Nit Cpi2385p23
Nit Cpi2385p23
FORWARDING LETTER
Sub: Tender No. CPI2385P23 for Hiring of Services for a GGS (Group Gathering Station)
consisting of an OCS, ETP + STP and WIS at Lakwagaon in Sivasagar District,
Assam on Build, Own, Operate and Transfer (BOOT) basis for a period of 10 (Ten)
years from the date of successful commissioning with provision for extension by
another 5 (Five) years.
Dear Sir(s),
1.0 OIL INDIA LIMITED (OIL), a “Navaratna” Category, Government of India Enterprise, is a
premier Oil Company engaged in exploration, production and transportation of crude oil &
natural gas with its Headquarters at Duliajan, Assam. Duliajan is well connected by Air with
nearest Airport being at Dibrugarh, 45 km away.
The Lakwagaon field is near Demow (in between Demow and Sivasagar towns) in the district of
Sivasagar, Assam and is at a distance of about 70 Km from Dibrugarh town and about 110 KM
from OIL Field Head Quarters at Duliajan.
The field was discovered in the year 2017. Lakwagaon area is located in the western part of
OIL’s operational area to the south-west of Moran oilfield. Operationally, the field is operated by
Western Asset of OIL. This field is expected to boost OIL’s crude oil production which is likely to
be sustained for next 15 to 20 years.
The field at present mostly produces crude oil and formation water from 10 nos. of wells.
Current rate of production from the field is about 626 KLPD of oil and 15 KLPD of water.
The associated gas produced is around 0.05 MMSCMD, which is partly supplied to AGCL and
rest is being flared at present.
With the current exploration / development activities in the field, the rate of production of crude
oil from Lakwagaon field is expected to peak at 964 KLPD by 2025-26. Tentative Production
profile of the field from 12 released / under drilling locations + 7 existing wells are as below.
As per profile, the field is expected to produce for a shorter period with peak production of 964
KLPD in 2024-25.
In view of above, development of Lakwagaon field has been proposed as a major step towards
fulfilment of Mission 4+ initiative of OIL.
To handle the expected enhanced crude oil production as above (along with increased produced
water) it has become crucial to construct a full-fledged surface production facility at Lakwagaon
which will also take care of the safety/statutory requirements. The proposed facility should also
be able to maintain the reservoir pressure and to assist low BHP wells by gas lift (artificial lift).
Accordingly, creation of a Group Gathering Station (GGS) is envisaged in the Lakwagaon field,
comprising an Oil Collecting Station (OCS), an Effluent Treatment Plant (ETP)(along with
Sewage Treatment Plant) & a Water Injection Station (WIS).
Page 1 of 8
The production facility (GGS) is envisaged to be constructed on Modular design concept.
The project is planned to be executed under BOOT (Build-Own-Operate-Transfer) modality.
As per execution modality in the Project Charter for the Project, it was decided to engage an
EPMC consultant for preparation of the tender documents for the EPC contract (which was the
envisaged original mode of construction of the installation). However, after several rounds of
discussion and meetings, it was finally decided to go for BOOT mode of execution for the
proposed GGS.
For preparation of cost estimate & tender documents for the proposed BOOT basis service and
for project monitoring during construction of the proposed GGS facility at Lakwagaon, the
EPMC contract was awarded to M/s Kavin Engineering and Services Pvt. Ltd. (M/s KESPL)
on 19.02.2022.
3.0 In connection with its operations, OIL invites National Competitive Bids (NCB) from competent
and experienced Contractors for the mentioned work/service under open e-tender single
stage two bid system through OIL’s E-Procurement Portal:
“https://etender.srm.oilindia.in/irj/portal”. One complete set of Bid Document covering OIL's
IFB for hiring of above service is uploaded in OIL’s E-Procurement Portal. You are invited to
submit your most competitive bid on or before the scheduled bid closing date and time through
OIL’s E-Procurement Portal. For your ready reference, few salient points of the IFB (covered in
detail in the Bid Document) are highlighted below:
Page 2 of 8
(ix) Bid Validity : Minimum 120 (One Hundred Twenty) days
from Bid Closing Date.
Note: In exceptional circumstances, OIL 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). A Bidder may refuse the request. A Bidder
granting the request will neither be required
nor permitted to modify their bid
(x) Mobilization Period : Refer Article-1 of SCC. (VOLUME-I Part-3
SECTION – III)
(xi) Bid Security/EMD : Not Applicable. However, bidder shall have to
Amount submit a ‘Bid Securing Declaration’ as per
Annexure-L to BEC alongwith the Technical
Bid. Tenders received without Bid Security
Declaration Form shall be summarily rejected.
(xii) Amount of Performance : 3% of Annualised Contract value
Security
Refer Clause No. 23.0 of Instruction to
Bidder (ITB)
(xiii) Validity of Performance : 90 (Ninety) days beyond the contract period.
Security
(xiv) Duration of the : 10 (Ten) years from the date of successful
Contract commissioning with provision for extension by
another 5 (Five) years
(xv) Quantum of Liquidated : Refer Article-14 of Special Conditions of
Damage for Default in Contract (SCC).
Timely Mobilization/
Completion
(xvi) Integrity Pact : Bidder to submit filled in Integrity Pact as per
format given in VOLUME-I PART – 3
SECTION-VI as token of acceptance of
Integrity Pact conditions.
(xvii) Bids to be addressed to : GM-Projects (C&P)
Projects Department,
Oil India Limited, Duliajan-786602
Assam, India.
(xviii) Site Visit Bidder has to complete the site visit within 2
weeks from the date of issue of Bidding
Documents, with prior intimation to site
representative of OIL.
Site address:
Lakwagaon, Near Demow Town, Sivsagar Dist.,
Assam
Page 3 of 8
(xx) Date for Receipt of : Bidder may submit the tender related queries (if
Queries from Bidders any) prior to Pre-bid meeting, addressed to the
before Pre-bid meeting following email IDs within 18.01.2023.
1) susantasarmah@oilindia.in
2) sanjibroy@oilindia.in
3) basab@oilindia.in
4) harish.shindagi@oilindia.in
4.1 Bids are to be submitted online through OIL’s E-Procurement Portal with digital signature.
To participate in OIL’s E-Procurement tender, bidders should have a legally valid digital certificate of
Class 3 with Organizations Name and Encryption Certificate as per Indian IT Act from the licensed
Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of
Certifying Authorities (CCA) of India (http://www.cca.gov.in). Digital Signature Certificates having
“Organization Name” field other than Bidder’s Name are not acceptable. However, aforesaid Digital
Signature Certificates having Bidder’s Name in the “Organization Name” field are acceptable.
In case of sole proprietorship firms, Digital Signature Certificates issued in the name of the proprietor is also
acceptable provided the bid is submitted in the capacity of a proprietorship firm.
Encryption certificate is mandatorily required for submission of bid. In case bidder creates response with
one certificate (using encryption key) and then the bidder changes his Digital Signature Certificate, then
the old certificate (used for encryption) is required in order to decrypt his encrypted response for getting
the edit mode of the response. Once decryption is done, bidder may use new DSC certificate for uploading
and submission of their offer. It is the sole responsibility of the bidder to keep their DSC certificate
properly. In case of loss of the certificate, OIL INDIA LTD. is not responsible.
The authenticity of above digital signature shall be verified through authorized CA after bid opening and
in case the digital signature used for signing is not of “Class 3 with Organizations Name and
Encryption Certificate”, the bid will be rejected.
Bidder is responsible for ensuring the validity of digital signature and its proper usage by their employee.
The bid including all uploaded documents shall be digitally signed by duly authorized representative of
the bidding company.
The bid including all uploaded documents shall be digitally signed by duly authorized representative of
the Bidder/Bidding company to bind the Bidder/Bidding company to the contract.
4.2 For participation, applicants already having User ID & Password for OIL’s E-Procurement Portal
need to register against the IFB. New vendors/existing vendors not having User ID & Password for OIL’s
E-Procurement Portal shall obtain User ID & password through online vendor registration system in
E-Portal.
4.2.1 Bidders without having E-Tender Login ID and password should complete their online registration
at least 07 (Seven) days prior to the scheduled Bid Closing Date and time of the tender. For online
registration, bidder may visit OIL’s E-Tender site https://etender.srm.oilindia.in/irj/portal.
4.2.2 Necessary Login ID & Password will be issued by OIL only after submitting the complete online
registration by the Bidder. In the event of late registration/incomplete registration by Bidder, OIL INDIA
LIMITED shall not be responsible for late allotment of User ID & Password and request for bid closing
date extension on that plea shall not be entertained by Company.
4.3 Parties, who do not have a User ID, can click on Guest login button in the E-portal to view and
download the tender. The detailed guidelines are available in OIL’s E-Procurement site (Help
Documentation). For any clarification in this regard, bidders may contact E-Tender Support Cell at
Duliajan at erp_mm@oilindia.in, Ph.: 0374- 2807178/4903.
Page 4 of 8
4.4 The link to OIL’s E-Procurement Portal has been provided through OIL’s web site (www.oil-
india.com).
5.0 Pre Bid Meeting: In order to avoid clarification/confirmation after opening of bids, wherever
specifically mentioned in NIT, Pre-bid meeting shall be held so as to provide an opportunity to the
participating bidders to interact with OIL with regard to various tender provisions/tender specifications
and to explain the requirements of Company in details to the interested prospective Bidders and to
understand bidders’ perspective including exchange of views/clarifications, if any, on the Scope of Work,
Bid Evaluation Criteria and other terms & conditions of the Tender.
5.1 All costs for attending the Pre-Bid meeting shall be to prospective bidders’ account.
5.2 The bidders meeting following requirement shall only be considered for attending the pre-bid
conference.
• Bidders should depute their employees (preferably) who are competent to present their queries in the
Pre-Bid Meeting.
• While submitting queries before pre-bid meeting, bidder(s) shall be required to provide details (of its
representative, who will attend pre-bid meeting and those persons only will be permitted to attend the
pre-bid meeting. The maximum number of persons that would be permitted per bidder for participation
in pre-bid meeting shall be limited to two (2) persons.
5.3 Further clarification on the bid documents subsequent to pre-bid meeting can be sought within
24.01.2023 and the same should be addressed to the email IDs: susantasarmah@oilindia.in,
sanjibroy@oilindia.in, basab@oilindia.in, harish.shindagi@oilindia.in, with copy to EPCM:
selvaraj@kavinengg.com
Queries / Clarifications against the tender received after 24.01.2023 will not be entertained and replied
to. OIL will not be responsible for non-receipt or late receipt of any Bidder’s query in OIL’s office.
5.4 Non-attendance of the pre-bid meeting shall not be a cause for disqualification of the bidder.
5.5 Any modification to the Bidding Documents, which may become necessary as a result of the pre-bid
meeting, if agreed by OIL, shall be made by OIL through the issuance of an amendment to tender only.
6.0 Bid should be submitted online in OIL’s E-Procurement site up to 11:00 AM (IST) (Server Time)
on the date as mentioned and will be opened on the same day at 2:00 PM (IST) (Server Time) at the
office of the CGM-PROJECTS in presence of the authorized representatives of the bidders.
7.0 The rates shall be quoted as specified in the “PRICE BID FORMAT” attached under “Notes and
Attachments” tab. Bidder should note that no pricing information is furnished in the "Technical
Attachment" (Un-priced Techno-Commercial Bid) otherwise the bid will be rejected.
8.0 (a) No Bidder can withdraw his bid within the validity or extended validity of the bid. Withdrawal
of any bid within validity period will lead to debarment from participation in future tenders, at the sole
discretion of the company.
(b) Once a withdrawal letter is received from any bidder, the offer will be treated as withdrawn and
no further claim/correspondence will be entertained in this regard.
9.0 Conditional bids are liable to be rejected at the discretion of the Company.
10.0 The bidders are required to furnish the composition and status of ownership of the firm in whose
name bid documents have been issued along with one or more of the following documentary evidences
(which are applicable to the bidder) in support of the same and scanned copies of the same should be
uploaded along with the Un-priced Techno-Commercial Bid documents.
10.1 In case of Sole Proprietorship Firm, Copies of Telephone/Electricity/Mobile Bill, PAN card, latest
Income Tax Return form indicating therein the name, business and residential address, E-mail and
telephone numbers of the owner and GSTIN number.
10.2 In case of HUF, Copies of Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return
form, Family Arrangement indicating therein the name, residential address, E-mail and telephone
numbers of the owners in general and Karta in particular and GSTIN number.
Page 5 of 8
10.3 In case of Partnership Firm, Copies of Telephone/Electricity/Mobile Bill, PAN card, latest Income
Tax Return form indicating therein the name, residential address, E-mail and telephone numbers of all
the partners (including the Managing Partner), registered partnership agreement/deed and GSTIN
number.
10.4 In case of Co-Operative Societies, Copies of Telephone/Electricity/Mobile Bill, PAN card, latest
Income Tax Return form indicating therein the name, residential address, E-mail and telephone numbers
of all the Directors or persons who are at the helm of affairs, registration certificate from Registrar of Co-
Operative Societies and GSTIN number.
10.5 In case of Societies registered under the Societies Registration Act, Copies of
Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form indicating therein the name,
residential address, E-mail and telephone numbers of all the Directors or persons who are at the helm of
affairs, registration certificate from the Registrar of the state and GSTIN number.
10.6 In case of Joint Stock Companies registered under the Indian Companies Act, Copies of
Telephone/Electricity/Mobile Bill, PAN card, latest Income Tax Return form indicating therein the name,
residential address, E-mail and telephone numbers of all the Directors or persons who are at the helm of
affairs, Certificate of Incorporation from the Registrar of Companies, Memorandum and Articles and
GSTIN number.
10.7 In case of Trusts registered under the Indian Trust Act, Copies of Telephone/ Electricity/Mobile
Bill, PAN card, latest Income Tax Return form indicating therein the name, residential address, E-mail
and telephone numbers of all the Trustee or persons who are at the helm of affairs, registration certificate
from the Registrar of the state, Trust Deed and GSTIN number.
On “EDIT” Mode, bidders are advised to upload “Technical Bid” and “Priced Bid” in the respective
places as indicated above:
Note:
* The “Technical Bid” shall contain all techno-commercial details except the prices.
** The “Priced bid” must contain the price schedule and the bidder’s commercial terms and
conditions, if any. For uploading Priced Bid, first click on Add Attachment, a browser window
will open, select the file from the PC and name the file under Description, Assigned to General
Data and click on OK to digitally sign and upload the File. Please click on Save Button of the
Response to Save the uploaded files.
12.0 MAINTENANCE OF TOTAL BID VALUE IN THE RESPONSE: For convenience of the Bidders and
to improve transparency, the rates/costs quoted by bidders against the E-tender shall be available for
Page 6 of 8
online viewing after price bid opening to those bidders whose price bids have been opened in the system.
For tenders where Detailed Price Information under RFx Information Tab is “No price”, the Price Bid
is invited through attachment form under “Notes & Attachment”. As per the existing process, Bidders
must upload their pricing as per the “Price Bidding Format” under “Notes & Attachment”. Additionally
the bidders must fill up the on-line field “Total Bid Value” under Tab Page “RFx Information” with the
Total Cost (Including the GST component) as per the amount of the Price Bid in attachment form.
The “Total Bid Value” as entered by the Bidder in the on-line response shall be displayed in the e-tender
portal amongst the Techno-Commercially qualified bidders and Company will not take any responsibility
whatsoever towards incorrect information furnished by the bidders in the “Total Bid Value” field.
It is to be noted that Amount mentioned in the “Total Bid Value” field will not be considered for bid
evaluation and evaluation will be purely based on the “Price bidding Format”.
13.0 The selected bidder will be required to enter into a formal contract, which will be based on their
bid and OIL's Standard Form of Contract.
14.0 The successful bidder shall furnish a Performance Security Deposit in the form of Bank
Guarantee as specified above before signing the formal contract. The Performance Security Deposit will
be refunded to the Contractor after satisfactory completion of the work, but a part or whole of which shall
be used by the Company in realization of liquidated damages or claims, if any or for adjustment of
compensation or loss due to the Company for any reason. This Security Money shall not earn any
interest.
15.0 BACKING OUT BY L1 BIDDER AFTER ISSUE OF LOA: In case LOA issued is not accepted by
the L1 bidder or the Performance Security is not submitted as per the terms of the contract within the
time specified in the Bid Document, the bidder shall be suspended as per the Banning Policy (available in
OIL’s website) of Company.
Page 7 of 8
18.0 Time will be regarded as the essence of the Contract and the failure on the part of the Contractor
to complete the work within the stipulated time shall entitle the Company to recover liquidated damages
and/or penalty from the Contractor as per terms of the tender/ contract.
19.0 It is to be noted that OIL will carry out the initial earth filling and construction of permenant
boundary wall in the plot. However, due to unpredictable weather condition/monsoon in this part of
India, the earth filling / boundary wall jobs may take longer time than expected. Accordingly, there may
be delay in handing over of the Site. Bidder should note the same while bidding.
20.0 The contractor will be required to allow OIL officials to inspect the work site and documents in
respect of the workers’ payment.
21.0 OIL now looks forward to your active participation in the tender.
Thanking you,
Yours faithfully,
OIL INDIA LIMITED
Page 8 of 8
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
INSTRUCTIONS TO BIDDERS (ITB)
(Vol. I, Part 1)
Page 1|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
VOLUME-I PART - 1
INSTRUCTIONS TO BIDDERS (ITB)
1.1. The eligibility of the bidder is listed under BID EVALUATION CRITERIA
(BEC) of the tender document.
1.2. Bidder shall bear all costs associated with the preparation and
submission of bid. Oil India Limited, 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.
2.1. The services required, bidding procedures and contract terms are
prescribed in the Bid Document. This Bid Document includes the
following:
Sl.
VOLUME PART SECTION DESCRIPTION
No.
Annexure–I to TOR
Health, Safety And Environment (HSE) Management
Annexure–II to TOR
BIDDER’S QUALITY ASSURANCE SYSTEM and
INSPECTION / MONITORING METHODOLOGY
6 I 3 IV PROFORMAS I TO XVI
7 I 3 V SCHEDULE OF PAYMENT
8 I 3 VI SAFETY MEASUREMENT
Page 2|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Sl.
Discipline Code Seq. No DOCUMENT TITLE/DESCRIPTION
No.
3.8 MECHANICAL M 0506 Specification for Shell & Tube Heat Exchanger
4.3 CIVIL & STRU. S 0600 Civil, Structural and Architectural Design Basis
Scope of work for civil, structural and architectural
4.4 CIVIL & STRU. S 0600
works
Technical specification for civil, structural and
4.6 CIVIL & STRU. S 0602
architectural works
5.1 INSTRUMENTATION I 0800 Instrument Design Basis
Page 4|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
2.2. The Bidder shall bear all costs associated with the preparation and
submission of its bid, and OIL will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
2.3. The bidder is expected to examine all instructions, forms, terms and
specifications in the Bid Documents. Failure to furnish all information
required in the Bid Documents or submission of a bid not substantially
responsive to the Bid Documents in every respect will be at the Bidder's
risk & responsibility and may result in the rejection of its bid.
The Bidders are also advised to ensure that all the points brought out in
the check list are complied with in their bid. Each such confirmation
should be clearly indicated “Yes” or “No”, as applicable. Further, against
each such confirmation, bidders should also indicate the
reference/location of the respective detail(s)/document(s) enclosed in the
bid, so as to easily locate the same in bid document.
2.4. Bidders shall be deemed, prior to submitting their bids, to have satisfied
themselves about the weather conditions, working culture in the area,
socio- political environment, safety & security aspects, law & order
situation and law of the land, and obtain for themselves all necessary
information as to the risks, contingencies and all other circumstances,
which may influence or affect the various obligations under the Contract.
3.1. Bid Documents are non-transferable. Bid can be submitted only in the
name of the bidder in whose name the Bid Document has been issued.
3.2. Bidder must submit the bid in e-Procurement Portal using Organizational
Class- 3 Digital Signature issued by the Competent Authority in favor of
the bidder. Bid submitted using Digital Signature other than the Digital
Signature of the bidder shall be summarily rejected.
3.3. Unsolicited bids will not be considered and will be rejected straightway.
4.1. At any time prior to the deadline for submission of bids, the Company
may, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective Bidder, modify the Bid Documents
through issuance of an Addendum(s)/Corrigendum(s)/Amendment(s).
4.2. The Addendum will be uploaded in OIL’s E- Procurement Portal in the Tab
“Technical Rfx” and under External Area - “Amendments” folder. The
Company may, at its discretion, extend the deadline for bid submission.
Bidders are expected to take the Addendum into account in preparation
and submission of their bid. Bidders are to check from time to time the
E- Procurement Portal [“Technical RFx” Tab and under the folder
“Amendments”] for any amendments to the bid documents before
submission of their bids. No separate intimation shall be sent to the
Bidders.
5.1. Language of Bids: The bid prepared by the bidder and all correspondence
and documents relating to the bid exchanged by the Bidder and the OIL
shall be written in English language. Supporting documents and printed
literature furnished by the Bidder may be in another language provided
Page 5|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
5.2. Bidder’s Name & address: Bidders should indicate in their bids their
detailed postal address including the Fax/Telephone/Cell Phone Nos. and
E- mail address.
5.3.1 Bids are invited under Single Stage Two Bid System. The bid to
be uploaded by the Bidder in OIL’s e-Procurement Portal.
5.3.2 The bid prepared by the Bidder shall comprise of the following
components:
Note: The Priced Bid shall contain the prices along with the
currency quoted and any other commercial information
pertaining to the service offered.
The bidder shall complete the Bid Form and upload the same along with their
bid.
7.1. Prices must be quoted by the Bidders online as per the price bid format
available in OIL’s Tender Portal under “Notes & Attachment” Tab. Prices
must be quoted by the bidders as per the Price/Bidding format.
7.2. Prices quoted by the successful bidder must remain firm during its
performance of the Contract and is not subject to variation on any
account, except as otherwise mentioned in the bid document.
Page 6|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
7.3. All duties (except customs duty which will be borne by the Company) and
taxes (excluding GST) including Corporate Income Tax, Personal Tax,
Assam Entry Tax etc. and other Cess /levies payable by the successful
bidder under the Contract for which this Bid Document is being 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 excluding
GST in the Price Bid Format. 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.
7.4. Bidders should quote firm prices in Indian rupee only. Prices quoted in
any other currency shall not be considered
These are listed in BID EVALUATION CRITERIA (BEC), of the tender documents.
The Bid Security is required to protect the Company against the risk of Bidder's
conduct. In this regard, the bidders shall submit along with their bid a signed
“Bid Security Declaration” (ANNEXURE-L to BEC). Any bid not secured in
accordance with Proforma-V above shall be rejected by the Company as non-
responsive.
10.1. Bids shall remain valid as per the requirement mentioned in forwarding
letter from the date of closing of bid prescribed by the Company. Bids
of shorter validity will be rejected as being non-responsive. If nothing is
mentioned by the bidder in their bid about the bid validity, it will be
presumed that the bid is valid for 120 days from Original Bid Closing
Date.
Page 7|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
11.1.2 The original and all copies of the bid shall be typed or
written in indelible inks. Since bids are to be submitted
ONLINE with digital signature, manual signature is NOT
relevant. The letter of authorization (as per Proforma-VI)
shall be indicated by written Power of Attorney
accompanying the Bid.
The tender is processed under Single Stage Two Bid system. Bidder
shall submit the Technical bid and Priced bid along with all the
Annexures and Proformas (wherever applicable) and copies of
documents in electronic form through OIL’s e- Procurement portal
within the Bid Closing Date & Time stipulated in the Tender. For
submission of Bids online at OIL’s e- Procurement Portal, detailed
instructions is available in “User Manual” available in OIL’s e-
Procurement Portal. Guidelines for bid submission are also provided in
the “Forwarding Letter”.
Page 8|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
16.1. Bids should be submitted online as per the online tender submission
deadline. Bidders will not be permitted by System to make any
changes in their bid/quote after the bid submission deadline is
reached. Bidders are requested to take note of this and arrange to
submit their bids within the submission deadline to avoid last minute
rush/network problems.
Bidders are advised in their own interest to ensure that their bids are uploaded in
system much before the closing date and time of the bid. The documents in
physical form if received by the Company after the deadline for submission
prescribed by the Company shall be rejected and shall be returned to the Bidders
in unopened condition immediately.
14.1. The Bidder after submission of Bid may modify or withdraw its Bid prior to
Bid Closing Date & Time in the e-portal using Digital Signature by the
person or persons who has/have digitally signed the Bid. Withdrawal or
modification of bid through physical correspondence shall not be
considered and accepted.
14.3. No Bid can 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. In case any bidder withdraws their bid within
the bid validity period, as declared in the “Bid Security Declaration Form”,
bidder shall be suspended for the period of two years. This suspension of
two year shall be automatic without conducting any enquiry.
Normally no request for extension of Bid Closing Date & Time will be entertained.
However, OIL at its discretion, may extend the Bid Closing Date and/or Time due
to any reasons.
Page 9|18
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
16.1. Company will open the Bids, including submission made pursuant to
clause 11.2, in presence of Bidder's representatives who choose to attend
at the date, time and place mentioned in the Forwarding Letter. However,
an authorization letter (as per Proforma-III) from the Bidder must be
produced by the Bidder's representative at the time of Bid Opening.
Unless this Letter is presented, the representative will not be allowed
to attend the Bid Opening. The Bidder's representatives who are allowed
to attend the Bid Opening shall sign a register evidencing their
attendance. Only one representative against each Bid will be allowed to
attend.
16.3. In case of any unscheduled holiday or Bandh on the Bid Opening Date,
the Bids will be opened on the next full working day. Accordingly, Bid
Closing Date/time will get extended up to the next working day and time.
16.4. Bids which have been withdrawn pursuant to clause 14.0 shall not be
opened. Company will examine bids to determine whether they are
complete, whether requisite Bid Securities have been furnished, whether
documents have been digitally signed and whether the bids are generally
in order.
16.5. At bid opening, Company will announce the Bidder's names, written
notifications of bid modifications or withdrawal, if any, the presence of
requisite Bid Security Declaration and such other details as the Company
may consider appropriate.
16.6. Normally no clarifications shall be sought from the Bidders. However, for
assisting in the evaluation of the bids especially on the issues where the
Bidder confirms compliance in the evaluation and contradiction exists on
the same issues due to lack of required supporting documents in the Bid
(i.e. document is deficient or missing), or due to some statement at other
place of the Bid (i.e. reconfirmation of confirmation) or vice versa,
clarifications may be sought by OIL in writing. In all the above situations,
the Bidder will not be allowed to change the basic structure of the
Bid already submitted by them and no change in the price or substance
of the Bid shall be sought, offered or permitted.
16.7. Prior to the detailed evaluation, Company will determine the substantial
responsiveness of each bid to the requirement of the Bid Documents. For
purpose of these paragraphs, a substantially responsive bid is one, which
conforms to all the terms and conditions of the Bid Document without
material deviations or reservation. A material deviation or reservation is
one which affects in any substantial way the scope, quality, or
performance of work, or which limits in any substantial way, in-consistent
way with the Bid Documents, the Company’s right or the bidder’s
obligations under the contract, and the rectification of which deviation or
reservation would affect unfairly the competitive position of other bidders
presenting substantial responsive bids. The Company's determination of
Bid's responsiveness is to be based on the contents of the Bid itself
without recourse to extrinsic evidence.
P a g e 10 | 1 8
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
17.1. In case of composite bid system, Price bids will be opened on the
scheduled bid closing date itself.
17.2. In case of two bid system, Company will open the Priced Bids of the
techno- commercially qualified Bidders on a specific date in presence of
representatives of the qualified bidders. The techno-commercially qualified
Bidders will be intimated about the Priced Bid Opening Date & Time in
advance.
17.3. In case of any unscheduled holiday or Bandh on the Priced Bid Opening
Date, the Bids will be opened on the next working day.
The Company will evaluate and compare the bids as per BID EVALUATION
CRITERIA (BEC) of the Tender Documents.
18.1. Discounts/Rebates:
19.1. Except as otherwise provided in Clause 16.0 above, no Bidder shall contact
Company on any matter relating to its bid, from the time of the bid opening
to the time the Contract is awarded except as required by Company vide
sub-clause 16.6.
P a g e 11 | 1 8
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Award criteria: The Company will award the Contract to the successful Bidder
whose bid has been determined to be substantially responsive and has been
determined as the lowest evaluated bid, provided further that the Bidder is
determined to be qualified to perform the Contract satisfactorily.
Company reserves the right to accept or reject any or all bids and to annul the
bidding process and reject all bids, at any time prior to award of contract, without
thereby incurring any liability to the affected bidder(s), or bidders or any
obligation to inform the affected bidder(s) of the grounds for Company’s action.
22.1. Prior to the expiry of the period of bid validity or extended validity,
Company will notify the successful Bidder in writing by registered letter or
by fax or E- mail (to be confirmed in writing by registered/couriered letter)
that its Bid has been accepted.
22.2. The notification of award will constitute the formation of the Contract.
23.2. Performance Security shall not accrue any interest during its period of
validity or extended validity.
23.3. The Bank Guarantee issuing bank branch must ensure the following: The
Bank Guarantee issued by the bank must be routed through SFMS
platform as per the following details:
Performance Security must be valid for 90 (Ninety) days after the date of
expiry of the contract period/defect liability period (if any). In the event of
contract being extended within the provisions of the contract agreement,
P a g e 13 | 1 8
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
the contractor will have to extend suitably the validity of the "Security
Deposit" for the extended period.
23.5. The Performance Security Deposit will be refunded to the Contractor after
90 (Ninety) days of satisfactory completion of works/defect liability period
(if any) under the contract (including extension, if any), but a part or
whole of which shall be used by the Company in realization of liquidated
damages or claims, if any or for adjustment of compensation or loss
due to the Company for any reason.
24.1. At the same time as the Company notifies the successful Bidder that its
Bid has been accepted, the Company will either call the successful Bidder
for signing of the agreement or send the Contract Form provided in the
Bid Documents, along with the General & Special Conditions of Contract,
Technical Specifications, Schedule of Rates incorporating all agreements
agreed between the two parties.
24.2. The successful Bidder shall sign and date the contract and return it to the
Company after receipt of LOA. Till the contract is signed, the LOA issued
to the successful bidder shall remain binding amongst the two parties.
24.3. In the event of failure on the part of the successful Bidder to sign the
contract, OIL reserves the right to terminate the LOA issued to the
successful Bidder and invoke the Performance Security if submitted by
the successful Bidder. The bidder will be suspended for the period of two
years. This suspension of two years shall be automatic without
conducting any enquiry.
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.
26.1. OIL shall enter into an Integrity Pact with the applicant(s) of this tender.
The Integrity Pact has been uploaded along with the Tender in Proforma.
The applicants shall have to confirm acceptance of the Terms and
Conditions of the Integrity pact in the online application. However, the
signed copy of the same shall have to be submitted in original only by
the short-listed applicants. If any bidder refuses to sign and submit the
Integrity pact, wherever applicable, their bid shall be rejected.
26.2. In the event CONTRACTOR fails to honour any of the commitments entered
into under this agreement, and / or in the event of termination of the
contract under provisions of Integrity Pact and /or respect of any
amount due from the CONTRACTOR to OIL, OIL shall have unconditional
option under the guarantee to invoke the above bank guarantee and claim
the amount due from the CONTRACTOR to OIL, OIL shall have
unconditional option under the guarantee to invoke the above bank
guarantee and claim the amount from the bank. The
bank shall be obliged to pay the amount to OIL on demand.
P a g e 14 | 1 8
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
26.4. OIL has appointed Shri Sutanu Behuria, IAS (Retd.), Ex-Secretary,
Ministry of Heavy Industries and Public Enterprises.), Dr. Tejendra
Mohan Bhasin, Former Vigilance Commissioner, CVC and Shri Om
Prakash Singh, IPS (Retd.), Former DGP, Uttar Pradesh as Independent
External Monitors (IEM) for a period of 03 (Three) years to oversee
implementation of Integrity Pact in OIL. Bidders may contact the
Independent External Monitors for any matter relating to the Integrity
Pact at the following addresses:
a. Shri Sutanu Behuria, IAS (Retd.), E-mail:
sutanu2911@gmaiI.com
In the event of any dispute between the management and the contractor
relating to those contracts where Integrity Pact is applicable, in case,
both the parties are agreeable, they may try to settle dispute through
mediation before the panel of IEMs in a time bound manner. If required,
the organizations may adopt any mediation rules for this purpose. In
case, the dispute remains unresolved even after mediation by the panel
of IEMs, the organization may take further action as per the terms and
conditions of the contract. The fees/expenses on dispute resolution shall
be equally shared by both the parties.
26.5. A person signing in Integrity Pact (IP) shall not approach courts while
representing the matters to IEMs and he/she will await their decisions in
this matter.
26.6. In case of Joint Venture (JV) and Consortium Bid, all the partners shall
sign the IP. In case sub-contracting, the principal contractor shall take the
responsibility of the adoption of IP by the sub-contractors. It is to be
ensured that all sub-contractors also sign the IP
28.0 SPECIFICATIONS:
29.1. In view of GST Implementation from 1st July 2017, all taxes and duties
including Excise Duty, CST/VAT, Service tax, Entry Tax and other
indirect taxes and duties have been submerged in GST. Accordingly,
reference of Excise Duty, Service Tax, VAT, Sales Tax, Entry Tax or any
other form of indirect tax except of GST mentioned in the bidding
document shall be ignored.
29.3. Where the OIL is entitled to avail the input tax credit of GST:
The input tax credit of GST quoted shall be considered for evaluation of
bids, as per evaluation criteria of tender document.
29.4. Where the OIL is not entitled to avail/take the full input tax credit of GST:
29.5. It is the responsibility of the bidder to quote the correct GST rate. The
classification of goods/services as per GST (Goods & Service Tax) Act
should be correctly done by the contractor to ensure that input tax credit
on GST (Goods & Service Tax) is not lost to the OIL on account of any
error on the part of the contractor.
29.6. Further, it is the responsibility of the bidders to make all possible efforts
to make their accounting/IT system GST compliant in order to ensure
availability of Input Tax Credit (ITC) to Oil India Ltd.
29.7. GST liability, if any, on account of supply of free samples against any
tender shall be to bidder’s account.
P a g e 16 | 1 8
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
29.8. In case the bidder is covered under Composition Scheme under GST laws,
then bidder should quote the price inclusive of the GST (CGST &
SGST/UTGST or IGST). Further, such bidder should mention “Cover
under composition system” in column for GST (CGST & SGST/UTGST or
IGST) of price schedule.
29.9. OIL will prefer to deal with registered supplier of goods/services under
GST.
29.10. Therefore, bidders are requested to get themselves registered under GST,
if not registered yet. However, in case any unregistered bidder is
submitting their bid, their prices will be loaded with applicable GST while
evaluation of bid. Where OIL is entitled for input credit of GST, the
same will be considered for evaluation of bid as per evaluation
methodology of tender document.
29.12. In case the GST rating of bidder on the GST portal/Govt. official website is
negative/black listed, then the bid may be rejected by OIL.
30.1. The Bidder must be incorporated in India and must maintain more
than 20% local content for the offered services. With regard to calculation
of local content and submission of documents during bidding & execution
of contracts, provision of Purchase Preference Policy (Linked with Local
Content) shall be applicable. If such local content is not maintained
during execution of contract, OIL reserves the right to invoke the
Performance Securities submitted by the bidding company.
30.2. In all National Competitive tenders, only Class-I local suppliers and Class-
II local suppliers shall be eligible to bid. Purchase preference will be given
as per PP-LC policy to Class-I local suppliers only.
30.3. All the bidders (i.e. Class I Local supplier and Class II Local supplier) shall
provide the percentage of Local content in their bid irrespective of whether
they are availing or not availing Purchase preference under PP- LC policy
and are also required to submit the requisite documents as per
requirement of Public Procurement (Preference to Make in India) Order,
2017 of Department for Promotion of Industry and Internal Trade (DPIIT),
Govt. of India and as amended time to time with modifications as notified
vide MoPNG Order No. FP20013/2/2017-FP-PNG-Part (4) (E-41432) dated
26th April 2022 (including subsequent amendments thereof, if any).
&&&&
P a g e 18 | 1 8
ITB
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(Vol. I, Part 2)
Prepared By:
Page 1 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Volume-I Part-2
This tender is floated for entering into service agreement with the lowest eligible bidder for HIRING
OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM, ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS for a period of 10 (Ten) years from the date of successful commissioning
of the GGS with provision for extension by another 5 (Five) years.
OIL reserves the right to ask for any Original or other relevant document to verify the
certification as detailed in the following paragraphs
The bidder must be incorporated/registered in India and must maintain more than or equal to 20%
of local content (LC) for the offered services to be eligible to bid against the tender.
Regarding calculation of local content and submission of documents during bidding & execution of
contracts, provision of Public Procurement (Preference to make in India) Order, 2017 of Department
of Promotion of Industry and Internal Trade (DPIIT), Govt. Of India as revised vide Order No.
P45O21/2/2017-PP (BE-II) dated 16th September 2020 (and as amended time to time) with
modifications as notified vide MoP&NG Order No. FP-20013/2/2017-FP-PNG-Part (4) (E-41432)
dated 26th April 2022, shall be applicable.
If such local content is not maintained during execution of contract, OIL reserves the right to invoke
the Performance Securities and additional Bank Guarantee submitted by the bidding and supporting
companies, in addition to resorting to other options as may be deemed appropriate.
Whether or not the bidders want to avail PP-LC benefit against this tender, it is mandatory for them
to meet the following at the bidding stage:
a. The bidder must provide the specific percentage (%) of local content in their bid, without which
the bid is liable for rejection being non-compliant.
b. The Bidder shall submit an undertaking from the authorised signatory of bidder having the
Power of Attorney along with the bid, stating that the bidder meets the minimum LC
requirement (equal to or above 20%) and such undertaking shall become a part of the contract,
if awarded [Format enclosed as Annexure- A-1 to BEC].
c. The aforesaid undertaking of the bidder as stated in point (b) above shall also be supported by
a certificate from the statutory auditor or cost auditor of the company (in case of companies) or
Page 2 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
from a practicing cost accountant or practicing chartered accountant (in respect of other than
companies) giving the percentage of local content. [Format enclosed as Annexure- A-2 to BEC].
Bidder with only O&M experience is not eligible to bid as a Single Bidder or as a primary
bidder in a Consortium/Parent-Subsidiary/Sister or Co-Subsidiary/Technical
Collaboration etc.
3.2.1 The bidder shall have executed and completed at least one (1) “Similar Work” during
last 7 years reckoned from the original BCD (Bid Closing Date).
3.2.2 Bidder shall confirm that there have been no material violations of applicable
Environmental or Health and Safety laws or regulations at the cited project reference for
qualification under 3.2.1 which have resulted in issuance of show cause notice against the bidder
or O&M partner.
The Bidder shall submit an undertaking in this regard as per Format enclosed as Annexure-B
to BEC.
Bidder should have also executed operation and maintenance jobs of above Facility for a
minimum period of 2 years after Commissioning (excluding PGTR period).
Note to (i):
a) Crude Oil/Natural Gas Separation/Production/Processing Facility shall mean Group
Gathering Station (GGS) or Oil collecting Station (OCS) or Field Gas Gathering Station
(FGGS) or Natural Gas Processing Plant (GPP) or Offshore Processing Unit like Floating
Production Storage and Offloading (FPSO)/Fixed Production/ Processing Platform/Facility
or Crude Oil Refining/ Petrochemical Processing Facility.
Page 3 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
OR
ii) Bidder having experience of EPC/LSTK and required O&M experience in the reference
job:- “Design, Engineering, Procurement, Construction, Commissioning of One (1)
onshore/offshore Crude Oil Separation/Production/Processing Facility of minimum capacity
of 1000 KLPD of gross liquid (crude oil + formation water)” or “Design, Engineering,
Procurement, Construction, Commissioning of One (1) onshore/offshore Natural Gas
Separation/Production/Processing Facility of minimum capacity of 1.0 MMSCMD of natural
gas” in LSTK/ EPC basis with single point responsibility.
Bidder should have also executed operation and maintenance jobs of above Facility for a
minimum period of 2 years after Commissioning (excluding PGTR period).
Note to (ii):
a) Crude Oil/Natural Gas Separation/Production/Processing Facility shall mean Group
Gathering Station (GGS) or Oil collecting Station (OCS) or Field Gas Gathering Station
(FGGS) or Natural Gas Processing Plant (GPP) or Offshore Processing Unit like Floating
Production Storage and Offloading (FPSO)/Fixed Production/ Processing Platform/Facility
or Crude Oil Refining/ Petrochemical Processing Facility.
OR
iii) Bidder having experience of EPC/LSTK and does not have O&M experience in the same
reference job :- “Design, Engineering, Procurement, Construction, Commissioning of One (1)
onshore/offshore Crude Oil Separation/Production/Processing Facility of minimum capacity
of 1000 KLPD of gross liquid (crude oil + formation water)” or “Design, Engineering,
Procurement, Construction, Commissioning of One (1) onshore/offshore Natural Gas
Separation/Production/Processing Facility of minimum capacity of 1.0 MMSCMD of natural
gas” in LSTK/ EPC basis with single point responsibility.
AND
Bidder should have also executed O&M jobs for a minimum period of 3 (Three) years in any
other project/contract for onshore/offshore Crude Oil/Natural Gas
Separation/Production/Processing Facility.
Note to (iii):
Page 4 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Production/Processing Unit like Floating Production Storage and Offloading (FPSO)/Fixed
Production/ Processing Platform or Crude Oil Refining/ Petrochemical Processing Facility.
OR
(iv) Bidder having experience of EPC/LSTK and does not have O&M experience: “Design,
Engineering, Procurement, Construction, Commissioning of One (1) onshore/offshore Crude
Oil Separation/Production/Processing Facility of minimum capacity of 1000 KLPD of gross
liquid (crude oil + formation water)” or “Design, Engineering, Procurement, Construction,
Commissioning of One (1) onshore/offshore Natural Gas Separation/Production/Processing
Facility of minimum capacity of 1.0 MMSCMD of natural gas” in LSTK/ EPC basis with single
point responsibility.
AND
O&M contractor as partner in Consortium/JV Partner as detailed in Para 4.0 below. The
O&M partner should have executed O&M jobs for a minimum period of 3 (Three) years in an
onshore/offshore Crude Oil/ Natural Gas Separation/ Production/ Processing Facility.
Note to (iv):
In support of the experience criteria under of Clause No. 3.0 above, the bidder must furnish
the following documents / photocopy (self- attested/attested) along with the bid:
A. In case work experience is against OIL's Contract: Bidder must submit Job Completion
Certificate issued by the company indicating the following:
i) Work order no./Contract no.
ii) Period of Service
iii) Nature of Service
or
Latest SES (Service Entry Sheet) in case of running contract.
B. In case work experience is not against OIL's Contract: Bidder must submit the following:
Page 5 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
i) Purchase Order (PO)/Work Order (WO)/Contract document showing PO No. /WO
No./Contract No., scheduled completion date and details of work.
ii) Any below mentioned certificate with date, sign/seal of Client, contact details of the Client
/End user for which the project was executed:
Single entity being a company incorporated under the provisions of the Companies Act 1956/
Companies Act 2013 (as amended from time to time) and qualifying based on their own
experience.
In case the bidder is a Consortium of Companies, the following requirements must be satisfied
by the bidder:
ii) Any member of the consortium on its own shall satisfy the minimum experience
requirement as per Clause No. 3.1 & 3.2 above and should not rely on its consortium partners,
subsidiary/parent company/co-subsidiary or through any other arrangement like Technical
Collaboration agreement for meeting the experience criteria.
Page 6 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
iii) Each member in a consortium may only be a legal entity and not individual person.
The consortium member descriptions shall indicate what type of legal entity the member is
and its jurisdiction of incorporation (or of establishment as a legal entity other than as a
corporation) and provide evidence by a copy of the articles of incorporation (or equivalent
documents)
iv) Bid shall specifically identify and describe each member of consortium.
Only the principal bidder of the consortium should register in the e-tender portal and submit
bid on behalf of the Consortium. The other members of the Consortium shall ratify all the acts
and decisions of the Leader of Consortium, which are taken in connection with and/or during
the evaluation of the tender and execution of the contract.
In case of successful Bidder, the MOU shall be converted to a definite Agreement before signing
the contract and this agreement must remain in force at least till the pendency of the contract.
The MOU/Agreement should be legally valid i.e., it should be on a non- judicial stamp paper
and notarized. In case of involvement of overseas bidder/consortium partner, the
MOU/Agreement should be notarized/ endorsed by Indian Embassy.
vii) The performance security shall be in the name of the leader on behalf of the
consortium.
viii) Each authorized member of consortium shall be jointly and severally responsible for the
performance of the contract and discharge of the contractor’s obligations and liabilities under
the contract. (Authorization certificates shall be attached.)
ix) In case any one or more member(s) of the Consortium back/s out or is declared
bankrupt or in any other way becomes incapable of execution of the project, the remaining
member/s shall have to take the entire responsibility of the project completion failing which
PBG will be invoked.
The MOU/Agreement as above in Clause (v) above shall contain appropriate terms to that effect.
Page 7 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
xi) Consortium members shall give power of attorney to the leader to incur liabilities and
receive instruction from OIL/EPMC for and on behalf of any and all members of Consortium.
xii) Bidder/Consortium members submitting their bid shall not be under liquidation, court
receivership or similar proceedings and shall submit a declaration in this regard.
xiii) The leader of the consortium on behalf of the consortium shall coordinate with OIL
during the period the bid is under evaluation as well as during the execution of works in the
event contract is awarded and he shall also be responsible for resolving dispute/
misunderstanding/undefined activities, if any, amongst all the consortium members.
xiv) Any correspondence exchanged with the leader of consortium shall be binding on all the
consortium/joint venture members.
xv) Members of the consortium are not allowed to quote separately/ independently against
this tender. All the bids received in such case shall be summarily rejected. Further, all bids
from parties with technical support from the same Principal shall be rejected.
xvii) Payment shall be made by OIL only to the leader of the consortium towards fulfilment
of contract obligations.
xviii) In case of consortium bids, the bid shall be signed/ digitally signed in line with tender
stipulation by the leader of consortium. The power of attorney from each member authorizing
the leader for signing and submission of Bid on behalf of individual member must accompany
the bid offer.
In case of Indian Companies wishing to bid with technical collaboration from Indian/foreign
partners, the following conditions will have to be met:
ii) The Technical Collaborator on its own shall meet the experience criteria Clause No. 3.1
& 3.2 above. The experience of the Technical Collaborator with other firms shall not be qualified.
In this regard, the documents establishing experience of the Technical Collaborator shall be
submitted as per Clause “Notes to BEC Clause 3.0 (Technical Evaluation Criteria) above.
Page 8 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
iii) Indian bidders quoting based on technical collaboration shall submit a duly Notarized
Memorandum of Understanding (MOU)/Agreement with their technical collaborator clearly
indicating their roles and responsibilities under the scope of work which shall be addressed to
OIL and shall remain valid and binding for the contract period under this tender.
iv) The primary bidder shall be responsible for executing the LC clause as given in Para 2.0
(b)- “Eligibility Criteria”.
v) Indian bidder and Technical Collaborator are not allowed to quote separately/
independently against this tender. All the bids received in such case shall be summarily
rejected.
i) In case the bidder is Joint Venture Company, they must be registered in India and
incorporated under the Companies Act 1956 (and any amendment thereunder) and shall
maintain more than or equal to 20% local content of offered service as mentioned in clause 2.0.
A. The JV on its own shall meet the experience criteria as per Para 3.0.
OR
B. Any member of the JV having a stake of at least 26% in the JV, on its own shall
meet experience requirement as per Para 3.0.
Notes:
a) In case of Clause 4.4.ii.B above, an undertaking from the Joint Venture partner,
based on whose experience the JV seek qualification, shall be submitted with the
techno commercial bid stating that they shall maintain minimum 26% shareholding
in the JV till the execution of the contract.
b) The JV or its member (as the case may be) shall not rely on the experience of its
supporting company/ subsidiary/ co-subsidiary/ sister subsidiary/ parent/
holding/ affiliating/ associate company or through any other arrangement like
technical collaborator for meeting the technical criteria.
c) The documents establishing experience of the JV or its member (as the case may
be) shall be submitted as per Clause 3.2.
d) Members of the JV are not allowed to quote separately/ independently against this
tender. All the bids received in such case shall be summarily rejected.
iii) Constitution of Joint Venture: The members of the JV should not be more than 3
(three). If during evaluation of bid, a JV leader proposes any alterations/changes in the
constitution or replacement or inclusion or expulsion of any partner(s)/member(s) of the Joint
Venture which had originally submitted the bid, to drive some advantages/benefits based on
any deve1opment(s) having come to his knowledge at any time, the bid of such a JV shall be
liable for rejection. Similarly, under such a situation the contract shall be liable for termination,
if already awarded.
Page 9 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.5 Bid submitted by bidder on the basis of the Technical Experience of Parent/Subsidiary
Company:
Offers of those bidders who themselves do not meet the experience criteria as stipulated in Clause
No. 3.1 and 3.2, can also be considered provided the bidder is a subsidiary company of the parent
company (supporting company) in which the parent company has wholly owned stake or parent
company can also be considered on the strength of its wholly owned subsidiary (supporting
company]. However, the parent/subsidiary company of the bidder should on its own meet the
experience as stipulated in Clause No. 3.0 and should not rely for meeting the experience criteria
on its sister subsidiary/co-subsidiary company or through any other arrangement like technical
collaboration agreement etc.
In case of subsidiary company dependent upon the experience of the parent company or vice-
versa with a view to ensure commitment and involvement of the parent/subsidiary company for
successful execution of the contract, the participating bidder should enclose a Parent/Subsidiary
Guarantee (as per format enclosed as Annexure-C(I) to BEC between the parent and the
subsidiary company or vice-versa and Parent/ Subsidiary Guarantee (as per format enclosed as
Annexure-C(II) to BEC from the parent/subsidiary company to OIL for fulfilling the obligation
under the Agreement, along with the technical bid.
The participating bidder must be incorporated in India and maintaining more than or equal to
20% local content of offered service as mentioned in clause 2.0.
4.6 In case Bid is submitted on the basis of the Technical Experience of Sister Subsidiary/Co-
Subsidiary Company
Offers of those bidders who themselves do not meet the technical experience criteria as stipulated
in Clause No. 3.0 above can also be considered based on the experience of their Sister
Subsidiary/Co-Subsidiary company (Supporting Company) within the ultimate parent/holding
company subject to meeting the following conditions:
ii) Provided that the sister subsidiary/co-subsidiary company on its own meets the
experience criteria stipulated in the Clause 3.0 above and not through any other arrangement
like Technical Collaboration agreement etc.
Page 10 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
iii) Provided that with a view to ensure commitment and involvement of the ultimate
parent/holding company for successful execution of the contract, the participating bidder must
submit an agreement, as per format furnished vide Annexure-D to BEC, between them, their
ultimate parent/holding company, along with the technical bid.
v) The participating bidder must be incorporated in India and maintaining more than or
equal to 20% local content of offered service as mentioned in clause 2.0
ii) Undertaking from the supporting company to the effect that in addition to invoking
the Performance Security submitted by the Contractor, the additional BG provided by the
supporting company shall be invoked by OIL due to non-performance of the Contractor.
The following Annual ‘Financial Turnover’ and ‘Net Worth’ shall have to be met by the bidder. [In
case of bids from consortium/parent subsidiary/sister subsidiary/technical collaboration/JV etc.,
supporting documents as per the Notes from (3) to (6) below are to be submitted along with the bid.]
Page 11 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Clause
Parameter Financial Criteria
No.
a) Annual Financial Turnover from operations of the Single Bidder
or participating Bidder with Technical Collaboration during any of
preceding 03 (Three) financial/accounting years from the original bid
closing date should be minimum Rs. 31,60,00,000.00 (Rupees
Thirty-one Crores and sixty lakhs only) as per the Audited Annual
Reports.
b) In the case bidder is a Consortium, the Annual Financial
Turnover from operations of at least one member of the consortium
in any of preceding 03 (three) financial/ accounting years, reckoned
from the original bid closing date should meet minimum Rs.
31,60,00,000.00 (Rupees Thirty-one Crores and sixty lakhs only)
as per the Audited Annual Reports and each of the other members of
consortium should meet minimum Rs. 31,60,00,000.00 (Rupees
Thirty-one Crores and sixty lakhs only) as per the Audited Annual
Reports in any of preceding 03 (three) financial/accounting years,
reckoned from the original bid closing date.
c) In the case bidder is a Incorporated Joint Venture company, who
does not meet financial criteria by itself and submits bid based on the
financial strength of its member having more than 50% stake in the
JV, Annual Financial Turnover from operations of the member having
Annual more than 50% stake in the JV during any of preceding 03 (Three)
Financial financial/accounting years from the original bid closing date should
5.1
Turnover be minimum Rs. 31,60,00,000.00 (Rupees Thirty-one Crores and
sixty lakhs only). Documents need to be submitted along with the
technical bid in support of above.
d) In case the bidder is a subsidiary company (should be a wholly
owned subsidiary of the parent/ultimate parent/holding company),
who does not meet financial criteria by itself and submits bid based
on the financial strength of its parent/ ultimate parent/ holding
company, Annual Financial Turnover from operation of the parent/
ultimate parent / holding company (supporting company) during any
of preceding 03 (Three) financial/accounting years from the original
bid closing date should be minimum Rs. 31,60,00,000.00 (Rupees
Thirty-one Crores and sixty lakhs only). Documents need to be
submitted along with the technical bid in support of above.
Page 12 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Clause
Parameter Financial Criteria
No.
a) Net-worth of the Single Bidder or participating Bidder with
Technical Collaborator should be minimum Rs 9,50,00,000.00
(Rupees Nine Crores and Fifty Lakhs only) as per immediate
preceding audited financial year result.
b) In the case bidder is a consortium, Net Worth of all the
consortium partners individually should meet minimum Rs
9,50,00,000.00 (Rupees Nine Crores and Fifty Lakhs only) as per
immediate preceding audited financial year result.
c) In the case bidder is a Incorporated Joint Venture company, who
does not meet financial criteria by itself and submits bid based on the
financial strength of its member having more than 50% stake in the
JV, Net worth of the member having more than 50% stake in the JV
(supporting company) should be minimum Rs 9,50,00,000.00
(Rupees Nine Crores and Fifty Lakhs only) for the accounting year
preceding the original bid closing date.
d) In case the bidder is a subsidiary company (should be a wholly
owned subsidiary of the parent/ultimate parent/holding company),
who does not meet financial criteria by itself and submits bid based
on the financial strength of its parent/ ultimate parent/ holding
5.2 Net worth
company, Net worth of the parent / ultimate parent / holding company
(supporting company) should be minimum Rs 9,50,00,000.00 (Rupees
Nine Crores and Fifty Lakhs only)for the accounting year preceding the
bid closing date.
Note to 5.2: Net worth shall mean: "the aggregate value of the paid-
up share capital and all reserves created out of the profits and
securities premium account, after deducting the aggregate value of
the accumulated losses, deferred expenditure and miscellaneous
expenditure not written off, as per the audited balance sheet, but does
not include reserves created out of revaluation of assets, write-
back of depreciation and amalgamation.”
Or
"Share capital + Reserves created out of profits and securities Premium
— Aggregate value of accumulated losses (excluding revaluation
reserves) — deferred expenditure — Miscellaneous Expenditure to the
extent not written off and carried forward Loss - Reserves created out
of write back of depreciation and amalgamation"
Page 13 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Clause
Parameter Financial Criteria
No.
a) The Bidder should have minimum working capital equal to Rs
9,50,00,000.00 (Rupees Nine Crores and Fifty Lakhs only) as per
immediate preceding audited financial year result.
Page 14 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Clause
Parameter Financial Criteria
No.
The bidding capacity of the Single Bidder or participating Bidder with
Technical Collaborator or cumulative bidding capacity of the
Consortium should be equal to or more than Rs. 63,20,00,000.00
(Rupees Sixty-three Crores and 20 lakhs only). The bidding capacity
shall be worked out by the following formula:
Bidding Capacity = (A x 1.5] – B, where,
A = Maximum annual turnover in any one of the preceding three
financial years
B = Commitments in next twelve months from the date of expiry of the
bid validity as per enclosed format [Annexure-G to BEC]
Notes:
a. In case the bidder is an Incorporated Joint Venture company, who
Bid does not meet financial criteria by itself and submits bid based on the
5.4
Capacity financial strength of its member having more than 50% stake in the
JV, then the bidding capacity of the member having more than 50%
stake in the JV should be equal to or more than
Rs. 63,20,00,000.00 (Rupees Sixty three Crores and Twenty lakhs
only)
b. Similarly, in case the bidder is a subsidiary company (should be a
wholly owned subsidiary of the parent/ultimate parent/holding
company), who does not meet financial criteria by itself and submits
bid based on the financial strength of its parent/ ultimate parent/
holding company, then of the bidding capacity of the parent/ ultimate
parent / holding company (Supporting company) should be equal
to or more than Rs. 63,20,00,000.00 (Rupees Sixty three Crores
and Twenty lakhs only).
Notes:
(i) In case the bidder is an Incorporated Joint Venture company, who
does not meet financial criteria by itself and submits bid based on the
Debt financial strength of its member having more than 50% stake in the
5.5 Equity JV, then the debt equity ratio of the member having more than 50%
Ratio stake in the JV should not be more than 2:1.
Page 15 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Notes:
1) For proof of Annual Turnover, Net worth, Working Capital, Bid Capacity, Debt Equity Ratio
etc., any one of the following documents must be submitted along with the bid:
OR
ii. Audited Balance Sheet along with Profit & Loss account along with filled in format of
details of existing commitments for determining bid capacity.
*Note:
• Mention of UDIN (Unique Document Identification Number) is mandatory for all
Certificates issued w.e.f. February 1, 2019, by Chartered Accountant in Practice.
• In case the Audited Balance sheet and Profit Loss Account submitted along with the
bid are in currencies other than INR, the bidder shall have to convert the figures in
equivalent INR considering the prevailing conversion rate on the date on which the
Audited Balance Sheet and Profit & Loss Account is signed. A CA Certificate is to be
submitted by the bidder regarding converted figures in equivalent INR. Else, the
Audited Balance Sheet and Profit & Loss Account shall be evaluated by considering
the BC selling rate declared by State Bank of India (on the date on which the Audited
Balance Sheet and Profit & Loss Account is signed) for conversion to INR.
2) Considering the time required for preparation of Financial Statements, if the last date of
preceding financial/accounting year falls within the preceding six months/ within the due
date for furnishing of audit report as per Section 139(1) of IT Act, 1961 (read along with
latest circulars/notifications issued by CBDT from time to time) reckoned from the original
bid closing date and the Financial Statements of the preceding financial/accounting year
are not available with the bidder, then the financial turnover of the previous three
financial/accounting years excluding the preceding financial/accounting year will be
considered. In such cases, the Net worth of the previous financial/ accounting year
excluding the preceding financial /accounting year will be considered. However, the bidder
has to submit an affidavit/undertaking certifying that the balance sheet/Financial
Statements for the financial year (as the case may be) has actually not been audited as on
the original bid closing date as per format prescribed in [Annexure-I to BEC].
3) In case the bidder is a Government Department, they are exempted from submission of
documents mentioned under Para 1 and 2 above.
Page 16 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4) In case of Incorporated Joint Venture: In case the bidder is an Incorporated Joint Venture
company, who does not meet financial criteria by itself and submits bid based on the
financial strength of its member having more than 50% stake in the JV, then documents
need to be submitted along with the technical bid in support of the following:
a. Corporate Guarantee (as per [Annexure-J to BEC] on the letter head of the member
having more than 50% stake in the JV signed by an authorized official undertaking that
they would financially support the Joint Venture for executing the project / job in case
the same is awarded to them, and documents to substantiate that the member has more
than 50% stake in the JV company.
b. An undertaking from the Joint Venture partner, based on whose experience the JV seek
financial qualification, shall be submitted with the techno commercial bid stating that
they shall maintain minimum 50% shareholding in the JV till execution of the contract
is accomplished.
c. A certificate from the statutory Auditor of the bidding company as well as of the
supporting company to establish the relationship and equity percentage holding
between bidding company and the supporting company. The certificates should be
duly certified by the Company Secretary or one of the Directors of the company
concerned.
5) In case the bidder is a subsidiary company (should be a wholly owned subsidiary of the
parent/ultimate parent/holding company), who does not meet financial criteria by itself
and submits bid based on the financial strength of its parent/ ultimate parent/ holding
company, then documents need to be submitted along with the technical bid in support of
the following:
(ii) A certificate from the statutory Auditor of the bidding company as well as of the
parent/ ultimate/ holding parent company (supporting company) to establish the
relationship and equity percentage holding between bidding company and the
supporting company. The certificates should be duly certified by the Company
Secretary or one of the Directors of the company concerned.
Note: The above certificates and undertaking under all headings should not be more than 30
days old as on the original bid closing date.
6) In case bidder qualifies as per Clause No. 4.5 & 4.6, following conditions are required to be
fulfilled/documents to be submitted:
(i) Undertaking by both the supporting company & bidder as per Annexure-K(II) to
BEC to provide a performance security (as per format and instructions enclosed
as per Annexure-K(III) to BEC, equivalent to 50% of the value of the performance
security, which is to be submitted by the bidding company, in case the supported
bidding company is the successful bidder.
Page 17 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(ii) Undertaking by both the supporting company & bidder as per Annexure-K(II) to
BEC to the effect that in addition to invoking the performance security submitted
by the contractor, the performance security provided by supporting company
shall be invoked by OIL due to non-performance of the contractor.
6.1 The bids are to be submitted in single stage under Two Bid Systems i.e. Unpriced Techno-
Commercial Bid and Price Bid simultaneously to be uploaded in separate designated area/ tab
in OIL’s e-tender portal respectively. The Un-priced techno commercial bid (or technical bid)
must comprise of all the technical documents substantiating the previous experience, financial
& technical credentials of the bidder and any other document as asked for in the bid document.
There should not be any indication of price in the technical bid; otherwise, the bid shall be
rejected straightway. Bids not conforming to this two-bid system shall be rejected outright.
The Technical Bid is to be uploaded as per Scope of Work & Technical Specification of the tender
in “Technical RFx Response” Tab and Priced Bid as per “Annexure N to BEC” is to be uploaded
in the “Notes & Attachments” Tab.
6.2 Computation of the above-mentioned all-inclusive price must be done as per “Schedule of
Rates/Price (Form SOR/P)/Price-Bid Format”.
Note: The breakup of the quoted / offered price, as per the prescribed “Schedule of
Rates/Price (Form SOR/P)/Price-Bid Format” MUST NOT be uploaded with the technical
bid; otherwise, the bid shall be rejected straightway.
6.3 Bid Security is not applicable against this tender. However, bidders shall submit a ‘Bid Security
Declaration’ as per format prescribed in as per [Annexure-L to BEC] attached, accepting that
if they withdraw or modify their Bids during the period of validity, or if they are awarded the
contract and they fail to sign / accept the contract, or to submit a performance security before
the deadline defined in the NIT, they will be suspended for the period of two years. This
suspension of two year shall be automatic without conducting any enquiry.
6.4 Bidders must submit duly filled undertaking as per format provided vide [Annexure-M to BEC]
as undertaking towards submission of authentic information/ documents along with the Un-
priced Techno-Commercial Bid.
6.5 Bid received with validity of offer less than 120 (One hundred twenty) days from original Bid
Opening Date will be rejected.
7.1 Price bids shall be opened in respect of only the techno-commercially acceptable bidders whose
bids have been found to be substantially responsive. A substantially responsive bid is one that
meets the terms and conditions of the Tender and / or the acceptance of which bid will not result
in indeterminate liability on OIL.
Page 18 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
7.2 The bidder must quote their total price for the entire 10 years contractual service period
inclusive of all taxes, duties, liabilities but excluding GST in the “Price Bid Format” -Annexure
N to BEC.
7.3 The total price quoted by the successful bidder in the Price Bid Format must remain firm during
the performance of the contract. The Total Quoted Price of the successful bidder shall be spread
over each SOP item no. mentioned in Schedule of Payment (Annexure N1 to BEC) as per
weightage mentioned in Schedule of Payment after award of contract in agreement with OIL.
However, all bidders shall submit sealed-signed copy of Annexure N1 to BEC as a token of
acceptance to Payment Schedule.
7.4 If there is any discrepancy between the unit price and the total price, the total price will
prevail, and the unit price shall be corrected later after award of contract. Similarly, if there is
any discrepancy between words and figure, the amounts in words shall prevail and will be
adopted for evaluation.
7.5 The quantities shown against each item in the “Schedule of Payment-(Annexure N1 to BEC)”
are considered based on maximum envisaged quantities to be consumed over the 10 years
contractual BOOT basis O&M period. However, Contractor will be paid based on the actual
number of days/months/ quantities consumed against “Fixed O&M Charges” and “Variable
O&M Charges”, as the case may be.
7.6 Bidder must include all liabilities and taxes including statutory liabilities excluding GST.
7.7 Price Bids will be evaluated on overall lowest cost basis (L-1 offer) i.e., considering total quoted
prices for all items inclusive of all liabilities and excluding GST.
7.8 The bidders are advised not to offer any discount / rebate separately and to offer their prices
in the Price Bid Format after considering discount / rebate, if any.
7.9 Conditional and unsolicited discount will not be considered in evaluation. However, if such
bidder happens to be the lowest recommended bidder, unsolicited discount without any
condition will be considered for computing the contract price.
7.11 In case of identical overall lowest offered rate by more than 1 (one) bidder, the selection will
be made by draw of lot between the parties offering the same overall lowest price.
7.12 Filled in “Schedule of Rates/Price (Form SOR/P)/Price-Bid” uploaded without giving any of
the details of the taxes (including rates and amounts) will be considered as inclusive of all taxes
excluding GST.
7.13 Input Tax Credit on GST (Goods & Service Tax) for this service is NOT available to OIL & the
bids will be evaluated based on total price including GST.
7.14 Based on the evaluation of techno-commercially qualified bidders, the contract will be signed
with L-1 bidder.
7.15 CUSTOMS DUTY: In terms of Sl. No. 404 of the Customs Notification No.50/2017-Cus
dated 30.06 2017, imports of the items specified in List 33 of the Notification are subject
to levy of concessional rate of customs duty @12% (BCD Nil & IGST @12%) subject to conditions
Page 19 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
specified therein (Condition No. 48). However, Condition No. 48 along with List-33 of the said
notification has been amended vide Customs Notification No. 02/2022-Customs dated
01.02.2022.
7.16 Similarly, the domestic supply of such goods would attract 12% GST (i.e. IGST or CGST &
SGST/ UTSGT) on submission of EC in terms of GST Notification No. 03/2017.
7.17 Bidders shall take note of the prevailing customs notifications including the latest amendment
vide gazette Notification No. 02/2022-Customs dated 01.02.2022 while quoting their prices.
Bidder should consider concessional Customs Duty only for those items appearing in List-33
therein. Items of their import other than those appearing in List-33 of the said gazette
notification shall be considered as duty payable on merit basis in their respective bid. OIL shall
issue the requisite undertaking/certificate on request from Contractor for availing concessional
rate of customs duty only against the items explicitly covered under List-33 of Customs
Notification No. 02/2022-Customs dated 01.02.2022 or against any other item(s) subsequently
declared by the competent authority during the tenure of the contract to be duty
exempted/concessional. However, in the event of refusal/denial by Customs Authority to
accord exemption/concession of Customs Duty against import of items which are explicitly
covered under List-33 of Notification No. 02/2022-Customs dated 01.02.2022, such applicable
customs duty shall be reimbursed at actual by OIL to the Contractor on submission of
documentary evidence.
7.18 Similarly, the items other than those appearing in List-33 of the said gazette notification, if to
be imported by the Contractor for the purpose of execution of contract against this tender, the
same shall be considered as duty payable on merit basis and the applicable customs duty
thereof must be included by the bidder in their respective bid value. OIL will not issue any
Undertaking / Certificate towards customs duty concession/exemption for those items (not
included in List-33 of Notification) and the duty payable on merit shall be borne by the
Contractor. However, any other item if subsequently notified by the competent authority to be
Duty free/concessional during the tenure of the contract, OIL will issue requisite
Certificate/Undertaking for Contractor to avail the Customs Duty benefit and the duty benefit
must be passed on to OIL.
7.19 Additionally, for all those items against which the bidder considers the Customs Duty on
merit, the list specifying the Customs Duty Rate (percentage) may be furnished, so that
subsequent increase/ decrease in Customs Duty, if any shall be reimbursed/ recovered by OIL
as the case may be on documentary evidence.
7.20 Bidders should submit the list of items which are to be imported for execution of the contract
against this tender as per [Annexure-O (I) to BEC] prudently along with their bid. Undertaking/
Certificate for availing concessional rate of Customs Duty/GST shall be issued by OIL only for
the eligible items, provided the same are included in the [Annexure-O (II) to BEC] submitted
by the bidder.
Note:
(i) The above stipulations shall prevail over other clauses if stipulated otherwise elsewhere in the
original tender document/previous amendments. However, the aforementioned notifications are
subject to change as per Government guidelines and the provisions ruling at the time of Bid Closing
will be applicable.
(ii) The bidder must avail eligible input tax credit of GST and Customs Duty paid on input services
/capital goods/ Inputs and benefit of input tax credit should be passed on to OIL by way of quoting
Page 20 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
rate(s) net of input tax credit i.e. value of goods/service adjusted by input tax credit available to the
bidder.
8.1 Purchase Preferences allowed as per Government Guidelines in vogue and PPP (Public
Procurement policy) for Micro and Small Enterprises is not applicable for this tender (being
works contract tender).
Purchase preference under Public Procurement (Preference to Make in India) Order, 2017 of
Department for Promotion of Industry and Internal Trade (DPIIT), Govt. of India as revised vide
Order No. P-45021/2/2017-PP (BE-II) dated 16th September 2020 (and as amended time to
time) with modifications as notified vide MoPNG Order Re. FP-20013/2/2017-FP-PNG-Part (4)
(E-41432) dated 26th April 2022, shall be applicable in this tender.
Bidders seeking benefits, under Purchase Preference Policy (linked with Local Content) (PP-LC)
shall have to comply with all the provisions of the notification no. FP-20013/2/2017-FP-PNG-
Part (4) (E-41432) dated 26.04.2022 or subsequent amendments, if any.
8.3 AWARD OF CONTRACT: The contract for hiring of the tendered services shall be awarded as
below:
A. L-1 bidder is a Class I PPLC bidder: In case if the L1 bidder is a Class I PPLC bidder,
the contract shall be awarded to the L1 Class I PPLC bidder.
B. L-1 Bidder is other than Class I PPLC: In case if the L1 bidder is not a Class I PPLC
bidder, then preference shall be given to the lowest eligible Class I PPLC bidder falling within
the price band of L1+20%. If such Class I PPLC bidder agrees to match the price of L1 bidder,
then the contract shall be awarded to them, else offer shall be given to the next higher Class
I PPLC bidder within price band of L1+20% and so on. In case none of the Class I PPLC bidder
within price band of L1+20% accept the L1 price, then the contract shall be awarded to L1
bidder.
9.0 THIRD PARTY INSPECTION:
9.1 Oil India Limited (OIL) has engaged the following 09 (Nine) Independent Inspection Agencies to
verify and certify various documents required against BEC/BRC of the tender:
M/s. Germanischer
iii. Llyod Industrial a. mangesh.gaonkar@dnvgl.com
Services GmbH (DNV
GL- Oil & Gas)
Page 21 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2 The Bidders have to get verified and certified the various documents required against BEC/BRC
of the tender by any one of the above Independent Inspection Agencies and submit the duly
certified Inspection Certificate as per [Annexure-P to BEC] by the Inspection Agencies along
with the Technical Bid of the Tender. All Charges of the Third-Party Independent Inspection
Agencies towards verification of bidder’s documents and certification thereof shall be borne by
the respective bidders and payments on account of above inspection, verification and
certification shall be made directly by the Bidder to the Inspection Agency(s). OIL will not be
responsible for any payment dispute between Bidders and Third Party Inspection Agencies.
As mentioned above, Bidder(s) have to submit the verified documents along the Technical Bids.
Bid submitted with un-verified supporting documents shall not be considered. However, in case
a bidder submits its bid along with all relevant supporting documents as per BEC/BRC without
getting al1/some of them verified by the designated Independent Inspection agency, such bid
can be provisionally considered provided it is accompanied by an Undertaking by the Bidder
on their official letterhead to submit the duly verified copies/verification certificate within 07
(Seven) days of bid opening. Company will neither send any reminder nor seek any clarification
in this regard from such bidders, and the bid will be rejected outright if the bidder fails to
submit the verified copies/verification certificate within 07 (Seven) days of bid opening at its
own risk and responsibility.
Page 22 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.3 The methodology of inspection/verification of documents is broadly as under but not limited
to:
(a) It is obligatory on the part of the interested Bidders, who choose to participate against the
tender, to understand the tender requirements in entirety and the requisite documents
sought for in support of the Bid Evaluation Criteria/Bid Rejection Criteria (BEC/BRC)
mentioned in the tender in particular. The Bidder must produce all the appropriate
documents before any of the OIL’s empanelled third-party certifying agencies for
verification/certification. Neither OIL nor the third-party certifying agency shall be held
accountable in any manner regarding the choice of documents by the bidder for
verification. Therefore, getting the appropriate documents inspected/verified by the agency
in support of BEC/BRC clauses is the sole responsibility of the Bidder.
(b) The prospective bidder shall contact any of the empanelled inspection agencies. The agency
shall go through the Tender Document, especially the requirements of BEC/ BRC and list
the documents to be verified. They shall depute their qualified/ competent inspector to the
Bidder’s premises to check the original documents and certify the copies which the bidder
shall submit along with their bids. OIL will reserve the right to ask the inspection agencies
to verify the documents with source, if required at no extra cost to OIL. Verification of
documents by OIL’s empanelled third-party agency shall not automatically make the bidder
eligible for award of contract.
(c) Verification of documents (but not limited to) are normally categorized as under:
General Requirement:
• Check Bidder’s PAN Card
• Check Bidder’s GST Certificate
• Check ITR of company
• Check Bidder’s Certificate of Incorporation — Domestic Bidder.
Technical Criteria
To check Experience Proof- Completion Certificates, Reference contact verification,
Original Work Order/Contract Copy and any other document(s), if called for vide
BEC/BRC of the Tender.
Financial Criteria
• Check and verify Audited Balance Sheet/ CA certificate
• To check the Line of Credit, if incorporated in the tender.
Note: If any documents LOI/LOA/Contacts, etc. are submitted towards BBC/BRC experience
criteria issued by Oil India Limited, such documents need not be vetted by TPI agency.
10.0 COMPLIANCE OF THE COMPETITION ACT, 2002: The bidder shall strictly comply with the
provisions of the Competition Act, 2002, more particularly, Section-3 of the Act. Any violation
the provisions of the Act shall attract penal action under the Act.
Page 23 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
11.0 OTHER CONFIRMATIONS FROM BIDDER:
While submitting bid, bidder will have to provide categorical confirmation as per [Annexure-Q to
BEC] to below requirements; otherwise, his bid will be rejected.
(a) In the event of award, the contractor in accordance with RBI’s “Consolidated Circular on
Opening of Current Accounts and CC/OD Accounts by Banks” ref: RBI/2022-23/27
Dated:19/04/2022 shall
i) Open a project specific Current/CC/OD Account (located in the vicinity where the
project is executed) in case contractor has not availed any credit facilities from the banking
system till date or the contractor’s aggregate exposure of the banking system is less than ₹5
Crore.
or
ii) Open a project specific Current/CC/OD Account (located in the vicinity where the
project is executed) with any scheduled/nationalized banks with which it has CC/OD facility,
provided that the bank has at least 10 per cent of the aggregate exposure of the banking
system to the contractor. In case none of the lender banks has at least 10 per cent of the
aggregate exposure, the project specific current account to be opened with the bank having
the highest exposure among CC/OD providing banks.
or
iii) If the contractor is already having any existing account specifically opened against OIL
existing project, the same can be treated for any other additional projects awarded to the
contractor from OIL. Further, monetary limits to be maintained under the account will be
treated cumulatively of all awarded projects from OIL.
(b) The contractor shall deposit an amount equal to 10% of the annualized contract value in the
project specific bank account within 15 days from the date of issue of LOA. All payments against
the contract shall be remitted to the project specific account. Any withdrawal from the deposited
10% value from this account shall be only after the first payment made by OIL (i.e. till first
payment the minimum amount to be maintained in the account should be 10% of annualized
contract value). At any point of time, the minimum balance after first remittance by OIL against
invoice from the contractor shall remain 5% of the annualized contract value.
(c) The contractor will not be able to use this account for entering into any type of
mortgage/loan/factoring arrangement with other financial institutions during the course of the
contract execution with OIL without the written consent of OIL.
Note:
(i) For mobilization timeline details, please see Article-1 under Special Conditions of the
Contract (Volume-I Part 3 Section III).
Page 24 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
and title attached with the Project Assets to OIL as per Terms, Conditions and Cost mentioned
elsewhere in tender documents.
14.0 GENERAL:
14.1 In case bidder takes exception to any clause of bidding 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 company.
The loading so done by the company will be final and binding on the bidders. No deviation
will however be accepted in the clauses covered under BEC/BRC.
14.2 To ascertain the substantial responsiveness of the bid the Company reserves the right to ask
the bidder for clarification in respect of clauses covered under 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 evaluated based on the submission.
However, mere submission of such clarification shall not make the offer responsive, unless
company is satisfied with the substantial responsiveness of the offer.
14.3 If any of the clauses in the BEC/BRC contradict with other clauses of bidding document
elsewhere, the clauses in the BEC/BRC shall prevail.
14.4 Bidder(s) must note that requisite information(s)/financial values etc. as required in the
BEC/BRC & Tender are clearly understandable from the supporting documents submitted by
the Bidder(s); otherwise, Bids shall be rejected.
14.5 OIL will not be responsible for delay, loss or non-receipt of applications for participating in
the bid sent by mail and will not entertain any correspondence in this regard.
14.6 The originals of such documents [furnished by bidder(s)] shall have to be produced by
bidder(s) to OIL as and when asked for.
14.7 The Bidders who are on Holiday/ Negative /Banned list of OIL on the due date of submission
of Bid/ during the process of evaluation of the Bids, the offers of such Bidders shall not be
considered for Bid opening/Evaluation/Award. The provisions shall also be applicable to all
the Members of the Consortium/Joint Venture.
14.8 Engineering and Design Capability: The bidder should have design and engineering capability
for such EPC/LSTK job either in-house or through Third Party. The bidder should provide their
in-house set up for design and engineering with the details of their personnel who are on regular
pay roll of the bidder. The CV of all such personnel should also be submitted with the bid. In
case of Design and Engineering by Third party, credential of the Third party is to be submitted
along with the bid.
14.9 Project Management: The bidder should provide along with the bid the details of the project
management, inspection & expediting & quality management team of the bidder who will be
involved in managing the planning, execution of the project activities and supervising the
construction work progress including Mechanical completion, Commissioning and PGTR at
site, meeting all the quality requirements. The bidder should provide their in house set up for
project management, inspection & expediting & quality management team with the details of
Page 25 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
their personnel who are on regular pay roll of the bidder. The CV of such personnel should also
be submitted with the bid.
15.1 Contractor hired to provide consulting services for the preparation or implementation of a
project, and each of its affiliates, shall be disqualified from subsequently providing goods, works
or services resulting from or directly related to the firm’s consulting services for such
preparation or implementation.
15.2 Neither consultants (including their personnel and sub-consultants) nor any of their affiliates
shall be hired for any assignment that, by its nature, may be in conflict with another
assignment of the consultants.
Bidder to undertake as per [Annexure-T to BEC] that they don’t have any potential conflict
that impacts their capacity to serve in the best interest of OIL. Incase bidder is a
Consortium/JV/ all members of Consortium/JV shall submit undertaking.
16.0 Requirement of Registration of a Foreign Bidder sharing a Land Border with India:
The Government of India amended the General Financial Rules 2017 vide OM no. 6/18/2019-
PPD dated 23.07.2020 (and any amendment thereof) to enable imposition of restrictions on
bidders from countries which share a land border with India on grounds of defense of India or
matters directly or indirectly related thereto including national security. The Department of
Expenditure has, under the said Rules, issued a detailed Order on public procurement to
strengthen the defence of India and national security.
As per the Order any bidder from a country which shares a land border with India will be eligible
to bid in any procurement whether of goods, services (including consultancy services and non-
consultancy services) or works (including turnkey projects) only if the bidder is registered with
the Competent Authority. The Competent Authority for registration will be the Registration
Committee constituted by the Department for Promotion of Industry and Internal Trade (DPIIT).
Political and security clearance from the Ministries of External and Home Affairs respectively will
be mandatory.
Bidder to provide undertaking as per [Annexure-U to BEC] towards compliance of office
memorandum F. No. 6/18/2019-PPD dated 23rd July, 2020 (and any amendment thereof) issued by
Department of Expenditure, Ministry of Finance, Govt. of India
Bidder to submit undertaking cum Declaration duly notarized along with the Bid as per
[Annexure-V to BEC]
In case bidder qualifies with supporting companies i.e. Parent Company/Sister/Co- subsidiary/
Technical collaborator as applicable, related Parent Company/Sister/Co- subsidiary Technical
collaborator shall also submit undertaking.
Page 27 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
LIST OF ANNEXURES
Sl.
Name of Annexure Purpose
No.
Annexure-A-1 to
The Bidder shall submit an undertaking from the authorized signatory
BEC
of bidder having the Power of Attorney along with the bid, stating that
1 (As per BEC Clause
the bidder meets the minimum LC requirement (equal to or above 20%)
No. 2.0)
and such undertaking shall become a part of the contract, if awarded.
Annexure-F to BEC In case the working capital is short the bidder can supplement the
8 (As per BEC Clause same through line of credit from a scheduled commercial bank having
No. 5.3) net worth more than 100 Crores as per this Annexure.
Annexure-G to BEC
Bid capacity: “B”- Format for Commitments in next twelve months from
9 (As per BEC Clause
the date of expiry of the bid validity.
No. 5.4)
Page 28 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure-K (II) to
BEC Undertaking by ultimate parent/supporting company for submission of
14
(As per Note 6 performance bank guarantee
under Clause 5.0)
Annexure-K (III) to
BEC
Form of performance bank guarantee for ultimate parent/supporting
16
company
(As per Note 6
under Clause 5.0)
Annexure-M to BEC
Bidders must submit duly filled undertaking towards submission of
18 authentic information/ documents along with the Un- priced Techno-
(As per Clause
Commercial Bid as per this format.
6.0)
Page 29 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure-N to BEC
Price Bids will be evaluated on overall lowest cost basis (L-1 offer) i.e.,
considering total quoted prices for all items inclusive of all liabilities
19 [Volume – I, Part –
and excluding GST. Computation of the above-mentioned all-inclusive
3, Section – IV]
price must be done as per the “Price-Bid Format”.
The total price quoted by the successful bidder in the Price Bid Format
must remain firm during the performance of the contract. The Total
Annexure-N1 to BEC Quoted Price of the successful bidder shall be spread over each SOP
item no. mentioned in Schedule of Payment (Annexure N1 to BEC)
20 [Volume – I, Part – as per weightage mentioned in Schedule of Payment after award of
3, Section – IV] contract in agreement with OIL.
However, all bidders shall submit sealed-signed copy of Annexure N1
to BEC as a token of acceptance to Payment Schedule.
Annexure-O (I) to
Bidders should submit the list of items which are to be imported for
BEC
21 execution of the contract against this tender prudently along with their
(As per Clause
bid as per this format.
7.0)
Annexure-O (II) to
BEC Undertaking/Certificate for availing concessional rate of Customs
22
(As per Clause Duty/GST
7.0)
The Bidders have to get verified and certified the various documents
Annexure-P to BEC required against BEC/BRC of the tender by any one of the Independent
23 Inspection Agencies and submit the duly certified Inspection Certificate
(As per Clause 9.0) by the Inspection Agencies along with the Technical Bid of the Tender
as per this format.
Annexure-Q to BEC While submitting bid, bidder will have to provide categorical
24 confirmation to the project specific banking requirements as per this
(As per Clause 11.0) format.
The bidders must confirm their compliance in their “Technical” bid for
Annexure-S to BEC transfer of ownership after expiry of 10 yrs. O&M period along with
26 transfer of all its rights and title attached with the Project Assets to OIL
(As per Clause 13.0) as per Terms, Conditions and Cost mentioned elsewhere in tender
documents as per this format.
Bidder to undertake that they do not have any potential conflict that
Annexure-T to BEC
impacts their capacity to serve in the best interest of OIL as per this
27
format. In case bidder is a Consortium/JV/ all members of
(As per Clause 15.0)
Consortium/JV shall submit the undertaking.
Page 30 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure-V to BEC
Bidder to submit undertaking cum Declaration duly notarized along
29
with the Bid against their past performance as per this format.
(As per Clause 18.0)
***********
Page 31 of 31
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURES TO
BID EVALUATION CRITERIA
Prepared By:
ANNEXURE- A-1
to BEC
We, ____________ (Name of the bidder) have submitted Bid No. _________ against Tender
No._______dated_________for ‘hiring of services for a GGS (Group Gathering Station)
consisting of an OCS, ETP+STP and WIS at Lakwagaon in Sivasagar District, Assam
on Build, Own, Operate & Transfer (BOOT) basis’.
We hereby undertake that we meet the mandatory minimum local content requirement
as mandated by Ministry of Petroleum and Natural Gas, Government of India vide
Order no P-45021/2/2017-PP (BE-11) dated 16.09.2020 or Notification No FP-
20013/2/2017-FP-PNG-Part (4) (E-41432) dated 26.04.2022 subject to
revisions/amendments thereof. The percentage of Local Content is __________%.
Authorized signatory
Name
Designation
Contact No.
Note: Class-I/Class- II Local suppliers are eligible to bid only if they meet the local
content norms, therefore whether or not they want to avail PP-LC benefit, it will still
be mandatory for them to give adequate documentation as follows to establish their
status as class-I or class-II local supplier.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE- A-2
to BEC
We have reviewed the local content in the offer no. ________ dated _________ submitted
by M/s ____________ (name of the bidder) against the enquiry no. __________ by M/s
____________ (name of the bidder) as per the mandatory minimum local content
requirement as mandated by Ministry of Petroleum and Natural Gas, Government of
India vide Order no P-45021/2/2017-PP (BE-11) dated 16.09.2020 or Notification No
FP-20013/2/2017-FP-PNG-Part (4) (E-41432) dated 26.04.2022 subject to revisions/
amendments thereof.
In the above offer, we certify the bidder’s status and local content as under:
• Class-I local Supplier: Offer has local content equal to or more than 50%, as
defined in the policy.
OR
• Class-II local Supplier: Offer has local content more than 20% but less than
50%, as defined in the policy.
{Strike off whichever is not applicable out of two above}
Authorized signatory
Membership no.:
UDIN No:
ANNEXURE-B
to BEC
(To be printed on Bidder's letterhead, signed, stamped, scanned and submitted online
through Tender Portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sub.: Undertaking as per BEC Clause No. 3.2.2 against Tender No:……………dated__
We, M/s.__________________ also agree that, during any stage of the tender/contract
agreement, in case the above information/documents submitted by us are found to be false,
Oil India Limited has the right to immediately reject our bid/terminate contract at any stage
and carry out further legal action on us in accordance with law.”
Yours faithfully,
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
Note: This form should be returned along with offer duly signed.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-C(I)
to BEC
FORMAT OF AGREEMENT BETWEEN BIDDER AND THEIR PARENT
COMPANY/SUBSIDIARY COMPANY/SISTER-SUBSIDIARY/CO-
SUBSIDIARY/ MEMBER OF SAME NETWORK OR MEMBER OF SAME
GLOBAL FIRM
(As the case may be)
(As per BEC Clause No. 4.5)
This agreement made this day of month year by and between M/s
(Fill in the Bidder’s full name, constitution and registered office address)
hereinafter referred to as bidder on the first part and M/s. (Fill
in full name, constitution and registered office address of Parent
Company/Subsidiary Company) hereinafter referred to as “Parent
Company/Subsidiary Company/Sister-Subsidiary/Co-Subsidiary/Member of
same network or Member of same global firm (Delete whichever not applicable)” of
the other part:
WHEREAS
M/s. Oil India Limited (hereinafter referred to as OIL) has invited offers vide
their tender No. ________________for _____________
M/s.__________ (Bidder) intends to bid against the said tender and desires to
have technical support of M/s____________[Parent Company/Subsidiary
Company-(Delete whichever not applicable)] and whereas Parent
Company/Subsidiary Company (Delete whichever not applicable) represents
that they have gone through and understood the requirements of subject tender
and are capable and committed to provide the services as required by the
bidder for successful execution of the contract, if awarded to the bidder.
1. M/s. (Bidder) will submit an offer to OIL for the full scope of work
as envisaged in the tender document as a main bidder and liaise with OIL
directly for any clarifications etc. in this context.
3. This agreement will remain valid till validity of bidder’s offer to OIL including
extension if any and till satisfactory performance of the contract in the event the
contract is awarded by OIL to the bidder.
4. It is further agreed that for the performance of work during contract period
bidder and Parent Company/Subsidiary Company (Delete whichever not
applicable) shall be jointly and severely responsible to OIL for satisfactory
execution of the contract.
In witness whereof the parties hereto have executed this agreement on the
date mentioned above.
M/s. M/s.
Witness: Witness:
1) 1)
2) 2)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-C(II)
to BEC
WHEREAS
M/s Oil India Limited, a company duly registered under the Companies Act 1956,
having its Registered Office at Duliajan in the State of Assam, India, hereinafter
called “OIL” which expression shall unless excluded by or repugnant to the context
thereof, be deemed to include its successor and assigns, invited tender number
……………for …….. on ………….. M/s (mention complete name), a company duly
organized and existing under the laws of ……………. (insert jurisdiction/country),
having its Registered Office at …………………….. (give complete address)
hereinafter called “the Company” which expression shall, unless excluded by or
repugnant to the subject or context thereof, be deemed to include its successor
and permitted assigns, have, in response to the above mentioned tender invited
by OIL, submitted their bid number …………………… to OIL with one of the
condition that the Company shall arrange a guarantee from its parent company
guaranteeing due and satisfactory performance of the work covered under the said
tender including any change therein as may be deemed appropriate by OIL at any
stage. The Guarantor represents that they have gone through and understood the
requirement of the above said tender and are capable of and committed to provide
technical and such other supports as may be required by the Company for
successful execution of the same.
The Company and the Guarantor have entered into an agreement dated as per
which the Guarantor shall be providing technical and such other supports as may be
necessary for performance of the work relating to the said tender.
job without any demur or objection, in continuation and without loss of time and
without any cost to OIL and duly perform the obligations of the Company to the
satisfaction of OIL.
2. The Guarantor agrees that the Guarantee herein contained shall remain valid and
enforceable till the satisfactory execution and completion of the work (including
discharge of the warranty obligations) awarded to the Company.
3. The Guarantor shall be jointly with the Company as also severally responsible for
satisfactory performance of the contract entered between the Company and OIL.
4. The liability of the Guarantor, under the Guarantee, is limited to the 50% of the
contract price entered between the Company and OIL. This will, however, be in
addition to the forfeiture of the Performance Guarantee furnished by the Company.
5. The Guarantor represents that this Guarantee has been issued after due observance
of the appropriate laws in force in India. The Guarantor hereby undertakes that the
Guarantor shall obtain and maintain in full force and effect all the governmental
and other approvals and consents that are necessary and do all other acts and
things necessary or desirable in connection therewith or for the due performance of
the Guarantor’s obligations hereunder.
6. The Guarantor also agrees that this Guarantee shall be governed and construed
in accordance with the laws in force in India and subject to the exclusive
jurisdiction of the courts of ................., India.
7. The Guarantor hereby declares and represents that this Guarantee has been given
without any undue influence or coercion, and that the Guarantor has fully
understood the implications of the same.
8. The Guarantor represents and confirms that the Guarantor has the legal capacity,
power and authority to issue this Guarantee and that giving of this Guarantee and
the performance and observations of the obligations hereunder do not contravene any
existing laws.
Witness:
ANNEXURE-D
to BEC
(Strike out whichever is not applicable between Ultimate Parent and Holding
Company. Similarly strike out whichever is not applicable between Sister
Subsidiary and Co-subsidiary Company)
WHEREAS
M/s. Oil India Limited (hereinafter referred to as OIL) has invited offers vide
their tender No. for and M/s. (Bidder) intends to
bid against the said tender and desires to have a technical support of
M/s. (Sister Subsidiary/Co-subsidiary Company)
and Sister Subsidiary/Co- subsidiary Company represents that
they have gone through and understood the requirements of subject tender and
are capable and committed to provide the services as required by the bidder for
successful execution of the contract, if awarded to the bidder.
Now, it is hereby agreed to by and between all the three parties as follows:
1. M/s. (Bidder) will submit an offer to OIL for the full scope of work
as envisaged in the tender document.
3. This agreement will remain valid till validity of bidder’s offer to OIL including
extension if any and also till satisfactory performance of the contract in the event
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
7. In witness whereof the parties hereto have executed this agreement on the date
mentioned above.
ANNEXURE-E
to BEC
DECLARATION FORMAT
(As per Notes to BEC Clause No. 4.0)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sub.: Declaration as per Notes to BEC Clause No. 4.0 against Tender No: ______
dated____
Signature
ANNEXURE-F
to BEC
Item INR
Sanctioned Line of Credit
Utilized Line of Credit
Balance Line of Credit
We further confirm that we are a scheduled commercial bank having Net worth
more than INR 100 Crore.
If the bidder becomes successful for award against the tender, the line of credit
shall be extended for successful completion of contract.
Designation:
Official address of Bank:
Place:
Date:
(Affix Seal of the Bank)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND WIS AT
LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-G
to BEC
(To be made on non-judicial stamp paper duly sign and stamp by the bidder authorized
signatory having power of attorney & to be notarized scanned and submitted online
through tender portal)
ii) The Concurrent Financial Commitment shall have to be for all Segments of
Company's business operation, which contribute to the Turnover of the
Company.
ANNEXURE-H
to BEC
Following financial data has been extracted from Audited Financial Statement of
M/s… .......................... (Name of the bidder) and certify the following:
Year 1:
Year 2:
Year 3:
Note:
(i) Bid Capacity should be strictly as per BEC clause no. 5.4 and the Commitments
for the next 12 months from the date of expiry of bid validity should be considered
as per the declaration made in Annexure-G to BEC. This certificate is to be
submitted on the letter head of Chartered Accountant.
(ii) Any Financial Data except for the commitments as referred in BEC clause no. 5.4
should be obtained from the Audited Financial Statements.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND WIS AT
LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-I
to BEC
(To be executed by the authorized signatory of the bidder on the official letter head of the
bidder, signed, stamped, scanned and submitted online through tender portal)
Yours faithfully,
For (type name of the firm here)
Date:
Note: This certificate is to be issued only considering the time required for
preparation of Financial Statements i.e. if the last date of preceding
financial/accounting year falls within the preceding six months reckoned from the
Original Bid Closing Date or within the due date for furnishing of audit report as per
Section 139 (1) of IT Act, 1961 (read along with latest circulars/notification issued
by CDBT from time to time)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND WIS AT
LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-J
to BEC
DEED OF GUARANTEE
WHEREAS
M/s. Oil India Limited (hereinafter referred to as OIL) has invited offers vide their
Tender
No. for and M/s [Name of
the incorporated Joint Venture Company] intends to bid against the said tender
based on the financial strength of M/s [Complete Name of JV member with
more than 50% stake] and whereas M/s [Complete Name of JV member
with more than 50% stake] represents that they have gone through and
understood the requirements of subject tender and are capable and committed
to provide the Financial support as required by the bidder for qualifying and
successful execution of the contract, if awarded to the bidder.
Now, it is hereby agreed by the Guarantor to give this Guarantee and undertakes
as follows:
1. The Guarantor confirms it holds ……. (in percentage, should be more than
50%) and shall maintain minimum 50% stake in the M/s [Name of the
incorporated Joint Venture Company] till execution of the contract is
accomplished.
2. The Guarantor agrees and confirms to provide the Audited Annual Reports
of any of the preceding 03(three) financial/accounting years reckoned from
the original bid closing date.
3. The Guarantor have an annual financial turnover of minimum INR________
during any of the preceding 03(three) financial/accounting years reckoned
from the original bid closing date.
4. Net worth of the Guarantor is minimum INR________ for the accounting year
preceding the original bid closing date.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND WIS AT
LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Witness: Witness:
1. 1.
2. 2.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-K (I)
to BEC
(To be executed, stamped, scanned and submitted online through tender portal)
DEED OF GUARANTEE
(a) This Guarantee herein contained shall remain valid and enforceable till
the satisfactory execution and completion of the work (including
discharge of the warranty obligations) awarded to the Bidder.
(b) The liability of the Guarantor, under the Guarantee, is limited to the 100%
of the contract price entered between the Bidder and OIL. This will,
however, be in addition to the forfeiture of the Performance Guarantee
furnished by the Bidder.
(c) This Guarantee has been issued after due observance of the appropriate
laws in force in India.
(d) This Guarantee shall be governed and construed in accordance with the
laws in force in India and subject to the exclusive jurisdiction of the
courts of New Delhi, India.
(e) This Guarantee has been given without any undue influence or coercion,
and that the Guarantor has fully understood the implications of the
same.
(f) The Guarantor has the legal capacity, power and authority to issue this
Guarantee and that giving of this Guarantee and the performance and
observations of the obligations hereunder do not contravene any existing
laws.
Witness: Witness:
1. 1.
2. 2.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-K(II)
to BEC
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sub.: Undertaking as per Note under Note 6. of Clause 5.0 of Financial Criteria of
BEC against Tender No: ______ dated____
Signature
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sub.: Undertaking as per Note under Note 6. of Clause 5.0 of Financial Criteria of
Signature
ANNEXURE-K(III)
to BEC
The details of the Issuing Bank and Controlling Bank are as under:
A. Issuing Bank:
BANK
FAX NO:
BANK EMAIL ID:
BANK TELEPHONE NO:
IFSC CODE OF THE BANK:
B. Controlling Office:
Address of the Controlling Office of the BG issuing Bank:
Name of the Contact Person at the Controlling Office with Mobile No. and
e-mail address:
Witness Address
Date: Place:
1. Note:
The Bank Guarantee issuing bank branch must ensure the following:
(a) The Bank Guarantee issued by the bank must be routed through SFMS
platform as per the following details:
year claim period). The details of the Issuing Bank and Controlling Bank are
as under:
A. Issuing Bank:
B. Controlling Office:
Name of the Contact Person at the Controlling Office with Mobile No. and
e-mail address:
Designation
Witness
Address
Date:
Place:
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-L
to BEC
BID SECURITY DECLARATION
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender
portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
We M/s hereby accept that if we withdraw or modify our bid during the period
of its validity or in the event of award of contract, we fail to sign the contract or
submit performance security within the deadline as defined in the tender document;
Oil India Limited will suspend us for a period of two years without conducting any
enquiry.
Name:
Designation:
Phone No.:
Place:
Date:
ANNEXURE-M
to BEC
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender
portal)
TO
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Yours faithfully,
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure N and N1 to BEC are the Price Bid format and Schedule of
Payments (SOP).
ANNEXURE-O (I)
to BEC
Port &
Freight Is it re- HSN
Sl. Item Qty CIF other Landed Year of
& exportabl Code
No. Descripti /UnitRate Total Value charge Cost Mfg.
Insuranc e
on
e ?
YES or
NO
E=C G= I=
A B C D xD F F+ E H G+H J K L
(1) The items which are not of consumable in nature and required to be re-
exported outside India after completion of the Contract should be indicated
as "YES" in column "J".
(2) The items, which are of consumable in nature should be indicated as "NO" in
column "J".
(3) For estimation of applicable customs duty, the bidders are required to
indicate customs tariff code (i.e. HSN Code) of each item in column "L".
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-O (II)
to BEC (As per Clause 7.0)
SL MATERIAL CONTENT/COMPONENT ELIGIBLE FOR VALUE
NO. PEL/ML BENEFITS & CURRENCY
(i) Total Material Cost considered for availing concessional
IGST/SGST & CGST/UTGST as applicable, as per Notification No.
3/2017- Central Tax (Rate) dtd. 28.06.2017 and amendments
thereof. (For domestic procurement of materials)
(ii) Total Material Cost considered for availing Custom Duty
exemptions with concessional IGST for PEL/ML as applicable, as
per Notification No. 02/2022- Customs dated 01.02.2022 and
amendments thereof. OIL shall issue required
undertaking/certificate for availing for availing Custom Duty
Exemptions with concessional IGST. (For import of materials)
ANNEXURE-P
to BEC
FORM AT FOR INSP ECTIO N CER TIFICATE FROM THIRD PAR TY
INSP ECTIO N AGENCY
(Ref.: Clause 9.0 THIRD PARTY INSPECTION of BEC)
(To be executed by the authorized signatory of the TPI agency on the official letter
head of the TPI agency, signed, stamped, scanned and submitted online through tender
portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Note: In the event of any requirement, OIL reserves the right to ask the inspection
agencies to verify the documents with source, if required at no extra cost to OIL.
Yours faithfully,
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-Q
to BEC
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
(a) In the event of award, we in accordance with RBI’s “Consolidated Circular on Opening
of Current Accounts and CC/OD Accounts by Banks” ref: RBI/2022-23/27
Dated:19/04/2022 shall
(Strike out the option whichever is not applicable under i & ii)
i) Open a project specific Current/CC/OD Account (located in the vicinity where the
project is executed) in case we have not availed any credit facilities from the banking
system till date or our aggregate exposure of the banking system is less than ₹5 Crore.
OR
ii) Open a project specific Current/CC/OD Account (located in the vicinity where the
project is executed) with any scheduled/nationalized banks with which it has CC/OD
facility, provided that the bank has at least 10 per cent of the aggregate exposure of the
banking system to us. In case none of the lender banks has at least 10 per cent of the
aggregate exposure, the project specific current account to be opened with the bank
having the highest exposure among CC/OD providing banks.
OR
time, the minimum balance after first remittance by OIL against invoice from us shall
remain 5% of the annualized contract value.
(c) We M/s._______________________ will not use this account for entering into any type of
mortgage/loan/factoring arrangement with other financial institutions during the course
of the contract execution with OIL without the written consent of OIL.
Yours faithfully,
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-R
to BEC
FORM AT OF UND ER TAKING BY BIDD ER
(W.R.T. Clause 12 Mobilization Time Of
Bid Evaluation Criteria)
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Kind Attn.: GM (Projects-C&P)
We, M/s. …… do hereby undertake that we comply with as per Terms, Conditions
mentioned in tender documents. We, M/s.______ also undertake as under:
(i) Our Key Manpower shall be subject to OIL/ EPMC’s prior approval and
shall not be removed from the Site by us without consent of OIL/EPMC.
(ii) We, M/s. …… prior to commencing the Services at the Site, shall submit
inspection & test reports for approval of OIL/EPMC for the Construction
Equipment/Lifting equipment in respect of their condition and suitability for
their proposed use and shall maintain them in good order and condition
throughout the Contract Period and the same shall be used within the limits
specified in the relevant certificate.
(iii) OIL shall also reserve the rights to mobilize any other contractors for
construction activities at cost and risk of M/s.______ if there is any delay
impacting the critical path of baseline schedule based on the Contractor’s
progress report to ensure the completion date.
(iv) We, M/s. …… also comply that without regards to clause herein, OIL at its
sole discretion, despite the non-mobilisation, installation, commissioning of Plant
by us beyond the completion date/mobilisation timeline, will allow us to operate
the facility subject to liquidity damages as per various clauses mentioned in
tender.
Yours faithfully,
ANNEXURE-S
to BEC
FORM AT OF UND ER TAKING BY BIDD ER
( W.R.T. Clause 13, Transfer of Ownership of Bid Evaluation Criteria)
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
(i) The complete facility along with all spare parts and maintenance equipment
and tools shall be the transferred to OIL at the end of 10 year O&M period.
(ii) We, M/s._____ shall remove our construction equipment, temporary facilities
and bring the location/site to its original condition free from any unscientific
contamination/disposal at the end of the Contract within specified time.
(iii) The Crude Oil/Natural Gas produced/separated and stored in the GGS
facility shall be the property of OIL and we, M/s.__ shall not claim for title or
ownership or right of their use (unless mentioned elsewhere in tender where Gas
can be used for internal consumption).
(iv) OIL shall have title to all technical data and information acquired in
connection with the Services and pertaining to the data and information relating
to production, crude and gas characteristics and any other information that we,
M/s. ____acquire during performance of the Services, for which this tender
(Tender No. _______) has been invited.
Yours faithfully,
ANNEXURE-T
to BEC
FORM AT OF UND ER TAKING BY BIDD ER
W.R .T. CL AUS E 1 5 CO NFL ICT OF INTERES T OF
BID EVAL UATION CR ITER IA
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sir,
We, M/s.____________do hereby undertake that our company shall refrain from
entering into any business relationships or activities, which would result into a
‘Conflict of Interest’ with the agency/consultant, who has been engaged by OIL
for firming up the specifications and/or tender evaluation and/or monitoring,
execution of the project (as applicable), for which this tender (Tender No. _______)
has been invited.
We hereby declare and confirm that the above information and particulars are
true and correct.
Yours faithfully,
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-U
to BEC
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender
portal)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
“We M/s.________________ have read the clause regarding restrictions on procurement from
a bidder or a country which shares a land border with India;
We M/s.________________ certify that this bidder is not from such a country or, if from such
a country, has been registered with the Competent Authority. We hereby certify that this
bidder fulfils all requirements in this regard and is eligible to be considered.
Yours faithfully,
Name:
Designation:
Phone No.:
Place:
Date:
(Affix Seal of the Organization here, if applicable)
Note: This form should be returned along with offer duly signed.
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ANNEXURE-V
to BEC
Dated ………
1.0 That I have been duly authorized by the Competent Authority of M/s…………to execute
the instant undertaking cum declaration.
2.0 That, M/s …………..is participating against Tender No. _______________ floated by Oil
India Ltd., Duliajan for “…………...”
3.0 That, M/s ……………………..did not execute any contract in OIL in the preceding 07
years reckoned from the Bid Closing Date of the instant Tender
OR
That, M/s………………….has successfully executed and / or being executed following
contracts with Oil India Limited in the preceding 05 years reckoned from the Bid Closing Date
of the instant Tender
i)…….
ii)……
4.0 That, it is agreed and undertaken that in the event it is detected by OIL at any stage
during the currency of Tender or execution of Contract that any of the above
declaration/information furnished by me is false/incorrect or there is suppression of any
material facts, in such situation, OIL reserves the right to reject the bid or cancel the contract,
as the case may be.
OATH
“I swear that, I am duly authorized by the competent authority of the Firm and above
undertaking/declaration is true, that it conceals nothing and that no part of it is false, so
help us God”
Identified By
DEPONENT
(Signature with Seal)
(Advocate)
Signed and sworn before me by the above named deponents after being read over the contents
mentioned above by ………………..,Advocate so that the deponents seemed to understand
properly the contents of this affidavit.
NOTARY
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
GENERAL CONDITIONS OF CONTRACT
(GCC)
P a g e 1 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1.1 Applicability
1.2.1 COMPANY/OIL/Operator:
1.2.2 CONTRACTOR:
1.2.3 Contract:
1.2.4 Site:
P a g e 2 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1.2.6 Sub-Contract:
1.2.11 Service/Works/Operations:
1.2.12 Equipment/Materials/Goods:
P a g e 3 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1.2.13 Drawings:
1.2.14 Specifications:
1.2.16 Inspectors:
1.2.17 Tests:
1.2.18 Approval:
1.2.19 Day:
1.2.20 Month:
P a g e 4 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1.2.21 Year:
1.2.24 Guarantee:
1.2.25 Mobilization:
1.2.26 De-mobilization:
P a g e 5 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 8 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 9 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Full address
Branch Code
Code Nos. of the authorized signatory with full name and
designation.
Phone Nos.
Fax Nos.
E-mail address.
P a g e 10 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
12.3 Taxes:
P a g e 12 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 14 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
14.0 INSURANCE:
14.2 Any deductible set forth in any of the above insurance shall
P a g e 15 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
be borne by Contractor.
14.3 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.
14.4 All insurance taken out by Contractor or their sub-
contractor shall be endorsed to provide that the
underwriters waive their rights of recourse on the Company
and to the extent of the liabilities assumed by Contractor
under this Contract.
P a g e 16 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
14.11 Deductible:
P a g e 17 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 18 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
15.0 LIABILITY:
P a g e 19 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 21 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Each party shall hold harmless and indemnify the other from and
against all claim and proceedings for or on account of any patent
rights, design, trade mark or other protected rights arising from any
use of materials, equipment, processes, inventions and methods,
which have not been imposed on the attending party by the terms of
the contract or the specifications forming part thereof.
P a g e 22 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 24 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
27.1 COMPANY shall pay to the CONTRACTOR during the term of the
Contract the amount due from time to time calculated according
to the rates of payment set and in accordance with other
provisions hereof. No other payments shall be due from COMPANY
unless specifically provided for in the Contract. All payments will
be made in accordance with the terms hereinafter described.
27.2 Request for payment/part payment to third party i.e. other than
the party on whom the contract has been awarded will not be
entertained by OIL under any circumstances.
27.3 MANNER OF PAYMENT: All payments due by COMPANY to
CONTRACTOR hereunder shall be made at CONTRACTOR‟s
designated bank. Bank charges, if any will be on account of the
CONTRACTOR.
27.4 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 payment
shall make and deliver to CONTRACTOR written notice of
objection to any item or items the validity of which COMPANY
questions.
27.5 INVOICES: Mobilization charges will be invoiced only upon
completion of mobilization as certified by COMPANY
representative and CONTRACTOR is ready at site for starting the
services / operation. Payment of mobilization charges shall
be made within 45 days following the date of receipt of
undisputed invoices by COMPANY.
27.6 CONTRACTOR shall send invoice to COMPANY on the day
following the end of each month for all daily or monthly charges
due to the CONTRACTOR.
27.7 CONTRACTOR will submit 02 (two) sets of all invoices duly super
scribed `Original‟ and `copy‟ as applicable to the COMPANY
for processing payment. Separate invoices for the charges
payable under the contract shall be submitted by the
CONTRACTOR for foreign currency and Indian currency.
27.8 Payment of monthly invoices, if undisputed, shall be made
within 30 days following the date of receipt of invoice by
COMPANY.
27.9 COMPANY shall within 30 days of receipt of the invoice notify
the CONTRACTOR of any item under dispute, specifying the
reasons thereof, in which event, and payment of the disputed
amount may be withheld until settlement of the dispute, but
payment shall be made of any undisputed portion on or before
the due date. This will not prejudice the COMPANY‟s right to
question the validity of the payment at a later date as envisaged
in clause no. 27.4 above.
27.10 The acceptance by CONTRACTOR of part payment on any billing
not paid on or before the due date shall not be deemed a waiver
of CONTRACTOR‟s rights in any other billing, the payment of
which may then or thereafter be due.
27.11 Payment of Final demobilization charges shall be made if
applicable within 45 days on receipt of invoice by COMPANY
accompanied by the following documents from the CONTRACTOR:
a) Audited account up to completion of the Contract.
b) Tax audit report for the above period as required under the
Indian Tax Laws.
c) Documentary evidence regarding the submission of returns
P a g e 25 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(i) Copy of PF-ECR duly stamped by the designated Bank, along with a
print of the digitally signed PDF data sheet of the ECR, as proof of
payment, each month, details of this PDF data sheet shall be verified
by the appropriate authority (i.e. Payment Making Authority) in the
COMPANY from the official website of EPFO
(http://www.epfindia.gov.in).
P a g e 26 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 27 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Upon occurrence of such cause, the party claiming that it has been
rendered unable as aforesaid thereby, shall notify the other party in writing
within 72 (Seventy Two) hours of the alleged beginning and ending thereof,
giving full particulars and satisfactory evidence in support of its claim.
Should „force majeure‟ condition as stated above occurs and should the
same be notified within 72 (Seventy two) hours after its occurrence the
`force majeure' rate (if specified in the SCC of the Contract) shall apply for
the first 15 (fifteen) days for each such occasion.
Either party shall have the right to terminate the Contract if such `force
majeure' conditions continue beyond successive 60 (Sixty) days [or exclusively
mentioned in the SCC of the Contract] with prior written notice of 15 days,
provided termination of the Contract does not result into safety hazard to the
life and property on account of withdrawal of operations or the operation is
at critical stage. COMPANY shall have the absolute right to decide whether
any safety hazard exists or operation is at critical position and decision of
the COMPANY shall binding upon the CONTRACTOR.
Should either party decide not to terminate the Contract even under such
condition, no payment would apply after expiry of fifteen (15) days force
majeure period. [or exclusively mentioned in the SCC of the Contract]
32.0 SET-OFF:
P a g e 28 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
33.0 WITHHOLDING:
COMPANY may withhold or nullify the whole or any part of the amount due
to CONTRACTOR, after informing the CONTRACTOR of the reasons in
writing, on account of subsequently discovered evidence in order to protect
COMPANY from loss on account of :
When all the above grounds for withholding payments are removed,
payment shall thereafter be made for amounts so with-held.
P a g e 29 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Principal Bench of Gauhati High Court (or the High Court under whose
territorial jurisdiction, the place of execution of contract falls).
This Agreement including all matter connected with this Agreement, shall
be governed by the laws of India (both substantive and procedural) for the
time being in force and shall be subject to exclusive jurisdiction of Courts,
mentioned hereinabove. Foreign companies, operating in India or entering
into Joint ventures in India, shall also be governed by the laws of India
and shall be subject to sole and exclusive jurisdiction of above Courts.
The CONTRACTOR shall ensure full compliance of various Indian Laws and
Statutory Regulations, as stated below, 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:
Note: The above Acts are only indicative and not exhaustive. The Acts shall
include the rules and regulations framed thereunder.
P a g e 31 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
The CONTRACTOR shall be liable for all surface and sub-surface pollution
to the extent caused by CONTRACTOR and resulting from CONTRACTOR‟s
operation/service or spillage or dumping of solvents/additive substances or
pollutants, which the CONTRACTOR brings to the Site for use in connection
with Work to be performed under this Contract.
by COMPANY) & the courts wherever levy of such taxes / duties are
disputed by COMPANY / CONTRACTOR.
39.3 Any increase in net amount of the duties and taxes (i.e. the amount
of taxes/duties payable minus eligible credit of taxes/duties paid on
input services/inputs) after the contractual completion/mobilization
date during the extended period will be to the CONTRACTOR‟s
account, where delay in completion /mobilization period is
attributable to the CONTRACTOR. However, any decrease in net
amount of the duties and taxes (i.e. the amount of taxes/duties
payable minus eligible credit of taxes/duties paid on input
services/inputs) after the contractual completion/mobilization date
will be to COMPANY‟s account.
39.4 The Contract Price and other prices given in the Schedule of Prices
are based on the applicable tariff as indicated by the
CONTRACTOR in the Schedule of Prices. In case this information
subsequently proves to be wrong, incorrect or misleading,
COMPANY will have no liability to reimburse/pay to the
CONTRACTOR the excess duties, taxes, fees, if any finally
levied/imposed by the concerned authorities. However, in such an
event, COMPANY will have the right to recover the difference in case
the rate of duty/tax finally assessed is on the lower side.
39.5 Notwithstanding the provision contained in Clause-39.1 to 39.4
above, the COMPANY shall not bear any liability in respect of:
i. Personal taxes on the personnel deployed by CONTRACTOR, his
sub- CONTRACTOR/sub-sub-CONTRACTORs and Agents etc.
ii. Corporate taxes and Fringe benefit tax in respect of
CONTRACTOR and all of their sub-CONTRACTORs, agents etc.
iii. Other taxes & duties including Customs Duty and GST in
addition to new taxes etc. in respect of sub-CONTRACTORs,
vendors, agents etc. of the CONTRACTOR.
iv. Any liability on the CONTRACTOR, which was accrued under
the old law or contract, which the CONTRACTOR is obligated to
pay either to the COMPANY or to the Government Authority.
39.6 In order to ascertain the net impact of the amendment/
revisions/enactment of various provisions of taxes/duties, the
CONTRACTOR is liable to provide following disclosure to COMPANY:
i. Details of each of the input services used in relation to providing
service to COMPANY including estimated monthly value of input
service and GST tax amount.
ii. Details of Inputs (material/consumable) used/required for
providing service to COMPANY including estimated monthly
value of input and GST paid/payable on purchase of inputs.
39.7 The above provisions would be applicable only in case of variation
in rate of taxes and duties on supply of services to OIL and not
applicable on taxes and duties on input (goods and services)
towards such services.
39.8 Any claim or reduction on account of change in law shall be
accompanied with undertaking that the provisions of anti-
profiteering clause under GST Act have been complied with.
40.0 SEVERABILITY:
P a g e 33 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 34 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Arbitrators.
5) The parties agree that they shall appoint only those persons as
arbitrators who accept the conditions of the arbitration clause. No
person shall be appointed as Arbitrator or Presiding Arbitrator who
does not accept the conditions of the arbitration clause.
6) If any of the Arbitrators so appointed dies, resigns, becomes
incapacitated or withdraws for any reason from the proceedings, it
shall be lawful for the concerned party/arbitrators to appoint
another person in his place in the same manner as aforesaid. Such
person shall proceed with the reference from the stage where his
predecessor had left if both parties consent for the same; otherwise,
he shall proceed de novo.
7) Parties agree and undertake that neither shall be entitled for any
pre- reference or pendente-lite interest on its claims. Parties agree
that any claim for such interest made by any party shall be void.
8) The arbitral tribunal shall complete the proceedings, make and
publish the award within time stipulated in the Arbitration and
Conciliation Act, 1996(as amended)
9) If after commencement of the arbitration proceedings, the parties
agree to settle the dispute mutually or refer the dispute to
conciliation, the arbitrators shall put the proceedings in abeyance
until such period as requested by the parties. Where the proceedings
are put in abeyance or terminated on account of mutual settlement
of dispute by the parties, the fees payable to the arbitrators shall be
determined as under:
10) 20% of the fees if the claimant has not submitted statement of claim.
11) 40% of the fees if the pleadings are complete
12) 60% of the fees if the hearing has commenced.
13) 80% of the fees if the hearing is concluded but the award is yet to be
passed.
14) Each party shall be responsible to make arrangements for the travel
and stay etc. of the arbitrator appointed by it. Claimant shall also be
responsible for making arrangements for travel/stay arrangements
of the Presiding Arbitrator and the expenses incurred shall be shared
equally by the parties.
15) In case of sole arbitrator, both parties shall equally share all
expenditures that may be required to be incurred.
16) The fees and other administrative/secretarial expenses of the
arbitrator(s) shall not exceed the model fee as stipulated in Schedule
of the Act and such expenses shall be equally borne by the parties.
17) The Place/Seat of Arbitration shall be Guwahati or the place where
the contract is executed. The venue of the arbitration shall be
decided by the Arbitrator(s) in discussion with the parties. The cost
of arbitration sittings shall be equally borne by the parties.
18) The Arbitrator(s) shall give reasoned and speaking award and it shall
be final and binding on the parties.
19) Subject to aforesaid, provisions of the Arbitration and Conciliation
Act, 1996 and any statutory modifications or re-enactment thereof
shall apply to the arbitration proceedings under this clause.
P a g e 35 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(Not Applicable in cases where value of dispute is less than Rs. 25 Lakhs and
more than 2 Crore)
proceedings.
e) OEC shall hear both the parties and recommend possible terms of
settlement between the parties. The recommendations of OEC shall be
non-binding and the parties may decide to accept or not to accept the
same. Parties shall be at liberty to accept the OEC recommendation
with any modification they may deem fit.
f) Where recommendations are acceptable to both the parties, a
settlement agreement will be drawn up in terms of the OEC
recommendations or with such modifications as may be agreed upon by
the parties. The settlement agreement shall be signed by both the
parties and authenticated by all the OEC members either in person or
through circulation. This settlement agreement shall have the same
legal status and effect as that of an arbitration award on agreed terms
on the substance of the dispute rendered by an arbitral tribunal under
Section 30 of the Arbitration and Conciliation Act, 1996.
g) OIL will share all other guidelines regarding reconciliation through OEC
with the CONTRACTOR when it resorts to settlement through OEC.
Both parties agree to adhere to these guidelines.
h) All the expenditure incurred in the OEC proceedings shall be shared by
the parties in equal proportion. The parties shall maintain account of
expenditure and present to the other for the purpose of sharing on
conclusion of the OEC proceedings.
i) The OEC proceedings must be completed within a period of 03 (three)
months from the date of constitution of the OEC with a provision of
extension of one months, subject to mutual agreement. The Place of
OEC shall be either at New Delhi or Guwahati.
j) If the parties are not able to resolve the dispute through OEC or do
not opt for conciliation through OEC, the party may invoke arbitration
clause as provided in the contract.
k) The parties shall be represented by their in-house
employees/executives. No party shall bring any advocate or outside
consultant/advisor/agent. Ex-officers of OIL who have handled the
matter in any capacity directly or indirectly shall not be allowed to
attend and present the case before OEC on behalf of Contractor.
However, ex- employees of parties may represent their respective
organizations.
l) Solicitation or any attempt to bring influence of any kind on either OEC
Members or OIL is completely prohibited in conciliation proceedings
and OIL reserves the absolute right to close the conciliation proceedings
at its sole discretion if it apprehends any kind of such attempt made by
the Contractor or its representatives.
42.5 Exclusions
P a g e 37 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
government authority.
iv) Any claim which is less than Rs. 25 Lakh.
44.0 TERMINATION:
In such an event (i.e. termination under Article No. 44.4 to 44.9 above), the
contract shall stand terminated and shall cease to be in force from the
date of such notification by the COMPANY. Thereafter the CONTRACTOR
shall stop forthwith any of the work then in progress, except those work
which the COMPANY may, in writing, require to be done to safeguard any
property or work, or installations from damages, and the COMPANY may
take over the remaining unfinished work of the CONTRACTOR and complete
the same through a fresh CONTRACTOR or by other means, at the risk and
cost of the CONTRACTOR, and any of its sureties if any, shall be liable to
the COMPANY for any excess cost occasioned by such work having to be so
taken over and completed by the COMPANY over and above the cost at the
rate / cost specified in the schedule of quantities and rates / prices.
In such an event (i.e. termination under Article No. 44.4 to 44.9 above), the
COMPANY may take over the work of the CONTRACTOR or any part thereof
and complete the same through a fresh CONTRACTOR or by other means,
at the risk and cost of the CONTRACTOR. The CONTRACTOR and any of its
sureties are liable to the COMPANY for any excess cost over and above the
cost at the rates specified in the schedule of quantities and rates/prices,
occasioned by such work having been taken over and completed by the
COMPANY.
47.0 ERRING/DEFAULTING AGENCIES:
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.
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
P a g e 40 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE &
TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Key personnel cannot be changed during the tenure of the Contract except
due to sickness/death/resignation of the personnel or any other justified
situation in which case the replaced person should have equal experience
and qualification, which will be again subject to prior approval, by the
COMPANY.
&&&&
P a g e 41 | 41
GCC
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
elz
BOOT TENDER
TERMS OF REFERENCE (TOR)
& TECHNICAL SPECIFICATIONS
Prepared By:
P a g e 1 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
VOLUME-I Part-3
SECTION: II
1.0 INTRODUCTION:
Oil India Ltd (OIL), a premier National Oil Company engaged in the
business of Exploration, Production and Transportation of Crude oil and
Natural Gas intends for HIRING OF SERVICES FOR A GGS (GROUP GATHERING
STATION) CONSISTING OF AN OCS, ETP+STP AND WIS AT LAKWAGAON IN
SIVASAGAR, ASSAM, BUILD OWN OPERATE & TRANSFER (BOOT) BASIS for a
period of 10 (Ten) years from the date of successful commissioning with
provision for extension by another 5 (Five) years. Lakwagaon field is expected
to boost OIL’s crude oil production in the next 4 to 5 years and this field is also
expected to sustain the production for the next 15 to 20 years. The Lakwagaon
field is in between Demow and Sivasagar towns in the District of Sivasagar,
Assam and is at a distance of nearly 70 Km from Dibrugarh. The field was
discovered in 2017. The production from the field is reasonable with ample
reserve of crude oil and natural gas.
2.0 DESCRIPTION:
The project will be executed in phases, viz. Phase A and Phase B as follows:
P a g e 2 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
The installation (OCS & ETP) shall be constructed on Modular design concept
with emphasis on skid mounted prefabricated facilities minimizing
construction work at site to the extent possible as per functional specifications
of various process/utility packages. Instead of permanent civil buildings,
containerized offices/structures will be preferred. OIL invite tenders from
suitably experienced/service providers/contractor for Design, supply,
construction, installation, commissioning, operations and maintenance on
BOOT (Build, Own, Operate & Transfer) basis. The contractor is to provide
Equipment for system packages as per the list given in Appendix-I with
associated equipment/tools & services as mentioned in Clause No. 1.0 of this
section till the completion of BOOT contract at the same rates, terms and
conditions.
Scope of works under this tender/contract are divided into two parts-
o SOW until completion of Final Mobilization i.e; until Commissioning of the plant
(including PGTR)
o SOW during Commercial Operation after completion of PGTR
4.1 SOW until completion of Final Mobilization i.e; until Commissioning of the
plant (including PGTR):-
4.1.1 BOOT contractor will prepare Front End Engineering Design (FEED) and
submit the same to EPMC M/s KAVIN for approval. They will also generate
detailed design and engineering on the basis of the approved FEED, in
accordance with normal industry and good engineering practices and/or
modify the same. The detailed engineering design, design data,
engineering drawings etc. prepared by BOOT contractor will be evaluated,
verified and certified by EPMC. EPMC has done Soil testing and same will
be provided by EPMC. Bidder may refer the reports and may design all
civil foundations at its own risk and discretion by referring the soil testing
P a g e 3 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.1.3 BOOT contractor shall provide all necessary documents to EPMC to verify
/ certification of materials, certification of various equipment, verification
of compliance of statutory requirements, verification of compliance of
various standards applicable to oilfield equipment, verification of
compliance of all safety standards as per OISD, DGMS and CPCB/SPCB,
compliance of all security standards as per IB recommendations etc.
DGMS approval of the Instruments is a statutory requirement and is
required over & above certification by ATEX/FM/UL/CSA/
CENELEC/BASEFA/PTB.
4.1.4 BOOT contractor shall procure & supply the entire equipment for the
plant, ancillary facilities, construction materials and arrange for
construction, integration/installation and commissioning of the
equipment/plant including all sub-systems and other facilities for smooth
running of the plant. BOOT contractor scope is the scope of work of an
EPC contractor; however, they will be the operator of this plant after
commissioning of the plant for a period of minimum 10 (ten) years
extendable by 5 (five) years. All civil works including additional land filling
(if required) & development, internal roads, foundation for vessels, sheds
for equipment, office / accommodations etc. and all mechanical activities
like fabrication of tanks, hook-up jobs, piping jobs etc. shall be in the
scope of the BOOT contractor.
P a g e 4 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.1.7 OIL is in the process of creating a Satellite Fire Station inside the GGS
Lakwagaon plant, in the area earmarked on the indicative plot plan
published in this tender. Construction of the Satellite Fire Station is not
included in the scope of this tender/contract. However, supply of water
(water required for fire tenders and domestic purpose) and supply of
electricity to the satellite fire station shall be in the scope of BOOT
contractor.
4.1.8 The temporary barricading of the project site during construction activity
and deployment of Security during construction & commercial operation
are included in the BOOT contractor’s scope. The barricade shall be made
of CGI sheet with adequate iron / steel posts so as to prevent miscreant’s
activities. The Security arrangement shall be as per applicable guidelines
/ established norms/IB norms.
4.1.9 Earth filling, permanent boundary wall with entry/exit gates, peripheral
roads outside the boundary wall are not in BOO Contractor’s scope. All
other infrastructure required for civil construction jobs for the plant like -
micro grading, additional earth filling (if required) during equipment &
ancillary systems installation/erection, internal roads, equipment
foundations, drains and any other works necessary to make the plant
operational are included in BOOT’s scope.
4.1.10 The Contractor shall have to supply and use their own tools &
equipment/facilities etc. as required to undertake the above services.
P a g e 5 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.1.12 Perform and fulfil all of the BOOT Contractor ’s obligations as may be
specified under the BOOT Agreement.
4.1.14 The BOOT Contractor shall be responsible for maintaining the peace &
tranquility of the environment & surroundings. The BOOT Contractor
shall not install any such equipment or machines which may release
sound above the statutory noise limits set forth by various statutory
authorities from time to time.
4.1.16 The BOOT Contractor shall prepare standard operating procedures (SOPs
) for various operation of the Plant. The standard operating procedure
(SOP ) shall be notified to EPMC M/s KAVIN prior to implementation for
necessary approval. The SOPs shall be in place tentatively 01 month prior
to start commissioning activities of the GGS Plant.
4.1.18 BOOT contractor shall submit to EPMC M/s KAVIN a compile list of
required O&M spares & consumables for 03 year operation of all
mechanical, electrical, control & instrumentation systems including
planning of inventory at least 04 months prior to start final stage of PGTR,
P a g e 6 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.1.22 Carry out Volatile Organic Compound (VOC), fugitive emission survey in
the process units and offsite areas as per the requirement.
P a g e 7 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Operation and maintenance of the entire Group Gathering Station (GGS) shall
be the single point responsibility of the BOOT contractor who shall deploy
suitable and adequate manpower at the plant for the continuous, satisfactory
and safe round the clock operations as per the requirement of OIL. Under this
contract the scope of work for operations and maintenance of GGS shall include
operation and maintenance of the GGS along with all auxiliaries and associated
rotary and static equipment of the Station. BOOT Contractor shall have to
ensure Operation and maintenance of the PLANT on the round the clock basis.
It is not possible to mention detailed list of activities necessary to operate Oil &
Gas plant. Below list is provided to have an idea about minimum basic activities
required to be performed during regular commercial operation of the plant.
Apart from the below listed activities. BOOT contractor shall perform any other
activities deemed necessary for smooth and safe functioning of the GGS plant.
The nature of jobs & their activities not explicitly mentioned in the scope of work
and are required to be carried out for achieving system/equipment availability
shall also be carried out by the contractor at no extra cost.
4.2.4 To impart training on work safety and use of fire extinguishers to the
personnel to be engaged and briefing the entire crew regarding hazards
associated with OCS, ETP, STP & WIS operations, evacuation and
emergency procedure.
4.2.5 Ensure Periodic Training of personnel on Fire safety, First aid etc. as
advised by OIL from time to time.
P a g e 8 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.8 BOOT contractor shall provide all Personal Protective Equipment (PPEs)
required for working in Oil Mines to their O&M crews. The BOOT
Contractor shall bear the cost on PPEs for all of their employees to be
deployed at the GGS.
Safety appliances like Safety Boots, Safety Helmet and Full Body
harness etc. have to be DGMS approved. Necessary supportive
documents / approvals shall have to be submitted as proof. OIL will
check the brands / qualities of the PPE items at site prior to issue of
the PPE items to the BOOT Contractor’s employees. BOOT contractor
to take approval of brand and sample of PPE items from EPMC at least
03 months prior to start of PGTR.
In case OIL finds any PPE items to be of inferior quality, torn &/or
tattered, the same shall not be allowed to be used by the deployed
personnel. Persons without PPE shall not be allowed to work on any
time of a day and corresponding shortage of manpower shall be
considered as deviation/upset in the PLANT’s DESIRED
PERFORMANCE LEVEL and shall attract penalties.
P a g e 9 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.9 Operating crew shall wear proper PPEs all the time during duty hours.
4.2.10 The Contractor shall have to arrange for food, lodging and transportation
service for their operating personnel as well as provisioning of
materials/operational consumables including Petroleum Oil &
Lubricants etc. for smooth functioning of the GGS Facility.
4.2.11 To file Annual Return to DGMS, Assam State Pollution Control Board
and other authorities as required under Mines Act, OMR and various
Environmental and Pollution Control Acts.
4.2.14 To conduct Toolbox talk (TBT) at the beginning of each shift and record
of TBT shall be maintained properly.
P a g e 10 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
of the BOOT contractor and OIL will take necessary action against such
occurrence as deemed fit.
4.2.21 OIL or its designated agencies may carry out periodic checks / Inspection
of the equipment / Instruments / Records and witness calibration of
instruments from time to time. These inspections / checks / witness
may be intimated in advance or may not be intimated in advance. The
BOOT Contractor shall assist OIL or its designated agencies in these
inspections & shall comply with requirement of OIL or its designated
Agencies.
4.2.26 To test PSVs in test bench and to maintain proper record in statutory
form-Frequency of testing should be as per statutory norms/ standard
followed within the industry.
4.2.27 To carryout sand/sludge cleaning of all fired and unfired pressure vessel
and to maintain proper record -frequency of testing should be as per
statutory norms/ standard followed within the industry.
4.2.28 To carryout hydro testing of all fired and unfired pressure vessel and to
maintain proper record of such testing in statutory forms-frequency of
testing should be as per statutory norms/ standard followed within the
industry.
P a g e 11 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.30 Daily Operation Report (DOR): BOOT Contractor to prepare DOR and
shall made the report available to Engineer In-charge of OIL/ Installation
Manager on the following day before 7:00 am positively. The report shall
contain following minimum information- crude oil produced in 24
hrs,HP/LP gas produced in 24 hrs, formation water produced in 24 hrs,
crude oil dispatched in 24 hrs, opening stock tank quantity of crude oil,
closing stock tank quantity of crude oil, quantity of HP/LP gas
transferred in 24 hrs, quantity of HP/LP gas flared in 24 hrs, internal
consumption of fuel gas in 24 hrs, quantity of formation water treated in
ETP, volume of water injected in 24 hrs.
4.2.34 To carry out well test of every producing well at least once in a month for
a minimum continuous period 8-12 hrs or as per instruction of
Installation Manager/ Engineer In-charge of OIL and shall record flow
rate of all fluids in well test register book. One time well test of individual
well shall be done mandatorily in every calendar month with prior
intimation to Installation Manager/Engineer In-charge of OIL. Some
wells may require to be tested more than one time in a month as per
instruction of Installation Manager/ Engineer In-charge of OIL.
P a g e 12 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.36 To maintain product quality record (OCS outlet condition, ETP outlet
condition, STP outlet condition, WIS outlet condition) as specified in the
tender.
P a g e 13 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.47 Annual Maintenance Contract (AMC): The BOOT Contractor shall tie up
with OEMs or their Franchise for Annual Maintenance Contract for
critical equipment / systems like- DCS, CODP, INJECTION PUMP,
HEATING SYSTEMS, HVAC SYSTEMS, CRTICAL PROCESS
EQUIPMENTS/SYSTEMS of ETP, AIR COMPRESSOR, IRF SYTEMS,
GENSETS, AC UPS SYSTEM, DC UPS SYSTEM etc.
4.2.48 The bidders need to carefully incorporate in their quoted price the costs
of such AMCs.
4.2.49 The AMC job shall be done at a stretch under the supervision of Service
Engineer(s) of OEM or their franchise. The job shall be carried out by
OEM or their franchise Service personnel in accordance with the service
P a g e 14 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.50 AMC for each of the equipment will have to cover i) Preventive
Maintenance jobs, ii) Predictive maintenance jobs, iii) Breakdown
maintenance jobs, iv) Any other supports needed by the BOOT contractor
for smooth functioning of the above equipment to ensure overall safety
and reliability of the system and to reduce unwanted failures of the
system.
4.2.51 In case, the BOOT Contractor decides for bringing OEM or their
franchisees for any job, the same needs to be endorsed by OIL. But the
primary responsibility for all type of maintenance jobs shall entirely rest
with the BOOT Contractor and all penalties remain applicable on the
BOOT Contractor even if Contractor hires services of the OEMs.
Attributing any failure of the BOOT Contractor on the OEM / franchisees
or their service(s) shall not be acceptable. OIL’s endorsement is only for
allowing the BOOT Contractor to employ the OEMs / franchisees on their
behalf.
4.2.55 Tools & tackles: The BOOT Contractor shall have to be equipped with all
required tools & tackles and other equipment for effectively carry out the
jobs. These include but not limited to items like wrenches, tongs,
hammers, chisel, dies, portable handheld equipment such as noise level
indicator, vibration monitor, flammable gas detector, hand pump
alignment gauge (dial indicator) with attached fixtures, digital
tachometer, Infra ray temperature gauge, slide calliper, outside and
inside micrometre, steel foot rule, temperature guns for measuring
engine temperatures, hydraulic pullers of sufficient ratings, tripods &
chain pulleys of required ratings etc., all tools necessary for attending
routine and breakdown maintenance of electrics, instrumentation and
control system etc. Further, minimum 3 (three) nos. of flame proof Torch
Lights in good working condition shall be kept at the station for
monitoring the units/equipment at night. The bidders need to carefully
incorporate in their quoted price the costs of Tools & Tackles as
described in this clause.
4.2.57 To maintain proper stock of O&M spares & consumables for smooth
operation and maintenance of the GGS.
4.2.58 To operate and maintain the plant facilities and related equipment to
achieve at least 95 percent system availability. The scheduled shut down
time for planned maintenance is not considered for calculating the
availability, however, planned shutdown schedule to be decided and
approval obtained in the first month of each operational year. Shut down
should be in the sense that wells can be produced without interruption.
4.2.59 To provide/supply POL items viz. HSD, engine oil, gear oil, grease,
coolants, bearing lubricants etc. required for normal day to day
operation and routine maintenance jobs of the GGS.
4.2.60 To provide electric power supply for the entire GGS plant.
P a g e 16 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.65 The BOOT Contractor needs to develop flower garden in the Plant
premises at areas identified by OIL and maintain the same throughout
the year.
4.2.66 The Contractor shall have to plant adequate number of seasonal flower,
decorative plants in the garden areas of the GGS premises.
4.2.68 To maintain bore well water requirement for WIS, Firefighting system,
water required for any process facilities & for domestic purpose.
P a g e 17 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4.2.70 The BOOT Contractor shall ensure that during operation no such
chemicals or wastes or gases or pollutants may be released which may
affect the health of the environment. The BOOT Contractor shall install
any such equipment which may be required to ensure the sanctity of the
environment. BOOT contractor shall also identify a place/ space for
disposal of such waste.
4.2.71 To hand over 01 (one) year O&M spares at the time of contract
completion.
4.3 Following are the scope matrix for the statutory approval
BOOT
S No DESCRIPTION OIL
Contractor
1 Environmental Clearance √
2 DGMS Approval/intimations √
CEA-Central Electricity Authority (if
3 √
required)
CGWA-Central Ground Water
4 √
Authority
5 CTE-Controlled Testing Environment √
6 CTO-Consent to Operate √
PESO-Petroleum and Explosives
7 √
Safety Organization (if required)
The installation shall have the following facilities in general. This is indicative
only and the Contractor has to provide any other facilities as per operational
and statutory requirement.
P a g e 18 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
A. PROJECT DEFINITION:
Complete OCS, ETP and WIS facility with scope of O&M by BOOT
contractor for a period of 10 (Ten) years from the date of successful
commissioning with provision for extension by another 5 (Five) years
including all engineering documents, statutory clearances. At the end of
contractual period, the plant assets will be handed over to OIL in good
working condition. Contractor’s tools and equipment and personnel shall be
demobilized and removed from the site by BOOT contractor.
C. LAND:
Minimum 70 Bighas (93800 m2) land will be provided by OIL duly Earth
filled, complete with permanent boundary wall with entry/exit gates and
peripheral roads. All infrastructure required for the plant shall be completed
by BOOT contractor. Indicative Plot Plan/ Plant layout is provided for
reference purpose. However, the contractor may propose new layout with
reduced plant area keeping the safety requirement in mind.
D. TIMELINE:
The facilities shall be commissioned as below from the date of issue of LOA
to successful bidder.
P a g e 19 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
E . TYPE OF CONSTRUCTION:
F. SUMMARY:
P a g e 20 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
NB: Calibration certificate should be provided as per norms. Also, in case of any
mismatch pointed out by EPMC/OIL, calibration to be conducted.
P a g e 21 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 22 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Note:
i) The scope of buildings indicated above shall also include all associated
facilities such as HVAC, Pressurization system, fire alarm system, LAN,
Communication system etc.,
ii) The Contractor after verification of survey report may visit the site for
undertaking assessment of foundation requirement including bore holes,
if any, at his cost.
iii) In GGS overall plot plan, a specific area is earmarked for OIL incoming
and outgoing pipeline facilities to be hooked up.
iv) The facilities which will be built by Contractor shall be maintained by
Contractor including periodic painting and rectification works as per
agreed philosophy mentioned elsewhere in the Bidding Document.
v) Contractor shall provide one exclusive workstation for OIL in the GGS
control room under viewing option for GGS operations
vi) Various requirement of utilities such as instrument air, service water etc,
and other utilities as required are indicated by OIL/EPMC and sizing of
these facilities shall be by Contractor. .
vii) During mechanical completion of the Project as per the Agreement, the
Contractor shall repair all internal and external approach roads and
further, undertake and complete carpeting works before commissioning
of the GGS facilities.
viii) It will be the prime responsibility of the Contractor to maintain green belt
as per guidelines of statutory authorities
ix) All statutory compliance shall be ensured and required necessary
permission shall be obtained during detail engineering of the GGS
facilities including payment to statutory authorities as applicable.
However, OIL, being the ultimate owner shall issue all requisite letters
and shall accompany Contractor to statutory authorities wherever
required.
P a g e 24 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
x) All taxes and duties during construction and operations stage for the full
period of the Project shall be on account of Contractor for the facilities
developed by it. The Contractor shall note that above scope matrix is
indicative only and hence shall refer detail scope of work enumerated
discipline wise in Volume II. Should there be any discrepancy between
scope matrix and discipline wise detailed scope of work, scope matrix
shall precede over discipline wise detailed scope of work and the decision
of OIL/EPMC shall be final and binding without any time and cost
implications.
WELL NUMBER
S.No Well parameter
LKG# LKG# LKG# LKG# LKG# LKG# LKG#
01 03 04 05 02 06 07
N/A
FBHP (kg/cm2) 305 301.9 306.5 326.5 304.4 310.4
2
Temperature (°C) 84.2 84.6°C 84.3°C 82.9°C 83.4°C 83.2°C
3 FTHP (kg/cm2) 69 44 61 77 30 65 64
4 SITP (kg/cm2) 90 87 88 92 50 86 -
7 0 7 2 0 0 0 2
Water Flow Rate (KLPD)
8 Gas Oil Ratio (GOR) or 83 80 89 100
Gas Flow Rate SCM/KL - 59 93
a) GAS COMPOSITION
Gas Composition of Well Fluid (Chromatographic Analysis of gas at
LKG# 001). Loc. MFK.
Gas Composition by
Component
Volume (Note 6.2.a)
Methane 92.75
P a g e 25 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Gas Composition by
Component
Volume (Note 6.2.a)
Ethane 3.90
Propane 0.62
i-Butane 0.48
n-Butane 0.16
i-Pentane 0.15
n-Pentane 0.03
Hexane + 0.23
Nitrogen 0.09
CO2 1.59
Total 100
Gas gravity 0.6141
Gross Calorific Value
9477.7
(KCAL/SCUM)
Net Calorific Value
8552.8
(KCAL/SCUM)
HP Wells (Number of wells with Tag Nos.) – LKG# 001, LKG# 002,
LKG# 003, LKG# 004, LKG# 005, LKG# 006, LKG#007 & 18 Future
wells of Lakwagaon:
Well fluid Pressure (dynamic) at well inlet manifold, kg/cm 2g-
10 - 90
Well fluid temperature at well inlet manifold, °C -
27-50
P a g e 26 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Temperature, °C 30 27 24
PV (cP) 30 51 69
YV (dynes / cm2) 2 6 13
Pour point, °C <9
P a g e 27 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1 PH 8.5 9.0
2 Salinity (ppm) 3600 5100
3 -CO32- , ppm 120 660
4 -HCO3-, ppm 2684 3500
Temperature of 45-55
crude in Storage
Tank, °C
Pressure, kg/cm2g Capable to handle pressure up to 85 kg/cm2g (at
crude oil dispatch pump discharge)
BS&W, vol % 0.2 (maximum)
RVP, psia 10 (Maximum)
TVP, psia <14.7
Sands, % w/w Nil
b. TREATED GAS
Treated Gas will be used as fuel gas in-house and rest will be made ready
for flaring/transportation/ compression.
Temperature, 50
°C
Pressure, Upto 25 kg/cm2g (pressure may vary in the range 2-
kg/cm2g 25 KSC as per OIL’s requirement) @ Trunk line KOD
outlet (Battery limit)
Liquid carryover 100 ppm (maximum)
Particle Size <10 microns
P a g e 28 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.0 PERSONNEL:
The Contractor shall provide competent personnel with requisite
experiences & qualifications mentioned under below sub-clauses 9.1 &
9.2 on round the clock basis. OIL/EPMC reserves the right to decide
for engagement of these personnel on the basis of verification of relevant
documents prior to engagement.
P a g e 29 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 30 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 32 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2.2 The employees engaged by the Contractor shall be under the payroll
of their company and copy of their appointment letters are to be
submitted to OIL.
9.2.3 Except for AMC service through OEMs for selected facilities /
equipment as detailed in the tender, Housekeeping, Gardening and
Sanitation services, deployment of manpower through third party or
subcontracting will not be allowed for O&M jobs of the GGS.
P a g e 33 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2.6 Even after initial deployment, if at a later stage OIL finds any
personnel of the BOOT Contractor to be unsuitable / undesirable to
OIL and communicates to the BOOT Contractor in writing,
the BOOT Contractor shall remove such personnel immediately
from working at the GGS. In this case, the BOOT Contractor entirely
on their expense shall promptly replace such personnel with
alternative personnel acceptable to OIL.
9.2.11 The Chief Plant Manager by the BOOT Contractor shall be fluent in
English and local Language (both writing and speaking).
P a g e 34 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2.13 The Contractor may replace their personnel during their due off/leave
provided equivalent category of personnel is deployed and subject to
approval from OIL/ EPMC on their credentials.
9.2.14 The Contractor shall ensure that all the personnel shall have a full
medical examination in accordance with accepted medical standard
prior to engagement. In Case of any medical emergency/treatment of
contractor’s personnel’s, the contractor shall be responsible for their
treatment i.e. all such treatment cost has to be borne by the
contractor. However, OIL Hospital facility may be availed on
chargeable basis.
No of
OPERATION TEAM Duty pattern
personnel
P a g e 35 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Maintenance Manager
1 General Shift duty
Mechanical
EDG Operator /Electrical
1 General Shift duty
technician
Field Maintenance /operator
1 General Shift duty
Mechanical
Field Maintenance /Operator
1 General Shift duty
Electrical
E&I supervisor 1 General Shift duty
Mechanic Fitter 3 General Shift duty
Welder, gas cutter 1 General Shift duty
Skilled helper 3 General Shift duty
E & I Technician 1 General Shift duty
SUPPORT STAFF
House keeping helper
2 General Shift duty
/sweeping etc
Gardener 2 General Shift duty
Fire & Safety Officer 1 General Shift duty
9.2.18 Normal duration of General shift as well as shift duty duration will be
same as OIL’s timings. However, if OIL decides that presence of all or
anyone of them is necessary for safe, uninterrupted, and full-capacity
performances of all O&M jobs of the plant at any time beyond general
shift on any days, person(s) must attend duty at site. Here decision
of the necessity of the person’s presence is solely OIL’s and BOOT
Contractor has to abide by that decision.
P a g e 36 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2.21 The BOOT Contractor, before starting the work shall obtain a license
from concerned authorities under the Contract Labour (Abolition and
Regulation) Act 1970, and furnish a copy of the same to the
Company. BOOT Contractor shall also be responsible for its validity
and renewal and for complying with provisions of all applicable Act,
Rules and Regulation in force at the locations of the site.
9.2.23 For all employees of the BOOT Contractor in any shifts, meal time
shall be of half an hour included within 8(eight) hours of shifts.
Normally, extended hours of shift duty pattern will not be allowed
considering safety hazards in the plant. However, under special
circumstances or emergency requirement, OIL may allow extension
of shift duty hours for temporary period without violation of statutory
requirements. Other than general shift employees, all other
employees shall avail this half-hour break in staggered manner. In
no case, the BOOT Contractor can claim shortage of manpower at
any time of a day by more than 1 person on account of lunch / Tiffin
break etc.
P a g e 37 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2.25 The bidders need to carefully incorporate in their quoted price the
costs of manpower as described in this clause which will be a part of
their monthly O&M bill amount.
9.2.26 Shift personnel shall perform their duties in 3 shift pattern (8 hours
duration each). For 8 hrs shift pattern, morning shift will be from
5AM to 1PM, evening shift will be from 1PM to 9PM and night shift
will be from 9PM to 5AM. General shift duty personnel shall work for
8 hours a day (working hours being 7 AM to 11 AM and 11.30 PM to
3.30 PM with a lunch break of 0.5 hour in between). During ongoing
maintenance activities if any, the maintenance personnel will not
leave site till completion of the job or till obtaining necessary approval
from OIL's Installation Manager. In case of emergencies, services will
have to be provided on Sundays, Holidays and beyond normal
working hours.
P a g e 38 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 39 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
11 Welder, gas cutter Minimum 8th standard pass with 3 years’ experience
as welder.
12 Skilled helpers 10th standard pass with at least 03 (three) years
working experience in mechanical workshops.
13 E&I Technician • Diploma in Electrical engineering from an institute
recognized by Govt. Of India/ State govt./AICTE and
having at least 3 (three) years’ working experience in
electrical discipline in petroleum/process/chemical
industry.
or
ITI certificate holder in electrical discipline having
minimum 5 (five) years’ experience in the operation
and maintenance of electrical equipment, preferably
P a g e 41 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.2.30 The Contractor may replace their personnel during their due off/leave
provided equivalent category of personnel is deployed and subject to
approval from OIL/ EPMC on their credentials.
9.2.31 The Contractor shall ensure that all the personnel shall have a full
medical examination in accordance with accepted medical standard
as per Mines Regulations prior to engagement. In Case of any medical
emergency/treatment of contractor’s personnel’s, the contractor shall
be responsible for their treatment i.e. all such treatment cost has to
be borne by the contractor. However, OIL Hospital facility may be
availed on chargeable basis.
P a g e 42 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 43 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
In view of above, the scope of the proposed GGS will have provision for
interconnectivity with the future GCS. The following are to be considered
in the GGS for the future GCS:
ii) BOOT contractor shall provide provision for gas line connectivity from
the GGS to future GCS by providing flange connection with valves and
blinds - Already mentioned in the scope of works.
iii) BOOT contractor shall make provision in the Control System of the GGS
for connectivity and for extension in the control system to accommodate
GCS input/control data. BOOT contractor/bidder shall also consider
physical space for GCS control panel in the main control room of GGS.
P a g e 44 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
British Standards
P a g e 46 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
All goods and services supplied shall meet all applicable local and
international regulations on health, safety and environmental issues.
P a g e 47 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 48 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 49 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure–I to TOR
P a g e 50 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1.0. SAFETY:
4.7.1 Contractor will appoint a HSE coordinator/ Safety officer for the
project.
4.7.2 All necessary statutory approvals to be taken for the equipments
and instruments.
4.7.3 All appliances, equipment and machinery that may be used in
hazardous area will be of such type, standard and make as
approved by DGMS.
4.7.4 All Contractor personnel will have to undergo Mines Vocational
Training prior to deployment in the mine.
4.7.5 Contractor to adhere to OIL’s HSE Management System.
4.7.6 Digitization of drawings, (P&I) diagrams to be done.
4.7.7 All piping including Fire water lines should be above ground and
should have single point support.
4.7.8 Rain water harvesting for static water tank storage to be
considered.
2.0. SAFETY NORMS DURING CONSTRUCTION:
2.1. The contractor personnel shall abide by all relevant statutory
safety and environment rules, regulations, applicable codes and
standards (i.e. OMR, OISD standards, BIS etc.). It will be solely
the Contractor's responsibility to fulfill all the legal formalities
with respect to the Health ,Safety and Environmental aspects of
the entire job (namely; the person employed by him, the
equipment, the environment, etc.) under the jurisdiction of the
district of that state where it is operating. Ensure that all sub-
contractors hired by him comply with the same requirement as
the contractor himself and shall be liable for ensuring compliance
all HSE laws by the sub or sub-sub contractors.
2.2. Every person deployed by the contractor in the site must wear
safety gadgets to be provided by the contractor. The Contractor
shall provide proper Personnel Protective Equipment as per the
hazard identified and risk assessed for the job and conforming to
statutory requirement and OIL PPE schedule. Safety appliances
like protective footwear, Safety Helmet and Full Body harness has
to be DGMS approved. Necessary supportive document shall have
to be submitted as proof. If the Contractor fails to provide the
safety items as mentioned above to the working personnel, the
Contractor may apply to the OIL {OIL) for providing the same. OIL
will provide the safety items, if available. But in turn, OIL will
recover the actual cost of the items by deducting from
Contractor's Bill. However, it will be the Contractor's sole
responsibility to ensure that the persons engaged by him in the
mines use the proper PPE while at work. All the safety gears
mentioned above are to be provided to the working personnel
before commencement of the work.
2.3. The Contractor shall prepare written Safe Operating Procedure
(SOP) for the work to be carried out, including an assessment of
risk, wherever possible and safe methods to deal with it/them.
P a g e 51 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
The SOP should clearly state the risk arising to men, machineries
& material from the mining operation I operations to be done by
the contractor and how it is to be managed.
2.4. The Contractor shall provide a copy of the Safe Operating
Procedure (SOP) to the person designated by the Mine owner who
shall be supervising the Contractor’s work.
2.5. Keep an up to date SOP and provide copy of changes to EIC / PIC.
2.6. Contractor has to ensure that all work is carried out in
accordance with the Statute and SOP and for the purpose he may
deploy adequate qualified and competent personnel for the
purpose of carrying out the job in a safe manner. For work of a
specified scope/nature, he should develop and provide to the
mine owner a site specific code of practice in line.
2.7. While carrying out welding and cutting jobs, the contractor shall
strictly enforce the guidelines as stated in OMR – 1984.
2.8. The oxy acetylene cutting sets will have to be fitted with flash back
arrestors in the regulator side as well as nozzle side. The
contractor shall engage only skilled, capable and competent
personnel who are fully conversant with the job. Before starting
the job, the contractor shall submit the list of competent
personnel with valid certificates, who will carry out the job.
2.9. During transportation of line pipes by road, it shall be tied up
securely with rope/ chain on trailers, to prevent toppling over of
pipes on bumpy roads. The pipes should be unloaded carefully to
prevent damage at the ends/ body of the pipes & pipe threads.
2.10. Contractor or his authorized representative shall conduct Tool
Box meeting everyday where tools used are to be checked and
briefing of jobs to be done . The record of Tool Box meeting to be
kept in writing and copy of the meeting to be sent to EPMC / OIL.
2.11. Chain pulley block and other lifting equipment used for lifting
shall be tested and should be of in good condition and certified by
appropriate statutory authority.
2.12. Supervising personal shall always be present at working spot
during working hours.
2.13. Smoking is not permitted in the work place.
2.14. All torches, regulators, cylinders and other equipment should be
of an approved design of appropriate authority and in good
conditions.
2.15. The contractor shall arrange and fit spark arrestor to the exhaust
of the Truck mounted reverse circulatory rotary drilling rig engine
and welding machine, if required as per the instruction of
representative of OIL.
2.16. Necessary sign boards/ warning signals etc should be used while
working. The said sign boards/ warning signals shall have to be
arranged by the contractor.
P a g e 52 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
2.17. First aid box shall provided by the contractor and same has to be
kept ready at work site for contractor's personnel while carrying
out the job.
2.18. Under no circumstances LPG should be used for gas cutting
purpose.
2.19. The contractor shall have to back fill the pit & have to clear away
all the rubbish and surplus materials from the site on completion
of work and shall have to leave the site clean and tidy.
2.20. The contractor shall ensure complete safety of the personnel
engaged by him, and of all the equipment they will handle and
must take full responsibility for their safety.
2.21. The contractor shall ensure the quality and reliability of all the
tools, equipment and instruments they use.
2.22. The contractor shall provide suitable facility such as Drinking
Water, Toilets, Lighting, and Canteen etc for their working
personal.
2.23. The contractor's personnel have to take every possible care to
keep the environment clean and free from pollution.
2.24. The contractor's personnel should understand the implication of
the known hazards related to the work undertaken by them and
the necessity of having an emergency plan ready to counter them.
2.25. While providing the services, the contractor personnel have to
follow the procedures and systems taking all control measures in
all the stages of works to avoid any untoward incidents/accidents.
2.26. The contractor shall have to report all sorts of near miss incidents
and accidents to EPMC/OIL.
2.27. The contractor should deploy a competent person though out the
job under whose constant supervision only the job will be carried
out.
2.28. Any compensation arising out of the job whether related to
pollution matter, Safety or Health will be paid by the contractor
only.
2.29. The contractor should deploy only MVT trained person.
2.30. The contractor has to keep a register of the persons employed by
him. The contractor's supervisor shall take and maintain
attendance of his men every day for the work, punctually.
2.31. The health check up of contractor personnel is to be done by the
contractor in authorized Health centers as per OIL's requirement
& proof of such test to be given to the OIL. They should be issued
cards stating the name of the contractor and the work and its
validity period, indicating status of MVT, IME & PME. The
frequency of periodic medical examinations should be every five
years for the employees below 45 years of age and every three
years for employees of 45 years of age and above.
2.32. Any compensation arising out of the accident cases to contractor
employees will be borne by the contractor.
P a g e 53 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 54 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure–II to TOR
and
P a g e 55 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 56 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
3.2. The Contractor shall ensure that the quality system is clearly understood
and faithfully implemented at all levels in his organization.
3.3. The Contractor shall develop quality consciousness among all personnel
working for the contract.
3.4. One level higher than those generally responsible to carry out the activity
shall resolve the non-conformances. Such resolution shall be in full
knowledge of Departmental Manager.
Non-conformances may be the result of any/ all of the following:
a) Technical Reviews
b) Q.A. Reviews & Surveillance
c) Inspections
d) Internal Audit (Contractor’s)
e) External Audit (OIL)
f) The correctives action shall be initiated at the earliest and the
report shall be submitted for
g) OIL’s review.
3.6. The contractor shall submit all quality records (generated during activity
execution) and audit result on well-laid formats/ proforma for OIL’s
review. The rights of such review are reserved by OIL. OIL may review it
in full, part or selectively. However, complete correctness of the Q.A.
records shall be the sole responsibility of the contractor irrespective of its
review by OIL.
3.7. The contractor shall get similar Q.A. records from his subcontractor.
These shall be reviewed and certified for compliance before submitting for
OIL’s review.
3.9. The contractor shall have a system for identifying personnel training
needs in line with ISO: 9004.
The Contractor shall not process the activity/ item beyond a hold point,
without written approval by OIL except where prior written permission
for further processing is available.
4.5. QA Records
Documents which demonstrate achievement of required quality and
verify effective operation of quality systems viz.:
P a g e 58 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 59 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure-IIa
GUIDELINES TO BIDDERS FOR COVERAGE OF DOCUMENTS
1.0 QUALITY ASSURANCE MANUALS
This document is applicable to all the contracted activities performed at
contractor’s/ subcontractor’s works/ office. The document shall cover the
following:
a) Policy statement of the organization on Quality Assurance.
b) Company Organizational Structure, including Q.A. Organization
Structure.
c) Personnel responsibilities (as regards Q.A)
d) Periodic Q.A. System review programme by higher management.
e) Control procedures for design, procurement, construction and
commissioning.
f) Documentation control procedures.
g) Co-ordination procedure.
h) Control procedures for inspection and testing.
i) Control procedures for non-conformance resolution and corrective action.
j) Quality records (generated during activity execution).
k) System and basis of quality cost estimation.
5.0 PURPOSE
This document describes the procedure/ methodology to be followed for QAP,
Inspection, Expediting, Monitoring and Review of inspection related activities
by BOOT contractors for all equipments/ items procured by them for OIL’s
Lakwagaon GGS to ensure compliance of Quality Standards.
6.0 SCOPE
The requirement of this procedure is applicable to all BOOT Contractors/
Vendors for supply of Packages, Equipment’s and materials etc.
P a g e 61 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
7.0 DEFINITIONS
7.1 Contractor, Sub-contractor, Supplier, Seller, Agents are considered
synonymous to Vendor.
7.2 “VENDOR” means the person(s), firm, company organization from whom
BOOT Contractor procures products/services as part of their obligation
towards Company to the project.
7.3 “M.R.” means Material Requisition, “P.S.” means Purchase Specification
including technical specifications and agreed variations, if any.
7.4 BOOT Contractor: The Person(s), firm, company, organization
responsible for executing the specified work inclusive of engineering,
procurement and construction on Lump Sum Turnkey contract basis.
7.5 INSPECTION CATEGORY
Grouping of various equipment and materials based upon criticality of
service conditions.
7.6 “TPIA” means Third Party Inspection Agency appointed by BOOT
Contractor with prior approval from OIL/EPMC.
7.7 “Company” means Oil India Limited. or their authorized agency i.e.
consultant.
7.8 “Consultant” is EPMC, Kavin Engineering and Services Pvt Ltd.,
7.9 DETAILS OF THE PROJECT
Creation of GGS at Lakwagaon
8.0 GENERAL
8.1. All categories A, B & C items/ Equipment shall have to be procured from
Company suggested vendors. In this regard, no difference is made
between the equipment’s purchased by the BOOT Contractor or through
his contracted agencies.
8.2. OIL at its discretion may depute Company’s QAD inspector to carry out
inspection of all materials and equipment procured and inspection of site
activities.
9.0 METHODOLOGY
9.1. BOOT Contractor shall develop and submit the QA/ QC procedures
proposed to be adopted by him/ selected vendor to Company for review.
The QA/ QC procedures shall cover all the activities to be performed by
Contractor and suppliers. The procedures shall cover the following as
minimum:
a) List of Equipment and type of inspection agency.
b) Quality Assurance Manual including organogram, Standard
Quality Assurance plan.
c) Co-ordination procedure
d) Inspection Procedure giving details such as, but not limited to:
Material Identification, Welding, Pre/ Post weld Heat Treatments,
NDT, PMI, Performance Tests, Functional Tests, Hydrotests,
Package String Tests, Painting, Lining etc. covering all
P a g e 62 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
CATEGORY A:
Stage wise and final inspection including document review by
TPI/OIL/EPMC
CATEGORY B:
Final Inspection including document review by TPI/OIL/EPMC
CATEGORY C:
Inspection by BOOT Contractor/TPI and document review by
OIL/EPMC
9.3. If called upon to do so, the BOOT Contractor shall arrange meetings with
his Vendors/ manufacturers to confirm Company’s requirements and to
ensure that these requirements are fully understood by all parties
including Third Party Inspection Agency/ Agencies.
The ITPs & QAPs shall identify and include the following:
a) A documented sequence of inspection and test activities related to
the product or service provided, specific procedures, methods and
work instructions to be applied to each activity shall be defined.
This shall include but not limited to material identification, WPQ,
NDT procedures & personnel, heat treatment, Positive Material
Identification (PMI), pressure tests, performance tests, string tests,
strip tests, hydrotests, type tests, routine tests, acceptance tests,
calibration tests, functional tests and pre-shipment clearing
procedures etc. as the case may be.
b) Products or services to be sub-contracted, including the relevant
quality program to be applied.
c) Method of verification of sub-vendors conformance to requirement.
d) Incoming, in-process and final inspection requirements.
e) Calibration of measuring and test instruments and maintenance of
calibration records.
f) Identification of the product from applicable drawings,
specifications or other documents during all stages of production,
delivery and installation and to ensure that each product which is
going in the process of fabrication/ manufacture/ construction/
erection has proper identification throughout the process including
final output.
g) Inspection and Test status of the project shall be identified by using
markings, authorized stamps, tags, route cards, inspection records
etc. during the course of manufacture to clearly indicate
acceptance/ rejection of tests/ stages of inspection performed
during its manufacturing cycle. The identification of inspection and
test status shall be maintained.
h) Statistical techniques, if employed, to be identified.
i) The specific allocation of responsibilities for each activity, including
identification of inspection authority responsible for the release of
conforming product.
j) Traceability requirements as applicable.
k) Quality records required.
BOOT Contractor should ensure that vendors follow the above for the
production and supply of materials, equipment and services.
P a g e 64 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9.6. (A) BOOT Contractor shall ensure that all AS/ SS bulk materials (pipes,
pipe fittings, valves, flanges, fasteners etc) are properly identified and
finally check tested by a PMI analyzer to avoid possibility of mix–up. PMI
testing shall also be done for AS/ SS Nozzles and Fittings etc. of pressure
vessels.
(B) All AS/ SS shall also be paint colour coded before dispatch.
9.8. Non-Conformance:
If BOOT Contractor or his authorized representative and/ or
manufacturer find any deviation or non-conformity with respect to the
requirement, he shall report the same to the Company. No Inspection
Certificate shall be issued unless the Company specifically approves the
non-conformance or deviation. The Contractor shall also indicate and
justify (with complete break-up) cost benefits, if any, and the same shall
have to be reimbursed to Company.
P a g e 65 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
The inspection and test plans for the items/ packages shall be submitted
by the BOOT Contractor/ Vendor to the Company for their approval. The
inspection and test plans for such items shall be prepared by the BOOT
Contractor based on respective standard specifications and the specific
requirements asked for the items in the Technical Bid Package.
The BOOT Contractor shall obtain the job specific QAPs/ ITPs for all
items under the contract from respective vendors, get them reviewed/
approved by OIL’s QAD and submit the same for final approval of
Company.
11.2. OIL’s QAD shall ensure and declare compliance to approved QAP/ ITP
by endorsing the approved QAP/ ITP and making it part of inspection
Certificate/ Inspection Release Notes.
11.4. The Bidders have to get verified/inspected and certified the various
documents/ items required against the tender by any one of the above
Independent TPIA and submit the duly certified Inspection Certificate
issued by the Inspection Agencies. All Charges of the Third-Party
Independent TPIA towards verification/ inspection and certification of
P a g e 66 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
12.0 MONITORING
BOOT Contractor shall submit fortnightly status of the various activities
highlighting areas of concern to the Company. If required and found necessary,
vendors shall be monitored as per the progress on the job.
Any delay in the supply from any vendor is, however, the responsibility of the
BOOT Contractor. Contractual delivery dates shall be closely monitored and
contractor shall ensure adherence to expediting functions & implement plans
for remedial actions after obtaining concurrence of Company.
COLOR CODE
GUIDLINES OF OIL.pdf
P a g e 67 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure-IIb
INSTRUMENTATION
1. PANELS (CONTROL PANEL)
2. PLC/ DISTRIBUTED CONTROL SYSTEM
3. VALVES (600 CLASS & ABOVE) / CONTROL VALVES (CRITICAL)
4. SAFETY VALVES (CRITICAL)
PROCESS/ MECHANICAL
1. GAS/ DIESEL GENERATOR SET
2. BLOWER / FILTER BACKWASH BLOWERS
3. INSTRUMENT AIR DRYER
4. CENTRIFUGAL PUMPS (PROCESS)
5. RECIPROCATING PUMPS
6. METERING / DOSING PUMPS
7. ROTARY PUMP
8. VERTICAL / TURBINE PUMPS
9. BORE WELL PUMP
10. ELECTRIC FIREWATER PUMP / DIESEL FIREWATER PUMP.
11. JOCKEY PUMPS.
12. STORAGE TANKS / CHEMICAL STORAGE TANKS (*)
13. CHAIN PULLEY BLOCK (TRI-POD) / CHAIN PULLEY BLOCK ALONG
WITH MONO RAIL
14. AIR RECEIVER
15. EOT CRANE / HOT CRANE
16. DEMISTER
17. FLARE STACK
18. OIL SKIMMER
P a g e 68 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ELECTRICAL
1. HV ISOLATOR & EARTHING SWITCHES
2. LIGHTNING ARRESTER
3. H.T. SWITCH BOARDS
4. OIL-COOLED TRANSFORMERS
5. DRY TYPE TRANSFORMERS
6. M. V. SWITCH BOARDS
7. L. T. MOTORS / H. T. MOTORS
8. APFC PANEL & CAPACITOR BANK
9. CABLES
10. UPS
11. FRP CABLE TRAYS
12. DC BATTERY, CHARGER & D.C.D.B.
13. PLANT COMMUNICATION SYSTEM
INSTRUMENTATION
1. CONTROL VALVE
2. SAFETY VALVES / PVRV/ FLAME ARRESTOR
3. SHUTDOWN VALVE / DELUGE VALVE
4. FIELD SWITCHES (PRESSURE, LEVEL, TEMPERATURE) SOV,
5. ROTAMETER
6. INSTRUMENT CABLES (SIGNAL /ALARM / T/C)
7. PANEL MOUNTED INSTRUMENTS(C/R), INDICATORS,
8. CONTROLLERS, RECORDERS, CARDS
9. FILTER CONTROL PANEL
10. ULTRASONIC FLOW METER/MAGNETIC FLOW METER
11. MASS FLOW METER
12. TRANSMITTERS (LT/PT/DTP/FT/I/P ETC.) ELECTRONIC,
13. PNEUMATIC)
14. TANK LEVEL INDICATOR/TRANSMITTER
15. SENIOR ORIFICE
PROCESS / MECHANICAL
1. STORAGE TANKS / CHEMICAL STORAGE TANKS (*)
2. HOSES METALLIC FLEXIBLE SS
3. FORGED FLANGES
4. GASKETS METALLIC /SPIRAL WOUND/CAF/RUBBER
5. WEIGHING MACHINE
6. HAND TROLLEY
7. EYE SHOWER
8. R.O. PLANT
9. BOLTING MATERIAL
10. SEAMLESS/WELDED PIPES
11. PIPES FITTINGS / FLANGES
12. STRAINERS
13. EXPANSION BELLOWS
14. ERECTION HARDWARE, INSTALLATION MATERIALS, GLANDS,
FITTINGS ETC.
P a g e 69 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
15. INSULATION
ELECTRICAL
1. HEAT TRACING SYSTEM
2. INSULATORS
3. INSTRUMENT TRANSFORMER
4. ANNUNCIATION PANEL
5. HIGH MAST LIGHTING TOWER
6. ASB/PDB/LDB/SUB - LOB
7. FLAME PROOF LIGHT FITTINGS
8. LOCAL CONTROL STATION
INSTRUMENTATION
1. ORIFICE PLATES /INTEGRAL ORIFICE
2. REMOTE IGNITER
3. PG/TG/TE/TW/LG
4. INST. TUBING & FITTING, JUNCTION BOX AND INST. INSTALLATION
HARDWARE
5. PNEUMATIC LOOP HEAT DETECTION SYSTEM
6. LINEAR HEAT DETECTION SYSTEM
NOTE :
1. INSPECTION CATEGORY FOR ALL THE TANKS IS CLASSIFIED DEPENDING
UPON THEIR CAPACITIES AS GIVEN BELOW :
CAPACITY CATEGORY
Upto 10 m3 C
10m3-100m3 B
>100m3 A
2. THE APPLICABLE QAP FOR ALL THE TANKS WOULD BE THAT OF SITE
FABRICATED TANKS.
P a g e 70 | 70
TOR & TS
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
SPECIAL CONDITIONS OF CONTRACT
(SCC)
Prepared By:
P a g e 1 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
VOLUME-I Part-3
SECTION - III
SPECIAL CONDITIONS OF CONTRACT
P a g e 2 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -1
MOBILISATION OF COMMERCIAL OPERATION
Mobilization of GGS Facility shall have to be carried out by contactor system wise upon
issuance of Mobilization Notice separately for each system.
a) Initial mobilization ( common for all the three systems viz; (i) WIS, (ii) OCS and
(iii) ETP+STP): Initial mobilization includes obtaining necessary labour clearance and
any other statutory permission/clearances deemed to be necessary to start the following
initial site construction activities, temporary site office along with all necessary
ancillaries like erection of temporary opaque barrier wall like GI sheeting to secure the
construction site, temporary toilets, mobilization of contractor’s security personnel to
ensure safety of the construction site during construction period, approval of CVs & site
deployment of contractor’s initial key personnel (Resident Construction Manager, Civil
Engineer, Safety Officer) required for supervising construction activities. The timeline
for initial mobilization is 90 days from the date of Letter of Award (LOA). No separate
mobilization notice shall be issued for initial mobilization. Delay in initial mobilization
shall attract penalty as per rate mentioned in Article 14 of SCC: LIQUIDATED DAMAGE
& PENALTY.
• Timeline for final mobilization of WIS: - 18 months from the date of issuance of
Letter of Award/ Mobilization Notice. Final mobilization of WIS shall be deemed to
be completed upon commissioning of WIS including PGTR, approval of CVs of O&M
manpower, submission of Police verification report, submission of Initial Medical
Examination/Periodic Medical Examination report of O&M manpower & mobilization
of the O&M manpower required for WIS (O&M manpower for WIS should mobilized
before start of pre-commissioning & commissioning activities of WIS), mobilization of
security personnel, commissioning of following ancillary facilities common for all the
tree systems WIS, OCS and ETP+STP -Containerized Office Building for Client (M/s
OIL), containerized office facilities required for WIS O&M personnel, containerized
security barrack required for accommodating entire security stuffs of the GGS,
containerized security check post, toilets, pantry, bore wells, drinking water facilities
and temporary area lighting for safe operation of WIS.
P a g e 3 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
• Timeline for final mobilization of OCS and ETP+WIS: 24 months from the date of
issuance of LOA/ Mobilization Notice. Final mobilization of OCS and ETP+WIS
shall be deemed to be completed upon commissioning including PGTR of OCS and
ETP+STP, approval of CVs of O&M manpower, submission of Police verification report
of O&M manpower, submission of Initial Medical Examination/Periodic Medical
Examination report of O&M manpower & mobilization of the full O&M team required
for the entire GGS i.e; manpower required to operate WIS, OCS & ETP+STP in totality,
commissioning of firefighting system and completion/commissioning of following
common ancillary facilities – entire plant road, entire drainage systems of the GGS,
high mast & area lighting for the entire plant area and all balance ancillary facilities
required for continuous safe operation of the entire GGS facilities (OCS, WIS and
ETP+STP) and completion of all scope of work required to start continuous operation
of WIS, OCS & ETP+STP.
Delay in initial as well as final mobilization shall attract penalty as per rate mentioned in
Article 14 of SCC: LIQUIDATED DAMAGE & PENALTY.
Note to Mobilization: Mobilization completion certificates shall be issued for both initial and
final stages of mobilization upon joint verification by OIL/EPMC and BOO Contractor upon
satisfactory completion.
ARTICLE -2
DURATION OF CONTRACT
This CONTRACT shall remain valid for a period of 10 (Ten) years from the date of successful
commissioning with provision for extension by another 5 (Five) years.
ARTICLE -3
SCOPE OF WORK
Refer Terms of Reference & Technical Specifications and Annexures (Volume-I Part-3,
Section-II
ARTICLE -4
INSPECTION
The CONTRACTOR shall, at all times during the contract period, permit the
COMPANY/EPMC and its authorized employees and representatives to inspect all the Work
performed and to witness and check all the measurements and tests made in connection
with the said work. The CONTRACTOR shall keep an authentic, accurate history and logs
including safety records of each service item with major items consumed, which shall be
open at all reasonable times for inspection by the COMPANY’s designated representatives
and its authorized employees. The CONTRACTOR shall provide the COMPANY’s designated
representatives with a daily written report, on form prescribed / approved by the
COMPANY showing details of operations during the preceding 24 hours and any other
information related to the said services requested by the COMPANY whenever so requested.
The CONTRACTOR shall not, without COMPANY's written consent, allow any third party
person(s) access to the said information or give out to any third party person information
in connection therewith.
ARTICLE -5
PERFORMANCE SECURITY
Upon awarding of the contract, the contractor shall furnish performance security for an
amount of 3% of Annualized contract value within 02 (two) weeks of receipt of LoA
with a validity of 90 (ninety) days beyond contract period. Contract period will be 12
years (=24 months final mobilization time + 10 years commercial operation) from the
date of LOA.
P a g e 4 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
In case, final mobilization of the entire plant is completed before 24 months, contract
duration will be revised by considering the following formula – “Final Mobilization Time
of entire GGS plant + 10 years”.
In case, final mobilization of the entire plant is completed after 24 months, contract
duration will be revised by considering the following formula – “Final Mobilization Time
of entire GGS plant + 10 years”. However, LD amount will be recovered from the
contractor if the reasons of delay in mobilization is attributable to the contractor. In case,
contractor fails to complete the final mobilization of the entire GGS plant due to their
negligence or reasons attributable to them, company M/s OIL may terminate the contract
and applicable penalty will be recovered from the contractor.
If the contract is extended, contractor shall also extend the performance security in the
same manner for the annualized value calculated for 10 to 15 years or till the extended
period.
Formula for calculation of 10% annualized contract value for compulsory 10 years O&M
period =” (3% of contract Value before GST)/10 “
In case O&M period extended beyond 10 years O&M period, the contractor shall furnish a
separate performance security for an amount of 3% of Annualized contract value of the
extended duration with a validity of 90 (ninety) days beyond extended contract period within
02 weeks of date of issue of Contract Duration Amendment Letter. After receipt of the
revised Performance security, the previous performance security will be released by
company (OIL).
Formula for calculation of 10% annualized contract value for the extended O&M period =
(3% of contract value for the extended period before GST)/(extended O&M period in
years)
ARTICLE -6
TERMS OF PAYMENT
ARTICLE -7
SUBMISSION OF INVOICES
ii. All subsequent invoices to be raised on monthly basis against individual SOP Line
items. The invoice shall be accompanied with Certified DPRs’, Measurement sheet,
PF Statements or Declarations (as and where applicable), ESI (if applicable), wage
slips etc. and other documents which will be decided subsequently, post
certification from respective, Engineer In-charge/Installation Manager / Surface
Manager along with all supporting documents, insurance policies , PF Statements
or Declarations (as and where applicable), ESI (if applicable), wage slips etc.
P a g e 5 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -8
AGENT COMMISSION
ARTICLE -9
INSURANCE
To be guided by GCC. Contractor to note that coverage for a period of 10 (Ten) years from
the date of successful commissioning with provision for extension by another 5 (Five) years
i.e. duration of contract from acceptance of mobilization (for all awarded units), followed by
any extension thereof deemed necessary based on service duration.
CONTRACTOR confirms that GGS facilities and operating personnel will be adequately
covered under insurance along with coverage of third party liability.
The CONTRACTOR, at its sole cost and expense, shall continue to obtain and maintain all
the Construction Insurance Policies and Operational Insurance Policies required to be
taken in respect of the Production Plants, facilities and personnel as required by the
Financers, or by the laws of India; or as may be necessary in accordance with the Best
Operating Practices. The CONTRACTOR shall ensure that OIL is covered in all insurance
policies with respect to third party liability insurance. Third party Insurance policy taken
by CONTRACTOR shall have provision for Waiver of Subrogation in favour of OIL.
Alternately OIL may be named as one of the Principals in the policy taken by CONTRACTOR.
Any failure by the CONTRACTOR to obtain the insurance coverage or certificates of
insurance as required, shall neither relieve the CONTRACTOR of the insurance
requirements set forth herein nor relieve or limit in any way the CONTRACTOR's obligations
and liabilities under any other provision of the Agreement.
The under mentioned minimum coverage or such additional coverage as may reasonably
be required shall be maintained or caused to be maintained by the CONTRACTOR
throughout the Agreement period:
Notwithstanding any liability that may arise under the Agreement, any loss for which
compensation is due to the CONTRACTOR under this Article, shall not be charged to OIL.
The CONTRACTOR shall cause its insurers or agents to provide OIL with certificates of
insurance for required replacement policies or renewals as evident from the endorsements
of policies, at least thirty (30) Days prior to termination or expiration of any policy
hereunder. In case Global insurance policy is applicable, BOOT facility at Lakwagaon
should also be endorsed on the policy to ensure adequate insurance cover and a copy of
the same should be provided to OIL.
Similarly OIL agrees to cover CONTRACTOR''S plant, facilities and operating personnel
under insurance along with coverage of third party liability.
P a g e 6 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -10
ARBITRATION
In the event of any difference or dispute arising out of or in connection with the Agreement,
the representatives from both the parties shall meet within 14 days of notice by either Party
to the other Party, to negotiate in good faith to resolve the dispute. In case the dispute is
not resolved within 30 days thereafter, the difference or dispute between the Parties shall
be referred to arbitration in accordance with the UNCITRAL Rules as adopted in India by
the Arbitration and Conciliation Act, 1996.
The Arbitration and Conciliation Act, 1996 shall apply to all such arbitration(s). Arbitration
shall be by an arbitral tribunal comprising of Sole Arbitrator.
The venue of the arbitration shall be Duliajan. The laws of India will be the governing Law
and the language of arbitration shall be English.
The existence of any dispute or arbitration shall not operate as a suspension or discharge
of any rights or obligations of CONTRACTOR and OIL under the Contract.
The termination of the Agreement shall not result in the termination of any arbitration
proceeding pending at the time of such termination nor otherwise affect the rights and
obligations of the Parties under or with respect to such pending arbitration
ARTICLE -11
TRANSFER OF ASSETS & DE-MOBILISATION/ DIS-ENGAGEMENT
All GGS facility assets shall be transferred to OIL in good working conditions at the rate/
price mentioned in SOR and Contractor shall demobilize all operating tools and tackles and
personnel. Contractor must furnish an undertaking that “the tools/equipment imported,
would be re-exported at their own cost after completion of contractual obligation after
observing all the formalities/rules as per Customs Act or any other relevant Act of Govt.
of India applicable on the subject”. In case of non-observance of formalities of any provisions
of the Customs Act or any other Act of Govt. of India, the Contractor shall be held
responsible for all the liabilities including the payment of Customs Duty and penalties to
the Govt. on each issue. Non-compliance of these provisions will be treated as breach of
contract and their Performance Bank Guarantee will be forfeited.
In the event all/part of the equipment etc. are transferred by Contractor after
expiry/termination of the contract to OIL, Contractor shall obtain all necessary Govt. of
India clearances including permission from DGH and Customs authorities for transferring
to OIL. Company will not be responsible for any non-compliance of these formalities by
Contractor. Payment of Customs Duty and penalties (if any) imposed by Govt. of India or
Customs authorities for transferring the items in part or in full to an area where Nil
Customs Duty is not applicable or sale of the items shall be borne by the Contractor and
Contractor indemnify Company from all such liabilities.
In case the Contractor imports any equipment on re-export basis, the Contractor shall
ensure that provision has to be kept in the contract (with their overseas vendor) that in
case COMPANY is desirous to retain the plant for future operation, the particular re-export
clause will become null and void. This clause shall also be included in the documentation
submitted to DGH for concessional import duty.
ARTICLE -12
ASSOCIATION OF CONTRACTOR'S PERSONNEL
to be deployed for scrutiny and clearance by the company before the actual
deployment. The Contractor shall not deploy its personnel unless cleared by the
company.
ii. Contractor’s Personnel: Contractor shall provide all manpower for necessary
supervision and execution of all work under this contract to company’s satisfaction
except where otherwise stated. The minimum number of key personnel to be
deployed shall be mutually agreed with OIL before mobilization.
iii. Contractor shall deploy on regular basis, all category of their employee required
for economic and efficient plant operations.
iv. Contractor shall, prior to mobilization, furnish to Company a list of all personnel who
are to perform the Services. The list shall show each person’s qualifications, details
of work history and previous employment with dates, training courses attended, and
copies of all pertinent certifications. Personnel must be conversant in written
and spoken English.
v. If the Contractor plans to change any personnel from the list, the Contractor shall
notify Company in advance of the intended change and give Company the above
mentioned particulars of the new person.
vi. Company reserves the right to reject any person on such list, and any subsequent
changes to the list.
ARTICLE -13
ASSOCIATION OF COMPANY'S PERSONNEL
Company may depute one or more than one representative (s)/engineer (s) to act on its
behalf for overall co- ordination and operational management at location. Company’s
representative will be vested with the authority to order any changes in the scope of work
to the extent so authorized and notified by the Company in writing. He shall liaise
with the Contractor and monitor progress to ensure timely completion of the jobs. He
shall also have the authority to oversee the execution of jobs by the Contractor and
to ensure compliance of provisions of the contract.
i. Company’s representatives shall have free access to all the equipment of the
Contractor during operations as well as idle time for the purpose of observing/
inspecting the operations performed by the Contractor in order to judge whether, in
Company’s opinion, the Contractor is complying with the provisions of the contract.
ii. The Contractor shall maintain sufficient stock of the critical spare part to
avoid any major shut down. Contractor must observe all safety and statutory
norms applicable to the Company to prevent surface pollution and injury to
personnel working in the area and provide medical facilities to injured persons if
any due to accident/take corrective measures in case of pollution as per the
company’s instructions.
All the clauses in this contract are limited to execution of this contract only and do not
carry any precedence whatsoever for any OIL’s such or similar tenders/contracts in future.
ARTICLE -14
LIQUIDATED DAMAGES & PENALTY
P a g e 8 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
week or part thereof, of delay from date of issuance LOA, subject to maximum of
7.5% of total contract cost of BOOT service for GGS package. Liquidated Damages will
be reckoned from the expiry date of the scheduled initial mobilization period as defined
in Artcle. 1 above.
iii. LIUIDATED DAMAGE in the event of delay in final mobilization of OCS &
ETP+STP:
In the event of the Contractor's default in timely completion of final mobilization for
commencement of regular operations of each of the three systems within the
stipulated 24 months period mentioned in ARTICLE-1 above reckoning from date of
issue of LOA or from the date of issue of mobilization notice for OCS & ETP+STP
(whichever is later), the Contractor shall be liable to pay liquidated damages @
0.5% of total contract cost of BOOT service for GGS, per week or part thereof, of delay
from date of issuance of mobilization notice/ LOA, subject to maximum of 7.5% of
total contract cost including GST of BOOT service for GGS package. Liquidated
Damages will be reckoned from the expiry date of the scheduled final mobilization
period of OCS+ETP as defined in ARTICLE- 1 above.
Note: Sum of Total LD amount (i) in the event of delay in initial mobilization + (ii) in
the event of delay in final mobilization of WIS + (iii) in the event of delay in final
mobilization of OCS & ETP+STP shall be restricted to maximum of 7.5% of total contract
cost of BOOT service for GGS package.
iv. If the Contractor fails to mobilize within the stipulated date, the Company reserves
the right to cancel the Contract without any prior notice.
The overall liability will not be applicable under willful disobedience and excludes any
Legal Fees, Legal Damages which are to be borne by BOOT Contractor
vi. Imposition of penalty due to various operational & maintenance shortfalls attributable
to the contractor:
Penalty shall be imposed on the contractor in case of following operational & maintenance
shortfalls arises due to negligence or any other reasons attributable to the contractor-
(a) Any interruption of operation attributable to the contractor which leads to complete
plant shutdown.
P a g e 9 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(e) Fails to meet product output specification of Crude Oil, Natural Gas, ETP outlet water,
STP outlet water and WIS as stated in the Clause No. 8.0-“PRODUCT SPECIFICATION
(PRODUCT OUTLET CONDITIONS)” of TOR.
Penalty Amount
Sr.
Failure (To be recovered from Remark
No
monthly invoice)
i) Complete Shutdown of the Daily O&M charge =
entire Plant Monthly O&M charge /
For every such occurrence 50% of the daily O&M charge on number of days in the
up to 12 hours pro-rata basis for the shutdown month
hours
For every such occurrence Daily O&M charge on pro-rata
more than 12 hours up to a basis for the shutdown hours.
maximum of 24 hours
For every such occurrence Daily O&M charge on pro-rata
more than 24 hours basis for the shutdown period +
penalty of 20 % of daily O&M
charge for the shutdown hours
ii) Complete shutdown of OCS 1. If two (2) facilities are
/ ETP / WIS facility shutdown, penalty
amount will be
For every such occurrence 20% of the daily O&M charge on
double.
up to 12 hours pro-rata basis for the shutdown
2. If all three (3)
hours
facilities are shut
For every such occurrence 50% of daily O&M charge on
down, applicable rate
more than 12 hours up to a pro-rata basis for the shutdown
shall be as per (i)
maximum of 24 hours hours.
above.
For every such occurrence Daily O&M charge on pro-rata
more than 24 hours basis for the shutdown period +
penalty of 10 % of daily O&M
charge for the shutdown hours
iii) Non-compliance of HSE Rs. 5000.00 for non-compliance
provisions of the contract of each clause/month till
compliance
iv) Non-compliance of Labour Rs. 5000.00 for non -
Laws as per applicable compliance of each
Labour Act clause/month till compliance
v) Non-compliance of statutory Rs. 5000.00 for non -
provisions as per OMR’ 2017 compliance of each
and Mines Act clause/month till compliance
vi) Failure to carry out IME / Double the cost of IME / PME
PME of employees, in part or for each employee per month,
full till compliance
vii) Non-compliance of Rs. 5000.00 for non -compliance
recommendations of Safety of each clause/month till
Audit (internal or external), compliance. The Penalty will be
OISD, DGMS, CAG etc. imposed after a reasonable cure
period as decided by OIL.
viii) Shutdown/breakdown of As per (i) above
major Equipment(s) or
Systems leading to
operational disruptions of
P a g e 10 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Penalty Amount
Sr.
Failure (To be recovered from Remark
No
monthly invoice)
any processes / sub
processes, in full or part
ix) Failure to maintain Double the cost of Insurance
necessary insurance premium for each policy per
coverage as required during month, till compliance.
construction and O&M
period.
x) Failure to carryout OIL’s Rs. 10000.00 for non -
technical or operational compliance of each
recommendations for recommendation /month till
changes / modifications / compliance. The Penalty will be
etc. of the processes, systems imposed after a reasonable cure
of the Plant. period as decided by OIL.
xi) Fails to meet desired BS&W≤ Below mentioned penalty in BS & W % vol shall be
0.2 vol % of process crude oil percentage will be applicable on rounded off to three
quoted unit rate (per KL rate) decimal places
against “Variable cost for O & M
for OCS+ETP”
Note:
1. The daily O&M charge is the sum of O&M fixed charge + O&M variable charge.
2. Total Compensation / Penalty amount under sr. no (i) and (ii) shall be to limited to
10% of the annualized contract value for each year.
P a g e 11 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -15
PROVISION OF PERSONNEL FACILITIES
Industry standard fully furnished air-conditioned bunk house type accommodation should
be provided by Contractor for at least 6 (six) numbers of Company’s personnel or any third-
party representatives to be designated by Company. The camp should be well maintained
with normal recreational facilities including LCD/LED TV with DTH, refrigerator etc. at
the Contractor’s cost.
The camp facilities to be provided by the Contractor to the Company should include but
not be limited to the following:
a) 2 (Two) nos. of single-seater unit accommodations with attached bath and toilet.
b) 2 (Two) nos. of double-seater unit accommodation with attached bath & toilet.
d) 1 (One) office for Company’s Representative at site. The unit should be equipped with
refrigerator, computer (02 nos.), internet facility, color printer, scanner & other
communication equipment.
e) 1 (One) unit with all facilities (i.e. conference table for minimum 11 persons, chairs,
projector, screen, computer, etc.) for conducting meetings at site.
g) The Company reserves the right to avail catering services at the plant site al -a- carte
(other than fixed menu) with room service.
h) Two (2) Spacious dining halls shall be provided by the Contractor, one exclusively for
workmen (of Contractor’s / Company’s third party / Company’s) & one exclusively for
officers (of Contractor’s / Company’s third party / Company’s). Modular Kitchen, store
bunk house etc. shall be provided as per convenience & requirement of the Contractor.
NOTE:
i. The Contractor should bring light and easily transportable dwelling units for camp
establishment nearer to the plant.
ii. Waste management & Safe disposal of effluents from camp toilets/kitchen and toilet,
etc. (using septic tank & soak pit) will be the responsibility of the Contractor. The
Contractor shall be solely responsible for keeping the entire camp area and GGS site
neat, clean and hygienic.
iii. A separate area is to be demarcated for placement of above living bunk houses at
campsite for Company’s personnel. The area is to be properly levelled with suitable
drainage system, properly demarcated from the process area and well protected.
iv. Contractor shall arrange accommodation for their employees outside the plant at
their own cost & risks.
2. CATERING SERVICE:
a) An industry standard catering & housekeeping service serving Indian and continental
food for at least 06 (Six) nos. of personnel to be designated by Company (OIL) per day
shall be made available during the entire contractual period by the Contractor without
any extra charge to Company. During any specialized jobs or any dignitaries visit or
statutory auditor’s visit, contractor shall arrange meal (breakfast/lunch/dinner
whichever applicable) for additional guests as per instruction of OIL.
P a g e 12 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
b) Kitchen: Meals may be arranged by the contractor from outside establishment. In case,
contractor wish to establish kitchen facility within the campsite establishment for
Company personnel, a State-of-the-art skid mounted modular hygienic kitchen having
industrial gas burner stoves, proper exhaust, serving window, washing area, storage,
etc. Note: Cooking in temporary sheds will not be acceptable.
3. MEDICAL FACILITIES:
The Contractor shall arrange for medical facilities for their personnel. However, OIL may
provide services of OIL Hospital at Duliajan, Assam which as far as possible in emergency
case on payment basis. 1 (One) stand-by ambulance along with proper trained male
attendants to be provided at site 24*7 basis.
ARTICLE -16
WARRANTY AND REPRESENTATIONS
It is duly organized and validity existing entity under the laws of India and has all
requisite legal rites and authority to execute and deliver and perform its obligations
under this Agreement and all agreements to which it is party and to carry out the
terms, conditions and provisions hereof and thereof.
(a) The Execution, delivery and performance by it of the Agreement and all of the
Agreements and documents referred to herein to which it is a Party have been
duly authorized by all requisite corporate action, and will not contravene any
provisions of, or constitute a default under, any other Agreement or instrument
to which it is a party. The execution, delivery and performance by it of the
Agreement and all of the Agreements and documents referred to herein to
which OIL is a party does not constitute a violation of any statute, judgment
order, degree or regulation or rule of any court, government authority or
arbitrator of competent jurisdiction applicable or relating to OIL, its assets or
its business; and
(b) The Agreement constitutes its valid, legal and binding obligation, enforceable
in accordance with the terms hereof except that the enforceability thereof may
be limited by applicable bankruptcies, insolvency, reorganization, moratorium
or similar Law affecting OIL’s rights generally and except to the extent that the
remedies of specific performance, injunctive relief and other forms of equitable
relief are subject to equitable defenses, discretion of the court before which any
proceeding thereof may be brought and the principles of equity in general.
16.4 Disclaimer
(a) The BOOT Contractor acknowledges that prior to the execution of this
Agreement, the BOOT Contractor has after a complete and careful
examination made an independent evaluation of the Project, the technical
and financial aspects of the project, the performance Standards, the project
P a g e 14 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
site, working environment, labor related issues, law and order situation,
materials and things, regulatory and statutory requirement needed for
implementing Project, and has determined to the BOOT Contractor’s
complete satisfaction the nature and extent of such difficulties, risks and
hazards as are likely to arise or may be faced by the BOOT Contractor in the
course of performance of its obligations hereunder.
(b) The BOOT Contractor further acknowledges and hereby accepts the risk of
inadequacy, mistake or error in or relating to any of the matters set forth in
sub-clause 6.4 (a) above and hereby confirms that OIL shall not be liable for
the same in any manner whatsoever to the BOOT Contractor.
(c) The BOOT Contractor accepts that it is solely responsible for the verification
of any design, data, documents or information provided to the BOOT
Contractor by OIL, its consultants or any competent authority and that it
shall accept and act thereon at its own cost and risk.
(d) The BOOT Contractor shall be solely responsible for the contents of its
Proposal, adequacy and correctness of the Design and Drawing, data and
detailed engineering prepared or procured by the BOOT Contractor fro
implementing the project.
(e) The BOOT Contractor is entering into this agreement on the basis of its
satisfaction based on the due diligence of all aspect of the Project undertaken
by it.
ARTICLE -17
SUB-CONTRACTING
Allowed for Petty services not under the scope of this tender which may be required to
support the primary stated scope. However, Contractor shall be fully responsible for
complete execution and performance of the services under the Contract.
ARTICLE -18
PP-LC
ARTICLE -19
AREA OF OPERATION
ARTICLE -20
HSE POLICY
and Statutes such as Oil Mines Regulations, Mines Act, Mines Rules, DGMS, OISD, PCBA
etc. Contractor shall take all necessary measures reasonably to provide safe working
conditions and shall exercise due care & caution in preventing fire, pollution, explosion
and blow out and maintain fire- fighting equipment in sound condition at all times
during operation. Contractor shall conduct safety drills regularly to ensure readiness and
effectiveness of all systems
ENVIRONMENT MANAGEMENT
i. Contractor shall ensure that there is no pollution either of soil, water, air or sound
during the operation. Contractor shall be more careful and checked for any leakage
and immediate corrective action to be taken for such leakages to avoid any
pollution problems. Contractor shall inform of such leakages immediately to
the Company’s Representative.
ii. The Contractor shall not make Company liable to reimburse the Contractor to the
statutory increase in the wage rates of the contract labour appointed by the
Contractor. Such statutory or any other increase in the wage rates of the contract
labour shall be borne by the Contractor. Any such increase in labour wage
(considering the period of the contract) is to be well anticipated and contractor is
construed to include such increase in their bid.
iii. Any permission from the Mines Directorate (DGMS) in connection with working in
excess of 08 (Eight) hours per day shift pattern by the Contractor shall have to
be arranged by the Contractor before commencement of the Contract, in consultation
with the Company. Moreover, since the Contractor’s personnel engaged shall be
working under the Mines Act and Oil Mines Regulations, the Contractor shall have
to obtain any other relevant permission from the Mines Directorate to engage their
employees in compliance with various procedures as per Mines Act. In case of
any breach of procedures under applicable provisions of OMR, Mines Act, OISD,
Pollution Control Board (Assam), CPCB etc,. the Contractor shall be held responsible
and they shall bear all expenses/penalty imposed by such authorities arising as
a result thereof.
iv. The Contractor shall not engage labour below 18 (Eighteen) years of age under any
circumstances. Persons above 60 years age also shall not be deployed.
vi. Compliance of Safety and Other Audit Recommendations within the plant battery
limit: Time to time all operating oil & gas plant under the jurisdiction of M/s OIL are
being audited (safety & other) by out sided agencies as well as OIL’s internal auditing
teams. BOOT contractor shall ensure timely compliance of all the recommendations/
observations made by auditors at his own cost within the initial timeline given by
the auditor or timeline issued by the Engineer In-charge of M/s OIL.
P a g e 16 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -21
NOTICE
CGM (Projects)
OIL INDIA LIMITED
PO Duliajan – 786602
Assam, India
Email: susantasarmah@oilindia.in
N.B.: In case any changes in above e-mails envisaged , Company will notify the contractor.
Contractor
A notice shall be effective when delivered or on the notice's effective date, whichever is later
ARTICLE -22
CONTRACTOR'S ITEMS
i. Contractor shall provide equipment and personnel to perform the services under
the contract as specified in this document.
ii. Contractor shall be responsible for maintaining at its own cost adequate stock
levels of items including spares and replenishing them as necessary for smooth,
break-free operation of the plant/s.
iii. Contractor shall be responsible for the maintenance and repair of all equipment
and will provide all spare parts, materials, consumables etc. during the entire
period of the contractual period.
Contractor shall provide all paints, oils and lubricants (POL) for operation of Contractor's
equipment both at well-site and campsite at Contractor’s cost. There shall be no escalation
in the day rates and others throughout the duration of the contract including extension,
if any, on account of any price increase in fuel/lubricants. Contractor shall arrange
necessary electricity at campsite at their own cost.
ARTICLE -23
CONTRACTOR'S SPECIAL OBLIGATIONS
P a g e 17 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ii. Compliance with Company’s Instructions : Contractor shall comply with all
instructions of Company consistent with the provision of this Contract, but
not limited to O&M of the GGS Plant, safety instructions, confidential
nature of information, etc. Such instructions shall, if Contractor request, be
confirmed in writing by company’s representative.
iii. Contractor should provide the list of items if any to be imported in the format
specified in Proforma-A for issuance of recommendatory letter to Directorate
General of Hydrocarbons (DGH), New Delhi, for clearance of equipment from
Indian Customs at concessional (Nil) rate of customs duty and for obtaining
Essentiality Certificate (EC). Contractor shall arrange for inland transportation of
all equipment, etc. from the port to the place of work and back at the end of the
work at their own expense. Arrangement of Road Permits and payment of Assam
Entry Tax for bringing equipment/material to Work place shall be Contractor’s
responsibility.
In case the Contractor imports the equipment etc. on re-export basis, the Contractor shall
ensure for re-export of the equipment and all consumables and spares (except those
consumed during the contract period) and complete all documentation required. Company
will issue necessary certificates etc. as required. The Contractor should arrange for re-
export of equipment within 60 days of notice of demobilization issued by the Company. If
the re-export is not completed within the specified period, the company shall in
no way be responsible for the additional custom duty/penalty etc. imposed by Indian
Government. The company reserves the right to withhold the payment till all such
equipment are exported back and the site/base camp cleared off. Customs duty,
penalty etc. levied by customs authorities for such delay shall be to Contractor’s account
and the same will be deducted by the Company from Contractor's bills and security
deposit.
ARTICLE -24
LOSS OR DAMAGE
P a g e 18 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -25
CONFIDENTIALITY
ARTICLE -26
RIGHTS AND PREVILAGES OF THE COMPANY
ii. Contractor’s items before the commencement of operation. If they are not found in
good order or do not meet TOR & Tech. Specification Volume-1 Part-3 Section-II or
in case of non-availability of some of the Contractor’s items listed therein, the
contractor may not be allowed for commencement until the contractor has
remedied such default.
iii. To approve the choice of sub-contractors for any essential third party contract,
concerning materials, equipment, personnel and services to be rendered by
Contractor. Sub-contract may be entered into by Contractor excluding the primary
service.
iv. To check, at all times, Contractor’s stock level, to inspect Contractor’s equipment
and request for renovation or replacement thereof, if found in unsatisfactory
condition or not conforming to regulations or specifications.
ARTICLE -27
EMERGENCY
The company reserves the right to engage O&M manpower of the contractor and equipment
of the Contractor in the event of any emergency like situation leading to uncontrollable
pollution, safety hazards/threats, operational emergencies arises within the LAKWAGAON
oil field (outside the GGS plant.
P a g e 19 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -28
DISCIPLINE
The Contractor shall maintain strict discipline and good order among their employees
and their Sub- contractors, if any, and shall abide by and conform to all rules and
regulations promulgated by the Company. Should the Company feel with just cause that
the conduct of any of the Contractor’s personnel is detrimental to Company’s interests;
the Company shall notify Contractor in writing the reasons for requesting removal of such
personnel. The Contractor shall remove and replace such employees at their expense
within 07 (seven) days from the time of such instruction given by the Company.
ARTICLE -29
RESPONSIBILITIES
The Contractor shall perform its obligations under this Contract, such that:
The Contractor shall not commit any act that results in and shall not permit any
modification (save as reasonably necessary for the purpose of securing the safety
thereof), sale, disposal, transfer of possession of or creation of any Encumbrance over
the Goods at any time during the currency of the contract.
ARTICLE -30
INTELLECTUAL PROPERTY and CUSTODY AND POSSESSION OF CONTRACTOR’S
EQUIPMENT
While performing the Work for the Company, Contractor may utilize expertise,
know-how and other intellectual capital (including intellectual property) and develop
additional expertise, know-how and other intellectual capital (including intellectual
property) which are Contractor’s exclusive property and which Contractor may freely
utilize in providing services for its other customers. Except where expressly and specifically
indicated in writing, and in exchange for appropriate agreed payment, Contractor does not
develop any intellectual property for ownership by Company, Contractor retains sole
ownership of any such intellectual capital (including intellectual property) created by
Contractor during the course of providing the Services.
Company hereby acknowledges that the equipment and tools (“Equipment”) that are owned
and utilized by Contractor to perform its service obligations under the Contract shall be at
all times be, handled and manned by the Contractor. Company shall not be entitled to
use/operate/possess any of the Contractor’s Equipment for providing Services under
the Contract. To clarify that control, custody and possession of Contractor’s equipment
will always be with the Contractor.
P a g e 20 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE -31
FORCE MAJEURE
31.1 “Force Majeure” shall mean war (declared or undeclared), revolution, civil war,
major flood, Earthquake, sabotage, terrorism activity of a severe magnitude,
epidemic, pandemic, quarantine or other act of God, Rules and regulations or
orders of statutory authority prohibiting the establishment or operation of the
BOOT Contractor’s Oil Collecting Station (OCS) or Effluent Treatment Plant (ETP)
or Water Injection station (WIS) of relevant GGS plant of OIL which prevents in
whole or part of the performance by OIL or the BOOT Contractor of its obligations
under the Contract, but will not include a self induced Force Majeure, or equipment
break down, commercial hardship or financial inability or the BOOT Contractor’s
inability to handle manpower or machinery or prohibition or establishment or
operation by statutory authority due to non compliance of any law in force.
31.2 Notice
Upon the occurrence of an event of Force Majeure, the affected Party shall notify
the other Party in writing within twenty four (24) hours of the alleged beginning
thereof giving full particulars, its duration of Force Majeure event and satisfactory
evidence in support of its claim, and notwithstanding the prior commencement of
the force majeure event, the force majeure event shall be deemed to have occurred
not earlier than 24 (twenty four) hours after the other Party received the notice of
the force majeure.
Upon cessation of the event of Force Majeure, the affected Party shall forthwith give
written notice of such cessation to the other Party and shall as soon as reasonable
possible resume performance of its obligations suspended by the force majeure.
31.3.2 Upon the occurrence of the Force Majeure, both parties shall promptly
meet to discuss in good faith the effect and the likely duration of the effect
of the Force Majeure and the steps to bel taken to overcome the affects of
the Force Majeure and the remedial actions to be taken by the other Party
to mitigate the effects of the Force Majeure on the BOOT Contractor’s
facility of OIL’s Plant (s) as the case may be.
P a g e 21 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
In case the Force majeure period, Monthly Hire charges towards “Capital Investment”
will be payable during the subsistence of Force Majeure period.
31.5 Effect of Force Majeure Event during operation and maintenance period:
Upon occurrence of any Force Majeure Event after COD, the following shall apply:
31.6 Termination Notice due to Force Majeure Events of the BOOT Agreement:
If a Force Majeure Event subsists for a continuous period of 180 (one hundred
eighty) days or more in a year, either Party may its sole discretion terminate the
Agreement by giving 30 (thirty) days Termination Notice in writing to the other Party
without being liable in any manner whatsoever, save and except as provide in this
Article.
31.8 If the termination is on account of force the majeure event, the termination
payments shall be made by OIL to the BOOT Contractor at a fair value to be decided
by OIL at the time of termination and indicated in the notice of Termination. Should
the parties be not able to agree on such value within two months, such issue will
be resolved through arbitration.
31.9 Substitutions of BOOT Contractor by OIL: Upon termination by OIL, OIL if deems
fit, may substitute another BOOT contractor to take over the debts and subordinate
debts of the project and maintain the facilities for the balance period of the
agreement. In such event the OIL reserves the right to substitute itself as BOOT
Contractor.
31.10 Dispute Resolution under Force Majeure Event: In the event that the Parties are
unable to agree in good faith about the occurrence or existence of any Force
Majeure in accordance with the Dispute Resolution Procedure, provide that the
burden of proof as to the occurrence or existence of such Force Majeure Event shall
be upon the Party claiming relief and/or excuse on account of such Force Majeure
Event. The Dispute resolution between the parties shall be dealt with in the
provisions and process given hereunder article 18 of this document.
31.11 Liability for other losses, damages etc. under force majeure events: Save and except
as expressly provided that OIL shall not be liable in any manner whatsoever in
P a g e 22 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
respect of any loss including loss of life, damage, cost, expense, claims, demands
and proceedings relating to or arising out of occurrence of any Force Majeure Event.
31.12 Excuse from performance of obligations: If the BOOT Contractor is rendered wholly
or partially unable to perform its obligations under the Agreement because of a
Force Majeure Event, it shall be excused through a written consent of OIL from
performance of obligations to the extent it is unable to perform on account of such
Force Majeure Event provided that:
When the BOOT Contractor is able to resume performance of its obligations under
the Agreement, it shall give to the other Party Written notice to that effect and shall
promptly resume performance of its obligations hereunder.
ARTICLE -32
TERMINATION / EXPIRY OF BOOT AGREEMENT AND SUBSTITUTION
P a g e 23 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
32.3 Requisition
Upon issue or receipt, as the case may be, of the Termination Notice, either as a
consequence of a Force Majeure Event or as a consequence of an Event of Default,
OIL shall by a notice in writing (“Requisition”) call upon the BOOT Contractor to
furnish the following information to enable OIL to estimate the outstanding
liabilities / assets of the BOOT Contractor and/or to finalise the assets to be
handed over to /taken over by the OIL
(a) The progress, stage and manner of implementation of the Project Facilities
and the details of the assets and liabilities of the BOOT Contractor related
to the Project Facilities
(b) Data or records (to be specified by OIL) regarding the establishment
operation and maintenance of the Project Facilities.
(c) any other information or records (to be specified by OIL) regarding BOOT
Contractor and the Persons claiming through or under the BOOT
Contractor, its/their business, assets and liabilities
(d) the particulars of Licensing Arrangements and the details of functioning of
the Contractors
(e) the particulars of the security created in favour of the Lenders:
(f) The BOOT Contractor shall within a period of 30(thirty) days of receipt of
Requisitions furnish the particular called for by the OIL
(a) the BOOT Contractor agrees that on the service of a Termination Notice or
6 (Six) months prior to the expiry of the Agreement Period by efflux of time.it
shall conduct or cause to be conducted by a Consultant under the OIL ‘s
supervision a condition survey of the Project Facilities and the Project
Assets to ascertain the condition thereof, verifying compliance with the
BOOT Contractor’s Obligation under this Agreement and to prepare an
inventory of the assets comprised in the Project
(b) If, as a result of the condition survey, OIL shall observe/notice that the
Project Facilities or Project Assets or any part thereof has/have not been
operated and maintenance in accordance with the requirements thereof
under this Agreement (normal wear and tear excepted) the BOOT Contractor
shall, at its cost and expenses, take all necessary steps to put the same in
good working conditions well before the Transfer Date
(c) In the event the BOOT Contractor fails to comply with the provisions of this
Agreement, OIL may itself causes the condition survey and inventory of
Project Assets and the Project to be conducted, OIL shall be compensated
by the BOOT Contractor for any costs reasonably incurred by OIL in
conducting such survey and preparation of inventory as also in putting the
Project Facilities of the Project Assets
P a g e 24 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
32.5.2 The fair value shall be determined based on the total project cost after
accounting depreciation factor, health of machinery & instruments,
payment of monthly fixed chargers towards capital investment already
paid, insurance proceeds received etc. The total project cost shall be the
lowest of the following
(a) Total project cost for construction and development of the project
as per the financing documents.
(b) Actual cost of the project upon completion thereof as certified by
the statutory auditors.
(c) A SUM OF Rs.----------------(calculated based on quotation of
contractor)
Fair Value shall in no event exceed the total project cost and liability of
OIL to make such payment shall be determined as if such capital cost is
restricted to Total Project cost. incase of disagreement on such value
within 2 months the issue shall be resolved through arbitration.
32.5.3 It is understood by both the party and have agreed, that due to event of
defaults and termination of the agreement by either party, the
compensation payable shall be as per the terms stated above and shall
constitute a full and final settlement and shall not have any further right
or claim under any law, treaty, convention, contract or otherwise.
However, if either party is not satisfied and any deviation occurs in the
payments so made by either part, the matter shall be resolved amicably,
even than, if the dispute is not resolved, the matter shall be referred to
arbitration clause within 60 days of the payments as per para 18.1 of
the agreement.
P a g e 25 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(f) At its cost remove from the Project Site all such
moveable assets which are not part of the project
and not taken over by OIL.
P a g e 26 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
32.6.2.4 Risk
Until transfer in accordance with this Article 23, the Project
Assets, Project Facilities and the Project shall remain at the
sole risk of the BOOT Contractor except for any loss or
damage caused to or suffered by the BOOT Contractor due to
any act or negligence on the part of OIL under this
Agreement.
P a g e 27 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ii. The Selectee shall have the capability and shall unconditionally
consent to assume the liability for the payment and discharge of
dues, if any, of the BOOT Contactor to OIL under and in accordance
with the BOOT Agreement.
ARTICLE -33
1. In view of GST Implementation from 1st July 2017, all taxes and duties
including Excise Duty, CST/VAT, Service tax, Entry Tax and other indirect
taxes and duties have been submerged in GST. Accordingly, reference of Excise
Duty, Service Tax, VAT, Sales Tax, Entry Tax or any other form of indirect tax
except of GST mentioned in the bidding document shall be ignored.
Bidders are required to submit copy of the GST Registration Certificate while
submitting the bids wherever GST (CGST & SGST/UTGST or IGST) is
applicable.
2. “GST” shall mean Goods and Services Tax charged on the supply of material(s) and
services. The term “GST” shall be construed to include the Integrated Goods and
Services Tax (hereinafter referred to as “IGST”) or Central Goods and Services Tax
(hereinafter referred to as “CGST”) or State Goods and Services Tax (hereinafter
referred to as “SGST”) or Union Territory Goods and Services Tax (hereinafter
referred to as “UTGST”) depending upon the import/interstate or intrastate
supplies, as the case may be. It shall also mean GST compensation Cess, if
applicable.
3. Quoted price/rate(s) should be inclusive of all taxes and duties, except GST (i.e.
IGST or CGST and SGST/UTGST applicable in case of interstate supply or intra
state supply respectively and cess on GST if applicable) on the final service.
However, GST rate (including cess) to be provided in the respective places in the
Price Bid .Please note that the responsibility of payment of GST (CGST & SGST or
IGST or UTGST) lies with the Supplier of Goods/Services (Service Provider) only
.Supplier of Goods/Services (Service Provider) providing taxable service shall issue
an Invoice/Bill, as the case may be as per rules/regulation of GST. Further, returns
and details required to be filled under GST laws & rules should be timely filed by
Supplier of Goods/Services (Service Provider) with requisite details.
4. Bidder should also mention the Harmonised System of Nomenclature (HSN) and
Service Accounting Codes (SAC) at the designated place in SOR.
5. Where the OIL is entitled to avail the input tax credit of GST:
OIL will reimburse the GST to the Supplier of Goods/Services (Service Provider) at
actual against submission of Invoices as per format specified in rules/regulation of
GST to enable OIL to claim input tax credit of GST paid. In case of any variation
in the executed quantities, the amount on which the GST is applicable shall be
modified in same proportion. Returns and details required to be filled under GST
laws &rules should be timely filed by supplier with requisite details.
The input tax credit of GST quoted shall be considered for evaluation of bids, as
per evaluation criteria of tender document.
6. Where the OIL is not entitled to avail/take the full input tax credit of GST:
P a g e 28 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
9. GST shall be paid against receipt of tax invoice and proof of payment of GST to
government. In case of non-receipt of tax invoice or non-payment of GST by the
contractor/Contractor, OIL shall withhold the payment of GST.
10. GST payable under reverse charge mechanism for specified services or goods
under GST act or rules, if any, shall not be paid to the contractor/Contractor
but will be directly deposited to the government by OIL.
11. Where OIL has the obligation to discharge GST liability under reverse charge
mechanism and OIL has paid or is/liable to pay GST to the Government on which
interest or penalties becomes payable as per GST laws for any reason which is not
attributable to OIL or ITC with respect to such payments is not available to OIL for
any reason which is not attributable to OIL, then OIL shall be entitled to
deduct/setoff/recover such amounts against any amounts paid or payable by OIL
to Contractor/Supplier.
12. Notwithstanding anything contained anywhere in the Agreement, in the event that
the input tax credit of the GST charged by the Contractor/Contractor is denied by
the tax authorities to OIL for reasons attributable to Contractor/ Contractor, OIL
shall be entitled to recover such amount from the Contractor /Contractor by way of
adjustment from the next invoice. In addition to the amount of GST, OIL shall also
be entitled to recover interest at the rate prescribed under GST Act and penalty, in
case any penalty is imposed by the tax authorities on OIL.
14. The Contractor will be under obligation for charging correct rate of tax as
prescribed under the respective tax laws. Further the Contractor shall avail and
pass on benefits of all exemptions/concessions available under tax laws. Any error
of interpretation of applicability of taxes/duties by the contractor shall be to
contractor’s account.
15. It is the responsibility of the bidder to quote the correct GST rate. The
classification of goods/services as per GST (Goods & Service Tax) Act should be
correctly done by the contractor to ensure that input tax credit on GST (Goods &
P a g e 29 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Service Tax) is not lost to the OIL on account of any error on the part of the
contractor.
16. In case, the quoted information related to various taxes, duties & levies
subsequently proves wrong, incorrect or misleading, OIL will have no liability to
reimburse the difference in the duty/tax, if the finally assessed amount is on the
higher side and OIL will have to right to recover the difference and in case the rate
of duty/taxes finally assessed is on the lower side.
18. Further, it is the responsibility of the bidders to make all possible efforts to
make their accounting/IT system GST compliant in order to ensure availability of
Input Tax Credit (ITC) to Oil India Ltd.
19. GST liability, if any on account of supply of free samples against any tender shall
be to bidder’s account.
20. In case of statutory variation in GST, other than due to change in turnover,
payable on the contract value during contract period, the Supplier of
Goods/Services (Service Provider) shall submit a copy of the 'Government
Notification' to evidence the rate as applicable on the Bid due date and on the date
of revision.
21. Beyond the contract period, in case OIL is not entitled for input tax credit of
GST, then any increase in the rate of GST beyond the contractual delivery
period shall be to Service provider’s account whereas any decrease in the rate GST
shall be passed on to the OIL.
22. Beyond the contract period, in case OIL is entitled for input tax credit of GST,
then statutory variation in applicable GST on supply and on incidental services,
shall be to OIL’s account.
23. Claim for payment of GST/Statutory variation, should be raised within two [02]
months from the date of issue of 'Government Notification' for payment of
differential (in %) GST, otherwise claim in respect of above shall not be entertained
for payment of arrears.
24. The base date for the purpose of applying statutory variation shall be the Bid
Opening Date.
25. The contractor will be liable to ensure to have registered with the respective tax
authorities, wherever applicable and to submit self-attested copy of such
registration certificate(s) and the Contractor will be responsible for procurement of
material in its own registration (GSTIN) and also to issue its own Road Permit/E-
way Bill, if applicable etc.
26. In case the bidder is covered under Composition Scheme under GST laws, then
bidder should quote the price inclusive of the GST (CGST & SGST/UTGST or IGST).
P a g e 30 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Further, such bidder should mention “Cover under composition system” in column
for GST (CGST & SGST/UTGST or IGST) of price schedule.
27. OIL will prefer to deal with registered supplier of goods/services under GST.
Therefore, bidders are requested to get themselves registered under GST, if not
registered yet. However, in case any unregistered bidder is submitting their bid,
their prices will be loaded with applicable GST while evaluation of bid. Where
OIL is entitled for input credit of GST, the same will be considered for
evaluation of bid as per evaluation methodology of tender document.
The Contractor will be under the obligation for invoicing correct tax rate of
tax/duties as prescribed under the GST law to OIL, and pass on the benefits, if
any, after availing input tax credit.
31. Address of the delivery where the same is different from the place of supply and
Signature or digital signature of the supplier or his authorised representative.
32. GST invoice shall be prepared in triplicate, in case of supply of goods, in the
following manner:
a) The original copy being marked as ORIGINAL FOR RECIPIENT;
b) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and
c) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.
P a g e 31 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
33. In case of any advance given against any supplies contract, the supplier of the
goods shall issue Receipt Voucher containing the details of details of advance
taken along with particulars as mentioned in clause no. (a), (b), (c), (d), (g), (k), (l),
(m) & (o) above.
As per Clause 171 of GST Act it is mandatory to pass on the benefit due to reduction
in rate of tax or from input tax credit to the consumer by way of commensurate
reduction in prices. The Supplier of Goods/Services may note the above and
quote their prices accordingly.
35. In case the GST rating of Contractor on the GST portal/Govt. official website is
negative/black listed, then the bids may be rejected by OIL. Further, in case rating
of bidder is negative/black listed after award of work for supply of
goods/services, then OIL shall not be obligated or liable to pay or reimburse GST
to such Contractor and shall also be entitled to deduct/recover such GST along
with all penalties/interest, if any, incurred by OIL.
b. Contractor shall provide the list of items to be imported by them under the
Contract in the format specified in Proforma-A along with their bid for
issuance of Recommendatory Letter to DGH. Contractor shall made written
request to Company immediately after shipment of the goods indicated by
them in Proforma- A, along with the Invoices and all shipping documents
(with clear 15 working days’ notice) requesting Company for issuance of the
Recommendatory Letter. OIL shall issue the Recommendatory provided all
the documents submitted by the Contractor are found in order as per
contract. It shall be however, Contractor's responsibility to obtain EC from
DGH and clear the goods through customs. OIL shall not be liable in
whatsoever manner for the rejection of their claims for zero customs duty by
any of the authorities including DGH arising solely as a result of any default
on the part of the Contractor.
c. All imports and import clearances under the contract shall be done by the
contractor and OIL shall not provide any assistance in this regard.
d. However, in the event customs duty becomes leviable during the course
of contract arising out of a change in the policy of the Government, Company
shall be liable for payment of the customs duties leviable in India on
P a g e 32 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
f. Contractor must ensure that the spares and consumables imported by them
for providing the services under Contract are properly used in executing their
job under the Contract in the PEL/ML areas of Company for which
EC has been obtained. Contractor shall furnish to Company a certificate as
and when the spares and consumables are used/consumed certifying that
the spares and the consumables imported by them have been consumed in
those ML and PEL areas under the contract for which ECs were obtained
by them. In order to avoid any misuse of the spares and consumables
imported by the Contractor for providing the services under the Contract,
Contractor shall furnish an Undertaking similar to that being furnished by
Company to Customs of suitable amount before issue of the Recommendatory
Letter.
ARTICLE -34
34.1. Strict compliance with statutory regulations like Mines Act and related acts
/legislation, IBR, OMR, OISD norms, CEA and Pollution Control Board
(state/central) etc. are to be complied by the successful bidder.
34.2. The Contractor’s entire fleet of equipment must meet the safety requirement and
duty condition of safe, trouble free and uninterrupted operation as per sound
industry practices. The contractor shall undertake operation and maintenance
(O&M) of the equipment’s forthwith after supply of the equipment and shall be
responsible for arranging all resources including competent manpower as per
requirements of Indian Mines Act, its bye–laws & other legislations in force and all
P a g e 33 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
34.3. The impact of any such Change of Scope on cost and time & payment mode shall
be mutually agreed between OIL and the BOOT Contractor.
The BOOT Contractor shall maintain or cause to be maintained at its own expenses
the entire Plant and replace the unserviceable instrument / equipment etc. as and
when required in order to maintain smooth operation of the Plant.
If, in the reasonable opinion of the BOOT Contractor there exists an emergency
which warrants decommissioning and closure of the Plant in whole or any part of
the Plant, the BOOT Contractor shall be entitled to de-commission and close the
whole or the relevant part of the Plant, provided that such emergency De-
commissioning will be notified to OIL promptly within 24 hours. OIL may issue
directions to the BOOT Contractor for dealing with such situations and the BOOT
Contractor shall abide by such directions.
34.7. The BOOT Contractor shall re-commission the Plant or the affected part thereof as
quickly as practicable after the circumstances leading to its de-commissioning and
closure have ceased to exist.
34.8. The BOOT Contractor shall operate and maintain the Project, modify, repair or
otherwise make improvements to the Project to comply with other requirements set
forth in the Agreement, Good Industry Practice, Applicable Laws and Applicable
Permits and manufacturer’s guidelines and instructions and more specifically to
provide the tendered services.
34.9. Perform and fulfil all of the BOOT Contractor ’s obligations as may be specified
under the BOOT Agreement.
34.10. Not assign or create any lien or Encumbrance on the Project or any part of the
Project nor transfer, lease or part possession therewith save and except as
expressly permitted by the Agreement.
34.11. Not to utilize the land provided by OIL for any other purpose other than the purpose
it is intended for.
34.12. Use of fuel gas in process equipment and ancillary systems like gensets of the GGS
Lakwagaon will be allowed without any charges. However, if contractor wish to
utilize fuel gas for other purpose like -canteen/ kitchen establishment etc installed
within the GGS battery limit, exclusively for the GGS operational support purpose,
OIL may allow to use the gas on chargeable basis. Charges will be made as per
prevailing market rate as on last day of every calendar month.
P a g e 34 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
ARTICLE No. 35
35.01 It is envisaged that the future GCS will be coming up within 2 years of completion
of the GGS. Construction of the proposed GCS may be either taken up in-house or
EPC or BOOT mode as decided by OIL. However, O & M of the GCS will have to be
carried out by the same O&M contractor engaged for the GGS. The O & M services
for the GCS will be as per mutually agreed rate, duration and other terms and
conditions between OIL and the existing operator of GGS, to be determined later
(nearer the completion time of the GCS). Other terms and conditions of the O&M
service of the GGS shall prevail for the GCS also.
ARTICLE No. 36
36.01 During the mandatory 10 years contractual O&M period of the GGS plant, COMPANY
may dehire a part of the O&M services for OCS+ETP and WIS. “Fixed O & M Cost” &
“Variable O & M Cost” shall be paid accordingly for the running facilities only, in
case of such partial dehire of O&M service. However, contractor will get full monthly
payment against “Fixed Hire Charges towards capital investment” as per quoted
rate up to 10 years.
36.02 Contract extension beyond 10 years: If COMPANY decides to extend the contract
beyond 10 years, the rates for 11th to 15th year (or any extended period till 15th year)
will be discussed and mutually agreed upon before the completion of 10th year.
During the extended operation period, COMPANY may advise the contractor to carry
out O&M of the entire plant or a part of the plant which will be decided based on
actual production level of oil+gas+formation water from the field and actual
requirement of water injection nearer the completion of 10 years of operation of the
GGS through this contract. Accordingly, revised monthly quantities for “Variable O &
M Cost” will be finalized for the extended period.
Since at the end of the initial 10 (ten) years, the ownership of the installation will be
transferred to OIL, hence “Fixed Hire Charges towards capital investment” will not
be payable beyond this period. Only “Fixed O & M Cost” & “Variable O & M Cost”
will be paid as per the agreed rate after the end of 10th year, if it is mutually agreed
upon for extension of the Contract. Moreover, BOOT Contractor has to agree for other
terms and conditions in line with the present contract.
ARTICLE No. 37
P a g e 35 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
credit facilities from the banking system till date or the contractor’s aggregate
exposure of the banking system is less than ₹5 Crore.
or
ii) Open a project specific Current/CC/OD Account (located in the
vicinity where the project is executed) with any scheduled/nationalized banks
with which it has CC/OD facility, provided that the bank has at least 10 per
cent of the aggregate exposure of the banking system to the contractor. In case
none of the lender banks has at least 10 per cent of the aggregate exposure,
the project specific current account to be opened with the bank having the
highest exposure among CC/OD providing banks.
or
iii) If the contractor is already having any existing account specifically
opened against OIL existing project, the same can be treated for any other
additional projects awarded to the contractor from OIL. Further, monetary
limits to be maintained under the account will be treated cumulatively of all
awarded projects from OIL.
(b) The contractor shall deposit an amount equal to 10% of the annualized
contract value in the project specific bank account within 15 days from the
date of issue of LOA. All payments against the contract shall be remitted to the
project specific account. Any withdrawal from the deposited 10% value from
this account shall be only after the first payment made by OIL (i.e. till first
payment the minimum amount to be maintained in the account should be 10%
of annualized contract value). At any point of time, the minimum balance after
first remittance by OIL against invoice from the contractor shall remain 5% of
the annualized contract value.
(c) The contractor will not be able to use this account for entering into any type
of mortgage/loan/factoring arrangement with other financial institutions
during the course of the contract execution with OIL without the written
consent of OIL.
&&&&&&&
P a g e 36 | 36 (SCC)
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
PROFORMAS
P a g e 1 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
VOLUME-I Part-3
SECTION - IV
PROFORMAS
II Statement of Non-Compliance
V Agreement Form
P a g e 2 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-I
BID FORM
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Gentlemen,
Having examined the General and Special Conditions of Contract and the Terms of Reference
including all attachments thereto, the receipt of which is hereby duly acknowledged, we the
undersigned offer to perform the work/services in conformity with the said conditions of
Contract and Terms of Reference for the sum quoted in the Price Bid Format 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 as per the terms &
conditions set out in the subject tender.
If our Bid is accepted, we will submit the Performance Security Deposit as specified in the
tender document for the due performance of the Contract.
We agree to abide by this Bid for a period of 120 days from the original date of Bid closing
and it shall remain binding upon us and may be accepted at any time before the
expiration 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 the lowest or any Bid you may receive
Name: _______________________________
Designation:_________________________
P a g e 3 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-II
STATEMENT OF NON-COMPLIANCE
(Only exceptions/deviations to be rendered)
2.0 In addition to the above the Bidder shall furnish detailed information
pertaining to construction, operational requirements, velocity-pattern, added
technical features, if any and limitations etc. of the Inspection Tool proposed
to be deployed.
Name: _______________________________
Designation:_________________________
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 along with their bids. If the
“Statement of Compliance” in the above Proforma is left blank (or not submitted
along with the technical bid), then it would be construed that the bidder has not
taken any exception/deviation to the tender requirements.
P a g e 4 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-III
Date: ___________
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sir,
We authorise Mr. /Mrs. ______________ (Name and address) to be present at the time of
opening of the above TENDER due on _____________ at Duliajan on our behalf.
Yours Faithfully,
Name: _______________________________
Designation: _________________________
Note: This letter of authority shall be on printed letter head of the Bidder and shall be
signed by a person competent and having the power of attorney (power of attorney shall be
annexed) to bind such Bidder.
P a g e 5 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA –IV
AND WHEREAS we ( May incorporate the Bank Name) have agreed to give the Contractor
such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are Guarantors on
behalf of the Contractor, up to a total of (Amount of Guarantee in figures)
_________________________ (in words________________), such amount being payable in the
types and proportions of currencies in which the Contract price is payable, and we
undertake to pay you, upon your first written demand and without cavil or arguments, any
sum or sums within the limits of guarantee sum as aforesaid without your needing to prove
or to show grounds or reasons for your demand for the sum specified therein. We hereby
waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or the work to be performed thereunder or of any of the Contract documents
which may be made between you and the Contractor shall in any way cease us from any
liability under this guarantee, and we hereby waive notice of such change, addition or
modification.
B. Controlling Office: Address of the Controlling Office of the BG issuing Bank: Name of the
Contract Person at the Controlling Office with Mobile No. and e-mail address:
Notwithstanding anything contained herein:
P a g e 6 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
GUARANTORS_________________________
Designation__________________________________________________________
Name of the Bank______________________________________________________
Address ______________________________________________________________
P a g e 7 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-V
AGREEMENT FORM
This Agreement is made on ____ day of ___________________ between Oil India Limited, a
Government of India Enterprise, incorporated under the Companies Act 1956, having its
registered office at Duliajan in the State of Assam, hereinafter called the "Company” which
expression unless repugnant to the context shall include executors, administrators and
assignees on the one part, and M/s ______________ (Name and address of Contractor)
hereinafter called the "Contractor” which expression unless repugnant to the context shall
include executors, administrators and assignees on the other part,
WHEREAS, Company accepted the bid submitted by the Contractor and had issued a firm
Letter of Award No. ________________ dated ___________ based on Offer No. ____________
dated ____________ submitted by the Contractor against Company's TENDER No. __________
All these aforesaid documents shall be deemed to form and be read and construed as
part of this agreement/contract. However, should there be any dispute arising out of
interpretation of this contract in regard to the terms and conditions with those mentioned
in Company’s tender document and subsequent letters including the Letter of Intent and
Contractor's offer and their subsequent letters, the terms and conditions attached hereto
shall prevail. Changes, additions or deletions to the terms of the contract shall be
authorized solely by an amendment to the contract executed in the same manner as this
contract.
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
P a g e 8 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
IN WITNESS thereof, each party has executed this contract at Duliajan, Assam as of
the date shown above.
Name: Name:
Status: Status:
In presence of In presence of
1. 1.
2. 2.
P a g e 9 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA–VI
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602 Assam, India
We confirm that we shall be bound by all and whatsoever our said representative shall
commit.
Yours Faithfully,
Name: _______________________________
Designation: _________________________
Note: This letter of authority shall be on printed letter head of the Bidder and shall be
signed by a person competent and having the power of attorney (power of attorney shall be
annexed) to bind such Bidder. If signed by a consortium, it shall be signed by members of
the consortium.
P a g e 10 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA–VII
Name:
FULL Address:
Phone Number:
Mobile Number:
E-mail address:
Fax Number:
Bank Account Number (in which the Bidder wants remittance against invoices):
Bank Name:
Branch:
Address of the Bank:
Bank Code:
IFSC/RTGS Code of the Bank:
NEFT Code of the Bank:
PAN Number:
GST Registration Number:
P a g e 11 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA–VIII
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Dear Sirs,
3. The Bank also agrees that OIL at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance,
without proceeding against the CONTRACTOR and notwithstanding any security or
other guarantee that OIL may have in relation to the CONTRACTOR’s liabilities.
P a g e 12 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
4. The Bank further agrees the OIL shall have the fullest liberty without our consent
and without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said CONTRACT or to extend time of performance by
the said CONTRACTOR(s) from time to time or to postpone for any time or from
time to time exercise of any of the powers vested in OIL against the said
CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating
to the said agreement and we shall not be relived from our liability by reason of
any such variation, or extension being granted to the said CONTRACTOR(s) or for
any forbearance, act or omission on the part of OIL or any indulgence by OIL to
the said CONTRACTOR(s) or any such matter or thing whatsoever which under
the law relating to sureties would, but for this provision, have effect of so relieving
us.
5. The Bank further agrees that the Guarantee herein contained shall remain in full
force during the period that is taken for the performance of the CONTRACT
and all dues of OIL under or by virtue of this CONTRACT have been fully paid and
its claim satisfied or discharged or till OIL discharges this guarantee in writing,
whichever is earlier.
6. This Guarantee shall not be discharged by any change in our constitution, in the
constitution of OIL or that of the CONTRACTOR.
7. The Bank confirms that this guarantee has been issued with observance of
appropriate laws of the country of issue.
8. The Bank also agrees that this guarantee shall be governed and construed in
accordance with Indian Laws and subject to the exclusive jurisdiction of Indian
Courts of the place from where the purchase CONTRACT has been placed.
10. Any claim under this Guarantee must be received by us before the expiry of this
Bank Guarantee. If no such claim has been received by us by the said date, the
rights of OIL under this Guarantee will cease. However, if such a claim has been
received by us within the said date, all the rights of OIL under this Guarantee shall
be valid and shall not cease until we have satisfied that claim.
11. In witness whereof, the Bank through its authorized officer has set its hand and
stamp on this -----------------------date of -----------------2023 at ------------------
WITNESS NO. 1
----------------------- -------------------------------
(Signature) (Signature)
Full name and official address Full name, designation and address
(in legible letters) (in legible letters)
Stamp with Bank
WITNESS NO. 2
Attorney as power of Attorney no.
Date:
(Signature)
P a g e 13 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-IX
Bidder’s Name:
Tender No.:
This Questionnaire duly filled in should be returned along with each copy of Un- priced Bid.
Sl. Description Bidder’s Confirmation
No.
1. Bidding structure
Signature :
Name :
Designation :
Office Stamp:
P a g e 14 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-X
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Bank
Branch IFS Code
Declaration:
We will arrange to send the confirmation of issuance of the bank guarantee via SFMS
portal through our bank using the details mentioned in the tender and hereby
confirming the correctness of the details mentioned.
Authorized Signature:
Name:
Vendor Code:
Email ID:
Mobile No:
P a g e 15 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-XI
(on the official pad of the bidder to be executed by the authorized signatory of the bidder)
Place: …………………….
P a g e 16 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-XII
Bidder is requested to fill this check list and ensure that all details/documents have been
furnished as called for in the Bidding Document along with duly filled in, signed & stamped
checklist with each copy of the “Techno-Commercial bid”.
Submitted
(2.0) Power of Attorney in Favour of the person who has signed the bid on stamp paper of
Appropriate value
(4.0) Partnership Deed in case of partnership firm and Article of Association (AOA) /
Memorandum of Association (MOA) in case of limited company
Submitted
(6.0) Overall schedule for completion of work in the form of Bar Chart
Submitted
(9.0) Blank copy (without price) of schedule of Price indicating “Quoted” duly signed and
stamped on each page
Submitted
Submitted
(11.0) PAN, EPF, ESI, Schedule Bar chart, proposed site organization chart, income tax
clearance certificate, solvency certificate
Submitted
P a g e 17 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
(12.0) Financial balance sheet, profit and loss account, Assets / Liability sheet as per ITB
Submitted
(15.0) Quality manual, sample audit report as per QMS section and safety
assurance plan
Submitted
Submitted
Submitted
YES
(2.0) Confirm that that over-writings/corrections (if any) in the bid has been properly
attested by the person signing the Tender
YES
P a g e 18 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-XIII
PF REGISTRATION NO. :
DISTRICT & STATE :
ESI NO. :
INCOME TAX :
PAN NUMBER :
GST REGISTRATION NOS. :
We hereby confirm that the above PF Account is under operation presently and shall be used
for all PF related activities for the labour engaged by us in the present work (if awarded to us).
P a g e 19 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-XIV
(To be executed by the authorized signatory of the bidder on the official letter
head of the bidder, signed, stamped, scanned and submitted online through tender portal)
TO
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
M/s.___________________ confirm that all the instructions and terms and conditions of the
tender document (Tender No. ____) as well as the instructions contained in the website
https://etender.srm.oilindia.in/irj/portal are acceptable to us unconditionally.
Yours faithfully,
Name :
Designation :
Phone No.
Place :
Date :
P a g e 20 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-XV
2. Bidder to specify the details of work(s) executed by the Bidder complying the
requirement of IFB Experience details as below:
SL.
SUBJECT DETAILS
NO.
2A. Name of Work
2B. Details of Client/ Consultant CLIENT CONSULTANT
2B1 Name
2B2 Postal Address
e-mail___________ e-mail___________
NOTE:
i) Bidder shall furnish the experience details as above only of those projects which they consider
suitable for meeting the Qualification Criteria. OIL reserves the right not to evaluate any other
project details. Details of more projects may be furnished in the same format, if desired.
ii) Bidder to note that non-submission of relevant supporting documents may lead to rejection of
their bid. It shall be ensured that all relevant supporting documents are submitted along with
their bid in the first instance itself. Evaluation may be completed based on the details so
furnished without seeking any subsequent additional information.
P a g e 21 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
PROFORMA-XVI
ADDRESS OF COMPANY:………………………………………………………
**
P a g e 22 | 22
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
Prepared By:
P a g e 1 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
VOLUME-I Part-3
SECTION - V
PRICE BID & SCHEDULE OF PAYMENTS (SOP)
Total quoted prices of the bidder for the intended 10 years BOOT basis services for the GGS at
Lakwagaon, Sivasagar, Assam inclusive of all taxes, duties, liabilities excluding GST must be
mentioned in the “Price Bid Format” i.e., Annexure N to BEC”.
The quantities shown against each item in the “Schedule of Payment-(Annexure N1 to BEC)” are
considered based on maximum envisaged quantities to be consumed over the 10 years contractual
BOOT basis O&M period. However, Contractor will be paid based on the actual number of
days/months/ quantities consumed against “Fixed O&M Charges” and “Variable O&M Charges”, as
the case may be.
1. MOBILIZATION CHARGES:
ii. Mobilization Charges shall cover Mobilization charge is inclusive of all tools, equipment,
spares, consumables, accessories and personnel required to start commercial operation
of each three facilities (OCS, ETP+STP & WIS) including but not limited to travel
expenses, in-transit accommodation charges, personal insurance etc. for Contractor’s
Personnel to reach the Company’s designated Site on receipt of the mobilization notice
from Company.
iii. Mobilization charge/cost will not be paid to the contractor for initial mobilization.
Mobilization charges will be payable only when mobilization is completed as per Article-
1 of SCC. The Mobilization charge shall not be more than 10% of the total contract
value. In the event of the bidder quoting Mobilization charge above 10% of the total
contract value, only 10% of the contract (BOOT) value will be paid after successful
completion of the mobilization and the remaining amount will be paid by equally
distributing to monthly Hire/ rental charges. Following are the strategies payment of
Mobilization Charges:
iv. Mobilization charges cover all local and foreign cost to be incurred by the Contractor to
mobilize the equipment to the appointed site and include all local and foreign taxes,
port fees, ocean freight charges, inland transport, insurance, banking charges, customs
duty etc.
P a g e 2 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
v. OIL will only provide all necessary documents as required for Custom Clearance on
receipt of request from the Contractor and all such request must be made by the
Contractor well in advance so that the Company can make necessary arrangement for
providing the documents in time without causing any delay for the Customs/Port
Clearance.
Note:
NIL Customs Duty & Concessional GST Applicable for Projects in PEL/ PML Area Consequent upon
implementation of GST w.e.f. 01.07.2017, various Office Ordered /Circulars and clarifications thereof have
been notified by Govt. of India regarding applicability of exemption / concession on the Customs Duty as
well as on GST for procurement of goods & services by OIL in connection with use in PEL/PML Areas for
exploration purpose. The items eligible for NIL rates of Customs Duty and Concessional GST @ 12% are
as applicable. As per Sl. No. 404 of Customs Notification No. 50/2017-Cus dated 30.06.2017, the goods
required for petroleum operation for eligible areas, as mentioned in said notification, would attract 12%
Customs Duty (BCD Nil & IGST @ 12%) subject to issuance of certificate from OIL to be produced to
customs department..
All imports and import clearance under the contract including payment of Customs Duty either for items
covered under above referred list 33 or otherwise shall be the responsibility of the bidder. OIL will not
provide any other assistance in this regard.
Supply of goods to any project or purpose in respect of which the Ministry of Finance, by Notification No.
3/2017 (Union Territory/ Central/ Integrated) dated 28th June 2017, as amended from time to time, would
attract concessional rate of GST (IGST or CGST & SGST/UTGST)@ 12%, subject to conditions specified
therein. It shall be however, Contractor’s responsibility to provide necessary documents as per the
Government Policy to obtain EC from DGH.
Bidder can import goods without insisting on End User Certificates (EUC) from OIL.
The bidders will quote net price after taking into account the above as applicable and bids will be evaluated
accordingly. The bidders are requested to check the latest position on the subject on their own and OIL shall
not accept any liability, whatsoever, on this account.
The Owner (OIL)/ Contractor is entitled to get the benefit as per above notification and accordingly the
bidders are advised to assess the requirement of any Imported Goods for the proposed project job. The
Bidders are required to load the applicable Customs Duty in their quoted price on the basis of their assessment
with the sole motive of quality and sustainability of the material to be used in the project job. However, the
IGST on the imported goods will be on OIL's Account. In case after award of the tender, OIL arranges the
Essentiality Certificate (EC), then the Customs Duty applicable at the time of clearance of the goods will be
recovered from Bidder (contractor).
Note:
1. In case EC is not issued by OIL to contractor, no action is required from the contractor or from
OIL
2. The payment of custom amount along with IGST and other cess payable during clearance of
goods, will be borne by Contractor. Bill of Lading, Bill of Entry and other shipping documents
shall be submitted to OIL at the time of Mobilization charge claim for adjustment of above
recoveries or dues.
vi. Mobilization shall be deemed to be completed when the EPMC has agreed that all
Contractor’s Equipment including all materials are available at GGS facility duly ready
for commencement of production/ operation and:
P a g e 3 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
a) All necessary statutory clearances including but not limited to DGMS/ SPCB/
CGWA/ CTE/CTO/ CEA approval have been obtained;
and
b) All equipment is fully calibrated, tested and operational to the contractually specified
standards; materials are substantiated by certification; safety and technical start up
audits as certified by EPMC;
and
and
d) An acceptance certificate has been issued by the EPMC certifying the contractor is
ready to commence the production/ operation.
and
e) Mobilization of manpower, tools and tackles and consumables and other conditions
as mentioned in Article-1 of SCC are completed.
2. TRANSFER CHARGE:
i. In the event of expiry of Agreement Period due to expiry of 10 yrs O & M period, the
Contractor agrees to transfer the GGS (excluding manpower & contractor’s
equipment/tools), free of any Encumbrance, without payment of any compensation from
OIL, except for the token transfer amount of INR 1/- (Indian Rupee One only). The
Contractor along with the Project Assets shall transfer all its rights and title attached
with the Project Assets to OIL. Further, the Contractor shall hand over the entire assets
to OIL in a good working conditions.
Note:
The contractor shall ensure following conditions for Transfer:
a) Transfer package shall consist one year O & M spares/ consumables and valid AMC
with various OEMs for one year period.
b) Residual Life Assessment for critical equipment like Pressure Vessel/ Heat
Exchangers, Tanks, critical pumps like Fire Water, Crude Dispatch, Water Injection,
crude charge, piping network, as a minimum shall be carried out at the end of 9th
year from commencement of operation by approved TPIA/ Residual Life Assessor
and final certificates from TPIA/ Residual Life Assessor before expiry of 10 th year;
the cost for TPIA/ Residual Life Assessor and cost for correction actions (if any)
including insulations/ painting shall be born by the Bidder/ contractor. Same has
to be loaded in the Bid Contract value.
c) All operating data recorded during O & M period shall be transferred to OIL.
ii. The above transfer charge shall be payable one time on lump sum basis which
include all charges towards demobilization of all personnel and contractor’s
P a g e 4 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
equipment/tools upon completion of the assignment of works under this contract to the
satisfaction of Company Representative.
iii. OIL shall give minimum 2 months notice before contract/ extended contract
completion to contractor to commence demobilization.
NOTE:
The Contractor is required to fulfill their obligation on Mobilization/ Demobilization
of personnel upon receipt of appropriate notice from the Company.
Fixed charges in every calendar month basis shall be paid to the contractor as per the
charges quoted and finalized in SOR. Such monthly rates of each operating year will be used
for arriving daily charges if required based on the calendar days of particular month.
The Bidder shall estimate the total investment required for the Project in accordance with
the Bidding Documents and the scope of work required to be performed by the Contractor.
For the above purpose, the Bidders may adopt the following guidelines:
Note: The above details are merely indicative and not exhaustive for the purpose of
considering the investment cost of the Project. Bidders are required to do their own due
diligence in this regard based on the information provided in the Bidding Documents and
shall be responsible for considering all factors of such investment cost while submitting their
Bids for the Project.
P a g e 5 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
The Bidders may consider the following factors in relation to assessing operating cost of the
Project :
a) Total salary for the Operating & Maintenance staff required to carry out operations of the
Project;
c) cost towards license fee payable to OIL in relation to the Project site;
d) safety, security and maintaining site office for carrying out operations of the Project;
f) annual inspection, health study and implementation of any other audits, as required in
accordance with the provisions of Bidding document and applicable laws;
Note: The above details are merely indicative and not exhaustive for the purpose of
considering operating cost of the Project. Bidders are required to do their own due diligence
in this regard based on the information provided in the Bidding Documents and shall be
responsible for considering all factors of Project’s operating cost while submitting their Bids
for the Project.
The Bidders may consider the following factors for the purpose of assessing the operation and
maintenance cost of the Project:
a) cost of consumables and utilities other than Raw Water and Power for operations of the
Project;
b) Taxes required to be paid for carrying out O & M related activities of the Project
c) Contractor’s profit and other factors if any.
P a g e 6 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Note: The above details are merely indicative and not exhaustive for the purpose of
considering maintenance cost of the Project. Bidders are required to do their own due
diligence in this regard based on the information provided in the Bidding Documents and
shall be responsible for considering all factors of Project’s maintenance cost while submitting
their Bids for the Project.
6. EXTENSION OF O & M.
In the event of expiry of term of the proposed 10 years contract, OIL may wish to avail the
operation and maintenance services of the Contractor for further period, OIL will make
payment as per mutually agreed rates (Fixed O & M and Variable O & M charges) for such
additional operation and maintenance period and parties will execute the new / extended
contract for such additional operation and maintenance activities. Fixed Hire charges will not
be paid after expiry of 10 years contract. OIL will confirm the quantity to be processed at the
time of framing new O & M schedule of rate & payments.
7. The amounts quoted by the Bidder in the Price Bid shall be inclusive of all taxes and duties
other than GST. NPV shall be calculated without considering GST component.
8. PRICE ADJUSTMENT :
For prices offered in SOR, the Contractor shall be eligible for price variation as per the
following Table for the entire duration of 10 years:
PARAMETER
OUTPUT DEFINITION /
(INPUT PRICE ADJUSTMENT
SET RANGE
DEFINITION)
OCS+ETP
Scenario-1- If there is no
loss/ shortage between OIL
supplied gross liquid (i.e; oil
+water) qty at inlet of OCS and
Contractor Processed output
oil +water qty.
P a g e 7 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 8 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
For Continuation of
Operation:
Fixed Hire charge shall be paid
for 2000 KLPD;
WIS
P a g e 9 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Scenario-1-
In case of shortage in
injected qty (1500 KLPD):
GENERAL
Use of fuel gas in
process equipment
and ancillary
systems like gensets
of the GGS
Charges will be made as per
Lakwagaon will be
prevailing market rate as on
allowed without any
last day of every calendar
charges. However, if
month.
contractor wishes to
utilize fuel gas for
other purposes like
canteen/kitchen
establishment etc.,
P a g e 10 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
C = Quoted Variable cost per KL * (OIL supplied qty – Contractor processed(output) qty
Quoted Fixed Hire charges per KL for OCS+ETP = Total Hire charges per year ÷ (2000KLPD*365 days)
9. DAILY RENTAL CHARGES FOR GGS FACILITY SERVICE EQUIPMENT & TOOLS:
a) If Contractor's equipment is defect free, ready to undertake operation and waiting for
the gross liquid at inlet manifold, the compensation shall be as follows:
(Monthly Fixed O & M charges ÷ no. of days in the particular calendar month) x no. of
idle days
Contractor with permission from the company representative may take prior permission and
approval for carrying out maintenance equipment without well downtime. This shall however
not infringe the basic essence of the Scope of service of the contract.
Preventive Maintenance:
Total plant shut down for carrying out Preventive Maintenance is not allowed. Preventive
maintenance shall be planned equipment wise/OCS separation train wise/sub-system wise
once in 2 years . Any train can be shut down for preventive maintenance at a stretch for not
P a g e 11 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
more than 7 days and cumulative turn around period for all equipment and trains shall be
maximum 30 days per two years block. No carry over days to subsequent year is allowed.
Breakdown Maintenance:
BOO Contractor shall ensure that all equipment, instruments, trains, systems and sub-
systems are in operating conditions 24*7 excluding the equipment/ instruments
/trains/systems/sub-systems which is/are under scheduled preventive maintenance (if any).
For minor breakdown maintenance of an equipment/instruments /trains/systems/sub-
system, no penalty will be applicable up to 24 hrs, and for major break-down maintenance,
no penalty will be applicable up to 120 hrs, provided the stand-by equipment/instruments
/trains/systems/sub-system is available for operation. Beyond the above stipulated
breakdown hours, if the standby equipment is found to be in non-operating conditions
concurrently, penalty will be applicable from zero hrs of such break-down.
Notwithstanding any provision in this Contract, no charges shall be payable for the period,
when the job or activity assigned to the Contractor is halted due to break-down of Contractor’s
tools/equipment, non-availability of key personnel or for any other reason whatsoever
attributable to the Contractor and applicable penalty shall be imposed as per in Article-
14 of SCC
CONSUMABLES:
The Contractor has to provide all the requisite consumables at no extra cost.
ii. The Force Majeure Rate shall be payable during the first 15 days period of force majeure
situation. No payment shall accrue to the Contractor beyond the first 15 days period
unless mutually agreed upon. Also no clubbing of different Force Majeure is permitted
such Force Majeure situations are less than 15 days.
P a g e 12 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Annexure -N to BEC
The total quoted price for “Hiring of services for a GGS (GROUP GATHERING STATION)
consisting of an OCS, ETP+STP AND WIS at Lakwagaon in Sivasagar District, Assam on
Build Own, Operate & Transfer (BOOT) basis for period of ten (10) years” is
INR……………………………….. (In words Rupees ………………………………………………….)
inclusive of all liabilities and taxes including statutory liabilities but excluding GST.
1. The above quoted price is inclusive of all the scope of works mentioned in this tender as
well as all liabilities, taxes and duties but excluding GST.
2. If there is any discrepancy between words and figures, the amount in words shall prevail
and will be adopted for evaluation.
3. Price Bids will be evaluated on overall lowest cost basis (L-1 offer) and contract will be
awarded to L-1 Bidder.
4. The price quoted by the successful bidder must remain firm during the entire duration
of the contract. Any bid submitted with adjustable price quotation other than the above
will be treated as non-responsive and rejected.
5. The Total Quoted Price of the successful bidder shall be spread over each SOP item no.
mentioned in Schedule of Payment (Annexure N1 to BEC) as per weightage mentioned
in Schedule of Payment after award of contract in agreement with OIL.
6. All Milestone Payments (a. Mobilization charges and b. Transfer charge/cost), all
Monthly Payments (a. Fixed Hire Charges towards capital investment, b. Fixed O & M
cost and c. Variable O & M cost) shall be disbursed to successful L-1 bidder/contractor
after award of contract as per SCHEDULE OF PAYMENTS.
Name:
Designation:
Phone No.:
Place:
Date:
(Affix Seal of the Organization here, if applicable)
P a g e 13 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
SCHEDULE OF PAYMENT
Total
Amount
Qty. Unit
SOP (Rs.) Max Wt
Rate
Line (C=AXB % (*)
Description of Service UOM (Rs.)
Item =(Total
No. Contract (D)
(A) (B)
Value-1) X
D)
1 Mobilization charges for GGS
Mobilization charges for WIS (2% of
1a Total Contract Cost for 10 years LS 1 2.000%
including O&M)
P a g e 14 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 15 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 16 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
P a g e 17 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP AND
WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
Name:
Designation:
Phone No.
Place:
Date:
(Affix Seal of the Organization here, if applicable)
&&&&&&&
P a g e 18 | 18
Price Bid & SOP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
(SAFETY MEASURES)
Prepared By:
Page 1|4
Safety Measures
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
VOLUME-I Part-3
SECTION - VI
SAFETY MEASURES
(To be to be submitted on official letter head)
To,
CGM (PROJECTS)
OIL INDIA LIMITED
P.O. DULIAJAN-786602
Assam, India
Sir,
adopted during execution of the above contract and that the same have been explained
to us by the concerned authorities. We also give the following assurances.
a. Only experienced and competent persons shall be engaged by us for carrying out
work under the said contract.
b. The names of the authorized persons who would be supervising the jobs on day to
day basis from our end are the following:
i. ------------------
ii. ------------------
iii. ------------------
The above personnel are fully familiar with the nature of jobs assigned and safety
precautions required.
c. Due notice would be given for any change of personnel under item(b) above.
d. We hereby accept the responsibility for the safety of all the personnel engaged by
us and for the safety of the Company's personnel and property involved during the
course of our working under this contract. We would ensure that all the provisions
under the Oil Mines Regulations, 1984 and other safety rules related to execution
of our work would be strictly followed by our personnel. Any violation pointed out
by the Company's Engineers would be rectified forthwith or the work suspended
till such time the rectification is completed by us and all expenditure towards this
would be on our account.
Page 2|4
Safety Measures
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
f. All losses caused due to inadequate safety measures or lack of supervision on our
part would be fully compensated by us and the Company will not be responsible
for any lapses on our part in this regard.
g. We shall abide by the following HSE (Health, Safety & Environmental) POINTS:
1. It will be solely the Contractor's responsibility to fulfill all the legal formalities
with respect to the Health, Safety and Environmental aspects of the entire
job (namely; the person employed by him, the equipment, the
environment, etc.) under the jurisdiction of the district of that state where
it is operating. Ensure that all sub- contractors hired by him comply with
the same requirement as the contractor himself and shall be liable for
ensuring compliance all HSE laws by the sub or sub-sub contractors.
2. Every person deployed by the contractor in a mine must wear safety gadgets
to be provided by the contractor. The Contractor shall provide proper
Personnel Protective Equipment as per the hazard identified and risk
assessed for the job and conforming to statutory requirement and company
PPE schedule. Safety appliances like protective footwear, Safety Helmet and
Full Body harness has to be DGMS approved. Necessary supportive
document shall have to be submitted as proof. If the Contractor fails to
provide the safety items as mentioned above to the working personnel, the
Contractor may apply to the Company (OIL) for providing the same. OIL will
provide the safety items, if available. But in turn, OIL will recover the actual
cost of the items by deducting from Contractor's Bill. However, it will be the
Contractor's sole responsibility to ensure that the persons engaged by him
in the mines use the proper PPE while at work. All the safety gears mentioned
above are to be provided to the working personnel before commencement of
the work.
3. The Contractor shall prepare written Safe Operating Procedure (SOP) for the
work to be carried out, including an assessment of risk, wherever possible
and safe methods to deal with it/them.
5. Contractor has to ensure that all work is carried out in accordance with the
Statute and SOP and for the purpose he may deploy adequate qualified and
competent personnel for the purpose of carrying out the job in a safe manner.
For work of a specified scope/nature, he should develop and provide to the
mine owner a site specific code of practice in line.
Page 3|4
Safety Measures
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
7. Any compensation arising out of the job carried out by the Contractor
whether related to pollution, Safety or Health will be paid by the contractor
only.
9. The contractor shall have to report all incidents including near miss
to Installation Manager/departmental representative of the concerned
department of OIL.
10. The contractor has to keep a register of the persons employed by him/her.
The contractor's supervisor shall take and maintain attendance of his men
every day for the work, punctually.
11. A contractor employee must, while at work, take reasonable care for the
health and safety of people who are at the employee's place of work and who
may be affected by the employee's act or omissions at work.
12. A contractor employee must, while at work, cooperate with his or her
employer or other persons so far as is necessary to enable compliance with
any requirement under the act or the regulations that is imposed in the
interest of health, safety and welfare of the employee or any other person.
15. The contractor should frame a mutually agreed bridging document between
OIL & the contractor with roles and responsibilities clearly defined.
16. For any HSE matters not specified in the contract document, the contractor
will abide the relevant and prevailing Acts/rules/regulations/pertaining to
Health, Safety and Environment.
Yours Faithfully
M/s
Date
(Seal)
Page 4|4
Safety Measures
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
BOOT TENDER
INTEGRITY PACT
Page 1|6
IP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
INTEGRITY PACT
INTEGRITY PACT Between Oil India Limited (OIL) hereinafter referred to as "The Principal"
And
Preamble:
The Principal intends to award, under laid down organizational procedures, contract/s for
HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN
OCS, ETP+STP AND WIS AT LAKWAGAON IN SIVASAGAR, ASSAM, BUILD OWN
OPERATE & TRANSFER (BOOT) BASIS for a period of 10 (Ten) years from the date of
successful commissioning with provision for extension by another 5 (Five) years. The
Principal values full compliance with all relevant laws and regulations, and the principles of
economic use of resources, and of fairness and transparency in its relations with its Bidder/s
and Contractor/s.
In order to achieve these goals, the Principal cooperates with the renowned international Non
Governmental Organization "Transparency International" (TI). Following TI's national and
international experience, the Principal will appoint an external independent Monitor who will
monitor the tender process and the execution of the contract for compliance with the
principles mentioned above.
1. The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
(ii) The Principal will, during the tender process treat all Bidders with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
(iii) The Principal will exclude from the process all known prejudiced persons.
2. If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform the Chief Vigilance
Officers and in addition can initiate disciplinary actions.
i. The Bidder/Contractor will not, directly or through any other person or firm,
offer, promise or give to any of the Principal's employees involved in the tender
Page 2|6
IP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
process or the execution of the contract or to any third person any material or
immaterial benefit which h e/she is not legally entitled to, in order to obtain in
exchange any advantage of any kind whatsoever during the tender process or
during the execution of the contract.
ii. (ii) The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, Subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.
iii. The Bidder (s) / Contractor (s) will not commit any offence under the relevant
Anticorruption Laws of India, further, the Bidder (s) / Contractor (s) will not use
improperly, for purposes of competition or personal gain, or pass on to others,
any information or document provided by the Principal as part of the business
relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
iv. (The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers
or any other intermediaries in connection with the award of the contract.
v. Bidders to disclose any transgressions with any other company that may
impinge on the anti-corruption principle.
vi. The Bidder (s)/ Contractor (s) of foreign origin shall disclose the name and
address of the Agents/ representatives in India, if any. Similarly, the Bidder (s)/
Contractor (s) of Indian Nationality shall furnish the name and address of the
foreign principals, if any. Further, all the payments made to the Indian agent/
representative have to be in India Rupees only.
vii. Bidders not to pass any information provided by Principal as part of business
relationship to others and not to commit any offence under PC/ IPC Act;
2. The Bidder/Contractor will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
3. The Bidder/Contractor signing Integrity Pact shall not approach the Courts while
representing the matters to IEMs and he/she will await their decision in the matter.
Section 3 -Disqualification from tender process and exclusion from future Contracts
If the Bidder, before contract award has committed a transgression through a violation of
Section 2 or in any other form such as to put his reliability or risibility as Bidder into question,
the Principal is entitled to disqualify the Bidder from the tender process or to terminate the
contract, if already signed, for such reason.
Page 3|6
IP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
before the decision to resort to such exclusion is taken. This undertaking is given freely
and after obtaining independent legal advice.
3. If the Bidder/Contractor can prove that he has restored/recouped the Damage caused
by him and has installed a suitable corruption prevention system, the Principal may
revoke the exclusion prematurely.
4. A transgression is considered to have occurred if in light of available evidence, no
reasonable doubt is possible.
5. Integrity Pact, in respect of a particular contract, shall be operative from the date
Integrity Pact is signed by both the parties till the final completion of the contract or as
mentioned in Section 9- Pact Duration whichever is later. Any violation of the same would
entail disqualification of the bidders and exclusion from future business dealings. Any
issue relating to execution of contract, if specifically raised before the IEMs shall be
looked into by IEMs.
1. If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder
liquidated damages equivalent to Earnest Money Deposit / Bid Security.
2. If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the principal shall be entitled
to demand and recover from the Contractor liquidated damages equivalent to Security
Deposit / Performance Bank Guarantee. The bidder agrees and undertakes to pay the
said amounts without protest or demur subject only to condition that if the
Bidder/Contractor can prove and establish that the exclusion of the Bidder from the
tender process or the termination of the contract after the contract award has caused no
damage or less damage than the amount or the liquidated damages, the
Bidder/Contractor shall compensate the Principal only to the extent of the damage in
the amount proved.
1. The Bidder declares that no previous transgression occurred in the last 3 years with any
other Company in any country conforming to the TI approach or with any other Public
Sector Enterprise in India that could justify his exclusion from the tender process.
2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process or the contract, if already awarded, can be terminated for such reason.
1. The Principal will enter into Pacts on identical terms with all bidders and contractors.
3. The Principal will disqualify from the tender process all bidders who do not sign this Pact
or violate its provisions.
Page 4|6
IP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1. The Principal appoints competent and credible external independent Monitor for this
Pact. The task of the Monitor is to review independently and objectively, whether and to
what extent the parties comply with the obligations under this agreement.
2. The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of the
Board of the Principal.
3. The Contractor accepts that the Monitor has the right to access without restriction to all
Project documentation of the Principal including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same
is applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/Contractor/Subcontractor with
confidentiality. However, the documents/records/information having National Security
implications and those documents which have been classified as Secret/Top Secret are
not to be disclosed.
4. The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.
6. The Monitor will submit a written report to the Chairperson of the Board of the Principal
within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal'
and, should the occasion arise, submit proposals for correcting problematic situations.
7. If the Monitor has reported to the Chairperson of the Board a Substantiated suspicion of
an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not,
within reasonable time, taken visible action to proceed against such offence or reported
it to the Vigilance Office, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner, Government of India.
9. In case of any complaints referred under IP Program, the role of IEMs is advisory and
would not be legally binding and it is restricted to resolving the issues raised by an
intending bidder regarding any aspect of the tender which allegedly restricts competition
or bias towards some bidder.
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6
months after the contract has been awarded. If any claim is made/ lodged during this time,
the same shall be binding and continue to be valid despite the lapse of this pact as specified
above, unless it is discharged/determined by Chairperson of the Principal.
Page 5|6
IP
TENDER FOR HIRING OF SERVICES FOR A GGS (GROUP GATHERING STATION) CONSISTING OF AN OCS, ETP+STP
AND WIS AT LAKWAGAON IN SIVASAGAR DISTRICT, ASSAM ON BUILD OWN, OPERATE & TRANSFER (BOOT) BASIS
Tender No: CPI2385P23
1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal. The Arbitration clause provided in the main tender
document / contract shall not be applicable for any issue / dispute arising under
Integrity Pact.
4. Should one or several provisions of this agreement turn out to be invalid, the remainder
of this agreement remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.
5. Issues like warranty / guarantee, etc. shall be outside the purview of IEMs.
………………………………………….. …………………………………………..
For the Principal For the Bidder/ contractor
Place
Witness 2: .............................
&&&&
Page 6|6
IP