+ All Categories
Home > Documents > OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12,...

OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12,...

Date post: 20-Mar-2018
Category:
Upload: buihuong
View: 216 times
Download: 2 times
Share this document with a friend
88
1 OIL INDIA LIMITED (A Govt. of India Enterprise) RAJASTHAN PROJECT 12, OLD RESIDENCY ROAD JODHPUR – 342011 RAJASTHAN, INDIA FAX : 0291-2431689, E-mail: [email protected] Document Serial No. ………….. Money Receipt No. ………….. Tender Fee Rs.9,000.00 OR US $ 200.00 Signature of issuing officer ………….. TO M/s. ......................... ................................ ................................ FORWARDING LETTER TENDER NO .: JCO 4346 P07 Dear Sirs, We enclose a complete set of Bidding Document in respect of our invitation of bids for Design, Engineering, Supply and Commissioning of SCADA (Supervisory Control and Data Acquisition) System for our Gas Processing Facilities/Installations in Western Rajasthan, India. For your ready reference, few salient points (covered in details in this Bid document) are high-lighted below : i) OUR TENDER NO. : JCO 4346 P07 ii) TENDER FEE : Rs. 9,000.00 or US $ 200.00 iii) TYPE OF BID : Single Stage Two Bid System iv) PRE-BID CONFERENCE : 11:30 hrs.(IST) on 27th March, 2007 at Jodhpur (ref. para 4.0 in Section-II) v) BID CLOSING DATE & TIME : 24th April, 2007 (15:00 Hrs. IST) vi) TECHNICAL BID OPENING DATE & TIME : 24th April, 2007 (15:00 Hrs IST) vii) COMMERCIAL BID OPENING DATE & TIME : Will be intimated to the qualified bidders nearer the time. viii) BID SUBMISSION PLACE : OIL INDIA LIMITED 12, Old Residency Road Jodhpur – 342011 RAJASTHAN (INDIA)
Transcript
Page 1: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

1

OIL INDIA LIMITED (A Govt. of India Enterprise)

RAJASTHAN PROJECT 12, OLD RESIDENCY ROAD

JODHPUR – 342011 RAJASTHAN, INDIA

FAX : 0291-2431689, E-mail: [email protected] Document Serial No. ………….. Money Receipt No. ………….. Tender Fee Rs.9,000.00 OR US $ 200.00 Signature of issuing officer ………….. TO M/s. ......................... ................................ ................................

FORWARDING LETTER

TENDER NO.: JCO 4346 P07 Dear Sirs, We enclose a complete set of Bidding Document in respect of our invitation of bids for Design, Engineering, Supply and Commissioning of SCADA (Supervisory Control and Data Acquisition) System for our Gas Processing Facilities/Installations in Western Rajasthan, India. For your ready reference, few salient points (covered in details in this Bid document) are high-lighted below : i) OUR TENDER NO. : JCO 4346 P07 ii) TENDER FEE : Rs. 9,000.00 or US $ 200.00 iii) TYPE OF BID : Single Stage Two Bid System iv) PRE-BID CONFERENCE : 11:30 hrs.(IST) on 27th March, 2007 at Jodhpur (ref. para 4.0 in Section-II) v) BID CLOSING DATE & TIME : 24th April, 2007 (15:00 Hrs. IST) vi) TECHNICAL BID OPENING DATE & TIME : 24th April, 2007 (15:00 Hrs IST) vii) COMMERCIAL BID OPENING DATE & TIME : Will be intimated to the qualified bidders nearer the time. viii) BID SUBMISSION PLACE : OIL INDIA LIMITED

12, Old Residency Road Jodhpur – 342011 RAJASTHAN (INDIA)

Page 2: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

2

ix) BID OPENING PLACE : General Manager's Office at Jodhpur (x) BID SECURITY AMOUNT : Rs. 1,50,000.00 or US$ 3,350.00 (xi) AMOUNT OF PERFORMANCE : 10% of total estimated contract value. GUARANTEE (xii) QUANTUM OF LIQUIDATED : 0.5% of the total estimated contract value DAMAGE FOR DELAY IN per week or part thereof subject to maximum SUPPLY/COMMISSIONING of 7.5%.

Yours faithfully,

FOR OIL INDIA LIMITED ( P. DAS ) CHIEF MANAGER (M&C)(I/C) FOR GENERAL MANAGER (RP)

Page 3: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

3

SECTION – I

INVITATION FOR BIDS

1.0 Oil India Limited (OIL) invites competitive sealed global bids under Single Stage Two Bid System for its Rajasthan Project, from eligible bidders as under. 1.1 Tender No. : JCO 4346 P07 1.2 Pre-Bid Conference : 27th March, 2007 (at Jodhpur, Rajasthan) 1.2 Technical Bid Closing: 24th April, 2007

Date & Time : (15:00 Hrs. ITS) 1.3 Tender fee : Rs. 9,000.00 or US $ 200.00

1.4 Bid Security : Rs. 1,50,000.00 or 3,350.00 2.0 Contractor’s Scope of Works : The Scope of Works include Design, Engineering, Supply, Testing, Installation, Commissioning and warranty of Supervisory Control and Data Acquisition (SCADA) System of state-of-the-art technology in replacement and modernization of the existing system, running for the last ten years at Gas Processing Facilities , Rajasthan Project of OIL INDIA LIMITED. The Contractor has to make a study of the control logic of the existing system during detailed engineering stage and to implement the same in the proposed replacement package. 3.0 One time pre-bid conference will be held on 27th March, 2007 at 11:30 hrs (IST) at the office

of General Manager (RP) at Jodhpur, Rajasthan to explain OIL’s exact requirements and to reply any specific query of bidders on the tender document. Only those prospective bidders who purchase the tender documents would qualify for attending pre-bid conference and they will be required to furnish the proof of purchase of tender documents.

4.0 Non-transferable bid documents can be purchased from any of the following offices of OIL on

application and payment of non-refundable tender fee (PSUs and SSI Units are exempted from tender fee) as indicated above through crossed demand draft drawn in favour of Oil India Limited and made payable at Jodhpur/Kolkata/New Delhi (as may be the place of purchase). Tender document will be on sale from 26th February, 2007 till one day prior to the scheduled bid closing date.

General Manager(RP) Sr.Advisor(C&P) Head (Kolkata Branch) Oil India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19, Sector 16A Kolkata- 700001

NOIDA – 201 301 5.0 OIL reserves the right to reject any/all bids and cancel the tender without assigning any reason

whatsoever.

(END OF SECTION – I)

Page 4: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

4

SECTION – II

INSTRUCTIONS TO BIDDERS INTRODUCTION 1.0 DESCRIPTION OF PROJECT 1.1 Rajasthan Project of Oil India Limited (OIL), a Govt. of India Enterprise, is engaged in exploration and production of natural gas from its Jaisalmer Basin and heavy oil from Bikaner- Nagaur basin of Western Rajasthan, India. The Project office at Jodhpur, Rajasthan is well connected by Air, rail and road. In connection with this Project, various equipment/services are being procured/hired and for one of such requirement, this Invitation for Bid is issued 2.0 COST OF BIDDING 2.1 The bidder shall bear all costs associated with preparation and submission of its Bid, and OIL

INDIA LTD, hereinafter referred to as "Company", will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

A. BIDDING DOCUMENTS

3.0 The Materials/Services required, bidding procedures and P.O./Contract terms are prescribed in

the Bidding Document. This bidding document includes the following: (a) A forwarding letter highlighting the following points: (i) Oil India Limited 's Tender No. (ii) Bid closing date and time. (iii) Bid opening date, time and place. (iv) The amount of Bid Security. (v) The amount of performance guarantee.

(vi) Quantum of liquidated damages for delay in supply and commissioning. (b) Invitation for Bids (Section-I)

(c) Instructions to Bidders (Section - II) (d) Scope of works/Terms of Reference/Technical Specifications (Section - III)

(e) General Conditions (Section - IV) (f) Special Conditions of Contract (Section - V) (g) The Bid Security Form (Section - VI) (h) The Performance Security Form (Section - VII) (i) The Contract Form (Section - VIII)

(k) Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)-(Section - IX)

3.1 The bidders are expected to examine all instructions, forms, terms and specifications included in the Bid Document. Failure to furnish all information required in the Bid Documents or submission of a bid not substantially responsive to the Bid Document in totality will be at the Bidder's risk & responsibility and may result in rejection of their bids.

Page 5: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

5

4.0 PRE-BID CONFERENCE: 4.1 In order to clarify bidders’ queries on the bid document and to enable them understand the exact process requirements (SCADA System) of the Company, a pre-bid conference will be held on the date and venue mentioned in the forwarding letter. Bidders interested to attend the pre-bid conference should intimate “Chief Manager (M&C), Oil India Limited, 12, Old Residency Road, Jodhpur –342011” at least one day ahead of the conference. 4.2 Maximum 2 (two) representatives of each prospective bidder shall be allowed to attend the pre-

bid conference on submission of their authorization letter and proof of purchasing the tender document.

4.3 The bidder shall bear all the costs for attending the pre-bid conference and Company will not reimburse the same under any circumstances. To have more realistic assessment of the requirement, interested bidders will be permitted to visit the site at their own expenses for which necessary assistance will be provided by OIL’s personnel at site to the extent possible.

5.0 AMENDMENT OF BIDDING DOCUMENTS: 5.1 At any time prior to the deadline for submission of bids, the Company may, for any reason,

whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document through an Addendum.

5.2 The Addendum will be sent in writing or by Fax/E-mail/Courier /Post to all prospective Bidders

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

B. PREPARATION OF BIDS 6.0 LANGUAGE OF BIDS: 6.1 The bid as well as all correspondence and documents relating to the bid exchanged between the

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

7.0 DOCUMENTS COMPRISING THE BID: 7.1 The bid submitted by the Bidder shall comprise of the following components:

I. TECHNICAL BID (i) Complete technical details of the materials/services and equipment specifications with catalogue, etc. (ii) Documentary evidence in compliance with Para 10.0 below including bidder’s past

experience and financial stability etc. (iii) Bid Security furnished in accordance with Para 11.0 below. (iv) Statement of compliance and check list as provided in the tender document (v) Any other additional information the bidders wish to bring to the notice of Company

(except the cost details of quoted materials/services). II. COMMERCIAL/PRICE BID

(i) Bid Form & Schedule of rates as per PROFORMA - IX. (ii) All other commercial Terms related to the bid.

Page 6: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

6

8.0 BID FORM: 8.1 The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid

Document vide PROFORMA – II in Section - IX. 9.0 BID PRICE: 9.1 Unit prices must be quoted both in words and in figures. 9.2 Price quoted by the Successful Bidder must remain firm during its performance of the Contract

and is not subject to variation on any account, whatsoever. 9.3 All duties and taxes including Customs Duty, Corporate income taxes, Service tax and other

levies payable by the Contractor under the Contract for which this Bid Document is issued, shall be included in the rates, prices and total Bid Price submitted by the bidder, and the evaluation and comparison of bids shall be made accordingly. For example, personal taxes and/or any corporate taxes arising out of the profits on the contract as per rules of the country shall be borne by the bidder.

10.0 CURRENCIES OF BID AND PAYMENT: 10.1 A bidder expecting to incur its expenditures in the performance of the Contract in more than one

currency, and wishing to be paid accordingly, shall so indicate in the bid. In such a case, the bid shall be expressed in different currencies and the respective amounts in each currency shall together make up the total price.

10.2 Indian bidders too can submit their bids in any currency (including Indian Rupees) and receive

payment in such currencies at par with foreign bidders. However, currency once quoted will not be allowed to be changed.

11.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY & QUALIFICATIONS: 11.1 Bidders must submit the relevant documents as called for in the Bid Rejection Criteria (BRC)

vide Section-IX of this tender document. 12.0 BID SECURITY:

12.1 Pursuant to Para 7.0 above, the Bidder shall furnish as part of its Technical bid, Bid Security in

the amount as specified in the "Forwarding Letter". 12.2 The Bid Security is required to protect the Company against the risk of Bidder's conduct, which

would warrant the security's forfeiture, pursuant to sub-para 12.7 below. 12.3 The Bid Security shall be denominated in the currency of the bid or another freely convertible

currency, and shall be in the form of a bank guarantee issued by a scheduled Indian Bank or a foreign bank through its Indian branch in the form provided in the Bid Documents and valid for 60 days beyond the validity of the bids. The bank guarantee should be so endorsed that it can be invoked at the issuing bank's branch located at Jodhpur (Rajasthan) or alternatively at Delhi (India).

12.4 Bids (from parties other than those exempted) not secured in accordance with above-mentioned subparagraphs 12.1 and 12.3 will be rejected by Company as non-responsive.

Page 7: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

7

12.5 Unsuccessful Bidder's Bid Security will be discharged and/or returned within 30 days of expiry

of the period of bid validity.

12.6 Successful Bidder’s Bid Security will be discharged upon the Bidder's signing of the contract and furnishing the performance security.

12.7 The Bid Security will be forfeited:

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

(b) If a Successful Bidder fails:

i) To sign the contract within reasonable time and within the period of bid validity,

and /or,

ii) To furnish Performance Security. 13.0 PERIOD OF VALIDITY OF BIDS:

13.1 Bids shall remain valid for 180 days after the date of technical bid opening prescribed by the

Company.

13.2 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 be made in writing (or by Fax or E-mail). A Bidder may refuse the request without forfeiting their Bid Security. A Bidder granting the request will neither be required nor permitted to modify their bid but shall arrange suitable validity extension of their bid security provided under para 11.0 above.

14.0 FORMAT AND SIGNING OF BID: 14.1 The Bidder shall prepare three copies of the bid clearly marking original "ORIGINAL BID" and

rest "COPY OF BID". In the event of any discrepancy between them, the original shall prevail.

14.2 The original and all copies of the bid shall be typed or written in indelible inks and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. The letter of authorization shall be indicated by written power of attorney accompanying the bid. The person or persons signing the bid shall initial all pages of the bid, except for unamended printed literature.

14.3 The bid should contain no interlineation, white fluid erasures or overwriting except as necessary to correct errors made by the Bidder, in which case such correction shall be initialed by the person(s) signing the bid. Any bid not meeting this requirement shall be liable for rejection.

C. SUBMISSION OF BIDS:

15.0 SEALING AND MARKING OF BIDS: 15.1 The tender is being processed according to a single stage - Two bid procedure. Offers should be

submitted in two parts viz. Technical bid and Commercial bid each in triplicate (One original and 2 copies).

Page 8: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

8

15.2 The Bidder shall seal the original and each copy of the bid duly marking as "ORIGINAL" and

"COPY". 15.3 The cover containing the Technical Bid (Original and 2 copies) should be in one sealed cover

bearing the following on the right hand top corner. (i) Envelope No. 1 Technical bid (ii) Tender No. : ----------------- (iii) Bid closing date : ----------------- (iv) Bidder's name : ------------------ 15.4 The cover containing the Commercial Bid (Original and 2 copies) should be in a separate sealed

cover bearing the following on the right hand top corner. (i) Envelope No. 2 Commercial bid (ii) Tender No. : -------------- (iii) Bid closing date : -------------- (iv) Bidder's name : --------------- 15.5 The above mentioned two separate covers containing Technical and Commercial bids should then

be put together in another envelope bearing the following details on the top and the envelope should be addressed to OIL as mentioned in the “ Forwarding Letter”.

(i) Tender No. : ---------------- (ii) Bid closing date : ---------------- (iii) Bidder's name : ---------------- 15.6 The offer should contain complete specifications, details of services and equipment/accessories

offered together with other relevant literature/catalogues of the equipment/system offered. The Bid Security mentioned in para 11.0 should be enclosed with the Technical Bid. The price Schedule should not be put in the envelope containing the Technical Bid.

15.7 All the conditions of the contract to be made with the successful bidder are given in various

Sections of this document. Bidders are requested to state their compliance/ non-compliance to each clause as per PROFORMA - I of Section – IX. This should be enclosed with the technical bid.

15.8 Timely delivery of the bids is the responsibility of the Bidders. Bidders should send their bids as

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

15.9 Cable/ Fax/E-mail/ Telephonic offers will not be accepted. 16.0 INDIAN AGENTS 16.1 Foreign Bidders are requested to clearly indicate in their quotation whether they have an agent

in India. If so, the bidders should furnish the name and address of their agents and state clearly whether these agents are authorized to receive any commission against the contract arising out of this tender. The rate of commission (if any) should be indicated which would be payable in non-convertible Indian currency according to Import Trade Regulation of India. Unless otherwise specified, it will be assumed that an agency commission is not involved in the particular bid. Further, Bidders are requested to quote directly and not through their agents in India.

Page 9: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

9

17.0 DEADLINE FOR SUBMISSION OF BIDS : 17.1 Bids must be received by the Company at the address specified in the Forwarding Letter not

later than 15:00 Hrs. (Indian Standard Time) on the bid closing date mentioned in the letter. 18.0 LATE BIDS: 18.1 Any Bid received by the Company after the deadline for submission of bids prescribed by the

Company shall be out rightly rejected and returned unopened to the bidder. 19.0 MODIFICATION AND WITHDRAWAL OF BIDS : 19.1 The Bidder, after submission of bid, may modify or withdraw its bid by written notice prior to

the bid closing.

19.2 The Bidder's modification or withdrawal notice shall be prepared, signed, sealed, marked and despatched in accordance with the provisions of para 15.0. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, postmarked not later than the deadline for submission of bids.

19.3 No bid can be modified subsequent to the deadline for submission of bids. 19.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiry of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder's forfeiture of its Bid Security.

20.0 BID OPENING AND EVALUATION 20.1 Company will open the Bids, including submission(s) made pursuant to para 19.0 if any, in the

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

20.2 Bid(s) for which an acceptable notice(s) of withdrawal has/have been received (if any) pursuant

to para 18.0 shall not be opened. On opening the remaining bids Company will examine them to determine whether the same are complete, requisite Bid Securities have been furnished, documents have been properly signed and the bids are generally in order.

20.3 At bid opening, Company will announce the Bidders' names, written notifications of bid modifications or withdrawal, if any, furnishing of requisite Bid Security, and such other details as the Company may consider appropriate.

20.4 Company shall prepare, for its own records, minutes of bid opening including the information

disclosed to those present in accordance with the sub-para 19.2. 20.5 To facilitate examination, evaluation and comparison of bids the Company may, at its

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

Page 10: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

10

20.6 Prior to detailed evaluation, the Company will determine the substantial responsiveness of each

bid to the Bidding Document. For purpose of these paragraphs, a substantially responsive bid is one which conforms to all the terms and conditions of the Bidding Document without material deviations. The Company’s determination of bid's responsiveness is to be based on the contents of the Bid itself without recourse to any extrinsic evidence.

20.7 A Bid determined as not substantially responsive will be rejected by the Company and may not

subsequently be made responsive by the Bidder by correction of the non-conformity. 20.8 The Company may waive minor informality or nonconformity or irregularity on a bid that does

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

21.0 OPENING OF COMMERCIAL BIDS 21.1 Company will open the Commercial Bids of the technically qualified Bidders only, on a

predetermined date in presence of interested bidders, whose technical bids are found to be responsive and acceptable to Company. Such bidders will be intimated about the commercial bid opening date in advance.

21.2 The Company will examine the Priced Bids to determine whether they are complete, any

computational errors have been made, required sureties have been furnished, the documents have been properly signed, and the bids are generally in order.

21.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the

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

22.0 CONVERSION TO SINGLE CURRENCY: 22.1 While evaluating the bids, the closing rate of exchange (B.C Selling rate) declared by State Bank

of India and prevailing on the day prior to price bid opening will be taken into account for conversion of foreign currency into Indian Rupees. Where the time lag between the opening of the price bids and final decision exceeds three months, the rate of exchange prevailing on the date prior to the date of final decision will be adopted for conversion.

23.0 EVALUATION AND COMPARISON OF BIDS : 23.1 The Company will evaluate and compare the bids as per Bid Evaluation Criteria (section-IX) of

the tender documents. 24.0 PRICE PREFERENCE TO DOMESTIC BIDDERS : 24.1 Price Preference, as applicable on the Bid Closing date will be extended to the domestic bidders

as per Government guidelines for commercial evaluation of offers. 25.0 LOADING OF FOREIGN EXCHANGE: 25.1 There would be no loading of foreign exchange for deciding the inter-se-ranking of domestic

bidders.

Page 11: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

11

26.0 EXCHANGE RATE RISK:

26.1 Since Indian bidders are now permitted to quote in any currency and also receive payments in

that currency, Company will not be compensating for any exchange rate fluctuations in respect of the services.

27.0 REPARTRIATION OF RUPEE COST: 27.1 In respect of foreign parties, rupee payments made on the basis of the accepted rupee component

of their bid, would not be repatriable by them. The Company would incorporate a condition to this effect in the Contract.

28.0 CONTACTING THE COMPANY : 28.1 Except as otherwise provided in para 20.0 above, no Bidder shall contact Company on any

matter relating to its bid, from the time of the bid opening to the time till the Contract is awarded except as required by Company vide para 20.5.

28.2 An effort by a Bidder to influence the Company in the Company’s bid evaluation, bid

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

D. AWARD OF CONTRACT 29.0 AWARD CRITERIA: 29.1 The Company will award the Contract to the Contractor whose bid has been determined to be

substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily. Company will award a single contract as a package towards supply of all materials and installation/ commissioning of the system at site to the satisfaction of OIL.

30.0 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID: 30.1 Company reserves the right to accept or reject any/all Bids and to annul the bidding process, at

any time prior to award of Agreement, without thereby incurring any liability to the affected bidder, or bidders or any obligation to inform the affected bidder or bidders of the grounds for Company's action.

31.0 NOTIFICATION OF AWARD: 31.1 Prior to the expiry of the period of bid validity or extended validity, the Company will notify the

Bidder in writing by registered letter or by fax (to be confirmed in writing by registered / courier letter) that their bid has been accepted.

31.2 The notification of award will constitute formation of the Contract. 32.0 SIGNING OF CONTRACT: 32.1 At the same time as the Company notifies the successful Bidder that their Bid has been

accepted, the Company will either invite the bidder for signing of the agreement or send the Contract document (Form provided in the bidding document). The contract document will be accompanied by the General & Special Conditions of Contract, technical specifications, schedules of rates and all other relevant documents/terms and conditions as agreed upon.

Page 12: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

12

32.2 Within 15 days of receipt of the final contract document, the successful Bidder shall sign and

date the contract and return the same to the Company. 33.0 PERFORMANCE SECURITY : 33.1 Within 30 days of the receipt of notification of award (LOI) from the Company, the successful

Bidder shall furnish the performance security for an amount specified in the Forwarding Letter in the performance Security Form as provided in the Bidding Document or in any other form acceptable to the Company from a Bank located in India. The performance security shall be payable to Company as compensation for any loss resulting from Contractor's failure to fulfill its obligations under the Contract.

33.2 The performance security specified above must be valid for thirteen (13) months after the date

of successful commissioning of SCADA System to cover the warranty obligations indicated in para 7.0 of Section-IV hereof and to lodge claim, if any. The same will be discharged by Company not later than 30 days following its expiry. In the event of extension of contract, subsequent to expiry of validity of the original contract period, Contractor shall have to enhance the value of the performance security to cover 10% of the contract value for the extended period and also to extend the validity of the performance security accordingly.

33.3 Failure of the successful bidder to comply with the requirements of para 32.0 or 33.1 shall

constitute sufficient grounds for annulment of the award and forfeiture of the Bid Security. In such an event the Company may award the contract to the next evaluated Bidder or call for new bid or negotiate with the next lowest bidder as the case may be.

34.0 CREDIT FACILITY: 34.1 Bidders should indicate clearly in the bid about availability of any credit facility inclusive of

Government to Government credits indicating the applicable terms and conditions of such credit.

35.0 ADVANCE PAYMENT: 35.1 Request for advance payment shall not be normally considered, however, depending on the merit

and at the discretion of the Company, advance against mobilization charges may be given at an interest rate of 1% above the prevailing lending cash credit rate of SBI compounding at quarterly rest from the date of payment of the advance till recovery/refund.

35.2 Advance payment, if any agreed by the Company, shall be paid only against submission of an

acceptable bank guarantee whose value should be equivalent to the amount of advance plus the amount of interest covering the period of advance. Bank guarantee shall be valid for two months beyond completion of mobilization date and the same may be invoked in the event of Contractor's failure to mobilise as per agreement.

35.3 In the event of any extension to the mobilization period, Contractor shall have to enhance the

value of the bank guarantee to cover the interest for the extended period and also to extend the validity of bank guarantee accordingly.

Page 13: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

13

36.0 Miscellaneous 36.1 In view of the close proximity of operational area to the International Border, the bidders are

requested to take note of the following and ensure strict compliance.

i) Obtaining necessary security clearance from the Ministry of Defence or any other clearance as may be applicable for the Foreign Nationals deployed in their workforce, if any will be the sole responsibility of the bidder. However, Company will help to the extent possible in providing any documents/certificates required in this regard.

ii) Movement of personnel will be restricted to the laid down routes, camp sites and routine. Under no circumstances, shall the civilians be permitted near army installations/defence works.

iii) Army troops deployed in the area will have the authority to check the photo identity

cards which will be provided to all Contractors personnel by OIL after requisite Police verification. For this purpose, the successful bidder must furnish full particulars of their entire workforce with photographs in 15 days advance of mobilization.

( END OF SECTION – II )

Page 14: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

14

SECTION – III

SCOPE OF WORKS / TERMS OF REFERENCE / TECHNICAL SPECIFICATIONS

INTRODUCTION 1.0 DESCRIPTION OF PROJECT 1.1 Rajasthan Project of Oil India Limited (OIL), a Govt. of India Enterprise, is engaged in exploration and production of natural gas from its Jaisalmer Basin and heavy oil from Bikaner- Nagaur basins of Western Rajasthan, India. The Project office at Jodhpur, Rajasthan is well connected by Air, rail and road. In connection with this Project, various equipment/services are being procured/hired and for one of such requirement, this Invitation for Bid is issued PROJECT INFORMATION – GENERAL (i) Owner/Purchaser : OIL INDIA LIMITED (OIL) (ii) Requirement of this Tender : Design, Engineering, Supply and Commissioning of a SCADA System for Gas Processing Facilities/Installations of OIL in Western Rajasthan, India. This complete package of new SCADA System is required to replace the existing system. (iii) Location : Dandewala (35 Kms from TANOT village), Jaisalmer district, Rajasthan (India) (iv) Nearest Railway station : Jaisalmer, Rajasthan (v) Distance of nearest : 120 Kms

Highway from site (vi) Altitude above mean : 300 feet

Sea level (vii) Ambient air temperature

a) Maximum : 55.0 Deg. C b) Minimum : (-) 5.0 Deg. C c) Average : 35.0 Deg. C a) Reference Temperature : 55.0 Deg. C

For design of electronic Equipment/ Devices

(viii) Relative Humidity % : 50% (ix) Rainfall : 25mm (x) Wind Velocity : Maximum – 100 Km/Hr.

(xi) Environment : Dry & Hot (Desert Condition)

Page 15: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

15

2.0 PROJECT INFORMATION 2.1 PROCESS OF GAS PROCESSING FACILITIES

The Gas Processing facilities of OIL INDIA LIMITED are located in Great Thar desert of western Rajasthan, India in Jaisalmer district near Indo-Pakisthan border. They consist of two Gas Production centers namely DANDEWALA GAS PROCESSING COMPLEX (DND-GPC) and TANOT GROUP GATHERING STATION (TOT-GGS) and one residential complex called TANOT VILLAGE COMPLEX (TVC). The geographical location of the installations are shown in the map given in SH 2 OF 5, SECTION B2. The gas produced from different wells in TANOT gas field is collected at TANOT GAS GATHERING STATION and transferred to DANDEWALA GAS PROCESSING COMPLEX through a 8 inch line of approximately 12 Kms length. In addition, the GGS has the facilities for testing of wells individually and pigging the 8 inch line between TOT-GGS and DND-GPC. TOT-GGS is unmanned and solar powered. The Gas produced from DANDEWALA and BAGITIBBA fields are collected at DANDEWALA GAS PROCESSING COMPLEX. Also the gas from TANOT-GGS is gathered at DND-GPC. The liquid is separated in the Production separators and gas is sent to Glycol Dehydration plant. The moisture content in the gas is removed using dry Tri ethylene Glycol in Glycol absorption tower. The glycol rich in water is regenerated using gas fired reboiler. After dehydration, the gas is metered and delivered to GAIL. The liquid collected at the separators is sent to condensate stabilization section where water is separated out and condensate is sent to Storage tanks. The Process Flow Diagram of DANDEWALA GAS PROCESSING COMPLEX is shown in SH 3 OF 5, SECTION B2. The Production facilities of DND-GPC and TOT-GGS are controlled and remotely monitored at TANOT VILLAGE COMPLEX (TVC) by an existing SCADA system. The details of the existing SCADA system is given hereunder;

2.2 EXISTING SCADA SYSTEM

The present SCADA system is supplied by M/s SERCK CONTROLS, UK and is based on Serck Controls X-Windows (SCX) software. The SCX runs on DEC (Digital Equipment Corporation) hardware running OpenVMS operating system. The system overview diagram is given in SECTION B2, SH 5 of 5. The master station at Dandewala GPC polls the RTUs at Dandewala GPC (via dual RS485 direct line) and Tanot GGS (via simplex radio) and also the Communications processor at Tanot village MCR (via dual simplex radio). The Master station equipment at Dandewala GPC comprises 2 DEC Alphastation 200 4/100 workstations in main/ standby mode each with dual monitors and a DEC Venturis PC as an X-Terminal connected to the Ethernet LAN. The LAN is a dual redundant system, with the Workstations connected to both circuits. The PC X-Terminal is connected to LAN through a switch. From each LAN circuit a DECserver 90L provides serial connection to three printers, and to a Dual Front End Driver (FED), via a sentinel changeover unit. The FED provides the communications to the Dandewal RTU, Tanot GGS RTU and Communications processor at Tanot Village MCR.

Page 16: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

16

Data gathered by the RTUs at Dandewala GPC and Tanot GGS is transferred to the Communications processor at Tanot Village MCR using point reflect facilities. This data is then available for display on the DEC Alphastation 200 4/100 Workstation at Tanot Village MCR. A DEC Venturis PC is also provided at Tanot village MCR as an X-Terminal. All communications operates at 1200 baud. The data radio’s output power is 5W. Antennas are provided at three sites, omni-directional at Dandewala GPC and Uni-directional at Tanot GGS and Tanot Village MCR. All communication paths are duplicated, with the RTUs and communications processor detecting a failed path and automatically switching to the other path. Radios for voice communications are also provided at the same sites with omni-directional antennas at each site. The output of these radios is 25W. The RTU at Dandewala GPC is a dual processor, dual communications RTU. The two processors provide a main/ standby pair, and the I/O circuits are duplicated. The RTU interfaces with the Gas processing Complex plant, and contains the automatic sequences for monitoring and controlling the plant. The RTU at Tanot GGS is a single processor, dual communications RTU. This RTU interfaces with the plant at Gas Gathering Station.

3.0 REQUIREMENT FOR WHICH THIS TENDER IS FLOATED :

A. SYSTEM TO BE SUPPLIED 3.1 The Bidder/Supplier is required to design the System including its engineering, manufacture, carry out 100% integrated testing at their works, supply at site, erect, commission and carry out performance/acceptance tests at site of the complete system supplied as specified in the scope of supply below. 3.2 The plant shall be largely controlled from Central control room at Dandewala GPC. Tanot GGS is an unmanned station. The control room at Tanot Village Complex is used for remote monitoring of the plant. All the electronic cubicles and the operator control center shall be located in control room. Air-conditioning facility will be provided for the control room at Dandewal GPC and Tanot village complex. However no air-conditioning facility will be provided at Tanot GGS. B. SCOPE OF SUPPLY 3.3 The new System as envisaged for supply by the successful bidder are broadly as under; Srl. No. Item Description Quantity -------- ------------------------------------------ ---------- 1. SCADA server with TFT & Key board 2 Nos. (at Dandewala GPC) 2. Client station with TFT & Key board 3 Nos. (at Dandewala GPC) 3. Dual RTU 1 No. (at Dandewala GPC)

Page 17: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

17

4. Non-Redundant RTU 1 No.

(at Tanot GGS) 5. Non-Redundant RTU 1 No. (at TVC) 6. SCADA server with TFT & Key board 1 No. (at Tanot Village Complex) 7. Client Station with TFT & Key board 1 No. (at Tanot Village Complex) 8. Plasma/LCD display (at DND-GPC) 1 No. 9. Optical fibre with accessories As required 10. Data communication interface system As required 11. Laser printer & Inkjet printers 4 Nos. 12. Laptop computer (programming device) 2 Nos. 13. Field Instruments As required (As per details provided in this Section) 14. Redundant UPS with Change over Panel 1 Set

(at DND-GPC) 15. Redundant UPS with Change over Panel 1 Set (at TVC) 16. DC power supply for field Instruments 2 Nos. (at Dandewala GPC) 17. DC Power supply for field Instruments 2 Nos. (at Tanot GGS) 18. Zener Barriers As required 19. RTU cabinet to mount I/Os, Power Supply, As required Optical fibre switches etc (at Dandewala GPC)

20. Termination cabinet to mount As required Zener barriers etc (at Dandewala GPC) 21. RTU cabinet to mount I/Os, As required Power supply, Optical fibre switches etc. (at Tanot GGS) 22. Termination Cabinet with Digital As required Indicators, Zener barriers etc. (at Tanot GGS)

Page 18: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

18

23. Prefabricated cable to connect Cabinets As required with SCADA servers & Clients 24. Erection of Instruments and cabinets As required 25. Laying of Optical fibre cable As required 26. Design, engineering, manufacturing As required supply erection & commissioning, carrying out Performance/acceptance tests at site of the complete system and training to OIL’s Engineers at site during erection/commissioning of the System. C. TECHNICAL REQUIREMENTS 3.4 GENERAL

The SCADA system shall achieve the functions of telemetry, outstation (RTU) management, supervisory control, data acquisition, signal conditioning, indication, closed loop control, open loop control, alarm processing and annunciation, calculation, data logging, trending, graphic display of process, historical data storage and retrieval, archival of data, issue of management reports and self monitoring of system failures.

D. PROPOSED SYSTEM

3.5 DANDEWALLA GPC:

SCADA SERVERS:

The Master Station shall be located at at DND-GPC. It shall consist of Dual servers running SCADA software. The Dual servers shall be configured for hot-standby configuration.

Even if the connection between the two servers is lost, both the servers shall continue full operation without any disturbance. As soon as the connection is re-established, not only the data base shall be updated but also the history will be synchronized again.

CLIENT STATIONS:

One operator station and two engineering stations cum operator stations shall be connected to the SCADA servers on CLIENT-SERVER concept.

The real time database and other software modules shall be running on the SCADA servers. However, the real time database is extended to the client via the networking layer. The client system accesses the information from the real-time database of the server as if it resides locally.

The Operator stations provide the Human-machine Interface (HMI) for process data monitoring and operation.

Page 19: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

19

ENGINEERING STATION:

The Engineering station logically connects to the host SCADA servers for configuration and programming changes.

It shall also be used to configure the task of making periodical backups of the SCADA environment.

POLLING MECHANISM:

The polling engine shall reside in the real time SCADA servers for polling the RTUs.

It shall use device specific drivers, polls the RTUs and updates the realtime database.

Alternatively, the best practised Industry standard for polling the RTUs with relevant justification can also be quoted.

Up to 255 different RTUs can run at the same time on the SCADA servers.

Data acquisition by the SCADA servers shall be event or scan based. TIME SYNCHRONIZATION:

The time synchronization shall be based on Global Positioning Satelite (GPS) receiver which has to be installed and interfaced with Master Station. PRINTERS:

Two Inkjet printers shall be connected to the operator/engineering stations and one Laser printer shall be connected on the Ethernet network.

DUAL RTU

The RTU at DND-GPC shall be a dual RTU with single controller, single power supply and single I/O extension in each RTU.

It shall function in HOT-STANDBY mode. Manual change over option shall also be provided.

It shall be modular in design and programmable as per IEC-61131-3 standard.

It shall be connected by direct wire through Ethernet network to the Master station.

It shall be configurable by the Master station SCADA servers.

The RTU interfaces with the Gas processing Complex plant, and contains the control logic for monitoring and controlling the plant.

The custody transfer Flow computers (2 Nos.) shall be connected through MODBUS interface.

It shall carryout all the plant control, even in the case of either communication failure with Master station or the failure of the Master station servers.

PLASMA/LCD DISPLAY: A 50 inch size Plasma/LCD display with Controller shall be installed at DND-GPC control room and interfaced with the Master Station for display of process.

Page 20: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

20

3.6 TANOT GGS:

The RTU at Tanot-GGS is a non-redundant RTU with dual communication module and dual power supply.

It shall be modular in design and programmable as per IEC-61131-3 standard.

It shall be connected by redundant optical fibre to the Master station network at DND-GPC.

It shall be configurable by the Master station SCADA servers.

It shall interfaces with the Gas Gathering Station, and contains the control logic for monitoring and controlling the plant.

It shall carryout all the plant control, even in the case of either communication failure with Master station or the failure of the Master station servers at DND-GPC. A control panel with loop powered digital indicators shall be provided for display of important process parameters locally. It shall also have provision for operating the shutdown valves manually.

3.7 TANOT VILLAGE COMPLEX MASTER CONTROL ROOM (TVC-MCR)

A backup SCADA server shall be placed at TVC-MCR and shall be connected with the SCADA servers at DND-GPC by redundant optical fibre. The database of the server at TVC-MCR shall be updated by the Master station servers at regular intervals. One Operator (client) station shall be connected to the server through dual Ethernet network and shall provide the MMI displays of the data of both Dandewala-GPC and Tanot-GGS.

The server will also be connected to the VSAT system of OIL (presently operating at TVC, DND-GPC and at Jodhpur) through Ethernet network so as to monitor the plant parameters from Jodhpur.

One Inkjet printer shall be connected to the Operator station for printing of reports and alarms of DND-GPC and TANOT-GGS.

A hard wired Emergency switch at TVC when operated will close the shutdown valves of DND-GPC and TANOT-GGS.

To cater to this function an RTU with a single processor, single power supply and a single I/O extension shall be provided and connected to the network at TVC.

The dual optical fibre network will be the primary communication network between the installations. However the existing VHF Radio communication will be used as a backup communication network and the SUPPLIER is required to provide the necessary interfacing to the system.

Lap top computers (2 Nos) shall be provided for configuring the outstations in case of SCADA server failure.

Page 21: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

21

3.8 OPTICAL FIBRE CABLE

The Optical fibre to be supplied shall be Single Mode, 6 fibre count, Non-dispersion shifted fibre (NDSF) as per ITU G-652 specification and compatible with Laser based transmission systems.

The cable shall be armoured and suitable for direct burying to a depth of 1.5 meters from the ground level and shall be required to cross sand dunes and to withstand harsh desert conditions. The cable shall have build-in protection against termite and rodent.

The life of the cable should be better than 30 years.

The cable shall be armoured and strength members like FRP central element/ Steel wire, glass roving/Aramid yarn shall be provided. The cable core containing fibres and core assembly shall be protected by flooding water resistant jelly having non-hygroscopic dielectric compound. The outer portion of the cable shall be HDPE sheath of 1.6mm thickness (minimum).

The material used in optical fibre cable must not evolve hydrogen, which will effect the fibre loss. The raw material used for manufacturing the cable shall be clearly indicated by the bidder.

The Bidder shall submit a core sectional diagram of the cables with dimensional and material details of each layer including fibre refractive index and index profile along with the technical bid.

The markings on the outer surface of the cable shall be indelible and durable and shall stand out in contrast to the colour of the background of the surface.

The following legend marking shall be adopted:

OIL INDIA LIMITED Total Fibre count : 6 Type of Fibre : G-652 Manufacturing year and date

This shall be interleaved with length marking in every meter with an accuracy of +0.5% of the actual length.

FIBRE IDENTIFICATION COLOUR: The coatings shall be in various distinct colours in order to facilitate fibre identification. Fibre colours shall correspond to IEC publication 793-2 and 304.

The colours shall correspond reasonably with standard colours and shall readily be identifiable and shall be durable. The colours used should have fast colours properties and should not fade during the lifetime of cable.

The coating and the colour shall not react with surrounding jelly.

FIBRE JOINTING BOX: It shall have two cable entry ports for jointing of two OF cables in a line and with an additional cable entry ‘T’ port for future application. The additional ‘T’ port shall be kept blinded properly. The cable entry ports shall comply with the dimensional requirement of the offered OF cables.

Page 22: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

22

Jointing box shall be dust proof, corrosion proof and protected against immersion in water and shall be supplied complete with all accessories including splice cassettes, thermo shrink splice protector and all other consumable.

The jointing box shall be provided with suitable jointing pit support hardware to secure the jointing box to a ~1200mm dia circular jointing pit.

The offered jointing box shall be suitable for use in underground operation continuously for a period of 30 years.

The Bidder shall submit the technical detail with dimensional diagram, model number and manufacturer name of the Jointing box including consumable accessories along with the technical bid.

TERMINATION BOX: It shall be designed and made for terminating the offered 6 count Optical Fibre Cable from the field and connecting it to pigtail by fusion splicing.

The other end of the pigtail having the optical connector shall be terminated at the Fibre distribution Frame inside the termination box.

The termination box shall also facilitate the branching or routing of optical fibre cables and storing of extra length of optical fibre, pigtail and patch cord for re-configuration, if required.

Termination box shall be dust proof and suitable for indoor use.

All accessories of the Termination Box such as splice protector, pigtail, patch cord and connector shall comply with relevant TEC specification. Connector for patch cord shall be FC/PC type.

The Termination box shall be provided with suitable jointing support hardware to secure the termination box on the wall or on a 19” standard equipment rack.

The Bidder shall submit the technical detail with dimensional diagram, Model number, connector detail and manufacturer name of the Termination box along with the technical bib.

JOINTING KIT: Each jointing kit shall have all the necessary tools for fibre preparation of the offered cable.

Bidder shall submit the technical literature, dimensional diagram, model number and manufacturer name of each tools offered for the jointing kit.

The Bidder shall provide the necessary light wave equipment as required to meet the functional specifications and shall submit the technical details with model number and name of the manufacturer along with the technical bid.

The Bidder shall provide Fibre optic data link power budget along with the technical bid.

3.9 SOFTWARE 3.9.1 OPERATING SYSTEM SOFTWARE

The Operating system must be real time, modular in design and shall provide effective utilization of resources and facilitate future expansion. It shall have the following features.

Page 23: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

23

Real time capabilities

Multiprogramming and Multitasking facility including background and foreground operations in real time mode.

Virtual memory system

Event based priority scheduling Dynamic memory allocation

System security features

Real time programming and processing

Line and page editors, Library management

Dual Ethernet LAN support

Bulk storage management

Input/Output drivers for all peripherals

Graphic support package

Online and detailed offline diagnostic package to trouble shoot CPU, memory and various system and peripheral cards.

Utility programs need to be provided such as editors, compilers, linker and extensive debugger.

The SCADA system shall be built around real time data base management system which handles both the data storage and interprocess communication.

Industrial standard high performance graphic user interface and programming interface

Networking software shall also be provided and each processing unit shall run it’s own copy of operating system and shall be able to operate as connected node and stand alone node. Anti-virus vaccine/ Detection utility

3.9.2 TELEMETRY SYSTEM SOFTWARE

Telemetry software which is field proven in telemetry application in oil & gas processing/ transportation system shall be supplied with the processing units.

As a minimum requirement, it shall have the following packages.

• System and database configuration

• Generation of current raw and processed telemetered data base.

• Generation of historical data for Trending and archival

• Alarm handling, including storage, display and print out.

• Generation, storage, presentation of mimic diagrams with dynamic information presented on TFTs.

• Display management for Alarm, Alerts, Mimic diagrams, Analog and Digital values, Trend graphs, Bar charts in semi graphic and high resolution colour graphic modes.

Page 24: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

24

• Free format report generation, storage and print out.

• Data logging at periodic intervals, on operator request and automatically on occurrence of an event.

• Transmission of control commands and configuration parameters to Outstations defined in system with fast update of related information on MMI.

• ERP compatible

3.9.3 APPLICATION SOFTWARE

Gas flow calculation software as per American Gas association Reports – AGA3 and AGA-8 shall be implemented on the DND-GPC RTU and TANOT-GGS RTU.

The latest versions of the AGA3 and AGA8 shall be implemented.

3.9.4 SOFTWARE LICENCE

Licensed software shall be provided as per the system requirement.

One additional set of licensed software consisting of Operating system, SCADA software and application software shall be provided to OIL.

The Bidder has to consider the additional license while quoting.

3.10 SYSTEM CONFIGURATION

System configuration is enclosed herein. 3.10.1 SCADA servers, Client stations (3 Nos), Dual RTU, Optical fibre switches, Inkjet Printer, Laser

Printer and Dual UPS shall be located at DND-GPC Control Room. 3.10.2 Remote RTU, Optical fibre switches, Termination cabinet shall be located at TANOT-GGS

Control Room. 3.10.3 Server, Client station, Remote RTU, Optical fibre switches, Inkjet printer and Dual UPS shall be

located at Tanot Village complex MCR. 3.10.3 All signals from field Transmitters/ Sensors and signals to Field control devices shall be

terminated in the Termination cabinets at DND-GPC and Tanot-GGS. At Tanot-GGS, the termination cabinet will also house Loop powered digital indicators for displaying critical process parameters individually. 24V DC power supplies shall also be mounted in these cabinets.

3.10.4 All Input/ Output modules, Loop controllers and logic controlled communication modules,

Power supply module, Hub, Optical fibre modems shall be located in the RTU cabinets at DND-GPC & TANOT-GGS.

3.10.5 SCADA servers, Client stations, Colour Laser printer shall be connected to Dual Ethernet LAN.

Dual RTU at DND-GPC shall be connected to Dual Ethernet LAN by direct wire where as the RTUs of Tanot-GGS and TVC shall be connected through optical fibre switches.

3.10.6 The Server at TVC shall be connected with the VSAT system of OIL (presently operating at TVC) in network so as to monitor all plant parameters from Jodhpur.

Page 25: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

25

4.0 GENERAL TECHNICAL REQUIREMENTS 4.1 SYSTEM AVAILABILITY

The SCADA system availability of 99.98% with a Mean-time-to-repair (MTTR) of 10 hours is to be ensured by the supplier with the system failure defined as “The inability of the Master Control Station to monitor and control faithfully an outstation”

DND-GPC RTU availability of 99.98% with MTTR of 10 hours should be ensured by the supplier with the DND-GPC RTU failure defined as “The inability of the man-machine interface at DND-GPC control room to monitor and control any function of DND-GPC”.

4.2 HARDWARE REQUIREMENTS

The Hardware shall consist of a minimum possible number of different modules. Preferably the programs and fixed data shall be stored in EPROM. If this is not available, all RAM’s within the digital control system have to be backed up by battery, so that in case of power failure no program reloading shall be necessary. The system must have a minimum spare capacity of at least 30% (measuring circuits, control loops etc.).

4.3 ERROR DETECTION PROBABILITY

A very high level of error detection is required for achieving high order of reliability of data transmission. The telemetry system with error detection facility should have a better than 1 into 108 probability of detecting errors.

4.4 COMMUNICATION PROTOCOL AND SCANNING MECHANISM REQUIREMENTS

The communication protocol and scanning mechanism is required to meet response times as under; a) Time for a single telemetry cycle not exceeding one tenth of a second b) Time for updating the display of any single selected analog variable or digital

measurement not exceeding 2 seconds c) Time for execution of any controls not exceeding 1 second from the time operator

initiation has taken place d) Time for complete data base update for the entire Gas processing facilities not exceeding

15 seconds.

4.5 PERFORMANCE REQUIREMENTS

The system shall be designed and manufactured to meet the following performance requirements. - Numerical outputs shall be reproducible to 0.1% of a known analog input at mid scale

reading

- Resolution of minimum 10 bits plus sign bit

- Calculations, square root extractions and other computations shall be accurate to +1 to –1 (last digit)

- Linearity shall be within 0.2% of all inputs

Page 26: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

26

- For analog inputs, input impedance shall be less than 10 ohms for current inputs and

greater than 1 Mega Ohm for Voltage inputs. Any input shall withstand a steady signal of 24V or 10 times normal input which ever is greater. Each input shall be fused against any greater overload. Overload of any channel shall not affect any other channel. Channel to channel isolation shall exceed 10 mega ohms. Channel selection shall be programmable

4.6 PROCESSOR

In case of CPU complete backup with automatic changeover has to be provided to take over control automatically in the event of failure of the operating Processor (only for DND-GPC)

4.7 SIGNAL INPUT AND OUTPUT PROCESSING

In order to ensure a high availability, the Hardware shall be functionally distributed, i.e., a limited number of inputs and outputs per module so that any failure shall have limited effect. The analog signal input cards shall be able to accept mA signals and voltage signals from the field transmitters.

Conversion in to engineering units by calibration and linearization of the signals shall be possible. Filters to eliminate ripples and disturbances normally expected in the field shall be provided.

The Digital input cards shall be able to supervise the circuit integrity and the antivalence of Digital signal contacts and they shall ensure that the current through the closed contacts shall be at least 3 mA, and the voltage at the open contacts shall be potentially free. The outputs of analog and digital output cards shall be short circuit proof.

4.8 CLOSED LOOP CONTROL

Besides the modulating control function PID, the controllers shall contain facilities for bump less balance less transfer, auto/manual switching, cascading, feed forward control etc. The controller should cycle through its algorithms and self-diagnostic routines in less than 1 second.

4.9 OPEN LOOP CONTROL

Open loop control contains sequential control and alarm functions such as logic, IF-THEN, AND-OR, Time delay, Over/Under limit monitoring, Manual remote operation etc.

4.10 OPERATION STATIONS

Operation stations with TFTs and functional Keyboards shall be provided for man-machine interface in the control room. It shall be possible to display mechanical flow diagrams, group displays, alarm lists with dynamically updated process parameters on the TFT.

Through this operating console it shall be possible to, control the various valves, monitor the status of the entire plant through graphic displays, alarms, trends, printed reports, logs etc.

In addition, it shall also be possible to view all loop variables, create graphic display format, tune controllers and change set points.

System configuration can only be modified through Engineer’s station.

Page 27: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

27

System shall have Historic storage facility of all plant parameters for a minimum period of 60 days. The system shall have facility to take backup of the Historical data.

Main memory shall be of non-volatile type, protected against loss or corruption in case of power failure. BIDDER shall state in his proposal the size of memory both used and installed.

BIDDER shall be responsible for providing the main memory of adequate size including 40% spare capacity. Main memory shall be provided by fixed head disk. Tapes/CDs may be used only to load and to extract programs or data. Main memory storage devices shall be protected against damage or corruption resulting from loss of power. Each kind of transferred data shall be checked (Parity or CRC checks).

4.11 SYSTEM DIAGNOSTICS AND CONFIGURATION

For configuration and modification of the control logics no computer programming knowledge must be necessary. All the control functions shall be possible to be implemented by the use of simple, user-friendly application language.

Control functions shall be programmable from ladder or interlocking diagrams or similar. For the generation of new process graphic displays, a standard library of symbols shall be used.

Configuration of the control function should be possible by simply selecting a programmed algorithm and entering the required attribute information such as input and output location and tuning constants.

Control loop and sequential logic should be built by linking the desired control function as they appear on control and sequential diagram. At least 30% spare capacity should be provided in initial installation to achieve ease of modification. All these functions shall be available only with authorization.

The system shall monitor itself continuously for failure by self-diagnostics. Diagnostic routines shall be applied to each control module. Detailed diagnostic messages shall be displayed on the TFT and printer.

4.12 CLIENT STATION DISPLAYS & DAS FUNCTIONS 4.12.1 Functional equivalent of an Annunciation Panel. 4.12.2 Functional equivalent of pilot lights on a panel indicating digital status. 4.12.3 Over-view functional equivalent of a complement of selector switches and LED display current

value of parameters and digitized status indication shall also be included. 4.12.4 Loops – Functional equivalent of a set of stand alone PID loop controller faceplates indicating

current value of Process variable, set point etc. 4.12.5 The following Logs, Reports and Mimics shall be provided. 4.12.6 SIGNAL LOG: System shall record correct timely the alarm signals displayed or received by

fault alarm system.

Page 28: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

28

4.12.7 TREND LOG: Provision shall be made for on-demand time dependent monitoring of the function “Recorder” for different process parameters and they shall be printed at the particular scanning frequency.

4.12.8 REPORTS: Report generation facility shall be available at DND-GPC, Tanot village complex

and Jodhpur control rooms.

The System shall provide - Plant status report of all process parameters recorded half hourly (to be generated at every 4

hours) - 12 hours Production report - 24 hours Production report

Any other reports as per OIL requirement shall be provided. All the report formats shall be made in consultation with OIL during detailed engineering stage.

4.12.9 MIMIC DISPLAYS: Mimic displays to represent the process at DND-GPC & TANOT-GGS

shall be provided in the Client station consoles of DND-GPC and Tanot village complex.

All the mimic displays of the present system and any other Mimic display as per site requirement shall be provided by the supplier. All the Mimics shall be prepared in consultation with OIL Engineers during detailed engineering stage.

4.13 SPARE CAPACITY AFTER COMPLETION OF COMMISSIONING

At least 30% free space shall be available in each cabinet after final commissioning. This free space shall be distributed over the cabinet in such a way that additional equipment or modules may be added to any group of controls.

4.14 SIMILAR HARDWARE

Similar hardware shall be provided at DND-GPC, TANOT-GGS & TVC and shall be interchangeable. The SERVERS and CLIENT STATIONS at DND-GPC should be similar to those at TVC.

All the three RTUs should have similar Processor and I/O cards with same hardware and capabilities so that they can be interchangeable.

4.15 OPERATING POWER

All equipment of the SCADA system for the DND-GPC MCS, TANOT-GGS and TVC MCR shall operate from 220V AC ± 10% single phase, 50 Hz ± 1 Hz .

The power supply at DND-GPC is provided by generators through UPS. The power supply at TANOT-GGS is provided by solar panels through an Inverter. The power supply at TVC is provided by RSEB supply/Generator supply through UPS.

4.16 UPS (UNINTERRUPTED POWER SUPPLY)

Dual UPS of suitable capacity with a change over panel shall be provided to take the total load of the system and field instruments with ONE-HOUR backup time at DND-GPC.

Dual UPS of suitable capacity with a change over panel shall be provided to take the total load of the system with ONE-HOUR backup time at TVC.

The backup batteries shall be of sealed maintenance free type. The supplier shall provide the UPS capacity and load calculation sheet along with the technical bid.

Page 29: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

29

4.17 DC POWER SUPPLY FOR FIELD INSTRUMENTS

A dual 24V DC power supply of suitable capacity to power all the field instruments shall be provided in the RTU cabinets at DND-GPC and Tanot GGS. One power supply will always be in standby mode. The supplier shall provide the load calculation sheet along with the technical bid. PREFFERED VENDORS: MTL, COSEL

4.18 SURGE PROTECTION, TRANSIENT SUPPRESSORS, RFI FILTORS

Protection device shall be provided in all the equipment to ground against the effects of lightning spikes and induced high voltages. Card level transient suppressors shall be provided wherever necessary.

5.0 SPECIFIC I & C REQUIREMENT 5.1 ZENER BARRIERS: All the field Transmitters/ sensors/ switches/ I/P converters shall be

connected to the Control system through suitable ZENER BARRIERS. 5.2 DGMS Certification: The SUPPLIER has to ensure that all the field instruments offered

should be certified by DGMS (Director General of Mines Safety), Dhanbad for use in Dandewala GPC and Tanot GGS (Hazardous area classification: Class 1, Division 1, Group C&D).

5.3 CABINETS: Painting of the cabinets both outside & inside shall be as per colour code RAL

7032 (Siemens gray) 5.4 230V AC single phase, 50 Hz power supply will be provided to the SUPPLIER for control

power supply. The SUPPLIER should specify the total power requirement of the system with breakup.

5.5 Control system cabinet and Termination cabinet to be supplied by the SUPPLIER shall be

complete with compression type brass cable glands for termination of cables. Control cabinet and Termination cabinet shall be provided with removable type cable gland plates at the bottom.

5.6 Wherever electrical interconnection by means of cable is required between TWO equipments/

devices supplied under this contract, the SUPPLIER shall supply interconnection schedule. 5.7 Static and dynamic testing of the SCADA system in shop shall be done in the presence of

OIL’S representatives. SUPPLIER shall submit the test procedures. 5.8 SUPPLIER shall provide proper earthing system for the complete SCADA system. This

earthing system should be separate from plant earthing system. 6.0 ERECTION, TESTING AND COMMISSIONING 6.1 The SUPPLIER has to make a detailed plan of Installation and commissioning in such a way

that minimum possible shutdown time of the plant will be required. The SUPPLIER has to provide the plan in advance for OIL’s review and approval.

6.2 The SUPPLIER has to study the control logic of the present system during detailed

engineering stage and implement in the proposed system

Page 30: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

30

6.3 The supplier shall carryout termination of field cables of all control cabinets.

6.4 The supplier shall carryout complete erection of all supplied instruments. 6.5 The supplier shall carryout the performance test of equipment at site to demonstrate

guaranteed performance parameters. 6.6 The supplier has to provide the proposed installation diagrams of the control cabinets for

OIL’s approval. 6.7 Civil works for erecting of the Control cabinets shall be done by the Bidder. 6.8 OPTICAL FIBRE CABLE INSTALLATION:

6.8.1 OFC cable shall be laid along the motorable road between the stations TVC, TANOT-GGS

and DND-GPC. The necessary ROW/ROU shall be provided by OIL. OFC shall be installed in accordance with manufacturer’s printed instructions.

6.8.2 OFC shall be directly buried to a depth of 1.5 meters

6.8.3 Bright warning tape should be buried directly above the cable to alert future digging

operations.

6.8.4 OFC shall be installed directly from the shipping reels. It should be ensured that cable is not dented, nicked or kinked. It should not be subjected to pull stress greater or bend radius less, than manufacturer’s specification. It should not be subjected to treatment which may damage fibre strands during installation

6.8.5 Each cable should be identified on both ends at road crossings. Cable markers should also be

provided at a distance of 50/100 mtrs.

6.8.6 Jointing kits, Fibre jointing boxes and Termination boxes, as required shall be provided. Jointing boxes shall be installed underground in a ~1200mm dia circular pit at the same depth as the cable.

6.8.7 For every 2 Kms length of OFC one Fibre jointing boxe shall be installed underground 6.8.8 The Termination boxes shall be installed plumb and level on the wall or on a 19” standard

equipment rack. 6.8.9 The armoured OF cable should be properly grounded at all termination points, splices and

building entrances.

6.8.10 Installation tools and materials shall be provided by the cable manufacturer. 6.8.11 Each termination point shall be labeled.

6.8.12 The following measurements/ checks shall be carried out after laying of the OFC cable and

reports shall be submitted to OIL

• Identifying and continuity check • Attenuation measurement using optical source and power meter • OTDR measurement • Return loss measurement.

Page 31: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

31

6.8.13 All tools, tackles and equipment required for commissioning and carrying out tests should be

arranged by the successful bidder.

6.8.14 Bidders should provide a list of test equipment (with technical specifications) to be procured for maintaining the Optical fibre cable.

7.0 TRAINING: 7.1 The successful bidder shall have to provide a comprehensive training for a minimum of 6

(SIX) OIL’s Engineers in the following areas.

• Operation of all the equipments • Equipment Hardware and maintenance • SCADA & Application software and diagnostic programs • Optical fibre (Theory, Link budget, construction, handling, testing, interconnection

devices, laying guidelines, cleaving technique, splicing with fusion technique, joining etc.)

7.2 The course on operation of equipments shall include complete familiarization with actual

operation of the equipment in the normal mode and also under abnormal operating conditions.

7.3 The Bidder shall conduct training courses in Bidder’s own training school/factory, which shall include hands on experience before the equipment is despatched to site. The depth of the training required should be adequate enough to enable OIL to develop and modify the system for any changes in the process set up and also enable Company’s personnel to be self sufficient in maintenance of the system.

7.4 Bidders must indicate the place where they propose to conduct this Training in their Technical

bid. Expenditure towards to and fro fare and accommodation of OIL’s Engineers to attend the Training as above will be borne by OIL. However, Bidders must quote their charges, if any payable by OIL separately in their Priced Bids as called for.

7.5 The Bidder shall also impart training on the operating aspects to the operating staff at site after

installation and commissioning of the system. 8.0 DOCUMENTATION 8.1 The bidder must provide 6 (SIX) sets each of the following documentation at the time of

supply of the main equipment:

a) Operation and maintenance manual of each field Instrument

b) Operating system manual

c) SCADA software manual

d) Application software manual

e) Software loading & Backup procedures

f) Hardware manuals of RTUs

g) Wiring drawings of the control cabinets

h) Workstation manuals

i) Printers manuals

Page 32: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

32

j) UPS manual

k) Optical fibre manuals

• Fibre cable construction detail • Fibre preparation for splicing • Test and measurement procedure and equipment • Fibre splicing types and procedures • Safety in handling of fibre cable • Jointing box, termination box & connector details

l) Manuals for any other equipment used in the system

8.2 SOFTWARE BACKUP:

The SUPPLIER shall provide 4(FOUR) copies SYSTEM BACKUP after commissioning of the SCADA system. It shall include the Operating system backup also.

8.3 The SUPPLIER shall provide all the PASSWORDS after commissioning of the system to

OIL. 9.0 INSPECTION: 9.1 OIL reserves the right to inspect the equipment/system at SUPPLIER’s works prior to

despatch. The Contractor/Supplier shall be required to inform OIL about readiness, 15 days ahead for such pre-despatch inspection. However, all expenses of OIL’s Engineer(s) towards inspection including to and fro fare will be borne by OIL.

SUPPLIER shall despatch the items only after receiving endorsement from OIL inspection team or waiver notice thereof.

9.2 The inspection by the OIL engineers and issue of inspection certificate thereon shall in no way

limit the liabilities and responsibilities of the SUPPLIER in commissioning the system as per the specifications indicated in the contract.

10.0 WARRANTY: 10.1 The SUPPLIER warrants that the equipment are new and of high quality and that the goods

will be free of defects in design, materials or workmanship for a period of TWELVE (12) months from the date of successful commissioning / initial operation.

10.2 If within the expiry of the above stipulated guarantee period, the subject equipment or any

parts thereof are found defective because of design, workmanship or materials the SUPPLIER at his own expense repair or replace the equipment to the satisfaction of OIL.

10.3 The SUPPLIER shall obtain similar guarantees from each one of his sub-contractors. However

the overall responsibility shall lie with the SUPPLIER.

Page 33: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

33

1.0 ANALOG I/O SUMMARY FOR DANDEWALA GPC

SL NO

INSTRUMENT

SUPPLIED BY FUNCTION LOCATION

1 FT 1511 SUPPLIER CONSOLE INDICATION

TANOT-PRODUCTION SEPERATOR GAS FLOW

2 FT 1512 SUPPLIER CONSOLE INDICATION

DND-PRODUCTION SEPERATOR GAS FLOW

3 FT 1401 SUPPLIER CONSOLE INDICATION

DND-TEST SEPERATOR GAS FLOW

4 FT 1402 OIL CONSOLE INDICATION

DND-TEST SEPERATOR CONDENSATE FLOW

5 FT 1403 OIL CONSOLE INDICATION

DND-TEST SEPERATOR WATER FLOW

6 FT 1601 SUPPLIER CONSOLE INDICATION

GLYCOL ABSORBER INLET GAS FLOW

7 DPT 1640 OIL CONSOLE INDICATION

DP ACROSS GLYCOL FILTER

8 DPT 1641 OIL CONSOLE INDICATION

DP ACROSS GLYCOL FILTER

9 DPT 1645 OIL CONSOLE INDICATION

DP ACROSS CHARCOAL FILTER

10 DPT 1601 OIL CONSOLE INDICATION

DP ACROSS GLYCOL ABSORBER

11 DPT OIL CONSOLE INDICATION

DP ACROSS FILTER SEPARATOR

12 PT 1312 SUPPLIER CONSOLE INDICATION

PRESSURE OF TANOT-DND LINE NEAR DANDEWAL PIG RECEIVER

13 PT 1411 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL DND-1

14 PT 1412 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL DND-2

15 PT 1420 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELLS BGT-1 AND BGT-3

16 PT 1421 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL DND-4 AND DND-5

17 PT 1422 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL DND-11

18 PT 1423 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL

19 PT 1424 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL

20 PT 1425 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL

21 PT 1426 SUPPLIER CONSOLE INDICATION

FLOW LINE PRESSURE OF WELL

22 PT 1415 SUPPLIER CONSOLE INDICATION

DND PRODUCTION HEADER PRESSURE

23 PT 1414 SUPPLIER CONSOLE INDICATION

DND TEST SEPARATOR PRESSURE

Page 34: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

34

24 PT 1513 SUPPLIER CONSOLE INDICATION

TANOT-PRODUCTION SEPARATOR PRESSURE

25 PT 1514 SUPPLIER CONSOLE INDICATION

DND-PRODUCTION SEPARATOR PRESSURE

26 PT 1811 SUPPLIER CONSOLE INDICATION

MP CONDENSATE FLASH DRUM PRESSURE

27 PT-1812 SUPPLIER CONSOLE INDICATION

LP CONDENSATE FLASH DRUM PRESSURE

28 PT-1813 SUPPLIER CONSOLE INDICATION

NEW MP CONDENSATE FLASH DRUM PRESSURE

29 PT-1814 SUPPLIER CONSOLE INDICATION

NEW CONDENSATE FLASH DRUM PRESSURE

30 PT-1603 OIL CONSOLE INDICATION

GLYCOL ABSORBER INLET GAS PRESSURE

31 PT-1602 OIL CONSOLE INDICATION

GLYCOL ABSORBER GAS OUTLET PRESSURE

32 PT-1622 OIL CONSOLE INDICATION

GLYCOL ABSORBER GAS OUTLET PRESSURE

33 PT-1631 OIL CONSOLE INDICATION

GLYCOL FLASH DRUM PRESSURE

34 PT-1676 OIL CONSOLE INDICATION

GLYCOL REGENERATOR PRESSURE

35 PT-1713 SUPPLIER CONSOLE INDICATION

GAIL LINE PRESSURE

36 PT-3211 SUPPLIER CONSOLE INDICATION

INSTRUMENT GAS RECEIVER PRESSURE

37 PT-3212 SUPPLIER CONSOLE INDICATION

FUEL HEADER PRESSURE

38 TT 1411 SUPPLIER CONSOLE INDICATION

DND TEST SEPARATOR GAS OUTLET TEMPERATURE

39 TT 1511 SUPPLIER CONSOLE INDICATION

TANOT PRODUCTION SEPERATOR GAS OUTLET TEMPERATURE

40 TT 1512 SUPPLIER CONSOLE INDICATION

DND PRODUCTION SEPERATOR GAS OUTLET TEMPERATURE

41 TT 1603 OIL CONSOLE INDICATION

GLYCOL ABSORBER INLET GAS TEMPERATURE

42 TT 1604 OIL CONSOLE INDICATION

GLYCOL ABSORBER INLET GLYCOL TEMPERATURE

43 TT 1602 OIL CONSOLE INDICATION

GLYCOL TOWER GLYCOL OUTLET TEMPERATURE

44 TT 1622 OIL CONSOLE INDICATION

GLYCOL SCRUBBER TEMPERATURE

45 TT 1615 OIL CONSOLE INDICATION

TEMPERATURE OF LEAN GLYCOL AT THE OUTLET OF THE PUMPS

Page 35: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

35

46 TT 1674 OIL CONSOLE INDICATION

TEMPERATURE OF THE GLYCOL REGENERATOR

47 TT 166O OIL CONSOLE INDICATION

GLYCOL TEMPERATURE AT THE OUTLET OF THE LEAN/RICH GLYCOL EXCHANGER

48 LT 1402 OIL CONSOLE INDICATION

LIQUID LEVEL OF DND-TEST SEPERATOR

49 ILT 1403 OIL CONSOLE INDICATION

INTERFACE LEVEL OF DND-TEST SEPERATOR

50 LT 1513 OIL CONSOLE INDICATION

LIQUID LEVEL OF TANOT PRODUCTION SEPARATOR

51 LT 1516 OIL CONSOLE INDICATION

LIQUID LEVEL OF DND PRODUCTION SEPARATOR

52 LT 1812 OIL CONSOLE INDICATION

LIQUID LEVEL OF MP CONDENSATE FLASH DRUM

53 ILT 1814 OIL CONSOLE INDICATION

INTERFACE LIQUID LEVEL OF MP CONDENSATE FLASH DRUM

54 LT 1817 OIL CONSOLE INDICATION

LIQUID LEVEL OF LP CONDENSATE FLASH DRUM

55 LT 1818 OIL CONSOLE INDICATION

LIQUID LEVEL OF NEW MP CONDENSATE FLASH DRUM

56 ILT 1819 OIL CONSOLE INDICATION

LIQUID LEVEL OF NEW MP CONDENSATE FLASH DRUM

57 LT 1820 OIL CONSOLE INDICATION

LIQUID LEVEL OF NEW LP CONDENSATE FLASH DRUM

58 LT 1821 OIL CONSOLE INDICATION

LIQUID LEVEL OF NEW LP CONDENSATE FLASH DRUM

59 LT 1911 OIL CONSOLE INDICATION

LIQUID LEVEL OF CONDENSATE STORAGE TANK1

60 LT 1912 OIL CONSOLE INDICATION

LIQUID LEVEL OF CONDENSATE STORAGE TANK2

61 LT 1602 OIL CONSOLE INDICATION

GLYCOL LEVEL IN GLYCOL ABSORBER

62 LT 1631 OIL CONSOLE INDICATION

GLYCOL LEVEL IN GLYCOL FLASH TANK

63 LT 1634 OIL CONSOLE INDICATION

CONDENSATE LEVEL IN GLYCOL FLASH TANK

64 LT 1682 OIL CONSOLE INDICATION

GLYCOL LEVEL IN GLYCOL REGENERATOR STORAGE TANK

65 AIT 1620 OIL CONSOLE INDICATION

DEW POINT IN CTM LINE TO GAIL

Page 36: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

36

2.0 DIGITAL INPUT SUMMARY FOR DANDEWALA GPC

SL NO

INSTRUMENT

SUPPLIED BY FUNCTION

POWER SUPPLY

REQUIRED

1 PSLL 1324 OIL VERY LOW PRESSURE ALARM OF TANOT-DND LINE

POTENTIAL FREE CONTACT

2 PSHH 1323 OIL VERY HIGH PRESSURE ALARM OF TANOT-DND LINE

POTENTIAL FREE CONTACT

3 PSL 1421 OIL LOW PRESSURE ALARM OF WELL DND-1 FLOW LINE

POTENTIAL FREE CONTACT

4 PSL 1422 OIL LOW PRESSURE ALARM OF WELL DND-2 FLOW LINE

POTENTIAL FREE CONTACT

5 PSL 1430 OIL LOW PRESSURE ALARM OF BGT-1 & BGT-3 FLOW LINE

POTENTIAL FREE CONTACT

6 PSL 1431 OIL LOW PRESSURE ALARM OF DND-4 & DND-5 FLOW LINE

POTENTIAL FREE CONTACT

7 PSL 1432 SUPPLIER LOW PRESSURE ALARM OF WELL DND-11 FLOW LINE

POTENTIAL FREE CONTACT

8 PSL 1433 SUPPLIER LOW PRESSURE ALARM OF WELL FLOW LINE

POTENTIAL FREE CONTACT

9 PSL 1434 SUPPLIER LOW PRESSURE ALARM OF WELL FLOW LINE

POTENTIAL FREE CONTACT

10 PSL 1435 SUPPLIER LOW PRESSURE ALARM OF WELL FLOW LINE

POTENTIAL FREE CONTACT

11 PSHH 1423 OIL HIGH PRESSURE ALARM OF DND-TEST SEPERATOR

POTENTIAL FREE CONTACT

12 PSH 1521 OIL HIGH PRESSURE ALARM OF TANOT PRODUCTION SEPERATOR

POTENTIAL FREE CONTACT

13 PSH 1522 OIL HIGH PRESSURE ALARM OF DND PRODUCTION SEPERATOR

POTENTIAL FREE CONTACT

14 PSHH 1607 OIL VERY HIGH PRESSURE ALARM OF GLYCOL ABSORBER

POTENTIAL FREE CONTACT

15 PSHH 1632 OIL VERY HIGH PRESSURE ALARM OF GLYCOL FLASH TANK

POTENTIAL FREE CONTACT

16 PSLL 1633 OIL VERY LOW PRESSURE ALARM OF GLYCOL ABSORBER

POTENTIAL FREE CONTACT

17 PSLL 1722 OIL VERY LOW PRESSURE OF GAIL LINE

POTENTIAL FREE CONTACT

18 PSLL 3213 OIL VERY LOW PRESSURE OF INSTRUMENT GAS RECEIVER

POTENTIAL FREE CONTACT

19 PSLL 3214 OIL VERY LOW PRESSURE OF INSTRUMENT GAS RECEIVER

POTENTIAL FREE CONTACT

20 LSLL 1401 OIL VERY LOW LEVEL ALARM OF DND-TEST SEPARATOR

POTENTIAL FREE CONTACT

21 LSLL 1512 OIL VERY LOW LEVEL ALARM OF TANOT PRODUCTION SEPARATOR

POTENTIAL FREE CONTACT

22 LSHH 1511 OIL VERY HIGH LEVEL ALARM OF TANOT PRODUCTION SEPARATOR

POTENTIAL FREE CONTACT

Page 37: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

37

23 LSLL 1515 OIL VERY LOW LEVEL ALARM OF DND PRODUCTION SEPARATOR

POTENTIAL FREE CONTACT

24 LSHH 1514 OIL VERY HIGH LEVEL ALARM OF DND PRODUCTION SEPARATOR

POTENTIAL FREE CONTACT

25 LSHH 1811 OIL VERY HIGH LEVEL ALARM OF MP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

26 LSLL 1813 OIL VERY LOW LEVEL ALARM OF MP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

27 LSLL 1815 OIL VERY LOW LEVEL ALARM OF LP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

28 LSHH 1818 OIL VERY HIGH LEVEL ALARM OF LP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

29 LSLL 1819 OIL VERY LOW LEVEL ALARM OF NEW MP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

30 LSHH 1820 OIL VERY HIGH LEVEL ALARM OF NEW MP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

31 LSLL 1821 OIL VERY LOW LEVEL ALARM OF NEW LP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

32 LSHH 1822 OIL VERY HIGH LEVEL ALARM OF NEW LP CONDENSATE FLASH DRUM

POTENTIAL FREE CONTACT

33 LSHH 1901 OIL VERY HIGH LEVEL ALARM OF CONDENSATE STORAGE TANK1

POTENTIAL FREE CONTACT

34 LSHH 1902 OIL VERY HIGH LEVEL ALARM OF CONDENSATE STORAGE TANK2

POTENTIAL FREE CONTACT

35 LSLL 1606 OIL VERY LOW GLYCOL LEVEL ALARM OF GLYCOL ABSORBER

POTENTIAL FREE CONTACT

36 LSHH 1603 OIL VERY HIGH GLYCOL LEVEL ALARM OF GLYCOL ABSORBER

POTENTIAL FREE CONTACT

37 LSL 1622 OIL LOW LEVEL ALARM OF GLYCOL SCRUBBER

POTENTIAL FREE CONTACT

38 LSH 1620 OIL HIGH LEVEL ALARM OF GLYCOL SCRUBBER

POTENTIAL FREE CONTACT

39 LSLL 1633 OIL VERY LOW GLYCOL LEVEL ALARM OF GLYCOL FLASH DRUM

POTENTIAL FREE CONTACT

40 LSLL 1641 OIL VERY LOW CONDENSATE LEVEL ALARM OF GLYCOL FLASH DRUM

POTENTIAL FREE CONTACT

41 LSHH 1632 OIL VERY HIGH CONDENSATE LEVEL ALARM OF GLYCOL FLASH DRUM

POTENTIAL FREE CONTACT

42 LSH 1671 OIL HIGH LEVEL GLYCOL ALARM IN GLYCOL REGENERATOR

POTENTIAL FREE CONTACT

43 LSL 1675 OIL LOW LEVEL GLYCOL ALARM IN GLYCOL REGENERATOR

POTENTIAL FREE CONTACT

44 LSL 1681 OIL LOW LEVEL ALARM OF GLYCOL STORAGE TANK OF GLYCOL REGENERATOR

POTENTIAL FREE CONTACT

Page 38: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

38

45 LSL 3311 OIL LOW LEVEL ALARM OF DND DIESEL STORAGE VESSEL

POTENTIAL FREE CONTACT

46 XVPI 1401A OIL OPEN STATUS OF SHUT DOWN VALVE XSDV 1401

POTENTIAL FREE CONTACT

47 XVPI 1401B OIL CLOSE STATUS OF SHUT DOWN VALVE XSDV 1401

POTENTIAL FREE CONTACT

48 XVPI 1511A OIL OPEN STATUS OF SHUT DOWN VALVE XSDV 1511

POTENTIAL FREE CONTACT

49 XVPI 1511B OIL CLOSE STATUS OF SHUT DOWN VALVE XSDV 1511

POTENTIAL FREE CONTACT

50 XVPI 1514A OIL OPEN STATUS OF SHUT DOWN VALVE XSDV 1514

POTENTIAL FREE CONTACT

51 XVPI 1514B OIL CLOSE STATUS OF SHUT DOWN VALVE XSDV 1514

POTENTIAL FREE CONTACT

52 XVPI 1701A OIL OPEN STATUS OF SHUT DOWN VALVE XSDV 1701

POTENTIAL FREE CONTACT

53 XVPI 1701B OIL CLOSE STATUS OF SHUT DOWN VALVE XSDV 1701

POTENTIAL FREE CONTACT

54 TSHH 1674 OIL VERY HIGH TEMPERATURE ALARM OF GLYCOL REGENERATOR

POTENTIAL FREE CONTACT

55 P-201A OIL STATUS INDICATION OF GLYCOL PUMP1

POTENTIAL FREE CONTACT

56 P-201B OIL STATUS INDICATION OF GLYCOL PUMP2

POTENTIAL FREE CONTACT

57 P-102 OIL STATUS INDICATION OF SUMP OIL PUMP

POTENTIAL FREE CONTACT

58 P-103 OIL STATUS INDICATION OF SUMP WATER PUMP

POTENTIAL FREE CONTACT

59 P-101 OIL STATUS INDICATION OF CONDENSATE LOADING PUMP

POTENTIAL FREE CONTACT

60 P-105 OIL STATUS INDICATION OF DIESEL PUMP

POTENTIAL FREE CONTACT

61 P-106 OIL STATUS INDICATION OF WATER PUMP

POTENTIAL FREE CONTACT

62 LSL 2101 OIL WATER SEAL LEVEL LOW ALARM

POTENTIAL FREE CONTACT

63 PSH 2102 OIL FLARE HEADER PRESSURE HIGH ALARM

POTENTIAL FREE CONTACT

64 OIL HYDROGEN CONCENTRATION ALARM

POTENTIAL FREE CONTACT

Page 39: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

39

3.0 DIGITAL OUTPUT SUMMARY FOR DND-GPC

SL NO SENSOR SUPPLIE

D BY FUNCTION

1 XSV 1401 OIL TO OPERATE SOLENOID VALVE OF THE SHUT DOWN VALVE XSDV 1401

2 XSV 1402 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1402

3 XSV 1403 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1403

4 XSV 1511 OIL TO OPERATE SOLENOID VALVE OF THE SHUT DOWN VALVE XSDV 1511

5 XSV 1513 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1513

6 XSV 1514 OIL TO OPERATE SOLENOID VALVE OF THE SHUT DOWN VALVE XSDV 1514

7 XSV 1516 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1516

8 XSV 1812 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1812

9 XSV 1814 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1814

10 XSV 1817 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE LV 1817

11 XSV 1818 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE (NEW)

12 XSV 1819 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE (NEW)

13 XSV 1820 OIL TO OPERATE SOLENOID VALVE OF THE LEVEL CONTROL VALVE (NEW)

14 CXV 1601 OIL TO OPERATE SOLENOID VALVE OF THE ON/OFF VALVE CV 1601

15 CXV 1623 OIL TO OPERATE SOLENOID VALVE OF THE ON/OFF VALVE CV 1623

16 CXV 1641 OIL TO OPERATE SOLENOID VALVE OF THE ON/OFF VALVE CV 1641

17 CXV 1633 OIL TO OPERATE SOLENOID VALVE OF THE ON/OFF VALVE CV 1633

18 BXV 1670A OIL TO OPERATE SOLENOID VALVE OF THE BURNER MAIN FUEL VALVE BV 1670A

19 BXV 1670B OIL TO OPERATE SOLENOID VALVE OF THE PILOT FUEL LINE

Page 40: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

40

4.0 CLOSED LOOP CONTROLS FOR DANDEWALA GPC SL NO SENSOR SUPPLIE

D BY FUNCTION LOCATION POWER SUPPLY

1 PT 1622 OIL

a) CONSOLE INDICATION

b) CONTROL ACTION ON CONTROL VALVE PCV 1622

GLYCOL SCRUBBER

GAS OUTLET +24 VDC

2 PT 1631 OIL

c) CONSOLE INDICATION

d) CONTROL ACTION ON CONTROL VALVE PCV 1631

GLYCOL FLASH DRUM +24 VDC

3 PT 1811 SUPPLIER

e) CONSOLE INDICATION

f) CONTROL ACTION ON CONTROL VALVE PV 1811

MP CONDENSATE FLASH DRUM

+24 VDC

4 PT 1812 SUPPLIER

g) CONSOLE INDICATION

h) CONTROL ACTION ON CONTROL VALVE PV 1812

LP CONDENSATE FLASH DRUM

+24 VDC

5 PT 3211 SUPPLIER

i) CONSOLE INDICATION

j) CONTROL ACTION ON CONTROL VALVE PV 3211

INSTRUMENT GAS RECEIVER +24 VDC

6 PT 3212 SUPPLIER

k) CONSOLE INDICATION

l) CONTROL ACTION ON CONTROL VALVE PV 3212

FUEL GAS HEADER +24 VDC

7 LT 1634 OIL

m) CONSOLE INDICATION

n) CONTROL ACTION ON CONTROL VALVE LCV 1634

GLYCOL FLASH DRUM +24 VDC

8 LT 1631 OIL

o) CONSOLE INDICATION

p) CONTROL ACTION ON CONTROL VALVE LCV 1631

GLYCOL FLASH DRUM +24 VDC

9 LT 1602 OIL

q) CONSOLE INDICATION

r) CONTROL ACTION ON CONTROL VALVE LCV 1602

GLYCOL ABSORBER +24 VDC

Page 41: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

41

5.0 ANALOG INPUT SUMMARY FOR TANOT GGS

SL NO

INSTRUMENT

SUPPLIED BY FUNCTION LOCATION

1 PT 1221 OIL

CONSOLE INDICATION AT DND-GPC AND PANEL INDICATION AT TOT-GGS

FLOW LINE PRESSURE OF WELL TOT-1, TOT-7 & TOT-8

2 PT 1222 OIL “ FLOW LINE PRESSURE OF WELL TOT-2, TOT-9

3 PT 1223 OIL “ FLOW LINE PRESSURE OF WELL TOT-3, TOT-10

4 PT 1224 OIL “ PRESSURE TEST SEPARATOR (V-101)

5 PT 1225 SUPPLIER “ FLOW LINE PRESSURE

6 PT 1226 SUPPLIER “ FLOW LINE PRESSURE 7 PT 1227 SUPPLIER “ FLOW LINE PRESSURE 8 PT 1228 SUPPLIER “ FLOW LINE PRESSURE 9 PT 1311 OIL “ GAS LINE PRESSURE AT GGS END

10 PT 3111 SUPPLIER “ INSTRUMENT GAS RECEIVER PRESSURE

11 LT 1202 OIL “ LEVEL OF TEST SEPARATOR (V-101)

12 TT 1211 SUPPLIER “ TEMPERATURE OF TEST SEPARATOR (V-101)

13 FT 1201 SUPPLIER “ GAS FLOW OF TEST SEPARATOR (V-101)

14 FT 1202 OIL “ LIQUID FLOW OF TEST SEPARATOR (V-101)

Page 42: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

42

6.0 DIGITAL INPUT SUMMARY FOR TANOT GGS

SL NO

INSTRUMENT

SUPPLIED BY FUNCTION

POWER SUPPLY

REQUIRED

1 PSL 1231 OIL FLOW LINE PRESSURE LOW ALARM (OF WELLS TOT-7, TOT-8 & TOT-1)

POTENTIAL FREE CONTACT

2 PSL 1232 OIL FLOW LINE PRESSURE LOW ALARM (OF WELLS TOT-2, TOT-9)

POTENTIAL FREE CONTACT

3 PSL 1233 OIL FLOW LINE PRESSURE LOW ALARM (OF WELLS TOT-3, TOT-10)

POTENTIAL FREE CONTACT

4 PSHH 1234 OIL PRESSURE HIGH ALARM (AT THE INLET OF THE TEST SEPARATOR V-101)

POTENTIAL FREE CONTACT

5 PSH 1235 OIL PRESSURE HIGH ALARM (AT THE GAS OUTLET OF TEST SEPARATOR V-101)

POTENTIAL FREE CONTACT

6 PSL 1236 SUPPLIER FLOW LINE PRESSURE LOW ALARM

POTENTIAL FREE CONTACT

7 PSL 1237 SUPPLIER FLOW LINE PRESSURE LOW ALARM

POTENTIAL FREE CONTACT

8 PSL 1238 SUPPLIER FLOW LINE PRESSURE LOW ALARM

POTENTIAL FREE CONTACT

9 PSL 1239 SUPPLIER FLOW LINE PRESSURE LOW ALARM

POTENTIAL FREE CONTACT

10 PSH 1321 OIL PRESSURE HIGH ALARM AT TOT-GGS GAS OUTLET

POTENTIAL FREE CONTACT

11 PSL 1322 OIL PRESSUE LOW ALARM AT TOT-GGS GAS OUTLET

POTENTIAL FREE CONTACT

12 PSL 3112 OIL PRESSURE LOW ALARM OF INSTRUMENT GAS RECEIVER

POTENTIAL FREE CONTACT

13 LSLL 1201 OIL LEVEL LOW ALARM OF TEST SEPARATOR V-101

POTENTIAL FREE CONTACT

14 XVPI 1201A OIL OPEN STATUS OF SHUTDOWN VALVE XSDV 1201

POTENTIAL FREE CONTACT

15 XVPI 1201B OIL CLOSE STATUS OF SHUTDOWN VALVE XSDV 1201

POTENTIAL FREE CONTACT

16 XVPI 1321A OIL OPEN STATUS OF SHUTDOWN VALVE XSDV 1321

POTENTIAL FREE CONTACT

17 XVPI 1321B OIL CLOSE STATUS OF SHUTDOWN VALVE XSDV 1321

POTENTIAL FREE CONTACT

Page 43: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

43

7.0 DIGITAL OUTPUT SUMMARY FOR TANOT GGS

SL NO SENSOR SUPPLIE

D BY FUNCTION

1 XSV 1321 OIL TO OPERATE SOLENOID VALVE OF SHUTDOWN VALVE XSDV 1321

2 XSV 1202 OIL TO OPERATE SOLENOID VALVE OF LEVEL CONTROL VALVE LV 1202

3 XSV 1201 OIL TO OPERATE SOLENOID VALVE OF SHUTDOWN VALVE XSDV 1201

8.0 CLOSED LOOP CONTROLS FOR TANOT GGS SL NO SENSOR SUPPLIE

D BY FUNCTION LOCATION POWER SUPPLY

1 PT 3111 SUPPLIER

s) CONSOLE INDICATION

t) CONTROL ACTION ON CONTROL VALVE PV 3111

INSTRUMENT GAS RECEIVER +24 VDC

9.0 DIGITAL INPUT SUMMARY FOR TANOT VILLAGE COMPLEX

SL NO

INSTRUMENT

SUPPLIED BY FUNCTION

POWER SUPPLY

REQUIRED

1 ESD OIL

EMERGENCY SHUTDOWN SWITCH AT TVC TO CLOSE THE SHUTDOWN VALVES AT DND-GPC & TOT-GGS

POTENTIAL FREE CONTACT

Page 44: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

44

10.0 PERFORMANCE PARAMETERS FOR RTU

Sl.No Performance parameter Minimum required Compliance to be tick marked

1 CPU 32 bit 2 CPU speed 166 MHz 3 Memory 128 MB 3 Resolution of measured digital input

time stamp 1 Sec max.

4 Network speed 10/100 Mbps 5 Minimum RTU scan time for all I/Os

(should be configurable) 1 second

6 Maximum time for command and control data execution for interface data

1 second

7 Different types of signals the RTU will receive, process and report

• 1 bit digital input from volt free contacts

• Digital output with volt free contacts

• HART/Analog inputs 4-20mA

• Analog Outputs 4-20mA • RS-232C/ 485 • MODBUS

8 Power supplies As Required 9 Diagnostics As a minimum the RTU should

have the following diagnostic features • RTU communications

protocol errors and statistics • RTU system diagnostics and

status • Plant interface diagnostics

Functional software (IEC 61131-3) user application status

10 Communication media supported by RTU

• LAN (UTP) • Radio/ VSAT/ OFC • RS-232/ RS-485

11 Communication protocols supported by RTU (Open protocols)

• TCP/IP • DNP3.0

12 PID controls The RTU shall have a capacity to perform 10 control functions simultaneously

Page 45: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

45

13 Gas Flow calculations The RTU shall perform the Gas

flow calculations using the last issued versions of AGA3 & AGA8. In addition to it’s own flow calculations the RTU shall also receive calculated flow signals from flow computers already installed at DND-GPC via MODBUS interface.

14 Inputs/Outputs Built in spare capacity Scalable for future expansion

Analog inputs Analog Outputs Digital Inputs Digital Outputs 30% of total estimated I/O counts 10% of the existing installed I/O counts

11.0 HARDWARE SPECIFICATIONS FOR SCADA SERVERS

Intel Xeon 3 GHz dual processor

2MB L2 Cache

2GB Memory

72GB Ultra 320 SCSI, 10000 rpm, RAID mirroring

Redundant power supply

Redundant fan

Dual Ethernet 10/100/1000 NIC

CDRW/DVDR combo

Optical mouse

Keyboard

Parallel, serial, USB ports

DAT Drive internal

21 inch TFT

UNIX operating system preferred

SL.NO SERVER SUPPLIED BY QUANTITY

1 DUAL SERVERS IN HOT-STANDBY MODE AT DND-GPC SUPPLIER 2

2 SERVER AT TVC SUPPLIER 1

Page 46: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

46

12.0 HARDWARE SPECIFICATIONS FOR OPERATOR/ENGINEERING STATIONS

Intel Pentium PIV, 3 GHz processor

1 MB Cache

1 GB RAM

73GB SCSI, 10000 rpm

Dual Ethernet 10/100/1000 NIC

USB, Serial, Parallel ports

CDRW/DVDR Combo

Optical Mouse

Floppy drive

Keyboard

21" TFT

Windows XP operating system preferred

SL.NO OPERATOR/ENGINEERING STATIONS SUPPLIED BY QUANTITY

1 OPERATOR STATION AT DND-GPC SUPPLIER 1

2 OPERATOR CUM ENGINEERING STATION AT DND-GPC SUPPLIER 2

3 OPERATOR STATION AT TVC SUPPLIER 1

13.0 CONTROL PANEL WITH LOOP POWERED DIGITAL INDICATORS AT TANOT-GGS (i) It will be used during well testing time for indication of important process parameters locally.

It shall contain 15 Nos. of Loop powered Digital Indicators (ii) The field wiring shall be terminated at the inlet of the Zener barriers in the Termination panel. (iii) The following process parameters shall be indicated in the panel.

a) Flow line pressure of Well: TOT-1, TOT-7 & TOT-8 b) Flow line pressure of Well: TOT-2 & TOT-9 c) Flow line pressure of Well: TOT-3 & TOT-10 d) Flow line pressure of Well: Spare e) Flow line pressure of Well: Spare f) Flow line pressure of Well: Spare g) Flow line pressure of Well: Spare h) Level of Test Separator in % i) TEST UNIT Pressure j) TANOT-GGS outlet line pressure k) Test Unit temperature

Page 47: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

47

l) Gas flow at Test unit outlet m) Instrument gas receiver pressure n) SPARE o) SPARE

(iv) Each of the above parameters shall also be provided with an Alarm indication by a clustered LED

(v) The following switches with key to be provided for manually operating the shutdown valves a) TEST UNIT inlet shutdown valve b) TANOT-GGS outlet shutdown valve

(vi) The following status indication to be provided by clustered LEDs on the panel a) OPEN/ CLOSE indication of TEST UNIT inlet shutdown valve b) OPEN/ CLOSE indication of TANOT-GGS outlet shutdown valve

(vii) The design of the panel shall be done in consultation with OIL during detailed engineering

stage.

14.0 OPTICAL FIBRE CABLE (ARMOURED) Mode : Single mode No. of fibres : 6(minimum) Type : G-652 Geometrical characteristics Nominal cladding diameter : 125 µm ± 0.7 µm Cladding Non circularity : ≤ 1% Core/Clad concentricity : ≤ 0.5 µm Transmission characteristics Attenuation co-efficient : at 1310 nm - ≤ 0.35 dB/Km at 1550 nm - ≤ 0.20 dB/Km Mode Field Diameter (MFD) : at 1310 nm – 9.2 µm ± 0.4 µm at 1550 nm – 10.4 µm ± 0.8 µm Cut-off wavelength on 2 Meter : ≤ 1320 nm Sample of fibre Cabled cut-off frequency : ≤ 1260 nm Total dispersion a) 1285-1330 nm : ≤ 3.5 ps/nm.Km b) 1270-1340 nm : ≤ 5.3 ps/nm.Km c) Zero dispersion wave length : 1300-1324 nm d) Zero dispersion slope : ≤ 0.093 ps/(nm2.Km)

Page 48: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

48

Polarized Mode dispersion in cable Maximum for individual fibre : ≤ 0.20 ps/√Km Attenuation with bending a) 100 turns around 60mm : ≤ 0.05 dB at 1550 nm diameter mandrel b) 1 turn around 32 ± 0.5 mm : ≤ 0.5 dB at 1550 nm diameter mandrel ≤ 0.6 dB at 1625 nm Operating temperature : -200C to 700C OFC to be laid between the installations DND-GPC, TOT-GGS & TVC as per the site map given in SH 2 OF 5, SECTION B2.

Sl.No Description Quantity 1 OFC between DND-GPC and TANOT-

GGS 13 Km

2 OFC between TANOT-GGS and TANOT VILLAGE COMPLEX

23 Km

3 Jointing boxes with accessories 17 sets 4 Termination boxes with accessories 3 sets 5 Jointing Kit 2 sets

15.0 PROCESS MONITORING SYSTEM (A) SPECIFICATION FOR PRESSURE TRANSMITTERS GENERAL Function : Transmitter Case : MFR STD Mounting : 2 inch stand pipe

Enclosure class : Weather Proof(NEMA 4 & IP-65) Elec. Area classification : Division1&2, Class1, Group C&D

Intrinsically safe : Yes Lightning protection : Required Accuracy : +/- 0.075% of span Turndown ratio : 100 : 1 Response time : 250 msec or less Process data : Fluid–Natural gas with condensate and formation water S.G - 0.60 to 0.85 Operating Temperature : 0 to 550C Humidity : 5 to 95% RH, Non condensing

Page 49: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

49

TRANSMITTER Type : Micro-Processor based, SMART Power supply : 16 to 48 VDC(24 VDC normal) Transmitter output : 4 – 20 ma with super imposed digital signal Accessing protocol : HART Span & Zero adjustment : To be provided on the body Indicator : 4½ digit LCD display with front facia capability for programming in any engineering units ELEMENT Service : Gauge pressure Sensing : Capacitance/ Piezoresistive or equivalent Material : 316 SS Over range protection to : 150% of full range Process connection : ½ inch NPT (F) ACCESSORIES Mounting bracket for 2 inch pipe SS Tag plate to be provided Flame proof double compression SS cable gland PREFERRED VENDORS: ROSEMOUNT, ABB, HONEYWELL, YAKOGAWA, FISHER,

SL NO TAG NO

OPERATING PRESSURE ( Kg/Cm2)

TRANSMITTER RANGE ( Kg/Cm2)

SERVICE

1 PT 1225 30 0 – 80 Flow line pressure at TANOT-GGS

2 PT 1226 30 0 – 80 Flow line pressure at TANOT-GGS

3 PT 1227 30 0 – 80 Flow line pressure at TANOT-GGS

4 PT 1228 30 0 – 80 Flow line pressure at TANOT-GGS

5 PT 3111 8 0 – 15 Instrument gas receiver pressure at TANOT-GGS

6 PT 1312 25 0 – 50 Pressure of TANOT-DND gas line near DND-GPC pig receiver

7 PT 1411 35 0 - 80 Flow line pressure at DND-GPC 8 PT 1412 35 0 - 80 Flow line pressure at DND-GPC 9 PT 1420 35 0 - 80 Flow line pressure at DND-GPC 10 PT 1421 35 0 - 80 Flow line pressure at DND-GPC 11 PT 1422 35 0 - 80 Flow line pressure at DND-GPC 12 PT 1423 35 0 - 80 Flow line pressure at DND-GPC 13 PT 1424 35 0 - 80 Flow line pressure at DND-GPC 14 PT 1425 35 0 - 80 Flow line pressure at DND-GPC 15 PT 1426 35 0 - 80 Flow line pressure at DND-GPC 16 PT 1415 35 0 - 80 DND Production Header Pressure 17 PT 1414 25 0 – 50 DND Test Separator Pressure

Page 50: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

50

18 PT 1513 25 0 – 50 Tanot Production Separator Pressure

19 PT 1514 30 0 – 50 DND Production Separator Pressure

20 PT 1811 15 0 – 30 MP Condensate Flash Drum Pressure

21 PT 1812 4.5 0 – 10 LP Condensate Flash Drum Pressure

22 PT 1813 15 0 – 30 New MP Condensate Flash Drum Pressure

23 PT 1814 4.5 0 – 10 New LP Condensate Flash Drum Pressure

24 PT 1713 25 0 – 50 GAIL line Pressure

25 PT 3211 8 0 -15 Instrument Gas receiver Pressure at DND-GPC

26 PT 3212 4 0 -10 Fuel Header Pressure at DND-GPC

(B) SPECIFICATION FOR TEMPERATURE TRANSMITTERS WITH RTD TRANSMITTER: Type : Micro-Processor based, SMART Input : RTD Pt-100 (3-wire) Output : 4 – 20 ma (2-wire) with superimposed digital signal Accessing protocol : HART Power supply : 16 – 48 VDC Minimum load capability : 600 ohms at 24 VDC Area classification : Division1&2, Class1, Group C&D Housing : Weather proof to NEMA4 & IP-65 Design : Intrinsically safe Accuracy : +/- 0.075% Response time : 250 msecs or less Cable entry : ½ inch NPT Mounting : 2-inch stand pipe Integral Output Indicator: 4½ digit LCD display with front facia capability for programming in any engineering units Lightning protection : to be provided Operating Temperature : 0 to 550C Humidity : 5 to 95% RH, Non condensing RTD with THERMOWELL: ELEMENT: No. of elements : Duplex Calibration : As per DIN 43760 Element material : platinum Resistance at 00C : 100 ohms

Page 51: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

51

Leads : standard Sheath O.D : 6 mm Sheath material : 316 SS Nipple & Union material : Chrome plated steel Union : Required Connection : Three wire HEAD: Head cover : Screwed cap with cover Material : Cast Aluminium Conduit connection : ¾ inch ET Enclosure : Weather proof to NEMA4 &IP-65 Cable gland : Required THERMOWELL: Material : 316 SS Construction : Drilled bar stock ACCESSORIES: Mounting bracket for 2-inch pipe SS tag plate Flame proof double compression SS cable gland (3 Nos. each) PREFERRED VENDORS: ROSEMOUNT, ABB, HONEYWELL, YAKOGAWA, FISHER

SL.NO TAG NO OPERATING TEMP. (0C)

TRANSMITTER RANGE(0C) SERVICE

1 TT 1211 40 0 – 100 Temperature of Test separator at TANOT-GGS

2 TT 1411 40 0 – 100 DND Test Separator Gas outlet temperature

3 TT 1511 40 0 – 100 TANOT Production Separator Gas outlet temperature

4 TT 1512 40 0 – 150 DND Production Separator Gas outlet temperature

Page 52: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

52

(C) SPECIFICATION FOR FLOW (DIFFERENTIAL PRESSURE) TRANSMITTERS GENERAL Function : Differential Pressure Transmitter Case : MFR STD Mounting : 2 inch stand pipe Enclosure class : Weather Proof(NEMA 4 & IP-65) Elec. Area classification : Division1&2, Class1, Group C&D Intrinsically safe : Yes Lightning protection : Required Accuracy : +/- 0.075% of span Turndown ratio : 100 : 1 Response time : 250 msec or less Process data : Fluid – Natural gas Operating Temperature : 0 to 550C Humidity : 5 to 95% RH, Non condensing TRANSMITTER Type : Micro-Processor based, SMART Power supply : 16 to 48 VDC (24 VDC normal) Transmitter output : 4 – 20 ma with super imposed digital signal Accessing protocol : HART Span & Zero adjustment : To be provided on the body Indicator : 4½ digit LCD display with front facia capability for programming in any engineering units ELEMENT Service : Differential pressure Sensing : Diaphragm / MFR STD Material : 316 SS Over range protection to : 150% of full range Process connection : ½ inch NPT (F) Accessories for each Transmitter:

♦ Mounting bracket adjustable for 2-inch pipe – 1 set ♦ SS Tag plate ♦ Flame proof double compression SS cable gland – 1 No ♦ 5-way valve manifold – 1 no

PREFERRED VENDORS: ROSEMOUNT, ABB, HONEYWELL, YAKOGAWA, FISHER

Page 53: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

53

SL NO TAG NO OP.PRESSURE (Kg/Cm2) SERVICE REMARKS

1 FT 1201 25 GAS FLOW AT TEST UNIT

OUTLET IN TOT-GGS LINE SIZE: 100MM NB

TEMPERATURE CORRECTION WITH TT 1211 AND PRESSURE CORRECTION WITH PT 1224

2 FT 1401 25 GAS FLOW AT TEST UNIT

OUTLET IN DND-GPC LINE SIZE: 100MM NB

TEMPERATURE CORRECTION WITH TT 1411 AND PRESSURE CORRECTION WITH PT 1414

3 FT 1511 25

GAS FLOW AT TANOT PRODUCTION SEPARATOR

IN DND-GPC LINE SIZE: 200MM NB

TEMPERATURE CORRECTION WITH TT 1511 AND PRESSURE CORRECTION WITH PT 1513

4 FT 1512 35

GAS FLOW AT DND PRODUCTION SEPARATOR IN

DND-GPC LINE SIZE: 200MM NB

TEMPERATURE CORRECTION WITH TT 1512 AND PRESSURE CORRECTION WITH PT 1514

5 FT 1601 20 GAS FLOW AT THE INLET TO

GLYCOL ABSORBER LINE SIZE: 200MM NB

TEMPERATURE CORRECTION WITH TT 1603 AND PRESSURE CORRECTION WITH PT 1603

(D) SPECIFICATION FOR I/P CONVERTER Type : Electro-pneumatic signal Transducer designed for intrinsic safe applications.

Input signal : 4 to 20 mA DC Output signal : 3 to 15 psi (0.2 to 1.0 bar) Action : Field reversible between direct and reverse action. Supply : Dry Natural Gas Supply pressure : Normal - 20 psig Maximum – 50 psig (3.5 bar)

Page 54: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

54

Maximum supply Gas : 480 scfh (13.4 m3/Hr) at 20 psig demand (1.4 bar) supply pressure Accuracy : +/- 0.75% of Output signal span Linearity : +/- 0.50% of Output signal span Elec. Area classification: Class1, Division1&2, Group C&D Housing : Weather proof (NEMA IV & IP-65) Adjustments : Zero and Span adjustments Connections : Supply Pressure – ¼ inch NPT(F) Output Pressure – ¼ inch NPT(F) Vent - ¼ inch NPT(F) with screen Electrical – ½ inch NPT(F) Lightning protection : To be provided Operating Temperature: 0 to 550C Humidity : 50% RH ACCESSORIES Flame proof cable glands required PREFERRED VENDORS: ROSEMOUNT, ABB, HONEYWELL, YAKOGAWA, FISHER, MOORE

SL NO SENSOR SUPPLIED

BY FUNCTION LOCATION

1 LY 1811 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 1811

MP CONDENSATE FLASH DRUM

2 LY 1812 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 1812

LP CONDENSATE FLASH DRUM

3 LY 3211 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 3211

DND INSTRUMENT GAS RECEIVER

4 LY 3212 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 3212

DND FUEL GAS HEADER

5 LY 3111 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 3111

INSTRUMENT GAS RECEIVER AT TOT-GGS

Page 55: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

55

6 LY 1622 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 1622

GLYCOL SCRUBBER GAS OUTLET

7 LY 1631 SUPPLIER CONTROL ACTION ON CONTROL VALVE PV 1631

GLYCOL FLASH DRUM

8 LY 1602 SUPPLIER CONTROL ACTION ON CONTROL VALVE LV 1602 GLYCOL ABSORBER

9 LY 1634 SUPPLIER CONTROL ACTION ON CONTROL VALVE LV 1634

GLYCOL FLASH DRUM

(E) PRESSURE SWITCH SPECIFICATIONS: GENERAL: Type : Direct Case material : Die cast aluminium Enclosure : Flameproof Range : 3-80 Kg/Cm2 SWITCH: Output electric contact : Required Quantity : TWO Form : SPDT Type : SNAP ACT MICROSWITCH Contact plating : Silver contacts Rating : 5A, 230V AC Load type : Resistive Cable entry : ½ Inch NPT(F) Set point adjustment : By range screw with scale Plate or equivalent Differential : Adjustable MEASURING UNIT: Element : Diaphragm Element material : 316 SS Process connection : ½ Inch NPT(M), bottom Over range protection : 150 Kg/Cm2 minimum Mounting accessories : Bracket suitable for 2” NB pipe mounting Cable gland : ½ Inch NPT, Double Compression Type Terminal block : 2-way type suitable for 2.5 mm2 cable ACCESSORIES: Flame proof cable gland : 1 No. PREFERRED VENDORS: DANFOS, SWITZER

Page 56: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

56

SL NO SENSOR SUPPLIED

BY FUNCTION SET POINT

1 PSL 1236 SUPPLIER FLOW LINE PRESSURE AT TANOT-GGS 10 Kg/Cm2

2 PSL 1237 SUPPLIER FLOW LINE PRESSURE AT TANOT-GGS 10 Kg/Cm2

3 PSL 1238 SUPPLIER FLOW LINE PRESSURE AT TANOT-GGS 10 Kg/Cm2

4 PSL 1239 SUPPLIER FLOW LINE PRESSURE AT TANOT-GGS 10 Kg/Cm2

5 PSL 1432 SUPPLIER FLOW LINE PRESSURE AT DND-GPC 10 Kg/Cm2

6 PSL 1433 SUPPLIER FLOW LINE PRESSURE AT DND-GPC 10 Kg/Cm2

7 PSL 1434 SUPPLIER FLOW LINE PRESSURE AT DND-GPC 10 Kg/Cm2

8 PSL 1435 SUPPLIER FLOW LINE PRESSURE AT DND-GPC 10 Kg/Cm2

(F) SPECIFICATIONS OF PANEL MOUNTED DIGITAL INDICATORS: Type : Programmable from front panel, Loop powered, Panel mounted Digital Indicator Display : 1 inch (25mm), 3½ digit LCD display Display range : -1999 to +1999 (Programmable for any engineering units) Input range : 4 to 20ma Decimal point : To be selected at all positions Accuracy : ± 1 digit (Least significant) Supply : Loop powered, typically less than 1.1V at all conditions Operating mode : Linear Zero and Span : To be adjustable anywhere within the range Out of range Indication: To be provided Ripple rejection : Typically less than 1 LS digit error with 1 ma peak to peak ripple at 50 Hz Terminals Suitable to accommodate conductors upto 2.5 mm2

Environment : Front display panel to be designed to IP65 and Instrument to Control panel seal to be designed to IP40 or better with two panel screw clamps

Mounting : Panel mounting on to DIN43700. Mounting clamps to be supplied with the Indicator Operating Temperature: 0 to 550C Humidity : 5 to 95% RH, non condensing Quantity : 15 Nos PREFERRED VENDORS: MTL

Page 57: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

57

(G) SPECIFICATION OF CONTROL CABINETS Application : Indoor Degree of protection : IP-20 Construction : Modular, non-welded, bolted type Mounting type : Freestanding floor Type of sheet : CRCA (Cold rolled cast Aluminium alloy) sheet Thickness of sheets Front sheet : 2 mm

Side & Back sheet : 1.6 mm Top & bottom sheet : 2 mm

Paint/ Powder coating : 1st coat Epoxy coat, final coat Polyurethane paint thickness upto 40 microns. Colour of finish paint

Outside : Siemens gray (RAL 7032) Inside : Siemens gray (RAL 7032) Base frame : Black

Eye bolts : 4 Nos lifting eye bolts Earthing studs : 2 Nos Louvers : With wire mesh & filter Size of cabinet : As required Cable entry : Bottom with detachable plate Cabinet illumination : Required Lock, flush : To be provided Gasket on Door & Gland plate: Required Earth bus bar : Required General arrangement drawing : Required PREFERRED VENDORS: RITTAL, PYROTECH

SL.NO CABINET SUPPLIED BY QUANTITY

1 DUAL RTU CABINET (at DND-GPC) SUPPLIER 1

2 TERMINATION CABINET (at DND-GPC) SUPPLIER 1

3 RTU CABINET (at TANOT-GGS) SUPPLIER 1

4 TERMINATION CABINET (at TANOT-GGS) SUPPLIER 1

Page 58: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

58

(H) ONLINE DUAL REDUNDANT UN-INTERRUPTED POWER SUPPLY WITH CHANGE OVER PANEL: One UPS will be online and the other UPS will be on standby mode and change over shall take place automatically incase of failure of the online UPS. Failure status shall be indicated in the system by interfacing its alarm contacts with RTU. Input AC Parameters Source : Generator Input Voltage : 180-265 VAC Frequency : 45 – 60 Hz with Auto Sensing Output AC Parameters Output Voltage : 210/220/230/240 V AC (User configurable) Frequency : 50 +/- 0.2 Hz Waveform : True Sine Wave Over load : 200% for 8 cycles; 130% for 10 seconds with transfer to bypass Short circuit protection : To be provided Under voltage/ Over : Inverter to shutdown Voltage protection Indication & Controls UPS ON/OFF : Switch LED Indication/Display : Line Input, Bypass, Battery and Load Level Indications Audio Alarm operation : At start of Battery Operation-To beep every 6 seconds Overload condition -Continuous beep. Battery parameters Type : Sealed maintenance free Lead Acid batteries Voltage : 12V Standard Batteries of reputed Indian make Backup time : The batteries should be so sized that a minimum of 60 minutes backup time should be available at full Load Environmental Operating Temperature : 00C to 550C PREFFERED VENDORS: POWERWARE, TATA LIBERTY, EMERSON

SL.NO UPS SYSTEM SUPPLIED BY CAPACITY QTY.

1 DUAL UPS WITH CHANGE OVER PANEL (at DND-GPC) SUPPLIER AS

REQUIRED 1 SET

2 DUAL UPS WITH CHANGE OVER PANEL (at TVC) SUPPLIER AS

REQUIRED 1 SET

Page 59: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

59

CHECK LIST

The BIDDER has to fill up the CHECK LIST for compliance and any deviations to be specified in the format given below.

SL.NO REQUIREMENT COMPLIANCE

YES / NO

REMARKS

SCADA SYSTEM

1 SCADA servers shall operate in HOT-STANDBY mode

2 The communication protocol between RTUs and Master station shall be a OPEN PROTOCOL and should be able to integrate with third party RTUs

3 CLIENT-SERVER architecture shall be provided in the system

4 The Main memory of the SCADA SERVERS shall have minimum 40% spare capacity after final commissioning

5 The SCADA servers should be equipped with TWO processors

6 30% Spare capacity shall be provided in AI(Analogue Input), AO(Analogue Output), DI(Digital Input) & DO(Digital Output) cards of RTUs at DND-GPC, TOT-GGS & TVC

7 The RTU at DND-GPC is dual RTU and operates on HOT-STANDBY mode

8 Online I/O swapping is possible in RTUs 9 RTUs are remote configurable 10 AGA-3 & AGA-8 Gas flow calculation shall be

implemented on the RTU

11 The performance parameters of the RTUs shall be as specified in Section D1

12 The RTU at TANOT-GGS shall operate in Non-Air conditioned environment with ambient temperature going up to 550C

13 Similar hardware shall be provided at DND-GPC, TANOT-GGS & TVC and should be interchangeable. The SERVERS and OPERATOR STATIONS at DND-GPC should be similar to those at TVC. All the three RTUs should have similar Processor and I/O cards and should be interchangeable

14 SCADA software shall be ERP compatible

Page 60: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

60

15 Additional set of Licensed software (other than the

system requirement) shall be provided

16 Capacity calculation sheets are provided for UPSs and 24V DC power supplies

OPTICAL FIBRE CABLE

17 The OFC shall be supplied as per the specifications given in the Tender document

18 The construction details of the OFC are provided 19 The details of the Jointing box, Termination box and

Jointing kit are provided

20 Fibre optic data link power budget is provided 21 The list of recommended test equipment for

maintenance of OFC is provided

FIELD INSTRUMENTS

22 The Field Instruments offered shall meet the specifications given in data sheets D9 to D13

23 All the Field Instruments shall be designed and manufactured to operate in Class1, Division1&2, Group C&D environment

24 All the Field Instruments shall be equipped with lightning protection

25 All the Field Instruments shall operate on 24V DC Power supply

26 All the field Instruments shall be procured from the preferred vendors mentioned

GENERAL CONDITIONS

27 Quoted for all the items as per the Schedule of prices in Section E-1

28 Quoted for Recommended spare parts and Annual maintenance contract.

29 Detailed Technical literature of each equipment offered is enclosed with the offer

30 DGMS approval shall be provided for all the Field Instruments to be supplied

2.0 Are all technical particulars YES / NO

as per specification If NO, Technical deviation YES / NO Schedule filled?

SIGNATURE: --------------------- (Seal of Bidder)

Page 61: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

61

BIDDER’S EXPERIENCE The BIDDER shall furnish here a list of similar jobs executed by him to whom a reference

may be made in case OIL considers such a reference necessary.

SL NO

NAME AND DESCRIPTION OF

WORK

VALUE OF

WORK

PERIOD OF CONSTRUCTION AND DATE

CLIENT

PERSONS TO WHOM REFERENCE MAY BE

MADE

SIGNATURE : --------------------- DESIGNATION: ------------------- COMPANY : ----------------------- COMPANY SEAL DATE : --------------------------

Page 62: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

62

1.0 SCHEDULE OF RECOMMENDED SPARE PARTS:

The BIDDER shall give below a list of spare parts recommended for TWO years trouble free operation of the system offered by him.

SL NO

MANUFACTURER & PART NO.

DESCRIPTION QUANTITY RECOMMEN-DED

UNIT PRICE

TOTAL PRICE

REMARKS

2.0 ANNUAL MAINTENANCE CONTRACT:

The BIDDER shall provide AMC offer for maintaining the SCADA system for a period of THREE years extendable by another THREE years from the date of expiry of warranty with necessary terms and conditions. The price for the same is submitted vide the price schedule and the same is kept in the price bid.

NOTE : The cost of spare parts and AMC as quoted above by the bidders will not be considered during commercial bid evaluation for ascertaining bidders’ inter-se-ranking.

SIGNATURE : ---------------------

DESIGNATION: ------------------- COMPANY : ----------------------- COMPANY SEAL DATE : --------------------------

(END OF SECTION –III)

Page 63: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

63

SECTION – IV

GENERAL CONDITIONS OF CONTRACT 1.0 DEFINITIONS: 1.1 In the contract, the following terms shall be interpreted as indicated:

a) The "Contract" means the Agreement entered into between Company and Contractor, and terms & conditions as recorded in this document signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

b) The "Contract Price" means the price payable to Contractor under the Contract for

the full and proper performance of its Contractual obligations.

c) The "Work" means each and every activity required for the successful performance of the services including supply of materials as described in the Terms of Reference/Scope of Work/Technical Specifications, detailed in Section - III.

d) "Company” means M/s. Oil India Limited, Jodhpur, Rajasthan and its executors,

successors, administrators and assignees.

e) "Contractor" means the individual or firm or Company performing the "Work" under this Contract including its executors, successors and assignees.

f) “Contractor's personnel” means the personnel to be provided by the Contractor for

performance of assigned services as per the Contract. g) “Company Personnel” means the personnel to be provided by Company. The

Company representatives of Company are also included in the Company's personnel. Company Representative means the person or persons appointed and approved in writing from time to time by the Company to act on its behalf for overall co-ordination and project management at site.

h) “Site” means the land and other places, provided. designated by Company on which the works are to be executed by the Contractor.

i) “Company’s items” means the equipment, materials and services which are to be

provided by the Company at the expense of the Company.

j) “Contractor’s items” means the equipment, materials and services which are to be provided by the Contractor at the expense of the Contractor.

k) “Commencement date” means the date on which the Contractor’s personnel starts the

job as mentioned in the Contract.

(l) “Gross Negligence” as used in this contract shall mean “willful and wanton disregard for harmful, avoidable and foreseeable consequence”.

Page 64: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

64

2.0 EFFECTIVE DATE, MOBILISATION, DATE OF COMMENCEMENT AND DURATION OF CONTRACT:

2.1 The contract shall become effective as of the date Company notifies Contractor in writing

(through Letter of Intent) that it has been awarded the contract. The date and time of commencement of the contract will be reckoned from the date and time when the materials and services to be provided by the Contractor including manpower are ready at designated site to start intended services i.e., erection/installation/ commissioning and performance testing as certified by Company. This date will be treated as the date of mobilisation.

2.2 Contractor to commence mobilisation activities immediately upon receipt of notification of award of Contract and complete mobilisation within 90 days (3 months) from the Effective date. The date on which the mobilisation is completed will be treated as Commencement date. 2.3 The Contract shall remain in force till completion of all assigned jobs as per the Scope of

Work (detailed in Section – III) to the satisfaction of Company or till Company notifies the Contractor about termination and/or demobilization as the case may be. The entire scope of works for site jobs like erection/installation, commissioning and performance testing etc. of SCADA system including supply of materials must be completed as per provision of the contract within the earliest possible time. Bidders must clearly indicate their best possible time frame for (i) Mobilisation of crew and materials at site and (ii) execution of site jobs like installation, commissioning and testing etc. in their Bids. Liquidated damages as set forth hereunder will be attracted in the event of failure to comply the agreed time schedule.

3.0 LIQUIDATED DAMAGES FOR DEFAULT IN TIMELY EXECUTION: 3.1 The Contractor shall be liable to pay liquidated damages at the rate of 0.5% of the total

estimated contract value for delay of each week or part thereof, subject to maximum of 7.5%, in the event of default as under;

(a) Delay in timely mobilization of requisite manpower for the site jobs including

supply of entire materials within the stipulated period as per provisions of the contract.

(b) Delay in completion/execution of the project entirely within the scheduled

time frame including installation, commissioning and performance testing of the complete SCADA system at site.

NOTE : However, under no circumstance, the total quantum of Liquidated Damages against

Srl. No. (a) and (b) combined together will exceed 7.5% of the total contract value.

3.2 The Liquidated Damages as mentioned above are genuine pre-estimate of damages (not penalty) duly agreed by the parties and Company will recover/deduct the same from Contractor’s bill/invoice as applicable. 3.3 The Company also reserves the right to cancel the Contract without any compensation whatsoever in case of failure to mobilize or to complete installation/commissioning within the stipulated period.

Page 65: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

65

4.0 GENERAL OBLIGATIONS OF CONTRACTOR:

Contractor shall, in accordance with and subject to the terms and conditions of the Contract: 4.1 Supply all materials and deploy adequate suitable manpower in consistent with the provisions of this contract. Materials to be supplied by the Contractor must be brand new, unused and of best quality/state-of-the-art technology. 4.2 In case, the Contractor is required to import any materials/equipment for execution/ performance of this contract, the entire responsibility of payment of Customs Duty, clearance through Customs, payment of demurrage and port rent etc. will be to Contractor’s account. 4.3 Contractor will be fully responsible for any unauthorised imports or wrong declaration of goods and will have to pay the penalty and other consequences as levied by the port/ customs authorities for such unauthorised imports. 4.4 Perform the work described in the Scope of works/Terms of Reference (Section-III) in most economic and cost effective manner. 4.5 Except as otherwise provided in the Terms of Reference and the special Conditions of the contract provide all labour as required to perform the work at site. 4.6 Perform all other obligations, work and services which are required by the terms of this contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work. 4.7 Contractor shall be deemed to have satisfied himself before submitting their bid as to the correctness and sufficiency of its bid for the services required and of the rates and prices quoted, which rates and prices shall, except insofar as otherwise provided, cover all its obligations under the contract. 4.8 Contractor shall give or provide all necessary supervision during the performance of the services and as long thereafter as Company may consider necessary for the proper fulfilling of Contractor's obligations under the contract. 5.0 GENERAL OBLIGATIONS OF THE COMPANY:

Company shall, in accordance with and subject to the terms and conditions of the contract: 5.1 Pay Contractor for its satisfactory performance including supply of materials. 5.2 Allow Contractor and their personnel access, subject to normal security and safety procedures, to all areas as required for orderly performance of the work. 5.3 Perform all other obligations of the Company required by the terms of the contract. 6.0 PERSONNEL TO BE DEPLOYED BY THE CONTRACTOR : 6.1 Contractor warrants that it shall deploy competent, qualified and sufficiently experienced

personnel to perform the work correctly and efficiently. 6.2 The Contractor should ensure that their personnel observe applicable company and statutory

safety requirement. Upon Company's written request, contractor, entirely at its own expense, shall remove immediately, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with personnel acceptable to the Company.

Page 66: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

66

6.3 The Contractor shall be solely responsible throughout the period of the contract for providing all requirements of their personnel including but not limited to, their transportation to & fro from their operation base, enroute/ local boarding, lodging & medical attention etc. Company shall have no responsibility or liability in this regard.

6.4 Contractor's key personnel shall be fluent in English language (both writing and speaking). 7.0 WARRANTY AND REMEDY OF DEFECTS : 7.1 Contractor warrants that it shall supply the materials and perform the works in a professional

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

7.2 Should Company discover at any time during the execution of the Contract or within one

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

8.0 CHANGES: 8.1 During the performance of the work, Company may make a change in the work within the

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

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

Company, Contractor shall submit to Company an estimate of the amount of such compensation or credit in a form prescribed by Company. Such estimates shall be based on the rates shown in the Schedule of Rates in the agreement. Upon review of Contractor's estimate, Company shall establish and set forth in the Change Order the amount of compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Change Order, Contractor shall nevertheless perform the work as changed, and the parties will resolve the dispute in accordance with Clause 11.0 hereunder. Contractor's performance of the work as changed will not prejudice Contractor's request for additional compensation for work performed under the Change Order.

9.0 FORCE MAJEURE : 9.1 In the event of either party being rendered unable by `Force Majeure' to perform any

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

Page 67: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

67

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

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

9.3 Should “force majeure” condition as stated above occurs and should the same be notified within seventy two (72) hours after its occurrence, either party will have the right to terminate the contract only if such `force majeure' condition continues beyond ten (10) days with prior written notice. Should either party decide not to terminate the contract even under such condition, the contract will stand suspended during the period of force majeure and the scheduled completion period will automatically be extended accordingly. 10.0 TERMINATION : 10.1 TERMINATION ON EXPIRY OF THE TERMS (DURATION) The contract shall be deemed to be automatically terminated on expiry of its duration

including extension period, if any and/or upon complete execution of the assigned jobs/obligations.

10.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE :

Either party shall have the right to terminate the Contract on account of Force Majeure as set forth in clause 9.0 above.

10.3 TERMINATION ON ACCOUNT OF INSOLVENCY :

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

10.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE :

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

10.5 TERMINATION DUE TO CHANGE OF OWNERSHIP & ASSIGNMENT :

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

10.6 CONSEQUENCES OF TERMINATION :

In all cases of termination herein set forth, the relative obligations of the parties to the contract shall be limited to the period upto the date of termination. Notwithstanding the termination of the Contract, the parties shall continue to be bound by the provisions of the Contract that reasonably require some action or forbearance after such termination.

Page 68: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

68

10.7 If at any time during the term of the Contract, breakdown of Contractor’s equipment or non-availability of suitable personnel/materials of Contractor results in Contractor being unable to perform their obligations hereunder for a period of 15 successive days (not including Force majeure delay), Company may terminate the Contract entirely at its option, without any further right or obligation on the part of the Company, except for the payment of money then due. No notice shall be served by the Company under the condition stated above.

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

items, which are at the time in Contractor’s possession. 10.9 Notwithstanding any provisions herein to the contrary, the Contract may be terminated at any

time by the company on giving 15 (fifteen) days written notice to the Contractor due to any other reason not covered under the above clause from 10.1 to 10.7 and in the event of such termination the Company shall not be liable to pay any cost or damage to the Contractor except for payment for services, personnel charges and other charges as per the Contract upto the date of termination.

10.10 In the event of termination of contract, Company will issue Notice of termination of the

contract with date or event after which the contract will be terminated. The contract shall then stand terminated and the Contractor shall demobilise their personnel & materials.

11.0 SETTLEMENT OF DISPUTES AND ARBITRATION: 11.1 All disputes or differences whatsoever arising between the parties out of or relating to the

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

12.0 APPLICABLE LAW 12.1 The contract shall be deemed to be a contract made under, governed by and construed in accordance with the laws of India. 12.2 The Contractor shall ensure full compliance of various Indian Laws and Statutory Regulations, to the extent applicable, as stated below, but not limited to, in force from time to time and obtain necessary permits / licenses etc. from appropriate authorities for conducting operations under the Contract :

a) The Mines Act - as applicable to safety and employment conditions.

b) The Minimum Wages Act, 1948.

c) The Oil Mines Regulations, 1984.

d) The Workmen's Compensation Act, 1923.

e) The Payment of Wages Act, 1963.

f) The Payment of Bonus Act., 1965.

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

Page 69: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

69

k) The RST Act.

l) Service Tax Act.

m) Customs and Excise Acts and rules framed thereunder

13.0 INSURANCE : 13.1 The Contractor shall arrange insurance to cover all risks in respect of their personnel,

materials and equipment belonging to the Contractor or its subcontractor during the currency of the contract.

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

the following insurance amongst others:

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

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

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

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

insurance cover with a suitable limit (as per international standards). e) Automobile Public Liability Insurance covering owned, non-owned and hired

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

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

13.3 Contractor shall obtain additional insurance or revise the limits of existing insurance as per

Company’s request in which case additional cost shall be to Company’s account. 13.4 Any deductible set forth in any of the above insurance shall be borne by Contractor. 13.5 Contractor shall furnish to Company prior to commencement date, certificates of all its

insurance policies covering the risks mentioned above. 13.6 If any of the above policies expire or are cancelled during the term of this contract and

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

13.7 Contractor shall require all of his sub-Contractor to provide such of the foregoing insurance

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

13.8 All insurance taken out by Contractor or his sub-Contractor shall be endorsed to provide that the underwriters waive their rights of recourse on the Company.

Page 70: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

70

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

by Fax or E-mail and confirmed in writing to the applicable address specified below :

COMPANY CONTRACTOR

OIL INDIA LIMITED 12, OLD RESIDENCY ROAD JODHPUR - 342011 RAJASTHAN ( INDIA ) Fax No. 0291- 2431689 Email – [email protected]

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

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

under this contract, except with Company’s prior written consent. 16.0 MISCELLANEOUS PROVISIONS: 16.1 (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 from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.

(b) Contractor shall conform in all respects with the provisions of any Statute, Ordinance of

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

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

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

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

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

(END OF SECTION – IV)

Page 71: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

71

SECTION – V

SPECIAL CONDITIONS OF CONTRACT 1.0 ASSOCIATION OF COMPANY'S PERSONNEL 1.1 Company may depute more than one representative to act on its behalf for overall co-

ordination and operational management at location. Company's representative shall have the authority to order any changes in the scope of work to the extent so authorised and notified by the Company in writing. He shall liaise with the Contractor, monitor the progress so as to ensure the timely completion of the jobs. He shall also have the authority to oversee the execution of jobs by the Contractor and to ensure compliance of provisions of the contract.

1.2 There shall be free access to all the equipment of the Contractor during operations and

idle time by Company's representatives for the purpose of observing/inspecting the operations performed by Contractor in order to judge whether, in Company's opinion, Contractor is complying with the provisions of the contract

2.0 PROVISION OF PERSONNEL AND FACILITIES 2.1 The Contractor shall provide the experienced personnel for the services. Personnel to be

deployed by Contractor for execution of site jobs must have adequate experience in their respective field and should be fluent in English language. On Company's request, Contractor shall remove and replace at their own expenses, any of their personnel whose presence is considered undesirable in the opinion of Company. The Contractor shall provide the supporting staff at their own expenses. Documentary evidence, identity cards etc. shall be submitted by the Contractor in support of the bio-data against which Company's representative will certify completeness of mobilisation of the Contractor before allowing them to start the jobs.

2.2 The Contractor shall be responsible for, and shall provide for all requirements of their personnel, and of their sub-contractor, if any, including but not limited to their insurance, housing, medical services, messing, transportation (both air and land transportation), vacation, salaries and all amenities, termination payment and all immigration requirement and taxes, if any, payable in India or outside at no charge to the Company.

2.3 The Contractor's representative shall have all the power requisite for performance of the

work. He shall liaise with the Company's representative for the proper co-ordination and timely completion of the job and on any other matters pertaining to the job.

2.4 During execution of site jobs like erection/installation, commissioning and performance testing etc., Company shall not provide any facilityies like food, accommodation and medical facilities to Contractor’s crew. 2.5 The Contractor will be required to establish site camp at their cost for which only leveled

ground will be provided by OIL near the work site. Contractor shall also establish workshop, house/shed for living, dinning, kitchen, toilet etc. at their cost. Water, electricity, preliminary first-aid facility/emergency treatment and other amenities as required for Contractor’s personnel will be arranged and paid for by the Contractor.

2.6 Contractor will arrange transportation of their personnel to and from site at their cost and also for local movement during execution of site jobs.

Page 72: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

72

3.0 LABOUR 3.1 The recruitment of labour will have to be met from the areas of operation and wages will

be according to the rates prevalent at the time which can be obtained from the district authorities of the area. The facilities to be given to the labourers should conform to the provisions of labour laws as per Contract Labour (Regulation & Abolition)Act, 1970.

4.0 LIABILITY 4.1 Except as otherwise expressly provided, neither Company nor its servants, agents,

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

4.2 Neither Company nor its servants, agents, nominees, assignees, Contractors,

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

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

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

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

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

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

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

4.6 Neither Contractor nor its servants, agents, nominees, assignees, contractors, subcontractors

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

Page 73: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

73

4.7 The Company agrees to waive its right of recourse and further agrees to cause its underwriters to waive their right of subrogation against contractor and / or its underwriters, servants, agents, nominees, assignees, contractors and subcontractors for loss or damage to the equipment of Company and / or its contractors or subcontractors when such loss or damage or liabilities arises out of or in connection with the performance of the Contract.

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

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

5.0 CONSEQUENTIAL DAMAGE 5.1 Neither party shall be liable to the other for special, indirect or consequential damages

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

6.0 WAIVERS AND AMENDMENTS 6.1 It is fully understood and agreed that none of the terms and conditions of the contract shall

be deemed waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorized agents or representatives of such party. The failure of either party to execute any right of termination shall not act as a waiver or amendment of any right of such party provided hereunder.

7.0 TAXES 7.1 The prices indicated in this contract are inclusive of Customs Duty, Personal tax, Corporate

tax, Service tax, Sales tax/Excise duty on local purchases made by the contractor as per tariff / rates applicable on the date of submission of Contractor’s bid. Maintenance of proper records, submission of returns and all other statutory obligations under such tax laws will be entirely the responsibility of the Contractor.

7.2 Contractor shall be responsible for payment of personal taxes, if any, for all the personnel

deployed by them for performance of this contract. 7.3 The Contractor shall furnish to the Company, if and when called upon to do so, relevant

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

7.4 Prior to start of operations under the contract, the Contractor shall furnish the Company with

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

Page 74: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

74

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

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

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

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

7.7 Corporate and personnel taxes on Contractor shall be the liability of the Contractor and the

Company shall not assume any responsibility on this account. 7.8 All local taxes, levies and duties, sales tax, octroi, etc. on purchases and sales made by

Contractor shall be borne by the Contractor. Customs duties on imports for performance of this contract shall also be entirely borne by the Contractor.

8.0 SUBSEQUENTLY ENACTED LAWS Subsequent to the date of technical bid opening if there is a change in or enactment of any

Indian law which results in an additional cost or reduction in cost under the Contract to Contractor, such additional cost shall be reimbursed by Company to Contractor on submission of documentary evidence that the Contractor has duly borne the additional implication as envisaged under the said law or such reduction in cost shall be refunded by the Contractor to Company as the case may be.

9.0 PAYMENT, MANNER OF PAYMENT, RATES OF PAYMENT : 9.1 No advance payment whatsoever will be payable against this contract. Company shall pay to

the Contractor during the term of the Agreement as under. (A) Payment towards the Materials (SCADA System with all related items) to be

supplied by the Contractor : 70% of the materials cost will be released by Company against despatch

documents through bank. Balance 30% payment will be released after receipt of all materials at site and upon Contractor’s mobilization of crew, equipment, tools, gadget and consumables etc. at site to take up the installation/commissioning jobs. Payment through irrevocable letter of credit may also be considered for foreign bidders only.

(B) Payment towards site jobs (Installation, Commissioning , Testing and Training

to OIL personnel) to be carried out by the Contractor : No mobilization and demobilization charges will be payable against this contract.

One time payment in full towards above services after adjusting deduction/liquidated damages, if any as per provision of the contract, will be released by Company against Contractor’s completed invoice/bill duly certified by Company’s Site Engineer within 30 days of receipt of invoice. These service charges will become payable only after completion of Contractors all contractual obligations to the satisfaction of Company.

9.2 No other payments shall be due from Company unless specifically provided for in the

Agreement or agreed to in writing by Company.

Page 75: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

75

9.3 Payment of any invoices shall not prejudice the right of Company to question the validity of any charges therein, provided Company within one year after the date of receipt of any such invoices, shall make and deliver to the Contractor written notice of objection to any item or items the validity of which Company questions.

10.0 WITH-HOLDING 10.1 Company may with-hold or nullify the whole or any part of the amount due to Contractor on account of subsequently discovered evidence in order to protect Company from loss on account of :

(a) For non-completion of jobs assigned as per 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. (e) Failure of Contractor to pay or provide for the payment of salaries/wages,

contributions, unemployment, compensation, taxes or enforced savings with-held from wages etc.

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

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

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

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

(j) With-holding will also be effected on account of the following : i) Garnishee 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 .

iv) Any payment due from Contractor in respect of unauthorised imports. 10.1.1 When all the above grounds for with-holding payments shall be removed, payment shall

thereafter be made for amounts so with-held. 10.2 Notwithstanding the foregoing, the right of Company to withhold shall be limited to

damages, claims and failure on the part of Contractor which is directly / indirectly to some negligent act or omission on the part of Contractor relating to the Contractor’s obligation on the Contract.

Page 76: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

76

11.0 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS & INFORMATION: 11.1 Contractor shall not, without Company’s prior written consent, disclose the contract, or any

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

11.2 Contractor shall not, without Company’s prior written consent, make use of any document

or information except for purposes of performing the contract. 11.3 Any document supplied to the Contractor in relation to the contract other than the Contract

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

(END OF SECTION – V)

Page 77: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

77

SECTION – VI

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, (Name of Bidder)_______________________ (hereinafter called "the Bidder") has submitted his bid dated (Date) __________ for the provision of certain oilfield services (hereinafter called "the Bid"). WE KNOW ALL MEN by these presents that We (Name of Bank) _________________ of (Name of Country) ____________________ having our registered office at ________ (hereinafter called "the Bank") are bound unto Oil India Ltd (hereinafter called "Company" in the sum of (________________________________) * for which payment well and truly to be made to Company, the Bank binds itself, its successors and assignees by these presents. SEALED with the common seal of the Bank this______________ day of ______________, 2007___________. THE CONDITIONS of this obligation are: (1) If the Bidder withdraws his Bid during the period of bid validity specified by the bidder (2) If the Bidder, having been notified of the acceptance of his Bid by the Company during the

period of Bid validity : (a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to

Bidders, on tender document; or (b) fails or refuses to furnish the Performance Security in accordance with the Instructions to

Bidders on tender documents. We undertake to pay to Company up to the above amount upon receipt of its first written demand, (by way of letter/fax/e-mail) without Company having to substantiate its demand, provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions specifying the occurred condition or conditions. This guarantee will remain in force up-to and including the date (date of expiry of bank guarantee should be minimum 60 days beyond the validity of the bid) any demands in respect thereof should not reach the bank not later than the above date. ------------------------------------------------------------------------------------------------------------------- * The bank should insert the amount of guarantee in words and figures Date : Signature of issuing authority of Bank with

designation seal and seal of the bank.

(END OF SECTION-VI)

Page 78: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

78

SECTION – VII

FORM OF PERFORMANCE BANK GUARANTEE (UNCONDITIONAL) To : (Name of Company__________________________________________________) (Address of Company________________________________________________) WHEREAS (Name and address of Contractor)________________________________ (hereinafter called as "Contractor") had undertaken, in pursuance of Contract No. _______ dated ___________ to execute (Name of Contract and Brief description of the work) __________________________________ (hereinafter called "the Contract"), AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee, NOW HEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of (Amount of Guarantee) * _____________ (in words)___________________________________________ such sum being payable in the types and proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of the Guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modifications of the terms of the contract or of the work to be performed there-under or of any of the contract documents which may be made between you and Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee is valid until the date (……. ) Thirteen months after Contract completion. SIGNATURE & SEAL OF THE GUARANTOR Name of Bank Address Date ______________________________________________________________________ * An amount is to be inserted by the Guarantor, representing the percentage of the Contract price specified in the forwarding letter, and denominated either in the currency of the Contract or in a freely convertible currency acceptable to the Company. NOTE : Bidders are NOT required to complete this form while submitting the Bid.

(END OF SECTION-VII)

Page 79: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

79

SECTION – VIII

SAMPLE FORM OF AGREEMENT THIS AGGREEMENT is made on the …….. day of……. 2007, between (Name of Company)-____________________ of (Mailing address of Company) ___________, hereinafter called "the Company", of the one part and (Name of Contractor) _________________________ (hereinafter called "the Contractor") of the other part. WHEREAS the Company is desirous that certain works should be executed viz. (Brief description of works)________________________ and has, by Letter of acceptance dated (Date of Letter of Acceptance)________________, accepted a Bid by the Contractor for the execution, completion and maintenance of such works. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement words and expressions shall have the same meanings as are

respectively assigned to them in the conditions of Contract hereinafter referred to. 2. The following documents shall be deemed to form and be read and construed as part of

this Agreement, viz. : a) This form of Agreement, b) The Letter of Acceptance, c) The said Bid and Appendix, d) The Technical Specifications and e) The Priced Bid and Quantities, f) The Drawings, g) The Schedules of Supplementary Information, h) The Special Conditions of Contract and

i) The General Conditions of Contract 3. The aforesaid documents shall be taken as complementary and mutually explanatory of

one another, but in the case of ambiguities or discrepancies they shall take precedence in the order set out above.

4. In consideration of the payment to be made by the Company to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Company to execute, complete and maintain the works in conformity in all respects with the provisions of the contract.

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

execution, completion and maintenance of the works the Contract price at the times and in the manner prescribed by the Contract.

IN WITNESS WHEREOF the parties hereto have set their respective hands and seals to this Agreement on the day, year first written above. SIGNED, SEALED AND DELIVERED. By the said Name_________________________ On behalf of the Contractor in the presence of:

(END OF SECTION - VIII)

Page 80: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

80

SECTION - IX

BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC) A. BID REJECTION CRITERIA (BRC) : The bid shall conform generally to the specifications and terms and conditions given in the bidding documents. Bids will be rejected in case the equipment offered do not conform to the required parameters stipulated in the technical specifications. Notwithstanding the general conformity of the bid to the stipulated specifications, the following requirements will have to be particularly met by the bidders without which the same will be considered as non-responsive and rejected. I. TECHNICAL 1.0 The Bidder must be the OEM of quoted SCADA software and RTU (Remote Telemetry Units) or their Indian Subsidiary/Associates. Bids from Indian Agents will not be acceptable. 1.1 If the Bidder is an Indian Subsidiary of overseas manufacturer, they should assume complete responsibility and provide a written undertaking that the entire back-up support in all aspects of works including design, engineering, testing, commissioning and after sales service supports from time to time will be carried out by them. The undertaking should also be supported by documents issued by the actual overseas manufacturer. 1.2 If the Bidder is an overseas manufacturer, as on the scheduled bid closing date they must have an Associate office/subsidiary unit in India to provide all after-sales-service- supports for a minimum period of ten (10) years from the date of commissioning of the SCADA system, without which the offer will be rejected. 2.0 The primary bidder must be in the business of supply of SCADA System for a minimum period of five (5) years calculated up to the scheduled Bid Closing date of this tender. Documentary evidence for the same should be furnished alongwith the Technical Bid. 3.0 The Bidder must have successfully implemented with turnkey responsibility covering scope from Project management, design, engineering, integration, testing, supply, installation and commissioning of at least two (2) numbers of SCADA Projects of minimum value Rupees Fifty Lakhs each during last five (5) years calculated up to the scheduled B.C. date of the Tender. Documentary evidence in support of bids must be submitted alongwith the Technical Bids, failing which the offer will be straightway rejected. 4.0 The successful bidder will arrange for DGMS (Director General of Mines Safety) approval for all field instruments to be supplied by them. Bidders must confirm the same categorically in their Technical Bids. 5.0 The information as called for in CHECK LIST (Section-III) and other various schedules in Section - III must be furnished/confirmed categorically in the Technical Bids, failing which the offers will be rejected.

Page 81: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

81

II. COMMERCIAL 1.0 Tender is being processed according to single stage two bid system. Bids shall be rejected outright if the Technical Bids contain the prices. Bidders must quote the cost details strictly as per enclosed price schedule (Proforma – II) and the same should exclusively be enclosed to their Priced Bids. 1.1 Rates quoted by the successful bidder must remain firm during the execution of the order and not subject to variation on any account. Bids with adjustable price shall be treated as non responsive and rejected. 1.2 Bid security shall be furnished as a part of the technical bid. The amount of bid security should be as specified in the 'Forwarding Letter'. Bid not accompanied by a proper bid security will be rejected. 1.3 Bid received after bid closing date and time will be rejected. Any bid received in the form of cable/fax/email will not be accepted. 1.4 Bid shall be typed or written in indelible ink and original bid shall be signed by the bidder or his authorised representative on all pages failing which the bid will be rejected. 1.5 Bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by bidder, in which case such corrections shall be initialed by the person(s) signing the bid. However, white fluid should not be used for making corrections. Any bid not meeting this requirement shall be rejected. 1.6 Bid containing false statement will be rejected. 1.7 Offers stipulating payment/part payment to a third party shall be rejected. 1.8 Bids with in-adequate validity shall be rejected. 1.9 Bid documents are not transferable. Bids received from unsolicited parties shall be rejected. 1.10 Bidder must accept and comply with the following clauses as given in the Tender document in toto, failing which offer will be rejected : i) Performance Guarantee Clause ii) Tax liabilities clause. iii) Arbitration clause. iv) Acceptance of Jurisdiction and Applicable Laws v) Force Majeure Clause vi) Liquidated Damage Clause. III. GENERAL 1.0 The compliance statement (enclosed Proforma – I) should be fully filled up and should form a part of technical bid. In case bidder takes exception to any clause of tender document not covered under BEC/BRC, then the company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw/modify the deviation when/as advised by the Company. The loading so done by the Company will be final and binding on the bidders.

Page 82: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

82

1.1 To ascertain the substantial responsiveness of the bid the company reserves the right to ask the bidder for clarification in respect of clauses covered under BEC/BRC also and such clarifications fulfilling the BEC/BRC clauses in toto must be received on or before the deadline given by the Company, failing which the offer will be summarily rejected. 1.2 If any of the clauses in the BRC/BEC contradict with other clauses of Bid Document elsewhere, then the clauses in the BRC/BEC shall prevail. B. BID EVALUATION CRITERIA (BEC) : 1.0 The bids conforming to the technical specifications, terms and conditions stipulated in the bidding document and considered to be responsive after subjecting to Bid Rejection Criteria will only be considered for further evaluation as per the Bid Evaluation Criteria given below. 1.1 Arithmetical errors will be rectified on the following basis and shall be adopted accordingly for bid evaluation. If there is a discrepancy between the unit price and the total price (that is obtained by multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, their bid will be rejected. If there is a discrepancy between words, and figures, the amount in words will prevail. 1.2 Evaluation of Priced-Bids will be as per enclosed Proforma – II for arriving at the estimated total cost of the purchase/contract. Commercial/Priced bids not submitted as per bid format vide Proforma-II will be rejected, even if the party qualifies technically. 1.3 For evaluation of the bids, B.C Selling (market rate) of State Bank of India prevailing one day prior to the priced bid opening will be considered. Where the time lag between the price bid opening and final decision exceeds three months, the rate of exchange prevailed on the date prior to the date of final decision will be adopted for conversion in to single currency.

Page 83: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

83

PROFORMA-I

STATEMENT OF COMPLIANCE

(Only exceptions/deviations to be rendered) SECTION NO. (PAGE NO.)

CLAUSE NO. SUB-CLAUSE NO.

COMPLIANCE/ NON COMPLIANCE

REMARKS

(Authorised Signatory) Name of the bidder___________ NOTE : OIL INDIA LIMITED expects the bidders to fully accept the terms and conditions of the bid document. However, should the bidders still envisage some exceptions/deviations to the terms and conditions of the bid document, the same should be indicated as per above format and submit alongwith their bids. If the proforma is left blank, then it would be construed that the bidder has not taken any exception/deviation to the terms and conditions of the bid document.

Page 84: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

84

PROFORMA-II BID FORM AND PRICE SEHEDULE

(A) BID FORM

Date : Tender No. : JCO 4346 P07 OIL INDIA LIMITED 12, OLD RESIDENCY ROAD JODHPUR, RAJASTHAN Gentlemen, Having examined the General and Special Conditions of the tender and the terms of reference including all attachments thereto, the receipt of which is hereby duly acknowledged, we, the undersigned offer to perform the services in conformity with the said conditions of Contract and Terms of Reference for the sum of (Total Bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to commence the work within 90 days calculated from the date of receipt of Letter of Intent from the Company. If our bid is accepted, we will obtain the guarantee of a Bank for a sum not exceeding 10% of the total estimated contract value for the due performance of the Contract. We agree to abide by the bid for a period of 180 days from the date fixed for bid opening under paragraph 11.0 of the Instructions to Bidders (Section-I) and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof in your notification of award shall constitute a binding contract between us. We understand that you are not bound to accept lowest or any bid you may receive. Dated this __________________ day of ______________ 2007

(SIGNATURE)

_________________ (In the capacity of ) Bidder's Name : ______________________ Bidder's address: ______________________ ______________________ ______________________

Page 85: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

85

(B) PRICE SCHEDULE FORMAT 1.0 PRICE BREAK-UP : ( To be quoted both in words and in figures ) 1.1 Foreign bidders must furnish price details giving break-up as under; i) Total Materials Cost as per list enclosed vide ANNEXURE-I.

ii) FOB Charges including packing/forwarding and inland freight up to port of shipment.

iii) Firm FOB Value (Port of shipment) iv) Firm Ocean Freight up to the Port of discharge in India v) Duties and taxes (including Customs duty), if any, to be shown separately

vi) Inland Transportation charges from the Port of Discharge in India up to destination Tanot. The destination is “TANOT” which is nearly 450 KM from JODHPUR and 150 KM from JAISALMER in the state of RAJASTHAN (INDIA), well connected by State Highways.

vii) Net Total value of entire package of materials on F.O.R. destination (Tanot) basis

including transit insurance viii) Installation & Commissioning Charges at site (Tanot) on Lump-sum basis.

ix) Charges towards Training to OIL’s personnel x) Grand Total Value of the Contract (inclusive of all) 1.2 Indigenous bidders are to quote the following : i) Total Ex-works Materials Cost as per list enclosed vide ANNEXURE-I. ii) Packing/forwarding charges, if any iii) Total F.O.R. Despatching point value (Name of Despatching Station) iv) Duties and taxes (including customs duty, if any) to be shown separately

v) Transportation charges up to destination (TANOT village). The destination is “TANOT” which is nearly 450 KM from JODHPUR and 150 KM from JAISALMER in the state of RAJASTHAN (INDIA), well connected by state highways.

vi) Net Total value of entire package of materials on F.O.R. destination (Tanot) basis

including transit insurance vii) Installation & Commissioning Charges at site on Lump-sum basis

viii) Charges towards Training to OIL’s personnel ix) Grand Total Value of the Contract (inclusive of all)

Page 86: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

86

NOTE : 1. Company will award a package contract on the successful bidder which includes

supply of materials and installation/commissioning of the system at site. The entire responsibility of making available the requisite materials at the designated site (Tanot) including shipment/transportation, clearance through customs etc. as applicable, marine & inland insurance and payment of applicable taxes and duties (including customs Duty and Service Tax) will be to the Contractor’s account.

2. Since the proposed system is required to be installed in OIL’s ML (Mining Lease)

areas for which licence was issued prior to 01.04.1999, Customs Duty on merit will be applicable on imported items as per import policy of Govt. of India. Therefore, all requisite import formalities including payment of duties etc. will be duly completed by the Contractor. Company will not be responsible for any lapses or payment of any such dues, so levied.

1.3 Comparison of offers will be done on Grand Total Value basis [Materials cost on FOR destination (Tanot) by road basis plus installation, commissioning & training charges]. Location “Tanot Village” is approx. 150 Kms. from JAISALMER (RAJASTHAN), India. Since this tender is for supply cum installation/commissioning, inland transportation up to destination and installation/commissioning/training charges will be considered for evaluation of offers. When both foreign and domestic bidders are involved, comparison of offers will be done on Grand Total Value basis as above, however, the following points will also be taken care of as per Govt. plocies.

(a) As the tender is for Capital goods, price preference would be allowed to the domestic manufacturers to offset CST to the extent of 4% or actuals which ever is less subject to minimum 30% local content norms as stipulated for World Bank funded project to the satisfaction of OIL. When more than one domestic bidders fall within price preference range, inter-se-ranking will be done on FOR destination basis including installation, commissioning and training charges. If the Govt. of India revise the evaluation criteria, the same as applicable on the bid closing date will be adopted for evaluation of offers.

(b) OIL reserves the right to allow to the Central Public Sector Enterprises, purchase

preference facilities as admissible under the existing policy, the parameters of which are defined in office memorandum No. DPE/13(3)/2000-Fin.-GL30 dated 14-09-2000 (as amended), issued by the Department of Public Enterprises, under the Ministry of Heavy Industries and Public Enterprises

1.4 Insurance and banking charges will be assumed as 1.5% for overseas supply and 0.5% for domestic supply, in case bidders do not quote for same. Extra 1% will be loaded on offers stipulating confirmed LC. 1.5 For conversion of foreign currencies in to Indian Rupees, B.C. selling (Market) rate declared by State Bank of India one day prior to the date of price bid opening shall be considered. However, if the time lag between the opening of the bids and final decision exceeds 3 (three) months, then B.C. Selling (Market) rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion.

Page 87: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

87

ANNEXURE - I

RATES FOR MATERIALS TO BE SUPPLIED

SL NO PARTICULARS QUANTITY UNIT RATE

(Currency)

EXTENDEDPRICE

(Currency) CONTROL ROOM EQUIPMENT

1 SCADA SERVER 3 2 OPERATOR (CLIENT) STATIONS 2 3 ENGINEERING (CLIENT)

STATION 2

4 DUAL RTU FOR DND-GPC WITH THE FOLLOWING CONFIGURATION PROCESSOR MODULE POWER SUPPLY MODULE 8-POINT ANALOG INPUT MODULE 16-POINT DIGITAL INPUT MODULE 4-POINT ANALOG OUTPUT MODULE 16-POINTDIGITAL OUTPUT MODULE COMMUNICATION MODULES WITH CABLE

1 + 1 1 + 1 11 + 11 6 + 6 3 + 3 2 + 2 AS REQUIRED

5 NON-REDUNDANT RTU FOR TANOT GGS WITH THE FOLLOWING CONFIGURATION PROCESSOR MODULE POWER SUPPLY MODULE 8-POINT ANALOG INPUT MODULE 16-POINT DIGITAL INPUT MODULE 4-POINT ANALOG OUTPUT MODULE 16-POINT DIGITAL OUTPUT MODULE COMMUNICATION MODULES WITH CABLE

1 2 3 2 1 1 AS REQUIRED

6 RTU FOR TVC WITH THE FOLLOWING CONFIGURATION PROCESSOR MODULE POWER SUPPLY MODULE 16-POINT DIGITAL INPUT MODULE COMMUNICATION MODULES WITH CABLE

1 1 1 AS REQUIRED

Page 88: OIL INDIA LIMITED (A Govt. of India Enterprise ... India Ltd Oil India Limited Oil India Limited 12, Old Residency Road OIL HOUSE 4, India Exchange Place Jodhpur- 342011 Plot No. 19,

88

7 NETWORK COMPONENTS LIKE HUB,

SWITCH, CABLING AS REQUIRED

8 LASER PRINTER 1 9 COLOUR INK-JET PRINTER 3 10 PLASMA/LCD, 50 INCH SIZE DISPLAY

WITH CONTROLLER 1

11 LAPTOP COMPUTER FOR RTU CONFIGURATION

2

12 ZENER BARRIER FOR TRANSMITTERS 80 13 ZENER BARRIER FOR SWITCHES 80 14 ZENER BARRIER FOR I/P CONVERTERS 10 15 CABINETS AND FURNITURE AS REQUIRED 16 LICENSED SOFTWARE AS REQUIRED 17 OPTICAL FIBRE CABLE WITH

ACCESSORIES a) OFC b) JOINTING BOXES c) TERMINATION BOXES d) JOINTING KIT

36 Km 17 3 2

18 LAYING OF OPTICAL FIBRE CABLE AS REQUIRED 19 24V DC POWER SUPPLY FOR FIELD

INSTRUMENTS 4

20 REDUNDANT UPS WITH BATTERY BACKUP FOR DND-GPC

1 SET

21 REDUNDANT UPS WITH BATTERY BACKUP FOR TVC

1 SET

22 LOOP POWERED DIGITAL INDICATORS 15 FIELD INSTRUMENTS WITH

ACCESSORIES

23 PRESSURE TRANSMITTERS 26 24 TEMPARATURE TRANSMITTERS WITH

RTD & THERMOWELL 4

25 DP TRANSMITTERS 5 26 PRESSURE SWITCHES 8 27 I/P CONVERTER 9 28 ANY OTHER ITEM, IF ENVISAGED AS REQUIRED TOTAL EX-WORKS MATERIALS VALUE

NOTE : Indigenous Bidders must confirm categorically, if they propose to import any of the above items.

(END OF SECTION – IX)


Recommended