oil’s ifb no. cdg8364p13 (eil’s bidding document no. bm...

92
Oil India Limited (A Govt. of India Enterprise) P.O.-DULIAJAN-786602 DIST-DIBRUGARH, ASSAM. CORRIGENDUM No. 3 to IFB. INTERNATIONAL COMPETITIVE BIDDING (ICB) OIL’S IFB NO. CDG8364P13 (EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001) This Corrigendum is issued to notify the changes in the Technical Commercial section including Schedule of Price of the Bid Document in the form of Amendments. Bidders are requested take note of the same while preparing their bids. Sale of Bid Document, Bid closing opening of Tech. Bid is extended as given below. Last Date of Sale of Bid Document Bid Closing Date Time Tech. Bid Opening Date Time 14-FEB-2013 (up to 15:30 Hrs.,IST) 21-FEB-2013 (11.00 Hrs.,IST) 21-FEB-2013 (14:00Hrs., IST) All other Terms and Conditions of the Tender remain unaltered. For IFB, Corrigendum No. 1 to 3, Bidding Document along with its Comm. Amend. No. 1 Tech. Amend. No. 1 visit OIL’s website www.oil-india.com EIL websites http://tenders.eil.co.in and http://eprocure.gov.in/cppp/relatedlinks .

Upload: others

Post on 06-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Oil India Limited (A Govt. of India Enterprise) P.O.-DULIAJAN-786602 DIST-DIBRUGARH, ASSAM.

     

      CORRIGENDUM No. 3 to IFB. INTERNATIONAL COMPETITIVE BIDDING (ICB) 

    OIL’S IFB NO. CDG8364P13 (EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001)

    This Corrigendum is issued to notify the changes in the Technical & Commercial section including Schedule of Price of the Bid Document in the form of Amendments. Bidders are requested take note of the same while preparing their bids. Sale of Bid Document, Bid closing & opening of Tech. Bid is extended as given below.

    Last Date of Sale of Bid Document Bid Closing Date & Time

    Tech. Bid Opening Date & Time

    14-FEB-2013 (up to 15:30 Hrs.,IST) 21-FEB-2013 (11.00 Hrs.,IST)

    21-FEB-2013 (14:00Hrs., IST)

    All other Terms and Conditions of the Tender remain unaltered. For IFB, Corrigendum No. 1 to 3, Bidding Document along with its Comm. Amend. No. 1 &Tech. Amend. No. 1 visit OIL’s website www.oil-india.com & EIL websites http://tenders.eil.co.in and http://eprocure.gov.in/cppp/relatedlinks. **************************************************************

  •   

    TECHNICAL AMENDMENT NO. CDG8364P13/TA-01

    &

    COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    TO

    OIL’s IFB NO. CDG8364P13

    [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    FOR

    ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY

    BASIS

    Prepared & Issued by:

    Regional Office: 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017  

    Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM, INDIA, PIN-786 602

  •   

    COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    TO

    OIL’s IFB NO. CDG8364P13

    [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    FOR

    ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY

    BASIS

    Prepared & Issued by:

    Regional Office: 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017  

    Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM, INDIA, PIN-786 602

  • INDEX TO

    COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    NAME OF WORK : ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY BASIS FOR IMPLEMENTATION OF SAFETY MEASURES & UP-GRADATION OF EXISTING TANK FARMS IN ASSAM OF M/S OIL INDIA LIMITED.

    IFB / BIDDING DOCUMENT NO.

    IFB NO. CDG8364P13 [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    SL.NO. DESCRIPTION NO. OF SHEET(S)

    1. Commercial Amendment no. CDG8364P13/CA-01 5

    2. ANNEXURES

    i. Annexure-I : Section-V- Schedule of Price (Rev.1)

    26

    ii. Annexure-II : Format for Approval of Construction Sub-Contractor (Appendix-I to SCC)

    1

    . iii. Annexure-III : List of Critical Tagged Items (Rev.1) [Appendix-II to SCC]

    1

  • COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    Page 1 of 5

    COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    TO

    IFB NO. CDG8364P13 [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    NAME OF WORK: ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY BASIS FOR IMPLEMENTATION OF SAFETY MEASURES & UP-GRADATION OF EXISTING TANK FARMS IN ASSAM OF M/S OIL INDIA LIMITED.

  • COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    Page 2 of 5

    NAME OF WORK: ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY BASIS FOR IMPLEMENTATION OF SAFETY MEASURES & UP-GRADATION OF EXISTING TANK FARMS IN ASSAM OF M/S OIL INDIA LIMITED.

    IFB NO. CDG8364P13 [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001] The terms, conditions and specifications of Bidding Document stand modified to the extent indicated under column “MODIFICATIONS/ ADDITIONS/ DELETIONS”. All other terms & conditions, stipulations, specifications etc. of Bidding Document issued earlier shall remain unaltered. This Amendment shall form an integral part of Bidding Document.

    Sl.No. Section (Document)

    Page/ Sheet

    No.

    Clause / Item No.

    Subject Modifications/Additions/Deletions

    1. Section-V

    (Schedule of Prices)

    All Sheets

    --- Schedule of Prices The entire Schedule of Prices, Section-V of Bidding Document is replaced by Schedule of Prices (Rev. 1) enclosed as Annexure-I to this Amendment. Schedule of Prices ( Rev.1) consists of 4(Four) sections as following: i) Section I: For Tank Farm at Duliajan, ii) Section II: For Tank Farm at Moran iii) Section III: For Tank Farm at Tengakghat iv) Section IV: For Tank Farm at Jorhat

    2. Section-VI

    (Special Conditions of Contract)

    Sheet 06 of 40

    3.0 Water, Power & other Facilities.

    The Clause no. 3.0 of Special Conditions of Contract stands Deleted. For Land, Power, Water & Other Facilities, the Contractor shall consider Clause No. 29.0 of Special Conditions of Contract.

    3. Section-VI

    (Special Conditions of Contract)

    21.0 Terms of Payment The Terms of Payment is modified to the following extent

    1. The Clause Reference ‘21.3.2’ (For installation, Pre-commissioning, Commissioning Assistance Services etc.) shall be read as Clause ‘21.3.2.2’

    2. The figure(s) 21.3.2.1 & 21.3.2.2 appearing in Page 19 of 40 of

  • COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    Page 3 of 5

    Sl.No. Section (Document)

    Page/ Sheet

    No.

    Clause / Item No.

    Subject Modifications/Additions/Deletions

    SCC, due to topographical error, stands deleted.

    3. The Payment Terms under Clause No. 21.3.2.2, C.4 for Equipment is replaced by the following:

    “C.4 EQUIPMENT (i) 40% (forty percent) on completion of erection, on pro-rata basis

    against the CONTRACTOR’s certified Running Account Bill(s).

    (ii) 45% (forty five percent) on completion of alignment & grouting, on pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s).

    (iii) 10% (ten percent) on issue of Mechanical Completion Certificate against the CONTRACTOR’s certified Running Account Bill(s).

    (iv) 5% (five percent) on completion of pre-commissioning , commissioning / commissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill.”

    4. Section-VI

    (Special Conditions of Contract)

    Sheet 28 of 40

    25.3 Appendix-I to SCC

    (Format for Approval of

    Construction Sub-Contractor)

    Format for Approval of Construction Sub-Contractor (Appendix-I to SCC) is enclosed as Annexure-II to this Amendment.

    5. Section-VI

    (Special Conditions of Contract)

    Sheet 28 of 40

    26.1 Appendix-II to SCC

    (List of Critical Tagged Items)

    The List of Critical Tagged Items (Rev.1) [Appendix-II to SCC] is enclosed as Annexure-III to this Amendment.

  • COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    Page 4 of 5

    Sl.No. Section (Document)

    Page/ Sheet

    No.

    Clause / Item No.

    Subject Modifications/Additions/Deletions

    6. Section-VI

    (Special Conditions of Contract)

    Sheet 33 of 40

    34.0 Taxes, Duties & Levies

    The words “FORM SP-3” appearing in Clause no. 34.1.1 shall be read as ‘FORM SP-2’

    7. Section-VI

    (Special Conditions of Contract)

    34.0 Statutory variation in Taxes & Duties.

    Add a new sub Clause after 34.1.3 as under: 34.1.4 STATUTORY VARIATION IN TAXES & DUTIES:

    (i) Any increase / decrease due to statutory variation/ imposition of new tax law/ withdrawal of exemption after the submission of last/ final price bid but before the contractual date of completion of work shall be to OWNER’s account.

    (ii) The base date for this purpose shall be considered as the date of submission of last Price Bid.

    (iii) Any errors of interpretation of applicability of taxes/ duties by Bidders shall be to their account.

    8. Section-VI

    (Special Conditions of Contract)

    38.0 Surplus Material The words “Surplus Civil Construction materials comprising sand, bricks, stones and aggregate and” appearing in 1st line of sub clause 38.1 of Special Conditions of Contract stand deleted.

    9. Section-VI

    (Special Conditions of Contract)

    45.0 Custom Duty On Construction Equipments

    The word “EIL” appearing in sub clause nos. 45.2 & 45.3 shall be read as “OIL”

    10. Section-VII

    (Bid Rejection/ Evaluation Criteria)

    Page No. 5

    Sl. no. 2.0 under II

    Bid Evaluation Criteria (BEC)

    Add the following at the end of the Para 2 of sl. no. 2.0 of Bid Evaluation Criteria:

    - FORM SP-0 (Summary of Prices) gives the Lumpsum Price by

  • COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    Page 5 of 5

    Sl.No. Section (Document)

    Page/ Sheet

    No.

    Clause / Item No.

    Subject Modifications/Additions/Deletions

    adding the price of Supplies and Services given in FORM SP-1 for all the Four Tank Farms . In case of any discrepancy, the Total of Prices of FORM SP-1 for all the four Tank Farms shall prevail and shall be considered for evaluation and award.

    - The Lump sum contract price shall be sum of Prices for supplies and Services for Section-I (For Tank Farm at Duliajan), Section-II (For Tank Farm at Moran), Section-III (For Tank Farm at Tengakhat) and Section- IV (For Tank Farm at Jorhat) including all applicable statutory Levies, Taxes, Duties quoted in FORM SP-1(Excluding Service Tax)

    - Total Amount of Service Tax for all the Four Tank Farms quoted by the Bidder in FORM SP-2 shall be added for evaluation and award of work.

    - Prices for spares for 2 years operation & maintenance in FORMSP-3 shall not be considered for evaluation.

    - Prices for PWMC in FORM SP-4 indicated by the bidder shall not be considered for evaluation.

    11. Section-VII

    (Bid Rejection/ Evaluation Criteria)

    Page No. 5

    Sl. no. 4.0 under II

    Bid Evaluation Criteria (BEC)

    Add the following at the end of Para 1 of Clause 4.0 under Bid Evaluation Criteria.

    “Deemed Export benefits are available for the jobs of Tank Farms at Duliajan, Moran & Tengakhat only, however, Deemed Export benefits is not available for job at Jorhat Tank Farm”.

    Note: Please submit one copy of this Amendment duly signed & stamped along with Techno-Commercial offer.

    (STAMP & SIGNATURE OF THE BIDDER)

  • OIL INDIA LIMITEDEPC JOB FOR COMPOSITE WORKS AT OIL'S TANK FARMSJOB NO. A345

    SECTION-VSCHEDULE OF PRICES

    ANNEXURE-I TO COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    SECTION-VSCHEDULE OF PRICE (REV. 1)

  • SL NO.

    1234567

    Details of Central Sales TaxDetails of Service Tax

    SP-1ASP-2

    Prices for 2 years Recommended and Maintenance Spares SP-3Price Schedule of Post Warranty Annual Maintenance Contract (PWAMC) SP-4

    SCHEDULE OF PRICES (REV. 1)

    DESCRIPTION FORM NO.

    Preamble to Schedule of Prices

    SP-1Break-up of Schedule of Prices Summary of Prices SP-0

    2

  • 1a

    1b

    23

    45

    6

    7

    8

    9

    10

    11

    12

    13

    14

    1516

    17

    18

    19

    20

    21

    22

    23

    24

    25

    (STAMP & SIGNATURE OF BIDDER)

    Price for Post Warranty Annual Maintenance Contract (PWAMC) from 1st year after Defect Liability Period upto 3rd year after Defect Liability Period shall be quoted separately for PLC, TFMS & CCTV System at Duliajan, Jorhat & Moran and for CCTV system at Tengakhat by Bidder in FORM SP- 4. This price shall not be included in the Lumpsum Price and shall not be considerd for evaluation. Owner shall issue work order separately as per their discretion.

    Title of materials other than finished goods shall not be transferred by the Contractor to OIL at the time of supply and brought to site and shall only be deemed to be transferred by the Contractor to OIL, upon Final Completion. Only the capital goods/ finished goods which are sold & supplied to OIL India Limited and for which FORM-C shall be issued by OIL, Contractor shall transfer the title to OIL, at the stage of ex-works.

    Spares for Start-up/ commissioning and Mandatory spares and Engineeringspare/ consumable are in Contractor’s scope of supplies and are to be included in the quoted Lumpsum price under Sl no. A ( Supplies) in FORM SP-1

    Spares for start-up/ commissioning and mandatory spares and Engineering spare/ consumable are in CONTRACTOR’s scope of supplies and are to be included in the quoted lumpsum price under Sl. A in FORM SP-1.

    Price for two years operation and maintenance spares after Defect Liability/ Guarantee period is not to be included in the Lumpsum Price. CONTRACTOR shall furnish two years operation and maintenance spares, recommended manufacturers/ suppliers for each item in FORM SP-3 and the current applicable price list(s) of such manufacturers/ suppliers within six (6) months from the date of issue of Letter of Acceptance. These prices shall be valid for a period of twelve (12) months from the date of Mechanical Completion.

    The Lumpsum Contract Price consisting of the toatality of supplies and Services / works (s) for Section-I (For Tank Farm at Duliajan), Section-II ((For Tank Farm at Moran), Section-III(For Tank Farm at Tengakhat) & Section-IV (For Tank Farm at Jorhat) as per the Bidding Document. Sl no. A of Schedule of Prices Sectionwise ( FORM SP-1) gives the Lumpsum Price of Supplies/ materials and the price of Services given in Sl no. B gives the Lumpsum prices for Services . The award of work shall not be split and shall be awarded to the lowest bidder.

    FORM SP-1A indicates the lumpsum amount of Central Sales Tax on inter-state sales against FORM- C included in the Price of Supplies/ Materials for finished goods alone included in FORM SP-1.

    FORM-C shall be issued for Central Sales Tax on finished goods alone on inter-state sales which is included in the quoted supply Price.However, FORM-C shall not be issued to the Contractor for inter-state sales / bought out raw materials and consumables (Other than finished goods), e.g. cement, reinforcement steel, structural steel, sand, bricks, stone, tiles etc. and accordingly, Bidder’s quoted price shall be inclusive of CST without FORM-C for such materials.

    These Lumpsum prices do not include Customs Duty (including Countervailing Duty and Special Duty, if any) for Duliajan, Tengakhat & Moran Tank Farms and Service Tax which are to the extent exempted and/ or reimbursable by OIL but inclusive of all other taxes and duties , Local Sales tax, Entry Tax, Assam VAT etc.However, the LumpSum price shall be inclusive of Customs duty on Merit rate basis, Excise duty and other taxes & duties for Jorhat Tank Farm and Deemed export benifit is available to the contractor for Duliajan, Tengakhat & Moran Tank Farms and OIL will issue Project Authority Certificate to the contractor.

    The incidental cost arising out of punch list/check list issued by commissioning team of licensor or Owner or operation group of Owner during pre-commissioning/ commissioning assistance for smooth and trouble free operation of the system/ units including supply is deemed to be included in the quoted and accepted lumpsum price against respective items of supply and services.

    CIF value of imported materials for procurement and supply for Section-I, Section-II, Section-III & Section-IV shall be indicated in FORM SP-1 should be equivalent to the total amount shown under column 12 of Section-I, Section -II & Section-III and column 13 of Section-IV in foreign currency in FORM SP-1.

    If it is not feasible for the Bidder to enter the items or relative values in the relevant SP Forms due to limitation of space, the Bidder may retype the Forms wherever required and fill up the rates either by hand or by typing the values and / or items as required. The Bidder further declares that in the event of any discrepancy in the wording between the SP Forms enclosed with the Tender and with any subsequent addendum and the wording in the forms prepared by the Bidder, the wording given in the SP Forms enclosed with the Bidding Document or with any subsequent addendum as the case may be, shall prevail and the values submitted by the Bidder shall be taken cognizance of and read accordingly. All the original SP FORMS shall be enclosed duly signed and stamped by the Bidder along with the priced sheets prepared by the Bidder pursuant to above.

    The lumpsum price quoted by the bidder shall be for the complete scope of work, scope of supply and specific requirements as mentioned in job specification, technical specification, data sheets, and drawings as defined in the Bidding Document. Any materials/services required for completion of work but not identified in the FORMS SP-1. The same is deemed to be included in the quoted lumpsum price.

    The total price quoted under Sl no. A ( i.e. Sl A1.1 to A1.8) in Forms SP-1 of Price Schedule i.e Supplies/ materials shall not exceed 70% (Seventy Percent) of the Total Lumpsum Price.The total price quoted Sl. no. B1.1 to 1.4) for Services towards Detailed Engineering and documentation shall not exceed 2.5% (Two point Five Percent) of Total Lumpsum Price.

    In case the price(s) quoted exceed the limits specified at 12 above excess amounts shall be paid in the final bill.

    The Contractor shall not be entitled to any compensation in terms of cost and time for such additional supplies and/or services.

    Bidders shall indicate their price for foreign currency in any convertible currency as the case may be in the price formats, wherever applicable.

    INR means Indian Rupees

    Bidders shall indicate their quoted price in Indian Rupees and/or any freely convetible Foreign currency as the case may be in the respective column of Price schedule, as per Instructions to Bidd

    Bidder shall quote Service Tax in FORM SP-2 based on amount of Services quoted by the Bidder in FORM SP-1

    Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the Contract performance and will not be subject to variation on any account except as otherwise specifically provided in the Bidding Documents.

    Counter trade proposals will not be considered in the evaluation of Bids and determination of the lowest evaluated Bidder.

    Bidder shall specify name of company and sign & affix seal on all pages of price bid. Bidder shall quote the following lumpsum prices for all the Four Section ( Section-I to Section-IV) :i) PRICE FOR MATERIALS (SUPPLY) (SP-1) and ii) PRICE FOR SERVICES (SP-1). The entire contract shall be considered to be fully and conclusively covered under these prices. Total price payable under the Contract shall be restricted to Lump Sum price quoted in Form SP-1.

    PREAMBLE TO SCHEDULE OF PRICES

    FORM SP-0 (Summary of Prices) gives the Lumpsum Price by adding the price of Supplies and Services given in FORM SP-1 for all the Four Tank Farms . In case of any discrepancy, the Total of Prices of FORM SP-1 for all the four Tank Farms shall prevail and shall be considered for evaluation and award.

    3

  • 1.1 Lumpsum Price for entire Supplies and Services as per FORM SP-1

    1.1.1 SECTION - I ( FOR TANK FARM AT DULIAJAN )

    L.S.

    1.1.2 SECTION - II ( FOR TANK FARM AT MORAN )

    L.S.

    1.1.3 SECTION - III ( FOR TANK FARM AT TENKAGHAT )

    L.S.

    1.1.4 SECTION - IV ( FOR TANK AT JORHAT )

    L.S.

    1.1.5 TOTAL LUMPSUM PRICE FOR ALL FOUR TERMINALS (1.1.1+ 1.1.2 + 1.1.3 + 1.1.4 ABOVE)

    L.S.

    NOTE:

    i

    ii

    NAME OF BIDDER:

    AMOUNT IN INDIAN RUPEES

    BIDDING DOC. / IFB NO. : CDG8364P13 [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    NAME OF WORK: Engineering, Procurement & Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures & Up-gradation of Existing Tank Farms in Assam of Oil India Ltd

    The basis of Prices shall be as per the Preamble of Schedule of Prices and other provisions of Bidding Document.

    AMOUNT IN FOREIGN CURRENCY (F.C.) UNIT

    Engineering, Procurement & Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures & Up-gradation of Existing Tank Farms in at Duliajan, Moran, Tenkaghat and Jorhat in Assam of Oil India Ltd. as per Bidding Document and its Amendment.

    Bidder shall indicate the Foreign Currency, In case Bidder does not indicate the foreign currency, US $ shall be considered against the foreign currency for evaluation.

    1

    SUMMARY OF PRICES

    FORM SP-0

    IN FIGURE IN WORDS IN FIGURE IN WORDS

    SL DESCRIPTION

    4

  • Sl. No. Description of supplies / work (inclusive all that are covered item-wise in Scope of Work for Tank Farm at Duliajan under Terms of Reference & Technicalspecification i.e. Section-IV of this tender document)

    Quantity Installation & Commissioning

    Works Contract Tax

    Any other taxes, duties, levies considered by bidder

    In INR Foreign currency…………………..

    Total INR Total Foreign Currency………………

    INR Foreign Currency……………..

    1 2 3 4 (i) 4 (ii) 8 9 10 11 (i) 11(ii) 12 (i) 12(ii)

    Procurement and supply atappropriate stages of all materials,equipment, chemicals andconsumables including mandatoryspares, commissioning spares,special tools and tackles, ThirdParty Inspection, transportationupto work site, customsclearance, stevedoring, insurance,receipt, accounting, storing andpreservation e.t.c. all complete asper scope of supply detailed invarious sections of biddingdocument, drawing, specifications,other documents for tank farm atDuliajan, other activities incidentalto procurement and supply anddirection of Engineer-In-Charge fothe following:

    A1.1 Equipment & Packaged itemsalongwith drives, auxiliariesand accessories as per biddingdocument.

    A1.1(i) Main Diesel Engine Driven Fire Water Pumps:• Tag No. 101-P-103/ 104/ 105/ 106/ 107/ 108 for Duliajan.Jockey Pumps• Tag No. 101-P-101/ 102 for Duliajan.HOT Cranes for Duliajan.

    Lumpsum

    A 1.1(ii) Package Air Conditioning for Control Rooms at Duliajan.

    Lumpsum

    A 1.1(iii) All other items except itemscovered under A-1.1(i) to (ii) withall associated auxiliaries andaccessories as mentionedelsewhere in the tender document.

    Lumpsum

    A 1.1(iv) Mandatory Spares for entire A1.1(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.2 Mechanical work for Fire WaterTanks (As per Scope of Supplyspecified in the tenderdocument)

    A1.2(i) All plates Lumpsum

    Excise Duty

    5 76

    CIF (Indian) port component involved in Total Price (Col. 11) for issue of Essentiality Certificate for Duliajan,

    Sales Tax Site work Ex-Works Price/ FOB Price

    Total Price (4+5+6+7+8+9+10=11)

    A. SUPPLY

    SECTION-I: FOR TANK FARM AT DULIAJAN

    5

  • A1.2(ii) All other items except itemscovered under A-1.2(i) such aspipes, nozzles, flanges e.t.c. withall associated accessories asmentioned elsewhere in thebidding document.

    Lumpsum

    A1.2(iii) Mandatory Spares for entire A1.2(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.3 All pipes including matchingflanges, Valves, fittings,fasteners, gasket, steam trapetc. as per requirementspecified in the biddingdocument-

    A1.3(i) All CS Piping bulk material. LumpsumA1.3(ii) All valves including Valves, All

    MOV’s, Actuator for ConversionofManual valves to MOV as perbidding document.

    Lumpsum

    A1.3(iii) All other piping bulk material-above ground/ undergroundexcept as mentioned above A1.3(i) including painting, fireproofing etc and all accessories tocomplete the job as per biddingdocument.

    Lumpsum

    A1.3(iv) Mandatory Spares of Piping asstated in A1.3 above as perrequirement specified in thebidding document.).

    Lumpsum

    A 1.4 Electrical Items (As per Scopeof Supply specified in thebidding document)

    A1.4(i) Draw Out type MV Switch Board Lumpsum

    A1.4(ii) PVC, Copper conductor PowerCable (LT), PVC/ Copper controlcable, Lighting Transformer,Lighting Distribution Board & HighMast Lighting system e.t.c

    Lumpsum

    A1.4(iii) FLP Megaphone and AddressableType Fire Alarm System

    Lumpsum

    A1.4(iv) Balance electrical items like cableof other types, cable trays &accessories, transformers, alltypes of galvanized cable trays,junction boxes, lighting poles,lighting fixtures, earthingelectrode/GIstrip, FLP equipment/receptacle, all commissioningspares, all accessories tocomplete the job in all respect.

    Lumpsum

    A1.4(v) Mandatory spares for A 1.4 as perrequirement specified in the tendedocument.

    Lumpsum

    A1.5 Instrumentation works (As perScope of Supply specified inthe tender document)

    A1.5(i) PLC with UPS, Tank FarmManagement System, CCTVSystem

    Lumpsum

    6

  • A1.5(ii) Instrumentation (includingpressure relieve valves, pressuregauges, pressure and differentialpressure transmitters,Temperature element along withtemperature transmitters, gasdetector, Temp gauges, levelgauges, guided wave radar levelinstrument &/or servo type levelinstruments, signal alarm/ control/power cable, and thermocouplecable, cable glands, fittings, cabletrays, instrument duct, instrumentyoke supports, junction boxes withsupport, MCT frames and blocks,erection material etc.) as requiredfor completing the entire work andas per scope of tender document.

    Lumpsum

    A1.5(iii) All other items except itemscovered under A-1.5(i) to A1.5(ii)with all associated auxiliaries andaccessories as mentionedelsewhere in the biddingdocument.

    Lumpsum

    A1.5(iv) Mandatory spares for A 1.5 as per requirement specified in the bidding document.).

    Lumpsum

    A1.6 All Civil & Structural items,Painting & Insulation materials.

    A1.6(i) Reinforcement steel Lumpsum

    A1.6(ii) Structural steel Lumpsum

    7

  • A1.6(iii) Cement LumpsumA1.6(iv) Geotechnical Materials for Soil

    Improvement as per biddingdocument

    Lumpsum

    A1.6(v) All Fire Fighting items likeHydrant, Monitors, Spray Systeme.t.c.

    Lumpsum

    A1.6(vi) Clean Agent system LumpsumA1.6(vii) All Architectural items for flooring

    & plaster, PVC rain water pipes,rolling shutter, Aluminum glazeddoors and windows, wooden paneldoors, frames, Aluminum louvers,false ceiling, false flooring, underdeck insulation, roof treatment,PVC panel divider, vitrifiedceramic tiles and other fixture andfittings as per tender document.

    Lumpsum

    A1.6(viii) Any other material/ item requiredfor completion of the plant worksbut not specifically identified andcovered above for completion ofWorks. (Bidder to identify &specify the same)

    Lumpsum

    A 1.7 PaintingA 1.7(i) Painting of equipment, items,

    structures, piping and any otheras per requirement of biddingdocument.

    Lumpsum

    A 1.8 Any other material/ itemrequired for completion of thework but not specificallyidentified and covered above asper bidding document. (Bidderto identify & specify the same)

    Lumpsum

    1.9 Transportation of all equipment,packages, materials, items asper 1.1 to 1.8 above to worksite.

    Lumpsum

    8

  • B1.1 DETAILED ENGINEERING & DOCUMENTATION

    B1.1(i) Detail engineering, preparation/submission/ approval ofdocuments & drawings forComposite Works at OIL’s TankFarm at Duliajan in Assam as perbid documents.

    Lumpsum

    B1.1(ii) Final as built documentation oftotal process packages,engineering drawings, vendordata/documents.

    Lumpsum

    B 1.2 FABRICATION& INSTALLATIONAND SITE SUPERVISION,INSPECTION AT SITE, ETC.

    Providing services for pre-fabrication, fabrication, erection,site enabling works, barricading,dismantling, construction,inspection, installation, testing, pre-commissioning, mechanicalcompletion including hooks up,including (but not limited to)providing Third Party Inspection,all labors and manpower,resources, transportation, storemanagement, constructionequipment, tools, tackles and aidssafety devices, testing devices,insurance in CONTRACTOR’sscope, facilities, utilities,communication systems, materialand other reconciliation’s, ,obtaining and satisfying allstatutory licensors, work permits,clearances, consents, noobjections, approvals andcertificates and complying with allstatutory formalities etc. And allother services whatsoeverrequired for completing the worksin all respects in accordance withthe contract documents of theplant as per bidding documents

    B1.2(i) Site Enabling Works Lumpsum

    B1.2(ii) All Civil, Structural andArchitectural Works like Groundimprovement works, foundations,superstructure, other RCC/PCCworks, brick woks, structural steelworks, sleepers, tank pad, ringwall foundations, tank dykerepairing, OWS/CRWS, spraysystem supporting structure,barricading works, miscellaneousfoundation and pipe supportingstructure, miscellaneousaccess/operating platform, worksrelated to false floor, false roof,doors, windows, panels, cleanagent system e.t.c as per biddingdocument.

    Lumpsum

    B1.2(iii) All works for Fire Water pipingfacilities with valves, hydrant,monitors and other Fire Fightingequipment/items, spray systeme.t.c. as per bidding document.

    Lumpsum

    B1.2(iv) Complete fabrication and erectionof fire water tanks

    Lumpsum

    B1.2(v) Painting & Insulation Works Lumpsum

    B1.2(vi) Piping works Lumpsum

    B. SERVICES

    9

  • B1.2(vii) Equipments & Packages workincluding FIM items.

    Lumpsum

    B1.2(viii) All Electrical works includingsubstation equipment, cabling,lighting cables, lighting fixtures,Lighting supports. Installation ofHigh Mast etc. to complete thesystem as per scope of work.

    Lumpsum

    B1.2(ix) All Instrumentation works relatedto PLC System with UPS, TankFarm Management System,CCTV and other works includinginstallation, calibration, cablelaying, glanding & termination,loop testing of all field instrumentsas per process package, scope ofsupply and job specification etc.along with instrument, panel &cables supplied by client &vendor.

    Lumpsum

    B1.2(x) Training for PLC, CCTV & TFMSsystem.

    B1.2(xi) Any other Fabrication, Installation& related services required forcompletion of the Work (Bidder toidentify & specify the same as pertender document)

    Lumpsum

    B1.3 DISMANTLING WORKS- B1.3.1 Executing all dismantling work for

    existing piping for setting up newinstallation, dismantling/shifting ofold cables, servo level instruments& manifolds, excavation,reopening of cable trains,backfilling as required & divertingand reconstruction of allchannel/drains etc including thesupply of all necessary labor &machinery tools & tackles &disposal of extra materials for thesite for smooth installation of newequipments & smooth operationofTank Farms in accordance withspecifications, scope of work/supply & other provisions of thebidding document & direction ofEngineer-In-Charge.

    Lumpsum

    B 1.4 PRE-COMMISSIONING & COMMISSIONING ASSISTANCE

    B1.4(i) Pre-commissioning andAssistance in all respect forCommissioning of all subsystemand complete systems in tankFarms in all respect includingsupply of all labors, materials,tools & tackles for the same.

    Lumpsum

    NAME & SIGNATURE OF BIDDER

    (1) Bidders are required to show their price break up in the appropriate columns to the extent possible. If any column is not applicable for a particular item, bidder should mention "Not applicable" or "NIL". In case nothing is mentioned in the column for an item it will be construed as no charge is applicable.

    (2) Bidders are requested to indicate separately, to the extent possible, the rates of taxes, duties, levies etc. considered in various items.(3) Bidders to quote their rates in both words and figures. Bidder may quote rates INR or any freely convertible currency. In case of Foreign currency, Bidder must indicate the currency, failing which it will be considered as US$. CIF values may be shown in foreign currency or INR with exchange rate considered.

    Note:

    SUM OF ABOVE (SECTION-I)

    TOTAL LUMPSUM PRICE FOR SECTION-I IN INR--------------------------------------------- PLUS FOREIGN CURRENCY………………………………

    10

  • Sl. No. Description of supplies / work (inclusive all that are covered item-wise in Scope of Work for tank Farm at Moran under Terms of Reference & Technicalspecification i.e. Section-IV of this tender document)

    Quantity Installation & Commissioning

    Works Contract Tax

    Any other taxes, duties, levies considered by bidder

    In INR Foreign currency…………………..

    Total INR Total Foreign Currency………………

    INR Foreign Currency……………..

    1 2 3 4 (i) 4 (ii) 8 9 10 11 (i) 11(ii) 12 (i) 12(ii)

    Procurement and supply atappropriate stages of all materials,equipment, chemicals andconsumables including mandatoryspares, commissioning spares,special tools and tackles, ThirdParty Inspection, transportationupto work site, customsclearance, stevedoring, insurance,receipt, accounting, storing andpreservation e.t.c. all complete asper scope of supply detailed invarious sections of biddingdocument, drawing, specifications,other documents for tank farms atMoran and other activitiesincidental to procurement andsupply and direction of Engineer-In-Charge for the following:

    A1.1 Equipment & Packaged itemsalongwith drives, auxiliariesand accessories as per biddingdocument.

    A1.1(i) Main Diesel Engine Driven Fire Water Pumps:• Tag No. 103-P-103/ 104/ 105/ 106/ 107/ 108 for Moran.Jockey Pumps• Tag No. 103-P-101/ 102 for Moran.HOT Cranes for Moran.

    Lumpsum

    A 1.1(ii) Package Air Conditioning for Control Room at Moran.

    Lumpsum

    A 1.1(iii) All other items except itemscovered under A-1.1(i) to (ii) withall associated auxiliaries andaccessories as mentionedelsewhere in the tender document.

    Lumpsum

    A 1.1(iv) Mandatory Spares for entire A1.1(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.2 Mechanical work for Fire WaterTanks (As per Scope of Supplyspecified in the tenderdocument)

    A1.2(i) All plates LumpsumA1.2(ii) All other items except items

    covered under A-1.2(i) such aspipes, nozzles, flanges e.t.c. withall associated accessories asmentioned elsewhere in thebidding document.

    Lumpsum

    A1.2(iii) Mandatory Spares for entire A1.2(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.3 All pipes including matchingflanges, Valves, fittings,fasteners, gasket, steam trapetc. as per requirementspecified in the biddingdocument-

    A1.3(i) All CS Piping bulk material. LumpsumA1.3(ii) All valves including Valves, All

    MOV’s, Actuator for ConversionofManual valves to MOV as perbidding document.

    Lumpsum

    Excise Duty Site work

    5 6 7

    SECTION-II: FOR TANK FARM AT MORAN

    FORMSP-1SCHEDULE OF PRICES/ RATES:LSTK

    Ex-Works Price/ FOB Price

    Total Price (4+5+6+7+8+9+10=11)

    CIF (Indian) port component involved in Total Price (Col. 11) for issue of Essentiality Certificate for Moran

    Sales Tax

    A. SUPPLY

    11

  • A1.3(iii) All other piping bulk material-above ground/ undergroundexcept as mentioned above A1.3(i) including painting, fireproofing etc and all accessories tocomplete the job as per biddingdocument.

    Lumpsum

    A1.3(iv) Mandatory Spares of Piping asstated in A1.3 above as perrequirement specified in thebidding document.).

    Lumpsum

    A 1.4 Electrical Items (As per Scopeof Supply specified in thebidding document)

    A1.4(i) Draw Out type MV Switch Board Lumpsum

    A1.4(ii) PVC, Copper conductor PowerCable (LT), PVC/ Copper controlcable, Lighting Transformer &Lighting Distribution Board e.t.c

    Lumpsum

    A1.4(iii) FLP Megaphone and AddressableType Fire Alarm System

    Lumpsum

    A1.4(iv) Balance electrical items like cableof other types, cable trays &accessories, transformers, alltypes of galvanized cable trays,junction boxes, lighting poles,lighting fixtures, earthingelectrode/GIstrip, FLP equipment/receptacle, all commissioningspares, all accessories tocomplete the job in all respect.

    Lumpsum

    A1.4(v) Mandatory spares for A 1.4 as perrequirement specified in the tendedocument.

    Lumpsum

    A1.5 Instrumentation works (As perScope of Supply specified inthe tender document)

    A1.5(i) PLC with UPS, Tank FarmManagement System, CCTVSystem

    Lumpsum

    A1.5(ii) Instrumentation (includingpressure relieve valves, pressuregauges, pressure and differentialpressure transmitters,Temperature element along withtemperature transmitters, gasdetector, Temp gauges, levelgauges, guided wave radar levelinstrument &/or servo type levelinstruments, signal alarm/ control/power cable, and thermocouplecable, cable glands, fittings, cabletrays, instrument duct, instrumentyoke supports, junction boxes withsupport, MCT frames and blocks,erection material etc.) as requiredfor completing the entire work andas per scope of tender document.

    Lumpsum

    A1.5(iii) All other items except itemscovered under A-1.5(i) to A1.5(ii)with all associated auxiliaries andaccessories as mentionedelsewhere in the biddingdocument.

    Lumpsum

    A1.5(iv) Mandatory spares for A 1.5 as per requirement specified in the bidding document.).

    Lumpsum

    A1.6 All Civil & Structural items,Painting & Insulation materials.

    A1.6(i) Reinforcement steel LumpsumA1.6(ii) Structural steel LumpsumA1.6(iii) Cement LumpsumA1.6(iv) Geotechnical Materials for Soil

    Improvement as per biddingdocument

    Lumpsum

    A1.6(v) All Fire Fighting items likeHydrant, Monitors, Spray Systeme.t.c.

    Lumpsum

    A1.6(vi) Clean Agent system LumpsumA1.6(vii) All Architectural items for flooring

    & plaster, PVC rain water pipes,rolling shutter, Aluminum glazeddoors and windows, wooden paneldoors, frames, Aluminum louvers,false ceiling, false flooring, underdeck insulation, roof treatment,PVC panel divider, vitrifiedceramic tiles and other fixture andfittings as per tender document.

    Lumpsum

    12

  • A1.6(viii) Any other material/ item requiredfor completion of the plant worksbut not specifically identified andcovered above for completion ofWorks. (Bidder to identify &specify the same)

    Lumpsum

    A 1.7 PaintingA 1.7(i) Painting of equipment, items,

    structures, piping and any otheras per requirement of biddingdocument.

    Lumpsum

    A 1.8 Any other material/ itemrequired for completion of thework but not specificallyidentified and covered above asper bidding document. (Bidderto identify & specify the same)

    Lumpsum

    1.9 Transportation of all equipment,packages, materials, items asper 1.1 to 1.8 above to worksite.

    Lumpsum

    B1.1 DETAILED ENGINEERING & DOCUMENTATION

    B1.1(i) Detail engineering, preparation/submission/ approval ofdocuments & drawings forComposite Works at OIL’s TankFarms at Moran in Assam as perbid documents.

    Lumpsum

    B1.1(ii) Final as built documentation oftotal process packages,engineering drawings, vendordata/documents.

    Lumpsum

    B 1.2 FABRICATION& INSTALLATIONAND SITE SUPERVISION,INSPECTION AT SITE, ETC.

    Providing services for pre-fabrication, fabrication, erection,site enabling works, barricading,dismantling, construction,inspection, installation, testing, pre-commissioning, mechanicalcompletion including hooks up,including (but not limited to)providing Third Party Inspection,all labors and manpower,resources, transportation, storemanagement, constructionequipment, tools, tackles and aidssafety devices, testing devices,insurance in CONTRACTOR’sscope, facilities, utilities,communication systems, materialand other reconciliation’s, ,obtaining and satisfying allstatutory licensors, work permits,clearances, consents, noobjections, approvals andcertificates and complying with allstatutory formalities etc. And allother services whatsoeverrequired for completing the worksin all respects in accordance withthe contract documents of theplant as per bidding documentsand direction of Engineer-In-Charge.

    B1.2(i) Site Enabling Works LumpsumB1.2(ii) All Civil, Structural and

    Architectural Works like Groundimprovement works, foundations,superstructure, other RCC/PCCworks, brick woks, structural steelworks, sleepers, tank pad, ringwall foundations, tank dykerepairing, OWS/CRWS, spraysystem supporting structure,barricading works, miscellaneousfoundation and pipe supportingstructure, miscellaneousaccess/operating platform, worksrelated to false floor, false roof,doors, windows, panels, cleanagent system e.t.c as per biddingdocument.

    Lumpsum

    B1.2(iii) All works for Fire Water pipingfacilities with valves, hydrant,monitors and other Fire Fightingequipment/items, spray systeme.t.c. as per bidding document.

    Lumpsum

    B1.2(iv) Complete fabrication and erectionof fire water tanks

    Lumpsum

    B1.2(v) Painting & Insulation Works LumpsumB1.2(vi) Piping works Lumpsum

    B. SERVICES

    13

  • B1.2(vii) Equipments & Packages workincluding FIM items.

    Lumpsum

    B1.2(viii) All Electrical works includingsubstation equipment, cabling,lighting cables, lighting fixtures,Lighting supports e.t.c to completethe system as per scope of work.

    Lumpsum

    B1.2(ix) All Instrumentation works relatedto PLC System with UPS, TankFarm Management System,CCTV and other works includinginstallation, calibration, cablelaying, glanding & termination,loop testing of all field instrumentsas per process package, scope ofsupply and job specification etc.along with instrument, panel &cables supplied by client &vendor.

    Lumpsum

    B1.2(x) Training for PLC, CCTV & TFMSsystem.

    B1.2(xi) Any other Fabrication, Installation& related services required forcompletion of the Work (Bidder toidentify & specify the same as pertender document)

    Lumpsum

    B1.3 DISMANTLING WORKS- B1.3.1 Executing all dismantling work for

    existing piping for setting up newinstallation, dismantling/shifting ofold cables, servo level instruments& manifolds, excavation,reopening of cable trains,backfilling as required & divertingand reconstruction of allchannel/drains etc including thesupply of all necessary labor &machinery tools & tackles &disposal of extra materials for thesite for smooth installation of newequipments & smooth operationofTank Farm in accordance withspecifications, scope of work/supply & other provisions of thebidding document & direction ofEngineer-In-Charge.

    Lumpsum

    B 1.4 PRE-COMMISSIONING & COMMISSIONING ASSISTANCE

    B1.4(i) Pre-commissioning and Lumpsum

    Sl. No. Description of supplies / work (inclusive all that are covered item-wise in Scope of Work for Tengakhat under Terms of Reference & Technical specification i.e. Section-IV of this tender document)

    Quantity Installation & Commissioning

    Works Contract Tax

    Any other taxes, duties, levies considered by bidder

    In INR Foreign currency…………………..

    Total INR Total Foreign Currency………………

    INR Foreign Currency……………..

    1 2 3 4 (i) 4 (ii) 8 9 10 11 (i) 11(ii) 12 (i) 12(ii)

    Procurement and supply at A1.1 Equipment & Packaged items

    alongwith drives, auxiliariesand accessories as per biddingdocument.

    SUM OF ABOVE (SECTION-II)TOTAL LUMPSUM PRICE FOR SECTION-II IN INR--------------------------------------------- PLUS FOREIGN CURRENCY………………………………

    Note: (1) Bidders are required to show their price break up in the appropriate columns to the extent possible. If any column is not applicable for a particular item, bidder should mention "Not applicable" or "NIL". In case nothing is (2) Bidders are requested to indicate separately, to the extent possible, the rates of taxes, duties, levies etc. considered in various items.(3) Bidders to quote their rates in both words and figures. Bidder may quote rates INR or any freely convertible currency. In case of Foreign currency, Bidder must indicate the currency, failing which it will be considered as US$.

    NAME & SIGNATURE OF BIDDER

    SECTION-III: FOR TANK FARM AT TENGAKHAT

    FORMSP-1SCHEDULE OF PRICES/ RATES:LSTK

    Ex-Works Price/ FOB Price

    Excise Duty Sales Tax Site work Total Price (4+5+6+7+8+9+10=11)

    CIF (Indian) port component involved in Total Price (Col. 11) for issue of Essentiality Certificate for Tengakhat

    5 6 7A. SUPPLY

    14

  • A1.1(i) Main Diesel Engine Driven Fire Water Pumps:• Tag No. 104-P-1010/ 1011/ 1012/ 1013 for Tengakhat.Jockey Pumps• Tag No. 104-P-101/102/103 for TengakhatHOT Cranes for Tengakhat location.

    Lumpsum

    A 1.1(ii) All other items except itemscovered under A-1.1(i) with allassociated auxiliaries andaccessories as mentionedelsewhere in the tender document.

    Lumpsum

    A 1.1(iii) Mandatory Spares for entire A1.1(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.2 All pipes including matchingflanges, Valves, fittings,fasteners, gasket, steam trapetc. as per requirementspecified in the biddingdocument-

    A1.2(i) All CS Piping bulk material. LumpsumA1.2(ii) All valves including Valves, All

    MOV’s, as per bidding document.Lumpsum

    A1.2(iii) All other piping bulk material-above ground/ undergroundexcept as mentioned above A1.3(i) including painting, fireproofing etc and all accessories tocomplete the job as per biddingdocument.

    Lumpsum

    A1.2(iv) Mandatory Spares of Piping asstated in A1.3 above as perrequirement specified in thebidding document.).

    Lumpsum

    A 1.3 Electrical Items (As per Scopeof Supply specified in thebidding document)

    A1.3(i) Draw Out type MV Switch Board Lumpsum

    A1.3(ii) PVC, Copper conductor PowerCable (LT), PVC/ Copper controlcable, Lighting Transformer &Lighting Distribution Board e.t.c

    Lumpsum

    A1.3(iii) FLP Megaphone LumpsumA1.3(iv) Balance electrical items like cable

    of other types, cable trays &accessories, transformers, alltypes of galvanized cable trays,junction boxes, lighting poles,lighting fixtures, earthingelectrode/GIstrip, FLP equipment/receptacle, all commissioningspares, all accessories tocomplete the job in all respect.

    Lumpsum

    A1.3(v) Mandatory spares for A 1.3 as perrequirement specified in the tendedocument.

    Lumpsum

    A1.4 Instrumentation works (As perScope of Supply specified inthe tender document)

    A1.4(i) CCTV System LumpsumA1.4(ii) Instrumentation (including

    pressure relieve valves, pressuregauges, pressure and differentialpressure transmitters,Temperature element along withtemperature transmitters, gasdetector, Temp gauges, levelgauges, guided wave radar levelinstrument &/or servo type levelinstruments, signal alarm/ control/power cable, and thermocouplecable, cable glands, fittings, cabletrays, instrument duct, instrumentyoke supports, junction boxes withsupport,erection material etc.) asrequired for completing the entirework and as per scope of tenderdocument.

    Lumpsum

    A1.4(iii) All other items except itemscovered under A-1.4(i) to A1.4(ii)with all associated auxiliaries andaccessories as mentionedelsewhere in the biddingdocument.

    Lumpsum

    A1.4(iv) Mandatory spares for A 1.5 as per requirement specified in the bidding document.).

    Lumpsum

    15

  • A1.5 All Civil & Structural items,Painting & Insulation materials.

    A1.5(i) Reinforcement steel LumpsumA1.5(ii) Structural steel LumpsumA1.5(iii) Cement LumpsumA1.5(iv) Geotechnical Materials for Soil

    Improvement as per biddingdocument

    Lumpsum

    A1.5(v) All Fire Fighting items likeHydrant, Monitors, Spray Systeme.t.c.

    Lumpsum

    A1.5(vi) All Architectural items for flooring& plaster, PVC rain water pipes,rolling shutter, Aluminum glazeddoors and windows, wooden paneldoors, frames, roof treatment,PVC panel divider, vitrifiedceramic tiles and other fixture andfittings as per tender document.

    Lumpsum

    A1.5(vii) Any other material/ item requiredfor completion of the plant worksbut not specifically identified andcovered above for completion ofWorks. (Bidder to identify &specify the same)

    Lumpsum

    A 1.6 PaintingA 1.6(i) Painting of equipment, items,

    structures, piping and any otheras per requirement of biddingdocument.

    Lumpsum

    A 1.7 Any other material/ itemrequired for completion of thework but not specificallyidentified and covered above asper bidding document. (Bidderto identify & specify the same)

    Lumpsum

    1.8 Transportation of all equipment,packages, materials, items asper 1.1 to 1.7 above to worksite.

    Lumpsum

    B1.1 DETAILED ENGINEERING & DOCUMENTATION

    B1.1(i) Detail engineering, preparation/submission/ approval ofdocuments & drawings forComposite Works at OIL’s TankFarm at Tengakhat in Assam asper bid documents.

    Lumpsum

    B1.1(ii) Final as built documentation oftotal process packages,engineering drawings, vendordata/documents.

    Lumpsum

    B 1.2 FABRICATION& INSTALLATIONAND SITE SUPERVISION,INSPECTION AT SITE, ETC.

    Providing services for pre-fabrication, fabrication, erection,site enabling works, barricading,dismantling, construction,inspection, installation, testing, pre-commissioning, mechanicalcompletion including hooks up,including (but not limited to)providing Third Party Inspection,all labors and manpower,resources, transportation, storemanagement, constructionequipment, tools, tackles and aidssafety devices, testing devices,insurance in CONTRACTOR’sscope, facilities, utilities,communication systems, materialand other reconciliation’s, ,obtaining and satisfying allstatutory licensors, work permits,clearances, consents, noobjections, approvals andcertificates and complying with allstatutory formalities etc. And allother services whatsoeverrequired for completing the worksin all respects in accordance withthe contract documents of theplant as per bidding documentsand direction of Engineer-In-Charge.

    B1.2(i) Site Enabling Works Lumpsum

    B. SERVICES

    16

  • B1.2(ii) All Civil, Structural andArchitectural Works like Groundimprovement works, foundations,superstructure, other RCC/PCCworks, brick woks, structural steelworks, sleepers, OWS/CRWS,spray system supportingstructure, barricading works,miscellaneousfoundation and pipesupporting structure,miscellaneous access/operatingplatform, works related to doors,windows, panels, e.t.c as perbidding document.

    Lumpsum

    B1.2(iii) All works for Fire Water pipingfacilities with valves, hydrant,monitors and other Fire Fightingequipment/items, spray systeme.t.c. as per bidding document.

    Lumpsum

    B1.2(iv) Complete fabrication and erectionof fire water tanks

    Lumpsum

    B1.2(v) Painting & Insulation Works LumpsumB1.2(vi) Piping works LumpsumB1.2(vii) Equipments & Packages work

    including FIM items.Lumpsum

    B1.2(viii) All Electrical works includingsubstation equipment, cabling,lighting cables, lighting fixtures,Lighting supports. etc. to completethe system as per scope of work.

    Lumpsum

    B1.2(ix) All Instrumentation works relatedto adequacy check andaugmentation of existing PLCSystem with UPS, CCTV andother works including installation,calibration, cable laying, glanding& termination, loop testing of allfield instruments as per processpackage, scope of supply and jobspecification etc. along withinstrument, panel & cablessupplied by client & vendor.

    Lumpsum

    B1.2(x) Training for CCTV system.B1.2(xi) Any other Fabrication, Installation

    & related services required forcompletion of the Work (Bidder toidentify & specify the same as pertender document)

    Lumpsum

    B1.3 DISMANTLING WORKS- B1.3.1 Executing all dismantling work for

    existing piping for setting up newinstallation, dismantling/shifting ofold cables, servo level instruments& manifolds, excavation,reopening of cable trains,backfilling as required & divertingand reconstruction of allchannel/drains etc including thesupply of all necessary labor &machinery tools & tackles &disposal of extra materials for thesite for smooth installation of newequipments & smooth operationofTank Farm in accordance withspecifications, scope of work/supply & other provisions of thebidding document & direction ofEngineer-In-Charge.

    Lumpsum

    B 1.4 PRE-COMMISSIONING & COMMISSIONING ASSISTANCE

    B1.4(i) Pre-commissioning andAssistance in all respect forCommissioning of all subsystemand complete systems in tankFarm in all respect includingsupply of all labors, materials,tools & tackles for the same.

    Lumpsum

    Note: (1) Bidders are required to show their price break up in the appropriate columns to the extent possible. If any column is not applicable for a particular item, bidder should mention "Not applicable" or "NIL". In case nothing is (2) Bidders are requested to indicate separately, to the extent possible, the rates of taxes, duties, levies etc. considered in various items.(3) Bidders to quote their rates in both words and figures. Bidder may quote rates INR or any freely convertible currency. In case of Foreign currency, Bidder must indicate the currency, failing which it will be considered as US$.

    SUM OF ABOVE (SECTION-III)

    NAME & SIGNATURE OF BIDDER

    TOTAL LUMPSUM PRICE FOR SECTION-III IN INR--------------------------------------------- PLUS FOREIGN CURRENCY………………………………

    17

  • Sl. No. Description of supplies / work (inclusive all that are covered item-wise in Scope of Work for Tank Farm at Jorhat under Terms of Reference & Technicalspecification i.e. Section-IV of this tender document)

    Quantity Customs Duty on Merit Rate including CVD, SAD & Ed. Cess as applicable.

    Excise Duty

    Installation & Commissioning

    Works Contract Tax

    Any other taxes, duties, levies considered by bidder

    In INR Foreign currency…………………..

    Total INR Total Foreign Currency………………

    INR Foreign Currency……………..

    1 2 3 4 (i) 4 (ii) 5 6 9 10 11 12(i) 12(ii) 13(i) 13(ii)

    Procurement and supply atappropriate stages of all materials,equipment, chemicals andconsumables including mandatoryspares, commissioning spares,special tools and tackles, ThirdParty Inspection, transportationupto work site, customsclearance, stevedoring, insurance,receipt, accounting, storing andpreservation e.t.c. all complete asper scope of supply detailed invarious sections of biddingdocument, drawing, specifications,other documents for Jorhat tankfarm, other activities incidental toprocurement and supply anddirection of Engineer-In-Charge fothe following:

    A1.1 Equipment & Packaged itemsalongwith drives, auxiliariesand accessories as per bidding

    A1.1(i) Main Diesel Engine Driven Fire Water Pumps:• Tag No. 102-P-103/ 104/ 105/ 106/ 107 for Jorhat.Jockey Pumps• Tag No. 102-P-101/ 102 for Jorhat.HOT Cranes for Jorhat location.

    Lumpsum

    A 1.1(ii) Package Air Conditioning for Control Room at Jorhat.

    Lumpsum

    A 1.1(iii) All other items except itemscovered under A-1.1(i) to (ii) withall associated auxiliaries andaccessories as mentionedelsewhere in the tender document.

    Lumpsum

    A 1.1(iv) Mandatory Spares for entire A1.1(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.2Mechanical work for Fire WaterTanks (As per Scope of Supplyspecified in the tenderdocument)

    A1.2(i) All plates LumpsumA1.2(ii) All other items except items

    covered under A-1.2(i) such aspipes, nozzles, flanges e.t.c. withall associated accessories asmentioned elsewhere in thebidding document.

    Lumpsum

    A1.2(iii) Mandatory Spares for entire A1.2(List to be furnished by Bidderwith item description & quantity asper requirement specified in thebidding document.)

    Lumpsum

    A1.3 All pipes including matchingflanges, Valves, fittings,fasteners, gasket, steam trapetc. as per requirementspecified in the biddingdocument-

    A1.3(i) All CS Piping bulk material. Lumpsum

    SECTION-IV: FOR TANK FARM AT JORHAT

    FORMSP-1SCHEDULE OF PRICES

    Ex-Works Price/ FOB Price

    Sales Tax Site work Total Price (4+5+6+7+8+9+10+11=12)

    CIF (Indian) port component involved in Total Price (Col. 12) for issue of Essentiality Certificate for Jorhat.

    7 8A. SUPPLY

    18

  • A1.3(ii) All valves including Double Block& Bleed Valves, All MOV’s as perbidding document.

    Lumpsum

    A1.3(iii) All other piping bulk material-above ground/ undergroundexcept as mentioned above A1.3(i) including painting, fireproofing etc and all accessories tocomplete the job as per biddingdocument.

    Lumpsum

    A1.3(iv) Mandatory Spares of Piping asstated in A1.3 above as perrequirement specified in thebidding document.).

    Lumpsum

    A 1.4 Electrical Items (As per Scopeof Supply specified in thebidding document)

    A1.4(i) Draw Out type MV Switch Board Lumpsum

    A1.4(ii) PVC, Copper conductor PowerCable (LT), PVC/ Copper controlcable, Lighting Transformer &Lighting Distribution Board e.t.c

    Lumpsum

    A1.4(iii) FLP Megaphone and AddressableType Fire Alarm System

    Lumpsum

    A1.4(iv) Balance electrical items like cableof other types, cable trays &accessories, transformers, alltypes of galvanized cable trays,junction boxes, lighting poles,lighting fixtures, earthingelectrode/GIstrip, FLP equipment/receptacle, all commissioningspares, all accessories tocomplete the job in all respect.

    Lumpsum

    A1.4(v) Mandatory spares for A 1.4 as perrequirement specified in the tendedocument.

    Lumpsum

    A1.5 Instrumentation works (As perScope of Supply specified inthe tender document)

    A1.5(i) PLC with UPS, Tank FarmManagement System, CCTVSystem

    Lumpsum

    A1.5(ii) Instrumentation (includingpressure relieve valves, pressuregauges, pressure and differentialpressure transmitters,Temperature element along withtemperature transmitters, gasdetector, Temp gauges, levelgauges, guided wave radar levelinstrument &/or servo type levelinstruments, signal alarm/ control/power cable, and thermocouplecable, cable glands, fittings, cabletrays, instrument duct, instrumentyoke supports, junction boxes withsupport, MCT frames and blocks,erection material etc.) as requiredfor completing the entire work andas per scope of tender document.

    Lumpsum

    A1.5(iii) All other items except itemscovered under A-1.5(i) to A1.5(ii)with all associated auxiliaries andaccessories as mentionedelsewhere in the biddingdocument.

    Lumpsum

    A1.5(iv) Mandatory spares for A 1.5 as per requirement specified in the bidding document.).

    Lumpsum

    A1.6 All Civil & Structural items,Painting & Insulation materials.

    A1.6(i) Reinforcement steel LumpsumA1.6(ii) Structural steel LumpsumA1.6(iii) Cement LumpsumA1.6(iv) Geotechnical Materials for Soil

    Improvement as per biddingdocument

    Lumpsum

    A1.6(v) All Fire Fighting items likeHydrant, Monitors, Spray Systeme.t.c.

    Lumpsum

    A1.6(vi) Clean Agent system Lumpsum

    19

  • A1.6(vii) All Architectural items for flooring& plaster, PVC rain water pipes,rolling shutter, Aluminum glazeddoors and windows, wooden paneldoors, frames, Aluminum louvers,false ceiling, false flooring, underdeck insulation, roof treatment,PVC panel divider, vitrifiedceramic tiles and other fixture andfittings as per tender document.

    Lumpsum

    A1.6(viii) Any other material/ item requiredfor completion of the plant worksbut not specifically identified andcovered above for completion ofWorks. (Bidder to identify &specify the same)

    Lumpsum

    A 1.7 PaintingA 1.7(i) Painting of equipment, items,

    structures, piping and any otheras per requirement of biddingdocument.

    Lumpsum

    A 1.8 Any other material/ itemrequired for completion of thework but not specificallyidentified and covered above asper bidding document. (Bidderto identify & specify the same)

    Lumpsum

    1.9 Transportation of all equipment,packages, materials, items asper 1.1 to 1.8 above to worksite.

    Lumpsum

    20

  • B1.1 DETAILED ENGINEERING & DOCUMENTATION

    B1.1(i) Detail engineering, preparation/submission/ approval ofdocuments & drawings forComposite Works at OIL’s JorhatTank Farm in Assam as per biddocuments.

    Lumpsum

    B1.1(ii) Final as built documentation oftotal process packages,engineering drawings, vendordata/documents.

    Lumpsum

    B 1.2 FABRICATION& INSTALLATIONAND SITE SUPERVISION,INSPECTION AT SITE, ETC.

    Providing services for pre-fabrication, fabrication, erection,site enabling works, barricading,dismantling, construction,inspection, installation, testing, pre-commissioning, mechanicalcompletion including hooks up,including (but not limited to)providing Third Party Inspection,all labors and manpower,resources, transportation, storemanagement, constructionequipment, tools, tackles and aidssafety devices, testing devices,insurance in CONTRACTOR’sscope, facilities, utilities,communication systems, materialand other reconciliation’s, ,obtaining and satisfying allstatutory licensors, work permits,clearances, consents, noobjections, approvals andcertificates and complying with allstatutory formalities etc. And allother services whatsoeverrequired for completing the worksin all respects in accordance withthe contract documents of theplant as per bidding documents

    d di ti f E i IB1.2(i) Site Enabling Works LumpsumB1.2(ii) All Civil, Structural and

    Architectural Works like Groundimprovement works, foundations,superstructure, other RCC/PCCworks, brick woks, structural steelworks, sleepers, tank pad, ringwall foundations, tank dykerepairing, OWS/CRWS, spraysystem supporting structure,barricading works, miscellaneousfoundation and pipe supportingstructure, miscellaneousaccess/operating platform, worksrelated to false floor, false roof,doors, windows, panels, cleanagent system e.t.c as per biddingdocument.

    Lumpsum

    B1.2(iii) All works for Fire Water pipingfacilities with valves, hydrant,monitors and other Fire Fightingequipment/items, spray systeme.t.c. as per bidding document.

    Lumpsum

    B1.2(iv) Complete fabrication and erectionof fire water tanks

    Lumpsum

    B1.2(v) Painting & Insulation Works LumpsumB1.2(vi) Piping works LumpsumB1.2(vii) Equipments & Packages work

    including FIM items.Lumpsum

    B1.2(viii) All Electrical works includingsubstation equipment, cabling,lighting cables, lighting fixtures,Lighting supports. etc. to completethe system as per scope of work.

    Lumpsum

    B. SERVICES

    21

  • B1.2(ix) All Instrumentation works relatedto PLC System with UPS, TankFarm Management System,CCTV and other works includinginstallation, calibration, cablelaying, glanding & termination,loop testing of all field instrumentsas per process package, scope ofsupply and job specification etc.along with instrument, panel &cables supplied by client &vendor.

    Lumpsum

    B1.2(x) Training for PLC, CCTV & TFMSsystem.

    B1.2(xi) Any other Fabrication, Installation& related services required forcompletion of the Work (Bidder toidentify & specify the same as pertender document)

    Lumpsum

    B1.3 DISMANTLING WORKS- B1.3.1 Executing all dismantling work for

    existing piping for setting up newinstallation, dismantling/shifting ofold cables, servo level instruments& manifolds, excavation,reopening of cable trains,backfilling as required & divertingand reconstruction of allchannel/drains etc including thesupply of all necessary labor &machinery tools & tackles &disposal of extra materials for thesite for smooth installation of newequipments & smooth operationofJorhat Tank Farm in accordancewith specifications, scope of work/supply & other provisions of thebidding document & direction ofEngineer-In-Charge.

    Lumpsum

    B 1.4 PRE-COMMISSIONING & COMMISSIONING ASSISTANCE

    B1.4(i) Pre-commissioning andAssistance in all respect forCommissioning of all subsystemand complete systems in JorhatTank Farms in all respectincluding supply of all labors,materials, tools & tackles for thesame.

    Lumpsum

    GROSS LUMPSUM PRICE FOR SECTION-I , SECTION-II, SECTION-III & SECTION-IV IN INR --------------------------------------------- PLUS FOREIGN CURRENCY………………………………

    NAME & SIGNATURE OF BIDDER

    TOTAL LUMPSUM PRICE FOR SECTION-IV IN INR --------------------------------------------- PLUS FOREIGN CURRENCY………………………………

    (1) Bidders are required to show their price break up in the appropriate columns to the extent possible. If any column is not applicable for a particular item, bidder should mention "Not applicable" or "NIL". In case nothing is

    SUM OF ABOVE

    Note:(2) Bidders are requested to indicate separately, to the extent possible, the rates of taxes, duties, levies etc. considered in various items.(3) Bidders to quote their rates in both words and figures. Bidder may quote rates INR or any freely convertible currency. In case of Foreign currency, Bidder must indicate the currency, failing which it will be considered as US$.

    22

  • IN FIG.1

    1.1 L.S.

    1.2 L.S.

    1.3 L.S.

    1.4 L.S.

    1

    2

    3

    FORM SP-1A indicates the lumpsum amount of Central Sales Tax on inter-state sales against FORM- C included in the Price of Supplies/ Materials for finished goods alone in FORM SP-1.OIL will issue FORM-C against Central Sales Tax on finished goods alone which are sold and consigned to OIL for permanent incorporation in the Project for inter-state sales subject to ceiling indicated in this FORM.

    FORM-C shall not be issued to the Contractor for inter-state sales / bought out raw materials and consumables (Other than finished goods), e.g. cement, reinforcement steel, structural steel, sand, bricks, stone, tiles etc. and accordingly, Bidder’s quoted price in FORM SP-1 shall be inclusive of CST without FORM-C for such materials.

    DESCRIPTION

    CENTRAL SALES TAX included in TOTAL PRICE OF MATERIALS covered under Sl. A in FORM SP-1 calculated at 2% (Two percent) , with the issue of C Form

    INDIAN RUPEESUNIT

    Section-IV ( For Tank Farm at Jorhat)

    IN WORDS

    Section-III ( For Tank Farm at Tenkaghat)

    NAME & SIGNATURE OF BIDDER

    DETAILS OF CENTRAL SALES TAXFORM SP-1A

    Section-I ( For Tank Farm at Duliajan)

    Section-II ( For Tank Farm at Moran)

    Sl no.

    23

  • Name of Work :

    Bidding Document no. :

    SL. NO.

    (a)1

    2

    3

    4

    5

    NOTE:1

    2

    3

    4

    5

    Section-IV ( For Tank Farm at Jorhat)

    RATE OF SERVICE

    TAX( IN % )

    AMOUNT OF SERVICE TAX( IN INR)

    Bidder shall quote Service Tax in this FORM based on amount of Services quoted by the Bidder for Section-I to Section-IV in FORM SP-1

    Amount of Service Tax shall not be included by the Bidder in their quoted Lumpsum price. COMPANY (OIL) will reimburse the Service Tax to the Contractor against proof of documents as required subject to amount of taxable value of services at Column (c) above . The Total amount of Service Tax component shall be loaded for evaluation.

    Effective rate of Service Tax under column no (d) shall be indicated by Bidder after considering the applicable rules and follow the provisions of the Service Tax including Government of India latest Notifications & subsequent amendments, if any.

    Bidder shall furnish this Form duly filled in all respects along with Price part and as well as un-priced copy along with their un-priced Bid.Bidder shall indicate Rate of Service Tax in Column (d) in Un-Price copy.

    (d)

    DESCRIPION

    (b) (e) Section-I ( For Tank Farm at Duliajan)

    Bidder shall indicate total Service Tax amount payable under this works/services in this format . However, if the services fall under the list of services defined in reverse charge mechanism, then the liability of deposition of service tax to the tax authority by the Contractor and the COMPANY shall be dealt in accordance with Notifications issued by Government of India from time to time.

    NAME & SIGNATURE OF BIDDER

    AMOUNT ON WHICH SERVICE TAX IS

    APPLICABLE (IN INR)

    FORM SP-2DETAILS OF SERVICE TAX

    Section-II ( For Tank Farm at Moran)

    Section-III ( For Tank Farm at Tenkaghat)

    TOTAL AMOUNT OF SERVICE TAX FOR SECTIONS (1+2+3+4 above)

    ( c)

    24

  • QTY.IN FIG. IN

    WORDS1 3 5B 5C 6

    NOTE:12

    UNIT

    Contractor shall provide itemized priced list of two years Operation and Maintenance (O&M) spares, which shall be inclusive of all taxes, duties, levies etc. Validity of such

    RATESL NO.

    Price quoted for recommended spares for 2 years O & M shall not be considered for evaluation.

    DESCRIPTION OF RECOMMENDED SPARES AMOUNT

    PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCEFORM SP-3

    2

    NAME & SIGNATURE OF BIDDER

    25

  • QTY.IN FIG. IN

    WORDSAA1

    A1.1 LS LSA1.2 LS LSA1.3 LS LSA2

    A2.1 LS LSA2.2 LS LSA2.3 LS LSA3

    A3.1 LS LSA3.2 LS LSA3.3 LS LS

    BB1

    B1.1 LS LSB1.2 LS LSB1.3 LS LSB2

    B2.1 LS LSB2.2 LS LSB2.3 LS LSB3

    B3.1 LS LSB3.2 LS LSB3.3 LS LS

    CC1

    C1.1 LS LSC1.2 LS LSC1.3 LS LSC2

    C2.1 LS LSC2.2 LS LSC2.3 LS LSC3

    C3.1 LS LSC3.2 LS LSC3.3 LS LS

    DD1

    D1.1 LS LSD1.2 LS LSD1.3 LS LS

    Note:

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYTHIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    ANNUAL CHAREGES FOR MAINTENANCE OF TFMS SYSTEM FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYTHIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    ANNUAL CHAREGES FOR MAINTENANCE OF PLC SYSTEM FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYTHIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    ANNUAL CHAREGES FOR MAINTENANCE OF CCTV SYSTEM FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    THIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    PWCAMC FOR DULIAJANANNUAL CHAREGES FOR MAINTENANCE OF PLC SYSTEM

    FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYSECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    PWCAMC FOR MORANANNUAL CHAREGES FOR MAINTENANCE OF PLC SYSTEM

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYTHIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    THIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYANNUAL CHAREGES FOR MAINTENANCE OF TFMS SYSTEM

    FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    ANNUAL CHAREGES FOR MAINTENANCE OF CCTV SYSTEM FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    PWCAMC FOR JORHAT

    FORM SP-4

    SL NO. UNIT RATE AMOUNT

    PRICE SCHEDULE OF POST WARRANTY ANNUAL MAINTENANCE CONTRACT (PWCAMC)

    DESCRIPTION OF RECOMMENDED SPARES

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    ANNUAL CHAREGES FOR MAINTENANCE OF TFMS SYSTEM FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYSECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    THIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    THIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    ANNUAL CHAREGES FOR MAINTENANCE OF CCTV SYSTEM FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    SECOND YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    THIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYANNUAL CHAREGES FOR MAINTENANCE OF CCTV SYSTEM

    THIRD YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTYPWCAMC FOR TENGAKHAT

    FIRST YEAR AFTER EXPIRY OF DEFECT LIABILITY/WARRANTY

    NAME & SIGNATURE OF BIDDER

    1.COMPANY may negotiate the above prices and may enter into a suitable agreement with the Supplier of PLC/TFMS/CCTV System covering all relevant aspects, at their discretion. The above Price shall be valid upto three years after the expiry of Defect Liability Period.

    2. The above Price shall note be considered for evaluation.

    26

  • ANNEXURE-II TO COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    NAME OF WORK: EPC JOB FOR COMPOSITE WORKS AT OIL’S TANK FARMS IN ASSAM OIL’S IFB NO. CDG8364P13 [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    APPROVAL OF CONSTRUCTION SUB-CONTRACTOR (APPENDIX-I TO SCC)

    FORMAT – I 1) NAME OF MAIN CONTRACTOR :_______________________________

    2) NAME OF WORK, LOCATION :________________ ______________

    3) NAME OF PROPOSED SUB-CONTRACTOR :_______________________________

    4) SCOPE OF WORK PROPOSED TO BE SUB-CONTRACTED (BRIEF) :_______________________________

    5) ESTIMATED VALUE OF THE PROPOSED WORK TO BE SUB-CONTRACTED (INR):______________________________

    6) QUALIFYING CRITERIA FOR SUB-CONTRACTOR: i) Similar Work experience in Hydrocarbon Industry:

    (a) 2 Contracts, each of 30% of estimated value of proposed work to be sub-contracted :

    (b) 1 Contract of 50% of estimated value of proposed work to be sub-contracted :

    ii) Avg.Annual Turnover during last three years Not less than 30% of estimated value of proposed work to be sub-contracted

    7) EXPERIENCE AND FINANCIAL DETAILS OF PROPOSED SUB-CONTRACTOR: i) Contract Value of similar work

    executed (as evidenced by work Order & Completion Certificate) :

    ii) Maximum Annual Turnover during last 3(three) years (as evidenced by Balance Sheets) :

    iii) Concurrent Commitments (including the works proposed to be sub- contracted) :

    8) CRITERIA FOR QUALIFICATION OF SUB-CONTRACTOR:

    i) Sl.No. 7(i)>6 (i) (a) for 2 Contracts: YES / NO OR 6(i) (b) for 1 Contract ii) Sl.No. 7 (ii) > 5 YES / NO iii) Sl.No. 7 (iii) > 2 x Sl.No.7(ii) YES / NO

    9) Based on above information, we M/s_____________________________ (Name of Main Contractor) propose M/s.___________________________________ (Name of proposed sub-contractor) as our sub-contractor for the above mentioned works. We understand that notwithstanding above approval, we shall remain fully responsible for the performance of the said sub-contractor and any failure of the sub-contractor shall not absolve/relieve us of our responsibility to complete the works as per the terms and conditions of the Contract.

    NOTE: Bidders to fill all the details in the above proforma. Further Bidder shall also fill-in the details at Sl.No.5 above based on the estimated value of the proposed work to be subcontracted.

    (STAMP & SIGNATURE OF CONTRACTOR)

    10) QUALIFICATION STATUS (TO BE STAMPED BY EIL) :

  • ANNEXURE-III TO

    COMMERCIAL AMENDMENT NO. CDG8364P13/CA-01

    LIST OF CRITICAL TAGGED ITEMS (Rev.1) [APPENDIX-II TO SCC]

    DESCRIPTION OF WORK: EPC JOB FOR COMPOSITE WORKS AT OIL’S TANK FARMS IN ASSAM

    OIL’S IFB NO. CDG8364P13 [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN- 8000/7001]

    Sl. No. Item Description 1. PLC with UPS System for

    • Duliajan • Jorhat • Moran

    2. Tank Farm Management System • Duliajan • Jorhat • Moran

    3. Main F.W. Pumps • Duliajan (101-P-103/104/105/106/107/108) • Jorhat (102-P-103/104/105/106/107) • Moran (103-P-103/104/105/106/107/108) • Tengakhat (104-P-1010/1011/1012/1013)

    4. Jokey Pumps • Duliajan (101-P-101/ 102) • Jorhat (102-P-101/ 102) • Moran (103-P-101/ 102) • Tengakhat (104-P-101/102/103)

    5. Package Air Conditioning • Duliajan (101-LA-101) • Jorhat (102-LA-101) • Moran (103-LA-101)

  •   

    TECHNICAL AMENDMENT NO. CDG8364P13/TA-01

    TO

    OIL’s IFB NO. CDG8364P13

    [EIL’S BIDDING DOCUMENT NO. BM/A345-000-PK-TN-8000/7001]

    FOR

    ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY

    BASIS

    Prepared & Issued by:

    Regional Office: 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017  

    Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM, INDIA, PIN-786 602

  • TECHNICAL ADDENDUM

    Addendum No. 1 A345-000-16-47-AD-8000 Rev. B

    Page 2 of 5

    Template No 5-0000-0001-T3 Rev 1 Copyrights EIL – All rights reserved

    Sl. No.

    Document No/ Page No

    Reference Subject Modifications/additions

    1. A345-104-16-47-0001 Rev 0

    Section D.1-104 A345-104-16-47-LD01 Rev no. 0

    PLOT PLAN A345-104-16-47-0001 Rev 0 shall be replaced by A345-104-16-47-0001 Rev 1

    2. A345-104-16-47-3201 Rev 3

    Section D.1-104 A345-104-16-47-LD01 Rev no. 0

    P & ID of fire water pump house

    A345-104-16-47-3201 Rev 3 shall be replaced by A345-104-16-47-3201 Rev 4

    3. A345-104-16-47-0401 Rev 0

    Section D.1-104 A345-104-16-47-LD01 Rev no. 0

    Layout of fire water A345-104-16-47-0401 Rev 0 shall be replaced by A345-104-16-47-0401 Rev 1

    4. A345-104-16-47-1501 Rev 0

    Section D.1-104 A345-104-16-47-LD01 Rev no. 0

    G.A & piping layout of fire water pump house

    A345-104-16-47-1501 Rev 0 shall be replaced by A345-104-16-47-1501 Rev 1

    5. A345-104-16-47-DS-02 Rev 2

    C-3.1-104 A345-104-16-47-JS01 Rev. 0

    Data sheet of fire water pumps

    A345-104-16-47-DS-02 Rev 2 shall be replaced by A345-104-16-47-DS-02 Rev 3

    6. A345-000-16-47-3001 Rev 0

    Section D.1-000 Conceptual layout of fixed HVLRM & fixed

    MEFG

    New drawing/doc. added

    7.

    A345-16-47-DB-0001 Rev 0

    Section C-2.1 Engineering Design basis general civil

    A345-16-47-DB-0001 Rev 0 shall be replaced A345-16-47-DB-0001 Rev 1

    8. A345-101-16-47-SW01 REV 0

    Section C-1.3-101 1.1.5 fixed foam system

    General Scope of supply/works

    Cl. No 1.1.5 shall be replaced by Annexure- I attached with addendum-I.

    9. A345-101-16-47-SW01 REV 0

    Section C-1.3-101 1.1.3 HVLRM & MEFG

    General Scope of supply/works

    Cl. No 1.1.3 is valid and shall be read in conjunction with Annexure-I attached with addendum-I.

    10. A345-102-16-47-SW01 REV 0

    Section C-1.3-102 1.1.5 fixed foam system

    General Scope of supply/works

    Cl. No 1.1.5 shall be replaced by Annexure- I attached with addendum-I.

    11. A345-102-16-47-SW01 REV 0

    Section C-1.3-102 1.1.3 HVLRM & MEFG

    General Scope of supply/works

    Cl. No 1.1.3 is valid and shall be read in conjunction with Annexure-I attached with addendum-I.

    12. A345-103-16-47-SW01 REV 0

    Section C-1.3-103 1.1.5 fixed foam system

    General Scope of supply/works

    Cl. No 1.1.5 shall be replaced by Annexure- I attached with addendum-I.

  • TECHNICAL ADDENDUM

    Addendum No. 1 A345-000-16-47-AD-8000 Rev. B

    Page 3 of 5

    Template No 5-0000-0001-T3 Rev 1 Copyrights EIL – All rights reserved

    Sl. No.

    Document No/ Page No

    Reference Subject Modifications/additions

    13. A345-103-16-47-SW01 REV 0

    Section C-1.3-103 1.1.3 HVLRM & MEFG

    General Scope of supply/works

    Cl. No 1.1.3 is valid and shall be read in conjunction with Annexure-I attached with addendum-I.

    14. A345-104-16-47-SW01 REV 0

    Section C-1.3-104 General Scope of supply/works

    A345-104-16-47-SW01 REV 0 shall be replaced by A345-104-16-47-SW01 REV 1

    15. Wherever applicable Tank pad Height (Fire water tank)

    Tank pad height for Duliajan, Moran & Jorhat shall be considered as 1.4 m from FGL for Bid purpose only. Also note that FGL/NGL& EGL are same In this tank farm.

    16. Unit no 101(Duliajan) Dyke Height & Width Consider dyke height and top width as 1.5m and 1.0m respectively for bid purpose only.

    17. Unit no 102(Jorhat) Dyke Height & Width Consider dyke height and top width as 1.5m and 1.3m respectively for bid purpose only.

    18. Unit no 103(Moran) Dyke Height & Width Consider dyke height and top width as 1.5m and 1.0m respectively for bid purpose only.

    19. Unit no 104(Tengakhat) Dyke Height & Width Consider dyke height and width as 2.0m and 0.5m respectively for bid purpose only.

    20. Unit no 102 (Jorhat) Site grading 800 mm filling shall be considered (for bidding purpose only) in new control room & switch room block. However site grading shall be done as per actual site condition by the successful bidder. No site grading is envisaged in other area of this tank farm.

    21. Unit no 101,103,104 (Duliajan, Moran & Tengakhat)

    Site grading No site grading is envisaged in other area of this tank farm only micro grading shall be done after completion of all job.

    22. Unit no 101,102,103,104

    Dia & Height of existing Crude tank foundation

    The average height shall be considered as 500 mm from EGL and foundation dia shall be considered as dia of tank plus 500mm all around.

    23. UNIT no. 101,102,103 & 104

    General Corrosion protection tape coating (Job Spec. no.6907-0642-CTTAPE-C10)

    Corrosion protection tape coating (Job Spec. no.6907-0642-CTTAPE-C10) , appearing anywhere in scope of work and appearing elsewhere in General civil input stands deleted. Instead, refer EIL Std. spec. no.6-79-0011 , Std. Spec. for tape coating for underground plant piping shall be provided For fire water &

  • TECHNICAL ADDENDUM

    Addendum No. 1 A345-000-16-47-AD-8000 Rev. B

    Page 4 of 5

    Template No 5-0000-0001-T3 Rev 1 Copyrights EIL – All rights reserved

    Sl. No.

    Document No/ Page No

    Reference Subject Modifications/additions

    OWS/CRWS U/G Carbon Steel piping.

    24. UNIT no. 101,102 &103 General Water Spray System for Crude tanks

    Fire water tapping for water spray system shall be taken from two separate fire water main header instead of one side (as shown in P&ID of water spray system attached with the tender) .

    25. UNIT no. 101,102 &103 Section C1.3-101, Scope of work doc. No.A345-101-16-47-SW01, No.A345-102-16-47-SW01 & No.A345-103-16-47-SW01, Cl no.1.1.6

    Clean Agent protection system of Control room

    Add : Any one of Clean agent as mentioned in EIL Std. spec. 6-66-0050 shall be used in place of Fluroketone.

    26. UNIT no. 101,102 &103 General Building Sanitary & Plumbing

    Add with scope of work : Plumbing & sanitary system for inside the Toilet block of Control room building. Hook-up for Drinking water for toilet block shall be taken from existing drinking water line located anywhere (assume 200M for tender purpose) inside the plant battery limit with all piping works, isolation valves etc. complete. Sanitary discharge shall be disposed to proposed Septic Tank & Soak pit with all other facilities like Gully Trap, Inspection Chamber , RCC piping etc. complete as per EIL std. , Design Basis & good engineering practice.

    27. UNIT no. 101,102 103& 104

    General Restricted Orifice (RO) details

    Add with scope of work : - Suitable restricted orifice shall be designed & shall be provided

    for Water hydrant & HVLRM 2.5 Kg/cm2 differential pressure to reduce the pressure to 7 kg/cm2 or slightly more than 7kg/cm2.

    - Suitable restricted orifice shall be designed & shall be provided for fixed medium velocity water spray system to maintain the pressure requirement between 1.4 Kg/cm2 & 3.5 Kg/cm2.

    28. UNIT no. 101,102 103& 104

    Doc. No.A345-16-47-DB-0001

    Engineering design basis (EDB),

    It has been instructed to the contractor to design the respective items as per EDB. Some item like Fire water line, Water spray line etc. are already designed by EILand covered in the scope of work. So, ignore those part of EDB which are already designed.

  • TECHNICAL ADDENDUM

    Addendum No. 1 A345-000-16-47-AD-8000 Rev. B

    Page 5 of 5

    Template No 5-0000-0001-T3 Rev 1 Copyrights EIL – All rights reserved

    Sl. No.

    Document No/ Page No

    Reference Subject Modifications/additions

    29. UNIT no. 101,102 103& 104

    Section C1.3-101 (Refer General Civil Scope of work)

    Dyke Modification Add : Dimension of Dyke & its cross-section are

    shown in Plot Paln & Layout of fire water system

    (Addendum-I) for checking of existing Dyke capacity

    for tender purpose only. Contractor to survey the

    existing dyke physically and shall be modified

    accordingly (approval shall be taken from Owner/

    representative of owner) after award of contract

    without any time implication.

  • Page 1 of 6  

    ANNEXURE-I

    EIL Job no. : A345 : (Addendum-I)

    FIXED FOAM SYSTEM FOR DULIAJAN, JORHAT, MORAN & TENGAKHAT

    General

    Design, engineering, Preparation of P&IDs, preparation of construction drawings, supply,

    fabrication, erection, painting, testing, pre-commissioning , commissioning of fixed foam

    system covering all existing crude oil storage tanks both for cone roof and floating roof as

    per OISD-117, 3rd amendment, NFPA-11 & any relevant NFPA, indicative P&IDs attached

    with the tender , any other relevant national/ international codes & good engineering

    practices including submission of design basis, design calculations, general arrangement

    detailed construction drawing, operation philosophy for review/ approval of OWNER/

    OWNER’s representative prior to any assembly, installation/ constr