULE OF RATES PAGE NO.6

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

9. Electric and illumination work incl. supplies of all materials

Lumpsum

10. Fire protection & Fire fighting facilities incl 2500 kls cap. M.S. overground tank incl. supplies of all materials

Lumpsum

11. Source, Supply & for process, potable & firefighting water incl. supplies of all materials

Lumpsum

SECTION: V SCHEDULE OF RATES PAGE NO.7

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

12. Instrumentation, control, surveillance & communication system incl. supplies of all materials

Lumpsum

13. Painting of the entire plant incl. supplies of all materials

Lumpsum

14. Landscaping of the project site, green plantation in select areas inside plant boundary & green belt to cover plant periphery

Lumpsum

15. Integration & Co-ordinated execution

Lumpsum

C. DRAWINGS, DOCUMENTS, STATUTORY APPROVALS

SECTION: V SCHEDULE OF RATES PAGE NO.8

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Sl.No

Description of Supplies/Work (inclusive of all that are covered

item-wise in Scope of Work under

Terms of Reference &

Technical Specification i.e. Section-IV of this tender document)

Quantity

TOTAL PRICE

CIF (Indian) port

component involved in Total Price (Col. 13) for

issue of Essentiality Certificate

Ex-Works Price

Excise Duty

Sales Tax

Transportation to site including packing, forwarding, transit, insurance, Assam Entry Tax(if applicable) etc.

Site work

Installation & Commissioning

Service Tax

Works Contract

Tax

Any other taxes, duties, levies

considered by bidder

Total Price

(4+5+6+7+8+9+10+

11+12)

16. Drawings, documentation & statutory approvals (exclusive of statutory fees)

Lumpsum

D. PLANT INSPECTION, TESTING & COMMISSIONING 17. Inspection,

Testing & Commissioning of individual equipment, tanks etc.

Lumpsum

SUM OF ABOVE (IN RS.) TOTAL CONTRACT PRICE IN INR ----------------------------------------------------------------------------- Note : (1) Bidders are required to show their price break up in the appropriate columns to the extent possible. If any column is not applicable for a particular item, bidders should mention “Not applicable” or “NIL”. In case nothing is mentioned in the column for an item it will be construed that no charge is applicable. (2) Bidders are requested to indicate separately, to the extent possible, the rates of taxes, duties, levies etc. considered in various items. (3) Bidders to quote their rates in both words and figures. All the quoted rates shall be in Indian rupees. CIF values may be shown in foreign currency or INR with exchange rate considered.

NAME & SIGNATURE OF BIDDER

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.1

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SECTION-VI

SPECIAL CONDITIONS OF CONTRACT INDEX

Clause No. TITLE Page No. 01.00 DEFINITION OF SPECIAL TERMS 2-4

02.00 STATUTORY 4-5 NOTIFICATIONS/PERMISSIONS/APPROVALS 03.00 LABOUR LICENSE 5

04.00 LUMP SUM TURNKEY (LSTK) CONTRACT 5

05.00 RESPONSIBILITY OF THE CONTRACTOR 5-6

06.00 OIL’S SCOPE OF SUPPLY 6-7

07.00 CONTRACTOR’S SITE OFFICE 7

08.00 REPORTING OF PROGRESS 7 & DOCUMENTATION 09.00 WORK IN MONSOON & DEWATERING 7

10.00 ENGINEER-IN-CHARGE 7-8

11.00 CONTRACTOR’S REPRESENTATIVE 8

12.00 CONTRACT PRICE 8-11 13.00 TIME SCHEDULE 11

14.00 DEVIATION FROM TIME SCHEDULE 11 (LIQUIDATED DAMAGE & BONUS)

15.00 RELEASE OF PAYMENT 11-12

16.00 SCHEDULE OF PAYMENT : LSTK 12-16

17.00 PATENTS, RIGHTS, LIABILITY AND 16 COMPLIANCE OF REGULATION

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.2

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Special Conditions of the Contract shall be read / interpreted in

conjunction with the General Conditions of the Contract, however if any part is observed to be repugnant or at variance with the provisions of the General Conditions of the Contract, to the extent it cannot be reconciled, the special conditions of the Contract shall override the general conditions for that part.

01.00 DEFINITION OF SPECIAL TERMS 01.01 In this CONTRACT the following words and expressions shall have

the meanings hereby assigned to them, except where the context otherwise requires.

01.02 “THE COMPANY/OWNER/OIL” means Oil India Limited, a Government of India Undertaking having its registered office at Duliajan, Assam.

01.03 The “ENGINEER/ENGINEER-IN-CHARGE (EIC)” means the person designated from time to time for supervision and liaison with the CONTRACTOR by OIL and includes those who are expressly authorised to perform on his behalf for operation of this CONTRACT.

01.04 The “WORK” mean and include all items to be supplied, things to be done and services to be provided and activities to be performed by the CONTRACTOR, pursuant to and in accordance with the CONTRACT, or part thereof, as the case may be, and shall include all extra, additional, altered or substituted items/ things/ activities /services as required for purpose of the CONTRACT.

01.05 The “PERMANENT WORK” means works, which will be incorporated in, and form a part of the WORK to be handed over to the OWNER by the CONTRACTOR on successful completion of the CONTRACT.

01.06 “TEMPORARY WORKS” means all works of temporary nature required in or execution, completion or maintenance of WORKS.

01.07 “CONSTRUCTION EQUIPMENT” means all appliances/equipment and things that are used in for the execution, operation and maintenance of the WORK or TEMPORARY WORKS.

01.08 “CONTRACT DOCUMENTS” means collectively the Tender Document with Designs, Drawings, Specification, Condition, Schedule of Quantities and Rates, Letter of Acceptance and agreed variations if any, and such other documents constituting the tender and acceptance thereof.

01.09 The “SPECIFICATION” means all directions, the various technical specifications, provisions attached and referred to in the Tender Document, which pertain to the method and manner of performing the works, to the quantities and qualities of the works and the materials to be supplied under the CONTRACT for the WORKS, as may be amplified or modified by the OIL during the performance of CONTRACT in order to provide the unforeseen conditions or in the best interests of the WORKS. It shall also include the latest edition of relevant Standard Specifications including all addenda/corrigenda published before entering into CONTRACT.

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.3

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

01.10 The “DRAWINGS” means maps plans and tracings or prints or sketches thereof with any modifications approved in writing by the ENGINEER-IN-CHARGE and such other drawing as may, from time to time, be furnished to or approved in writing by the ENGILNEER-IN-CHARGE in connection with execution of the CONTRACT.

01.11 The “TENDER” means the proposal along with supporting documents submitted by the CONTRACTOR for consideration by the OWNER.

01.12 “MOBILISATION” means establishment of sufficiently adequate infrastructure by the CONTRACTOR at “SITE” comprising of construction equipments, aids, tools, tackles including setting of site offices with facilities such as power, water, communication etc. establishing manpower organization comprising of Resident Engineers, Supervising personnel and an adequate strength of skilled, semi - skilled and un - skilled workers, who with the so

established infrastructure shall be in a position to commence execution of work at site(s), in accordance with the Implementation Schedule of completion of WORK. “MOBILISATION” shall be considered to have been achieved, if the CONTRACTOR has been able to establish infrastructure as per Implementation Schedule and to the satisfaction of ENGINEER-IN-CHARGE/OWNER.

01.13 The “PERIOD OF LIABILITY/PERFORMANCE LIABILITY PERIOD” in relation to a WORK means the specified period of 2 (Two) years from the date of COMPLETION CERTIFICATE upto the date of issue of FINAL CERTIFICATE during which the CONTRACTOR stands responsible for rectifying all defects that may appear in the WORKS executed by the CONTRACTOR in pursuance of the CONTRACT and includes warranties against Manufacturing / Fabrication / Construction defects covering all materials plants, equipment, components supplied by the CONTRACTOR and WORKS.

01.14 “SITE” means the lands and other places on, under, in or through which the PERMANENT WORKS are to be carried out and any other lands or places provided by the OWNER for the purpose of the CONTRACT.

01.15 “NOTICE IN WRITING OR WRITTEN NOTICE” means a notice in written typed or printed characters sent (unless delivered personally or otherwise proved to have been received by the addressee) by registered post to the latest known private or business address or registered office of the address and shall deemed to have been delivered.

01.16 “DAY” means a day of 24 hours from midnight to next consecutive midnight, irrespective of the number of hours worked in that day.

01.17 “WORKING DAY” means any DAY, which is not declared to be holiday or rest day by the OWNER.

01.18 “WEEK” means a period of any consecutive seven days. 01.19 The “ CONTRACT PRICE /VALUE OF CONTRACT” means the sum

accepted or the sum calculated in accordance with the prices accepted in the BID and/or the CONTRACT rates as payable to the

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.4

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

CONTRACTOR for the full and proper performance of their contractual obligations.

01.20 “PLANT” means all the facilities; infrastructure and works that are stipulated for creation/setting up/construction/laying/ completion/ integration vide TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS (SEVCTION IV) of this tender document.

01.21 Subject to Sub-clause 01.22 below, “PROJECT” means all such activities that the “IMPLEMENTATION SCHEDULE” shall stipulate to execute & complete in all respects for creation of the “PLANT” and putting the same into operation.

01.22 “IMPLEMENTATION SCHEDULE” shall mean a plan in the form of, inter alia, a bar chart of all the key activities of the “PROJECT”, mutually agreed upon by the CONTRACTOR & the COMPANY, for systematic execution of the “PROJECT” in a safe, secure & environment-friendly manner as per the time frame quoted by the successful bidder and subsequently agreed upon by the CONTRACTOR & the COMPANY.

01.23 “COMPLETION OF THE PROJECT” shall mean putting the entire “PLANT” into operation. Accordingly “DATE OF COMPLETION OF THE PROJECT”, subject to sub-clause 01.24 & 01.25 below, shall mean the day the entire plant is put into operation.

01.24 Subject to sub-clause 01.25 below, “COMMISSIONING OF THE PROJECT / THE PLANT” shall mean “COMPLETION OF THE PROJECT” plus three months of continuous trouble-free operation of the plant from the day of its being put into operation / “DATE OF COMPLETION OF THE PROJECT”. In the event of malfunctioning / defects during the first three months operation of the three months

operation of the plant, the “DATE OF COMPLETION OF THE PROJECT” shall mean the day of rectification of such malfunctioning/defects etc. and “COMMISSIONING OF THE PLANT” shall mean three months of continuous trouble-free operation with its “DESIRED PERFORMANCE LEVEL” post the day of rectification of such malfunctioning/defects.

02.00 STATUTORY NOTIFICATIONS /PERMISSIONS /APPROVALS

/CLEARANCES /CERTIFICATIONS 02.01 The Contractor shall be responsible for notifying and obtaining

permissions/approvals/clearances from such statutory authorities / govt. agencies / govt. departments as stipulated vide prevailing acts/laws/bye-laws/rules/regulations, for setting up the plant / execution of the project and movement of his men, material & equipment.

02.02 The Contractor shall be responsible for obtaining Central Mining

Research Institute’s ( CMRI’s ) certification of all electrical items for use in hazardous areas/zones and approval of the same from Directorate General of Mines Safety (DGMS). The Contractor shall also be responsible for obtaining such necessary

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.5

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

certification and approval of all other items/equipment as may be required vide provisions of prevailing acts/laws/bye-laws/rules/regulations or otherwise, in absence of such provisions; to cater to sound industry norms.

02.03 The Company shall issue all necessary letters & guarantees and pay the required statutory charges/fees wherever required under the prevailing law to facilitate the process of obtaining such permissions/approvals/clearances. If required, the Company’s representative shall accompany/assist the Contractor for facilitating the process. The ultimate responsibility of completing the process and obtaining the permissions/approvals/clearances in time, subject to fulfilment of prevailing laws, shall however rest with the Contractor.

02.04 Any delay in obtaining statutory permission/approval /clearances

/certification or any social/socio-political factor shall not form a basis for extension in completion period. The Company shall not be responsible for any hindrance in the day-to-day work for such delay.

02.05 Inspection and acceptance of the equipment/facility/work or a part thereof shall not relieve the Contractor from any of his responsibilities under the Contract.

03.00 LABOUR LICENSE

03.01 The Contractor, before starting the work shall obtain a license from

concerned authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish a copy of the same to the Company. Contractor shall also be responsible for its validity and for complying with provisions of all applicable Act, Rules and Regulation in force at the locations of the site.

04.00 LUMP SUM TURNKEY (LSTK) CONTRACT OF THE PLANT

04.01 The entire work as per Scope of Work covered under Terms of

Reference & Technical Specifications (Section IV) of this tender document shall be treated as “LUMP SUM TURNKEY CONTRACT OF THE PLANT” for the specified period.

05.00 RESPONSIBILITY OF THE CONTRACTOR

05.01 The contractor shall be responsible for all that are covered in Terms

of Reference & Technical Specifications (Section IV), Schedule of Rates (Section V), General Conditions of Contract (Section III), Special Conditions of Contract (Section VI) and elsewhere expressed in this tender document and subsequently, stipulations of the contract agreement to be entered into between the Company & the Contractor.

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.6

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

05.02 The Contractor shall bear all the cost in his quoted price towards mobilisation at site and demobilisation including bringing in equipment, work force, materials, dismantling the equipment and clearing the site etc.

05.03 The Contractor shall be solely responsible for making available all

requisite construction equipment, excavators, Hydra, vibro rollers, bull dozer, special aids, cranes, transport facilities, steel shuttering, tools, tackle and testing equipment and appliances for successful execution of the work.

05.04 Preparing approaches and working areas for the movement and

operation of the equipment & machineries, levelling the areas for assembly and erection shall also be the responsibility of the Contractor. The Contractor shall acquaint himself with access availability, facilities, local labour etc. to provide suitable allowances in his quotation. The Contractor may have to build temporary access roads to aid his own work. Contractor shall not use materials issued by OIL, if any, for installation purposes for laying temporary lines, erection etc. Misuse of materials will be seriously viewed and deductions at penal rates of landed cost of materials as purchased by the Company and all additional overheads will be made from the Contractor’s bills for such quantities that are misused.

05.05 The Contractor shall take utmost care for not damaging or

interfering with any Public Utility System, OIL’s benchmarks, proximate facilities & operations during execution of the project. Any inadvertent damage / interference caused however shall be expressly repaired / restored to the original state by the Contractor at his own cost.

05.06 As this project is an augmentation of the present ITF which is in

operation and will be in operation during the execution of this project, strict adherence of OMR, OISD, CCOE, PCB & other statutory bodies rules and regulations is a mandatory during the currency of this contract.

06.00 OIL’S SCOPE OF SUPPLY

06.01 OIL shall provide for this project a site with a barren piece of land as

shown in the tentative plot plan (enclosed along with the tender). The project site will be a part of existing ITF which is within the boundary wall and a part of newly acquired land measuring approximately 6.85 acre. A motor able approach road to the site is available through the existing ITF with restricted movement of vehicles. Moreover, a gravel village road is available out side the boundary wall which should be utilised by the contractor for land development. The existing motor able road through the existing ITF will not be allowed to the contractor for land development purpose.

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.7

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

06.02 OIL shall make available the Electricity, natural gas, de-emulsification/de-oiler or other chemicals for O&M of the plant from OIL’s captive power plant at a single point inside the plant boundary. However, Electric power, natural gas etc required during execution of the project till commissioning of the plant will have to be arranged by the Contractor himself.

06.03 OIL shall also cater for the insurance of the assets post

commissioning of the project including public liability insurance in relation thereto. All the asset insurance till post commissioning of the plant shall have to carry out by the contractor himself.

07.00 CONTRACTOR’S SITE OFFICE

07.01 Immediately after intimation of award of the contract, the Contractor shall open a SITE OFFICE at a proximate location to the project site for supervision and control of project as well as effective liaison with OIL. The Contractor shall nominate Site-In-Charge (s) for coordination and supervision with OIL’s Engineer-In-Charge. Name and address of locations where the Contractor would intend to store the Company Supplied Material, if any, in his safe custody shall be intimated to the Company in advance.

08.00 REPORTING OF PROGRESS & DOCUMENTATION 08.01 The Contractor shall submit to OIL’s EIC fortnightly reports on

execution/progress of the project vis-à-vis the Implementation Schedule.

08.02 The Contractor shall prepare all drawings & documentation and

submit the same to OIL’s EIC in time in the manner and as stipulated in the Terms of Reference & Technical Specifications (Section IV) of this tender document.

09.00 WORK IN MONSOON & DEWATERING 09.01 The execution of the work may entail working in the monsoon also.

The Contractor must therefore cater adequately for such situations as may be required for the job and plan and execute the project in strict adherence to Implementation Schedule and according to the term and condition of the Contract. No extra rate shall be considered for such work in monsoon.

09.02 During monsoon and other period, it shall be the responsibility of

the Contractor to keep the work site free from water at his own cost. 10.00 ENGINEER-IN-CHARGE (EIC)

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.8

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

10.01 The Company will designate one or more EIC, who will be the contact persons for the Contractor. The EIC may sub-delegate responsibilities temporarily or for convenience of progress of the work. The EIC shall be responsible for certifying quality as well as the measurement taken for progressive payments.

11.00 CONTRACTOR’S REPRESENTATIVE

11.01 The Contractor shall designate one or more CONTRACTOR’S

REPRESENTATIVE (S), who shall be the team leader for execution of the project and also be the contact persons for the Company.

12.00 CONTRACT PRICE

12.01 The Contract Price shall be all inclusive lump sum prices for the

entire Scope of Work in accordance with the Schedule of Rates (Section – V) of this tender document. In particular, but not limited to, the Contract Price in respect of individual items of the Schedule of Rates must include the elements as given in I. through V. hereunder as well as take into consideration all that are given in VI hereunder.

I. Supplies A. Foreign Supplies (Finished goods imported from outside India for

this project): Prices of all such Foreign Supplies on CIF, Kolkata or elsewhere basis including packing & forwarding charges, and all duties,

taxes etc. except Customs Duty. Foreign supplies for this

project are eligible for import on ‘NIL’ Customs Duty. Quoted price therefore shall not include any Customs Duty. OIL will issue necessary Recommendatory Letter to Directorate General of Hydrocarbons (DGH) (Govt. of India) for availing ‘NIL’ Customs Duty on CIF values declared in Schedule of Rates (Section-V).

B. Indigenous Supplies (Goods to be supplied from within India including item having Import content):

Prices of all such Indigenous Supplies on FOR dispatch point basis including packing & forwarding charges, and all duties, taxes & levies without any exception.

C. Prices for commissioning spares and all mandatory spares as specified and all tools & tackles.

II. Inland Transportation

A. Foreign Supplies (Finished goods imported from outside India for this project):

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.9

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Cost of transportation of all goods from Kolkata port (nearest port of entry into India) and/or from any other place/ works in India up to the Project site, including port & customs clearance and other incidentals at port of entry, handling, forwarding, loading/unloading from ships, trucks etc.

B. Indigenous Supplies (Goods to be supplied from within India including item having Import content):

Transportation cost of all goods from Contractor’s works/ dispatch point up to the Project site, including handling, forwarding, loading/ unloading from trucks etc.

C. Transit Insurance cost during the entire period covered under sub-clause 6.4 III A and/or 6.4 III B above as applicable to Foreign & Indigenous supplies and local/ municipal/octroi /Assam Entry Tax/consumption tax etc. shall be included in the above transportation price. Beneficiary of all such insurance policies shall be OIL.

III. Site Work

Cost of all site work as per Scope of Work under Terms of Reference & Technical Specifications (i.e. Section-IV) and in accordance with General & Special Conditions of Contract (i.e. Section-III & Section-IV respectively) related to (but not limited to) site transportation, safe storage/ security of all materials at site, erection/ construction/ creation/ installation, testing, acceptance tests and trial run up to successful commissioning of the Plant including rectification of defects/malfunctioning during the specified commissioning period.

IV. Training Cost of training to OIL’s personnel as specified in this tender document

V. General

a) The Contract Price against individual items per Schedule of Rates (Section-V) of this document shall be inclusive of, amongst others, basic & detailed design & engg. documentation.

b) The Contract Price shall be inclusive of installation/ commissioning charges; all taxes, duties and levies as applicable on the Works/ offered goods and services under the Contract except customs duty in India on CIF values of goods declared in Proforma-IIE. The imported goods shall be consigned in the name of OIL.

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.10

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

NOTE:

Department of Revenue under Ministry of Finance, Govt. of India, vide circular No. 59/8/2003 DT 20.06.2003 (F.No. B3/7/2003-TRU) has clarified that commissioning and installation charges are for supply materials under turnkey contracts attract service tax. In case the commissioning and installation charges are shown as consolidated amount including cost of supply items, service tax shall be applicable on total consolidated price of the items. All activities other than the commissioning and installation of the plant/ machinery/ equipment per se, will not be chargeable to service tax.

In view of above, it is desirable that the bidder should show separately [as per format given in Schedule of Rates (Section-V)] installation and commissioning charges, which attract service tax while indicating total cost of each item and accordingly, service tax benefit should be availed to reduce total cost of the project.

c) All demurrage, wharfage and other expenses incurred due to delayed clearance of goods, or for any other reasons, either at Indian port of entry, or at any clearing point, shall be to the successful bidder’s account. The successful bidder shall be responsible for making all necessary arrangements for complying with all necessary formalities at the Indian port of entry.

d) The Contract Price break-up in accordance with above and as

per the Schedule of Rates shall be solely for the purpose of facilitating bid evaluation and payments to be released by the Company, and will not in any way limit the Contractor’s single point total responsibility for the complete Scope of Work and for the Contractor’s all contractual responsibilities/ obligations as stated in this Document.

e) It is for the Contractor to assess and ascertain applicability of taxes, duties, levies etc. applicable under the Contract. It is clearly understood that except for the specific provision covered in these conditions, the Company will not have any liability, whatsoever, on account of taxes, duties, levies etc., till the complete execution of the Contract. The Company will also not have any liability, whatsoever, on account of taxes, duties, levies etc. which are based on the bidder’s wrong assessment/ interpretation of applicability of such taxes, duties, levies etc.

f) If any tax is deductible at source as per Govt. laws, rules and regulations, the same will be so deducted by the Company from the Contractor’s bills before releasing payments, and necessary certificate to that effect will be issued.

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.11

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

g) Inspection/ certification of all goods/ services & works at all stages shall be done by OIL or its authorised representative for which no extra charges shall be borne by the Company.

h) Conditional discount, if offered, shall not be considered for evaluation.

i) Prices quoted by the Contractor shall be firm and fixed during

the bidder’s performance of the Contract. A bid submitted with an adjustable price quotation shall be considered non-responsive and hence, rejected.

j) Unit and total prices must be in words & figures. 13.00 TIME SCHEDULE

13.01 The Contractor upon intimation of award of the contract shall

prepare and submit to the Company an Implementation Schedule showing a plan of key activities in the form of, inter alia, a bar chart and ensure its strict adherence for completion of the project in all respects within the quoted completion period.

14.00 DEVIATION FROM TIME SCHEDULE

(LIQUIDATED DAMAGE & BONUS) 14.01 For delay in completion of the project beyond 15 (fifteen) months

the Contractor shall be levied liquidated damages at the rate of 0.75% per week or part thereof of the project cost up to a maximum of 10%. This clause shall also be referred to as Liquidated Damage Clause of this tender.

14.02 Bonus shall be given, for completion of the project before 15 (fifteen) months, at the rate of 0.75% per week of the project cost up to a maximum of 5%.. This clause shall also be referred to as Bonus Clause of this tender.

14.03 The sub-clause nos. 14.01 & 14.02 (Liquidated Damage Clause &

Bonus Clause) above shall be read & interpreted in conjunction with sub-clause nos. 01.24 & 01.23 of this section (i.e. Section VI), which shall remain in full force & effect.

15.00 RELEASE OF PAYMENT

15.01 Payment shall be released in the following stages:

a) Progressive payments (against completion of project milestones) :- 80% of the project cost

b) Upon successful commissioning of the plant :- 20% of the project cost

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.12

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

The above clause (i.e. Clause No. 15.00) with all its sub-clauses and

the ensuing Clause Nos. 17.00 shall be referred to as Payment Clause of this tender document

16.00 SCHEDULE OF PAYMENT : LSTK

Schedule of payment, subject to clause 13.0 through 16.00 above,

shall be as following:

I. PROGRESSIVE PAYMENTS AGAINST COMPLETION OF PROJECT MILESTONES Progressive payments shall be upto a maximum limit of 80% of the project cost.

Such payments shall be released monthly in accordance with the following schedule, upon progress of individual work as per Scope of Work Under Clause 02.00 of Terms of Reference & Technical Specifications (i.e. Section IV of this document) and as percentage of quoted price against each individual item per Clause 1.0 of Schedule of Rates (i.e. Section V of this document).

S. No.

ACTIVITIES

Progressive Payment to be released (percentage of quoted price against

individual item) Maximum limit of 80%

of the project cost 1.

FEED, Preparation of all drawings & approval

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.13

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

S. No

A. B.

Detailed land survey incl. contour of the battery limit, collection of bore-hole data, preparation of layout plot plan of the project in conjunction with existing ITF, design of process, firefighting & potable water piping network, design and preparation of all the drawings for sheds, structures, RCC electrical distribution building, elect. Sub-station at TKT OCS, roads and drainage, hard-standing & cement matressing, green belt, land scaping, boundary wall, RCC sludge pit as per PCB norms etc and approval of the same. Design of the tanks, foundation, designing of sacrificial type C.P. system, piping, dyke wall, detailed engineering, preparation of all the working cum fabrication drawings for construction of the tanks including steam coil, foam and water sprinkler system and approval from M/s EIL

80% (in one instalment)

ACTIVITIES

Progressive Payment to be released (percentage of quoted price against

individual item) Maximum limit of 80%

of the project cost

2.

Floating Roof Crude Oil Storage Tanks: 2 Nos A. Construction of RCC ring type

foundations as per approved drawing from M/S EIL including supply of all the materials

8%

(in one or more instalments)

B. Upon progressive receipt of tank materials, structures, valves pipes, side entry mixtures, Integrated Flame arrestor cum breather valve & accessories at site including safe storage as per M/s EIL’s approved drawing

40%

(in one or more instalments)

C. Upon construction, fabrication& erection, Cleaning, Internal ceramic coating, external painting, Hydraulic testing, calibration by statutory body etc. as per M/s EIL’s approved drawing

22%

(in one or more instalments)

D. Upon construction of dyke enclosure, cement mattress, OWS system, drainage etc. inside the dyke wall as per approved drawing.

10%

(in one or more instalments)

3. Corrosion Prevention System for Crude Oil Storage tanks

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.14

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

A. Upon receipt of all materials & accessories at site

50% (in one instalment)

B. Upon complete installation 30% (in one instalment)

4. Crude Oil Circulation Pump(4 nos) package A. Upon receipt of all materials &

accessories at site 50%

(in one instalment) B. Upon erection/installation 30%

(in one instalment) 5. Effluent Collection System

A. Upon receipt of materials & accessories at site

50% (in one or more instalments)

B. Upon complete erection/installation including hooking up with existing system

30% (in one or more instalments)

6. Boiler package & Water Softening Plant A. Upon receipt of materials &

accessories at site 50%

(in one or more instalments) B. Upon erection and hooking up with

existing facilities 30%

(in one or more instalments) 7. Civil & Structural Works

A. Upon land-filling, land development ,grading & levelling work, micro grading including supply of imported earth.

15%

(in one or more instalments)

ACTIVITIES

Progressive Payment to be released (percentage of quoted price against

individual item) Maximum limit of 80%

of the project cost B. Upon progressive construction of all

drainage system( inside and outside the boundary wall), boundary wall as per BPE cat.A), oil-water separators (2nos) including supply of all materials

15%

(in one or more instalments)

C. Upon progressive erection of structural sheds incl. extension of sheds, electrical substation(at TKT OCS), Electrical distribution etc. including supply of all materials

15% (in one or more instalments)

D Upon progressive construction of all internal and peripheral roads, RCC culverts, dismantling of existing boundary wall including supply of all materials

15%

(in one or more instalments)

E. Upon progressive construction of all cement matressing/hard standing, concrete walkways, steel walkways incl. railing, steps etc. including supply of all materials

10%

(in one or more instalments)

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.15

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

F. Upon progressive construction of secured, covered, impermeable RCC concrete hazardous sludge pit as per PCB norms including supply of all the materials.

10%

(in one instalment)

8. Piping Work A. Upon receipt of all pipes for process,

fire fighting, boiler pipes, OWS, potable water pipes etc. at site

25%

(in one or more instalments)

B. Upon receipt of valves & fittings for process, fire fighting, OWS, boiler pipes, potable water pipes etc. at site

20%

(in one or more instalments)

C. Upon completion of fabrication, erection, installation, hydraulic testing of piping network for process, OWS, fire fighting, boiler pipes, potable water pipes etc. including concrete supports and thermal insulation.

35% (in one or more instalments)

9. Electrics & Illumination A. Upon progressive receipt of all

electrical equipment, materials & accessories at site

50% (in one or more instalments)

B. Upon completion of erection/

installation of all electrics and illumination

30% (in one or more instalments)

S. No.

ACTIVITIES

Progressive Payment to be released (percentage of quoted price against

individual item) Maximum limit of 80% of the project cost

10. Fire Protection & Firefighting facility A. Upon progressive receipt of all

equipment, materials & accessories at site

50% (in one or more instalments)

B. Upon completion of erection & construction, installation of all fire protection and fire fighting facility

30% (in one or more instalments)

11.

Source, Supply, Storage System for Potable & Firefighting water supply A. Upon progressive receipt of all

equipment, materials & accessories at site

50%

(in one or more instalments) B. Upon completion of erection &

construction, installation of all source, storage system for potable & firefighting water supply

30%

(in one or more instalments)

12. Instrumentation, Control, surveillance & Communication System A. Upon progressive receipt of all

equipment, materials & accessories at site.

50% (in one or more instalments)

B. Upon completion of erection

installation & calibration of all equipment, materials & accessories

30% (in one or more instalments)

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.16

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

13. Painting of the entire plant A. Upon receipt of all painting materials

including paints at site 40%

(in one instalment) B Upon completion of painting of the

entire plant incl. boundary wall, dyke wall, building and structures, all the tanks incl. sign boards, letter writing etc.

40% (in one instalment)

14. Landscaping of the project site, green plantation in select areas inside plant boundary & green belt to cover plant periphery Upon completion of all work in all respects

80% (in one instalment)

15. Integration & Co-ordinated execution Upon integration of all units/facilities of the plant including hooking up with existing ITF

80% (in one instalment)

16. Drawings, Documentation & Statutory approvals (exclusive of statutory

fees) Upon completion of work in all respects 80%

(in one instalment) 17. Inspection, Testing & Commissioning of individual equipment, tanks

etc. Inspection, Testing & Commissioning of individual equipment, tanks piping network(potable, process, fire fighting) etc.

80% (in one instalment)

18.

UPON SUCCESSFUL COMMISSIONING OF THE PLANT

20% of the Total Project Cost

17.00 PATENTS, RIGHTS, LIABILITY AND COMPLIANCE OF

REGULATION: 17.01 Contractor hereby warrants that the use or sale of the goods delivered

hereunder will not infringe claims of any patent covering of such goods and Contractor agrees to be responsible for and to defend at his sole expense all suits and proceedings against COMPANY based on any such alleged patent infringement and to pay all costs, expenses and damages which COMPANY may have to pay or incur by reason of any such suit or proceedings. Final payment to the Contractor by the Company will not be made while any such suits or claim remains unsettled.

17.02 The Contractor shall indemnify COMPANY against all third party

claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof.

17.03 For this purpose, the Company shall enter into a license agreement, if

required, with the Contractor separately covering the forgoing over the period the equipment, software etc. are in actual use in the operations of the Company.

17.04 The bidder shall submit format of such agreement envisaged in sub-

clause 20.3 hereof along with the bid.

SECTION:VI SPECIAL CONDITIONS OF CONTRACT PAGE NO.17

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

17.05 Contractor shall also protect and fully indemnify COMPANY from any

claims from Contractor’s workman/employees or their heirs, dependants, representatives etc. or from any other person/ persons or bodies/companies etc. for any acts of commissions or omission while executing the Contract.

17.06 Contractor shall be responsible for compliance with all requirements

under the laws and shall protect and indemnify completely COMPANY from any claims/penalties arising out of any infringements.

-------------------------

SECTION:VII BID REJECTION/EVALUATION CRITERIA PAGE NO:1

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

SECTION-VII

BID REJECTION/ EVALUATION CRITERIA

INDEX

Clause No. Title

1.1 Bid Rejection Criteria

1.2 Technical

1.3 Commercial

1.4 General

1.5 Bid Evaluation Criteria

SECTION:VII BID REJECTION/EVALUATION CRITERIA PAGE NO:2

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

1.0 BID REJECTION / EVALUATION CRITERIA:

1.1 BID REJECTION CRITERIA (BRC): The bid shall conform generally to the specifications and terms

and conditions given in the Bidding Documents. Bids will be rejected in case services offered do not conform to the required parameters stipulated in the technical specifications. Not-withstanding the general conformity of the bid to the stipulated specifications, the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non-responsive and rejected. All the documents related to BRC must be submitted along with the Techno-Commercial Bid.

1.2 TECHNICAL 1.2.1 The Bidder shall be in the business of executing projects on

Lump Sum Turnkey (LSTK) basis involving Design, Detailed Engineering, Procurement, Construction, Fabrication, Erection, Installation, Testing, Commissioning including civil, mechanical, structural, electrical & instrumentation works and shall have the experience of successfully executing projects of following magnitude in the last 7 years as on Bid Closing Date :

(i) Single contract of minimum value Rs. 30 Crores; OR (ii) Two contracts of minimum value Rs. 20 Crores each; OR (iii) Three contracts of minimum value Rs. 15 Crores each.

Note : Documents establishing successful execution and

commissioning of above contracts must be submitted along-with the techno-commercial bid. These documents should be in the form of duly attested copies of completion certificates/ payment certificates etc. issued by clients.

1.2.2 In addition to the criteria set in para 1.2.1, Bidder must possess

the following work experience: Out of the abovementioned projects executed by the bidder per

criteria set forth in para 1.2.1 (i) or (ii) or (iii), one project must be related to Design, Detailed Engineering, Procurement, Construction, Fabrication, Erection, Installation, Testing, Commissioning including civil, mechanical, structural, electrical & instrumentation works for a Tank Farm Terminal of minimum total capacity of 20,000 M3 having minimum 1nos. Floating roof tanks of individual capacity of 10,000 M3.

SECTION:VII BID REJECTION/EVALUATION CRITERIA PAGE NO:3

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Bidder must provide duly attested documentary evidences in

support of all the above experiences. 1.2.3 The bidder must possess adequate mechanised civil

construction and mechanical erection infrastructural facilities like, but not limited to, bull dozers, road rollers, heavy duty cranes, excavators, vibratory rollers, steel shuttering, concrete mixers etc of their own or may tie up with a collaborator(s) having such infrastructure for maintaining quality and timely completion of the project. The bidder must furnish the list of equipment in their possession or with their collaborator with supporting documentary evidence. Any bid not furnishing the same will be rejected.

1.2.4 In case the bidder ties up with a collaborator for the

infrastructure support as mentioned in para 1.2.3, the bidder must have a pretender tie up with the collaborator and the collaboration should be valid for the entire duration of the contract. Bidders must provide documentary evidence in support of such collaboration(s). In addition to above, the bidder must also provide a Compliance Certificate for engaging the mechanised infrastructure facilities of the collaborator during execution of the said project. Any bid not furnishing the same will be rejected.

1.2.5 The average annual financial turnover of the bidder during the

last 3 years (ending 31st March 2007) should be not less than Rs. 12 Crores. The bidder shall have to furnish the Audited Balance Sheet and Profit & Loss Account Statement for the last three years ending 31.3.2007. Any bid not furnishing the same will be rejected.

1.3 COMMERCIAL: 1.3.1 The bidder shall furnish requisite Bid Security by way of a Bank

Guarantee along with Bid in the manner and as specified in Section ‘Bid security’, which shall be furnished along with the ‘Techno-Commercial Bid’. Any bid not accompanied by a proper bid security will be rejected.

1.3.2 Any bid received in the form of Telex/Cable/Fax/E-mail/

Telephone call will not be accepted. 1.3.3 The bid shall be typed or written in indelible ink and original bid

shall be signed by the Bidder or their authorized representative on all pages failing which the bid will be rejected.

1.3.4 The bid shall contain no inter-lineation, erasures or overwriting

SECTION:VII BID REJECTION/EVALUATION CRITERIA PAGE NO:4

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

except as necessary to correct errors made by Bidder, in which case such corrections must be initialed by the person(s) signing the bid. However, white fluid should not be used for making corrections. Any bid not meeting this requirement shall be rejected.

1.3.5 The Techno-Commercial Bid should not have any price

indication. 1.3.6 Any bid containing false statement(s) will be rejected. 1.3.7 Bidders must quote clearly and strictly in accordance with the

price schedule outlined in Section-V of Tender Documents; otherwise, the bid will be rejected. The price bid for each component must be inclusive of all applicable indirect taxes and duties ie Customs duty/ Excise duty / Cenvat /Sales tax /Entry tax etc. In the Techno-Commercial bid the assumptions for each component towards applicability of relevant statutory duties and the rates must be clearly indicated. For information of the bidders nil Customs duty will be applicable for this project. ONLY Works Contract tax as may be applicable should be advalorem in the price bid.

1.3.8 The Bid Documents are not transferable. Bids made by parties

who have not been issued the Bid Documents from the Company will be rejected.

1.3.9 Any bid received by the Company after the deadline for

submission of bids prescribed by the Company will be rejected. 1.3.10 Price quoted by the successful bidder must be firm during the

performance of the Contract. 1.3.11 The following Clauses with all its sub-clauses should be agreed

in toto, failing which the bid will be rejected. - Performance Security Clause - Warranty clause - Tax liabilities Clause

- Insurance Clause - Force Majeure Clause - Termination Clause - Liquidated damages Clause

1.4 GENERAL :

1.4.1 In case bidder takes exception to any clause of Tender

Document not covered under BEC/BRC, then the Company has

SECTION:VII BID REJECTION/EVALUATION CRITERIA PAGE NO:5

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

the discretion to load or reject the offer on account of such exception if the bidder does not withdraw/ modify the deviation when/as advised by the Company. The loading so done by the Company will be final and binding on the Bidders. No deviation will however, be accepted in the clauses covered under BRC.

1.4.2 To ascertain the substantial responsiveness of the bid the

Company reserves the right to ask the Bidder for clarification in respect of clauses covered under BRC also and such clarification fulfilling the BRC clauses must be received within ten days from the date of clarification sought by the Company, failing which the bid will be summarily rejected.

1.4.3 In case any of the clauses in the BRC contradict with other

clauses of Bid Document elsewhere, then the clauses in the BRC shall prevail.

1.4.4 Any exceptions/deviations to the tender and applicable

statutory duties and levies must be spelt out by bidder in their ‘Techno-Commercial’ bid only. Any additional information/ terms/conditions furnished in sealed ‘Price Bid’ will not be considered by OIL for evaluation/ award of contract.

1.4.5 The originals of such documents [furnished by bidders(s)] shall

have to be produced by bidder(s) to OIL as and when asked for. 1.5 BID EVALUATION CRITERIA (BEC):

1.5.1 The bids conforming to the technical specifications, terms and

conditions stipulated in the bid documents and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents/ documentary evidences pertaining to BRC, will be considered for further evaluation as per the Bid evaluation criteria given below:

1.5.2 To ascertain the inter-se-ranking, the comparison of the

responsive bids will be made on the following basis:- Total quoted cost of the plant as per schedule of rates including

all applicable statutory levies, taxes and duties

1.5.3 Purchase Preference to central PSUs:

OIL reserves the right to allow to central Public Sector enterprises, purchase preference facilities as admissible under the existing policy, the parameters of which are defined in Office memorandum No. DPE/13(1)/2002-Fin. dated 14.6.2002 (as amended from time to time) issued by the Department of Public

SECTION:VII BID REJECTION/EVALUATION CRITERIA PAGE NO:6

TENDER NO. DCO0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Enterprises, under the Ministry of Heavy Industry and Public Enterprises. However, central PSUs will not get purchase preference of upto 10% over and above the price preference indicated above. Admissibility of Price Preference to PSU will be guided by the Government Directive on the matter.

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

PROFORMA:1 LETTER OF AUTHORITY PAGE NO:1

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

PROFORMA - I

LETTER OF AUTHORITY To, HEAD (Contracts) Oil India Ltd. Duliajan - 786602 Assam (India) Sir, Sub : OIL's Tender No. DCO 0474 P09 We ____________________________ confirm that Mr. _________ (Name and address) as authorized to represent us to Bid, negotiate and conclude the agreement on our behalf with you against Tender Invitation No. ________________________ for hiring of services for _______________________. We confirm that we shall be bound by all and whatsoever our said representative shall commit.

Yours Faithfully, Signature : ____________________ Name : ____________________ Designation : ____________________ For & on behalf of : ____________________ Note : This letter of authority shall be on printed letter head of the Bidder and shall be signed by a person competent and having the power of attorney (power of attorney shall be annexed) to bind such Bidder.

PROFORMA:2 STATEMENT OF COMPLIANCE PAGE NO:1

TENDER NO. DCO 0407 P08

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

PROFORMA - II

STATEMENT OF COMPLIANCE

SL. NO.

SECTION/ CLAUSE NO.

BRIEF STATEMENT

COMPLIANCE/ NON-COMPLIANCE

REMARKS

We undertake that excepting above deviations all the terms and conditions in the tender document shall be fully complied with. Signature and seal of the Bidder : Name of Bidder:

PROFORMA: IIA BID FORM PAGENO:1

TENDER NO. DCO 0474 P08

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

PROFORMA - II A

BID FORM

To HEAD (Contracts) Oil India Limited, Duliajan- 786602 Assam (India) Sub : Tender No. : _________________________________ Dear Sir, Having examined the General and Special Conditions of Contract and the Terms of Reference including all attachments thereto, the receipt of which is hereby duly acknowledged, we the undersigned offer to perform the services in conformity with the said conditions of Contract and Terms of Reference for the sums stated below against each work as defined or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid.

S.No. Total Bid Amount

Rupees in word Rupees in figure

1 LSTK .. Design, supplies, Execution & commissioning

We undertake, if our Bid is accepted, to commence the work within (………..) days calculated from the date of issue of Company’s LOA. If our Bid is accepted, we will obtain the guarantee of a bank in a sum not exceeding _______________________ for the due performance of the Contract. We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

PROFORMA: IIA BID FORM PAGENO:2

TENDER NO. DCO 0474P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you may receive. Dated this ____________ day of __________________ 2008.

Signature and seal of the Bidder : __________________ (In the capacity of) : __________________ Name of Bidder : __________________

PROFORMA: IIB FORM OF PERFORMANCE BANK GUARANTEE

PAGE NO:1

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

PROFORMA -II B

FORM OF PERFORMANCE BANK GUARANTEE To: M/s. OIL INDIA LIMITED,

{For: HEAD (Contracts)} Duliajan, Assam, India, Pin Code:-786602.

WHEREAS __________________(Name and address of Contractor) (hereinafter called “Contractor”) had undertaken, in pursuance of Contract No. __________________________ to execute (Name of Contract and Brief Description of the Work) ____________________ (hereinafter called “The Contract”). AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee as security for compliance with Contractor’s obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are Guarantors on behalf of the Contractor, up to a total amount of (Amount of Guarantee in figure) Rs.______________ (Amount of Guarantee in word _________________________), such amount being payable in the types and proportions of currencies in which the Contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or the work to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way cease us from any liability under this guarantee, and we hereby waive notice of such change, addition or modification. This guarantee is valid until the date _____________ (calculated at 27 months after Contract completion date).

SIGNATURE AND SEAL OF THE GUARANTORS: _____________________ Designation : ___________________________________ Name of Bank : ___________________________________ Address : ___________________________________ Witness : _______________ Address : _______________ _______________ Date : _________ Place : _____________

PROFORMA: IIC CONTRACT FORM PAGE NO:1

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

PROFORMA - IIC

CONTRACT FORM

This Contract is made on ____ day of ___________ between Oil India Limited, a Government of India Enterprise, incorporated under the Companies Act 1956, having its registered office at Duliajan in the State of Assam, hereinafter called the “Company” which expression unless repugnant to the context shall include executors, administrators and assignees on the one part, and M/s. _______________(Name and address of Contractor), hereinafter called the “Contractor” which expression unless repugnant to the context shall include executors, administrators and assignees on the other part,

WHEREAS the Company desires that services ______________________ (brief description of services) should be provided by the Contractor as detailed hereinafter or as Company may requires; WHEREAS, Contractor engaged themselves in the business of offering such services represents that they have adequate resources and equipment, material etc. in good working order and fully trained personnel capable of efficiently undertaking the operations and is ready, willing and able to carry out the said services for the Company as per Section- __ attached herewith for this purpose and WHEREAS, Company issued a firm Letter of Award (LOA) No. _____________________ based on Offer No. ________________ submitted by the Contractor against Company’s Tender No. ___________ and Contractor accepted Company’s LOA vide their letter No. ____________ All these aforesaid documents shall be deemed to form and be read and construed as part of this contract. However, should there be any dispute arising out of interpretation of this contract in regard to the terms and conditions with those mentioned in Company’s tender document and subsequent letters including the Letter of Award and Contractor's offer and their subsequent letters, the terms and conditions attached hereto shall prevail. Changes, additions or deletions to the terms of the contract shall be authorised solely by an amendment to the contract executed in the same manner as this contract. NOW WHEREAS, in consideration of the mutual covenants and agreements hereinafter contained, it is hereby agreed as follows -

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

2. In addition to documents hereinabove, the following Sections and Annexures attached herewith shall be deemed to form and be read and construed as part of this Contract viz.:

PROFORMA: IIC CONTRACT FORM PAGE NO:2

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

(a) Section-III : General Conditions of the Contract

(b) Section-IV: Terms of Reference / Technical Specifications;

(c) Section-V indicating the Schedule of Rates. (d) Section-VI indicating the Special Conditions of the Contract.

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

4. The Company hereby covenants to pay the Contractor in

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

IN WITNESS thereof, each party has executed this contract at Duliajan,

Assam as of the date shown above. Signed, Sealed and Delivered, For and on behalf of For and on behalf of Company (Oil India Limited) Contractor (M/s. ______________________) Name : Name : Status : Status : In presence of In presence of 1. 1. 2. 2.

PROFORMA - IID FORM OF BID SECURITY PAGE NO. 1

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

PROFORMA - II D

FORM OF BID SECURITY (BANK GUARANTEE) To : M/s. OIL INDIA LIMITED, Duliajan, Assam, India, Pin Code: 786602.

WHEREAS, (Name of Bidder) ________________________ (hereinafter called “the Bidder”) has submitted their offer Dated__________ for the provision of certain oilfield services (hereinafter called “the Bid”) against OIL INDIA LIMITED, Duliajan, Assam, India (hereinafter called the Company)’s tender No. : _____________. KNOW ALL MEN BY these presents that we (Name of Bank) ____________________ of (Name of Country) _______________having our registered office at _____________ (hereinafter called “Bank”) are bound unto the Company in the sum of ( * ) for which payment well and truly to be made to Company, the Bank binds itself, its successors and assignees by these presents. SEALED with the common seal of the said Bank this ___________________ day of ________________ 2008.

THE CONDITIONS of this obligations are :

(1) If the Bidder withdraws/modifies their Bid during the period of

Bid validity specified by the Bidder; or (2) If the Bidder, having been notified of acceptance of their Bid by the

Company during the period of Bid validity:

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

with the Instructions to Bidders;

We undertake to pay to Company up to the above amount upon receipt of its first written demand (by way of letter / fax/cable), without Company having to substantiate its demand provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

PROFORMA - IID FORM OF BID SECURITY PAGE NO. 2

TENDER NO. DCO 0474 P09

AUGMENTATION OF STORAGE CAPACITY OF ITF BY 40,000 CUM FOR CREATION OF

ADDITIONAL ULLAGE FOR CRUDE OIL AT ITF

OIL INDIA LIMITED DULIAJAN

This guarantee will remain in force up to and including the date ( ** ) and any demand in respect thereof should reach the Bank not later than the above date.

SIGNATURE AND SEAL OF THE GUARANTORS :___________________ Name of Bank & Address :___________________________________ Witness: _______________ Address :________________ ________________ (Signature, Name and Address) Date :__________ Place : _____________ * The Bidder should insert the amount of the guarantee in words and

figures. ** Date of expiry of Bank Guarantee should be minimum 60 days after the

end of the validity period of the Bid.

OIL'S VISION

• Oil India is the fastest growing Energy Company with highest profitability.

• Oil India delights the customers with quality products and

services at competitive prices • Oil India is a Learning Organization, nurturing initiatives,

innovations and aspirations with best practices • Oil India is a team, committed to honesty, integrity, transparency

and mutual trust creating employee pride. • Oil India is fully committed to safety, health and environment. • Oil India is a responsible corporate citizen deeply committed to

socio-economic development in its areas of operations.