+ All Categories
Home > Documents > Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer...

Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer...

Date post: 16-Mar-2018
Category:
Upload: tranlien
View: 217 times
Download: 1 times
Share this document with a friend
103
Tender No. PL / PLM / 5105 Oil India Limited ( A Government of India Enterprises) PIPELINE HEADQUARTER GUWAHATI-781171 Assam ( India) TEL Epbx NO: (91-361) 2643685/688, 2657616/617. FAX : (91-361) 2643686. FORWARDING LETTER Tender No. CGI 0523 P11 [PL/PLM/5105 (R)] Sub : Design, Detail Engineering and Installation of 406.4 mm OD pipeline crossing by Horizontal Directional Drilling method across Digaru river in the state of Assam Sir, 1.0 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 2.0 In connection with its operations, OIL invites Domestic Competitive Bids through E-Procurement site from competent and experienced contractors for Design, Detail Engineering and Installation of 406.4 mm OD pipeline crossing by Horizontal Directional Drilling method across Digaru river in the state of Assam”. The bidding documents and other terms and conditions, Bid Forms etc are available in the Tender Document Booklet no- CGI 0523 P11 [PL/PLM/5105 (R)]. 3.0 The general details of Tender can be viewed at ‘Basic Data’ under ‘Header Data’ in Bid invitation screen. The details of items tendered can be found by clicking to ‘Item data’. 4.0 The Tender is invited with firm price for the specified services. You are invited to submit your most competitive bid on or before the scheduled bid closing date and Cost of Bid : Rs. 5,000.00 Place of Issue : Guwahati
Transcript
Page 1: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. PL / PLM / 5105

Oil India Limited( A Government of India Enterprises)

PIPELINE HEADQUARTERGUWAHATI-781171

Assam ( India)

TEL Epbx NO: (91-361) 2643685/688,2657616/617.

FAX : (91-361) 2643686.

FORWARDING LETTER

Tender No. CGI 0523 P11 [PL/PLM/5105 (R)]

Sub : “Design, Detail Engineering and Installation of 406.4 mm OD pipelinecrossing by Horizontal Directional Drilling method across Digaru river inthe state of Assam”

Sir,

1.0 OIL INDIA LIMITED (OIL), a Government of India Enterprise, is a premier oilcompany engaged in exploration, production and transportation of crude oil &natural gas with its Headquarters at Duliajan, Assam

2.0 In connection with its operations, OIL invites Domestic Competitive Bids throughE-Procurement site from competent and experienced contractors for “Design,Detail Engineering and Installation of 406.4 mm OD pipeline crossing byHorizontal Directional Drilling method across Digaru river in the state ofAssam”. The bidding documents and other terms and conditions, Bid Forms etcare available in the Tender Document Booklet no- CGI 0523 P11 [PL/PLM/5105(R)].

3.0 The general details of Tender can be viewed at ‘Basic Data’ under ‘Header Data’in Bid invitation screen. The details of items tendered can be found by clicking to‘Item data’.

4.0 The Tender is invited with firm price for the specified services. You are invited tosubmit your most competitive bid on or before the scheduled bid closing date and

Cost of Bid : Rs. 5,000.00Place of Issue : Guwahati

Page 2: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

time. For your ready reference, few salient points of the tender (covered in detailin the Bid Document) are highlighted below:

i) Tender No. CGI 0523 P11 [PL/PLM/5105 (R)]

ii) Type of Bid Single stage – Two Bid System.

iii) Date for Pre-Bidconference

01st February’2011 at 10:00 Hrs IST

iv) Venue for Pre-Bidconference

Chief Engineer (PLM)Oil India Limited,Guwahati-781171 , Assam (India).

v) First announcement date 19th January ’2011.vi) Last date of receipt of

application for e-tenderwith cost of Tender.

01st February’2011 upto 15:30 Hrs IST.

vii) Bid Closing Date & Time. 08 th February , 2011: 14:00 hrs ISTviii) Technical Bid Opening

Date & Time.As mentioned in on-line document.

ix) Commercial Bid OpeningDate & Time.

Will be intimated to the eligible bidder nearerthe time

xi) Bid Security SubmissionPlace.

Chief Engineer (PLM)Oil India Limited,Guwahati-781171 , Assam (India).

xii) Bid Opening Place Chief Engineer (PLM)Oil India Limited, Guwahati-781171, Assam (India

xiii) Tender Fee ` 5000.00.

xiv) Bid Security ` 220000.00 (Rupees two lakh and twentythousand) only.

xv) Bid Validity. 180 days from date of closing of bid

xvi) Bid Security Validity 210 days from date of closing of bid.xvii) Amount of Performance

Security10 % of the total estimated contract value.

xviii) Validity of PerformanceSecurity

12 months + 3 months from date ofcompletion of contract.

xix) Duration of Contract 6 (six ) months.

xx) Quantum of Liquidateddamage.

1/2% of total contract value for delay perweek or part thereof subject to maximum of7.5%.

xxi) Addressed forcommunication.

Chief Engineer (PLM)Oil India Limited, Guwahati-781171, Assam(India).

Page 3: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

5.0 Bid Security:Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited,Guwahati-781171, Assam (India) on or before the bid closing date. If bidsecurity in ORIGINAL of above mentioned amount is not received within bidclosing date & time, the bid submitted through electronic form will berejected without any further consideration. For exemption for submission ofBid Security, please refer General Terms and Conditions of Tender bookletNo-CGI 0523 P11 [PL/PLM/5105 (R)].

6.0 Pre-Bid Conference :

6.1 A pre-Bid conference will be held on as mentioned in on-line document. (IST)onwards at Guwahati, India for providing clarifications to prospective bidders onBid Rejection Criteria (BRC) / Bid Evaluation Criteria (BEC), Terms ofReference/Technical Specifications, Terms and conditions of the Bid to enablethem to understand the exact service requirement of the Company. Biddersinterested to attend the pre-bid conference should contact/intimate well inadvance for details of the venue, to the Chief Engineer (PLM), Oil India Limited,Guwahati-781171, Assam (India).

6.2 At the most 2 (two) representatives from each prospective biddershall be allowed to participate in the pre-bid conference. All costs forattending the pre-bid conference shall be to prospective bidders’account.

The prospective bidders shall submit their queries through Fax / Courieraddressed to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam(India) prior to the date of pre-bid conference and such queries must reach OIL’soffice at Guwahati latest by as mentioned in on-line document.. OIL shallreply / clarify their queries in the pre-bid conference. OIL will not be responsiblefor non-receipt or late receipt of any bidder’s query in OIL’s office.

6.3 To ascertain the substantial responsiveness of the bid OIL reserves the right toask the bidder for clarification in respect of clauses covered under BRC also andsuch clarifications fulfilling the BRC clauses in toto must be received on or beforethe deadline given by the company, failing which the offer will be summarilyrejected.

7.0 Application showing full address/ e-mail address with Tender Fee (Non-transferable) in favour of M/s Oil India Limited and payable at Guwahati is to besent to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam(India) only. Application for issue of USER_ID and initial PASSWORDreaching the undersigned till one week prior to the Bid Closing date will beentertained. No physical tender documents will be provided. On receipt ofrequisite tender fee USER_ID and initial PASSWORD will be communicatedto the bidder (through e-mail) and will be allowed to participate in the tenderthrough OIL’s e-Procurement portal(https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/! ). PSU’s and SSI

Page 4: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

units registered with NSIC claiming exemption from payment of tender fee shouldsubmit their request with all credentials.

8.0 Please note that all tender forms and supporting documents are to be submittedthrough OIL’s E-Procurement site only except following documents which are tobe submitted manually in sealed envelope super scribed with Tender no. and BidClosing date to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) so as to reach on or before the Bid Closing Date andTime mentioned in the Tender.

a) Original Bid Security.b) PSU’s and SSI units registered with NSIC claiming exemption from

submission of Bid security should submit all credentials.

9.0 Bidders are requested to examine all instructions, forms, terms and specificationsin the bid. Failure to furnish all information required as per the bid or submissionof offers not substantially responsive to the bid in every respect will be at thebidders risk and may result in the rejection of its offer without seeking anyclarifications.

10.0 In the event of receipt of only a single offer against the tender within B.C. date,OIL reserves the right to extend the B.C. date as deemed fit by the Company.During the extended period, the bidders who have already submitted the bids onor before the original B.C. date, shall not be permitted to revise their quotation.

11.012.0 The prices offered will have to be firm through delivery and not subject to

variation on any account. A bid submitted with an adjustable price will be treatedas non-responsive and rejected.

12.0 The Integrity Pact is applicable against this tender. Therefore,please refer clause 1 3 below. The name of the OIL’s IndependentExternal Monitors at present are as under:

(i) SHRI N. GOPALASWAMI,I.A.S ( Retd) ,(ii) SHRI RAMESH CHANDRA AGARWAL , IPS( Retd)

13.0 OIL shall be entering into an Integrity Pact with the bidders as per format of thetender document. This Integrity Pact proforma has been duly signed digitally byOIL’s competent signatory. The proforma has to be returned by the bidder (alongwith the technical bid) duly signed (digitally) by the same signatory who signedthe bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied byIntegrity Pact Proforma duly signed (digitally) by the bidder shall be rejectedstraightway. Uploading the Integrity Pact with digital signature will be construedthat all pages of the Integrity Pact has been signed by the bidder’s authorizedsignatory who sign the Bid.

14.0 The tender will be go verned by :

a) “General Terms & Conditions (GCC)”; “Special Condition of Contract(SSC)”; “Technical specifications/ Terms of Reference” & “Schedule ofRate (SOR)” for e-Procurement as per Booklet NO. CGI 0523 P11[PL/PLM/5105 (R)] for e-procurement (LCB Tenders).

Page 5: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

b) The prescribed Bid Forms for submission of bids are available in thetender document folder. Technical Checklist and Commercial Checklistmust be filled-up and submitted along with the technical bid.

c) Price should be maintained in the “online price schedule” only.The price quoted other than “online price schedule” will not beconsidered.

15.0 All the Bids must be Digitally Signed using “Class 3” digital certificate withOrganization name (e-commerce application) as per Indian IT Act obtained fromthe licensed Certifying Authorities operating under the Root Certifying Authorityof India (RCAI), Controller of Certifying Authorities (CCA) of India. The bid signedusing other than “Class 3” digital certificate, will be liable for rejection.

16.0 OIL now looks forward to your active participation in the tender.

Thanking you,

Yours faithfully,OIL INDIA LIMITED

(S.K.Mahajan).CHIEF ENGINEER (PLM)

For: GENERAL MANAGER (PLS)

Page 6: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

OIL INDIA LIMITED( A Government of India Enterprises)PIPELINE HEADQUARTERSNARANGI, PO: Udayan Vihar

Guwahati-781171Assam (India)

TELEPHONE NO: (91-361) 2657616/6172643685/688

Fax: (91-361) 2643686

“Design, Detail Engineering and Installation of 406.4 mm ODpipeline crossing by Horizontal Directional Drilling method

across Digaru river in the state of Assam”

TECHNICAL

LCB TENDER BOOKLET REF NO- CGI 0523 P11 [PL/PLM/5105(R)]

Page 7: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 1 -

INDEX

PART - 1

INSTRUCTION TO BIDDERS

CLAUSE SUBJECT PAGE NO.2.0 Bidding Documents 52.1 Tender Fee 52.2 Exemption of Tender Fee 52.3 Refund of Tender Fee 52.4 Document 53.0 Amendment of Bid Documents 64.0 Preparation of Bid 74.1 Language of Bid 74.2 Bidder’s name & Address 75.0 Documents comprising the Bid 76.0 Bid Form. 87.0 Bid Price 88.0 Currencies of Bid 89.0 Documents Establishing Bidder’s Eligibility and

Qualifications8

10.0 Bid Security 811.0 Period of Validity of Bids 914.0 Deadline for Submission of Bids 1015.0 Late Bids 1016.0 Modification and Withdrawal of 1017.0 Pre-Bid Conference. 1018.0 Opening and Evaluation of Bid 1119.0 Opening of Commercial/Priced Bids 1220.0 Evaluation and Comparison of Bids 1221.0 Contacting the Company 1222.0 Award of Contract 1223.0 Company’s Right to accept or Reject any Bid 1324.0 Notification of Award 1325.0 Signing of Contract 1326.0 Performance Security 1327.0 Integrity Pact 1328.0 Cost of Bidding 1429.0 Site Visit 1430.0 General 1436.0 Specifications 15

Page 8: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 2 -

PART – 2

BID REJECTION CRITERIA/BID EVALUATION CRITERIA

CLAUSE SUBJECT PAGENO.

1.0 Bid Rejection Criteria(BRC) 162.0 Technical 163.0 Financial 164.0 Commercial – Bid Submission 175.0 General 186.0 Integrity Pact 187.0 Bid Evaluation Criteria 18

PART – 3

SECTION – I

GENERAL CONDITIONS OF CONTRACT

CLAUSE SUBJECT PAGENO.

1.0 Definitions 192.0 Effective Date, Mobilization Time, Date Of

Commencement of Contract, Duration of Contract19

3.0 General Obligations of Contractor 194.0 General Obligations of Company 205.0 Personnel to be deployed by Contractor 206.0 Warranty and Remedy of Defects 217.0 Confidentiality, Use of Contract Documents and

Information21

8.0 Taxes 219.0 Insurance 2210.0 Changes 2311.0 Force Majeure 2412.0 Termination 2413.0 Settlement of Disputes and Arbitration 2514.0 Notices 2615.0 Subcontracting. 2616.0 Miscellaneous Provisions 2617.0 Liquidated Damages . 2718.0 Performance Security 2719.0 Association of Company’s Personnel 2720.0 Labour 2721.0 Liability 2822.0 Consequential Damage 2923.0 Indemnity Agreement 29

Page 9: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 3 -

24.0 Indemnity Application 2925.0 Payment & Invoicing Procedure 3026.0 Withholding 3027.0 Applicable Law 3128.0 Records, Reports & Inspection 3229.0 Royalty and Patents 3330.0 Waiver. 33

SECTION – II

SPECIAL CONDITIONS OF CONTRACT

CLAUSE SUBJECT PAGENO.

1.0 General 342.0 Details of Crossing 343.0 Scope of Work 344.0 Scope of Supply 365.0 Owner’s Responsibilities 376.0 Contractor’s Responsibilities 377.0 Technical Parameters 388.0 Water and Power Supply 399.0 Time of Completion 3910.0 Measurement & Payment 4011.1 Compensation 4011.2 Scrap and Wastage Allowance 4012.0 Construction 4013.0 QA/QC Programme 4014.0 Field Inspection 4015.0 Installation and Inspection 4016.0 Existing Fecilities 4117.0 Contractor’s Equipment 4118.0 Test and Inspection 4119.0 Completion Certificate 4220.0 Price Escalation 4221.0 Mobilization Advance 4222.0 Documentation 4223.0 Completion Documents 4324.0 Fire Fighting and Safety Equipments/ Services. 4325.0 Security Services 4326.0 Set-Off 4427.0 Subsequently Enacted Laws 4428.0 Pollution and Contamination 4429.0 Discipline 4530.0 Water Management 4531.0 Effluent Pit Bunds 4532.0 Collection of Used / Burnt Lube Oil 4533.0 Comprehensive HSE Guidelines 45

Page 10: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 4 -

SECTION – III

TERMS OF REFERENCE/SCOPE OF WORK

CLAUSE SUBJECT PAGENO.

1.0 Specification for Installation of Pipeline usingHorizontal Directional Drilling Technique.

49

2.0 Specification for Delivery and Transportation ofPipes.

53

3.0 Welding Specification 564.0 Welding / Radiographic Inspection Services. 605.0 Specifications : Hydrostatic Testing 636.0 Temporary Cathodic Protection Works. 657.0 Specifications : Heat Shrinkable Sleeve 688.0 Specifications : Coating Repair Materials. 68

SECTION – IV

SCHEDULE OF RATES

CLAUSE SUBJECT PAGENO.

1.0 Schedule of Rate 692.0 Taxes 693.0 Terms of Payment 694.0 Price Schedule. 70

PART – 4

APPENDIX, ANNEXURES AND PROFORMAS

Annexure SUBJECT PAGENO.

A Integrity Pact 72B Bid Submission Proforma 77C Certificate of Compliance with respect to BRC. 78D Price-Bid Format 79E Statement of Complience 80F Check List 81G Detail of Equipments, Tools & Tackles/

Mobilization & Execution Schedule.83

H Detail Experience of the Bidder. 84I Details of Present Commitments. 85

Page 11: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 5 -

J Authorization for attending Bid Opening. 86K Proforma Letter of Authority. 87L Form of Bid security. 88M Proforma for Bio Data Of Key Personnel 90N Application for Vendor Code. 91

&&&&&

PART-1

INSTRUCTIONS TO BIDDERS

1.0 Bidder shall bear all costs associated with the preparation and submission of bid. Oil IndiaLimited, hereinafter referred to as Company, will in no case be responsible or liable forthose costs, regardless of the conduct or outcome of the bidding process.

2.0 BIDDING DOCUMENTS

2.1 TENDER FEEBidder can purchase the tender documents from the office of Oil India Ltd (OIL), Guwahatias mentioned in the notice inviting tender (NIT) against an application along with requisitenon-refundable tender fee. The bidders shall be able to create the bid online only afterpayment of tender fee. OIL will not take any responsibility for any delay/late in receipt ofTender fee.

2.2 EXEMPTION OF TENDER FEE:(i) Small Scale Industries (SSI) registered with NSIC under Single Point RegistrationScheme are exempted from payment of tender fees for the items they are registered withNSIC. Valid registration certificate with NSIC must be enclosed along with the applicationfor issuing tender documents.

(ii) Public Sector Units (PSU) are also exempted from payment of tender fee.

(iii) Firms registered with NSIC, PSU’s & Government Departments claiming exemptionfrom payment of tender fee should submit their request with all credentials to the tenderadministrator at least 7 days in advance from the date of closer of sale of bid documents,to get access for participation in the tender.

(iv) Tender documents provided to SSI Units registered with NSIC on free of chargebasis shall submit their offer for the service for which they are registered. Their offer forother than the registered service shall not be acceptable. Their offer as service provideralso will not be acceptable and shall be rejected straightway.

2.3 REFUND OF TENDER FEE:In case of cancellation of tender , tender fee will be refunded. However, in case freshtender is issued in cancellation of earlier tender, tender fee will not be refunded. Instead,such bidder will be allowed to participate Free of charge.

2.4 DOCUMENT:

Page 12: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 6 -

The services required, bidding procedures and contract terms are prescribed in theBidding Documents. This bidding document includes the following:

(a) A forwarding letter highlighting the following points. :

i. Company’s Tender No.ii. Bid closing date and time.iii. Bid opening date, time and place.iv. Bid submission place.v. Bid opening place.vi. The amount of Bid Security.vii. The amount of performance guarantee.viii. Quantum of liquidated damages.

(b) Instruction to Bidders (Part-1).(c) Bid Evaluation Criteria / Bid Rejection Criteria (BEC/BRC)-(Part-2)(d) General Conditions of Contract (Section-I)(e) Special Conditions of Contract (Section-II)(f) Terms of Reference (Section-III)(g) Schedule of Rates (Section-IV).(h) Forms, Proforma and Annexure (Section-V)

i) Integrity Pact Proforma, (Annexure-A)ii) Bid Submission Proforma (Annexure-B)iii) Certificate of Compliance with respect to BRC, (Annexure-C)iv) Price-Bid Format (Annexure-D)v) Statement of non-compliance ( Annexure-E)vi) Check List ( Annexure-F)vii) Details of Equipment, Tools & Tackles ( Annexure-G)viii) Details of Experience (Annexure-H)ix) Details of Present commitment (Annexure-I)x) Authorization for attending Bid opening. ( Annexure-J)xi) Letter of authority ( Annexure-K)xii) Performance Bank guarantee ((Annexure-L)xiii) Bio data of key personnel. (Annexure-M).xiv) Application for Vendor Code. (Annexure-N).

2.5 The bidder is expected to examine all instructions, forms, terms and specifications inthe Bidding Documents. Failure to furnish all information required in the BiddingDocuments or submission of a bid not substantially responsive to the BiddingDocuments in every respect will be at the Bidder's risk & responsibility and mayresult in the rejection of its bid.

3.0 AMENDMENT OF BIDDING DOCUMENTS :3.1 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 aprospective Bidder, modify the Bidding Documents by the issuance of an Addendum.

Page 13: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 7 -

3.2 The Addendum will be sent in writing or by Fax to all prospective Bidders to whomCompany has sent the bid documents. The company may, at its discretion, extendthe deadline for bid submission, if the Bidders are expected to require additional timein which to take the Addendum into account in preparation of their bid or for anyother reason.

4.0 PREPARATION OF BIDS4.1 LANGUAGE OF BIDS:

The bid as well as all correspondence and documents relating to the bid exchangedbetween the Bidder and the company shall be in English language, except that anyprinted literature may be in another language provided it is accompanied by anEnglish translated version, which shall govern for the purpose of bid interpretation.

4.2 BIDDER’S NAME & ADDRESS :

Bidders should indicate in their bids their detailed postal address including theFax/Telephone / Cell Phone Nos. and E-mail address.

5.0 DOCUMENTS COMPRISING THE BID:Bids are invited under Single Stage- two bid System. The bid along with allannexures and copies of documents should be submitted in e-form only throughOIL’s e-bidding engine. The price bids submitted in physical form against e-procurement tenders shall not be given any cognizance. However the followingdocuments should necessarily be submitted in physical form in sealed envelopesuperscribed as "Tender Number and due for opening on......" The outer covershould duly bear the tender number and date of closing/opening prominentlyunderlined, alongwith the address as specified in forwarding letter:

(A) Envelope : (i) Containing Valid and proper Bid Security inOriginal as per Clause 10.0 below.

(ii) Any other document required to be submitted inoriginal as per tender requirement

(B ) E-FORM :1.0 TECHNICAL BID comprise of the following:(i) Integrity Pact Proforma, (Annexure-A)(ii) Containing Certificate of Compliance in respect of BRC of the Bid

Document as per Annexure-C.(iii) Complete technical details of the services and equipment specifications

with catalogue, etc(iv) Documentary evidence established in accordance with clause 9.0 of this

section.(iii) Copy of Bid Security furnished in accordance with clause 10.0 of this

section.(iv) Statement of Non-compliance (for Technical Non-compliance only)

(except BRC) as per Annexure-E.(v) Copy of commercial / price bid without indicating prices.

2.0 COMMERCIAL/PRICE BID comprising of following:(i) Bid Form, Schedule of Rates & Price-Bid Format.

Page 14: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 8 -

NOTE: In case of e-tender, only Envelope shall be submitted to Oil IndiaLtd.’s office at Guwahati with in BCD and TECHNICAL BID &COMMERCIAL/PRICE BID shall be submitted through e-tendering process.

6.0 BID FORM:The bidder shall complete the Bid Form and the appropriate Price Schedulefurnished in the Bid Document.

7.0 BID PRICE:

7.1 Unit prices must be quoted by the bidders both in words and in figures.

7.2 Price quoted by the successful bidder must remain firm during its performance of theContract and is not subject to variation on any account.

7.3 All duties and taxes including VAT, Service Tax, Contract Tax, Corporate IncomeTaxes and other levies payable by the successful bidder under the Contract for whichthis Bidding Document is being issued, shall be included in the rates, prices and totalBid Price submitted by the bidder, and the evaluation and comparison of bids shall bemade accordingly. For example, personal taxes and/or any corporate taxes arising outof the profits on the contract as per rules of the country shall be borne by the bidder.

7.4 The price along with price related conditions shall be filled online in the Price-Bidscreen. Any documents sought to be attached with price bid shall also be attached atappropriate place must be digitally signed.

Un-priced techno-commercial Bids shall be submitted in the prescribed bid proforma /annexure. The Annexures as mentioned above shall be filled up without any alterationto OIL’s proforma. The above Annexures along with copy of Bid Security and all othertechno-commercial documents other than price details to be submitted with unpricedbid as per tender requirement should be placed in the ‘un-priced’ bid folder.

7.5 The bid and all attached documents should be digitally signed using digital signaturesissued by an acceptable certifying Authority (CA) as per Indian IT act 2000 before bidis uploaded. If any modifications are made to a document after attaching digitalsignature, the digital signature shall again be attached to such documents beforeuploading the same.

The authenticity of above digital signature shall be verified through authorized CA afterbid opening and in case the digital signature is not authorized the bid will be rejected.

Bidder is responsible for ensuring the validity of digital signature and its proper usageby their employee.

8.0 CURRENCIES OF BID AND PAYMENT:Bidder shall quote prices in Indian Rupees

9.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS:These are listed in Part-2 of the document.

Page 15: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 9 -

10.0 BID SECURITY :10.1 Pursuant to clause 5.0 the Bidder shall furnish as part of its Technical bid, Bid

Security for an amount as specified in the "Forwarding Letter".

10.2 The Bid Security is required to protect the Company against the risk of Bidder'sconduct, which would warrant the security's forfeiture, pursuant to sub-clause 10.7.

10.3 The Bid Security shall be denominated in the Indian currency (Rupees) of the bidand shall be in one of the following form:

(a) A bank guarantee or irrevocable Letter of Credit issued by a scheduled Indianbank in India in the form provided in the Bidding Documents or another formacceptable to the Company and valid for 30 days beyond the validity of thebids.

(b) A cashier's cheque or demand draft drawn on ‘Oil India Limited’ and payable atGuwahati, Assam.

10.4 Any bid not secured in accordance with sub-clause 10.1 and / or 10.3 shall berejected by the Company as non-responsive.

10.5 Unsuccessful Bidder's Bid Security will be discharged and/or returned within 30 daysof expiry of the period of bid validity.

10.6 Successful Bidder's Bid Security will be discharged upon the Bidder's signing of thecontract and furnishing the performance security.

10.7 The Bid Security may be forfeited:

(a) If any Bidder withdraws or modifies their bid during the period of bid validity(including any subsequent extension) specified by the Bidder on the BidForm, or

(b) If a successful Bidder fails: i) to sign the contract within stipulated reasonable time & within the

period of bid validity, and/or ii) to furnish the Performance Security.

11.0 PERIOD OF VALIDITY OF BIDS :11.1 Bids shall remain valid for 180 days after the date of bid opening (technical)

prescribed by the Company.11.2 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 bemade in writing (or by Fax). The bid Security provided under para 10.0 shall also besuitably extended. A Bidder may refuse the request without forfeiting its BidSecurity. A Bidder granting the request will neither be required nor permitted tomodify their bid.

11.3 Bid Security shall not accrue any interest during its period of validity or extendedvalidity.

11.4 The Bid Security may be forfeited:

Page 16: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 10 -

i) If any bidder withdraws their Bid during the period of bid validityii) If any bidder alters their Bid during the period of bid validity or if the bidder

increases the price during the period of bid validity.iii) If the bidders does not accept the LOA issued by Company within the validity of

the bidiv) If the bid is accepted by OIL, and work is awarded but the contractor does not

furnish the Performance Security.v) In case any bidder withdraws their bid during the period of bid validity, Bid

Security will be forfeited and the party shall be debarred for a period of 2(two)years.

12.0 All the conditions of the contract to be made with the successful bidder are given invarious Sections of this document. Bidders are requested to state their compliance/non-compliance to each clause as per Proforma.

13.0 Timely delivery of the bids is the responsibility of the Bidder. Company shall not beresponsible for any delay.

14.0 DEADLINE FOR SUBMISSION OF BIDS :Bids must be received by the company as per clause no 5.0 above within BCD asspecified in the “Forwarding Letter”.

15.0 LATE BIDS:Any Bid received by the Company after the deadline for submission of bidsprescribed by the Company shall be rejected.

16.0 MODIFICATION AND WITHDRAWAL OF BIDS:16.1 The Bidder after submission of bid may withdraw its bid by written notice prior to bid

closing.

16.2 The Bidder's withdrawal notice shall be prepared sealed, marked and dispatched inaccordance with the provisions of clause 13.0. A withdrawal notice may also be sentby fax but followed by a signed confirmation copy, postmarked not later than thedeadline for submission of bids.

16.3 No bid can be modified subsequent to the uploading in the e-tendering system.

16.4 No bid may be withdrawn in the interval between the deadline for submission of bidsand the expiry of the period of bid validity specified by the Bidder on the Bid Form.Withdrawal of a bid during this interval shall result in the Bidder's forfeiture of its BidSecurity.

17.0 PRE-BID CONFERENCE/ MEETING:

17.1 In order to clarify bidder’s queries on the Bid Document and enable them tounderstand the exact service requirement of the Company, a pre-bid conference willbe held in the date mentioned in the forwarding letter at Pipeline Headquarters of OilIndia Limited, Guwahati.

17.2 The purpose of the meeting will be to clarify issues and to answer questions on anymatter that may be raised at that stage. The bidder might take the opportunity to visitthe site and have a feel of logistics that may be necessary during execution of thework.

Page 17: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 11 -

17.3 The bidder is requested to submit any questions in writing or by cable to reach theCompany not later than one week before the pre-bid conference.

17.4 Bidders interested to attend the pre-bid conferences should intimate as specified in theforwarding letter.

17.5 At the most 2 (two) representatives from each prospective bidder shall be allowed toparticipate in the pre-bid conference.

17.6 Bidder shall bear all the costs for attending the pre-bid conference and the Companywill not reimburse the same under any circumstances.

17.7 Minutes of the meeting, including the text of the questions raised (withoutidentifying the source of enquiry) and the responses given will be transmitted withoutdelay to all purchasers of the Tender Documents. Any modification of the biddingdocuments, which may become necessary as a result of the pre-bid meeting shall bemade by the Company exclusively through the issue of an Addendum and are notthrough the minutes of the pre-bid meeting.

17.8 Non-attendance at the pre-bid meeting will not be cause for disqualification of a bidder.

18.0 OPENING AND EVALUATION OF BID:18.1 Company will open the Bids in the presence of Bidder's representatives who choose

to attend at the date, time and place mentioned in the Forwarding Letter. However,an authorization letter (as per attached format) from the bidder must be produced bythe Bidder's representative at the time of bid opening. Unless this Letter ispresented, the representative will not be allowed to attend the bid opening. Only onerepresentative against each bid will be allowed to attend.

18.2 Bid for which an acceptable notice of withdrawal has been received shall not beopened. Company will examine bids to determine whether they are complete,whether requisite Bid Securities have been furnished, whether documents have beenproperly signed and whether the bids are generally in order.

18.3 At bid opening, Company will announce the Bidder's names, written notifications ofbid modifications or withdrawal, if any, the presence of requisite Bid Security, andsuch other details as the Company may consider appropriate.

18.4 Company shall prepare, for its own records, minutes of bid opening including theinformation disclosed to those present in accordance.

18.5 To assist in the examination, evaluation and comparison of bids the Company may atits discretion, ask the Bidder for clarifications of its bid. The request for clarificationand the response shall be in writing and no change in the price or substance of thebid shall be sought, offered or permitted.

18.6 Prior to the detailed evaluation, Company will determine the substantialresponsiveness of each bid to the requirement of the Bidding Documents. Forpurpose of these paragraphs, a substantially responsive bid is one, which conformsto all the terms and conditions of the Bidding Document without deviations orreservation. A deviation or reservation is one which affects in any way substantialway the scope, quality, or performance of work, or which limits in any substantial

Page 18: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 12 -

way, in-consistent way with the bidding documents, the Company’s right or thebidder’s obligations under the contract, and the rectification of which deviation orreservation would affect unfairly the competitive position of other bidders presentingsubstantial responsive bids. The Company's determination of bid's responsiveness isto be based on the contents of the Bid itself without recourse to extrinsic evidence.

18.7 A Bid determined as not substantially responsive will be rejected by the Companyand may not subsequently be made responsive by the Bidder by correction of thenon-conformity.

18.8 The Company may waive minor informality or nonconformity or irregularity in a bid,which does not constitute a material deviation, provided such waiver, does notprejudice or affect the relative ranking of any Bidder.

19.0 OPENING OF COMMERCIAL/ PRICE BIDS:19.1 Company will open the Commercial Bids of the technically qualified Bidders on a

specific date in presence of interested qualified bidders. Technically qualified Bidderswill be intimated about the bid opening date in advance.

19.2 The Company will examine the Price quoted by Bidders to determine whether theyare complete, any computational errors have been made, the documents have beenproperly signed, and the bids are generally in order.

19.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancybetween the unit price and the total price (that is obtained by multiplying the unitprice and quantity) the unit price shall prevail and the total price shall be correctedaccordingly. If any Bidder does not accept the correction of the errors, their bid willbe rejected. If there is a discrepancy between words, and figures, the amount inwords will prevail.

20.0 EVALUATION AND COMPARISON OF BIDS:20.1 The Company will evaluate and compare the bids as per Section-IV of the bidding

documents.

20.2 DISCOUNTS / REBATES : Unconditional discounts/rebates, if any, given in the bidor along with the bid will be considered for evaluation.

20.3 Post bid or conditional discounts/rebates offered by any bidder shall not beconsidered for evaluation of bids. However, if the lowest bidder happens to be thefinal acceptable bidder for award of contract, and if they have offered anydiscounts/rebates, the contract shall be awarded after taking into account suchdiscounts/rebates.

21.0 CONTACTING THE COMPANY :21.1 Except as otherwise provided, no Bidder shall contact Company on any matter

relating to its bid, from the time of the bid opening to the time the Contract isawarded except as required by Company

21.2 An effort by a Bidder to influence the Company in the Company's bid evaluation, bidcomparison or Contract award decisions may result in the rejection of their bid.

22.0 AWARD OF CONTRACTAWARD CRITERIA:

Page 19: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 13 -

The Company will award the Contract to the successful Bidder whose bid has beendetermined to be substantially responsive and has been determined as the lowestevaluated bid, provided further that the Bidder is determined to be qualified toperform the Contract satisfactorily.

23.0 COMPANY'S RIGHT TO ACCEPT OR REJECT ANY BID :Company reserves the right to accept or reject any or all bids and to annul thebidding process and reject all bids, at any time prior to award of contract, withoutthereby incurring any liability to the affected bidder, or bidders or any obligation toinform the affected bidder of the grounds for Company’s action.

24.0 NOTIFICATION OF AWARD:24.1 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 by cable or telex or fax(to be confirmed in writing by registered / couriered letter) that its bid has beenaccepted.

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

24.3 Upon the successful Bidder's furnishing of Performance Security, the company willpromptly notify each un-successful Bidder and will discharge their Bid Security.

25.0 SIGNING OF CONTRACT:25.1 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 theagreement or send the Contract Form provided in the Bidding Documents, along withthe General & Special Conditions of Contract, Technical Specifications, Schedule ofrates incorporating all agreements between the parties.

25.2 Within 30 days of receipt of the final contract document, the successful Bidder shallsign and date the contract and return it to the company.

26.0 PERFORMANCE SECURITY:26.1 Within 30 days of the receipt of notification of award from the Company the

successful Bidder shall furnish the performance security for an amount specified inthe Forwarding Letter in the performance Security Form as provided in the BiddingDocuments or in any other form acceptable to the Company. The performancesecurity shall be payable to Company as compensation for any loss resulting fromContractor’s failure to fulfill its obligations under the Contract.

26.2 The performance security specified above must be valid for 12 months (plus 3months to lodge claim, if any) after the date of expiry of the tenure of the contract tocover the warranty obligations. The same will be discharged by company not laterthan 30 days following its expiry.

26.3 Failure of the successful Bidder to comply with the requirements of clause 2.2 or27.0 shall constitute sufficient grounds for annulment of the award and forfeiture ofthe Bid Security. In such an event the Company may award the contract to the nextevaluated Bidder or call for new bid or negotiate with the next lowest bidder as thecase may be.

27.0 INTEGRITY PACT :27.1 OIL shall be entering into an Integrity Pact with the Bidders as per format enclosed

vide Annexure-A of the Bid Document. Each page of this Integrity Pact proforma has

Page 20: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 14 -

been duly signed (digital) by OIL’s competent signatory. The Proforma has to bereturned by the bidder (along with the technical Bid) duly signed by the samesignatory who signed (digital) the Bid i.e. who is duly authorized to sign the Bid. Allpages of the Integrity Pact to be signed by the bidder’s authorized signatory who signthe Bid. Any Bid not accompanied by the Integrity Pact Proforma duly signed by thebidder shall be rejected straightway.

27.2 OIL has appointed Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd)as Independent Monitors (IEMs) for a period of 3 (three) years to overseeimplementation of Integrity Pact in OIL. Bidders may contact the IndependentMonitors for any matter related to the Tender.

28.0 COST OF BIDDING:28.1 The bidder shall bear all cost associated with the preparation and submission of its bid

and OIL will in no case be responsible or liable for those costs, regardless of theconduct or outcome of the bidding process.

28.2 The Bidder is expected to examine all instructions, forms, terms and specifications inthe bidding documents. Failure to furnish all information required by the biddingdocuments or submission of bid not substantially responsive to the biddingdocuments in every respect will be at the Bidder’s risk and may result in the rejectionof its bid without seeking any clarifications.

29.0 SITE VISIT :The Bidder, at the Bidder’s own cost, responsibility and risk is encouraged to visitand examine the site of work and its surroundings, understand the logistics andobtain all information that may be necessary for preparing the Bid and entering into aContract for the required services/work.

The Contractor shall be deemed prior to Pre-Bid Conference & submitting their Bid tohave:

a) Inspected and examined the Site and its surroundings and carried out suchsurveys as it considers necessary;

b) Satisfied itself as to the nature of the work and materials necessary for theexecution of the Works;

c) Satisfied itself as to the circumstances at the Site, including, withoutlimitation, the ground and sub-soil, the form and nature of the Site and theclimate and hydrological conditions of the Site;

d) Satisfied itself as to the means of communication with and access to &through the Site, the accommodation it may require and the precautions andthe times and methods of working;

e) Obtained for itself all necessary information as to the risks, contingencies andall other circumstances, which may influence or affect the Contract price andits obligations under the Contract;

f) Satisfied itself with all the Indian as well as local conditions, factors andlegislation which may have any effect on the execution of the work coveredunder the Bid Document.

g) Ascertained the general labour position at the Site and have understood thecost associated with engagement of the labours.

Page 21: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 15 -

30.0 GENERAL:30.1 CHECK LIST: The Bidders are advised in their own interest to ensure that all the

points brought out in the check list enclosed as Annexure are complied with, failingwhich the offer is liable to be rejected repeat THE CHECK LIST MUST BECOMPLETED AND SUBMITTED ALONG WITH THE OFFER.

30.2 The bids can only be submitted in the name of the Bidder who have been permittedto participate in the bid. The bid papers, duly filled in and complete in all respectsshall be submitted together with requisite information and Annexures. It shall becomplete and free from ambiguity, change or interlineations.

30.3 The bidder should indicate at the time of quoting against this tender their full postaland Fax/Email addresses.

30.4 The bid including all attached documents shall be digitally signed by duly authorizedrepresentative of the bidding company.

31.0 SPECIFICATIONS :Before submission of Bids, Bidders are requested to make themselves fully conversantwith all Conditions of the Bid Document and other relevant information related to theworks/services to be executed under the contract.

Page 22: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 16 -

END OF PART – 1

&&&&&

PART - 2

BID REJECTION / EVALUATION CRITERIA:

1.0. BID REJECTION CRITERIA (BRC):

The bid shall conform to the specifications and terms and conditions given in theBidding Documents. Bids will be rejected in case material and services offered do notconform to the required parameters stipulated in the technical specifications.Notwithstanding the general conformity of the bid to the stipulated specifications, thefollowing requirements will have to be particularly met by the Bidders withoutwhich the same will be considered as non-responsive and rejected. All thedocuments related to BRC shall be submitted along with the Techno-Commercial Bid.

2.0. TECHNICAL :

BIDDERS ELIGIBILITY CRITERIA

2.1 The Bidder shall have experience in executing at least one project for installation ofsubmerged pipeline crossing of minimum length 300 meters and 355.6 mm OD orabove by horizontal directional drilling (HDD) method in last 7 (seven) yearsreckoned from the date of bid closing date.

2.2 The bidder must have experience in executing project for installation of submergedpipeline crossing by horizontal directional drilling (HDD) method in last 7 (seven)years reckoned from the date of bid closing date for contract value as follows:

i) Single contract of minimum value Rs 85.50 Lakhs.OR

ii) Two contracts of minimum value Rs 53.50 Lakhs each. OR

iii) Three contracts of minimum value Rs 42.60 Lakhs each.

Note:1. Documentary evidence in support of work experience and fulfilling the requirement

as spelt out in clause 2.1 & 2.2 must be submitted along with techno-commercialbid. These documents should be in the form of copies of Completion Certificates/Payment Certificates issued by the Owner of a pipeline. However, the originals ofthese documents shall have to be produced by the bidder, as and when asked for.

3.0 FINANCIAL3.1. Average annual financial turnover during the last 3(three) years ending financial

year 2009-10 should be at least Rs 35.50 Lakh. The proof of annual turnover shouldbe either in the form of Audited Balance Sheet or certification from Chartered / CostAccountant firm indicating the Code Number.

Page 23: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 17 -

3.2. The Bidder must posses PF Code number, PAN & VAT regn No issued byappropriate Govt. Authority.

4.0 COMMERCIAL:

4.1 Bidder shall furnish Bid Security along with the Bid. Bid security shall befurnished as a part of ‘Techno-Commercial Bid’. Any bid not accompanied by aproper bid security will be rejected.

In case of e-Tender, Bidder shall submit original document to the address asspecified within BCD and scanned copy shall be submitted along with the e-Tender.

4.2 Any bid received in the form of Telex/Cable/Fax/E-mail/ Telephone call will notbe accepted.

4.3 Bid shall be typed or written in indelible ink and original bid shall be signed bythe Bidder or their authorized representative on all pages failing which the bid willbe rejected. Rate shall be quoted in figure as well as in words.

In case of e-Tender, Bidder shall submit scanned copy of the signed bid asmentioned above as per e-Tendering procedure.

4.4 Bid shall contain no inter-lineation, erasures or overwriting except as necessary tocorrect errors made by Bidder, in which case such corrections shall be initialed bythe person(s) signing the bid. However, white fluid should not be used for makingcorrections. Any bid not meeting this requirement shall be rejected.

4.5 The Techno-Commercial Bid should not have any price indication.

4.6 Any bid containing false statement will be rejected.

4.7 Bidders must quote clearly and strictly in accordance with the price schedule ofBidding Documents, otherwise the bid will be rejected.

4.8 The Bid Documents are not transferable. Bids made by parties who have notpurchased the Bid Documents from the Company will be rejected.

4.9 Any Bid received by the Company after the deadline for submission of bidsprescribed by the Company will be rejected.

4.10 Price quoted by the successful Bidder must be firm during the performance of theContract and not subject to variation on any account. A bid submitted with anadjustable price will be treated as non-responsive and rejected.

4.11 The following Clauses with all its sub-clauses should be agreed in toto, failingwhich the bid will be rejected.

a) Performance Security Clauseb) Force Majeure Clausec) Termination Claused) Settlement of disputes Clausee) Liquidated Damages Clause.f) Acceptance of Jurisdiction and applicable law.

Page 24: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 18 -

g) Tax liabilities clause.h) Insurance clause.i) With holding clause.j) Liability clause.

5.0 GENERAL:

5.1 In case Bidder takes exception to any clause of Tender Document not coveredunder BEC/BRC, then the Company has the discretion to load or reject theoffer on account of such exception if the Bidder does not withdraw/ modifythe deviation when/as advised by the Company. The loading so done by theCompany will be final and binding on the Bidders. No deviation will however,be accepted in the clauses covered under BEC/BRC.

5.2 To ascertain the substantial responsiveness of the bid the Company reservesthe right to ask the Bidder for clarification in respect of clauses covered underBEC/BRC also and such clarification fulfilling the BEC/BRC clauses must bereceived on or before the deadline given by the Company, failing which theoffer will summarily rejected.

5.3 In case, any of the clauses in the BRC contradict with other clauses of BidDocument elsewhere, then the clauses in the BRC shall prevail.

5.4 Any exceptions/deviations to tender must be spelt out by Bidder in their‘Techno-Commercial’ bid only. Any additional information/terms/ conditionsfurnished in (sealed) ‘Price Bid’ will not be considered by Company forevaluation/award of contract.

5.5 Bidder shall fulfill all the relevant clauses applicable in case of legacy systemor e-tender whichever is applicable.

6.0 INTEGRITY PACT:

Bidder shall submitted Integrity Pact Proforma / Annexure along with theTechnical Bid, duly signed on all pages by same signatory who signed the bid,failing which the offer will summarily be rejected.

7.0 BID EVALUATION CRITERIA (BEC):

7.1 The bids conforming to the technical specifications, terms and conditionsstipulated in the bid documents and considered to be responsive aftersubjecting to the Bid Rejection Criteria will be considered for furtherevaluation as per the Bid Evaluation Criteria given below.

7.2 To ascertain the inter-se-ranking, the comparison of the responsive bids willbe made on the basis of total cost of various works envisaged under thecontract.

Page 25: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 19 -

END OF PART - 2

&&&&&

PART – 3

SECTION - I

GENERAL CONDITIONS OF CONTRACT

1.0 DEFINITIONS1.1 In the contract, the following terms shall be interpreted as indicated :

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

(b) " Contract Price” means the price payable to Contractor under the contract forthe full and proper performance of their contractual obligations.

(c) "Work" means each and every activity required for the successful performance the services described in Section- III, the Terms of Reference.

(d) "Company” or “OIL” means Oil India Limited.

(e) "Contractor" means the individual or firm or Body incorporated performinghe Consultancy study under the Contract.

(f) "Contractor's Personnel" mean the personnel to be provided by Contractor toprovide services as per contract.

(g) "Company's Personnel" mean the personnel to be provided by OIL or OIL'scontractor (other than the Contractor executing the contract). The Companyrepresentatives of OIL are also included in the Company's personnel.

2.0 EFFECTIVE DATE, DATE OF COMMENCEMENT OF CONTRACTAND COMPLETION TIME OF CONTRACT

2.1 The contract shall become effective from the ‘date of commencement’ as notified inthe letter of awarded (LOA). This date shall be treated as the effective date ofcommencement of the contract.

2.2 The completion time of Contract is 6 (six) months from the commencement date. Ifthe job is not completed within 6 (six) months, the company shall have the option toextend the contract with same rates, terms & conditions.

3.0 GENERAL OBLIGATIONS OF CONTRACTOR :

Page 26: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 20 -

Contractor shall, in accordance with and subject to the terms and conditions ofthis Contract:

3.1 Perform the work described in the Terms of Reference (Section- III) in mosteconomic and cost effective way.

3.2 Except as otherwise provided in the Terms of Reference and the special Conditionsof the contract, provide all personnel as required to perform the work.

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

3.4 Contractor shall be deemed to have satisfied himself before submitting their bid as tothe correctness and sufficiency of its bid for the services required and of the ratesand prices quoted, which rates and prices shall, except insofar as otherwiseprovided, cover all its obligations under the contract.

3.5 Contractor shall give or provide all necessary supervision during the performance ofthe services and as long thereafter as within the warranty period company mayconsider necessary for the proper fulfilling of contractor's obligations under thecontract.

4.0 GENERAL OBLIGATIONS OF THE COMPANY :

Company shall, in accordance with and subject to the terms and conditions of thiscontract :

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

4.2 Allow Contractor access, subject to normal security and safety procedures, to allareas as required for orderly performance of the work.

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

5.0 PERSONNEL TO BE DEPLOYED BY THE CONTRACTOR :5.1 Contractor warrants that it shall provide competent, qualified and sufficiently

experienced personnel to perform the work correctly and efficiently.

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

Page 27: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 21 -

5.3 The Contractor shall be solely responsible throughout the period of the contract forproviding all requirements of their personnel. Company shall have no responsibility orliability in this regard.

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

6.0 WARRANTY AND REMEDY OF DEFECTS :6.1 Contractor warrants that it shall perform the work in a professional manner and in

accordance with the highest degree of quality, efficiency, and with the state of the arttechnology/ inspection services and in conformity with all specifications, standardsand drawings set forth or referred to in the Technical Specifications. They shouldcomply with the instructions and guidance which Company may give to theContractor from time to time.

6.2 Should Company discover at any time during the execution of the Contract or within12 months after completion of the contract that the work carried out by the contractordoes not conform to the foregoing warranty, Contractor shall after receipt of noticefrom Company, promptly perform all corrective work required to make the servicesconform to the Warranty. Such corrective work shall be performed entirely atcontractor's own expenses. If such corrective work is not performed within areasonable time, the Company, at its option, may have such remedial work carriedout by others and charge the cost thereof to Contractor which the contractor mustpay promptly. In case contractor fails to perform remedial work, the performancesecurity shall be forfeited.

7.0 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND INFORMATION :7.1 Contractor shall not, without Company's prior written consent, disclose the contract,

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

7.2 Contractor shall not, without Company's prior written consent, make use of anydocument or information except for purposes of performing the contract.

7.3 Any document supplied to the Contractor in relation to the contract other than theContract itself remain the property of Company and shall be returned ( in all copies)to Company on completion of Contractor's performance under the Contract if sorequired by Company.

8.0 TAXES :8.1 Tax levied as per the provisions of Indian Income Tax Act and any other

enactment/rules on income derived/ payments received under the contract will be oncontractor’s account.

8.2 Contractor shall be responsible for payment of personal taxes, if any, for all thepersonnel deployed in India.

Page 28: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 22 -

8.3 The contractor shall furnish to the company, if and when called upon to do so,relevant statement of accounts or any other information pertaining to work doneunder the contract for submitting the same to the Tax authorities, on specific requestfrom them. Contractor shall be responsible for preparing and filing the return ofincome etc. within the prescribed time limit to the appropriate authority.

8.4 Prior to start of operations under the contract, the contractor shall furnish thecompany with the necessary documents, as asked for by the company and/ or anyother information pertaining to the contract, which may be required to be submitted tothe Income Tax authorities at the time of obtaining "No Objection Certificate" forreleasing payments to the contractor.

8.5 Tax clearance certificate for personnel and corporate taxes shall be obtained by thecontractor from the appropriate Indian Tax authorities and furnished to companywithin 6 months of the expiry of the tenure of the contract or such extended time asthe company may allow in this regard.

8.6 Corporate income tax will be deducted at source from the invoice at the specified rateof income tax as per the provisions of Indian Income Tax Act as may be in force fromtime to time.

8.7 Corporate and personal taxes on contractor shall be the liability of the contractor andthe company shall not assume any responsibility on this account.

8.8 All local taxes, levies and duties, sales tax, octroi, VAT, Service Tax, Contract Taxetc. on purchases and sales made by contractor shall be borne by the contractor.

8.9 Service Tax & VAT : The price shall be inclusive of applicable Service Tax, VATetc. .

9.0 INSURANCE :9.1 The contractor shall arrange insurance to cover all risks in respect of their personnel,

materials and equipment belonging to the contractor or its subcontractor during thecurrency of the contract.

9.2 Contractor shall at all time during the currency of the contract provide, pay for andmaintain the following insurances amongst others:

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

b) Employer's Liability Insurance as required by law in the country of origin ofemployee.

c) General Public Liability Insurance covering liabilities including contractualliability for bodily injury, including death of persons, and liabilities for damage ofproperty. This insurance must cover all operations of Contractor required tofulfill the provisions under this contract.

Page 29: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 23 -

d) Contractor's equipment used for execution of the work hereunder shall have aninsurance cover with a suitable limit (as per international standards).

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

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

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

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

9.5 Contractor shall furnish to Company prior to commencement date, certificates of allits insurance policies covering the risks mentioned above.

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

9.7 Contractor shall require all of their sub-contractor to provide such of the foregoinginsurance coverage as Contractor is obliged to provide under this Contract andinform the Company about the coverage prior to the commencement of agreementswith its sub-contractors.

9.8 All insurance taken out by Contractor or their sub-contractor shall be endorsed toprovide that the underwriters waive their rights of recourse on the Company.

10.0 CHANGES :10.1 During the performance of the work, Company may make a change in the work within

the general scope of this Contract including, but not limited to, changes inmethodology, and minor additions to or deletions from the work to be performed.Contractor shall perform the work as changed. Changes of this nature will be affectedby written order by the Company.

10.2 If any change result in an increase in compensation due to Contractor or in a creditdue to Company, Contractor shall submit to Company an estimate of the amount ofsuch compensation or credit in a form prescribed by Company. Such estimates shallbe based on the rates shown in the Schedule of Rates (Section- IV). Upon review ofContractor's estimate, Company shall establish and set forth in the Change Order theamount of the compensation or credit for the change or a basis for determining areasonable compensation or credit for the change. If Contractor disagrees withcompensation or credit set forth in the Change Order, Contractor shall neverthelessperform the work as changed, and the parties will resolve the dispute in accordancewith Clause 13 hereunder. Contractor's performance of the work as changed will not

Page 30: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 24 -

prejudice Contractor's request for additional compensation for work performed underthe Change Order.

11.0 FORCE MAJEURE:11.1 In the event of either party being rendered unable by `Force Majeure' to perform any

obligation required to be performed by them under the contract, the relative obligationof the party affected by such `Force Majeure' will stand suspended as providedherein. The word `Force Majeure' as employed herein shall mean acts of God, war,revolt, agitation, strikes, riot, fire, flood, sabotage, civil commotion, road barricade(but not due to interference of employment problem of the Contractor) and any othercause, whether of kind herein enumerated or otherwise which are not within thecontrol of the party to the contract and which renders performance of the contract bythe said party impossible.

11.2 Upon occurrence of such cause and upon its termination, the party alleging that ithas been rendered unable as aforesaid thereby, shall notify the other party in writingwithin Seventy Two (72) hours of the alleged beginning and ending thereof, giving fullparticulars and satisfactory evidence in support of its claim.

11.3 Should `force majeure' condition as stated above occurs and should the same benotified within seventy two (72) hours after its occurrence the `force majeure' rateshall apply for a maximum cumulative period of fifteen days. Either party will have theright to terminate the Contract if such `force majeure' condition continue beyondfifteen (15) days with prior written notice. Should either party decide not to terminatethe Contract even under such condition, no payment would apply after expiry offifteen (15) days force majeure period unless otherwise agreed to.

12.0 TERMINATION:12.1 TERMINATION ON EXPIRY OF THE TERMS (DURATION): The contract shall be

deemed to have been automatically terminated on the expiry of duration of theContract or extension, if any, there of.

12.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE: Either party shall have theright to terminate the Contract on account of Force Majeure as set forth in clause11.0 above.

12.3 TERMINATION ON ACCOUNT OF INSOLVENCY: In the event that the Contractor atany time during the term of the Contract, becomes insolvent or makes a voluntaryassignment of its assets for the benefit of creditors or is adjudged bankrupt, then theCompany shall, by a notice in writing have the right to terminate the Contract and allthe Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

12.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE: If the Companyconsiders that, the performance of the Contractor is unsatisfactory, or not upto theexpected standard, the Company shall notify the Contractor in writing and specify indetails the cause of the dissatisfaction. The Company shall have the option toterminate the Contract by giving 15 days notice in writing to the Contractor, ifContractor fails to comply with the requisitions contained in the said written noticeissued by the Company,

12.5 TERMINATION DUE TO CHANGE OF OWNERSHIP & ASSIGNMENT: In case theContractor’s rights and / or obligations under the Contract and/or the Contractor’s

Page 31: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 25 -

rights, title and interest to the equipment/material, are transferred or assigned withoutthe Company’s consent, the Company may at its absolute discretion, terminate theContract.

12.6If at any time during the term of the Contract, breakdown of Contractor’s equipmentresults in Contractor being unable to perform their obligations hereunder for a period of15 successive days, Company at its option may terminate this Contract in its entirelywithout any further right or obligation on the part of the Company except for thepayment of money then due. No notice shall be served by the Company under thecondition stated above.

12.7Notwithstanding any provisions herein to the contrary, the Contract may be terminatedat any time by the company on giving 30 (thirty) days written notice to the Contractordue to any other reason not covered under the above clause from 12.1 to 12.6 and inthe event of such termination the Company shall not be liable to pay any cost ordamage to the Contractor except for payment for services as per the Contract upto thedate of termination.

12.8CONSEQUENCES OF TERMINATION: In all cases of termination herein set forth, theobligation of the Company to pay for Services as per the Contract shall be limited to theperiod upto the date of termination. Notwithstanding the termination of the Contract, theparties shall continue to be bound by the provisions of the Contract that reasonablyrequire some action or forbearance after such termination.

12.9 Upon termination of the Contract, Contractor shall return to Company all ofCompany’s items, which are at the time in Contractor’s possession.

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

12.11 COMPANY’S RIGHT TO TAKEOVER: In the event, Company is justifiablydissatisfied with Contractor’s performance during the operation of HDD hereunder onaccount of unreasonably slow progress or incompetence as a result of causereasonably within the control of the Contractor, the Company shall give the Contractorwritten notice in which it shall specify in detail the cause of its dissatisfaction. Should theContractor, without reasonable cause, fail or refuse to commence remedial action within1 (one) day of receipt of the said written notice, the Company shall have the right tobut not obligation to take over the specific operations, where the Contractor has failed toperform, till such time the Contractor commences remedial action. During the period ofany such takeover, the entire cost of operation carried out by the Company will bededucted from the Contractor’s payment, in addition to imposing penalty as applicableas per the Contract for the Contractor’s failure.

13.0 SETTLEMENT OF DISPUTES AND ARBITRATION :

13.1 All disputes or differences whatsoever arising between the parties out of or relating tothe construction, meaning and operation or effect of this contract or the breach thereofshall be settled by arbitration in accordance with the Rules of Indian Arbitration andConciliation Act, 1996. The venue of arbitration will be Guwahati, Assam. The awardmade in pursuance thereof shall be binding on the parties.

Page 32: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 26 -

14.0 NOTICES :14.1 Any notice given by one party to other, pursuant to this Contract shall be sent in

writing or by telex or Fax and confirmed in writing to the applicable addressspecified below :

Company

General Manager ( PLS)Attn: Chief Engineer ( PLM)OIL INDIA LIMITEDP.O. UDAYANVIHAR, GUWAHATI,PIN: 781171, ASSAM

Fax No: 91-0361-2643686

Contractor________________________________________________________________________________________________________

Fax No. :

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

15.0 SUBCONTRACTING :15.1 Contractor shall not subcontract or assign, in whole or in part, its obligations to perform

under this contract, except with Company's prior written consent.

16.0 MISCELLANEOUS PROVISIONS :16.1 a) 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 fromtime 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 affectedor may be affected in any way by the services.

b) Contractor shall conform in all respects with the provisions of any Statute, Ordinanceof Law as aforesaid and the regulations or bye-law of any local or other dulyconstituted authority which may be applicable to the services and with such rules andregulation, public bodies and Companies as aforesaid and shall keep Companyindemnified against all penalties and liability of every kind for breach of any suchStatute, Ordinance or Law, regulation or bye-law.

16.2 During the tenure of the Contract, Contractor shall keep the site where the servicesare being performed reasonably free from all unnecessary obstruction and shall store

Page 33: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 27 -

or dispose of any equipment and surplus materials and clear away and remove fromthe site any wreckage, rubbish or temporary works no longer required. On thecompletion of the services, Contractor shall clear away and remove from the site anysurplus materials, rubbish or temporary works of every kind and leave the whole ofthe site clean and in workmanlike condition to the satisfaction of the Company andconform to ISO 14001.

16.3 Key personnel can not be changed during the tenure of the Contract except due tosickness/death/resignation of the personnel in which case the replaced personshould have equal experience and qualification which will be again subject toapproval by the Company.

17.0 : LIQUIDATED DAMAGE :17.1 In the event of the Contractor’s default in timely completion of the work covered

under the provisions of this Contract, the Contractor shall be liable to pay liquidateddamages at the rate of 0.5% (Half Percent) of the total Contract Price for each week(7 days) of delay till the works are completed, subject to a maximum of 7.5%(Sevenand Half Percent) of the total Contract Price. The Company may without prejudice toany other method of recovery, deduct the amount of such liquidated damages fromany amount due to the Contractor.

17.2 The contractor agrees that the quantum/rate of liquidated damages indicated hereinabove are genuine pre-estimate of the loss/damage, which OIL would have otherwisesuffered on account of delay on the part of the Contractor, and the said amount shallbe payable without any proof of actual loss or damage caused by such delay.Sums payable by way of liquidated damages shall be considered as reasonable

compensation without reference to the actual-loss or damage caused by such delay.In the event of any difference(s) between the parties, the decision of OIL shall befinal and binding.

18.0 PERFORMANCE SECURITY:26.4 The Contractor shall furnish to the Company a Bank Guarantee for 10% of the

estimated Contract Price towards ‘Performance Security’. The performance securityshall be payable to Company as compensation for any loss resulting fromContractor's failure to fulfill their obligations under the Contract. The performancesecurity must be valid for 12 months (plus 3 months to lodge claim, if any) after thedate of expiry of the tenure of the contract to cover the warranty obligations. In theevent of extension of the Contract period, the validity of the bank guarantee shall besuitably extended by the Contractor. The bank guarantee will be discharged byCompany not later than 30 days following its expiry.

19.0 ASSOCIATION OF COMPANY'S PERSONNEL :19.1 Company's engineer will be associated with the work through out the operations. The

Contractor shall execute the work with professional competence and in an efficientand workman like manner and provide Company with a standard of work customarilyprovided by reputed HDD Contractors to major international oil companies in thepetroleum industry.

20.0 LABOUR:20.1 The recruitment of the labour may be met from the areas of operation and wages

shall be according to the rates prevalent at the time which can be obtained from theDistrict Authorities of the area. The facilities to be given to the labourers should

Page 34: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 28 -

conform to the provisions of labour laws as per contract Labour (Regulation andAbolition) Act, 1970.

21.0 LIABILITY:21.1 Except as otherwise expressly provided, neither Company nor its servants, agents,

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

21.2 Neither Company nor its servants, agents, nominees, assignees, Contractors, sub-contractors shall have any liability or responsibility whatsoever for injury to, illness, ordeath of any employee of the Contractor and/or of its Contractors or sub-contractorirrespective of how such injury, illness or death is caused and even if caused by thenegligence of Company and/or its servants, agents nominees, assignees,Contractors and sub-contractors. Contractor shall protect, defend, indemnify and holdharmless Company from and against such liabilities and any suit, claim or expenseresulting there from.

21.3 The Contractor hereby agrees to waive its right to recourse and further agrees tocause their underwriters to waive their right of subrogation against Company and/orits underwrites, servants, agents, nominees, assignees, Contractors and sub-contractors for loss or damage to the equipment of the Contractor and/or its sub-contractors when such loss or damage or liabilities arises out of or in connection withthe performance of the contract.

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

21.5 Except as otherwise expressly provided, neither Contractor nor its servants, agents,nominees, Contractors or sub-contractors shall have any liability or responsibilitywhatsoever to whomsoever for loss of or damage to the equipment and/or loss ordamage to the property of the Company and/or their Contractors or sub-contractors,irrespective of how such loss or damage is caused and even if caused by thenegligence of Contractor and/or its servants, agents, nominees, assignees,Contractors and sub-contractors. The Company shall protect, defend, indemnify andhold harmless Contractor from and against such loss or damage and any suit, claimor expense resulting there from.

21.6 Neither Contractor nor its servants, agents, nominees, assignees, Contractors, sub-contractors shall have any liability or responsibility whatsoever to whomsoever forinjury or illness, or death of any employee of the Company and/or of its Contractorsor sub-contractors irrespective of how such injury, illness or death is caused andeven if caused by the negligence of Contractor and/or its servants, agents,nominees, assignees, Contractors and sub-contractors. Company shall protect,

Page 35: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 29 -

defend indemnify and hold harmless Contractor from and against such liabilities andany suit, claim or expense resulting there from.

21.7 The Company agrees to waive its right of recourse and further agrees to cause itsunderwriters to waive their right of subrogation against Contractor and /or itsunderwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for loss or damage to the equipment of Company and/or its contractors orsub-contractors when such loss or damage or liabilities arises out of or in connectionwith the performance of the contract.

21.8 The Company hereby further agrees to waive its right of recourse and agrees tocause it underwriters to waive their right of subrogation against Contractor and/or itsunderwriters, servants, agents, nominees, assignees, Contractors and sub-contractors for injury to, illness or death of any employee of the Company and of itsContractors, sub-contractors and/or their employees when such injury, illness ordeath arises out of or in connection with the performance of the Contract.

22.0 CONSEQUENTIAL DAMAGE:22.1 Except as otherwise expressly provided, neither party shall be liable to the other for

special, indirect or consequential damages resulting from or arising out of thecontract, including but without limitation, to loss or profit or business interruptions,howsoever caused and regardless of whether such loss or damage was caused bythe negligence (either sole or concurrent) of either party, its employees, agents orsub-contractors.

23.0 INDEMNITY AGREEMENT:23.1 Except as provided hereof Contractor agrees to protect, defend, indemnify and hold

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

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

24.0 INDEMNITY APPLICATION:The indemnities given herein above, whether given by Company or Contractor shallbe 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 eitherparty.

Page 36: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 30 -

25.0 PAYMENT & INVOICING PROCEDURE25.1 Company shall pay to Contractor, during the term of the contract, the amount due

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

25.2 All payments due by Company to Contractor shall be made at Contractor'sdesignated bank. All bank charges will be to Contractor’s account. Payment will becleared on monthly basis only.

25.3 Payment of any invoices shall not prejudice the right of Company to question thevalidity of any charges therein, provided Company within one year after the date ofpayment shall make and deliver to Contractor written notice of objection to any itemor items the validity of which Company questions.

25.4 Contractor will submit six sets of all invoices to Company for processing of payment.Separate invoices for the charges payable under the contract shall be submitted byContractor for foreign currency and Indian Rupee.

25.5 Payment of invoices if undisputed shall be made.

25.6 The Company shall within 30 days of receipt of the invoice notify Contractor of anyitem under dispute, specifying the reasons thereof, in which event, payment of thedisputed amount may be withheld until settlement of the dispute, but payment shallbe made of any undisputed portion.

25.7 The acceptance by Contractor of part payment on any billing not paid on or beforethe due date shall not be deemed a waiver of Contractor’s rights in respect of anyother billing, the payment of which may then or thereafter be due.

25.8 Contractor shall maintain complete and correct records of all information on whichContractor’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 byeither party in case of subsequent audit query / objection. Any audit conducted byCompany of Contractor's records, as provided herein, shall be limited to Company’sverification (i) of the accuracy of all charges made by Contractor to Company and (ii)that Contractor is otherwise in compliance with the terms and conditions of thisAgreement.

26.0 WITH-HOLDING:26.1 Company may withhold or nullify the whole or any part of the amount due to

Contractor, after informing the Contractor of the reasons in writing, on account ofsubsequently discovered evidence in order to protect Company from loss on accountof :-a) For non-completion of jobs assigned as per Section- III.b) Contractor's indebtedness arising out of execution of this Contract.c) Defective work not remedied by Contractor.d) Claims by sub-Contractor of Contractor or others filed or on the basis of

reasonable evidence indicating probable filing of such claims against Contractor.

Page 37: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 31 -

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

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

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

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

indemnification provisions of this Contract. If, during the progress of the workContractor shall allow any indebtedness to accrue for which Company, under anycircumstances in the opinion of Company may be primarily or contingently liableor ultimately responsible and Contractor shall, within five days after demand ismade by Company, fail to pay and discharge such indebtedness, then Companymay during the period for which such indebtedness shall remain unpaid, with-holdfrom the amounts due to Contractor, a sum equal to the amount of such unpaidindebtedness.

With-holding will also be effected 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.iii) Any obligation of Contractor which by any law prevalent from time to time to be

discharged by Company in the event of Contractor's failure to adhere to such laws.

When all the above grounds for with-holding payments shall be removed, payment shallthereafter be made for amounts so with-hold.

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

27.0 APPLICABLE LAW:27.1 The Contract shall be deemed to be a Contract made under, governed by and

construed in accordance with the laws of India for the time being in force and shallbe subject to the exclusive jurisdiction of Courts situated in Dibrugarh / Guwahati.

27.2 The Contractor shall ensure full compliance of various Indian Laws and StatutoryRegulations, to the extent applicable, as stated below, but not limited to, in force fromtime to time and obtain necessary permits/licenses etc. from appropriate authoritiesfor conducting operations under the Contract :

a) The Mines Act - as applicable to safety and employment conditions.b) The Minimum Wages Act, 1948.c) The Oil Mines Regulations, 1983.d) The Workmen's Compensation Act, 1923.e) The Payment of Wages Act, 1963.f) The Payment of Bonus Act., 1965.

Page 38: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 32 -

g) The Contract Labour (Regulation & Abolition) Act, 1970 and the rules framed thereunder.

h) The Employees Pension Scheme, 1995.i) The Interstate Migrant Workmen Act., 1979 (Regulation of employment and

conditions of service).j) The Employees Provident Fund and Miscellaneous Provisions Act, 1952.k) The AGST Actl) Service Tax Act.m) Customs & Excise Act & Rulesn) Assam, West Bengal and Bihar Entry Tax Act.

27.3 The Contractor shall not make Company liable to reimburse the Contractor to thestatutory increase in the wage rates of the contract labour appointed by theContractor. Such statutory or any other increase in the wage rates of the contractlabour shall be borne by the Contractor.

27.4 Any permission from the Mines Directorate in connection with working in excess of 8(eight) hours per day shift pattern by the Contractor shall have to be arranged by theContractor before commencement of the Contract, in consultation with the Company.Moreover, since the Contractor’s personnel engaged shall be working under theMines Act and Oil Mines Regulations, the Contractor shall have to obtain any otherrelevant permission from the Mines Directorate to engage their employees incompliance with various procedures as per Mines Act. In case of any breach ofprocedures under Mines Act the Contractor shall be held responsible and they shallbear all expenses arising as a result thereof.

27.5 The Contractor shall not engage labour below 18 (eighteen) years of age under anycircumstances. Persons above 60 years age also shall not be deployed exceptingRig Manager/Rig Superintendent.

27.6 Moreover, the Contractor should obtain and produce in advance to commencementof Work the following certificate / approvals:

(i) Approval from DGMS/DDMS for shift patterns in excess of 8 hours.(ii) Total manpower list.(iii) License/certificate from specified electrical authorities for the rig and camp

electrical personnel, if required.(iv) All certificates as per applicable laws including Mines Acts.(v) Regional Labour certificate, if required.

28.0 RECORDS, REPORTS AND INSPECTION:28.1 The Contractor shall, at all times, permit the Company and its authorized employees

and representatives to inspect all the Work performed and to witness and check allthe measurements and tests made in connection with the said work. The Contractorshall keep an authentic, accurate history and logs including safety records of eachHDD section with major items consumed, which shall be open at all reasonable timesfor inspection by the Company designated representatives and its authorizedemployees and representatives. The Contractor shall provide the Companydesignated representatives with a daily written report, on form prescribed by theCompany showing details of operations during the preceding 24 hours and any otherinformation related to the said HDD requested by the Company whenever sorequested. The Contractor shall not, without Company’s written consent allow any

Page 39: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 33 -

third person(s) access to the said survey, or give out to any third person informationin connection therewith.

29.0 ROYALITY AND PATENTS :

Each party shall hold harmless and indemnify the other from and against all claimand proceedings for or on account of any patent rights, design, trade mark or otherprotected rights arising from any use of materials, equipment, processes, inventionsand methods which have not been imposed on the attending party by the terms ofthe contract or the specifications or drawings forming part thereof.

30.0 WAIVER :

Any delay in exercising and any omission to exercise any right, power or remedyexercisable by the Company under this contract shall not impair such right, power orremedy nor shall any waiver by the Company of any breach by the Contractor of anyprovision of this contract prevent the subsequent enforcement of that provision by theCompany or be deemed a waiver by the Company of any subsequent breach by theContractor.

END OF SECTION- I

&&&&&&

Page 40: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 34 -

SECTION-II

SPECIAL CONDITIONS OF THE CONTRACT

1.0 GENERAL

1.1 Special Conditions of Contract (SCC) shall be read in conjunction with the GeneralConditions of Contract (GCC), Specifications of Work, Drawings and otherdocuments forming part of this contract wherever the context so requires.

1.2 Notwithstanding the sub-division of the documents into these separate parts andvolumes, every part of each shall be deemed to be supplementary to andcomplementary of every other part and shall be read with and into the contract in sofar as it may be practicable to do so.

1.3 Where any portion of the GCC is repugnant to or at variance with any provision ofthe SCC, then the provision of the SCC shall be deemed to override the provisionsof the GCC and shall, to the extent of such repugnance or variations, prevail.

1.4 Wherever it is mentioned in the specifications that the contactor shall performcertain works or provide certain facilities, it is to be understood that in addition tothe items supplied by the company, the contractor shall do so at his own cost, beingdeemed to be part of the relevant item in the schedule of rates (SOR) whetherspecifically stated or not.

1.5 The design and workmanship of all materials to be used / supplied by the biddershall satisfy the relevant Standards & Codes, besides the specifications &stipulations contained herein the contract specifications. The bidder shall absorb allcost because of the additional involvements thereon.

1.6 A pre-bid conference shall be organized by the owner to clarify the servicerequirement. Bidder may seek clarification to any of the issues and confusion, ifany, in respect of the work.

It would be considered that bidder satisfied himself regarding the details furnishedby the owner in the tender document, feasibility of the method of construction andother associated job.

2.0 DETAILS OF CROSSING

2.1 Installation of 406.4 mm OD, 11.91mm WT, API 5L, G-46, 3LPE coated line pipeacross Digaru river in the state of Assam by Horizontal Directional Drilling (HDD)method along with 2 (two) number 40/33 mm HDPE duct for an estimated lengthfrom entry to exit point-310 mtrs (approx).

3.0 SCOPE OF WORK:3.1 Interpretation and verification of all data in respect of Hydrological and Geo-

Technical Surveys relevant to design and construction of the crossing. Collectionof data if deemed necessary.

Page 41: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 35 -

3.2 Design with Engineering Details of the HDD crossings in order to meet thetechnical parameters of the crossing and specifications verify suitability of pipegrade and pipe thickness proposed for installation in accordance withrequirements of applicable codes/standards for Owner’s review and approval.

3.3 To obtain all statutory permission / clearances from the appropriate authorities.

3.4 Preparation of detailed construction / installation drawings, method, statements forOwner’s approval.

3.5 Submission of QA/QC procedure for Owner’s approval.

3.6 Procurement, inspection of all materials and consumables (required for or inconnection with execution of the crossing), other than those within the scope ofOwner’s supplied items..

3.7 Taking delivery of Owner-supplied 3LPE coated pipes (for HDD crossings) &HDPE duct from the designed location at OIL PS7, Madarihat, W Bengal & OILPS5, Guwahati respectively and transporting them to work sites. Repair of pipeends, coating damages using heat shrinkable sleeves (‘DIRAX’ make of M/sRaychem or any approved make heat shrinkable sleeves), if any.

3.8 Mobilizing equipment, manpower and other resources etc. site preparationincluding arrangement of additional land required for pipeline stacking /welding,stringing and equipment placement, preparation launching area/facilities andaccess to work site etc.

3.9 String preparation including pipe welding, inspection and 100% radiographicinspection of the girth welds.

3.10 Carrying out pre-installation hydro-test of the completed string up to 72% ofSMYS for 24 hours, this shall include repair/replacement of defects and re-testingtill successful pre-installation hydro test is achieved.

3.11 Coating of ‘girth weld’.a) Coating of girth weld joints shall be carried out by using wrap-around cut

sections of ‘DIRAX’ make of M/s Raychem , BWH shrink sleeve of M/sDenso GmbH or any other owner approved make.

b) All the repairs of pipe coating shall be carried out using appropriate wrap-around cut sections of ‘DIRAX’ make of M/s Raychem, BWH shrinksleeve of M/s Denso GmbH or of any other owner approved make.

3.12 Setting out works including establishing the location of extremity points (i.e. entryand exit locations of drilled portion of pipeline to be laid by HDD technique, etc)on ground including carrying out of pre-construction survey and collection of allnecessary data.

3.13 Carrying out holiday detection and repair of coating damages, if any.

Page 42: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 36 -

3.14 Contractor shall furnish details of HDD installation procedure including but notlimited to the following for owners approval :i) Pipeline configuration over the support.ii) Pilot drillingiii) Back reamed holeiv) Bend radius of the pipev) Equipment detailvi) Time schedule for construction

3.15 Proving of internal diameter of pipe for the HDD segment using aluminumgauging plate ( 96% of Internal Diameter).

3.16 Carrying out post installation hydrostatic testing of the pipeline for 24 (twentyfour) hours at pressure considering the curvature of the HDD profile. Thecombined stresses during post installation hydro test in any case shall not exceed85% of SMYS of the pipe material.

3.17 Replace the water by pigging with treated water, treated with corrosion inhabitatorwith sufficient PPM to protect against corrosion for 1 (one) year.

3.18 Welding of end cap on the two ends of the pipe. End cap have to be supplied bycontractor.

3.19 Current Requirement Survey for cathodic protection system

3.20 Preparation & submission of ‘As-Built’ drawings & record.

3.21 Supply, installation, testing & commissioning of TLP’s Magnesium Anodes,carrying out PSP measurements at entry and exit points, design, supply,installation, testing and commissioning of temporary cathodic protection systemfor the complete pipeline crossing section for a period of 12 months.

3.22 All other works, which are not specifically indicated above, but required forsuccessful completion of the HDD works as per the tender documents, drawings,construction methodology & detailed engineering calculations etc.

3.23 Disposal of drilling fluid, returns and cuttings produced from drilling operationfrom work site including arranging disposal site at Contractor’s and initiative.

3.24 Submission of daily log of activities, with all relevant details connected with pilothole drilling, reaming and pulling of pipeline in drilled hole as required byEngineer-in-charge.

3.25 Restoration of site and final clean-up including de-mobilisation.

4.0. SCOPE OF SUPPLY

4.1. OWNER’S SCOPE OF SUPPLY.a) The Owner’s scope of supply shall be limited to the supply of the followings:

Page 43: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 37 -

i) 406.4mm OD x11.91mm WT,API 5L,X46 grade 3LPE coated pipesfrom the designated stockpile location at OIL PS7, Madarihat,W Bengal.

ii) 40/33 mm diameter HDPE duct.

4.2 CONTRACTOR’S SCOPE OF SUPPLY

a. Heat shrinkable sleeves of ‘DIRAX’ make of M/s Raychem or of any otherapproved make for field joint coating and repair of coating.

b. All materials required for installation of temporary cathodic protection system.

c. All other equipment, materials, consumables, etc. not specifically indicated above,but are required for successful completion of the works as per the tenderdocuments, drawings/construction methodology/detailed engineering calculationsetc. shall be included in the Contractor’s scope of supply.

5.0. OWNER’S RESPONSIBILITIES

5.1.0 Owner shall assist in obtaining all necessary and statutory permissions from theappropriate authorities of the Water Resource Department and / or IrrigationDepartment of the State Government for laying the pipeline across the concernedrivers by HDD technique.

5.2.0 Owner shall review and approve detailed engineering, including engineeringanalysis/calculations, work procedures/construction methodology and drawingsetc. prepared by the Contractor for execution of the entire job.

6.0.0 CONTRACTOR’S RESPONSIBILITIES.

6.1.0 Prior to quoting prices, the bidder shall be deemed to have visited the site andsatisfied himself regarding the details furnished by the Owner in the tenderdocument and the feasibility of the method of construction for the crossing andassociated completion of the job.

6.2.0 The Contractor shall obtain all necessary and statutory permissions from theappropriate authorities of the Water Resource Department and / or IrrigationDepartment of the State Government for laying the pipeline across the concernedriver by HDD technique.

6.3.0 Any additional topographical / bathymetric / hydrological surveys or anyadditional geo-technical investigations, if considered necessary, for the executionof the work shall be carried out by the contractor at his own cost.

6.4.0 Land required for positioning the rig, pipe stringing, operation and associatedfacilities etc. shall have to be arranged by the contractor at his own cost. Cost ofmaking temporary access road to site, payment to the landowners if and whennecessary, crop compensation etc. for the previously mentioned purpose shall beborne by the contractor.

Page 44: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 38 -

6.5.0 Contractor shall make necessary arrangements for ensuring availability ofsufficient and suitable water required for drilling purposes. Contractor also shallobtain necessary permits/clearance from the concerned river/canal authoritiesbefore using the water.

6.6.0 Contractor shall be solely responsible for settling all compensation and disputesarising out of crop, property, any other damage caused thus, or his team duringpositioning the rig, pipeline stringing, construction and other associated works.

6.7.0 Disposal of drilling fluid (‘bentonite’ mud slurry), other wastes etc. shall beexclusive responsibility of the Contractor and any permits, permission orclearances required in this regard shall be obtained by the contractor. Theunusable drilling mud (of any composition) shall be reclaimed and disposed offsuitably at a safe & secure site approved by the State Government / State PollutionControl Board etc. The disposal, of mud should conform to the guidelinesprovided by the Ministry Of Environment and Forest (MOEF), Govt. of India andshall follow prescribed norms under the ‘Hazardous Wastes’ (Management &Handling) Rules,1989.

6.8.0 Contractor shall perform all design and detailed engineering including engineeringanalysis / calculations etc. for the HDD crossing, associated work, and preparebasis of all necessary design, work procedures and construction drawings inaccordance with the requirements of the specifications. Owner’s prior approval forall design and drawings shall be obtained.

6.9.0 Contractor shall provide particulars of his qualified skilled / unskilled personaland equipment, instrument tools and tackles and all other necessary materials andfacilities required for successful execution of the entire job.

6.10.0 Contractor shall supply all the materials required for permanent incorporation inthe works as per his scope of supply, specified in the document.

6.11.0 Contractor shall use reasonable means / endeavors to protect all existing structuresor utilities at or near the site, belonging to the company, the government or otherthird party facilities or installations from any kind of damage. The contractor shallalso undertake to repair and restore such damage resulting from Contractor’sfailure to use suitable means/endeavors to protect the same. Any such repair orrestoration shall be at Contractor’s expense and shall not be reimbursable.

6.12.0 Contractor shall restore the work site used for installation of the HDD crossing inaccordance with the requirements of tender document.

6.13.0 All surplus materials supplied by Contractor/Owner and all trash, refuse and spoilmaterials shall be collected and disposed off/returned to the Owner’s store by thecontractor at his own expenses, as the case may be.

7.0 TECHNICAL PARAMETERSCrossing length mentioned in the tender documents is only indicative. Thecontractor shall suitably design the ‘pipe profile’ to meet the technical parametersoutlined in the following clauses:

Page 45: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 39 -

7.1 The extent of the river crossing shall be ‘minimum length’ of the crossingbetween exit and entry points.

7.2 The drawings issued in respect of the sites are only indicative. Actual constructionshall be as per the owner’s approved construction drawings to be developed by thecontractor and approved by the owner and statutory authority, if any, as perprovisions of the tender documents.

Contractor shall make site investigation before submission of the bid and nocompensation, whatsoever, shall be payable on this account subsequently.

7.3 Depending upon the width of the crossing, minimum requirement of burial depthand limitation of elastic bend radius, the contractor may have to drill a hole of agreater depth or a larger length for the crossing, than indicated in the tenderdocument. Contractor shall deemed to have taken into account the contingenciesof all such factors as may be necessary.

7.4 The field joint coating material shall be of ‘heat shrinkable’ type and shall requireowner’s approval prior to use. The method of application shall be as permanufacturer’s recommendations.

7.5 Repair material for the damages to the 3LPE coating of the pipe shall be of ‘heatshrinkable’ type and shall require owner’s approval prior to use. The method ofapplication shall be as per manufacturer’s recommendations.

7.6 Pipeline shall at least be laid 2.5 mtr( min) below the ‘maximum’ scouring depthof the river as per the recommendation of the Geo-tech study and the hydrologicalinformation.

7.7 The duration of hydrostatic testing of the pipeline shall be 24 hours for pre andpost installation respectively. The test pressure for pre and post installationhydrostatic testing of the pipeline string shall be 125 kg/cm2 or 85% of SMYS ofthe combined stress, which ever is minimum.

7.8 The pipeline profile through the drilled hole and spacing of pipe supports duringthe pulling operation should be so designed, such that combined stresses in thepipeline is limited to 85% of SMYS of the pipe material. The bidder shall submitdesign calculations in support of the above.

8.0 WATER AND POWER SUPPLY8.1 Contractor is responsible to arrange the required water and its storage at the site

and power requirement at his own cost for execution of the work.

8.2 Contractor also shall assess and make necessary arrangements for ensuringavailability of sufficient quantity of quality water required for drilling purpose.Contractor shall obtain necessary permits / clearances from the concernedauthorities prior to use of such water.

9.0 TIME OF COMPLETIONTime of completion shall be 6 (six) months from the ‘date of commencement’ ofcontract at a single stretch.

Page 46: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 40 -

The time of completion shall be encompassing time for mobilisation, approval ofthe design & other materials, if any.

10.0 MEASUREMENT & PAYMENTPayment for installation of the crossing shall be made based on the approveddrawing in all respects pertaining to the relevant item of schedule of rates for eachcrossing.All other items of work shall be measured and paid as per the unit rate provided inthe schedule of rates.

11.1 COMPENSATION FOR ‘FAILURE’ DURING PRE HYDRO TESTIn the event the ‘failure’ of any pipe during the pre installation hydro-test, wherein it has been established that failure is due to manufacturing defects in the linepipe, the contractors shall be paid as specified in the schedule of rates towardsreplacement of the defective pipe(s) and retesting of the pipe string successfully.The pre coated line pipe required for such replacement shall be issued free of costby the owner. However taking delivery of the pipe from the ‘designated’ stock-yard, including its transportation to site etc, shall be within the scope of thecontractor.

However, no compensation shall be admissible for any failure occurring in theinstalled pipeline during post installation hydro test.

11.2 SCRAP AND WASTAGE ALLOWANCEScrap and wastage allowance for pipes and other materials supplied by the ownershall be limited to1% (one percent) of the installed pipe crossings length. Anywastage beyond above shall be to contractors account. The pieces of pipe lengthup to 2 (two) meters shall be treated as scrap.

12.0 CONSTRUCTIONContractor shall observe all laws, rules and regulations, and requirements bothnational and local pertaining to the work in addition to the specified codes of thespecifications.

13.0 QA/QC PROGRAMMEThe bidder shall submit a detailed Standard Operating Procedure (SOP) & QualityAssurance Procedure (QAP) to the owner for approval. The QAP should indicatethe organizational approach for quality control and quality assurance plan for thejob and provide objective, verifiable evidence that they have carried out suchactivities for the purpose and followed the specifications as laid down in thetender documents.

14.0 FIELD INSPECTIONContractor shall deploy a competent person(s) at the site all through out duringperformance of the work. Any instruction given by the owner to the competentperson shall be construed as having been given to the contractor.

15.0 INSTALLATION AND INSPECTIONThe contractor shall carry out required supervision and inspection as per the QAPand furnish all assistance required by the owner in carrying out inspection workduring this phase. The owner shall have Engineers, Inspectors or other authorizedrepresentatives, who shall have free access to the work site all through out. Ifrepresentative of the owner notifies the contractor’s authorized representative, of

Page 47: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 41 -

any deficiency, or recommends action regarding compliance with thespecifications, the contractor shall make every effort to carry out such instructionsin conformance to the specifications and approved drawings as per the bestengineering practices.

16.0 EXISTING FACILITIESExisting facilities like drains, pipes, pipelines, cables, overhead wires, OFC cablesand similar services encountered in the course of the work shall be protectedagainst damage by the contractor at his own cost, such that the aforesaid servicesremains un-interrupted to the satisfaction of the owner and are not likely to hinderthe operation of such services.

Any damage affecting the existing facilities / structures due to the contractor’sfault shall be repaired by the contractor at his own cost to the satisfaction of theowner or the Engineer in charge of the concerned authority.

17.0 CONSTRUCTION EQUIPMENTAll construction equipment to be deployed shall be in sound operating condition,safe and fit for the intended purpose and to have a sufficient supply of spares partsto avoid delays in the completion of the work. All construction equipments shallbe subject to inspection and approval from time to time by the owner for ensuringconformity with the standard. Any such equipment, which is rejected or non-conforming with the standard shall be promptly repaired or removed / replaced bythe contractor at his own cost.

18.0 TEST AND INSPECTIONa) The contractor shall carry out various tests, as enumerated in the technical

specifications of this technical documents that will be furnished to him during theexecution of the work.

b) All the required test pertaining to execution of the work either on the field or inlaboratories and supply of materials by the contractor shall be carried out byhimself at his own cost. All test equipment including recording / measuringgauges / instruments shall be calibrated and necessary certificates shall be shownissued by the statutory agency / test houses to the effect that the test equipment /instruments have been calibrated as per the standard practices on demand.

c) The contractor shall carry out all instructions given during inspection(s) and shallensure that the work is being carried out in accordance to the technicalspecifications and relevant codes and practices. Contractor shall submit dailywork programme to the Engineer in charge.

d) Any work, not conforming to the execution drawings, specifications or codes shallbe rejected forthwith and the contractor shall carry out the rectification at his owncost.

e) All the results of inspection and tests will be recorded in the inspection reports,pro forma to be approved by the Engineer in charge. These reports shall form partof the completion document.

Page 48: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 42 -

19.0 COMPLETION CERTIFICATE19.1 Within 15(fifteen) days of issue of final test certificate, the contractor shall clear

the job-site of all surplus materials, equipments and machinery and shalldemolish/ dismantle including removal of all temporary work structures andconstructions. The contractor shall remove all rubbish and restore the job-site tothe satisfaction of the Engineer in charge.

19.2 In addition to the stipulations contained in the clauses of GCC, the contractor shallsubmit the following documents as prescribed by the Engineer in charge.

a. Declaration in respect of completion of works.b. Material reconciliation statement duly verified and certified by the site

engineer.c. Manufacturer’s test certificate for all materials supplied by the contractor.d. All test certificates carried out by the contractor in conformance with the

QAP.e. Certificate of return of all surplus materials, equipments. machineries etc,

if any supplied by the owner.f. Pipe-gauging report.g. Current requirement survey report.

19.3 The engineer in charge shall issue a completion certificate in respect of the workswithin 15(fifteen) days of receipt of the application along with the documentsindicated in 19.2. If the contractor fails to produce the (i) statement ofreconciliation (ii) utilization and returns of materials supplied by the owner, theEngineer in charge shall deduct appropriate amount for non-return of suchmaterials and issue the completion certificate.

The decision of the Engineer in charge as to the acceptability of the ‘materialreconciliation statement’ furnished by the contractor and as to the ir-recoverablelosses if determined to be reasonable, shall be final and binding upon thecontractor.

19.4 The final bill shall not be accepted for processing unless the requisite completioncertificate is furnished along with.

20.0 PRICE ESCALATIONThe contract price shall deem to be ‘firm and valid’ for the entire duration of thecontract till the completion of the work and shall not be subjected to any variationdue to increase of price of materials, utilities etc.

21.0 MOBILIZATION ADVANCENo mobilization advance shall be admissible for carrying out work.

22.0 DOCUMENTATION22.1 Contractor shall submit all the relevant drawings including the ‘as built’ one

along with copies both hard and soft using AutoCAD, but not limited to thefollowing:

a. 2 (two) complete set of all the drawings

Page 49: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 43 -

b. Two sets of raw data collected / generated for and during execution ofthe work.

23.0 Completion DocumentsThe following documents (as applicable) shall be submitted in hard binder by thecontractor in 2(two) sets as a part of the completion documents.

a. Welding Procedure Qualification Report.b. Batch test certificate from manufacturers for electrodes.c. Welder Qualification Report.d. Radiographic Procedure Qualification.e. Radiographic reports along with radiographs.f. Pre installation hydrostatic test reports.g. Post installation hydrostatic test reports.h. Details of PSP survey report.i. Details of temporary CP system.j. Clearance certificate regarding clean up of drilling site .k. Pipe tally book.l. As built drawings.

24.0 FIRE FIGHTING AND SAFETY EQUIPMENT/SERVICES: (As per API wherever applicable)

i) Safety: Contractor shall observe such safety regulations in accordance withacceptable oilfield practice and applicable Indian Laws. Contractor shall take allmeasures reasonably necessary to provide safe working conditions and shallexercise due care and caution in preventing fire, explosion etc and maintain firecontrol equipment in sound condition at all times. Contractor shall conduct suchsafety drills etc. as may be required by Company at prescribed intervals.

i) Contractor shall provide all necessary fire fighting and safety equipment as perlaid down practice as specified under OISD - STD - 189 and OMR.

ii) Fire protection at drilling sites shall be the responsibility of the Contractor.Necessary action shall be taken and prior arrangements to be made for providingcompetent persons trained in the field of fire fighting at the rig site.

iii) Documentation, record keeping of all safety practices should be conducted as perinternational/Indian applicable laws, act, regulations etc, as per standard Oilfieldpractice and these records should be made available for inspection at any point oftime. The H.S.E (Hygiene Safety and Environment) policy as well as emergencyprocedure manual should be kept at site. Compliance of these shall be the soleresponsibility of the Contractor.

25.0 SECURITY SERVICES:Contractor shall be wholly responsible for complete Security of their personnel,their Rig packages, Base Camp, operation, transit etc. and arrange suitable,complete and best Security services accordingly on round the clock basis for theirpersonnel and equipment through out the tenure of the contract. All securityrelated issues shall be dealt by the Contractor on their own including dealing withGovernment agencies. Company in no case will be involved in security relatedissues, relating to Contractor’s personnel and material. Contractor shall also beresponsible for the safety and security of Company’s personnel/ equipment/

Page 50: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 44 -

tools/materials etc. in the site and camp site and shall provide best securityservices to them during the tenure of the contract.

26.0 SET-OFF :Any sum of money due and payable to the Contractor(including PerformanceSecurity refundable to them) under this or any other Contract may be appropriatedby OIL and set-off against any claim of OIL(or such other person or personscontracting through OIL) for payment of a sum of money arising out of thiscontract or under any other contract made by the Contractor with OIL(or suchother person or persons contracting through OIL).

26 SUBSEQUENTLY ENACTED LAWS:Subsequent to the date of issue of letter of intent if there is a change in orenactment of any law or interpretation of existing law, which results in additionalcost/reduction in cost to Contractor on account of the operation under the Contractthe Company/Contractor shall reimburse/pay Contractor / Company for suchadditional / reduced costs actually incurred.

27 POLLUTION AND CONTAMINATION:Notwithstanding anything to the contrary contained herein, it is agreed that theresponsibility and liability for pollution or contamination shall be as follows :

a) Contractor shall assume all responsibility and liability for cleaning up andremoval of pollution or contamination which originates above the surface fromspills of fuels, lubricants, motor oils, pipe dope, paints, solvents and garbagewholly in Contractor’s possession and control and/or directly associated withContractor’s equipment and facilities, caused, and that originating from normalwater base drilling fluid and drill cuttings.

b) Contractor shall assume all responsibility and liability for all other pollution orcontamination, howsoever caused including control and removal of same, whichmay occur during the term of or arising out of this contract and shall indemnifyCompany from and against all claims, demands and causes of action of every kindand character arising from said pollution or contamination, including but notlimited to that which may result from fire, cratering seepage or any otheruncontrolled flow of oil, gas, water or other substance, as well as the use ordisposal of oil base drilling fluids.

c) In the event a third party commits an act of omission which results in pollution orcontamination for which either the Contractor or Company, by whom such partyis performing work is held to be legally liable, the responsibility shall beconsidered as between Contractor and Company, regardless of the party for whomthe job was performed and liability as set forth in (a) and (b) above would bespecifically applied.

d] Contractor shall be responsible for any sound/noise pollution arising out of the Rigpackage or other items used by Contractor at site. Contractor shall sort out thenoise/sound pollution with the third party either by minimizing the sound/noisepollution with technological means or by compensating the affected peoplepracticing the system and procedure followed by OIL. Contractor must ensure thatthere is no disruption of operation due to sound/noise pollutions.

Page 51: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 45 -

29.0 DISCIPLINE:The Contractor shall maintain strict discipline and good order among theirrespective employees and their respective Sub-contractors, if any, and shall abideby and conform to all rules and regulations promulgated by the Company andContractor governing the operations at the assigned worksites. Should theCompany feel with just cause that the conduct of any of the Contractor’spersonnel is detrimental to Company’s interests, the Company shall notifyContractor in writing the reasons for requesting removal of such personnel. TheContractor shall remove and replace such employees at their expense within 7days from the time of such instruction given by the Company.

30.0 WATER MANAGEMENT :i. Strict control has to be made in on the use of water. Wastage of water

increases the effluent volume in the pit and may aggravate pollution problems.ii. The valves, glands, hoses etc. are to be checked for any leakage and the same

to be informed immediately to the concerned for rectification.iii. Arrangements have to be made for pumping effluents into the nearest dry pit

in case of emergency.

31.0 EFFLUENT PIT BUNDS:i. Regular checks are to be made to ensure that there are no leakage/ seepage/

overflow of effluents from the pit into the surrounding areas.

ii. The inside wall of bunds/walls of the effluent pit shall be lined with leakageproof sheet and bunds are to be checked by Contractor for any breachesduring the operation. Any imminent breach of effluent bunds and walls shallbe immediately attended by Contractor to restrict pollution.

32.0 COLLECTION OF USED/ BURNT LUBE OIL:The used lube oils are to be collected separately in drums. Floating burnt oil, if any,in the effluent pit has to be lifted and collected into drums immediately.

33.0 COMPREHENSIVE 'HSE' GUIDELINES:

A] It will be solely the Contractor's responsibility to fulfill all the legal formalitieswith respect to the Health, Safety and Environmental aspects of the entire job(namely; the person employed by him, the equipment, the environment, etc.)under the jurisdiction of the district of that state where it is operating. . Ensurethat all sub-Contractors hired by him comply with the same requirement as theContractor himself and shall be liable for ensuring compliance all HSE laws bythe sub or sub-sub contractors.

B] Every person deployed by the Contractor in a mine must wear safety gadgets to beprovided by the Contractor. The Contractor shall provide proper PersonnelProtective Equipment as per the hazard identified and risk assessed for the job andconforming to statutory requirement and Company PPE schedule. Safetyappliances like protective footwear, Safety Helmet and Full Body harness has tobe DGMS approved. Necessary supportive document shall have to be submittedas proof. If the Contractor fails to provide the safety items as mentioned above tothe working personnel, the Contractor may apply to the Company (OIL) forproviding the same. OIL will provide the safety items, if available. But in turn,

Page 52: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 46 -

OIL will recover the actual cost of the items by deducting from Contractor's Bill.However, it will be the Contractor's sole responsibility to ensure that the personsengaged by him in the mines use the proper PPE while at work. All the safetygears mentioned above are to be provided to the working personnel beforecommencement of the work.

C] The Contractor shall prepare written Safe Operating Procedure (SOP) for thework to be carried out, including an assessment of risk, wherever possible andsafe methods to deal with it/them. The SOP should clearly state the risk arising tomen, machineries & material from the mining operation / operations to be done bythe Contractor and how it is to be managed.

D] The Contractor shall provide a copy of the SOP to the person designated by themine owner who shall be supervising the Contractor's work.

E] Keep an up to date SOP and provide a copy of changes to a person designated bythe Mine Owner/Agent/Manager.

F] Contractor has to ensure that all work is carried out in accordance with the Statuteand SOP and for the purpose he may deploy adequate qualified and competentpersonnel for the purpose of carrying out the job in a safe manner. For work of aspecified scope/nature, he should develop and provide to the mine owner a sitespecific code of practice in line.

G] All persons deployed by the Contractor for working in a mine must undergoMines Vocational Training, initial medical examination, PME. They should beissued cards stating the name of the Contractor and the work and its validityperiod, indicating status of MVT, IME & PME.

H] The Contractor shall submit to DGMS returns indicating - Name of his firm,Registration number, Name and address of person heading the firm, Nature ofwork, type of deployment of work persons, Number of work persons deployed,how many work persons hold VT Certificate, how many work persons undergoneIME and type of medical coverage given to the work persons

I] The return shall be submitted quarterly (by 10th of April, July, October &January) for contracts of more than one year. However, for contracts of less thanone year, returns shall be submitted monthly.

J]. It will be entirely the responsibility of the Contractor/hisSupervisor/representative to ensure strict adherence to all HSE measures andstatutory rules during operation in OIL’s installations and safety of workersengaged by him. The crew members will not refuse to follow any instructiongiven by Company's Installation Manager / Safety Officer / Engineer / Official /Supervisor/Junior Engineer for safe operation.

K] Any compensation arising out of the job carried out by the Contractor whetherrelated to pollution, Safety or Health will be paid by the Contractor only.

L]. Any compensation arising due to accident of the Contractor's personnel whilecarrying out the job, will be payable by the Contractor.

Page 53: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 47 -

M] The Contractor shall have to report all incidents including near miss to InstallationManager / departmental representative of the concerned department of OIL.

N]. The Contractor has to keep a register of the persons employed by him/her. TheContractor's supervisor shall take and maintain attendance of his men every dayfor the work, punctually.

O]. If the Company arranges any safety class / training for the working personnel atsite (Company employee, Contractor worker, etc.) the Contractor will not haveany objection to any such training.

P]. The health check up of Contractor's personnel is to be done by the Contractor inauthorized Health Centers as per OIL's requirement & proof of such test(s) is tobe submitted to OIL. The frequency of periodic medical examinations should beevery five years for the employees below 45 years of age and every three yearsfor employees of 45 years of age and above.

Q]. To arrange daily tool box meeting and regular site safety meetings and maintainrecords.

R]. Records of daily attendance, accident report etc. are to be maintained in Form B,E, J (as per Mines Rules 1955) by the Contractor.

S]. A Contractor employee must, while at work, take reasonable care for the healthand safety of people who are at the employee's place of work and who may beaffected by the employee's act or omissions at work.

T]. A Contractor employee must, while at work, cooperate with his or her employeror other persons so far as is necessary to enable compliance with any requirementunder the act or the regulations that is imposed in the interest of health, safety andwelfare of the employee or any other person.

U]. Contractor's arrangements for health and safety management shall be consistentwith those for the mine owner.

V]. In case Contractor is found non-compliant of HSE laws as required Companywill have the right for directing the Contractor to take action to comply with therequirements, and for further non-compliance, the Contractor will be penalizedprevailing relevant Acts/Rules/Regulations.

W]. When there is a significant risk to health ,environment or safety of a person orplace arising because of a non-compliance of HSE measures Company will havethe right to direct the Contractor to cease work until the non-compliance iscorrected.

X]. The Contractor should prevent the frequent change of his contractual employeesas far as practicable.

Y]. The Contractor should frame a mutually agreed bridging document between OIL& the Contractor with roles and responsibilities clearly defined.

Page 54: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 48 -

Z]. For any HSE matters not specified in the contract document, the Contractor willabide the relevant and prevailing Acts/rules/ regulations/pertaining to Health,Safety and Environment.

END OF SECTION- II

&&&&&

Page 55: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 49 -

SECTION-III

TERMS OF REFERENCE

1.0 SPECIFICATION FOR INSTALLATION OF PIPELINE USINGHORIZONTAL DIRECTIONAL DRILLING TECHNIQUE

1.1 General :

i. This specification covers the minimum requirements for the various activities tobe performed by the contractor for the engineering and construction of pipelinecrossing coupled with 2 nos HDPE duct using Horizontal Directional Drilling(HDD) technique.

ii. This specification shall be read in conjunction with the conditions of allspecifications and documents included in the tender.

iii. Contractor shall , with due care and diligence , execute the work in compliancewith all laws, bylaws, ordinance, regulations etc and provide all services andlabour, inclusive of supervision thereof , all materials, equipments, appliances orother things of whatsoever nature required for execution of the work excluding thematerials indicated as “owner supplied materials”.

iv. The contractor shall deemed to have inspected and examined the work sites and itsworks in the surroundings and the means of access to the work site and to havesatisfied himself with regard to practicability of carrying out the specified worksthereof, including subsurface conditions, hydrological and climatic conditions, theextent and nature of the works and materials necessary for the completion of theworks.

v. The contractor at his own cost and initiatives shall arrange access to work siteincluding the temporary stock-yard constructed for execution of the work.

vi. The contractor shall provide and maintain at his own cost guards, fencing, watchand ward service, all lights etc, wherever necessary or on being advised by anyauthority in the interest of the work and properties for the safety and conveniencesof public.

vii. The restoration of the entire area which had been temporarily used for executionof the work by the contractor including temporary RoW for accessing to the site ,storage yard etc shall deemed to be included in the scope of work.

viii. The contractor shall provide public conveniences and other facilities to owner’spersonnel in any phases of construction.

1.2 Design And Engineering:i. The limits of crossing shall be determined on the basis of design of the crossing

profile, geo technical study report (soft copy in CD form will be provided) ,installation technique and site condition.

Page 56: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 50 -

ii. The entry and exit points of the pipeline at ground level shall not come within thelimits of crossing profile as defined in the crossing drawings.

iii. Contractor shall carry out calculations for determining the maximum permissibleoverburden on pipe to check that the empty pipeline is safe from collapse at anypoint along the drilled crossing section. Contractor shall submit these calculationsto owner for approval.

iv. Pipeline axis:

The HDD pipe string shall be positioned in the vertical plane and shall match thepipeline axis as shown on the plan view of the design drawing. There shall be nobending of the pipeline axis at depths lower than 2 (two) meters below entry andexit points.

v. Reaming of the ‘Bore-hole’:

a. Contractor shall arrange to do necessary calculation and derive the following: Reaming hole diameter for the bore-hole. Drilling fluid density. Submerged Pipeline weight in drilling fluid (bentonite).

Optimize the crossing designs with respect to pipeline stresses and powerrequirement.

b. The contractor shall decide on the composition of the drilling fluid, such that itsmaximum shear stress does not exceed the shear stress value for the pipelinecoating.

c. The contractor shall furnish all calculations for owner’s approval. If shear-stresson the pipe string, in the opinion of Engineer-in-charge is beyond the permissiblelimits, the contractor shall arrange to review the combination or his choice ofparameters to revise his choice of parameters to permissible values to reduce theshear stress for protection of the pipe coating.

1.3 Curvature For The HDD Pipe String:

The contractor shall determine the maximum allowable elastic curvature for theHDD pipe string from the following considerations.

a. Maximum longitudinal stress during installation

Total maximum longitudinal stress in the HDD pipe string due to tension andbending at any point of the string shall not exceed 85 % SMYS of the pipematerial.

The contractor shall, in order to check this requirement, evaluate the maximumtensile forces to which the pipe string is subjected to, during any phase of itsinstallation and subsequent ‘pulling’ operation.

Page 57: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 51 -

b. Maximum equivalent stress during final hydrostatic test.

After installation, the pipe string shall be hydrostatically tested ( for 24 hours) at apressure stipulated in the SCC. During hydrostatic testing, combined equivalentstress in the pipe string due to bending and test pressure shall not exceed 85 % ofthe SMYS of the pipe material.

c. Maximum equivalent stress during service.

Permissible values of maximum equivalent stress during service shall be governedby the requirements of ANSI B 31.4.

The minimum allowable radius of curvature for the pipeline shall be the highestvalue of the minimum pipeline ‘elastic-radius’ after correction for drilling ‘inaccuracies’ or multiplication by the safety factor 1.85 , which ever results in thehighest permissible value of minimum elastic bend radius.

1.4 Pipeline Configuration Along The Supported String Before Entry Point.

a. The contractor shall determine required pipeline configuration in order to allowsmooth pull in the entry point and permissible stress in the supported pipe string.Combined stress of the pipe string shall not exceed 85 % of the SMYS of the pipematerial.

b. The contractor shall furnish all calculations and specify the number of requiredrollers/supports and their distances between the supports, description of thesupports, their positions and capacity in metric tonnes, which shall requireowner’s approval.

c. The contractor shall also furnish a drawing indicating the pipe string configurationfor the ‘over bend’.

1.5 The contractor shall, based on the above studies and the results of design andengineering carried out by him, prepare construction drawings for the crossing andshall submit the same for owner’s approval. Construction drawings shall indicatethe pipe string profile with levels at specific interval for proper control duringinstallation. Other relevant details like entry and exit angles, radius of bends etcshall also be mentioned. The contractor shall also calculate the total length of pipestring required as well as the maximum tension required on the pull head of the rig.

1.6 The contractor shall carry out all construction works in accordance with theconstruction drawings approved by the owner. Before commencement of any fieldwork, contractor shall furnish all design calculations and construction drawings forowner’s approval.

1.7 Installation Procedure:

a. Contractor shall furnish, before commencing any work at site, for owner’s approvala detailed installation procedure.

Page 58: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 52 -

b. The installation procedure shall include but not be limited to the following:

i. Project Organization Chart: This shall indicate organizational set up at siteand manpower deployment.

ii. Details of equipment: Complete list of all equipments to be deployedwith technical characteristic and capacity of eachequipment including instrumentation, monitoringand control equipment.

iii. HDD Pipe string preparation details (hauling, stringing, welding etc.)

iv. Hydrostatic test procedure ( pre and post installation )

v. Disposal methodology for drilling fluid (bentonite slurry).

vi. Method of installation covering all steps of construction, rig up, pilot hole,reaming operation, clamping / tying of HDPE duct with carrier pipe, pulling, rigdown, backfilling etc.

vii. Calculations for maximum pulling force on the rig and recommended maximumpulling speed.

viii. Time schedule for construction shall be in accordance with overall timeschedule for the project.

c. Approval of the method, by the owner, used by the contractor shall in no wayrelieve the contractor from responsibilities for safe and satisfactory installation,working and operational use of the pipeline crossing.

1.8 Pipe String Preparation:

Complete pipe string shall be prepared as a ‘single string’ to facilitate the pullingand launching of the pipe string in the bore hole.

1.9. Pre-Testing

Contractor shall hydrostatically test the complete pipe string of each crossing beforeinstallation as per approved procedure for a minimum period of 24 hours. Jointcoating of the welds shall be done after this pre-test.

1.10. Gauging

Before pre and post installation hydrostatic test, the contractor shall prove theinternal diameter of the HDD pipe string by passing a gauging pig through thepipeline. The gauging plate shall have a diameter equal to 96 % of the internaldiameter of the pipe. The contractor shall supply and install all temporary scraperlauncher / receivers and other piping, materials and consumables required for thepurpose.

Page 59: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 53 -

1.11 Installation :

a) Installation shall be done in accordance with approved installationprocedure.

b) The lateral offset of the actual exit point of the pilot hole from the theoreticalexit point shall not exceed 3(three) meters.

c) The length tolerance shall not exceed 1% of the design crossing length.

d) Reaming shall be done separately prior to the pulling operation. Thediameter of the reamer shall be approximately 1.5 times pipe diameter tofacilitate smooth pull of the pip string.

e) The contractor shall be responsible for maintaining the ‘drill-hole’ till thepulling and launching of the pipe string.

f) Tying of 2 (two) number 40/33 mm HDPE duct with the carrier pipesuitably.

g) During pulling operation, the ‘buoyancy’ on the pipe string shall becontrolled so, as to maintain the same as close as ‘zero’ during pulling, inorder to minimize friction forces acting on the pipe string in the hole.

h) Drilling fluid / Bentonite slurry of specified viscosity shall be pumped in tothe hole to prevent collapse of the hole and coating for the pipe string.

i) The contractor shall be responsible for the integrity of the coating withrespect to PSP requirement.

1.12 Final Hydrostatic Test.

Contractor shall hydrostatically test the complete pipe string of each crossing afterinstallation as per approved procedure for a minimum period of 24 hours.

1.13 Documentation

During different execution phases of HDD, the contractor will record all informationregarding different operations like, mud pressure, mud flow rate, pulling force, X-Y-Z co-ordinates of the drill head etc and the same shall be submitted to the owner.

2.0 SPECIFICATION FOR DELIVERY AND TRANSPORTATION OFPIPES & HDPE DUCT:

2.1 General

a. This specification covers delivery, transportation, handling and stacking of coatedline pipes & duct. The contractor shall take delivery of the coated pipes & duct fromthe Company’s stock yard at Madarihat, W Bengal & Noonmati, Guwahatirespectively.

b. All acts, deeds, matters and things required to fulfill the general transportationobligation, all municipal and other statutory provisions, rules, regulations & ordersrelated to transportation of pipes shall be the responsibility of the contractor.

Page 60: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 54 -

c. All other acts, deeds, matters and things whatsoever auxiliary or incidental to theabove or necessary to be done to comply with any statue, rule, regulations or ordersapplicable thereto shall be the responsibility of the contractor.

d. The contractor shall be responsible to plan for and provide suitable labour, material,machinery and equipment necessary for loading, transporting, un loading andstacking of coated pipes including but not limited to cranes, truck trailers etc asapproved by the owner. The trailers should be fitted with wooden saddles withgrooves to the size and diameter of the pipes. Sawdust bags/ packing shall be spreadin between the pipes to avoid any abrasion between the coated pipes. Crane hookshall be Teflon coated and lifting belts should of minimum 600 mm wide, wrappedby rubber sheaths to prevent damage to pipes/ coating. Coated pipes shall notallowed to be loaded on the trailers beyond ‘four pipes’ high or permissible heightfor trailers, which ever is less.

e. The contractor shall latch and secure the pipes or duct during transportation in amanner to ensure that pipes shall not slip off and cause damage, dent and wrap dueto over balance during transportation. The wire ropes used for lashing should haverubber padded to prevent to damage to pipe coating.

f. In the event of any damage to or loss of any pipe(s) or duct during transportation,the contractor shall indemnify the owner against the consequences. Any resultantloss shall be borne by the contractor, who shall forthwith inform the owner and shalllodge reports, complaints and claims in respect thereof with police, insurance, and /or other authorities as needed.

g. The contractor shall abide by the applicable transportation rules for carrying out thejobs under this contract and follow all safety and security requirements at the stockyard sites and other places of work .The contractor also shall be responsible forensuring deployment of proper and suitable equipment with experienced staff forcarrying out the jobs under the contract.

h. The contractor shall be required to indemnify the owner against any loss, damage,inconvenience caused to any person or property due to this activities whilerendering services under this contract till final completion of the work.

i. The owner shall not be responsible for safety or security with relation to thecontractors staff, equipments, or any other properties.

2.2 Delivery and Transportation of Pipes & Duct.

The contractor shall be responsible for inspection of pipes & duct and damages tothe coating, if any, at the time of taking delivery of coated pipes. The contractorshall be fully responsible for the pre coated line pipes from the time of takingdelivery from the stockyard until the time of installation in the permanent location.The contractor shall render / perform the following incidental services/ operations asmay be necessary in the course of transportation of pre-coated pipes to HDD sites.

a. The contractor shall check the pipes for pipe identification marks and shall nottransport those pipes, which do not bear identification marks without specificpermission from the owner.

Page 61: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 55 -

b. The contractor shall handle / transport the pre-coated pipes from the designatedstockyard to the HDD crossing sites without causing any damage to the pipes and itscoating.

c. Handling of pre coated pipes, loading and transportation of the same from thedesignated stock yard to HDD crossing sites or temporary stockpile sites includingunloading and stacking of pipes shall be with the scope of the contract.

2.3 Stringing Of Pipes

a. The pipes shall be unloaded from the trailers and lowered mechanically by means ofboom tractor or crane or other suitable equipment using lifting devices as mentionedearlier.

b. The Contractor shall receive coated line pipe from OIL’s pipe yard at Madarihat,W Bengal. The defective ends requiring rebuffing, jacking-out, cutting andbevelling etc. will be recorded before taking over the pipes for which the Contractorshall be entitled to extra compensation at the rate set forth in the Schedule of Rates.

c. Any subsequent damages to the line pipe requiring repairs will be at theContractor’s cost. Pipe shall not be allowed to drop or strike objects, which willdamage the pipe but shall be lifted or lowered from one level to another by suitableequipment. Lifting hooks when used shall be equipped with a plate curved to fit thecurvature of the inside of pipe. In loading pipe on trucks each length shall belowered to position without dropping and each succeeding length shall rest evenlywith other lengths on the truck. After loading, suitable chains shall be used to tiethe load securely to each bolster. If stock piled, pipe to be placed on suitable skidsto keep it clear of the ground and waters and piled not more than four tiers high.Care shall be exercised in handling or stocking of pipe in order to avoid distortion,flattening, denting, scouring or other damages. The Contractor shall provide allnecessary timber or other materials required for the stockpiles.

d. The Contractor shall be liable for damage caused by it to State and District roadsincluding bridges, culverts and other facilities. Pipe shall be un-loaded from thestringing trucks and lowered to the ground by means of boom tractor or swingingcrane or other suitable equipment. Dragging and skidding of pipe shall not bepermitted.

e. In stringing pipe along the right-of-way, clear gaps shall be left between adjacentlengths of pipe and at all well defined trails to permit the free passage of livestockor vehicles during the time interval between stringing and other constructionoperations.

f. The contractor shall inspect the strung pipes on the RoW and be assured of itsquality. Repair and rejection of defective pipe shall be carried out as per the adviceof Engineer in charge. Defects marked at the time of taking delivery at thecompany’s stockyard shall be borne by the company at the rates quoted in theschedule of rates. The cost incurred in repair of other defects shall be borne by theContractor.

g. It shall be the responsibility of the Contractor to see that pipe is strung inaccordance with the lists furnished by the Company for the proper placement of

Page 62: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 56 -

pipe by size, grade and other specifications. Any shifting of pipe resulting fromfailure to comply with these requirements shall be at contractor’s expense.

3.0 WELDING SPECIFICATIONS

3.1 General

Welding shall be done in accordance with the API Standard for Field Welding ofPipelines, API Standard no. 1104 (latest edition). The following is not to beconstrued as the complete specifications for welding.

3.2 Type And Method Of Welding

a.Welds shall be made by the manual shielded electric arc process and shall be donein such a manner so as to produce welds as strong as or stronger than the pipe itself.The type of electrodes to be used shall be as follows:

i) Stringer, 'Root' or First Pass - class E 6010.ii) 'Hot' or Second Pass- - class E 7010.

iii) Filler and Subsequent Passes - class E 7010.

The number of passes will vary depending upon the wall thickness. Internal line-upclamps shall be used wherever practicable.

3.3 The stringer bead shall achieve complete penetration throughout the periphery of theweld and preferably build up a small reinforcement at the root. Weld projection insidethe pipe shall not exceed 3 mm. The 'Hot-Pass' or second bead shall run completelyaround the pipe immediately after the stringer bead and prior to below 94 0 C. Twowelders shall be used to make the 'hot-pass' both working on opposite sides of thesame joint. The 'hot-pass' shall fully penetrate the pipe bevel at each side of thestringer making a deposit heavy enough to avoid pin holing. Completed welds shallhave a reinforcement of not less than 0.8 mm and not more than 1.6 mm above thesurfaces round the entire perimeter of the weld, and the width of the finished beadshall not be more than 3.2 mm than the original groove.

3.4 No two beads shall be started at the same point. All slag and scale shall be removedby power tool from each bead for visual inspection immediately after each bead isdone. Welding shall be continuous and uninterrupted during a pass. While the weldingis in progress care should be taken to avoid any kind of movement of the components,shocks, vibrations and stresses to prevent occurrence of weld cracks.

3.5 The length of line in which only 'stringer' and 'hot-pass' beads have been completedshall be limited to 350 metres at the end of each day's work. Should a section of thepipe line remain unfinished or falls from the skids, the contractor shall immediatelyreport the same to the Engineer-in-charge and jointly check for possible cracks priorto restarting the welding on the next day. All costs of repairs shall be borne by thecontractor.

Page 63: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 57 -

3.6 Welding Procedure Qualification

a. Welding procedure qualifications shall be carried out in accordance with the relevantrequirements of API 1104 (latest edition) or other applicable code and other jobrequirements by the contractor at his expense. The contractor shall submit the weldingprocedure as per Exhibit-A to owner for approval immediately after the receipt of theorder.

b. Owner shall review, check and approve the welding procedure submitted and shallrelease the procedure for procedure qualification test. Contractor under fieldconditions at his own expense shall carry out the procedure qualification. A completeset of test results in format as per Exhibit-B shall be submitted to the owner for itsapproval immediately after completing the procedure qualification test and at least 1(one) week before the commencement of the actual work. Standard tests as specifiedin the code API 1140 shall be carried out in all cases. It shall be the responsibility ofcontractor to carry out all the tests required to the satisfaction of the owner.

3.7 Welders Qualification :

Contractor shall submit the list of welders to the owner for Welder Qualification Testin accordance with the API 1104/and other applicable specifications at his expense.The butt-weld test pieces of; the qualification test shall meet the radiographic testrequirements specified in API-1104.

a. Owner’s representative shall witness the test and certify the qualification of eachwelder separately. Only those welders, who have been approved, shall be employedfor welding.

b. It shall be the responsibility of contractor to carry out qualification tests of welders. Awelder shall qualify for welding by performing test on segments of pipe of samediameter and the specification as the pipe to be used in system according to theapplicable requirement of API-1104.

c. Test specimen shall be cut and using the testing methods described in API 1104 andcontractor shall get these tests done as per the direction of owner.

d. Contractor shall submit the welder qualification test reports in the standard format asshown in Exhibit C&D and obtain owner’s approval, before commencement of thework.

e. The welder may be recognized as qualified and employed on the lines of the test weld,acceptable in accordance with API standard 1104. The expense involved during thetest and testing of specification are to borne by contractor. However, the pipe requiredfor Welder Qualification Test shall be issued free of cost by the owner.

f. The welders shall always have in their possession the identification card as shown inExhibit-E and shall produce it on demand by the owner representative. It shall be theresponsibility of contractor to issue the identity cards after duly certified by theowner.

g. No welder shall be permitted to work without the possession of identity card.

Page 64: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 58 -

h. If a welder; is found to perform a type of welding or in a position for which he is notqualified, he shall be debarred from doing any further work. Any welding performedby an unqualified welder shall be cut and redone by a qualified welder at the expenseof contractor.

i. Each welder shall identify that portion of weld the has deposited with his allottedsymbol number by a weather proof crayon or paint stick on pipe surface near to eachweld where stringer bead welder shall identify his weld by putting his symbol near thetop of the side, he welded. The hot pass welder shall put his symbol immediatelybelow followed by the symbol of the filler & capping welder below it.

j. The welders employed by the contractor shall be required to take welder qualificationtest (WQT) before being deployed in pipeline welding jobs. Each welder will berequired to make a ‘position- weld’ on a pipe piece of the same diameter andspecifications as that of the pipe. Each test weld will be inspected and tested asprescribed in API Standard 1104.

3.8 Welding Electrode Qualification:

a. Welding electrode used in the welding procedure qualification shall be used in theproduction welding of the same batch no and of same brand & grade.

b. Before using any electrode of different batch number/brand & grade has to be re-qualified. Only approved welding electrode shall be used in the production welding.

3.9 Welding Equipment and Supply of consumables:

The contractor shall provide/arrange all labour, equipment, tools and suppliesincluding shielded -type welding electrodes of the correct specifications. Thecontractor shall only purchase the approved brand of electrodes for pipe welding insealed containers and protect these from any deterioration or damage. Electrodes thatshow signs of deterioration or damage shall be rejected.

All welding machines, line-up clamps, bevelling machines and other equipment andsupplies used in connection with welding work shall be satisfactory to the companyand must be kept in good condition so as to produce sound welds. Any equipment orsupplies that are not satisfactory to the Engineer-in-charge must be replaced with newequipment or supplies approved by the Engineer-in-charge.

3.10 Welding During Inclement Weather:

Welding shall not be done when the quality of the completed weld might be impairedby the prevailing weather conditions, including but not limited to airborne moisture,blowing sands or dust or high wind. The Engineer-in-charge shall decide if weather-conditions are suitable for welding. The contractor shall provide windbreaks of a typethat shall give adequate protection for welding.

Page 65: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 59 -

3.11 Marking of Welds:

The contractor shall furnish each welder employed with a method of marking theweld so that the work of each welder may be identified. Each welder shall mark thepipe adjacent to the weld with the figure assigned to him. In the event of any welderleaving the job, his figures shall not be used by any other welder. Steel stamps mustnot be used.

3.12 Repair of Welds:

(a) With the prior permission of the company, welds, which do not comply withstandards of acceptability, shall be repaired at contractor’s own cost. The joint, cut outor re-welded shall also be redone at the contractor’s own cost.

(b) Separate Welding Procedure Specification sheets shall be formulated by thecontractor and approved by the company repair of welds, simulating the proposedrepair. Separate procedures are required to be approved for:

i) Through thickness repair,ii) External repair and,

iii) Internal repair.

Welders shall be qualified in advance for repairs.

3.13 Repair of Defects and Acceptability:

The Company shall approve all repairs. Root seating or single pass repair deposit shallnot be allowed. Internal root defects shall be ground thoroughly and welded with aminimum of two passes. However, while grinding for repairs, care shall be taken toensure that no grinding marks are made anywhere on the pipe surface.

Only one attempt at repair at any region of the joint/weld is permitted. Repairs arelimited to a maximum 30 % of the weld length. The minimum length of a repairedarea shall be 100 mm as measured over the recapped length.

3.14 Testing of Welds

Inspection of all welds shall be carried out as per the latest editions of the applicablecodes and specifications. All finished welds shall be visually inspected for paralleland axial alignment of the work, excessive reinforcement, concavity of welds,shrinkage, cracks, undercuts, dimensions of the weld, surface porosity and otherdefects. Under-cutting adjacent to the completed weld shall not exceed the limitsspecified in the applicable standard/code.

Cent percent (100%) radiographic examination of girth welds shall be carried out byan independent agency to be engaged by the contractor. Engineer in charge shall usediscretion to cut out welds for further tests, if it is desires. The cost of repairs andreplacement of cut-out shall be at the contractor's expense, except where the cut-out,when tested proves to be in accordance with the specification. In such case thecontractor shall be paid at the rates quoted in the Schedule of Rates depending on themethod of repair.

Page 66: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 60 -

4.0 WELDING/RADIOGRAPHIC INSPECTION SERVICES

4.1 Applicable Standards :

This specification shall apply in conjunction with of the following standards:

i) API 1104, Standard for welding pipelines and related facilities.ii) ASME B31.4 code for liquid petroleum transportation piping system.iii) ASTM E94, recommended practice for radiographic testing.iv) ASTM E 142, standard method for controlling quality of radiographic testing.v) The American Society for Non destructive Testing.

4.2 Qualification of Engineers / Inspectors and Radiographers :

a) The Welding Engineers/Inspectors shall be duly qualified and possess minimumLevel –II certificate from any certified Institute of repute and shall possess minimum5 years of relevant experience in the field.

b) The Pipeline Radiographers shall be ‘qualified’ in accordance with the requirement ofAPI 1104 and to the full satisfaction of the Company.

c) Contractor shall furnish copies of certificates of all radiographers ‘qualified’ as perabove to the Company before engagement of a radiographer to inspect productionradiography.

The certificate record shall include :

i) Background and experience record/ details.ii) Training Courses attended with certificate(s).iii) Technical Examination passed.iv) Doctor’s report of radiographer’s Jaequer J.1 acuity eye test.v) Date of qualification and re-qualifications.

d) The radiographers will be required to qualify with each radiographic procedure theyuse, prior to performing production radiographs as per this procedure.

e) The Company shall have the right to debar any employee of Contractor whenevidence proves that such individual is not performing the work assigned to him inaccordance with the specification.

4.3 Equipment and Accessories:

a) Contractor shall make necessary arrangements at his own expense, for providing theradiographic equipment, radiographic films and all the accessories for carrying outthe Radiographic Examination of the weld joints for satisfactory and timelycompletion of job.

b) For carrying out the radiographic examination for the pipe string, the contractor shallhave all the required facilities for film processing. The contractor shall be equippedwith suitable mobile/stationary type dark-rooms. Film viewer to be used, shall beequipped with the film illuminator that has a light source of sufficient intensity andsuitably controls to allow viewing film densities up to 4.0, without damaging thefilm.

Page 67: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 61 -

4.4 Welding Inspection:

a. Scope of Work:

To provide qualified, experienced and competent personnel with adequate equipmentto ensure enforcement of Welding Inspection Procedures and other associatedservices, as required for laying welding of line pipe, as per the provision of API 1104,latest edition.

b. Duties:

Inspection duties to be performed under the specification shall be as follows :

a) Welding Procedure Qualificationb) Welding Electrode Qualificationc) Welder-Qualification.d) Inspection, control and test by visual, radiographic and physical means of

all welding joints, the welding carried out by the welders. All pipe endsshall be inspected for out of roundness, correctness of bevel and root face.

e) Contractor shall submit the Qualification Test Reports referred herein, inthe standard format approved by the Company.

4.5 Radiographic Inspection :

a. Scope of Work :

This covers the radiographic inspection of all types of welded joints of the Pipeline.The welded joints shall include the following

i) Full girth welds on pipe string .ii) Welding of installation of block valves, insulating joints and other

appurtenances and tie-ins.

b. Procedure :

i) The Contractor shall submit Radiographic Examination Procedure in standard formatand approved by the Company. The procedure for Radiographic Examination shall beendorsed by the Company to its entire satisfaction prior to use. The procedure shallalso include Radiographic Identification System and Documentation for radiographicinterpretation reports and their recording system. An overlap of 40mm at the ends ofeach film shall be required to ensure that the markings for the first and last locationare common to successive films and to establish that no part of a weld has beenomitted.

ii) The Procedure of Radiographic Examination shall produce high quality radiographsof sufficient density, clarity and contrast so that defects in the weld or in the pipeadjacent to the weld, and the outline and holes of the penetrometer are clearlydistinguishable.

iii) The contractor shall on a daily basis keep record of each radiograph pertaining toi. Radiograph’s number,

ii. Approximate chainages of weld location,

Page 68: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 62 -

iii. Whether the welds meet the specified acceptance standards or not.iv. The nature and approximate location of unacceptable defects observed.

It must be possible to relate back to a particular butt weld and welder on pipingdrawing and pipeline alignment drawing subsequently.

iv) Each day’s production of processed radiographs shall be properly packed separately,identified by at least the (1)date, (2) radiographic unit, (3) job locations, (4) startingand ending progress survey stations (5) weld number and (6) shall include originaland three copies of the daily radiographic record as per relevant clauses. The packageshall be submitted to the Company daily, in no case later than the noon of thefollowing day.

v) The contractor shall provide all the necessary facilities at site, such as a dark roomwith controlled temperature, film viewer etc. to enable the Company to examine theradiographs.

vi) Any approval granted by the Company shall not relieve Contractor of hisresponsibility and guarantees.

4.6 Radiation Source :

Radiographic examination shall be carried out using x-ray radiation or gammaradiation.

4.7 Radiation Protection :

i. The contractor shall be responsible for the protection of all personnel and requiredmonitoring and control on every man working with or near the radiation sources.

ii. In consideration of possible & likely hazards of handling of radioactive source ofmaterial, the contractor shall be solely responsible for complying with all rules andregulations set forth by Atomic Energy Commission or any other GovernmentAgencies in India in this regard. The Company shall not be held responsible and shallbe kept indemnified by the contractor. Safety equipment as considered adequate bythe Company for all necessary personnel shall be made available for use andmaintained for immediate and proper use by the contractor.

4.8 Re-Radiography :

i) The weld joints shall be re-radiographing in case of unsatisfactory quality of thewelds or the radiographs, at the expense of Contractor.

ii) All the repaired weld joints shall be re-radiographed at no extra cost to the Companyin the same manner as that followed for the original welds. In addition, the repairedweld area shall be identified with the original identification number plus the letter Rto indicate the repair.

iii) When evaluating repair films, radiographers shall compare each section (exposure) ofthe weld with the original film to assure that the repair was correctly marked andoriginal defect removed.

Page 69: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 63 -

iv) The Company will review prior to any repair of welds, all the radiographs of weldswhich contain, according to the Contractor’s interpretation, unacceptable defects. Thefinal disposition of all unacceptable welds will be decided by the Company.

4.9 Protection and Care of Film :

i. All unexposed films shall be protected and stored properly as per the requirements ofAPI 1104 standard and ASTM E 94.

ii. The exposed and unexposed film shall be protected from heat, light, dust andmoisture. Sufficient shielding shall be supplied to prevent exposure of film todamaging radiation prior to and following the use of the film for radiographicexposure.

4.10 Preservation of Radiographs :

i) The radiographs shall be processed to allow storage of films without any discolorationfor at least three years. All the radiographs shall be presented in suitable folders forpreservation along with necessary documentation.

ii) All radiographs shall become property of the Company.

4.11 .Display of Safety Precautions:

The Safety Provisions should be brought to the notice of all concerned by displayingon a Notice Board at a prominent place of the work sites. The person responsible for‘Safety’ shall be named by the contractor.

4.12 Enforcement of Safety Regulations/ precautions:

To ensure effective enforcement of the rules and regulations relating to safetyprecautions, the arrangement made by the contractor shall be open for inspection bythe Company or its representatives.

5.0 SPECIFICATIONS : HYDROSTATIC TESTING

5.1. General :

After the stinging & welding operation has been completed, hydrostatic test shall beperformed on the entire length of the pipeline. Hydrostatic test shall commence onlyafter completion of all mechanical works, i.e. after all welds have been accepted. Thecontractor shall ensure that all works are complete in all respect and obtain priorwritten approval from the Company for hydrostatic testing. The pipeline shall betested in accordance with the requirements of ANSI B31.4 (latest edition).

a) The test medium shall be neutral and fresh water arranged by the contractor. Thewater to be used shall not be contaminated and free from sand or silt and be filtered.The contractor shall submit laboratory test reports of water to be used for testing. Thecontractor shall also arranged ‘approved’ corrosion inhibitors, oxygen scavengers andbactericides to be added to the test water. The contractor shall arrange and install alltemporary piping(s), which may be necessary to connect from source of water to itspumps and manifolds/tank ages.

Page 70: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 64 -

b) Before filling operation the contractor, shall clean the pipeline by air driven ‘pigs’having spring loaded brushes to remove all mill scale rust/sand from inside of pipesections. The finishing touch shall be executed with pigs provided with jet holes ornozzles for air to keep the internal dust in turbulence ahead of the pigs. The numberof pig runs shall depend upon the cleaning results and shall be determined ‘in situ’ bythe Company.

c) After cleaning the pipeline by using ‘air’ and accepted by the company, the wholelength of pipeline shall be filled with water. A pig of approved design shall befurnished by the contractor and propelled through the line ahead of the water in orderto purge out the air. The contractor shall deploy ‘line walkers’ to follow the pig inorder that its location shall be known at all times. Vents should be provided at desiredpoints in the pipeline segment to purge out air while the system is being filled withwater. When the line is completely filled & purged out of air, test pressure shall beapplied which produces a hoop stress equal to 85 % of the minimum yield strength atthe section having thinner most wall thickness or as directed by the Engineer-in-charge.

d) The pressurization shall be performed in the presence of the Engineer-in-charge at amoderate and constant rate not exceeding 2 bar/min. Volume required to reach the testpressure shall be recorded periodically throughout the pressurization as follows :

Each 5 bar increments up to 80% of test pressure as recorded by the deadweight tester ;

Each 2 bar increment between 80% of 90% of test pressure as recorded by thedead weight tester;

Each 0.2 bar increments between 90% of the test pressure to full test pressureas recorded by the dead weight tester.

The pressurization ‘cycle’ shall follow the sequence as under:

Pressurization to 50% of test pressure, hold pressure for 1 hour. Release pressure to 0 (gauge). Pressurize to 75% of test pressure, hold pressure for 1 hour. Release pressure to 0(gauge).

In case, during the hold pressure periods indicated above, a decrease in pressure isobserved, the above operations shall not be repeated more than twice after which theline shall not be considered capable of test, until the Contractor has isolated andeliminated the cause for the lack of water tightness.

e) Upon bringing a hydrostatic test section to the full specified test pressure, astabilization period of 2 to 4 hours may be required before full stabilization. Duringthe period, the pressure shall be maintained either by bleeding off or by adding water.

After stabilization, the test pressure shall be re-established and the line completelyisolated for the 24 hours test. If pressure maintained during the stabilization periodare acceptable to the Engineer-in-charge, the stabilization period may become part ofthe 24 hours test.

Page 71: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 65 -

f) During the testing period the following measurements shall be recorded/reported;

Every one hour pressure measurements from dead weight testers. Every two hours the ambient temperature and the pipe temperature at the

thermocouples.

g) The hydrostatic test shall be considered as positive if pressure remains constantthroughout the test duration except for change due to temperature effects.

h) The charts from the pressure recording instruments during the pressurization andtesting operations shall be preserved for handing over to the Company, as officialrecords of the Test. The charts shall be properly identified and signed by thecontractor as being true records of the test. All ‘failures’ shall be numerically andchronologically numbered and reported with appropriate description and date onproper ‘Test Failure Report’ forms. ‘Failures’ on the line resulting from loss ofpressure shall be located and repaired by the contractor. Cost of such repairs shall beborne by the contractor except when the failure results from defective pipe or fittings.In the event of the leak being due to defective pipe or fittings supplied by thecompany, the cost of repair shall be paid/reimbursed by the company as perSchedule of Rates. After leaks or failures have been repaired as disclosed by thepressure test. The test shall be repeated until the specified test pressure can besatisfactorily maintained.

i) During the period of hydrostatic testing, ‘Safety’ sign board in English & locallanguage shall be displayed to ‘warn’ the people about the testing operation. Allnecessary precautionary measures shall be taken by the contractor as per relevantstandards

All pigs used shall embody an aluminium gauging plate of approved design having adiameter of 95% of internal diameter of the section having heaviest wall thickness inthe section. The contractor must ensure free passage of pigs at its own expense.

A responsible engineer/supervisor shall be nominated by the contractor for executionof hydrostatic testing. He shall ensure that all personnel working on the hydrostatictesting spread are fully aware of their individual duties.

The contractor will bleed the line after the testing to remove excessive pressure butwill not remove the water. The water will be displaced by the company with crude oilat a later date.

6.0 TEMPORARY CATHODIC PROTECTION WORKS (TCP)

6.1 GENERAL

i) Within two weeks of award of contract, the contractor shall submit the detailed designof the temporary cathodic protection system, for approval by owner.

ii) Temporary cathodic protection for the pipeline, by means of sacrificial anode system,shall have to be completed within 10 days of the pipe string being pulled through theHDD bore.

Page 72: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 66 -

iii) In case of the contractor not being able to provide temporary cathodic protection tothe pipe string within the above-stipulated time frame, owner shall at its discretioncarry out the same, either internally or through any other third party, and the amountso spent will be deducted from the contractor’s bill.

iv) All components of the TCP system shall be guaranteed for its efficiency, quality andworkmanship, for a period of 1 year from the date of commissioning.

v) The contractor shall depute competent supervisor (whose qualification and experiencehave been duly approved by the owner or by any recognized body of repute dulyapproved by Owner) for supervising the job.

6.2 Design of TCP System

High potential Magnesium anodes (1.75 V), as per specification listed elsewhere,shall be used for protecting the pipeline.

A minimum of 2 Nos test stations shall be installed (1 no each at the entry and exitpoints of each crossings). All sacrificial anodes are to be connected with pipelinethrough these test stations.

a. The following specifications/drawing as listed below gives the technical details asregards the TCP system Pre-packed magnesium anodes – refer Drg No. ………….. Test lead point – refer Drg No.…………… Galvanic anode installation – refer Drg No. ……….. General arrangement – refer Drg No. STD/ELECT/4889

b. The following data shall be used for designing the TCP systema) Protection current density : 75 micro amp/m²b) Factory of safety : 1.3c) Utilisation factor : 0.85d) Design Life of anodes : 2 Yearse) Anode consumption rate : 7.9 Kg/A-Hrf) Protective potential : (-) 0.95V (ON) to (-) 1.80V (ON) w.r.t

copper/copper sulphate referenceelectrode.

6.3 Installation

a. Package anodes damaged as a result of improper handling or due to any other reason,shall be re-packed to OWNER’S satisfaction.

b. All Cathode cables shall be laid at a minimum depth of 750 mm and all Anode cablesshall be laid at a minimum depth of 500 mm. Both cables shall be protected by a sandcushioning of minimum 50 mm.

c. No joints shall be permitted in the anode tail cable. The tail cable shall be of adequatelength so to reach the TLP stud without any intermediate joint.

Page 73: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 67 -

d. All cable connections to the pipeline and protected structures shall be made byThermit welding/pin brazing process. The detailed procedure & precautions to beserved will be strictly as per guidelines as detailed in exhibit drawing noSTD/ELEC/4890. In no case cable shall be connected at the seam of the pipe.Distance between two pipe connection points shall be 300 mm

e. It shall be the endeavour of the contractor to see that cathode connection to thepipeline is at the “ cut back areas” of the pipeline, wherever possible. In case thejointing is made at the “cut back areas”, no separate repair patch is required, as thesame will be taken care with jointing coating sleeve itself. Where the yard coating isremoved for the purpose of cathode connection to the pipeline, necessary repair shallbe carried out by the contractor, including supply of all material.

f. All Test Lead Points (TLPs) shall be painted Post office Red and installed in such amanner that the minimum height of the test box shall be 1.2 m above ground level.The TLPs shall be installed on the right side of the pipeline (looking in the directionof flow), at a distance of 1.2m from the centre line of the pipeline. Chainage of theTLP shall be painted on the TLP with black paint with suitable sized fonts. All boltsinside the TLP shall be of brass.

6.4 Test And Measurements:

a. Natural pipe-to-soil potentials shall be measure at each test station location prior toanode connection. After connection of all the anodes, the line shall be allowed topolarise for sufficient time before logging the pipe-to-soil potential. Repeated pipe-to-soil potential measurements shall be carried out at regular intervals until nosignificant change is observed.

b. Final adjustments shall now be carried out based on protection criteria specifiedelsewhere in this specification. In case of insufficient/over protection is observed inthe pipeline section, contractor shall carry out necessary remedial measures after dueapproval of owner.

c. All measurements carried out shall be duly tabulated and recorded for submission toowner for his reference.

6.5 Approval Requirements a. The contractor shall seek prior approval for the following:

i. Temporary cathodic protection system designii. Material specifications for Cables, Anodes and Test stationsiii. Vendor list for Cables, Anodes and Test stationsiv. Installation layoutv. Installation procedurevi. Thermit welding/pin brazing procedurevii. Coating repair procedureviii. Anode installation location

b. The Contractor shall furnish spectrographic analysis report indicating compositiondetails of Magnesium anodes, prior to installation of the anodes.

i. Manufacturers of anodes, other than those specified below, if proposed by thebidder, should be supported with necessary credentials, past supplies,spectrographic reports of anodes etc. for approval by owner

Page 74: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 68 -

ii. Approved vendors for Magnesium anodes. M/s Metal founder M/s Scientific Metal M/s Process & Product Development centre, Agra

7.0 SPECIFICATION : HEAT SHRINKABLE SLEEVE

7.1 Wrap around heat shrinkable sleeve reinforced with fibre glass , compatible to threelayer polyethylene coating of girth weld joint coating comprising of the followingof approved manufacturer :

DIRAX - 16000-24/1K or equivalentS-1239 EPOXY BULK KIT or equivalentMetal belt 25 x 0.8 with clips

7.2 Wrap around heat shrinkable sleeve made of radiation cross linked polyolephinbacking coated with a high shear strength hot melt adhesive – HTLP –60 –16000-24/B or equivalent.

7.3 A minimum overlap of 50mm on each side of pipe coating shall be provided.

8.0 SPECIFICATION : COATING REPAIR MATERIAL

Tape made of a Radiation cross linked packing, coated on inside with a semicrystalline thermo plastic adhesive for repair of damaged poly ethylene coatingcomprising of the following of approved manufacturer:

PERP- 60 E 425/10,000 or equivalentPERP FILLER 60E 50x 3x3000 or equivalent

End of Section-III&&&&&&

Page 75: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 69 -

SECTION - IV

SCHEDULE OF RATES

1.0 SCHEDULE OF RATES:

1.1 The schedule of rates is to be read with all the other sections of this bid document.

1.2 The quantities shown against the various items are only approximate and may varydepending on the actual field requirement.

1.3 The Company reserves the right to interpolate/extrapolate rates for extra items forwork from similar items of lower and higher magnitude or otherwise derive rates forextra items from tendered rates.

1.4 All items of works in the schedule of rates shall be carried out as per thespecification, approved drawings and instructions of the Engineer and the rates shallprovide for supply of required materials, consumables, skilled and unskilled labour,supervision, all inspections inclusive of radiographic test, machinery’s, all tools andtackles etc. as called for in the construction specifications of the contract.

1.5 The Company shall not be liable for any increase or decrease in the actual quantitiesof work effected within the scope of work, nor shall such increase or decrease in theactual quantities form the basis of any alteration of rates quoted and accepted or forany claim for additional compensation, damages or loss of profits or otherwise.

2.0 TAXES :

2.1 Taxes levied as per the provisions of Indian Income Tax Act, VAT, Service Tax andWorks contract tax and any other enactment/rules on income derived/paymentreceived under this contract will be to Contractor’s account.

2.2 Income tax deductions will be made from all payments made to the Contractor asper rules and regulations in force in accordance with the Income Tax Act prevailingfrom time to time.

2.3 All local taxes, levies and duties, sales tax, octroi etc. on purchases and sales madeby the Contractor shall be borne by the Contractor.

3.0 TERMS OF PAYMENT :

3.1 Contractor shall raise bill for a period not less then 1 month. If more then one bill israise in a month, bill will be processed on monthly basis. Payment against bills willbe made to the contractor within thirty (30) days after the submission of the certifiedbill subject to deductions, if any.

3.2 The payment for remaining items shall be made only after completion of each jobunder those item.

Page 76: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 70 -

4.0 PRICE SCHEDULE :

Bidders shall quote rates for the items as detailed in Annexure - D These ratesshould include supply of all consumables, equipment, tools & tackles, labour,supervision, inspection & testing for completion of work as per the constructionspecifications. The rates quoted in Annexure - D will be considered for evaluationof the offer.

END OF SECTION- IV

END OF PART-3

&&&&&

Page 77: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 71 -

PART – 4

SECTION – V

ANNEXURES

ANNEXURES – A : INTEGRITY PACT PROFORMA

ANNEXURES – B : BID SUBMISSION PROFORMA

ANNEXURES – C : CERTIFICATE OF COMPLIANCE WITHRESPECT TO BRC

ANNEXURES – D : PRICE - BID FORMAT .

ANNEXURES – E : STATEMENT OF COMPLIANCE

ANNEXURES – F : CHECK LIST

ANNEXURES – G : DETAIL OF EQUIPMENTS, TOOLS &TACKLES/ MOBILIZATION &EXECUTION SCHEDULE.

ANNEXURES –H : DETAIL EXPERIENCES OF THE BIDDER.

ANNEXURES –I : DETAILS OF PRESENT COMMITMENT.

ANNEXURES –J : AUTHORISATION FOR ATTENDING BIDOPENING

ANNEXURES –K : PROFORMA LETTER OF AUTHORITY

ANNEXURES –L : FORM OF BID SECURITY (BANK GUARANTEE)

ANNEXURES –M : BIO DATA OF KEY PERSONNEL .

ANNEXURES –N : APPLICATION FORM FOR VENDOR CODE .

&&&&&

Page 78: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 72 -

Annexure- A

INTEGRITY PACT

Between

Oil India Limited (OIL) hereinafter referred to as "The Principal"

And

( Name of the bidder ).......................................hereinafter referred to as "TheBidder/Contractor"

Preamble :

The Principal intends to award, under laid down organizational procedures,contract/s for Tender No. CGI 0523 P11 [PL/PLM/5105(R)]. The Principal valuesfull compliance with all relevant laws and regulations, and the principles ofeconomic use of resources, and of fairness and transparency in its relations with itsBidder/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renownedinternational Non-Governmental Organisation "Transparency International" (TI).Following TI's national and international experience, the Principal will appoint anexternal independent Monitor who will monitor the tender process and theexecution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to preventcorruption and to observe the following principles:-

1. No employee of the Principal, personally or through family members, willin connection with the tender for, or the execution of a contract, demand,take a promise for or accept, for him/herself or third person, any materialor immaterial benefit which he/she is not legally entitled to.

2. The Principal will, during the tender process treat all Bidders with equityand reason. The Principal will in particular, before and during the tenderprocess, provide to all Bidders the same information and will not provide toany Bidder confidential/additional information through which the Biddercould obtain an advantage in relation to the tender process or the contractexecution.

3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which isa criminal offence under the relevant Anti-Corruption Laws of India, or if there bea Page 2 of 6 substantive suspicion in this regard, the Principal will inform itsVigilance Office and in addition can initiate disciplinary actions.

Page 79: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 73 -

Section 2 - Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits itself to take all measures necessary toprevent corruption. He commits himself to observe the following principlesduring his participation in the tender process and during the contractexecution.

1. The Bidder/Contractor will not, directly or through any other person orfirm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any thirdperson any material or immaterial benefit which h e/she is not legallyentitled to, in order to obtain in exchange any advantage of any kindwhatsoever during the tender process or during the execution of thecontract.

2. The Bidder/Contractor will not enter with other Bidders into anyundisclosed agreement or understanding, whether formal or informal.This applies in particular to prices, specifications, certifications,Subsidiary contracts, submission or non-submission of bids or any otheractions to restrict competitiveness or to introduce cartelisation in thebidding process.

3. The Bidder/Contractor will not commit any offence under the relevantAnticorruption Laws of India; further the Bidder/Contractor will not useimproperly, for purposes of competition or personal gain, or pass on toothers, any information or document provided by the Principal as part ofthe business relationship, regarding plans, technical proposals andbusiness details, including information contained or transmittedelectronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and allpayments he has made, is committed to or intends to make to agents,brokers or any other intermediaries in connection with the award of thecontract.

(2) The Bidder/Contractor will not instigate third persons to commit offencesoutlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from futureContracts

If the Bidder, before contract award has committed a transgression through aviolation of Section 2 or in any other form such as to put his reliability or risibility asBidder into question, the Principal is entitled to disqualify the Bidder from thetender process or to terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression through a violation ofSection 2 such as to put his reliability or credibility into question, the Principal isentitled also to exclude the Bidder/Contractor from future contract awardprocesses. The imposition and duration of the exclusion will be determined by theseverity of the transgression. The severity will be determined by the circumstancesof the case, in particular the number of transgressions, the position of thetransgressions within the company hierarchy of the Bidder and the amount of thedamage. The exclusion will be imposed for a minimum of 6 months and maximumof 3 years.

Page 80: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 74 -

2. The Bidder accepts and undertakes to respect and uphold the Principal's Absoluteright to resort to and impose such exclusion and further accepts and undertakesnot to challenge or question such exclusion on any ground, including the lack ofany hearing before the decision to resort to such exclusion is taken. Thisundertaking is given freely and after obtaining independent legal advice.

3. If the Bidder/Contractor can prove that he has restored/recouped the Damagecaused by him and has installed a suitable corruption prevention system, thePrincipal may revoke the exclusion prematurely.

4. A transgression is considered to have occurred if in light of available evidence noreasonable doubt is possible.

Section 4 - Compensation for Damages

1. If the Principal has disqualified the Bidder from the tender process prior to theaward according to Section 3, the Principal is entitled to demand and recover fromthe Bidder liquidated damages equivalent to 3 % of the value of the offer or theamount equivalent to Earnest Money Deposit/Bid Security, whichever is higher.

2. If the Principal has terminated the contract according to Section 3, or if thePrincipal is entitled to terminate the contract according to section 3, the Principalshall be entitled to demand and recover from the Contractor liquidated damagesequivalent to 5% of the contract value or the amount equivalent to SecurityDeposit/Performance Bank Guarantee, whichever is higher.

3. The bidder agrees and undertakes to pay the said amounts without protest ordemur subject only to condition that if the Bidder/Contractor can prove andestablish that the exclusion of the Bidder from the tender process or thetermination of the contract after the contract award has caused no damage orless damage than the amount or the liquidated damages, the Bidder/Contractorshall compensate the Principal only to the extent of the damage in the amountproved.

Section 5 - Previous transgression

1. The Bidder declares that no previous transgression occurred in the last 3 yearswith any other Company in any country conforming to the TI approach or withany other Public Sector Enterprise in India that could justify his exclusion from thetender process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualifiedfrom the tender process or the contract, if already awarded, can be terminatedfor such reason.

Section 6 - Equal treatment of all Bidders/Contractor/Subcontractors

1. The Bidder/Contractor undertakes to demand form all subcontractors acommitment in conformity with this Integrity Pact, and to submit it to the Principalbefore contract signing.

2. The Principal will enter into agreements with identical conditions as this onewith all Bidders, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all bidders who do notsign this Pact or violate its provisions.

Page 81: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 75 -

Section 7 - Criminal charges against violating Bidders/Contractors/ Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor orSubcontractor, or of an employee or a representative or an associate of a Bidder,Contractor or Subcontractor, which constitutes corruption, or if the Principal hassubstantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 - External Independent Monitor/Monitors(three in number depending on the size of the contract)

(to be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitorfor this Pact. The task of the Monitor is to review independently and objectively,whether and to what extent the parties comply with the obligations under thisagreement.

2. The Monitor is not subject to instructions by the representatives of the parties andperforms his functions neutrally and independently. He reports to the Chairpersonof the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access withoutrestriction to all Project documentation of the Principal including that provided bythe Contractor. The Contractor will also grant the Monitor, upon his request anddemonstration of a valid interest, unrestricted and unconditional access to hisproject documentation. The same is applicable to Subcontractors. The Monitor isunder contractual obligation to treat the information and documents of theBidder/Contractor/Subcontractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about allmeetings among the parties related to the Project provided such meetings couldhave an impact on the contractual relations between the Principal and theContractor. The parties offer to the Monitor the option to participate in suchmeetings.

5. As soon as the Monitor notices, or believes to notice, a violation of thisagreement, he will so inform the Management of the Principal and request theManagement to discontinue or heal the violation, or to take other relevant action.The monitor can in this regard submit non-binding recommendations. Beyond this,the Monitor has no right to demand from the parties that they act in a specificmanner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Chairperson of the Board of thePrincipal within 8 to 10 weeks from the date of reference or intimation to him by the'Principal' and, should the occasion arise, submit proposals for correctingproblematic situations.

7. If the Monitor has reported to the Chairperson of the Board a substantiatedsuspicion of an offence under relevant Anti-Corruption Laws of India, and theChairperson has not, within reasonable time, taken visible action to proceedagainst such offence or reported it to the Vigilance Office, the Monitor may alsotransmit this information directly to the Central Vigilance Commissioner,Government of India.

8. The word 'Monitor' would include both singular and plural.

Page 82: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 76 -

Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for theContractor 12 months after the last payment under the respective contract, and forall other Bidders 6 months after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding andcontinue to be valid despite the lapse of this pact as specified above, unless it isdischarged/determined by Chairperson of the Principal.

Section 10 - Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction isthe Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made inwriting. Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be, signedby all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, theremainder of this agreement remains valid. In this case, the parties will strive tocome to an agreement to their original intensions.

S. K. MAHAJANChief Engineer Pipeline (PLM)

------------------------- ----------------------------------For the Principal For the Bidder/Contractor

Place. Guwahati Witness 1 : .............................

Date . .2010 . Witness 2 : .............................

&&&&&&

Page 83: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 77 -

Annexure- BBID SUBMISSION PROFORMA

Tender No :

Oil India Limited

Dear Sirs,

I / We have understood and compiled with the “ Instructions to Bidders” at “Bid evaluation /Rejection Criteria” and the “General Terms and Conditions” for the services and havethoroughly examined and compiled with the specifications, drawings and / or patternstipulated hereto and / are fully aware of the nature of the services required to be providedand my / our offer is to provide the services strictly in accordance with the requirements.

Yours faithfully,

(SIGNATURE OF BIDDER)

ADDRESS :

DATED :

TELEPHONE NO :FAX NO :EMIAL ADDRESS :

Note : This form should be returned along with offer duly signed

&&&&&

Page 84: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 78 -

Annexure- C

CERTIFICATE OF COMPLIANCE WITH RESPECT TO BRC

We _______________(Name of the bidder) hereby confirm that all the conditionsgiven in the Bid Rejection Criteria(BRC) of the Bid document CGI 0523 P11[PL/PLM/5105(R)] are acceptable to us and we have not made anydeviations from the same or put forward any additional condition in our offer inthis respect. It is also confirmed that the supporting documents with regard toEligibility Criteria of the bidder, laid down in the Bid Document are dulysubmitted in the Envelope ‘C’ containing the Technical Bid.

Authorised Person’s Signature: _________________

Name: _______________________________Designation:_________________________

Seal of the Company:

&&&&&&&&

Page 85: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 79 -

Annexure- DPRICE - BID FORMAT

-Deleted- not relevant for E-tendering

( Prices are to be quoted as per online format)

&&&&&&&

Page 86: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 80 -

Annexure- E

STATEMENT OF COMPLIANCE

OIL expects the bidders to fully accept the terms and conditions of the bidding documents.However, should the bidder experience some exception and deviations to the terms of thebidding documents, the same should be indicated here and put in un-priced bid. In order to beconsidered responsive, Bidder’s offer must specifically include the following statement :

(a) We certify that our offer complies with all NIT requirements and specificationswithout any deviations.

Or

(b) We certify that our offer complies with all NIT requirements and specifications withthe following deviations :

SL.NO.

SECTION/CLAUSE NO.

BRIEF STATEMENT COMPLIANCE/NON-COMPLIANCE

DEVIATIONSTATEMENT

We undertake that excepting above deviations all the terms and conditions in the tenderdocument shall be fully complied with. Company will not recognize anydeviations/exception(s) which is not listed in this Annexure.

__________________________________ Signature of the Bidder

Name of Bidder: ____________________

Seal of the Company:

&&&&&

Page 87: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 81 -

Annexure-F

CHECK LIST

THE CHECK LIST MUST BE DULY FILLED UP COMPLETELY AND TO BESUBMITTED ALONG WITH YOUR OFFER. PLEASE ENSURE THAT ALL THESEPOINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE THAT YOUROFFER IS PROPERLY EVALUATED. PLEASE CROSS THE BOX WHICHEVER ISAPPLICABLE.

TECHNICAL

1.1. Have you submitted the Bid Form? Yes / No

1.2. Have you submitted the documents to establish Yes / NoYour eligibility criteria as set forth in clausesof Part-2.

1.3. Whether the services being offered fully conform Yes / No to the required technical specifications ?

1.4. If no, whether you have separately highlighted the deviation? Yes / No.

1.5. Have you submitted the details of your past performance Yes / No and experience for job of similar nature and details of

current work in hand in the formatsgiven in Section-V.

1.6. Have you submitted the qualification and experience of Yes / Noyour key personnel?

1.7. Have you submitted list of equipment / machinery proposed Yes / Noto be committed for work in the format given in Section-V ?

1.8. Have you submitted a bar chart for execution of the work Yes / Noenvisaged in the tender document.

1.9. Have you stated the exceptions & deviations to bid document Yes/Noas per format given in Annexure – E ?

Contd/-

Page 88: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 82 -

Annexure-F (contd)

COMMERCIAL

2.1 Whether requisite tender fee has been paid ? Yes / No

2.2 If so, furnish the following :-

(i) Value(ii) Mode of payment: Cheque / Draft / Cash

2.3 Whether Original Bid Security has been forwarded ? Yes / No

2.4 If so furnish the following:-(i) Name of the Bank(ii) Value(iii) Number(iv) Date of issue(v) Period of validity of the Bank Draft/Bank Guarantee/

Letter of Credit.(The validity of Bank Draft should not be less than 180 days).

2.5 Have you offered firm price? Yes / No

2.6 Have you specified currency of the quoted price? Yes / No

2.7 Whether the period of validity of the offer is as required in bidding document? Yes / No

2.8 Whether confirmation regarding submission of performanceSecurity has been furnished (if called for) ? Yes / No

2 .9. Confirm that all documents required in un-pricedtechno-commercial bid without prices are placed in un-priced folder. Yes / No

2.10. Confirm that bid and all documents are signed using validdigital signatures issued by acceptable Certifying Authority (CA) as per Indian IT Act 2000. Yes / No

2.11 Whether a copy of latest income tax clearance certificatehas been enclosed ? Yes / No

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

&&&&&&&

Page 89: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 83 -

Annexure-G

DETAIL OF EQUIPMENTS, TOOLS & TACKLES/ MOBILIZATION & EXECUTIONSCHEDULE

1.0 The Bidder shall specify in the format given below list of Equipment / Machineries,transport etc. to be deployed for different category of job envisaged under the contract forthe entire Contract period and submit along with Techno-Commercial Bid.

2.0 The bidder shall furnish a detailed work programme showing the commencement andcompletion schedule of each category of job within the stipulated contract period.

Signature & Seal of Bidder : _________________________

Name of Bidder : _________________________

&&&&&&

Sl.No.

Equipment Details Specifications Vintage Qty. (nos.)

1

2

3

4

5

Page 90: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 84 -

Annexure-H

DETAIL EXPERIENCES OF THE BIDDER

The Bidder shall give information on work done during the past 7 (seven) years as per the

format given below and submit along with Techno-Commercial Bid.

Signature & Seal of the Bidder : ______ ________

Name of Bidder

: ______________

&&&&&

Sl.No.

BriefDescription of work

Value ofContract

Completiontime as statedin the Tender(Month)

ActualCompletionTime(Month)

Year ofCompletion

Reasonfor Delay(if any)

Name &PostalAddress ofClient

Page 91: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 85 -

Annexure-I

DETAILS OF PRESENT COMMITMENT

The Bidder shall give information regarding present commitment as per the format given below

and submit along with Techno-Commercial Bid.

Sl.No.

Name & PostalAddress ofClient & NameofOfficer-In -Charge

Description of work Value ofContract

Date ofCompletion

% age ofCompletionas per Date

ExpectedDate ofCompletion

ReasonsForDelay (if any)

Signature & Seal of the Bidder : ____________________

Name of Bidder : ____________________

&&&&&&

Page 92: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 86 -

Annexure-J

AUTHORISATION FOR ATTENDING BID OPENING

TO DATE:Chief Engineer ( PLM)Oil India Ltd.,P.O. Udayan Vihar,NarangiGuwahati-781171.Assam, India

Sir,

Sub: OIL’s Tender No. CGI 0523 P11 [PL/PLM/5105(R)]

We authorize Mr. /Ms. ______________ (Name and address) to be present

at the time of opening of the above LCB due on _____________ at Guwahati on

our behalf.

Yours Faithfully,

Authorised Person’s Signature: _________________

Name: _______________________________Designation: _________________________

Seal of the Bidder:

Note: This letter of authority shall be on printed letter head of the Bidder andshall be signed by a person who signs the bid.

&&&&&

Page 93: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 87 -

Annexure-K

PROFORMA LETTER OF AUTHORITY

To,

General Manager (PLS) Attn: Chief Engineer ( PLM) OIL INDIA LIMITED. P.O.- Udayan Vihar

Guwahati-781171 Assam (India)

Sir,

Sub : OIL’s Tender No.: CGI 0523 P11 [PL/PLM/5105(R)]

We ____________________________ confirm that Mr. ______ _ __(Name and address) is authorized to represent us to Bid, negotiate and conclude theagreement 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 shallcommit.

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 besigned by a person competent and having the power of attorney (power ofattorney shall be annexed) to bind such Bidder.

&&&&&

Page 94: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 88 -

Annexure-L

FORM OF BID SECURITY (BANK GUARANTEE)

To : M/s. OIL INDIA LIMITED,Guwahati, Assam, India, Pin - 781171.

WHEREAS, (Name of Bidder) ______________________________ (hereinafter called“the Bidder”) has submitted their offer Dated__________ for the provision of certainoilfield services (hereinafter called “the Bid”) against OIL INDIA LIMITED, Guwahati,Assam, India (hereinafter called the Company)’s tender No. : CGI 0523 P11 [PL/ PLM /5105] know all men by these presents that we (Name of Bank) ____________________ of(Name of Country) _______________ having our registeredoffice at__________________________ (hereinafter called “Bank”) are bound unto theCompany in the sum of ( * ) for which payment will and truly to be made to Company,the Bank binds itself, its successors and assignees by these presents. SEALED with thecommon seal of the said Bank this ___________________day of ________________ 20___.

THE CONDITIONS of this obligations are :

(1) If the Bidder withdraws their Bid during the period of Bid validity specified by theBidder; or

(2) If the Bidder, having been notified of acceptance of their Bid by the Companyduring the period of Bid validity:

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

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

We undertake to pay to Company up to the above amount upon receipt of its first writtendemand (by way of letter / fax/cable), without Company having to substantiate its demandprovided that in its demand Company will note that the amount claimed by it is due to itowing to the occurrence of one or both of the two conditions, specifying the occurredcondition or conditions.

This guarantee will remain in force up to and including the date ( ** ) and anydemand in respect thereof should reach the Bank not later than the above date.

Page 95: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 89 -

SIGNATURE AND SEAL OF THE GUARANTORS :___________________

Name of Bank & Address :_________________________________________

Witness: _______________Address :________________ ________________ (Signature, Name and Address)

Date :__________ Place : _____________

* The Bidder should insert the amount of the guarantee in words and figures.

** Date of expiry of Bank Guarantee should be minimum 30 days after the end of thevalidity period of the Bid.

&&&&&&

Page 96: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 90 -

ANNEXURE- M

PROFORMA FOR BIO DATA OF KEY PERSONNEL

1. NAME:

2. PRESENT ADDRESS:

3. PERMANENT ADDRESS:

4. FATHER’S NAME :

5. NATIONALITY :

6. DESIGNATED POST :

7. EDUCATIONAL QUALIFICATION :

8. DATE OF BIRTH :

9. EXPERIENCE IN REVERSE ORDER :

&&&&&&

Page 97: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 91 -

ANNEXURE – N

VENDOR CODE NO. _______________________ ( If the bidders already have vendorcode the form need not to be filled up.)

APPLICATION FORM FOR VENDOR CODE

Please go through the following points before filling up the format. The form should be filledup in the given format only.

1) Please indicate the vendor code as mentioned on top of the covering letter.2) Please mention SSI or NSIC or PSU or DGS & D if you are a SSI or NSIC or PSU or

DGS & D unit.3) In the event PAN not allotted to you please enclose copy of application made by you

for PAN allotment.4) For Sales tax and service tax wherever applicable, provide the registration Number.5) Please mention Company or non-Company in the field Corporate / Non-Corporate.6) Please mention not applicable in case any of the data is not applicable.7) Please put your signature, seal of your company at the bottom.

Required data Your data to be filled up in this columnVENDOR CODENAME

ADDRESS

DISTRICTPOSTAL CODECITYCOUNTRYTELEPHONE NUMBERFAX NUMBERMOBILE NUMBERE-MAILWEB SITECONTACT PERSONTELEPHONE NUMBER OF CONTACTPERSONWhether SSI/NSIC/PSU/DGS & D UNITCORPORATE/NON-CORPORATETAX EXEMPTION CERITIFICATE NO.EXEMPTION FROM (Date)EXEMPTION TO (Date)CST REGISTRATION NO.

(Contd. in Page-2)

Page 98: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Tender No. CGI 0523 P11 [PL / PLM / 5105®]

- 92 -

LOCAL SALES TEX REGISTRATION NOECC NO. (Excise Control Code)PANVAT REGISTRATION NO. (TIN)SERVICE TAX REGISTRATION NO.PF CODEBANK A/C NUMBERBANK A/C TYPE (S/B, CC etc.)BANK NAMEBANK BRANCHBANK ADDRESS

BANK CITYSERVICE TAX REGISTRATION NO.PROVIDENT FUND CODE NO.NATURE OF BUSINESSCONSTITUTIONOF THE FIRMW/B SALES TAX REGISTRATION NO.ORISSA VAT REGN. NO (TIN NO)EPF CODE NO.ESI CODE NO.TAN

Signature of authorized person :

Name in block letter :

Date :

Seal of your company :

&&&&&

Page 99: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Annexure-D

SL.NO.

DESCRIPTION OF WORKUNIT QTY. UNIT RATE

(IN RS.) UNIT RATE (in

word) AMOUNT (IN RS .)

1 Laying of pipe by HDD at DigaruMainline

M 310

Design, detailed engineering,transportation of all materials, equipmentand installation of 406.4 mm O.D. 11.92mm W.T. API 5LX grade 46 pipe acrossthe river by 'Horizontal Directional Drilling'method as per specification. The jobincludes: a)Design of HDD profile with data ofhydrological and geo-technical surveysfurnished including detailed engineering,preparation of all necessary constructiondrawings.b) Installation of pipeline below the riverbed by HDD operation to the correctprofile as per approved design / drawing.c) Carryout post-installation gauging andhydrostatic testing of the pipeline.d) Preparation and submission of as-builtdrawings and other drawings etc.

2 Installation of OFC EOP 1Installation of OFC duct ( 2 nos) acrossthe river along the HDD profile. The jobinvolve loading/unloading, transportationetc of OFC duct from OIL's dump site atGuwahati, pulling the ducts along with thepipe as directed by the engineer-in-charge.

3 Welders Qualification Test EOP 1Cost of Welders qualification testincluding procedure qualification ,radiographic test, non-destructive testetc.

4 Transportation of Pipe for DigaruMainline M 310

SCHEDULE OF RATE“Design, Detail Engineering and Installation of 406.4 mm OD pipeline crossing

by Horizontal Directional Drilling method across Digaru river in the state ofTender ref No: CGI 0523 P11 [PL/PLM/5105 ® ]

Page 100: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Transportation of coated pipes of doublerandom length from OIL's dump site atMadarihat.PS7 to River Digaru crossingsite, 400 km(approx) distance fromMadarihat. PS7, loading / unloadingincluding shifting of pipe to the site, ifrequired and supply of supports to protectpipe coating as per specification providedherein or as directed by the engineer-in-charge.

5 Welding , Hydrotesting at DigaruMainline M 310

Stringing, welding of 406.4 mm O.D. 11.92

mm W.T. API 5LX grade 46 pipe including

100% Radiographic inspection,

hydrostatic testing, holiday testing etc. as

per specification provided herein or as

directed by the Engineer-in-charge.6 Supply Heat-Shrinkable Sleeve at

Digaru MainlineNO 32

Supply and installation of heat shrinkable

sleeves of width 600 mm compatible with

three layer polyethylene coatings of

minimum overlap of 50 mm on each side

of pipe coating on the welding joints of the

pipe as per specification or as directed by

the Engineer in-charge.7 Replacement of test water at Digaru

Mainline EOP 1

Replace the Hydrotest water by piggingwith treated water having corrossioninhabitator with sufficient PPM in amanner to avoid corrossion effect at leastfor one year.End cap have to be welded .

8 Installation of Temporary C PSystem at Digaru Mainline EOP 1

To carry out current requirement surveyfor Cathodic Protection system afterinstallation of pipeline crossing andrecommendation. Supply and installationof Temporary CP system with magnesiumanode or any other suitable method.

9 Repair of coating at Digaru Mainline CM2 40

Page 101: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Repairing of damaged 3LPE coating of

line pipe during taking over at company's

yard including supply of all repair

material. The job covers complete removal

of defective coating and applying repair

patch of coating as directed by the

Engineer-in-charge.

N.B:Any coating repair after taking over

shall be carried out at Contractor's cost.10 Repair of pipe end at Digaru

Mainline .NO 40

Repairing of damaged pipe end recorded

at the time of taking delivery over at

company's yard for 406.4 m O.D. x

11.92mm W.T. pipe. Pipe end preparation

for Cut and rebevel (dents in bevel

exceeding 3 mm depth)

Signature

( Total In Word )

TOTAL

Page 102: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

Guidelines to bidders for participating in OIL's e-Procurementtenders

Bid invitations (Tenders)The details of e-Procurement tenders can be accessed from our e-Procurement site.

https://etender.srm.oilindia.in/sap/bc/gui/sap/its/bbpstart/!You may login using your login id & password to view all tenders available for you.Guest login button to view available open tenders.

Pre-requisites to submit tenders on lineYou should have a valid User Id to access OIL e-Procurement site.You should have a legally valid digital certificate as per Indian IT Act from the licensed

Certifying Authorities operating under the Root Certifying Authority of India (RCAI),Controller of Certifying Authorities (CCA) of India.

You should have paid the requisite tender fee , if applicable for the Bid Invitation. If youare exempt from paying tender fee, you should have got an exemption from the TenderOfficer.

You should fulfill any other pre-requisites mentioned in the tender documents of a specifictender.

Obtaining User Id to access OIL e-Procurement site

Initially user id and password will be assigned to you. Please send your updated mailing address with pin code, phone number, fax number and email ID to the us at [email protected].

Instructions for obtaining Digital CertificateIn order to bid for OIL e-tenders all the vendors are required to obtain a legally valid digitalcertificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating underthe Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) ofIndia. (http://www.cca.gov.in/)Steps for obtaining Digital Certificate

Visit the site of the licensed CA* using internet browser.Apply online for a class 3 digital certificate for the designated individual with organization

name. Ensure the Digital Certificate is legally valid in India.

Page 103: Oil India · PDF file5.0 Bid Security: Bid security shall be submitted to Chief Engineer (PLM), Oil India Limited, Guwahati-781171, Assam (India) on or before the bid closing date

For making payment and submission of documents required for issue of the DigitalCertificate, follow the instructions on the CA's website.

Use the class 3 Digital Certificate thus obtained for online bidding on OIL e-Procurementsite.

Links to some licensed CA's are provided below1. http://www.tcs-ca.tcs.co.in/2. http://www.safescrypt.com/3. http://www.mtnltrustline.com/4. http://www.gnvfc.com/5. …

Technical Settings1. Web Browser : Internet explorer ver6.0 or higher recommended2. Java: To view some of the components, you need to install Java Internet component

JDK 5.0 from http://java.sun.com/javase/downloads/index.jsp3. Proxy: If you are unable to access OIL e-Procurement site or Bid Documents, check if

you are using proxy to connect to internet or if your PC is behind any firewall. Contactyour system administrator to enable connectivity. Please note that standard Port forHTTPS (443) connectivity should be enabled on your proxy/firewall. Dial-up internetconnectivity without Proxy settings is another option.

4. Pop-ups: Pop-ups should be enabled on OIL e-Procurement URL and Bid DocumentsURLs. This is required to view tender documents.

5. Recommended Screen Resolution: 1024 by 768 pixels.6. Internet Speeds: If you are experiencing slow connectivity to OIL e-Procurement,

then contact your system administrator/ISP provider for desirable speeds.7. Active-x controls: Maintain the settings as described in Internet Explorer settings

document to enable digital signature signing and verification.8. Digital signature client SW/component : To use Digital Signature, a client level

Software is required. This is a third party software from Safescrypt. This is installedautomatically, once you start working on OIL’s e-procurement system. A popup willcome before it starts installation. You need to ensure you have administrative rights onthe PC or the laptop. This installation is one time activity for a PC or Laptop.


Recommended