Вы находитесь на странице: 1из 9

Oil and Natural Gas Corporation Ltd

Room No.GB-17, Godavari Bhavan


Phone: 0883 2494213, Fax: 08832427788

Expression of Interest (EOI)

For qualification of vendors to supply production equipment for Early Production System

The Joint Venture (JV) comprising Oil and Natural Gas Corporation Limited (ONGC), and Cairn
India Ltd is developing the Nagaylanka oilfield located about 80 Kms. The Joint Venture has
proposed to set up an Early Production System to produce oil and gas from the existing and new
wells. The JV is looking for interested vendors having previous experience in supplying Production
Equipment required to set up an Early Production System.Vendors having the required capability
and possessing relevant statutory approvals may respond to this EOI within SEVEN days from the
date of publication. Interested Bidders may please note that, Bidders has to present their offer as per
EOI requirement in ppt (Power Point Presentation) form in person on 27/28.04.2017 during office
hours and the same may please be confirmed at the following mail add.

For details of the vendor qualification criteria, please visit www.etender.ongc.co.in or


tenders.ongc.co.in

Contact Person:
Shri B K V Ramalingeswara Rao
DGM (P) SAM II & I/c FEG
Room No.G-B-17, Godavari Bhavan
ONGC Base Complex,
RAJAHUMNDRY - 533106, Andhra Pradesh
Tel: 0883 2494213; Mob: 9515153307/9490168710
Email ID: rajn sham@ongc.co.in/rao_bkvr@ongc.co.in
Expression Of Interest

1. Introduction
The KG-ONN-2003/1 block, awarded under NELP-V round is currently a JV partnership between Oil and Natural
Gas Corporation Ltd. and Cairn India Limited. ONGC is in the process of setting up an Early Production System
(EPS) at Nagayalanka, Krishna District, Andhra Pradesh, India. The scheme for EPS consists of well fluid
gathering and crude stabilization, storage & evacuation, associated utilities and offsite facilities.

2. Eligibility Criteria
Interested parties shall have to submit the following documents/ comply with the following Eligibility criterion
for pre-qualification:
1. Bid should be complete in all aspects covering entire scope of job/ supply and should conform
to the technical specifications indicated in the document, duly supported with technical
catalogues/ literatures, wherever applicable.
2. Manufacturers experience:- In case the bidder is a manufacturer of the offered equipment /
item, he should satisfy the following along with documentary evidence, which should be
enclosed along with the EOI offer:

(a) Minimum Seven (7) years of experience of manufacturing of any TWO items / equipment
from each Group I and II or Group III. For this purpose, the period reckoned shall be the
period prior to the date of opening of the EOI offer.

(b) Should have manufactured and supplied minimum ONE (1) quantity of any TWO items /
equipment from each Group I and II or Group III to companies which are in the business
of exploration & production and/or refining and/or processing of hydrocarbons, during
the last Seven (7) years.

Sl. Group I Group II Group III


No
1 Separators Storage Tanks (Cap.45 M3 Supply of complete Early
minimum) Production System (EPS)
2 Pressure vessels Chemical Injection Skids or GGS consisting of any
3 Scrubbers / Knock out Pumps (Cap. 5.0 M3 / Hr. TWO items or equipment
Drums Minimum) from each Group I & II
4 Filter Assembly Plant / Instrument Air
System (Cap.100 M3 / Hr.
minimum)
5 Heater Treater / Bath Gas or Diesel Gen set
Heater (cap. 100 KVA minimum)
6 Gas Dehydration Units
Documentary evidence in respect of the above should be submitted in the form of copies of
relevant Purchase Orders along with copies of any of the documents in respect of satisfactory
execution of each of those Purchase Orders, such as - (i) Satisfactory Inspection report (OR) (ii)
Satisfactory supply completion / Installation report (OR) (iii) Consignee Receipted Delivery
Challans (OR) (iv) Central Excise Gate Pass / Tax Invoices issued under relevant rules of Central
Excise / VAT (OR) (v) any other documentary evidence that can substantiate the satisfactory
execution of each of the purchase orders cited above.

2.1 In case the bidder is not a manufacturer, then the bidder is required to submit documentary
evidence in respect of the above 2 (a) and 2(b) of the concerned manufacturer (having
supplied such items either by manufacturer himself or his distributor), along with the EOI
Offer.

3. Bidders should have the required facilities for testing the quoted equipment/material as per
International standards at their premises and also agree to inspection by ONGC or any other
agency nominated by ONGC. In case the bidder is not the manufacturer, a certificate from the
manufacturer to the effect that the manufacturer possesses the required facilities for testing
the quoted equipment/ material should be enclosed along with the EOI Offer.

4. Bidder should furnish an undertaking for providing the product/ service support along with
uninterrupted and timely supply of spare parts for at least TEN (10) years for the quoted
model. The bidder must give details of their after sales service support/ repair services that
will be provided by them. For supply of major equipment and items, the bidders should
indicate the source of their bought out items and clearly indicate the names of the original
equipment manufacturer for such bought out items.

5. (a) Bidder must furnish the following undertakings from the Original Equipment
Manufacturer(s), along with his offer:

(i) The OEM shall provide the maintenance / service / calibration facilities in India, for all
the equipment to be supplied under the contract, if awarded to him by ONGC.

(ii) The bidder shall indicate the source of their bought out items and also the names of
the original equipment/materials manufacturer for the major components. The OEM
shall guarantee the lifetime supply (i.e. 7 years in case of electronic equipment/items
and 10 years in case of mechanical equipment/items) of spares for all the equipment
to be supplied under the contract, if awarded to him by ONGC.

(iii) The OEM undertakes to enter into Annual Maintenance Contract for lifetime (i.e. 7
years in case of electronic equipment/items and 10 years in case of mechanical
equipment/items) for all the equipment to be supplied under the contract, if awarded
to him by ONGC.

3. Broad Scope of Work

Please refer Annexure I for complete details.


Annexure - I

Scope of Work

1. Scope Of Work:
The Scope of work involves, but not limited to, Detailed Design Engineering, Procurement, Fabrication, Supply,
Installation, Commissioning and Demonstration of Performance Guarantee Test Run (PGTR) for continuous 72
Hours of Modular type Skid Mounted Surface Facilities at EPS, Nagayalanka for separation of well fluids from
wells of Nagayalanka Field. List of Modular Type Skid Mounted Surface Facilities at EPS, Nagayalanka is at
Annexure II.

2. EPS Design Capacity


Design Oil processing capacity: 440 m3/d, Produced Water processing capacity: 3 m3/d, Gas Processing
capacity: 0.16 MMSCMD.

3. Typical Process Flow Diagram shown below:

4. Composition of Well Fluid:


The typical composition of Well Fluid at inlet of Separators are specified in Annexure-III. The
contractor should design Separation facilities to prevent ingress / carryover of oil, if any, along with the
Gas and / or effluent water and recovery of oil in the subsequent stages incase of unavoidable ingress /
carryover of oil.
5. GENERAL REQUIREMENT:
5.1 Modular Type Skid Mounted Surface Facilities at Nagayalanka EPS shall be designed to meet the
requirements of applicable safety codes / standards, ASME, API, APSPCB norms, OMR
Regulations, DGMS Regulations, Indian Electricity Rules, OISD Standards, etc.

5.2 All electrical apparatus, instrumentation items / systems shall be suitable for the hazardous area
classification as per applicable National / International standards and statutory regulations.

5.3 All systems should be designed, constructed and operated for uninterrupted continuous
operation to process the well fluids as designated by ONGC at the specified pressure &
temperature.

5.4 All works /systems provided under this contract shall be designed and constructed in accordance
with the prevalent National / International codes and practices.

6. Period of Completion: a. 75 days except the item at Sl No. 14 & 17 of Equipment List at Annexure-
II
b. 120 Days for Sl No. 14 & 17 of Equipment List at Annexure-II
7. DELAY AND LIQUIDATED DAMAGES:

(a) CONTRACTOR (successful bidder) shall Supply, commissioning and complete the Modular Type
Skid Mounted Surface Facilities to commence the production at the specified site within a
maximum of 75 days except the item at Sl No. 14 & 17 of Equipment List at Annexure-II and 120
Days for Sl No. 14 & 17 of Equipment List at Annexure-II from the date of Fax Order / LOA / NOA.

(b) If the CONTRACTOR fails to supply and complete the commissioning of Modular type Skid
Mounted Surface Facilities and / or fails to commence the operations within the period specified
in sub clause (a) above, ONGC shall have, without prejudice to any other right or remedy in law or
contract including sub clause (c) below, the right to terminate the contract.
If the contractor is unable to mobilize / deploy and commence the services within the period
specified in sub clause (a) above, it may request ONGC for extension of the time with
unconditionally agreeing for levy and recovery of LD. Upon receipt of such a request, ONGC may at
its discretion, extend the period of mobilization and shall recover from the contractor, as an
ascertained and agreed Liquidated Damages, a sum equivalent to % of contract value, for each
week of delay or part thereof, subject to a maximum of 10% of order value.

(c) The parties agree that the sum specified above is not a penalty but a genuine pre-estimate of the
loss/damage which will be suffered by ONGC on account of delay on the part of the CONTRACTOR
and the said amount will be payable without proof of actual loss or damage caused by such delay.

(d) LD will be calculated based on order value excluding duties and taxes, where such duties/taxes
have been shown separately in the contract.
8. BASIC SCOPE FOR INSTRUMENTATIOn
a. Scope of work:
The scope of work shall include assessing the quantum of instrumentation works, supply of all
instruments as per specifications and standards, erection, testing, calibration, pre-commissioning and
commissioning of all the instruments.

b. Design and Engineering:


The supplier should do all design and engineering. All junction boxes, cables, cable glands and local
control panel shall be certified for use in hazardous area as per area classification. Junction boxes,
enclosures etc. to be installed at hazardous area shall be certified/approved by CMERI / DGMS.
All the equipment / instrument used shall be suitable for Zone 1 area, Class I, Gas Group C & D, Class
A Petroleum Products.
All instruments supplied shall have requisite certificates from OEM / Country of Origin and from
regulatory agencies like ATEX, CE, CENELAC etc.
All the instrumentation control system can be operated through a local control panel mounted on the
skid. Operator should be able to operate the skids both locally and from a control room thru a HMI in
future.
All controls, indications and all trip logics shall be incorporated in a PLC system mounted on the skid.
PLC based control system shall be OPC compliant as a minimum with third party access to data base
and for interfacing with SCADA system in future.
Contractor shall provide interlock logic schemes for the new facilities for the safe operation of the
unit. A Cause and Effect Matrix shall represent the logic as per API RP 14C safe charts. An indicative
interlock logic scheme is given in the PID.
ESD / FSD push button facility to be given to shut off the system in case of exigencies.
All instruments and associated items shown in the P& ID are indicative.
All sizing calculations of the instruments, control valves, flow meters to be done by Supplier.
Measurement system for Gas, Crude Oil and Water has to be provided at the respective unit battery
limits.
Portable ultrasonic flow meter for flare gas measurement is to be provided.
The cabling, junction box connections and associated accessories for final hook up with the PLC system
should be assessed and implemented by the contractor.
Supplier shall design the UPS system to run the Control system Continuously and uninterrupted.
The analog gauges shall be installed at appropriate locations for local field indications as indicated in
P&IDs for vessels, separators, pumps etc.
All instruments provided are smart type and compatible with SCADA communication in future.
Final control elements shall be pneumatic and the necessary I/P converters are to be provided as
indicated in the P& IDs.
Instrument air supply for all the instruments & all necessary works for hook up are in contractors
scope.
All pressure/ pressure differential instruments should be provided with block and bleed valves, bypass,
vent/drain valves as per the installation requirements.
For local visual level indication, in general magnetic type level gauges shall be used.
Necessary tapings /nozzles should be provided at the vessels along with isolation valves.
Pressure and Level switches (float/displacer type/latest technology) are to be installed for provision of
alarms as well as tripping of pumps as indicated in the P& IDs.
Pump run and Stop indication along with Remote start and stop facility is to be provided in the PLC
system.
Panel mounted display system shall be included along with PLC system
IR type gas detectors are to be provided at identified locations and detection panel
All Shut down and alarm switches should be in Fail Safe mode.
All field instruments should have ingress protection to IP 65 or NEMA 4.
For pressure safety valves, one spare is to be considered for operational failures.
Pumps will be provided with local panel having repeat signal to for indication
Wetted parts of instruments should be SS 316L.
Level instruments supplied by the Supplier shall be test mounted to ensure correct nozzle alignment.
The safety shutdown system and Gas detection should be connected to the PLC system on the skid.
The Contractor shall include all instrumentation necessary for the safe and effective control and
operation of the new facilities.
The Contractor shall provide full details of all instrumentation included and shall complete the
instrument data sheets.
Canopy is to be provided for weather protection for the instruments installed in the field. Working
platform is to be provided wherever required.
Installation, field calibration and testing of all the instruments should be done and should get certified
by ONGC authorized representative by the supplier.
Annexure II

List of Modular Type Skid Mounted Facilities

Equipment Name
(Modular Type Skid Mounted Op.Pr.
Sl Design Op.Temp.
along with all Process valves, Type Nos (Kg/Cm
No Capacity (Deg.C)
Safety System and 2)
Instrumentation etc.)
1 HP Separation Skid
a HP Separator 3 Phase Horizontal 1 1.2 x 5.98 m 60 39-62
b HP Scrubber Vertical 1 0.5 x 2.90 m 60 39-62
2 LP Scrubber Vertical 1 0.5 x 2.90 m 3 39-62
3 Transfer Pumps Skid
a Crude Oil Transfer Pumps Centrifugal 1+1 20 x 1.2 m3/hr Atm / 5 35 to 40
Produced Water Transfer
b Centrifugal 1+1 3 x 1.2 m3/hr Atm / 5 35 to 40
Pumps
4 Loading Pump Skid
a Oil Tanker Loading Pumps Centrifugal 2+1 20 x 1.2 m3/hr Atm / 5 35 to 40
Prod. Water Tanker Loading
b Centrifugal 1+1 20 x 1.2 m3/hr Atm / 5 35 to 40
Pumps
5 Demulsifier Injection Skid
a Storage Tank Fixed Roof 5 M3 Atm.
b Dosing pumps 1+1
6 Methanol Injection Skid
a Storage Tank Fixed Roof 5 M3 Atm.
b Dosing pumps 1+1
7 De-Oiler Injection Skid
a Storage Tank Fixed Roof 5 M3 Atm.
b Dosing pumps 1+1
8 Diesel Storage system
a Storage Tank Fixed Roof 2 Each 5 M3
b Transfer Pumps Centrifugal 1+1 20 x 1.2 m3/hr Atm / 5
9 Fuel Gas System Skid
a KOD Vertical 1 0.61 x 2.2 m May-60 65
b Filters - A/B 1+1 May-60 65
c Orifice Meter 1
10 Gas Metering Station Skid 1 0.2 MMSCMD
11 Weigh Bridge 1
12 Gas Genset Skid 1 100 KW
Container mounted MCC room
With partition to
a 1+1 ~6.25M X2.5 M
accommodate battery bank/
UPS(2 Bunks joining together)
Instrument and Plant Air
13 Centrifugal 1+1 100 M3 / Hr
Compressor System
Fire Water Pumps (Diesel 300 x 1.2
14 Centrifugal 2 Atm/1 5 35
Engine) m3/hr
15 Fire Jockey pump Centrifugal 1+1 20 x 1.2 m3/hr Atm/1 5 35
16 Drinking water Storage Tank PVC 1 20 M3
17 Flare package with auto ignition 10.5 TPH
a Flare header 8
b Flare KOD drum Horizontal 1 1.2 x 3.5 m 0.5 40
c Mass Flow meter 1
d Flare KOD pumps Centrifugal 1+1 5 x 1.2 m3/hr 0.5 40
Office Bunkhouse with
18 1
furniture
19 Living Quarters
a 4-Berth Staff Living Room 2
b 4-Berth Officers Living Room 1
c VIP Bunk House 1
d Recreation Room 1
e Kitchen Bunk House 1
f Dining Bunk House 1
g Toilet Bunk House 1
h Bath Bunk House 1
i Dispensary 1

Вам также может понравиться