You are on page 1of 115

JHAL MAGSI GAS FIELD DEVELOPMENT

PROJECT

DESIGN, FABRICATION, SUPPLY &


COMMISSIONING OF AMINE SWEETENING UNIT
(Complete Amine Unit including Acid Gas
Flare System And D-min Water System)
VOLUME - I

JANUARY, 2012

(ITB, Scope and Specifications and Form &


Conditions of Contract)

Tender Enquiry No. PROC‐FD/CB/PROJ/0366/2012
TABLE OF CONTENTS

SECTION - I INVITATION TO BIDS

SECTION - II INSTRUCTIONS TO BIDDERS

SECTION - III SCOPE & SPECIFICATIONS

SECTION - IV FORM OF CONTRACT

SECTION - V CONDITIONS OF CONTRACT


Section-I (Invitation to Bid)
Page 1 of 7

I – INVITATION TO BID
Section-II (Instructions to Bidders)
Sheet 1 of 17

II – INSTRUCTIONS TO BIDDERS

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 2 of 17

TABLE OF CONTENTS

SEC DESCRIPTION SHEET


NO. NO.

1.0  GENERAL ......................................................................................................................................................4

1.1  Project Background and Description .................................................................................................. 4 


1.2  Delivery Period ........................................................................................................................... 4 
1.3  Eligibility Requirements ................................................................................................................. 4 
1.4  Bids of Joint Ventures/Consortiums/Sub-Contracting .............................................................................. 4 
1.5  Cost of Bidding............................................................................................................................ 5 
1.6  Assurance ............................................................................................................................... 5 
1.7  Agents/Representatives ................................................................................................................. 5

2.0  TENDER DOCUMENT ........................................................................................................................................6

2.1  Description of Tender Document ...................................................................................................... 6 


2.2  Clarifications of Tender Document .................................................................................................... 6 
2.3  Amendments to Tender Document .................................................................................................... 7

3.0  PREPARATION OF BIDS .....................................................................................................................................8

3.1  Language of Bid........................................................................................................................... 8 


3.2  Documents Comprising the Bid......................................................................................................... 8 
3.3  Documents Establishing Equipment Eligibility and Conformity to Tender Documents .......................................12 
3.4  Exception/Exclusion & Deviation .....................................................................................................12 
3.5  Bid Price ..............................................................................................................................12 
3.6  Bid Validity ..............................................................................................................................12 
3.7  Bid Bond ..............................................................................................................................13 
3.8  Format and Signing of Bid..............................................................................................................13

4.0  SUBMISSION OF BID ....................................................................................................................................... 14

4.1  Sealing and Marking of Bids............................................................................................................14 


4.2  Deadline for Submission of Bids.......................................................................................................14 
4.3  Late Bids ..............................................................................................................................14 
4.4  Modification and Withdrawal of Bids.................................................................................................14

5.0  BID OPENING, CLARIFICATIONS AND EVALUATION.................................................................................................. 15

5.1  Bid Opening ..............................................................................................................................15 


5.2  Clarifications of Bids....................................................................................................................15 
5.3  Evaluation of Bids .......................................................................................................................15 
5.4  Contacting OGDCL or Engineering Consultant ......................................................................................17

6.0  AWARD OF CONTRACT ................................................................................................................................... 17

6.1  OGDCL’s Right to Accept any Bid and to Reject any or all Bids.................................................................. 17 
6.2  OGDCL’s Right to Vary the Scope of Contract ......................................................................................17 
6.3  Notification of Intent to Award .......................................................................................................17 
6.4  Signing of Contract......................................................................................................................17 
6.5  Performance Bond.......................................................................................................................17 

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 3 of 17

LIST OF ANNEXURES

ANNEXURE – I : CORPORATE & FINANCIAL INFORMATION


ANNEXURE – II : RELATED PROJECTS BEING EXECUTED
ANNEXURE – III : RELATED PROJECTS EXECUTED DURING LAST SEVEN (07) YEARS
ANNEXURE – IV : HSE DETAILS
ANNEXURE – V : TECHNICAL SUPPORT SERVICES
ANNEXURE – VI : BID BOND
ANNEXURE – VII : FORM OF TENDER OR BIDDING FORM
ANNEXURE – VIII : DECLARATION
ANNEXURE – IX : DATA SUMMARY SHEET
ANNEXURE – X : BID PRICE SCHEDULE
ANNEXURE – XI : SCOPE OF THIRD PARTY INSPECTION
ANNEXURE – XII : DEVIATION FORM
ANNEXURE – XIII : PERFORMANCE BOND FORM

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 4 of 17

1.0 GENERAL

1.1 Project Background and Description


Oil & Gas Development Company Limited (OGDCL) is the operator of Jhal Magsi Gas Field under the JV
arrangement which is located near City Jhal Magsi, District Jhal Magsi, DeraMurad Jamali, Baluchistan
Province.

OGDCL intends to develop Jhal Magsi Gas Field by installing surface facilities, flow lines, commingling
system and gas purification plant. The gas purification plant unit will be capable of processing on an
average 15 MMSCFD (excluding 10% design margin) raw gas stream. For implementation of the project
Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System) is
required for Jhal Magsi Gas Field Development Project.

In this connection, sealed Bids are hereby invited for Design, Fabrication, Supply and Commissioning
of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
for Jhal Magsi Gas Field Development Project by OGDCL.

These instructions to bidders (ITB) define the basis of Bid for Design, Fabrication, Supply &
Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) for Jhal Magsi Development Project. The Bidders will prepare and submit their Bids, as
per instructions given in this document.

OGDCL has appointed ENAR Petrotech Services (Private) Limited (ENAR) as Engineering Consultant for
providing engineering, project management, procurement assistance and site supervision consultancy
services to ensure timely completion of the project complying with technical specifications.

1.2 Delivery Period


The timely delivery shall be the essence of the Contract, as OGDCL has to meet its obligations for
completion of the Project. Accordingly, the Supplier is required to complete the Design, Fabrication,
Supply of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water
System) within seven (07) months on CFR Karachi Port basis for foreign bidder and at site basis for
local bidder from the date of establishment of letter of credit by OGDCL.

1.3 Eligibility Requirements


Bidders must meet the following eligibility requirements:

a) The equipment to be supplied under the Contract must be produced in and supplied from a
country maintaining bilateral trade relation with the Islamic Republic of Pakistan.

b) The Bidder and its engineering staff should meet all the requirements of Pakistan Engineering
Council (PEC) Act 1976, its by-laws and amendments and provide documents to OGDCL to this
effect.

c) The Bidder Company/ firm must have Designed, Fabricated, Supplied and Commissioned atleast
one (01) Amine Unit during last seven (7) years of similar size which require equivalent or more
engineering design & fabrication works as needed for amine unit. Bidder must submit details of
such projects with completion certificates. Projects without completion certificates will not be
considered.

d) The Offshore companies registered at places e.g. Virgin Cayman, Nausa, Jersy and Bohaman
Islands and Israel shall not be eligible nor entertained and bids if submitted shall be rejected.

1.4 Bids of Joint Ventures/Consortiums/Sub-Contracting

a) Sub-contracting arrangement for submission of bid is not allowed for any portion of work
including design, manufacturing, supply, commissioning etc.

b) JV arrangement (if proposed by the bidder) shall only be acceptable for design engineering
relevant works whereas partner incharge (lead partner) is responsible for supplying of whole
equipment, packages material, etc. and provision of matching /compatibles
drawings/documents to have a consistent and reliable design. Accordingly, performance bond is
acceptable only from Partner Incharge.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 5 of 17

Bids submitted by a joint venture/consortium of two or more firms as partners shall comply with the
following requirements:

i) The bid, and in case of a successful bid the Form and Conditions of Contract, shall be signed so as
to be legally binding on all partners.

ii) Partner shall be nominated as being incharge (lead partner) subject to fulfillment of requirement
mentioned earlier in section 1.4 b) and this authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatories of all the partners and certified by
Notary Public.

iii) The partner incharge shall be authorized to incur liabilities and receive instructions for and on
behalf of any and all partners of the joint venture/consortium and the entire execution of the
Contract including payment shall be done exclusively with the partner incharge.

iv) All partners of the joint venture/consortium shall be liable jointly and severally for the execution
of the Contract in accordance with the Contract terms, and a relevant statement to this effect
shall be included in the authorization mentioned under Clause (b) above as well as in the Form of
Bid and the Form and Conditions of Contract (in case of a successful bid); and

v) A copy of the Memorandum of Understanding (MOU) entered into by the consortium/joint venture
Partners broadly, outlining the relationship and responsibilities with respect to Amine Sweetening
Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System) shall be
submitted with the Bid.

vi) Within fifteen (15) days of issuance of notification of intent to award from OGDCL the successful
Bidder shall furnish a copy of Contract entered into by consortium/joint venture partners shall be
submitted.

1.5 Cost of Bidding

a) The Bidder shall bear all costs associated with the preparation and submission of its bid, and
OGDCL will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

b) The Bidder shall bear all costs of obtaining and submitting Bid Bond, Performance Guarantee
and all other documents required as per instructions in the Tender Document.

1.6 Assurance
The successful Bidder will be required to give satisfactory assurance of its ability and intention to
complete the Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete
Amine unit with Acid Gas Flare System and D-min Water System) pursuant to the contract within the
time set-forth therein.

1.7 Agents/Representatives
The Agents/Representatives can collect the tender document and submit the Bid (Including the Bid
Bond) on behalf of their principals. However, they shall be required to submit Agency/Representation
letter (On Principal’s Letterhead) duly signed and stamped with authorization for the subject tender.
Further the Agent/Representative can represent only one principal.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 6 of 17

2.0 TENDER DOCUMENT

2.1 Description of Tender Document

2.1.1 The Tender Document comprises the following together with any Addenda that may be issued from
time to time.

• Volume – I

− Section – I : Invitation to Bid


− Section – II : Instructions to Bidders (ITB)
− Section – III : Scope & Specifications
− Section – IV : Form of Contract
− Section – V : Conditions of Contract

• Volume – II

− P&IDs and Datasheets, Plot Plan, Mechanical and Electrical & Instruments Specifications

2.1.2 The prospective Bidder shall carefully study and examine the Tender Document and Instructions and
comply with all requirements of preparation of the Bid. Failure to furnish all information required by
the Tender Document or submission of a Bid not substantially responsive to the Tender Document in
every aspect will be at the Bidder's risk and may result in the rejection of the Bid.

2.1.3 Appropriate portions of the Technical Bid and Commercial Bid and Addenda or selected sections of
the above Tender Document as appropriate will be incorporated in the contract that will be executed
with the successful bidder.

2.1.4 Bidders may also make any additional enquiries or investigations necessary to become fully informed
of all conditions which may affect the scope of work of Supplier. Failure on the part of the Bidder to
diligently investigate any condition which may affect Contractor’s scope shall not relieve the Bidder
of the responsibility of executing the Contract.

2.2 Clarifications of Tender Document


A prospective Bidder requiring any clarification of the Tender Document or require any data may
notify Engineering Consultant in writing by fax or e-mail with c.c. to OGDCL at below given addresses:

Project Manager
(Jhal Magsi Development Project)
ENAR Petrotech Services (Private) Limited
7-B, Korangi Industrial Area
Adjacent NRL, Korangi
Karachi, Pakistan
Telephone: (92-21) 3507 3259
Fax No.: (92-21) 3506 7522
Email: m.zeeshan@enar.com.pk, cbd@enar.com.pk

c.c.
Project Coordinator
(Jhal Magsi Development Project)
Oil & Gas Development Company Limited
OGDCL House, 9th Floor, Tower C,
Jinnah Avenue, Blue Area
Islamabad, Pakistan
Telephone: (92-51) 8352948
Fax No: (92-51) 2623070
Email: iftikhar_abbasi@ogdcl.com

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 7 of 17

OGDCL/Engineering Consultant will respond in writing to any request for clarifications of the Tender
Document, which it receives not later than one (1) week prior to the deadline for the submission of
bids prescribed in the Tender Document. Written copies of Engineering Consultant’s response
(including an explanation of the query but without identifying the sources of inquiry) will be sent to
all participating Bidders.

2.3 Amendments to Tender Document

2.3.1 At any time prior to the deadline for submission of Bids, OGDCL may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder, modify the Tender
Document by amendment.

2.3.2 The amendment shall form part of the Tender Document, and shall be notified in writing by fax or e-
mail to all prospective Bidders who have received the Tender Document, and will be binding on them.
The Bidders are required to acknowledge receipt of any such amendment in the Tender Document.

2.3.3 In order to provide prospective Bidders reasonable time in which to take the amendment into account
in preparing their Bids, OGDCL may, at its discretion, extend the deadline for the submission of Bids.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 8 of 17

3.0 PREPARATION OF BIDS

3.1 Language of Bid


Bid shall be type written or printed. The Bid prepared by the Bidder and all correspondence and
documents (i.e. reports, specifications, standards, drawings) relating to the Bid exchanged by the
Bidder and OGDCL/Engineering Consultant shall be written in the English language. Any printed
literature furnished by the Bidder may be written in another language, provided that this literature is
accompanied by an English translation, in which case, for purpose of interpretation of the Bid, English
translation shall govern.

3.2 Documents Comprising the Bid


The Bid to be submitted by the Bidder shall comprise of two separate proposals i.e. “Technical
Proposal” and “Commercial Bid/Proposal”. Two (02) copies each of Technical Bid/Proposal and
Commercial Proposal shall be prepared. One set marked “ORIGINAL” and the other sets marked
“COPY”. In case of any discrepancy in the copy, the ORIGINAL shall govern.

Note: Soft Copy CD is also required of Technical Proposal only.

3.2.1 Technical Bid/Proposal


The technical proposal shall consist of the following:

3.2.1.1 General
The following information shall be submitted, separately, with the Technical Bid:
(i) Corporate & Financial information of Bidder and its consortium/joint venture partners as per
format given in Annexure – I.

(ii) A list and details as per (Annexure – II) of related projects being executed by Applicant’s
organization alongwith project schedule.

(iii) Provide a comprehensive list and details as per (Annexure – III) of related projects executed
by the applicant organization during the last ten (10) years which require equivalent or more
engineering design & fabrication works as needed for amine unit. Certificates of satisfactory
completion by the respective client/ owner should be attached with duly filled Annexure-III.
Only those projects whose completion certificates (in the name of applicant or as lead
partner in case of JV) are attached would be considered in experience & track record of the
bidder/company
(iv) QA/QC, HSE systems/procedures of your organization as per Annexure–IV.
(v) Details of technical support services as per format given in (Annexure – V).
(vi) Original Bid bond for an amount of US$ 40,000 or equivalent in Pak Rs. on the format as
given in Annexure – VI.
(vii) Confirmation of Period of validity of the Bid i.e. 120 days
(viii) Form of Tender or Bidding Form Annexure – VII.
(ix) Letter of Authorization in favour of Officer signing the Bid.
(x) A power of Attorney certified by Notary Public (Applicable for Joint Venture/ consortium
Bids).
(xi) Duly initialed and stamped copy of Complete Tender Document (Invitation to Bid,
Instructions to Bidders, Scope & Specifications, Form and Conditions of Contract, Data Sheets
& P&IDs) along with declarations as given in Annexure-VIII.
(xii) A statement of total compliance with the requirement of Tender Document.
(xiii) Data Summary Sheet as per format given Annexure – IX.
(xiv) Un-priced Bid Price Schedule as per Annexure – X.

3.2.1.2 Technical Details


The technical proposal shall contain following information/details and documents necessarily;
i) Equipment data sheets and proformas, technical specification and technical literature for
the Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) being proposed as per requirements of Tender Document.
ii) Process Flow Diagram and Heat and Material Balance for all solvents of each supplier.
iii) Electrical load list
iv) P&ID diagram showing limit of supply prepared by supplier with incorporation of his own
experience.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 9 of 17

v) Brief Process Narrative


vi) The bidder shall provide performance and data sheets for major equipments at operating
points asked for in technical specifications.

vii) Utility consumption lists.

viii) Drawings showing main equipment & skids general arrangement.

ix) Detail list of equipment/packages clearly mentioning skid mount equipment and ship loose
equipment/packages

x) Detailed list of equipment/packages/material to be supplied on foreign basis (CFR delivery)


and supplied through local sources (at site basis).

xi) Comments or deviations/exceptions as per Instruction 3.4. to the scope and specifications
and other relevant codes and standards.

xii) Delivery period/schedule: Bidder shall mention firm delivery period and submit schedule
with target delivery date(s) with work/delivery schedule starting from the date of
establishment of L/C.

xiii) Statement regarding on time arrangements of expatriate by the bidder required for
installation, supervision, pre-commissioning, start-up & training activities.

xiv) Statement that the goods are "Brand New".

xv) Availability of after sales service

xvi) List of spares (all categories) for start-up and commissioning. All spares for commissioning &
start-up shall be covered. OGDCL shall not be responsible for any payment over and above
the price indicated.

xvii) List of recommended spare parts for two (2) years of continuous operation for the equipment
being supplied.

xviii) List of recommended personnel safety equipment to protect maintenance personnel and
tools.

All the above mentioned documents are necessarily required along with the technical bid. Any
missing information may lead rejection of technical bid and may not be considered for technical
evaluation.

The technical proposal shall also contain following information/details and documents:
i) Documentary evidence established in accordance with Instructions 3.3 that the equipment
and material to be supplied by the Bidder is eligible equipment and material and conform to
the Tender Document.

ii) Pre-commissioning/Commissioning plan

iii) Detailed procedure of how physical progress and percent completion will be measured
tracked and reported for each component of the scope of the Supplier.

iv) List showing Scope of Supply & Services

v) The Bidder should confirm that during design period he will make plan to integrate the
offered units with other units of plant and review of the operations.

vi) Typical installation, commissioning, operation and maintenance manual index.

vii) Availability of spare parts of the equipment being supplied with country of origin alongwith
lead time period and maintenance center(s) addresses, focus, e-mail to provide backup
support.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 10 of 17

viii) Testing & Inspection plan, Spares and tools data.

ix) The Supplier shall provide following with the Bid: Preliminary knockout pressure vessel test
procedure,

x) Skid sizes and weights. (Confirm to provide after PO)

xi) Where drawings and data are called for in the tender Document, Bidder is to include the cost
in his quoted price. Bidder must also state the time needed for submission of drawings, data,
etc., this time schedule to be based from the date of signing of the Contract.

xii) Bid should conform in all respects to the applicable specifications, drawings and instructions
forming part of the Tender Document.

xiii) Bidders must state any deviation from material or other standards specified, separate list of
proposed standards shall then be attached to the Bid indicating the appropriate standards
proposed by the Bidder, stating in each case the comparable standards specified.

xiv) Detailed list of material and equipment (separate of each category) with following
information:

− Sources/country of origin.
− Name & complete address with telephone, fax and e-mail of each original manufacturer
(including name of contact person)
− Name and address of major sub-suppliers (including name of contact persons) and details
of their capability & relevant creditentials.

xv) Specific Quality Assurance and Quality Control procedures, which the Bidder intends to
adopt/follow for equipment and fabrication/manufacturing etc.

xvi) Interchangeability of parts, if applicable.

xvii) Undertaking from the manufacturers for compliance of the warrantee liabilities (back-up
guarantee) and other after sale service obligations.

xviii) In case the equipment model becomes obsolete or OEM cease to manufacture the particular
model, the supplier/bidder has to apprise well in advance and ensure to supply the spares
sufficient for at least ten (10) years.

xix) Likewise any up gradation in the software(s), the same shall be provided free of cost.

Any other information as deemed necessary by the Bidder for the intended & scope of package. All
those items for which information requirements are specifically mentioned in the Scope &
Specifications.

3.2.2 Commercial Bid/Proposal

3.2.2.1 Contents of Commercial Bid/Proposal

i) Photocopy of Bid Bond.

ii) Bid Price Schedule as per Annexure – X.

iii) Item-wise break-up of all major items of the package as well as optional items (where
possible).

iv) Item-wise price list of spares for start-up and commissioning. All spares for commissioning &
start-up shall be covered. OGDCL shall not be responsible for any payment over and above
the price indicated.

v) Item-wise price list of recommended spare parts for two (2) years operation and the
equipment being supplied, as an optional item.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 11 of 17

vi) The Expenses on design review, HAZOP meetings and shop witness testing for control system
FAT by OGDCL/ Engineering Consultant at Supplier’s offices/manufacturers works located
outside Pakistan will be quoted on the following basis:

• Design Review Meetings at supplier’s office


− Three (03) Visits; each for a duration of five (05) working days
− Six (06) engineers each visits

• HAZOP Meeting at supplier’s office


− Eight (08) engineers for a duration of five (05) working days

• Shop Witness Testing for Control System FAT


− One (01) visit for a duration of four (04) working days
− Three (03) engineers

The Contractor shall provide the following facilities for these visits;

− Full Fare economy class Return Air Tickets


− Hotel Room on Single occupancy basis for each person in a four 04 star hotel for
duration of stay.
− Daily Allowance to be paid to the Engineers for the period of stay as detailed above
plus two (02) days for travel at the below given rates;
• For Design Review and HAZOP Meetings @ US$ 250 per person per day
• For performance & shop witness testing @ US$ 250 per person per day

Local supplier shall consider only air tickets, Hotel accommodation and boarding & lodging
arrangements within the country.

vii) The pre-commissioning, commissioning, start-up & performance testing of package shall be
Supplier’s responsibility accordingly, lumpsum charges are to be quoted on this account
considering 30 days time for pre-commissioning, commissioning, start-up and testing
activities with involvement of various discipline engineers.

The supplier shall provide the detailed breakup for the man-days involved, personnel and
their respective experience in man-hour rates format for the above services.

viii) The Supplier shall provide the on-site training services for operation and maintenance for all
required disciplines to OGDCL personnel for the period of two (02) working weeks. The
supplier shall submit the price in commercial proposal on lump sum basis with indication of
estimated days for the training and other details.

Note: OGDCL shall provide boarding/lodging and transport to supplier’s


expatriates/specialists/engineers (only) involved in installation supervision, pre-
commissioning, commissioning, start-up, testing work and training at site of Amine
Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System).
The boarding/lodging will be provided at Project Site. The transport will be provided at site
from and to nearest civil airport. Accordingly, supplier in this connection will ensure OGDCL
for on time arrangements of their expatriates, without making any arguments for security
reasons.

ix) The Third Party Inspection charges (by well reputed inspector) shall also be included in the
quoted prices. The scope of the pre-shipment inspection by a third party Inspector shall
generally cover the following;

• Review the detailed listing of the material & equipment being shipped by the supplier
and other relevant documents.
• Match the details given in the supplier’s list with other relevant documents.
• Physical inspection of material & equipment being shipped to verify its condition and
conformity with the supplier’s list & other relevant documents.
• Witness the loading and seal the container.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 12 of 17

The minimum requirement of third party inspection is presented as Annexure-XI, which will
be reviewed and approved after shop performance test.

Note: The pre-shipment inspection shall be carried out from the following approved 3rd party
inspectors viz.
a) M/S Lloyd’s,
b) M/S SGS,
c) M/S Velosi and
d) Moody International

x) Supplier shall also be responsible for completeness of supplies by inspecting the material
arrived at site before the installation of package at site by sending OEM’s representative(s)
and also participating inspection performed by OGDCL.

3.3 Documents Establishing Equipment Eligibility and Conformity to Tender Documents

– The Bidder shall furnish, as part of the Bid, documents establishing the eligibility and conformity
to the Tender Documents of the equipment, which the Bidder proposes to supply under the
Contract including a clause-by-clause commentary on the Technical Specifications demonstrating
the equipment substantial responsiveness to those specifications.

– The documentary evidence of the equipment eligibility shall consist of a statement in the
technical proposal about the country of origin of the equipment offered, which shall be
confirmed by a certificate of origin issued at the time of shipment.

3.4 Exception/Exclusion & Deviation


Bidders Proposals shall clearly state in a section clearly devoted for this purpose all
exceptions/exclusions to the requirements of these Instructions to Bidders including Form and
Conditions of contract. For deviations or departure from technical specifications contained in the
Tender document a list of such deviations should also be filled in Deviation form given in Annexure –
XII. Any deviation/exception/exclusion found elsewhere (stated other than deviation list) shall not be
considered and subject to automatic deletion/adherence with Tender Document if found, non-
compliance in this regard may lead to rejection of bid.

3.5 Bid Price


The Contract shall quote on lumpsum fixed price basis with full responsibility for design, fabrication,
supply and commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System
and D-min Water System).

The prices shall be for complete scope and obligations detailed in this Tender Document. The quoted
prices shall be firm and fixed for the Contract performance period and shall not be subject to
escalation on any account.

The prices shall be quoted by the Bidder shall be in US Dollars (applicable for foreign bidder) or Pak
Rupees (applicable for local bidder).

The prices shall include all duties/taxes and levies payable on equipment, machinery and other
items/services being supplied under the Contract in country of origin or exporting country and Supplier
will assume full and exclusive liability on this account.

3.6 Bid Validity

3.6.1 The bid shall remain valid for one hundred and twenty (120) calendar days after the date of bid
opening prescribed by OGDCL. A bid valid for a shorter period may be rejected by OGDCL as non-
responsive.

3.6.2 In exceptional circumstances, OGDCL may solicit the bidder's consent to an extension of the period of
validity. The request and the response there to shall be made in writing (by telefax or email). The bid
bond provided under Instruction 3.7 shall also be suitably extended. A bidder may refuse the request
without forfeiting its bid security. A bidder granting the request will not be required nor permitted to
modify its bid.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 13 of 17

3.7 Bid Bond

3.7.1 The Bidder shall furnish, as part of its Bid, a Bid Bond of an amount of US$ 40,000 or equivalent in
Pak Rupees.

3.7.2 The Bid Bond is required to protect OGDCL against the risk of Bidder’s conduct which would warrant
the Bid Bond encashment pursuant to Instructions given in following paragraphs.

3.7.3 The Bid Bond shall be denominated in US$ or equivalent in Pak Rupees, and shall be in form of a bank
guarantee issued by a Scheduled Bank in Pakistan or any international bank operating in Pakistan
acceptable to OGDCL, in the form provided in the Tender Document and valid for 150 days counting
from day of bid opening.

3.7.4 Any Bid not accompanied with the Bid Bond of required amount shall be rejected by OGDCL as non-
responsive.

3.7.5 Unsuccessful Bidder’s Bid Bond will be discharged/returned as promptly as possible, but not later
than 30 days after the expiry of the validity period of Bid Bond.

3.7.6 The successful Bidder's Bid Bond will be discharged upon the Bidder's executing the Contract, and
furnishing the Performance Bond, pursuant to Instruction 6.5.

3.7.7 The Bid Bond may be encashed:


i) If a Bidder withdraws its Bid during the period of Bid validity specified by the Bidder on the Bid
Form; or
ii) in the case of a successful Bidder, if he fails:
– to sign the contract.
– to furnish Performance Bond in accordance with the Tender Document.
– In case documents were found forged etc at any stage

3.7.8 The Bidders must particularly note that in case of submission of forged Bid Bond they will be liable to
severe punitive action by OGDCL leading to Black Listing in addition to any other legal action, which
shall be initiated against such Bidder.

3.8 Format and Signing of Bid

3.8.1 The Bid comprising Technical and Commercial Proposals with accompanying documents and clearly
marked ‘Original Bid’, plus two (02) copies must be received by OGDCL at the date, time and place as
specified. In the event of any discrepancy between the original and the copy, the original shall
govern.

3.8.2 The original and copies of the Bid shall be typed or written in indelible ink and shall be signed and
stamped by a person or persons duly authorized to sign on behalf of the Bidder. All pages of the Bid
shall be initialed by the authorized person or persons. Proof of authorization shall be furnished in the
form of authorization letter on original letterhead of the Bidder signed by President, Chief
Executive/Chief Operating Officer and Managing Director of Company/Corporation.

3.8.3 The Bid shall contain no interlineations, erasures or over-writing except as necessary to correct errors
made by the Bidder, in which case such corrections shall be initialed by the person or persons signing
the Bid.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 14 of 17

4.0 SUBMISSION OF BID

4.1 Sealing and Marking of Bids


4.1.1 For the submission of Bid as stated earlier in this document a two stage – two Envelope Bidding
procedure shall be adopted. Technical and Commercial Bid proposals shall be submitted in separate
envelope. Both the envelopes should then be put in one sealed envelope as described below.

4.1.2 The Original Technical (alongwith soft copy CD) and Commercial Bids (soft copy not required) shall be
separately packed in an inner envelope marked as Technical (Original) or Commercial (Original) Bids
as the case may be; each inner envelope shall be sealed in an outer envelope, which shall also be
marked. Copies of the Technical and Commercial Bids shall be sealed and marked in separate inner
and outer envelopes.

4.1.3 The outer sealed envelope shall be addressed to:


Manager (SCM) Foreign C/o Regional Coordinator
Regional Office, Shafi Chambers, Club Road,
Karachi Pakistan
Tele: 021-99203607

BID FOR DESIGN, FABRICATION, SUPPLY AND COMMISSIONING OF AMINE SWEETENING UNIT
COMPLETE UNIT WITH ACID GAS FLARE SYSTEM AND D-MIN WATER SYSTEM FOR JHAL MAGSI
DEVELOPMENT PROJECT

TENDER ENQUIRY NO. PROC-FD/CB/PROJ/0366/2012

DO NOT OPEN BEFORE 15:00 HRS, FEBRUARY 24, 2012

4.1.4 The sealed envelope shall indicate the name and address of the Bidder to enable the bid to be
returned unopened in case it is declared LATE.

4.1.5 OGDCL will not be held responsible for the premature opening or misplacement of any Bid not clearly
marked and addressed in accordance with Instruction 4.1.3.

4.2 Deadline for Submission of Bids


4.2.1 Bids must be received by OGDCL at the address specified under Instruction 4.1.3 not later than
February 24, 2012 at 14:30 Hours local standard time.

4.2.2 OGDCL may, at its discretion, extend this date for the submission of Bids by amending the Tender
Document in accordance with Instruction 2.3 in which case all rights and obligations of
OGDCL/Engineering Consultant and Bidders will extend likewise.

4.3 Late Bids


Any Bid received by OGDCL after the February 24, 2012 at 14:30 Hrs local standard time prescribed by
OGDCL, pursuant to Instruction 4.2 shall be rejected and returned unopened to the Bidder.

4.4 Modification and Withdrawal of Bids


4.4.1 The Bidder may modify or withdraw its Bid after the bid's submission, provided that written notice of
the modification or withdrawal is received by OGDCL prior to deadline prescribed for submission of
the Bids.

4.4.2 The Bidder's modifications or withdrawal notice shall be prepared, sealed, marked and dispatched in
accordance with the provisions of Instruction 4.1. A withdrawal notice may also be sent by fax or e-
mail but followed by a signed confirmation copy, postmarked not later than the deadline for
submission of the Bids.

4.4.3 No Bid shall be modified subsequent to the deadline for submission of the Bids.
4.4.4 No Bid shall be withdrawn in the interval between the date for submission of Bids and the expiry of
the period of Bid validity specified by the Bidder on the Bid Form. Withdrawal of a Bid during this
interval may result in encashment of Bid Bond under Instruction 3.7.7.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 15 of 17

5.0 BID OPENING, CLARIFICATIONS AND EVALUATION

5.1 Bid Opening


OGDCL will first open Technical Bids, in presence of Bidder’s representatives who choose to attend,
at 15:00 Hours on February 24, 2012 at the following location:

Manager (SCM) Foreign C/o Regional Coordinator


Regional Office, Shafi Chambers, Club Road,
Karachi Pakistan
Tele: 021-99203607

The Bidder’s representatives who are present shall sign a register evidencing their attendance.

The Commercial Bids of technically responsive bids will be opened on above location in presence of
Bidder’s representatives who choose to attend. The date and timings of opening of commercial bids
will be intimated to relevant Bidders.

5.2 Clarifications of Bids


5.2.1 OGDCL/Engineering Consultant may ask Bidders individually for clarifications of their Bid during the
process of examination, evaluation and comparison of Bids under intimation to Procurement
Department. The request for clarifications and the response shall be in writing.

5.2.2 If as a result of any clarification sought by OGDCL/Engineering Consultant some changes are made in
Scope of Work or technical specifications and/or bidder(s) willing to meet the tender requirement are
allowed to submit their revised Technical Proposal and supplementary Commercial Proposal,
according to the technical requirement, as per instructions given in Section 4.1 of Instructions to
Bidders;

5.2.3 If bidder(s) not willing to conform their technical bid/proposal to the revised/tender technical
requirement shall be allowed to withdraw their respective bid(s) without forfeiture of their bid bond;

5.2.4 The additions/deletions will be opened alongwith the base commercial proposal and summation of it
will be made the total bid price for commercial evaluation purpose. However, OGDCL will reserve the
right during contract negotiation to restrict the lowest evaluated bidder to restrict to its original
prices in part/parts or in totality.

5.3 Evaluation of Bids


The evaluation of Bids shall be strictly on the basis of information provided in Technical and
Commercial Bids. Technical bids shall be evaluated first. After completion of technical evaluation,
commercial bids of technically qualified Bidders shall be opened and evaluated. The Technical
Evaluation will consist of following stages:
– Summary rejection of Bid
– Preliminary Technical Examination
– Detailed Technical Evaluation

The following paragraphs present coverage of each evaluation stage

5.3.1 Criteria for Summary Rejection of Bid


5.3.1.1 Bid not meeting the following mandatory criteria shall be summarily rejected without right of appeal:
– Bid must be prepared in English language.
– The Bid shall comprise of two separate proposals i.e. “Technical Proposal” and “Commercial
Bid/Proposal”. Two (02) copies each of Technical Bid/Proposal and Commercial Proposal shall
be prepared. One set marked “ORIGINAL” and the other sets marked “COPY”.
– Bid must be valid for “120” days from the Date of Bid Opening.
– Bid must be accompanied with a Bid Bond as specified in Clause 3.7 hereof.
– Bid must reach at the specified OGDCL address before “14:30” Hours on February 24, 2012.
– Bid must not be submitted in form of telex or telegram or fax.
– Bid must be on Company’s original letter head/pad.
– Bid must be quoted for complete Work.
– Bidding Form & Data Summary Sheet as per attached Format.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 16 of 17

5.3.2 Preliminary Technical Examination

The preliminary technical examination will focus on the following:

– Fulfillment of eligibility requirement as mentioned in Section 1.3 of ITB


– Past experience i.e. in design and manufacturing of similar units as required in section 3.2.1.1
(General) bullet ii & iii.
– Technical qualification & capability.
– The quoted priced is firmed/fixed and not based on any price adjustable formula/any
escalation
– Bid must be quoted for complete Scope. Conditional bid will be rejected.
– Financial strength & soundness.

Only those bids which will clear the preliminary technical examination will undergo detailed
technical evaluation.

5.3.3 Detailed Technical Evaluation


In detailed technical evaluation the technical bids will be thoroughly examined and evaluated with
the objective of assessing their compliance, completeness, conformity to the specifications,
warranty/guarantee and responsiveness to the requirements stipulated in the tender documents.
During examination the Bidders may be requested individually to respond to technical queries, and to
confirm technical aspects as per Section 5.2. The objective of this exercise shall also be to bring all
the Bids at par and acceptable level of conformity with the Scope of Work and tender requirements.
Only those bids which will clear the detailed technical evaluation will be considered for
commercial evaluation.

5.3.4 Commercial Evaluation


The commercial bids of only technically qualified Bidders will be opened for evaluation. The
commercial evaluation and price comparison will be based on the total of the price of the item A, B,
C, E, F, G, H, I, J & K as mentioned in the price schedule (Annexure-X) of this document.

In case the technically responsive and financially lowest bidder has also quoted the optional items,
the optional items will only be included subject to their price rationality and comparability.

The commercial evaluation will cover:


• Arithmetic errors in computation and summation shall be checked. The errors shall be
corrected in the following manner:

a) Where there is a discrepancy between amounts in figures and in words, the amount in
words shall govern and
b) Where there is a discrepancy between the unit rate and the total amount derived from the
multiplication of the unit rate and the quantity, the unit rate as quoted shall govern.
• Calculation of financial effect of:
− Completion period beyond the stipulated seven (07) months.
− Deviation in payment terms
− Any other exception/deviation which has financial implications.
The Bids whose delivery period is beyond seven (07) months an amount equivalent to one (1)
percent of total quoted price shall be added to respective Bidders price for each excess week.
• The effect of payment terms asked by the bidder other than those spelled out in ITB or In case
the information asked for is not provided by the Bidder as per requirement of ITB. OGDCL
reserves the right to use its own judgment in assessing the amount for loading/unloading the
respective head of the Bid.

With the addition of above effects to each Bidder’s total quoted price, the evaluated price shall
be arrived.

• The award will be recommended in favor of the Bidder whose price is lowest.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-II (Instructions to Bidders)
Sheet 17 of 17

5.4 Contacting OGDCL or Engineering Consultant

5.4.1 Subject to Instruction 5.2 no Bidder or his agent shall contact OGDCL or Engineering Consultant on any
matter relating to its Bid, from the time of the Bid opening to the time the Contract is awarded.

5.4.2 Any effort by Bidder to influence OGDCL or Engineering Consultant in its Bid evaluation, Bid
comparison or Contract award decisions may result in the rejection of the Bidder's Bid.

6.0 AWARD OF CONTRACT

6.1 OGDCL’s Right to Accept any Bid and to Reject any or all Bids
OGDCL reserves the right to accept or reject any bid or part of a bid and to annul the bidding process
and reject all bids at any time prior to award of Contract, without thereby incurring any liability to
the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the
grounds for OGDCL’s action.

6.2 OGDCL’s Right to Vary the Scope of Contract


OGDCL reserves the right at the time of award of Contract to make addition and deletions in any
component of scope of work or vary the scope of work given in the Tender Document.

6.3 Notification of Intent to Award

6.3.1 Prior to the expiration of the period of bid validity, OGDCL will notify the successful Bidder in writing
by fax or courier service its intent to award the contract. The Contract will be executed subject to
satisfactory negotiation of the terms and conditions of the Contract.

6.3.2 Upon the successful bidder’s furnishing of Performance Bond pursuant to Instruction 6.5, OGDCL will
promptly notify each unsuccessful bidder and will discharge its Bid Bond pursuant to Instruction 3.7.5.

6.4 Signing of Contract

6.4.1 At the same time as OGDCL notifies the successful Bidder of its intent to award the Contract, OGDCL
will send the Bidder the Form and Conditions of Contract (Section – IV & V) provided in the Tender
Document, incorporating all agreements between the parties.

6.4.2 Within fifteen (15) days of receipt of the Form and Conditions of Contract the successful bidder will
be required to sign the Contract and return it to OGDCL.

6.5 Performance Bond

6.5.1 Within ten (10) days of the receipt of notification of intent to award the Contract from OGDCL, the
successful Bidder shall furnish a Performance Bond in the Form of Bank Guarantee (Annexure – XIII)
for an amount of US$ (for foreign bidders) or Pak Rupees (for local bidder) ten (10%) percent of the
Contract Price as a guarantee for the due and faithful performance of the Contract. The said
Performance Bond shall be valid upto twelve (12) months from the date of completion of performance
test of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water
System) or Twenty Four (24) months from the date of shipment, whichever occurs first. The
performance Bond shall be issued by a Pakistani Scheduled Bank or an International Bank operating in
Pakistan and acceptable to OGDCL.

6.5.2 Failure of the successful Bidder to comply with the requirements of Instruction 6.4 or 6.5 shall
constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Bond, in which
event OGDCL may make the award to the next lowest evaluated Bidder or call for new Bids.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
LIST OF ANNEXURES

ANNEXURE – I : CORPORATE & FINANCIAL INFORMATION

ANNEXURE – II : RELATED PROJECTS BEING EXECUTED

ANNEXURE – III : RELATED PROJECTS EXECUTED DURING LAST SEVEN (07) YEARS

ANNEXURE – IV : HSE DETAILS

ANNEXURE – V : TECHNICAL SUPPORT SERVICES

ANNEXURE – VI : BID BOND

ANNEXURE – VII : FORM OF TENDER OR BIDDING FORM

ANNEXURE – VIII : DECLARATION

ANNEXURE – IX : DATA SUMMARY SHEET

ANNEXURE – X : BID PRICE SCHEDULE

ANNEXURE – XI : SCOPE OF THIRD PARTY INSPECTION

ANNEXURE – XII : DEVIATION FORM

ANNEXURE – XIII : PERFORMANCE BOND FORM


Instructions to Bidders
Sheet 1 of 2

ANNEXURE-I

FORMAT OF CORPORATE & FINANCIAL INFORMATION

PART – I
GENERAL INFORMATION

1. Name (Full Company Name):

• Postal Address :
• Telephone:
• Facsimile:
• e-mail:
• Website Address:

1.1 Has the Company operated under any other name? If yes please give name, date of
change and reason for change.

2. Type of Entity/Firm:
• Corporation/Stock Company
• Public Limited
• Private Limited
• Partnership
• Proprietorship

3. Shareholders information/pattern with names and addresses of majority shareholders.

4. Place of Incorporation/Registration:

5. Year of Incorporation/Registration:
(Please provide copies of Incorporation/Registration Certificates and Memorandum &
Articles of Association)

6. Company’s National Tax No.

7. Company’s Core Business Areas and their annual sales revenue/earnings during last five (5)
years.

8. Name & Address of Owners/Directors

9. Registration with Pakistan Engineering Council (PEC) as Contractor. Please provide copy of
membership certificate issued by PEC.
Instructions to Bidders
Sheet 2 of 2

PART – II
FINANCIAL STRENGTH

1. Provide details with regard to the financial standing of the applicant including copies of last
three (3) years Audited profit & loss account and balance sheet. Also, please fill the
financial summary as per below table;

Years
S. No. Description
2008 2009 2010

1 Sales Revenue

2 Paid Up Capital

3 Profit Before Tax

4 Profit After Tax

5 Current Assets

6 T. Asset

7 Owner Equity

8 Long Term Debt

9 Current Liability

10 Total Liabilities

2. Bank(s) credit worthiness certificates (Latest Period) of applicant organization and


available credit ceiling/limits with Account Number/Title.

3. Detail record with regard to litigation/arbitration proceedings or any other dispute related
to project undertaken/being undertaken by the Bidder their Sub-Contractors and Suppliers
(Specially with OGDCL it Joint Venture Partners or other public and private organizations
working in the Oil & Gas sector of Pakistan) during past five (05) years.

4. Any information including brochures, references and other documentary evidence of


technical qualification, capability and experience of the Applicant to execute the Project.

The undersigned on behalf of ___________ hereby declare that the statements made and the
information provided official herewith is complete, true and correct in every detail

_____________________
Signature Official Seal of the Company
Instructions to Bidders
Sheet 1 of 1

ANNEXURE – II

RELATED PROJECTS BEING EXECUTED

Sr. Name, Name & Country & Project Contract Value* Detailed Details of Equipment Details of Name of JV and Whether the
No. Description & Address of Year Comp- Description of Supplied (Including Qualification of their Project is on
Capacity of the Client letion Work, Scope & nature/type of Man-power Responsibilities Schedule? If
Project Period Foreign Local Total Respons- equipment, its value* Employed not, specify
ibilities** and origin/source) reasons for
Currency Currency delay and give
expediting
plans

(*) Please indicate name and unit of currencies.

(**) For example design engineering, procurement, manufacturing and commissioning.


Instructions to Bidders
Sheet 1 of 1

ANNEXURE – III

RELATED PROJECTS EXECUTED DURING LAST SEVEN (07) YEARS

Sr. Name, Name & Country Project Completion Contract Value* Detailed Details of Equipment Details of Name of JV Reason for
No. Description & Address of & Period Description of Supplied (Including Qualification and their Delay in
Capacity of the Client Year Work, Scope nature/type of of Manpower responsibiliti Project
Project Planned Actual Foreign Local Total & Responsib- equipment, its value* Employed es Comple-
Currency Currency ibilities** and origin/source) tion, if
applicable

(*) Please indicate name and unit of currencies.

(**)For example design engineering, procurement, manufacturing and commissioning.


Instructions to Bidders
Sheet 1 of 2

ANNEXURE - IV

HSE DETAILS

1- Do you have a formal written Safety Policy? YES NO

If yes, please attach a copy(s)

Is safety policy distributed to all employees and


posted at the offices? YES NO

2- Do you have a safety program manual ? YES NO

If yes, please state scope

3- Do documented procedures exist to support the safety manual? YES NO

If no, how is your safety program implemented?

4- Do you operate a formal review/audit of the safety program? YES NO

How are review/audit results identified, documented and implemented?

5- Do you hold regular safety meetings for all employees YES NO

If yes, how frequently do you hold these meetings ?

Weekly _________

Fortnightly _________

Monthly _________

Others __________ When? _________


_________

6- Do you hold regular safety inspection ? YES NO

If yes, please provide details.

7- What Type of employee training programs are in place?


Instructions to Bidders
Sheet 2 of 2

Is training delivered to subcontractors / vendors ? YES NO


Is training delivered to clients ? YES NO

8- How are accidents investigated and reports circulated to management? Give a copy of any report
if available.
Instructions to Bidders
Sheet 1 of 3

ANNEXURE – V

TECHNICAL SUPPORT SERVICES

Please indicate only the type(s) of work your company is involved and is capable of undertaking

1.0 TECHNICAL SUPPORT SERVICES

1.1 Mechanical Testing YES NO


1.2 Stress Analysis YES NO
1.3 Radiography YES NO
1.4 Ultrasonic Survey and analysis YES NO
1.5 Non-Destructive-Testing YES NO
1.6 Corrosion Inspection YES NO
1.7 Noise Survey and Analysis YES NO
1.8 Quality Inspection YES NO
1.9 Safety Inspection YES NO
1.10 Vibration Measurements and Analysis YES NO
1.11 HSE Inspection YES NO
1.12 Third Party Inspection YES NO
1.13 Skilled/Specialist Technical Support Services:
Mechanical YES NO
Civil YES NO
Quality YES NO
Safety YES NO
HSE YES NO
Pipeline YES NO
Others YES NO
1.14 Non Skilled Support Services YES NO

1.15 Vendor Assistance YES NO


Specify Vendors

1.16 Others YES NO

2.0 METALLIC PIPE INSTALLATION, COMMUNICATION AND


MAINTENANCE YES NO

2.1 Fabrication / Construction YES NO


2.2 Welding YES NO
2.3 Hot Tapping YES NO
2.4 Heat Treatment YES NO
2.5 Coating YES NO
2.6 Wrapping YES NO
Instructions to Bidders
Sheet 2 of 3

2.7 Hydraulic YES NO


2.8 Pipe Work Inspection YES NO
2.9 Others YES NO

3.0 MECHANICAL WORKSHOP FACILITIES YES NO

3.1 Machining YES NO


3.2 Welding YES NO
3.3 Heat Treatment YES NO
3.4 Steel Fabrication YES NO
3.5 Blasting YES NO
3.6 Metal Spraying YES NO
3.7 Electrolyte Coating YES NO
3.8 Hydraulic Testing YES NO
3.9 Valves Refurbishment YES NO
3.10 Others YES NO

4.0 INSULATION YES NO

4.1 Machining YES NO


4.2 Hot Insulation YES NO
4.3 Associate Insulation YES NO
4.4 Others YES NO

5.0 E&I WORKSHOP FACILITIES

5.1 Instrument / Erection / Installation / Calibration / Testing Equipment for following:


• Pressure YES NO
• Flow YES NO
• Level YES NO
• Temperature YES NO
• Concentration YES NO

5.2 Equipment for the following:


• Control Panel Installation YES NO
• Devices for testing, checking and
Calibration of control panel items YES NO
• Devices for cable laying, Meggering, etc. YES NO

6.0 ELECTRICAL WORKSHOP FACILITY

Electrical installations, Meggering, Testing devices for:

• Motors YES NO
• Bus Bar YES NO
• Control Modules YES NO
• Generator Control Panel YES NO
Instructions to Bidders
Sheet 3 of 3

• Alternator YES NO
• Gas Engines YES NO
• Power Cables YES NO

7.0 Testing Shop Facilities as per API 616 & ASME PTC 22 YES NO

Note: In case any service/facility is not available in-house but the company has standing arrangement to
outsource such service / facility please indicate with sufficient details.
Instructions to Bidders
Sheet 1 of 1

ANNEXURE – VI

BID BOND

Oil & Gas Development Company Limited,


OGDCL House, Jinnah Avenue,
Blue Area, Islamabad.

Dear Sir,

In consideration of M/S_____________________________________ herein after called “THE BIDDER” having


submitted the accompanying Bid and in consideration of value received form (the Bidder above), we hereby
agree to under take as follows:-

1. To make unconditional, immediate and forthwith payment of the sum of US$ 40,000 (United States
Dollars Forty Thousand Only) or Equivalent in PKR__________ (Pak Rupees……………………..only) upon
your FIRST and SIMPLE written demand without further recourse, question, query, deferment,
contestation or reference to the bidder, account party or any other person in the event of the
withdrawal of the aforesaid bid by the BIDDER before the end of the period specified in the Bid after
the opening of the same for the validity thereof or if no such period be specified, within 150 days
after the said opening or if the Bidder, having been notified of the acceptance of his bid by the
Company during the period of bid validity:

a) Fails, refuses or delays to execute the Contract in accordance with the instruction to
Bidders, or
b) Fails, refuses or delays to furnish Performance Bond in accordance with the instruction to
Bidders.

2. To accept written intimation(s) from you as conclusive, sufficient and final evidence of the existence
of a default of non-compliance, breach or default as aforesaid on the part of the BIDDER and to make
payment immediately and forthwith upon receipt of your FIRST and SIMPLE written intimation.

3. No grant of time or other indulgence to, or composition or arrangement with the BIDDER in respect of
the aforesaid Bid with or without notice to us shall affect this Guarantee and our liabilities and
commitments hereunder.

4. This is an independent and direct obligations guarantee and shall be binding on us and our successor
in-interest and shall be irrevocable.

5. The Guarantor Bank warrants and represents that it is fully authorized, empowered and competent to
issue this guarantee.

Yours faithfully,

(B A N K E R S)
Instructions to Bidders
Sheet 1 of 1

ANNEXURE – VII

FORM OF TENDER OR BIDDING FORM

Dated: _____________

TENDER ENQUIRY NO. PROC-FD/CB/PROJ/0366/2012

To

Oil & Gas Development Company Limited


Islamabad
Pakistan

Gentlemen,

1. Having examined the Conditions of Contract and specifications, the receipt of which is hereby
acknowledge, we, the undersigned, offer to Design, Fabrication, Supply & Commissioning of Amine
Gas Sweetening Package with Acid Gas Flare System and D-min Water System for Jhal Magsi
Development Project.

2. If our Bid is accepted we shall undertake – Design, Fabrication, Supply & Commissioning of Amine Gas
Sweetening Package with Acid Gas Flare System and D-min Water System for Jhal Magsi Development
Project within 07 months from the date of establishment of letter of credit by OGDCL.

3. If our Bid is accepted we shall obtain the Guarantee from a Scheduled Bank to jointly and severally
bind us equivalent to ten percent (10%) of estimated Contract price for due performance of the
Contract under the Terms of Performance Bond (Guarantees) as approved by you.

4. We agree to abide by this Tender for the period of one hundred and twenty (120) days from the date
fixed for opening the same and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.

5. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance
thereof, shall constitute a Binding Contract between us.

6. We understand that you are not bound to accept the lowest or any bid you may receive.

7. Our bid proposal do not contain any deviation or exceptions from the terms & conditions enunciated
in the tender documents.

Dated this ___________________ day of __________________________________, ______

Signature _______________________ in the capacity of _____________________________

___________________________________________________________ duly authorized to sign tender for and on

behalf of:

(NAME OF THE FIRM IN BLOCK CAPITALS)

Complete Address:

Telephone No.

Telex/Fax No.

Signature:

Witness:
Instructions to Bidders
Sheet 1 of 1

ANNEXURE – VIII

DECLARATIONS

(To be filled/signed/stamped/by the prospective bidder)

CONTRACT NO. ______________

i. Contractor/Seller/Supplier declares and affirms that the contractor/Seller/Supplier itself and,


directors, officers, employees and agents have not paid, nor have undertaken to pay, any direct or
indirect payment by way of any type of gratification, bribe, pay-off, kick-back, or unlawful commission,
valuable thing or any offer, or any authorization or promise to pay money or any things of value, in any
way or manner whether in rupees or in foreign currency and whether in Pakistan or abroad, no have
given or offered to give any gifts and presents in Pakistan or abroad, to any official or employee of the
purchaser or any other person while knowing that the payment or promise to pay will be passed on to an
official or employee of the purchaser corruptly to an official or employee of the purchaser corruptly to
influence purchaser, official act or decision or to secure an improper advantage in order to procure this
contract or retain business. The Contractor further undertake not to engage in any of these or similar
acts during the terms of this contract.

ii. The Contractors/Seller/Supplier hereby further declares and affirms that no association of the
Contractor/Seller/Supplier, Agent directors, officers exists with any party abroad and any agent in
Pakistan, who may have a direct or indirect conflict of interest with the purchaser, and fully
understands that the contract will become null and void and un enforceable in the event it is discovered
that such; a relationship was in existence at the time of entering into contract. The
Contractor/Seller/Supplier further under takes to immediately inform the purchaser if such a
relationship is established after signing of the contract and it will be up to the purchaser to terminate
the contract if so desired without any recourse or compensation or continue with it.

iii. Any such disclosure contrary to the above declaration and affirmations shall be material breach
resulting in termination of the contract forth with and the Contractor/Seller/Supplier Agent shall be
fully liable under, the governing laws of Pakistan, and shall also be responsible to make good any loss or
damage caused to the purchaser by such breach.

ON THE BEHALF OF SELLER


SIGNATURE & OFFICIAL SEAL
Instructions to Bidders
Sheet 1 of 1

ANNEXURE – IX

DATA SUMMARY SHEET

Following information regarding each item must be stated categorically:

NAME AND ADDRESS OF MANUFACTURER _________________________________


_________________________________
_________________________________
_________________________________

NAME AND ADDRESS OF BENEFICIARY OF L/C _________________________________


_________________________________
_________________________________
_________________________________

ADDRESS OF BANKER WITH ACCOUNT NO. _________________________________

COUNTRY OF ORIGIN _________________________________


PORT OF SHIPMENT/DESTINATION _________________________________
VALIDITY OF BID _________________________________
DELIVERY PERIOD _________________________________

AMOUNT OF BID BOND _________________________________

NAME AND ADDRESS OF LOCAL AGENT


IN PAKISTAN (IF ANY) _________________________________

CONFIRMATION THAT QUOTED PRICED IS FIRMED/FIXED AND NOT BASED ON ANY PRICE ADJUSTABLE

FORMULA/ANY ESCALATION. YES NO

CHECK LIST:

1. HAVE YOU QUOTED PRICE ON BOTH FOB/CFR YES NO

2. HAVE YOU COMPLETED THE BID PRICE SCHEDULE YES NO


ANNEXURE - X
BID PRICE SCHEDULE - DESIGN, FABRICATION, SUPPLY & COMMISSIONING OF AMINE SWEETENING UNIT
(Complete Amine unit including Acid Gas Flare System and D-min Water System)
JHAL MAGSI DEVELOPMENT PROJECT
Tender Enquiry No. PROC-FD/CB/PROJ/0366/2012
(Applicable for Foreign Bidder)
Unit Price Total Price Unit Price Total Price
(FOB basis) (FOB basis) (CFR basis) (CFR basis)
BID ITEM Qty.
US$ US$ US$ US$

A. Design, Fabrication & Supply of Amine Sweetening Unit

Provide price break-up of all major items of the package

B. Design, Fabrication & Supply of Acid Gas Flare System & D-min Water System

Provide price break-up of all major items of the package

C. Supply of Start-up and Commissioning Spares (Please provide separate item-wise priced list)

D. Supply of two years recommended spare parts (Please provide separate item-wise priced list)

E. Supply of Special Maintenance, Operational, Startup, Testing & Lifting Tools


(Please provide separate item-wise priced list)
F. Supply of Operational Consumables for initial charge for One year including selected amine solvent and other
lubricants (Please provide separate item-wise priced list)
G. Insurance Spares
(Any spares from the viewpoint of protection against serious or catastrophic failures of the plant and to avoid the uneconomical
shutdown due to the overhauling of equipment at OEM shop)
H. The Expenses on design review and HAZOP meetings and Shop Witness Testing for Control System FAT by OGDCL/
Engineering Consultant at Supplier’s offices/manufacturers works located outside Pakistan:
(As per details stipulated in Section-II (ITB), section 3.2.2.1 vi)

• Design Review Meetings:


Three (03) Visits each; for a duration of five (05) working days
Six (06) engineers each visits

• HAZOP Meeting
Eight (08) engineers for a duration of five (05) working days

• Shop Witness Testing for Control System FAT


One (01) visit for a duration of four (04) working days
Three (03) engineers
I. Pre-shipment Inspection (Third Party Inspection) lumpsum charges (As per details stipulated in Section-II (ITB) section
3.2.2.1bullet ix).

J. Lumpsum charges of Installation supervision, pre-commissioning, commissioning, start-up & Performance testing
(Please provide detailed breakup for the mandays involved, personnel and their respective experience in man-hour rates format for the
above services.)

K. Training of Operational Personnel at Plant (As per details stipulated in Section-II (ITB) section 3.2.2.1 bullet viii ).

GRAND TOTAL

Note:
1- The Vendor shall consider 45 man-days time for installation supervision at site.
2- The Vendor shall consider 30 days time for pre-commissioning, commissioning, start-up and performance testing activities with involvement of various discipline engineers (one commissioning, one mechanical, one
Instrument Engineer)
3- The commercial evaluation will be based on the total of the price of the item listed above as A, B,C, E, F, G, H, I, J & K.
ANNEXURE - X
BID PRICE SCHEDULE - DESIGN, FABRICATION, SUPPLY & COMMISSIONING OF AMINE SWEETENING UNIT
(Complete Amine unit including Acid Gas Flare System and D-min Water System)
JHAL MAGSI DEVELOPMENT PROJECT
Tender Enquiry No. PROC-FD/CB/PROJ/0366/2012
(Applicable for Local Bidder)

Unit Price Total Price Unit Price Total Price Taxes Total Price (Inclusive of Taxes)
(Ex-Works basis) (Ex-Works basis) (At Site basis) (At Site basis) (Please Indicate break-up (At Site basis)
BID ITEM Qty. PKR PKR PKR PKR of all the applicable taxes PKR
i.e. GST, FED etc.)

A. Design, Fabrication & Supply of Amine Sweetening Unit

Provide price break-up of all major items of the package

B. Design, Fabrication & Supply of Acid Gas Flare System & D-min Water System

Provide price break-up of all major items of the package

C. Supply of Start-up and Commissioning Spares (Please provide separate item-wise priced list)

D. Supply of two years recommended spare parts (Please provide separate item-wise priced list)

E. Supply of Special Maintenance, Operational, Startup, Testing & Lifting Tools


(Please provide separate item-wise priced list)
F. Supply of Operational Consumables for initial charge for One year including selected amine solvent and other
lubricants (Please provide separate item-wise priced list)
G. Insurance Spares
(Any spares from the viewpoint of protection against serious or catastrophic failures of the plant and to avoid the uneconomical
shutdown due to the overhauling of equipment at OEM shop)
H. The Expenses on design review and HAZOP meetings and Shop Witness Testing for Control System FAT by OGDCL/
Engineering Consultant at Supplier’s offices/manufacturers works : (As per details stipulated in Section-II (ITB), section 3.2.2.1
vi)
• Design Review Meetings:
Three (03) Visits each; for a duration of five (05) working days
Six (06) engineers each visits

• HAZOP Meeting
Eight (08) engineers for a duration of five (05) working days

• Shop Witness Testing for Control System FAT


One (01) visit for a duration of four (04) working days
Three (03) engineers

I. Pre-shipment Inspection (Third Party Inspection) lumpsum charges (As per details stipulated in Section-II (ITB) section
3.2.2.1 bullet ix).

J. Lumpsum charges of Installation Supervision, pre-commissioning, commissioning, start-up & Performance testing
(Please provide detailed breakup for the mandays involved, personnel and their respective experience in man-hour rates format for the
above services. )

K. Training of Operational Personnel at Plant (As per details stipulated in Section-II (ITB) section 3.2.2.1bullet viii).

GRAND TOTAL
Note:
1- The Vendor shall consider 45 man-days time for installation supervision at site.
2- The Vendor shall consider 30 days time for pre-commissioning, commissioning, start-up and performance testing activities with involvement of various discipline engineers (one commissioning, one mechanical, one Instrument Engineer)
3- The commercial evaluation will be based on the total of the price of the item listed above as A, B,C, E, F, G, H, I, J & K.
Instructions to Bidders
Sheet 1 of 2

ANNEXURE – XI

JHAL MAGSI DEVELOPMENT PROJECT


SCOPE OF THIRD PARTY INSPECTION FOR AMINE SWEETENING UNIT
(COMPLETE WITH ACID GAS FLARE SYSTEM AND D-MIN WATER SYSTEM)

TERMS OF REFERENCE

The scope for Open Box Pre-shipment inspection of one train of Amine Sweetening unit
Package to be carried out by third party inspector is outlined below:

- Coordinate with OEM/Amine unit packager for finalizing the Date and Place of
inspection.

- Review the detailed listing (will be provided by OEM/Amine unit Packager) of the
equipment, materials, tools, accessories, spare parts, and all other relevant parts
being shipped, Material Test Certificates, Purchase Order and other relevant
documents.

- Each equipment of Amine unit package shall contain following information with
unwashable paint.
a) Oil & Gas Development Company Ltd, Jhal Magsi Development Project.
b) Oil & Gas Development Company Ltd, Islamabad Pakistan.
c) Contract No.__________
d) L/C No.___________
e) Equipment No._____________
f) Case No.____________
g) Storing and handling instructions for fragile and perishable items.
h) Gross Weight (in metric tons)
i) Dimensions (length*width*height in metric system)
j) Place of Origin

- Verify the completeness of whole Amine unit package based on the final Packing
List provided by OEM/Amine unit Packager.

- Compliance check for safety standards of transportation/ shipment for Amine


Sweetening unit package.

- Physical check for any damages of whole Amine sweetening unit package.

- Instructions necessary for the storage of Amine sweetening package to maintain its
integrity at site and before startup.

- Integrity of exterior paint must be checked and ensured. Make sure that paint does
not contain Lead or chromates.

- All exterior surfaces except for corrosion resistant material shall be coated with
rust preventive material.
Instructions to Bidders
Sheet 2 of 2

- All interior surfaces shall be physically checked to ensure that no dust, oily
particles, welding spatters and other damaging particles reside there and those
surfaces shall be coated for rust prevention.

- All the flanges must be closed with some standard procedure.

- All the threaded openings must be secured with steel plugs and openings beveled
for welding shall be secured to prevent entrance of any moisture contents or dust.

- Centre of Gravity and lifting points must be marked clearly on all the
equipments/skids of Amine unit package.

- All the connections whether piping, component or electrical shall be thoroughly


inspected for their integrity.

- All the components being shipped separately shall be tagged with item and serial
number of the equipment for which it is intended.

- All the equipment and components of Amine unit package to be shipped shall
comply with Occupational Health and Safety Standards.

- Any connections dismantled for shipment purpose shall be match marked for ease
of assembly.

- Copy of installation manual must be shipped along with the equipments of Amine
unit package.

- Preparation of report in light of above inspection, applicable codes/ standards and


clearly identify the acceptance criteria.

- The inspection shall be carried out through the following inspectors only:

1. M/s Lloyds
2. SGS
3. Velosi
4. Moody International

The above scope covers the minimum requirement, any other check whether visual or
any other inspection procedure required to rd confirm the completeness of the Amine unit
Package will be the responsibility of the 3 party inspector.
Instructions to Bidders
Sheet 1 of 1

ANNEXURE – XII

DEVIATION FORM

Bidder: _________________________________ Date: ________________

List of Deviations:

Tender
Sr.
Title/Description of Deviation Document Proposed Change Remarks
No.
Reference
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20

Bidder’s Signature: _________________________

Affix seal of Bidder’s company:


Sheet 1 of 2
Instructions to Bidders

ANNEXURE – XIII

PERFORMANCE BANK GUARANTEE

Oil & Gas Development Company Limited


OGDCL House, Jinnah Avenue, Blue Area,
Islamabad, (Pakistan)

Dear Sir,

Ref; our Bank Guarantee No.____________________________ in the sum of ______________________________


Account_________________________ in consideration of you having entered into Contract
No._________________Dated__________________with____________________________________Called Contractor and in
consideration for value received from CONTRACTOR. We hereby agree and undertake as followings:

1. To make unconditional payment to you as called upon of (10%) ten percent of the Contract value of the contract price mentioned in
the said contract, on your written FIRST and SIMPLE demand without further recourse, question or reference to CONTRACTOR or
any other person in the event of default, non-performance or non-fulfillment by CONTRACTOR of his obligations, liabilities,
responsibilities under the said contract of which you shall be the sole judge.

2. The accept written intimation from you as conclusive and sufficient evidence of the existence of the default or breach as aforesaid
on the part of CONTRACTOR and to make payment immediately and forthwith upon receipt of your FIRST and SIMPLE written
demand.

3. This Performance Bond shall remain valid and in full force and effect upto ________ or issue of statement of discharge by your
authorized representative or return of original guarantee whichever is earlier.

4. DEMURRAGE DUE TO DELAY IN RECEIPT / NEGOTIATION OF ORIGINAL SHIPPING DOCUMENTS.

If clean documents are not negotiated within Negotiation Period allowed in Letter of Credit or documents are with held by Bank on
account of any discrepancy:

• If the Demurrage, if any incurred due to late negotiation of the Clean Documents and paid by OGDCL will be realized from the
beneficiary of L/C, by encashing this Performance Bond to the extent of demurrage amount. In case demurrage amount
exceeds the total value of this Performance Bond the balance amount will be payable by the beneficiary.

5. That no grant of time or other indulgence to, amendment in the terms of the Contract by Agreement between the parties, or
imposition or Agreement with CONTRACTOR in respect of the performance of his obligations under the said Agreement, with or
without notice to us, shall in any manner discharge or otherwise affect this Guarantee and our liabilities and commitments there
under.

6. This is an independent and direct obligation guarantee and shall be binding on us and our successors interest and shall be
Irrevocable.

7. This guarantee shall not be affected by any change in the constitution of the Guarantor Bank or the constitution of the Contractor.

8. The Guarantor Bank Warrants and represents that it is fully authorized, empowered and competent to issue this guarantee.

(B A N K E RS)
III – SCOPE & SPECIFICATIONS
OIL & GAS DEVELOPMENT COMPANY LIMITED
Job No.: 14-0102
Spec. No.: 0102-GA-8600
Sheets: 52

JHAL MAGSI GAS FIELD


DEVELOPMENT PROJECT

SCOPE OF WORK
FOR
AMINE UNIT PACKAGE

0 Issued for Bidding Jan, 23, 12 ATF SRA AHB MHQ MZW

A Issued for Review Jan, 16, 12 ATF SRA AHB MHQ MZW

REV. DESCRIPTION DATE ORIG CHKD APPR QA PM

ENAR Petrotech Services


(Pvt.) Limited
Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

TABLE OF CONTENTS
1.0  INTRODUCTION............................................................................................................................4 
1.1 Definitions............................................................................................................................................... 4 
1.2  Package Overview .................................................................................................................................. 4 
1.2.1  General .................................................................................................................................................... 4 
1.2.2  Scope........................................................................................................................................................ 5 
1.3  Company’s Intention.............................................................................................................................. 7 
2.0   CODES AND STANDARDS.....................................................................................................11 
2.1  Codes and Specifications...................................................................................................................... 11 
2.2  Order of Precedence............................................................................................................................. 11 
3.1  Package Description ............................................................................................................................. 12 
3.2  Equipment Layout, Operability and Maintainability ....................................................................... 12 
4.0  ENVIRONMENTAL DESIGN CRITERIA ................................................................................14 
4.1  General .................................................................................................................................................. 14 
4.2  Area Classification ............................................................................................................................... 14 
4.3  Site, Environmental & Utility Design Data ........................................................................................ 14 
5.0  SUPPLIER’S SPECIFIC RESPONSIBILITIES ........................................................................15 
5.1  Commissioning and Startup spares .................................................................................................... 16 
5.2  Startup and Commissioning Services ................................................................................................. 16 
5.3  Two Years Operational and Maintenance Spares............................................................................. 17 
5.4  On-Site Training of OGDCL Operating Personnel........................................................................... 17 
5.5   Standby Philosophy.............................................................................................................................. 17 
6.0  PACKAGE REQUIREMENTS....................................................................................................18 
6.1  Vessels, Columns & Exchangers ......................................................................................................... 18 
6.2  Piping & Valves .................................................................................................................................... 18 
6.3  Instrumentation.................................................................................................................................... 21 
6.4  Electrical ............................................................................................................................................... 24 
6.5  Safety and Relief Valves....................................................................................................................... 24 
6.6 Blow down ............................................................................................................................................ 27 
6.7  Structure & Lifting .............................................................................................................................. 27 
6.8  Painting & Corrosion Protection ........................................................................................................ 28 
6.9  Insulation for Equipment & Piping .................................................................................................... 29 
6.10  Equipment Tagging, Labeling & Nameplates.................................................................................... 29 
6.11  Packing, Preservation and Transportation of Material & Equipment............................................ 29 
6.12  Civil Design ........................................................................................................................................... 30 
6.13  Installation/Erection Works ................................................................................................................ 31 
6.15  DESIGN REVIEW MEETINGS AND HAZOP Study..................................................................... 31 

Doc. No. 0102-PU-8600 Page 2 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

6.16  Essential requirements......................................................................................................................... 32 


6.17  Materials ............................................................................................................................................... 34 
7.0  INSPECTION & TESTING..........................................................................................................35 
7.1  General .................................................................................................................................................. 35 
7.2  Inspection .............................................................................................................................................. 35 
7.3  Fabrication & Welding ........................................................................................................................ 35 
7.4  Inspection Methods and Acceptance Criteria.................................................................................... 35 
7.5  Hydrostatic Tests.................................................................................................................................. 36 
7.6  Skid Testing at Shop ............................................................................................................................ 36 
7.7  Pre-Commissioning, Commissioning & Startup Services................................................................. 37 
7.8  Assembled Package Test at Site .......................................................................................................... 41 
7.9  On Site Performance Test.................................................................................................................... 41 
7.10  Performance Guarantee....................................................................................................................... 42 
7.11  Mechanical Guarantee ........................................................................................................................ 42 
8.0  QA/QC & CERTIFICATION.......................................................................................................43 
8.1  Quality Assurance & Control.............................................................................................................. 43 
8.2  Certification & Manufacturing Records ............................................................................................ 45 
9.0  DOCUMENTATION.....................................................................................................................46 
9.3  Document Preparation Requirements................................................................................................ 49 
9.4  Transmittals.......................................................................................................................................... 50 
9.5  Use of the English Language ............................................................................................................... 50 
9.6  Document Sizes..................................................................................................................................... 50 
9.7  Scale Ratios ........................................................................................................................................... 50 
9.8  Quantities of Documents Required ..................................................................................................... 50 
9.9  Electronic Data ..................................................................................................................................... 50 
9.10  Manuals................................................................................................................................................. 51 
9.11  Document Numbering............................................................................................................................. 51 
10.0  ATTACHMENTS ..........................................................................................................................52 
10.1  Specifications ........................................................................................................................................ 52 
10.2  Plot plan ................................................................................................................................................ 52 

Doc. No. 0102-PU-8600 Page 3 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

1.0 INTRODUCTION
Oil & Gas Development Company Limited (OGDCL) is developing its Jhal Magsi Gas
Field City Jhal Magsi, District Jhal Magsi near Dera Murad Jamali, Balochistan
Province of Pakistan. OGDCL has engaged ENAR Petrotech Services (Pvt.) Limited
(ENAR) to carry out the Basic & detailed engineering for the Jhal Magsi Gas Field
Development Project as well as to provide the procurement assistance and the overall
project management consultancy of the project.

OGDCL has appointed ENAR Petrotech Services (Private) Limited (ENAR) as


Engineering Consultant for providing engineering, project management, procurement
assistance and site supervision consultancy services to ensure timely project completion
complying with technical specifications.

This document covers the basis of process design for the Detailed Engineering of the
“Amine Unit Package” at Jhal Magsi Gas Field Development Project.

1.1 Definitions
Terms used in this specification have the following meanings:

“Company” means “Oil and Gas Development Company Limited (OGDCL)”

“Engineering Consultant” shall mean “ENAR Petrotech Services (Pvt.) Limited”

“Supplier” means Entity with whom the Company will execute a Contract for supply of
equipment/material as per this document

“Project” means “Jhal Magsi Gas Field Development Project”

“Amine Unit Package” means “Complete Amine Unit including Acid Gas Flare System
and De-min Water System”

1.2 Package Overview

1.2.1 General
This requisition defines the requirements of modular based skid mounted “Amine unit
Package” complete with all instruments, piping and associated facilities, to be installed at
Jhal Magsi Gas Field Development Plant. The package skids, which support the equip-
ment, shall also support all other accessories, piping, instruments, control panel,
maintenance/access platforms, etc and shall be supplied in complete assembled condition.
However, columns shall be supplied in unassembled form but the interconnecting piping

Doc. No. 0102-PU-8600 Page 4 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

between skid and off skid equipment/columns shall be supplied by supplier considering
prefabricated spools with flanged connections. Minimum numbers of field weld joints are
required wherever necessary.

1.2.2 Scope
This specification define the requirements for “Amine Unit Package” and the
interconnecting piping complete with all necessary equipments, associated piping,
instrument and control system.
Following equipments are envisaged as minimum to be part of the Amine unit Package.
An indicative P&IDs of the whole package attached with this scope of work; the supplier
shall provide all the equipments and instrumentation, shown on the attached P&IDs, as a
minimum. Any equipment or item, besides the following equipments, required for the
safe and continuous operation of the unit shall also be in the scope of the Supplier and
supplier to incorporate if any additional equipment in the P&ID’s. The list of minimum
equipments required is mentioned below:

Heat Exchangers
400-EA1 Sour Gas Evaporative Cooler
400-EA2 Sweet Gas Evaporative Cooler
400-EA3 Lean Amine Evaporative Cooler
400-EA4 Amine Regenerator Condenser
400-E1A/B Lean/Rich Amine Exchanger
400-E2 Amine Regenerator Reboiler

Filter/Strainer
400-S1A/B Rich Amine Strainers
400-S2A/B Lean Amine Strainers
400-F1A/B Lean Amine Pre-Filters
400-F2 Carbon Bed Filter
400-F3A/B Lean Amine Post Filter
400-S3 Lean Amine Strainer

Pumps
Sour Gas Evaporative Cooler
400-P101A/B
Showering Pumps
400-P102A/B Sweet Gas Evaporative Cooler

Doc. No. 0102-PU-8600 Page 5 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Showering Pumps
400-P103A/B Lean Amine Booster Pumps
Lean Amine Evaporative Cooler
400-P104A/B
Showering Pumps
400-P105A/B Lean Amine Circulation Pumps
400-P106A/B Amine Regenerator Reflux Pumps
400-P107 Amine Charge Pump
400-P108A/B Amine Transfer Pumps
400-P109 Amine Sump Pump
400-P110A/B Flare Knockout Pumps
400-P111A/B De-min Water Supply Pumps

Tank
400-TK1 Amine Storage Tank
400-TK2 De-min Water Tank

Vessels/Columns
400-V1 Filter Coalescer Vessel
400-C1 Amine Absorber
400-V2 Sweet Gas K.O. Drum
400-V3 Rich Amine Flash Drum
400-V4 Lean Amine Surge Vessel
400-C2 Amine Regenerator
400-V5 Amine Regenerator Reflux Drum
400-V6 Amine Sump Vessel
400-V7 Flare Knockout Drum

Stack
400-ST1 Flare Stack

• Removal of Heat Stable Salts System


• Anti-foam Injection System
• Corrosion Inhibitor Injection System
• All field instrumentation & Control System

Doc. No. 0102-PU-8600 Page 6 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

1.3 Company’s Intention


It is the intention of Company to procure the “Amine Unit Package” based on
Specifications, Data Sheets, P&ID, and Plot Plan attached with this document. The
Supplier shall size the “Amine Unit Package” complete with all the equipments
mentioned above, associated piping, steel structure, insulation, painting, instrumentation
and control system etc. Preparation of the detailed fabrication drawings and get the same
approved from Company before taking up the fabrication, procure material, perform
mechanical design of vessels and piping, fabricate, paint, test and prepare for shipment,
shall also be included in Supplier’s scope. Supplier shall also obtain approval from
Company for procurement of components such as instruments, control system, control
valves, etc.

The whole unit shall be supplied skid mounted complete with all installed piping,
electrical and instrumentation items/cables; but the columns i.e. amine regenerator (400-
C2), Absorber (400-C1), regenerator condenser (400-EA4), & Lean amine cooler (EA-
117) can be supplied as field erected items. Inter skid piping and interconnecting piping
within the Amine Unit Package and flare & utility piping from the amine unit to the flare
tip shall be included in the supplier’s scope.

The “Amine unit Package” design shall be optimum in terms of minimizing: overall
Power Consumption, Regenerator Reboiler duty, loss of Amine from the process,
consumption of fuel gas and capital cost. Besides, the unit should operate trouble free
without foaming.

The Supplier shall supply all necessary Process Flow Diagrams (PFDs), Process &
Instrumentation Diagrams (P&ID's) and complete Heat and Material Balance (HMB) of
the entire unit on one recommended solvent (MDEA generic) of Complete “Amine Unit
Package”. The initial supply of amine solvent and two years operational makeup quantity,
required to make up the commissioning and startup losses, from supplier, is also included
under the scope of supply of the supplier. All commissioning spares and two years
operational recommended spares also part of the supplier scope. The Supplier shall also
supply startup, shutdown and operating philosophy of the Absorber and Regeneration
System, Acid Gas Flare System and De-min Water System. Following documents shall
also be supplied as minimum:

Doc. No. 0102-PU-8600 Page 7 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

• Material Selection Diagrams


• Utility Summary (including additive chemical consumptions)
• Hydraulics Calculations
• Flare load calculation for blow down and pressure safety valves
• Corrosion inhibitor requirement calculations
• Anti foam injection requirement calculations
• Full specifications and data sheets of all tagged items
• Detailed construction drawings for all pressure vessels
• Detailed fabrication drawings for all heat exchangers
• Detailed drawings for all pumps
• Detailed fabrication drawings for all tanks
• Detail design of control package
• Plot Plan
• Piping layouts
• Isometrics Drawings
• Platform/ladder detailed drawings
• Electrical drawings
• Instrument drawings (All data sheets, installation and junction box and panel
wiring drawings)
• List of operational consumables for initial charge up to 02 year.
• Commissioning, startup spares and list of 02 years operational spares
• List of Special tools and insurance spares (if required)
• Control system architectural drawings and detail drawings

The gas sweetening unit shall be designed and supply with flexibility to operate
recommended solvent MDEA (Generic) provided by Amine Suppliers, as mentioned in
the Datasheet of Amine Sweetening Unit 14-0102-DS-1701, without reduction in Plant
design capacity

Supplier shall supply the anti-foaming system for safe and continuous operation of Amine
Sweetening Unit. Type of anti-foaming system shall be selected by the supplier.

Amine drain, storage and make up (charging) system shall also be included in the supply.
The system shall include an Amine Sump tank, Storage tank, Charge pump, circulation
system, with instrumentation.

Doc. No. 0102-PU-8600 Page 8 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

De-min Water System containing Demin water treatment package, demin water tank , de-
min water supply pumps, instrumentation, interconnecting piping and all other
requirements for the safe & continuous operation shall also be provided as mentioned in
the Datasheet of De-min Water Treatment System 14-0102-DS-1702.

Moreover, Acid Gas Flare System containing flare stack, flare knock out drum, flare
knock out pumps, instrumentation, interconnecting piping and all other requirements for
the safe & continuous operation shall also be provided, as mentioned in the Datasheet of
Acid Gas Flare System 14-0102-DS-1703

The supplier shall also provide complete calculations for the corrosion inhibition
requirement of the package and shall also provide provisions for the corrosion inhibitor
injection; if necessary.

The supplier shall provide the complete filtration philosophy of the amine solvents and
incorporated in design. Supplier shall furnish all materials and equipment (including
initial charges of any lubricants and solvents, and chemicals if required), tools, and
consumable supplies required for the unit and shall make the complete engineering
fabrication and testing of the unit and accessories covered in this Scope of Work.

Heat stable salt removal facility shall be included in the design and supplied by Supplier;
if necessary.

Supplier shall be responsible for supplying first fill of selected Amine Solvent, and other
lubricants to be used in various equipments as identified during detailed engineering.

Supplier shall provide adequate shutdown arrangements in case of operational


abnormality within the Amine plant. Shutdown valves on gas circuit inlet and outlet of
associated equipments shall be provided for proper isolation in case of shutdown.

In case of Fire / ESD -1 on the whole plant, shutdown of amine plant shall be followed by
blow down of whole gas circuit as per API RP 520 & 521. Supplier to provide necessary
blow down valves and orifice as shown in the P&IDs provided with this document.
Supplier shall carry out and submit the relief and blow down study of Amine Unit
Package.

Doc. No. 0102-PU-8600 Page 9 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

The Supplier shall arrange package, pipe work including pipe rack and supports and
related instrumentation according to good industry and well-recognized practices, which
facilitates continuous operation and maintenance.

The area available for the installation of the package is shown in attached plot plan
(0102-PC-2201). The Supplier shall submit equipment general arrangement drawings in
2D and 3D models format for individual skid for Company/Engineering Consultant
review and approval prior to finalization of design.

The specifications given in the ITB are for individual Equipment / package. Supplier shall
check/verify and provides the integrated specifications for the complete Unit.

In addition to the above mentioned equipments; interconnecting piping, fittings, On-skid


piping, instruments, valves and all instrumentation and cables shall be required for the
aforementioned equipment/systems.

All instruments, control system, control valves, instrument cables connecting piping with
valves, electric components and structural platform/ladders shall be included in the
Supplier’s scope of supply as required. All inlet and outlet piping shall terminate at the
edge of common rack as shown in the plot plan with appropriately rated flanges.

All the rotary equipment should be installed on ground or easily accessible points so that
maintenance can be done easily.

All the Mechanical equipments should be of well known brands, so that spares can be
made easily available.

The Supplier shall ensure that all the components of the package are ‘BRAND NEW’.

Doc. No. 0102-PU-8600 Page 10 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

2.0 CODES AND STANDARDS

2.1 Codes and Specifications


The following codes and specifications will apply to all equipment furnished within the
Amine Unit Package.
ASME VIII, Div. 1 latest revision for shell and tube heat exchangers and pressure vessels
and additional for heat exchangers TEMA.

ASME, B31.3, Process piping

NACE MR 0175 /ISO15156

API - 676, Reciprocating Pumps

API - 610, Centrifugal Pumps

API - 661, Air Cooled heat Exchangers

API RP - 500 A, Classification of Locations for Electrical Installation

API – 520 Sizing, Selection, and Installation of Pressure-Relieving Devices in


Refineries

API – 521, Guide for Pressure-Relieving and – De-pressuring Systems

API – 537, Flare Details for General Refinery & Petrochemical Service.

API – 520, Sizing, Selection, and Installation of Pressure-Relieving Devices in Refineries

API – 521, Guide for Pressure-Relieving and – De-pressuring Systems

API – 6D, Specification for Pipeline Valves

API- Spec 12F Specification for Shop welded tanks

API- Spec 12D Specification for Fielded welded tanks

2.2 Order of Precedence


Any conflict between the codes and specifications defined above shall be brought to the
attention of Company/Engineering Consultant, in writing for clarification prior to any
action by the supplier. The most stringent requirements shall govern unless otherwise
stated in writing by Company.

Doc. No. 0102-PU-8600 Page 11 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

3.0 SCOPE OF SUPPLY

3.1 Package Description


Skid mounted equipment shall be complete with all necessary inside skid pipe work and
according to spec. for skid mounted equipment Doc No. 0102-GS-9504. No welding or
installation of inside piping should be required at the time of installation/erection. All the
on-skid piping should terminate at the edge of skid, in the form of flanges, couplings, etc,
as appropriate. Interconnecting pipe work between skids and standalone equipment will
be required in prefabricated sections with minimum number of field welds. The
prefabricated piping spool should require only erection in order to simplify installation
works and hence presence of supplier experts for installation work can be avoided. All the
instruments should be installed on the skid and wired to the junction box (also on the
skids).

The package P&ID (0102-PB-2101 to 0102-PB-2118) and the process data sheet are
attached with this specification. The P&IDs provided are intended to describe general
requirement of the package and to indicate supplier’s scope of supply, however, the
supplier shall be responsible to work out all details necessary for the safe and efficient
operation of the package to meet the desired objective.

3.2 Equipment Layout, Operability and Maintainability


The Supplier shall provide equipment layout and piping work according to good industry
and well recognized practices. Equipment shall be arranged in skid so as to facilitate op-
eration & maintenance and ensure free access to the equipments and provide escape
routes at the time of emergency.

The Supplier shall provide all information on space requirements for equipment layout,
handling and removal of components, to a point on or beyond the confines of the
package, where these can easily be lifted and handled by external and permanent lifting
equipment. The supplier shall also provide all information on any special handling proce-
dures or lay down area, which may be required and provide all special tools, support,
cradles and lifting frames for package maintenance purposes. Where such handling and
lifting arrangements is required, the supplier shall be responsible for the supply of fully
tested equipment and shall guarantee the performance and conformance with all
applicable codes and standards.

Doc. No. 0102-PU-8600 Page 12 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

It shall be the responsibility of the supplier to prepare overall equipment layout and
submit the same for Company review prior to finalization of drawings for fabrications.
This shall be done in a manner so that overall schedule of delivery cannot be affected. A
preliminary equipment layout shall also be required to be submitted by the Supplier at the
time of bid submission. Supplier shall ensure in his design the reliability of equipment
and ease of maintenance in order to establish operational availability for the design life.

The package unit shall be capable of meeting the performance requirements given in the
Process Data Sheet/Specifications.

Constructability will be a major consideration. All equipment designs shall take into
account shipping size limitations, the need for ease of site erection and minimum con-
struction duration.

Doc. No. 0102-PU-8600 Page 13 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

4.0 ENVIRONMENTAL DESIGN CRITERIA

4.1 General
Unless otherwise stated on the data sheets the package will be located in an open exposed
area.

4.2 Area Classification


All field instrumentation and electrical equipment shall conform to Class 1, Group C & D
and Division-1/ Division-2 locations.

4.3 Site, Environmental & Utility Design Data


Equipment shall be designed for outdoor location with utility & site conditions as given in
Site, Environmental & Utility Data refer to Annexure-1.

Doc. No. 0102-PU-8600 Page 14 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

5.0 SUPPLIER’S SPECIFIC RESPONSIBILITIES


This requisition covers the design, testing, supply, delivery, commissioning and smooth
and trouble free operation of “Amine Unit Package”. The package shall be furnished with
all necessary commissioning spares (where applicable), consumables, two (02) years
operational spares and four (04) sets of documentation in the form of operating manuals,
equipment dossier and other necessary spares and repair/maintenance procedures.

The Supplier's scope of work for the equipment package shall also include the following
as a minimum:
- Provision of all necessary documentation including detailed P&IDs showing all
necessary equipments, instrumentation and control system. Also supplier should
provide a comprehensive energy, heat and material balance for the system
tabulated on process flow diagrams of the unit considering MDEA (Generic)
solvent also mentioned in Datasheet of Amine sweetening unit, De-min Water
treatment unit and Acid Gas Flare System; 14-0102-DS-1701, 14-0102-DS-1702
and 14-0102-DS-1703 respectively. Bidder to also mention separately the time
based degradation/expiry of solvents.
- Provision of spares for two years of normal operation.
- Indication of all technical deviation/exception to this requisition and notifying
Company such deviation/exceptions.
- Equipment supply including design covering process & mechanical requirements
as indicated in this requisition.
- Preparation of equipment packaging and consideration of shipping arrangement
for ease of delivery in view of local transportation limitations.
- Provision of overall package guarantee, warranties and all required material
certification.
- Testing (hydraulic, pneumatic etc.) of equipment and piping. All Instruments shall
be calibrated. All electrical/instrument systems shall be checked for functional
operation.
- Testing (hydraulic, pneumatic etc.) of equipment and piping. All Instruments shall
be calibrated. All electrical/instrument systems shall be checked for functional op-
eration. Control system shall be completely configured for required operation.
- Protective coating/painting including preparation for shipment.
- Package HAZOP study

Any other activity not specified above, but essential to make the Amine Unit Package
safe and operational shall be undertaken by the Supplier.

Doc. No. 0102-PU-8600 Page 15 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Supplier shall additionally supply:

- Provision of set of special tools & lifting arrangement, if any.


- Spares for 2 years operation :
Supplier to submit the itemized list (un-priced) of recommended spare parts along
with technical bid and each item prices should be mentioned in commercial bid to
evaluate and decide for procurement of spares along with package. These spares
should be mechanical, instrument and electrical spares as well as chemical operational
spares, if any.
- Inspection and shop tests including witnessed tests.
- Development and provision of manufacturing schedule.
- Schedule of drawings / documentation.
- Manufacturing schedule
- Site training and commissioning.
- Training at manufacturing plant / operating gas plant.
- Inspection, witnessing by Company of skids during and after assembly.
- Complete weights and dimensions of skids.
- Guarantees.
- Access for inspection, witnessing by Company / Engineering Consultant of skids
during and after assembly.
- Supplier to provide software licenses/software key/Password and back up data along
with hardware (Laptop) for PLC based control system programming and HMI
programming and any other support if necessitated.

5.1 Commissioning and Startup spares


For all equipments, Supplier shall recommend and provide spare parts list needed for
commissioning and startup with the Bid as an essential requirement. Supplier must submit
the Price breakup for each spare in commercial document.

5.2 Startup and Commissioning Services


The Supplier shall provide the plant startup and commissioning services. The Supplier
shall submit the estimated days (not less than thirty (30) days) for the startup and
commissioning services. The supplier shall submit the price for the above in commercial
proposal on lump sum basis for following commissioning and startup activities:

• Commissioning of Amine Unit Package


• PLC/MMI Checkout and commissioning
• Start up

Doc. No. 0102-PU-8600 Page 16 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

• Performance Test

The supplier shall provide the detailed breakup for the man days involved, personnel
and their respective experience in man-hour rates format for the above services.

5.3 Two Years Operational and Maintenance Spares


Supplier shall recommend and provide spare parts list needed for two (2) years operation
with the Bid as an essential requirement. Supplier must submit the Price breakup for each
spare in commercial document. The spare must be in accordance with recommendation
by OEM of the supplied component. Recommended spares should take into account
related factors of item’s reliability, effect to equipment downtime upon production or
safety, costs of parts, and availability of equipment service facilities.

All spare parts furnished by Supplier shall be wrapped and packaged so that they will be
preserved in original as-new conditions of storage to be anticipated and shall be properly
tagged and coded so that later identification as intended equipment usage would be
facilitated. They shall be packaged separately, clearly marked as "Spare Parts", and
shipped at the same time as the equipment. Packing lists shall be furnished so that the
parts can be handled without uncrating if desired.

5.4 On-Site Training of OGDCL Operating Personnel


The Supplier shall provide the on-site training services for operation and maintenance for
all required disciplines to OGDCL personnel. The Supplier shall submit the estimated
days for the training. The supplier shall submit the price in commercial proposal on lump
sum basis. The supplier shall provide the training details with bid document.

5.5 Standby Philosophy


All rotary equipments shall be provided with a 2 x 100% standby.

Doc. No. 0102-PU-8600 Page 17 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

6.0 PACKAGE REQUIREMENTS

6.1 Vessels, Columns & Exchangers


Pressure vessels shall be designed, fabricated and tested to vessel code ASME Section
VIII, Div. 1. Refer to Specifications for Pressure Vessel Doc. No. 0102-VA-3000 for
detailed requirement in this regard. Radiography and PWHT of vessels shall be as per
ASME Section VIII, Div. 1.All high pressure vessels are needed to be U-stamped.

Shell and Tube Heat Exchangers shall be designed and fabricated to TEMA ‘R’ Code
with the pressure envelope being considered as a pressure vessel and complying with the
above. The design shall also be in accordance with Specification for Shell and Tube Heat
Exchanger Doc. No. 0102-EA-5500.

Vessel and column internals such as mesh pad, packing or trays if supplied loose then
supplier is responsible for providing detail drawings of installation with 10% spare
quantity of installation material.

Air Cooled Heat Exchanger shall be designed as per API 661. All Air cooler tubes shall
be Seamless tubes coupled with fins in accordance with Specification for Air Cooled Heat
Exchanger Doc. No. 0102-AEA-5900.

All material in the cold service shall be impact tested.

6.2 Piping & Valves


All interconnecting piping, between the package components shall be included in the
scope of supply. The piping, which have to be field erected will have additional length
and / or field weld provisions to be field fitted by others. Field welds to be determined, in
dialogue with the Company/Engineering Consultant, after the isometrics are issued.
Carbon steel piping for field erection will be primer painted.

All the pipe work shall be designed, tested and fabricated according to the ASME Code
B31.3. The design should facilitate ease of operation and maintenance. Suitable break
flanges and/or couplings should be provided for easy removal/re-installation of pipe work
for maintenance purposes. The Supplier shall ensure that all the pipe work (on-skid and
interconnecting) is free from any stress by carrying out Piping Flexibility Analysis using
renowned computation software (e.g. CAESAR II etc.). Supplier shall use his own piping
specifications for detailed engineering with full justification and those specifications shall
be approved by Company prior to use.

Doc. No. 0102-PU-8600 Page 18 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Piping shall be well supported on skid and on the rack for interconnecting piping. The
pipe supports shall be designed considering dead loads, live loads, dynamic loads due to
flow induced vibration and or pulsation, wind, shipping, etc. Pipe supports shall be so
designed to accommodate pipe movement due to thermal and pressure stresses and be
positioned such that piping structure (pipe rack, etc.) have a mechanical natural frequency
above 30Hz. Piping and equipment shall be sufficiently supported to prevent differential
settlement and undue forces and stresses in the piping or connected equipment.

All piping connections required to be interconnected with plant. Process and utility piping
shall be provided at the edge of the common Pipe Rack as shown in the plot plan. All
drain and flare connection shall be piped to common headers which further require to be
connected with the plant header.

Design and supply of the piping supports, outside of the skids and within the battery limit
shall be supplier’s responsibility. Location and specifications of these supports shall be
indicated on the general arrangement drawings and isometrics. These supports can be
supplied loose for field installation by others.

The NDT and Inspection plan shall be submitted by Supplier and agreed upon by
Company prior to its finalization. Following are the minimum requirement for NDT for
pipe work anticipated by the Supplier:

- 100% radiography of total butt-welds joints of each line/specification for all Piping.
- UT/PT/RT/MPI for all other type of joints as per Suppliers standards.

Supplier shall furnish the catalogues of valves and all piping special items, such as spring
supports, expansion bellows, restriction orifices, safety relief valves etc. after LOI.

All process piping and utility piping shall be radiographed. PWHT shall be performed for
all process and utility pipes having thickness above 19mm. PWHT will also require for
all piping weld joints wherever NACE MR 0175/ISO 15156 is applicable to achieve the
NACE hardness requirements of weld material and HAZ area.

All the closed drain and Oily water underground/above ground piping (if any) within the
Amine Unit Package shall be in Supplier’s scope. Supplier shall terminate these piping
works at the Amine Unit Package battery limit. Company shall identify the locations of
tie-ins of these pipe works during detailed engineering stage.

Doc. No. 0102-PU-8600 Page 19 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Piping of Demin water treatment package shall be of Galvanized carbon steel. However,
Material of construction for vessels and tanks for the Demin water treatment package will
be selected by Supplier which shall be approved by the Company prior to fabrication.

Doc. No. 0102-PU-8600 Page 20 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

6.3 Instrumentation

The supplier’s scope of work for instrumentation shall be as follows:

The scope shall cover the supply of all Field Instrumentation, Junction Boxes, Instrument
Cables, Communication Cable and Cable Glands suitable for Class 1 Div 2, Group C & D
as mentioned in General Instrumentation Specification for Package Instrumentation
(0102-ISP-6026).

The packaged instrumentation shall be supplied pre-installed and pre-wired to skid


junction boxes of the package. If any instrument / junction box related to packaged units
have to be supplied separately then supply of complete installation material and details
documents, drawings etc. shall also be included in scope of supply.

All field instruments shall be installed as per the latest codes & standards and best
engineering practices.

All the instrumentation cables and cable glands between field instruments and Junction
Boxes/Control Panel and all shall be supplied by Package Supplier. Cable Glands shall be
compatible with the type of cables.

The cable shall be direct buried type, twisted pair, shield armored. They can also be laid
on cable trays. In case of cable tray layout, cable tray fittings and supports shall also be
provided by the Supplier.

All cables provided by package Supplier shall be in accordance with EN-50288-7 and
shall be flame retardant.

All the Junction Boxes shall be increased safety (Ex ’e) type suitable for Class 1 Div 2,
Group C & D and shall have weather protection of IP 65.

All the electronic instruments shall be 4-20 mA, 24VDC Smart HART type, Flame Proof
(Ex ‘d’ type), suitable for Class 1 Div 2, Group C & D and shall have weather protection
of IP 65 as mentioned in General Instrumentation Specification for Package
Instrumentation, document no. 0102-ISP-6026-0, Section 3.0

The control panel should be Hazardous Area classified suitable for use in Class 1 Div 2
environment. Control Panel shall be NEMA 4X certified.

NOTE: The purge or pressurized (Ex ‘p’) type panel shall not be acceptable.

Doc. No. 0102-PU-8600 Page 21 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

The Fire & Gas Detectors for Amine Package shall be provided as per specification
mentioned in General Instrumentation Specification for Package Instrumentation,
document no. 0102-ISP-6026-0, Section 3.9.11.
Supplier shall supply below mention Fire and Gas Detectors as minimum:

Gas Detectors: Two (02 Nos.) for each Pump


Flame Detectors: Fifteen (10 Nos.)
H2S Detectors: Fifteen (10 Nos.)

The Fire and Gas detectors shall be suitable for Class 1 Div 2, Group C & D environment
and shall have weather protection of IP 65. Supplier shall interface Fire and Gas detectors
with Amine Control System in field.

Supplier shall provide separate I/O modules for field instruments and F&G detectors.
Configuration of F&G Detectors and other field instruments on same I/O module shall
not be acceptable.

If a separate machinery protection system (temperature, vibration etc) is proposed for


motors/pumps etc then the system shall be installed local field panel and shall be suitable
for Class I, Div 2 environment and probes / detectors shall be connected to it. The data
shall also be monitored by the Amine plant workstation.

The Amine Package along with Demin Water System and Acid Gas Flare System, shall
be controlled by redundant PLC based Amine control system which shall be self-
sufficient, requiring no additional equipment for control / monitoring purpose of these
units. Complete instrumentation, controls, alarms and shutdowns for above mentioned
Package which shall be controlled by redundant PLC based control system. This shall be
interfaced with MMI, operator workstation in control room.

Control System as described in the Specification for package Control System (0102-ISP-
6031) shall be as minimum requirement for package skid and also refer to Schematic
Diagram for Amine Sweetening Unit Control System (0102-ICD-6304)

The Amine Unit Package Control System shall comprise of:

a) Redundant PLC Controllers

Doc. No. 0102-PU-8600 Page 22 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

b) PLC Analog, digital, thermocouple and pulse type input/output modules

c) Instrument and Control Cables

d) Redundant Communication Equipments and Cables

e) Redundant Power Supply Units

f) One no (1 no) Operator Workstation and Laptop (installed in CCR)

g) Licensed Configuration Software for workstations & laptop etc.

h) Input / Output Marshalling Cabinets etc.

i) Modbus RS 485 Serial and Ethernet ports for interfacing with Plant Control System.

Amine Unit Control system shall be used for controlling of amine sweetening unit
instrumentation as well as controlling and monitoring of Demin Water System and Acid
Gas Flare System. The Supplier shall be responsible for interfacing of Amine control
system with Acid Gas Flare System, Demin Water System via Modbus RS 485 and
through Hardwired for complete monitoring and controlling of these packages.

Data of above mentioned packages shall also be available at operator workstation in


control room for complete monitoring and controlling purpose. The supplier shall provide
necessary interfacing / communication hardware and cables for the interfacing of Amine
Control System and Operator Workstation with Demin Water System and Acid Gas Flare
System.

Dual 220V AC supply shall be provided to the panel from UPS. The supplier shall
provide conversion to any other voltage levels as per its requirements.

Supplier shall supply all special tools, any hardware or software and test equipment
required for installation and startup.

Complete documentation for amine package including Acid Gas Flare System, Demin
Water System shall be provided by the supplier as mentioned in General Specifications
for Package Instrumentation and Specification for Amine Package Control System.

Doc. No. 0102-PU-8600 Page 23 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

6.4 Electrical

Below mentioned are the minimum design requirements for the electrical system of the 
Amine  sweetening  package.  The  Supplier  /  Vendor  may  enhance  these  minimum 
requirements  for  safe  and  reliable  operation  of  the  supplied  package.  The  Supplier  / 
Vendor shall provide the list (including details) of all electrical equipment to be supplied 
with the package. 
 
6.4.1  The electrical equipment supplied by the Supplier shall be suitable for following 
available power supply 
 
a) Power Generation   
400V, 3‐Phase, 50Hz, 4‐Wire 
 
b) Low voltage Distribution 
400V, 3‐Phase, 50Hz, 4‐Wire 
 
c)  Lighting/Sub‐distribution   
230V, 1‐Phase, 50Hz, 3‐Wire 
 
d) Instrumentation and controls (from UPS) 
230 Vac, 50 Hz, single‐phase 
 
For voltage levels other then those mentioned above the Supplier shall be responsible to 
provide the voltage transformation system in its package. 
 
6.4.2 Maximum supply voltage and frequency variations shall be as follows: 
 
a) Steady state voltage variation        +5% (AC Supplies) 
 
‐10% +15%  (DC Supplies) 
 
b) Frequency variation          +2% 
 
 
 
 
 

Doc. No. 0102-PU-8600 Page 24 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Supplier  scope  of  work  will  include  but  not  limited  to  the  selection  of  electrical 
equipment  suitable  for  environmental  &  hazardous  area  requirement  and  as  required 
for the entire package including switchgear / MCC, electric  motors,  electric  heaters, 
junction  boxes,  distribution boxes, skid lighting & earthing material etc. i.e all the
distribution & utilization equipment, interconnecting power, control, lighting, earthing
cables, Complete in all respects shall be in the scope of supplier supply.

The switchgear / MCC shall be installed in MCC room, the estimated length from MCC
room to Amine system is 200meters. The incomer for Switchgear/MCC shall be supplied
by the client.

The Supplier shall provide Schematic wiring diagram, data sheets, performance curves
and all other information / details regarding package electrical equipment.
The supplier shall select suitable starting method Direct Online DOL / Star Delta /
Variable Speed Drives (VSD) or Soft starter for higher rating motors as given bellow.

Supplier to provide complete information for interface with PLC control system, Signal
communication like Run/ Stop, command from plant control system ON/ Off/ fault status
with volt free contact, running feedback, current monitoring, any analog signal
communication with plant control system like speed variation etc. interconnecting control
cables Complete in all respects shall be in the scope of supplier supply.

Supplier package electrical equipment shall be fully pre wired however, Power and
control cables outside package battery limits shall be procured by OGDCL, List of all
such electrical cables to be provided by Supplier.

All electrical equipment shall have a finish resistant against sea water vapors and
“Chemical and Hydrocarbon plant corrosion.”
 
The Supplier shall provide adequate lighting fixtures to illuminate all the skid equipment
in accordance with area classification (Class 1, Group C & D and Division-1/ Division-2
locations). The lighting shall be fluorescent lighting fixture with suitable protection in the
form of cage, etc. and operate at 230 VAC, Single-Phase, 50 Hz. Supplier to provide
lighting material like lighting fixtures, JBs and cables with installation accordingly. All
details in this regard to be provided by the Supplier.

The Supplier shall provide adequate two No of industrial power socket of the following
ratings each on skid.
Three Phase, 400V, 50 Hz, 5 Pin 63 Amp: 01 No.

Doc. No. 0102-PU-8600 Page 25 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Single Phase, 230V, 50Hz, 3 Pin 32 Amp: 01 No.

The Supplier shall provide adequate two No of spares of the following ratings each.
63 Amps four pole MCCB 400V, 50Hz
32 Amps two pole MCB 230V, 50Hz
The package electrical equipment supplied by the Supplier /
Vendor shall be suitable for direct cable connection to the equipment junction/terminal
box. All the electrical equipment shall be internally pre wired by the Supplier / Vendor

Requirement of electric heat tracing to be determined by Supplier and provide heat


tracing material like power supply, JBs, cables accordingly. A single phase 230 Vac 
power supply can be made available by Purchaser to be connected at the Supplier main
heat tracing Junction box (JB). All details in this regard to be provided by the Supplier.

Terminal boxes shall provide ample space for connecting the cables. In view of the
maximum acceptable voltage drop, the prescribed cable size can be larger than considered
normal by the Supplier. A larger connecting box than the Suppliers standard may be
required.

The Vendor / Supplier shall provide two M-12 earthing bosses on the package skid, or on
independently mounted items, complete with studs, nuts and washers for external earth
cable termination by the Purchaser. All on skid package electrical/ instrument equipment
shall be provided earthing by Supplier.

The following design documents and drawings shall be prepared and issued by the
Supplier / Vendor for all supplied electrical equipment.
Electrical equipment specifications and data sheets
Electrical equipment technical details and performance curves (Electric motors
Torque/Speed, Time/Current, Terminal Withstand Curves etc)
Test Certificates, Certification Documents and Certified Drawings of motor, connection
details etc, showing the outline arrangement and dimensions shall be provided.
MCC and control system interface diagram and schematic diagrams.
Electrical equipment installation details
Ladder/Addresses documents
Input and output list and its drawings

The following documents can be considered as a reference specification.

14-0102–ELA–6502 Specification for Power & Control Cables

Doc. No. 0102-PU-8600 Page 26 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

14-0102–ELA–6503 Induction motors specification


14-0102–ELA–6504 Specification for L.V Switchgear/MCC
14-0102–ELA–6506 Specification for lighting fixture.
14-0102–ELA–6512 Specification for Industrial Power Socket out let
14-0102–ELA–6514 Specification for Field Junction Box.
Deviation from specification shall be mentioned by the Supplier at the bid stage. In the
absence of such statement it will be assumed that the requirements of specification are
met without exceptions.

6.5 Safety and Relief Valves


Each of the equipment shall be protected against over pressure by suitably located relief
valves, according to API RP 520 and 521. Thermal relief on piping as required to be
provided by the Supplier.

Supplier shall calculate the relief rate requirement under different scenarios and size PSVs
on the basis of the maximum relief load expected in different scenarios. Supplier shall
provide 2 numbers PSVs (1 standby for maintenance) for each requirement.

The PSVs shall be in accordance with ASME Boiler’s and Pressure Vessels Code. ASME
& API formulae shall be used to calculate sizes of the valves. The vessel, etc. and each
PSV will have a full area stop valve in between for inspection and repair purposes only.
The stop valve shall be so arranged that it can be locked or sealed ensuring that both relief
valves are not closed simultaneously.

6.6 Blow down


Considering the overall volume of the unit, Supplier shall provide the automatic blow
down valves and orifices for the quick blow down of the entire package as per API
standard 521. The minimum design temperature for piping & Vessels shall be determined
based on the minimum temperature achieved during blow down of the package.

6.7 Structure & Lifting


The Supplier shall be responsible for the supply and structural design of the package
along with access platforms and ladders. All calculations to prove compliance with the
specific requirements and standard shall be held by the Supplier and available for audit by
Company. The subject structures shall be designed to include all dead load, live loads,
equipment vibration, bundle-pull, pipe load, pipe expansion thermal and friction, wind
load, seismic load, impact and erection loads and forces and any other loads.

Doc. No. 0102-PU-8600 Page 27 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Prefabricated steel structure sections plat forms, etc. shall be designed by the supplier
with field bolting to avoid welding on site. All structures may be supplied loose
disassembled to the suitably sized prefabricated sections. The Company shall perform
assembly of the structure in the field. The Supplier shall submit with his bid, details of the
structural materials that are proposed. The material to be used shall comply with ASTM
standards.

Full penetration welds on lifting attachments shall be subjected to 100% UT and 100%
MPI/DPI as appropriate. All welds directly associated with lifting equipment shall be
subject to 100% MPI/DPI after load test. The package should be suitable for handling
with mobile crane using a single point lift at the construction site, where it is necessary to
use special lifting beams, slings, shackles, etc. these shall be provided by Supplier.

Detail designing of holding down bolts shall be the responsibility of Supplier. It will be
necessary to accurately locate their positions. The entire supply and design requirement
shall be in accordance with specification for steel structure Doc. No. 0102-STA-4000.

All the steel structures required for the Amine Unit Package including all type of
supports, pipe rack, T-posts for acid gas line up to flare header in the scope of supply of
supplier. Supplier to provide the complete design calculation (structural analysis, joint
calculation, bolt sizing, anchor bolt sizing etc) for the selection of steel structures
mentioned above for approval. The steel structure shall be in the form of shop fabricated
with bolted connections. The supplier shall provide the foundation loading for civil
design of all steel structures. The supplier shall use the European or Equivalent standard
for all steel sections. Detailed fabrication and installation drawings shall be required for
all steel structures.

Note
Walkways, grating, ladders, etc., must be foreseen if accessibility of the skid items
require as such. Drain pans will be provided where oil leakage or oil spill can be
expected.

6.8 Painting & Corrosion Protection


The Supplier must ensure that all carbon steel equipments, piping, structures, etc. shall be
adequately protected from the prevailing atmosphere by means of correct material
selection, painting or coating and/or suitable insulation to prevent galvanic corrosion.

Doc. No. 0102-PU-8600 Page 28 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Painting, protective coatings and the procedures used for the preparation of surfaces shall
be as specified in the Project Specification for Painting Doc. No 0102-GS-9523.

Color coding for equipments and piping etc. shall be finalized after approval by
Company/Engineering Consultant.

All inter-skid carbon steel piping and equipments shall be supplied with final painting and
finishing. However, interconnecting carbon steel piping between skid & equipments can
be supplied with Primer painted and Supplier shall provide the paint for final painting for
supplied Primer painted piping.

Supplier shall provide touch-up paint to repair any paint damage in shipment, handling,
welding and cutting or by any other means.

6.9 Insulation for Equipment & Piping


The equipment and piping shall be suitably insulated for cold and hot service. Application
& selection of material for insulation and weather proofing shall be in accordance with
the Spec No. 0102-GS-9521.

All interskid piping (where insulation required) shall be supplied with insulation by
Supplier. However, insulation (where required) for all interconnecting piping between
field erected equipments shall be estimated and supplied by Supplier with all accessories
up to battery limit of package as loose item.

6.10 Equipment Tagging, Labeling & Nameplates


All items need to be identified for operation and maintenance purposes, therefore, shall be
allocated with tag numbers. The supplier shall provide list of all equipment,
instrumentation, etc to the Company. Company shall provide tag nos. for these items to
the supplier. Supplier must indicate these numbers on all design documents.

All tagged items shall have corrosion resistant nameplates or labels permanently attached
which shall include Supplier’s standard identification and together with the Company’s
tag number. All other control and indication devices that operators will need to
access/maintain shall have corrosion resistant identification/duty labels permanently
attached.

6.11 Packing, Preservation and Transportation of Material & Equipment

Doc. No. 0102-PU-8600 Page 29 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Packing and Preservation shall be suitable for transportation of material and equipment
during their handling, inland transportation, shipment through sea or by air and storage at
site for up to 6 months in an uncovered and unheated location. Packing shall account for
the fragility and physico-chemical/ mechanical damages of items. Detailed requirements
for Packing & Protection of Material and Equipment are indicated in specification no.
0102-GS-9524.
Company has considered seaworthy packing of all the equipment and packages.
Following criteria can be considered as a minimum:

Tall Vertical Vessels/Columns : in horizontal positions on non returnable saddles


Skids : in ocean type case enclosed in sealed plastic sheet
Air cooler sections : in crate covered with plastic sheet
Steel structures : in crates covered with plastic sheet
Loose material : in ocean type case

Loose piping material, valves, instruments, etc. shall be properly tagged to allow easy
identification/site assembling.

Nozzle openings shall be protected with steel cover with rubber gaskets. Nitrogen
blanketing will not be required.

Chemical shall be delivered in non-returnable steel drums on pallets.

Packing and rust prevention shall be suitable for transport and 6 months outdoor storage
in a very hot and humid climate.

It is anticipated that the packages or equipment shall be such requiring no special


transport and lifting arrangement. If so, the supplier shall notify well in advance to the
Company regarding such requirements. The supplier shall provide the details of the
special arrangements.

Company’s preferred skid/equipment dimensions are as per following:


Width : 12 ft.
Length : 40 ft.
Height : 12 ft.

6.12 Civil Design

Doc. No. 0102-PU-8600 Page 30 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Designs of equipment foundation, etc. are excluded from supplier’s scope. However, the
Supplier shall be responsible for the provision of necessary foundation design data
including but not limited to size and location of all anchor bolts, static and dynamic
loading conditions for foundation design. Supplier shall also indicate on his drawings
required elevation of equipment foundations from ground level.

6.13 Installation/Erection Works


Installation works are also excluded from the Supplier’s Scope. However, the Supplier
will give detailed description of the site activities related to the package installation and
erection/installation of all the loose items and provide one engineer for the period of 45
days to check verify the mechanical installation and piping works. The cost of supervision
engineer for the specified period shall be quoted separately in the commercial bid.

6.14 Package Cleaning


Prior to shipment and after hydro testing, the package shall be subject to through cleaning
by the supplier. The supplier shall give recommendation for the package cleaning. The
package cleaning program shall be agreed with the Company. As a general rule the
supplier shall clean the package internals in the workshop prior to preparation for
shipping. Supplier shall ensure that the equipment is free from any foreign material, dirt,
etc.

6.15 DESIGN REVIEW MEETINGS AND HAZOP Study


Supplier shall consider at least three (03) design review meetings during the course of
design. Meetings schedule will be discussed after the award of contract. For meeting
Supplier shall consider participants as mentioned in ITB from OGDCL/Engineering
Consultant for a period of five (05) days for meeting.

The supplier shall prepare Hazard and operability (HAZOP) study for the package within
their scope of supply in accordance with a recognized formal procedure (Selection of 3rd
party HAZOP chairman with consultation of Company, finalization of HAZOP meeting
date and location for the Company/ Engineering Consultant personnel). The study shall
comprise of the systematic critical examination of the process and engineering intention
of the package to asses hazard potential of mis-operation or malfunction of individual
items of the equipment and consequential effect upon the package as a whole. The study
facilitator will be independent from design team. The supplier shall submit detailed
resume of the participants and shall notify Company with in advance the schedule of the

Doc. No. 0102-PU-8600 Page 31 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

study. Supplier shall be responsible of incorporating all recommendations made in


HAZOP study of the unit.

The supplier shall submit the Design Review Meeting and HAZOP costs as indicated in
ITB document.

6.16 Essential requirements


Supplier must confirm to comply with the following listed requirements with the Bid.
Failure to comply with these requirements may lead to technical disqualification.

• Supplier shall submit the whole tender document (Both Technical and Commercial
portion) with duly signed and stamped with the bid. Supplier shall also submit Signed &
Stamped Copy of his Bid document. The supplier bid document should be numbered with
appropriate format and indication of total number of pages. Supplier shall also provide
his minor exception & deviation list with the tender document.

• Supplier shall submit a standard plot plan for Amine Unit Package showing the inter
distances of Skids and field erected equipments, Sleeper (if required), Pipe racks, cross
overs and other structure details in his Technical Bid.

• Supplier shall arrange his submitted Plot plan such that all the equipments of Amine Unit
Package shall be arranged in the given plot area mentioned in the attached Plot plan Doc.
No. 0102-PC-2201.

• Supplier shall terminate all piping connections upto the edge of the battery limit of Amine
Unit Package at the desired location, from which these shall be connected with the plant
piping, as marked in the attached Plot plan Doc. No. 0102-PC-2201.

• Supplier shall provide all the equipments and piping of the Amine sweetening unit on
Skids except amine contactor, amine regenerator, & air coolers which can be supplied as
field erected items. All such self standing equipment shall be supplied with necessary
platforms, supporting structure/columns etc.

• For foundations of equipments, packages, pipe racks, pipe supports, etc. OGDCL will
provide civil foundations upto 300mm elevation from ground level. Equipment,
Packages, pipes which require elevations above 300mm, Supplier will consider steel
structure based design and all such structure will be supplied in pre-fabricated form.

Doc. No. 0102-PU-8600 Page 32 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

• Supplier shall submit a 3D-Model in such file formats that can be compatible with
AutoCAD 2007 or above or CADWORX 2007 (Neutral, DXF, DWG) of Amine
sweetening unit showing all equipments, skids and piping within Ten (10) weeks time
after award of contract for review and approval. Moreover, Supplier shall provide the
general arrangement, cross sectional/dimensional drawings and foundation drawings of
all the equipments within Eight (08) weeks time after award of contract for approval.

• Supplier shall provide maximum piping of Amine Unit Package as overhead piping on
the Pipe racks. However, Sleeper piping will be allowed only if there is an essential
requirement.

• Supplier shall provide all the Pre-fabricated piping spools for interconnecting piping with
minimum field joints. Moreover, Pipe supports for Pre-fabricated piping spools shall also
be provided by Supplier and all the piping spools shall be hydrotested.

• Supplier shall in his technical bid that the undertakings from the OEMs to the supply of
spare parts and other after sales services shall be provided at LOI.

• Amine Unit Package shall have a minimum design life of 15 years and must be suitable
for installation and operation outdoors in extremely hot and humid environment. Supplier
shall confirm that his proposed Amine sweetening unit's metallurgy & design will fulfill
the design life and maintenance requirement.

• The proposed design shall permit continuous operation without shut down or major
overhaul for maintenance and repair for a minimum of 3 years.

• The noise level from each skid shall comply with the requirements of API 615 but shall
not exceed 85 dBA at 1m unless stated otherwise on the data sheets, or separately
approved by the Company. OEM supplied items shall also comply the above mentioned
requirement.

• Supplier shall provide free access to his works and that of sub-Suppliers for the
authorized representative of the Company and the certifying authority for Third party
inspection.

Doc. No. 0102-PU-8600 Page 33 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

• Supplier shall provide all the proposed test procedures and erection detail descriptions of
the site activities related to the package installation and erection/installation of all the
loose items at the time of Bid.

• Supplier shall submit a preliminary Delivery, Document submission & Manufacturing


schedule of Amine sweetening package with the bid.

• Supplier shall provide the material certification for all pressure containing and load
bearing components of Amine sweetening package at the detailed engineering stage.
• Supplier shall perform the Piping Flexibility Analysis to insure that all process & utility
piping is free from any stress and will also submit the Stress & Flexibility Analysis
report. Furthermore, Supplier shall also submit the Nozzle loading data.

• All Process & Utility piping (Interskid & interconnected between equipments) and
prefabricated piping spools shall be hydrotested by Supplier.

• All leaks testing of piping shall be performed by nitrogen. Leak testing of all interskid
piping shall be in the supplier’s scope and shall be performed at Supplier workshop at
operating pressure to verify integrity of all joints.

6.17 Materials
Materials of construction for Amine Unit Package shall conform to ASME Section II,
Part A. Latest Edition. Non pressure parts may be in accordance with ASTM
Specifications. ASME Specification numbers are prefixed by SA and the corresponding
ASTM Specification numbers are prefixed by A.

All materials and parts included in the construction of the Amine Unit Package shall be
new, unused and of the highest grade being free from all defects or imperfections likely to
affect their performance.

Supplier to confirm and verify the minimum required materials for the different
equipments as mentioned in the duty specification. If the supplier found the listed
materials not suitable for the save and reliable operation of Amine Unit Package; than
supplier will suggest the material that shall be equivalent or superior material. In this
case, Supplier will submit the selection basis and criteria with supporting documents for
the material selection.

Doc. No. 0102-PU-8600 Page 34 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

7.0 INSPECTION & TESTING

7.1 General
Inspection and testing shall generally comply with the requirements as detailed in this
requisition documentation and in the other referenced specifications. Following is to be
considered as a minimum.

7.2 Inspection
The Supplier shall provide free access to his works and that of sub-Suppliers for the
authorized representative of the Company and the certifying authority (if required). All
necessary certification on materials, shop test data etc., shall be made available to verify
that the requirements of the purchase order are being met. No equipment surface shall be
painted until all inspection is completed.

7.3 Fabrication & Welding


The supplier shall submit WPS, PQR and WQT for Company approval. Supplier shall
notify Company at least fifteen working days prior to the:

- Start of fabrication.
- Scheduled time of hydrostatic testing.

7.4 Inspection Methods and Acceptance Criteria


All examination methods shall be per ASME Code, Section VIII, Division I, augmented
by the following:

a) Company reserves the right to approve the radiographic method and requirement for
stress relieving employed.

Doc. No. 0102-PU-8600 Page 35 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

7.5 Hydrostatic Tests


All pressure vessels and piping shall be hydrotested in accordance with the appropriate
code requirements.

Process piping or tubing shall be tested with water after shop fabrication into sub
assemblies.

The normal test pressure for piping shall be 1.5 times the adjusted cold pressure rating of
the valves, fitting, expansion joints or other limiting elements in the line. Pressure testing
shall be maintained long enough to permit complete inspection but shall not be less than
60 minutes.

A shop hydrostatic test for vessels shall be applied as per Paragraph UG-99C, ASME
Code, Section VIII, Division I.

Test requirements are:


a) No testing shall be performed before post weld heat treatment.
b) No pre-testing shall be performed before the Code hydrostatic test.
c) Time period of testing shall be 1 hour per inch of greatest thickness with a
minimum of 1 hour.
d) Minimum test water temperature and metal temperature shall be 70ºF, except if
the design temperature is below 70ºF.
e) Test fluid for carbon steel vessels shall contain a maximum of 500 ml/m³ (500
ppm) chlorides.
f) All cover plate hinge pins shall be in place during the test and shall not bind on
the hinges.
g) Service bolting to be furnished with the assembly may be used for shop tests. Any
material damaged during testing and all types of gaskets shall be replaced by
Supplier with new material. Gaskets used for tests shall be of the same material
and design as those to be furnished with the vessel.
h) The hydrostatic test pressure shall be based on the fully reinforced, uncorroded
shell, except as may be otherwise limited to nozzle flange rating established for
the design condition.

7.6 Skid Testing at Shop

Doc. No. 0102-PU-8600 Page 36 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

The complete pipe work assembled on the skid shall be subject to operating pressure leak
test at Supplier works to verify integrity of all joints. All prefabricated spools shall also be
hydro tested and leak test at shop.

7.7 Pre-Commissioning, Commissioning & Startup Services

7.7.1 Pre-Commissioning
Supplier shall provide suitable experienced and qualified personnel for pre-
commissioning as per approved plans, schedules and procedures.

The pre-commissioning team shall be responsible for:

• Participating in the preparation of the pre-commissioning, commissioning and


start-up.
• Preparing plans and procedures for pre-commissioning at the engineering stage
• Developing all required software systems
• Coordination of activities of any Sub Suppliers participating in the pre-
commissioning
• Obtaining the necessary Sub Supplier documentation
• Executing all scheduling, planning and progress reporting procedures for pre-
commissioning
• Maintaining all documentation and records of pre-commissioning activities in
both hard copies and on computer, and
• Carrying out all other pre-commissioning activities as described herein.

b) Obligations for Pre-commissioning


Pre-commissioning obligations include:
• Systematic conformity checks on each part or item of equipment or component,
such as pressure gauges, motors, cables, etc. to visually verify the condition of the
equipment, the quality of installation, compliance with drawings and
specifications, manufacturers’ instructions, safety rules, codes, standards and
good engineering practice
• Static de-energized tests of specific equipment to ensure the quality of critical
components, which cold testing work will include all disciplines and cover
activities such as: calibration of instruments, machinery alignment, setting of
safety valves, pressure testing of piping and testing of cable continuity
• Clearly indicate in the pre-commissioning procedures the selected method for
protection for each test circuit.

Doc. No. 0102-PU-8600 Page 37 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

a) Pre-commissioning Check Lists

The conformity checks referred to above shall be carried out in accordance with
specifications and shall be reported on pre-commissioning check lists.
Pre-commissioning check lists shall define the scope of work that must be systematically
performed on each selected item of equipment and shall also be used as a log to record
the checks made.
One pre-commissioning check list shall be prepared for each Subsystem and type of
equipment or package.

b) Pre-commissioning Test Sheets

The static, de-energized tests referred to above shall be carried out in accordance with the
specifications and reported on pre-commissioning test sheets.

One pre-commissioning test sheet shall be prepared for each test performed.
All other pre-commissioning activities such as piping and vessel flushing and cleaning,
shall be supported by specific reports and drawings.

c) Pre-commissioning Status Index

The pre-commissioning activities shall be defined and followed up in a reference


document entitled pre-commissioning status index (which may be composed in the form
of a dedicated database).

The pre-commissioning status index shall be an exhaustive list, arranged per Subsystem,
discipline and type of equipment, of all equipment and materials subject to pre-
commissioning operations.

The pre-commissioning status index shall summarize, for each Subsystem, the
corresponding pre-commissioning checks and tests to be performed for each item of
equipment or materials (e.g. pressure gauges, electrical cables, pumps and the like). Each
pre-commissioning task shall be recorded on the pre-commissioning status index.

d) Pre-commissioning Punch List

Supplier shall clear all of punch list prior to enter into the Commissioning phase.

Doc. No. 0102-PU-8600 Page 38 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

7.7.2 COMMISSIONING ACTIVITIES

a) Commissioning Team Responsibilities

Supplier shall provide suitable experienced and qualified personnel for commissioning as
per approved plans, schedules and procedures.

The commissioning team shall be responsible for:

• Leading the preparation of the completion activities.


• Preparing plans and procedures for commissioning at the engineering stage
• Providing necessary commissioning and start-up spares on site
• Developing all required software systems
• Coordination of activities of any Sub Contractors participating in the
commissioning
• Obtaining the necessary Sub Contractor documentation
• Preparing commissioning interface and coordination procedures for approval
• Executing all scheduling, planning and progress reporting procedures for
commissioning
• Conducting coordination action (including work planning meetings as required)
• Maintaining all documentation and records of pre-commissioning activities in
both hard copies and in electronic format
• Carrying out commissioning activities as described herein, and
• Maintaining records of all design changes for updating the operating manuals to-
wards the end of Works.

b) Preliminary Checks

Prior to commencement of commissioning activities, Supplier’s commissioning team


shall carry out preliminary checks & cross checks that each Subsystem is actually ready
for commissioning.

This shall include a thorough review of the pre-commissioning dossier and a physical
check of the Subsystem subject to commissioning.

The preliminary checks shall be carried out by discipline and formalized on a specific
report form.

The major outcome of such preliminary checks is identification of a number of new items
to be added to the punch lists.

Doc. No. 0102-PU-8600 Page 39 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

d) Functional Tests

Functional tests are the live tests to be carried out on each instrumentation,
telecommunication or electrical part of a Subsystem that performs a given function as
defined in Supplier’s methodology.

Functional Tests are to be carried out on each and every loop (random checks shall not be
allowed) following guidelines and minimum requirements of the methodology and
specifications.

e) Operational Tests

OT’s to be performed as part of commissioning shall be conducted in accordance with at


least the following requirements:

• Once all functional tests on a Subsystem are completed, the Subsystem is subject
to an OT, wherever applicable. It consists in bringing the system into operation
under conditions as close as possible to normal

• Preparation of the OT’s will be done during the preparation phase. The list of
Subsystems subject to an OT, as well as the nature of the OT and the
corresponding procedures shall be submitted for approval

• OGDCL/Engineering Consultant shall witness and, if appropriate, approve OT’s.


OGDCL shall be notified of each OT, with at least 7 days advance notice

• Shut down sequence checks shall be performed on each Subsystem prior to OT’s
together with tests of the SDV’s/ESDV’s/BDV’s closing and opening times, that
will be adjusted if necessary
• Mechanical preparation of each piece of equipment prior to start-up shall be
included in the OT Procedures

• Typical Subsystems to be subjected to an OT are power distribution, ESD system,


circuit where water circulation can be performed; process pumps and compressors
in recycle mode (under liquid, air or nitrogen whenever possible), lighting, etc.

7.7.3 Start-Up

Doc. No. 0102-PU-8600 Page 40 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

• Supplier shall provide start-up services as requested by OGDCL.


Start-up services shall cover items such as:

• Provision of assistance to OGDCL for the start-up of the facilities, upon written
request of and to the extent required by OGDCL.
• Provision of Supplier’s start-up specialists
• Assistance for mobilization of Sub Contractor and supplier specialists
• Preparing, providing, operating and maintaining services and facilities at site
specifically related to start-up activities throughout the duration of the start-up
work, in addition to those related to the other parts of the Works.

7.8 Assembled Package Test at Site

The complete assembly shall be given a full functional test including instrumentation and
electrical equipment at Site. During the test all alarms, shutdown and remote signals shall
be checked. The Supplier shall be required to submit a full Performance testing procedure
before the shipment of package covering the full extent of testing on the completed
assembly at site.

The testing procedure shall be approved by the Company prior to the commencement of
testing and shall be complete with all equipment procedures and check lists.

7.9 On Site Performance Test


The Performance Test shall be carried out in accordance with approved procedures for a
minimum period of seventy-two (72) continuous hours. The Supplier shall submit such
procedure for approval to company/ Engineering Consultant before commencing the test.
The performance test shall be carried out only if prior to the test the continuous operation
of the Amine Unit Package have been demonstrated within the operating envelop for a
period of at least seven (07) days.

In case of operation interruption the test shall be continued at the actual date. If this
interruption is attributable to the supplier, the continuous test shall be started from the
beginning again.

If the Performance Test is interrupted for reasons attributable to the supplier, The
Supplier shall, at promptly reengineer and/or carry out such modifications as are required

Doc. No. 0102-PU-8600 Page 41 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

to rectify the causes of the interruption. Company will thereafter give notice in writing to
the Supplier specifying the date on which Performance Test may be recommenced.

If the Amine Unit Package fail to meet the Performance Guarantee herein specified for
reasons attributable to the Supplier; Test of the Amine Unit Package or the said portion
shall be repeated within a reasonable time upon the same terms and conditions.

Conditions of the Amine Unit Package Site Performance Test:

• The unit shall be test at site to meet the Performance guarantee as mentioned in the
Data Sheet No. Amine sweetening unit, De-min Water treatment unit and Acid Gas
Flare System; 14-0102-DS-1701, 14-0102-DS-1702 and 14-0102-DS-1703
respectively.
• Elaboration of test procedure is included in Supplier Scope of Supply.
• Evaluation of the Site Performance test and preparation of the test report is included
in Supplier Scope of Supply.
• Job site instrumentation and piping shall be used for the Site Performance Test.
• Site Performance Test will be conducted by supplier’s commissioning engineer after
commissioning. The price for supplier on site preparation for the Site Performance
Test will be included in the commissioning services being offered on lump sum basis.

7.10 Performance Guarantee


Supplier shall guarantee the performance of whole Amine Unit Package when operated at
the condition specified in the respective datasheets.

7.11 Mechanical Guarantee


The Supplier shall guarantee that supplied Amine Unit Package is free from any
manufacturing defect and if any part of the Amine Unit Package is found defective in any
manner during installation or after installation but within guarantee period shall be
replaced by the Supplier with no extra cost to Company.

Doc. No. 0102-PU-8600 Page 42 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

8.0 QA/QC & CERTIFICATION

8.1 Quality Assurance & Control

8.1.1 Quality Management System


The Supplier shall operate Quality Management System equivalent to the applicable
provisions of BS-EN-ISO 9000 (series), or agreed equivalent standard, commensurate
with the goods and services to be provided.

The Supplier, as part of their own Quality Management System, will also responsible to
demonstrate the QA competence of OEMs of major package component i.e., evaporative
coolers, Shell and tube heat exchangers and pumps. The OEMs of evaporative coolers,
Shell and tube heat exchangers and Pumps shall have verified Quality management
system and packager shall provide current details of registration of OEMs along with its
bid. The Company reserves the right to require the Supplier to implement addition
controls, where a satisfactory level of competence cannot be demonstrated in this regard,
and/or exercise additional controls not detailed in this requisition.

The Company reserves that right to visit the premises of the Supplier and any Sub-
supplier for the purpose of undertaking Quality Audits relating to the equipment and

Doc. No. 0102-PU-8600 Page 43 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

services covered by this requisition, the extent of which will be discussed with the
Supplier before, award of contract. Prior notice of five working days will be given to the
Supplier of any such Audits. A copy of the Audit report will be forwarded to the Supplier
on completion. Any findings resulting from such Audits shall necessitate the
implementation of appropriate corrective actions based on a time scale to be agreed with
the Company.

8.1.2 Quality Control


It is the Company’s intention to determine his involvement in the inspection of materials
and activities at the Supplier’s and Sub-Suppliers’ work dependant on the equipment
complexity/criticality and the effectiveness of the Supplier’s QA/QC procedures. The
Supplier shall provide their standard format Quality Control Plan, relating to the scope of
work for review at the bid submission. This should include those activities, which have
been sub-contracted and provision made for Company/ Engineering consultant design
review/inspection.

Regular inspection visits by the Company for the purposes of surveillance and
documentation review will not be carried out as a matter of course. However, should it
become apparent that the Supplier’s or Sub-suppliers’ agreed Manufacturing Quality
Control Plan is either inadequate or not being implemented, the Company reserves the
right to increase the level or frequency of his Quality Control activities or request the
supplier to revise his working practices, as necessary.

To assist the Supplier in evaluating the expected level of Company involvement


applicable to this requisition, the following activities in Quality Control Level by
Company have been identified:

- QC Plan review/markup
- Surveillance of main Supplier
- Surveillance of major Sub-suppliers
- Certification and manufacturing data review

Successful bidder will have to submit Q.C plan with surveillance/hold points for
inspection during fabrication & FAT and hydro test. Company’s review and approval for
QC plan is necessary before start of fabrication.

8.1.3 Material Traceability & Certification

Doc. No. 0102-PU-8600 Page 44 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

The Supplier shall advise their proposed material traceability system by which material
are assured to be fit-for-purpose and identified throughout the manufacturing process, as
part of the bid submission. Supplier shall provide all material certification for all pressure
containing and load bearing components.

8.2 Certification & Manufacturing Records

8.2.1 Inspection and Certification Records


The Supplier shall ensure that all inspection, test and certification records for equipment
and materials, procured by the Supplier and test and inspection records for the Supplier’s
assemblies and fabrications, required by legislation, codes, standards and specifications or
otherwise required are provided, safely stored and available on request.

8.2.2 Certification and Manufacturing Data Requirements


Certification and manufacturing data requirements consist of a collection of original and
type test certification, inspection and test records and final release documentation
generated during the approval, manufacture and testing of the equipment or material. All
Certification and Manufacturing Data (4 sets) is to be issued to the Company. This MDR
to be submitted with consignment/shipment of unit.

Doc. No. 0102-PU-8600 Page 45 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

9.0 DOCUMENTATION

9.1 Use of the English Language

All documents shall be written in the English Language.

9.2 Documents requirement

The Supplier must provide the following documents as minimum at different stages of
Project as mentioned in the Table below. For equipment/package foundations, piping
support, pipe racks foundation, etc. supplier must submit all loads (static/dynamic) and
other necessary drawings / documents required for the design of civil foundations (by
others) within eight (08) weeks time after issuance of LOI.

No. At Bid For


Documents & Drawings As-Built
Approval

After LOI

Spare Parts, Special Tools & Operational


Consumable
1 Pre-Commissioning, Commissioning & Start-up Spare Parts List √ √ √

2 Operational Spares List √ √ √


3 Insurance Spares List √ √ √

4 Special Tool List (Install / Start up / Maintenance if any) √ √ √

5 Operational Consumables List √ √ √


Engineering Documents / Drawings
General:
Equipment List clearly mentioning on skid equipments and ship
6 √ √ √
loosed equipment
7 Mechanical Data Sheet of Overall Package √ √ √
Process:
8 PFD & Material Balance √ √ √
9 Design Brief √ √ √
10 Material Selection Basis & study √ √ √
11 P&IDs √ √ √

Sizing Calculations & Process Datasheets (Equipment, PSV,


12 √ √ √
restriction orifices, etc.)

14 Utility consumption list √ √ √


15 Effluent Summary √ √ √
16 Cause & Effect Diagram - √ √
17 Process Description √ √ √

Doc. No. 0102-PU-8600 Page 46 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

18 Operation Manual (Overall Package) - √ √


Static Equipment (Vessels & Heat Exchangers):
19 Equipment Design Calculations as per Code - √ √
20 Equipment Outline Drawings √ √ √
Equipment General Arrangement drawing including Loading Data
21 - √ √
Details, Base plate & Anchor bolts information
22 Equipment Nozzle Allowable Loads - √ √
Equipment Dimensional fabrication/working drawings with Bill of
23 - √ √
Material and Details of Nozzles, Accessories, Internals etc.
24 Equipment Name Plate Drawing - √ √
25 Equipment layout & elevation details √ √ √
Piping Drawings:
26 Piping layout / GA drawings - √ √
27 Steam tracing layout & details (if any) - √ √
28 Stress Analysis Reports - √ √
29 List of allowable piping loads at tie-in points/package BL - √ √
Loading data for civil foundation design (equipment/skid &
30 - √ √
supports)
31 Isometrics (pipe spools & tie-ins) - √ √
Data sheets of Special Items (Spring Supports, Expansion
32 Bellows, Steam traps (for process piping), restriction orifices, - √ √
safety relief valves, etc)
33 Line List - √ √
34 Tie-in List - √ √
35 Pipe Supports drawings - √ √
36 MTO (piping, pipe supports & painting) - √ √
37 Insulation BOQ - √ √
Civil & Structural Drawings:
38 Skid frame & drip pan design & details - √ √
39 Equipment supporting structure - √ √
40 Stack supporting structure (if applicable) - √ √
41 Shelters/Sheds (if required) - √ √
42 Foundation layout & loads - √ √
Instrumentation & Control Drawings:
Instrument calculation sheet for control valves, ON/OFF valves,
43 - √ √
Flow Elements, Thermowell, etc.

Datasheets of Valves (Control Valves/ON-OFF Valves/Solenoid


44 - √ √
valves, self regulating valves, etc.)
Datasheet of Instruments (Gages, Transmitters, F&G Datasheet
45 - √ √
etc.)
46 Datasheet of Analyzers - √ √

Doc. No. 0102-PU-8600 Page 47 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

Instrument Index (with Make & Model and loose shipped items
47 √ √ √
list)
48 I/O function list √ √ √
49 Instrument Trip Set point list - √ √
50 Control narrative/interlock description √ √ √
51 Instrument Loop diagrams - √ √
52 Instrument Wiring/Termination diagrams - √ √
53 Instrument Hook-up diagrams - √ √
54 Typical Instrument Installation Drawings - √ √
55 Instrument location layout - √ √
56 Cable tray & tubing routing layout - √ √
57 Control System Specification/ Architectural drawing/ Panel Layout √ √ √
58 PLC Wiring Diagram √ √ √
59 Communication Signal List (Mod-bus List) √ √ √
60 Ladder Logic Diagram - √ √
61 Junction box details / GA Drawing - √ √
62 Instrument Schedule including Winterization list - √ √
63 Cable Schedule & tagging list - √ √
64 BOQ & MTO - √ √
65 Calibration Curves & Test Report - √ √
66 PLC Factory Acceptance Test Procedure √ √ √

67 Instrument Certificates, Test and Inspection Record - √ √

Electrical Drawings:
68 Load list √ √ √
69 Single line diagram / Schematic Wiring Diagram √ √ √
SOFT/VFD Datasheet, GA Drawing, In/Out details & Operation
70 - √ √
Manual
71 Power system design & details (Data Sheets, layouts, hook-ups) - √ √

72 Earthing system Layouts - √ √


73 Cable Schedule & tagging list - √ √
74 Bill of Material - √ √

Miscellaneous Documents
75 Scope of Supply List √ √ √
76 Vendor's Document and Drawing List - √ √
77 Sub-Vendors' List √ √ -
78 Anchor Bolt/Erection Bolt List - √ √
79 Compliance, Deviation & Exception Form √ √ -

Doc. No. 0102-PU-8600 Page 48 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

80 Manufacturing Schedule √ √ -
81 Material Order Specifications - √ √
82 Material Test Certificates - √ -
83 Inspection and Test Plan (ITP) √ √ √
84 Inspection & Test Procedure - √ √
85 Fabrication Procedure - √ √
86 NDE / PMI Procedure - √ -
87 Alloy Verification Procedure - √ -
88 PWHT Procedure - √ -
89 Hydrostatic Test Procedure - √ -
90 Installation procedure for activated carbon - √ -
91 Painting Procedure - √ √
92 MRB Index - √ √
93 Manufacturing Record Book (MRB) - √ √
94 Inspection Record Book (IRB) - √ √
95 WPS/PQR - √ √
96 Weld Maps - √ √
97 Welders Qualification List - √ -
98 Installation, Assembly Instruction - √ √
99 Operation and Maintenance Instruction - √ -

100 Copy of ISO 9001 certificate (if Vendor is certified) √ - -

101 Vendor’s QA Manual & QC Plan √ √ -


102 Minutes of Meeting - √ -

103 Monthly Status Report √ - -

104 Final Dossier - - √

9.3 Document Preparation Requirements


The Company will supply, at the time of PO/Contract award, tables and front sheets for
all documents and drawings. The Supplier shall then electronically impose these details
on their agreed deliverables to the Company. The label/front sheet shall be used to convey
to the Supplier the Company’s acceptance, or otherwise, of the document in accordance
with the code detailed on the label/front sheet.

Labels shall be affixed to all A3 (and larger) documents in the bottom right hand corner,
as close to the title block as practicable. For A4 documents, the A4 front sheet shall be
attached to the document itself. The Supplier shall complete all label details on initial and
subsequent issues, as required.

Doc. No. 0102-PU-8600 Page 49 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

9.4 Transmittals
All documents submitted to the Company shall be accompanied by a transmittal
completed by the Supplier. A format will be supplied to the Company at the PO/Contract
award stage. All transmittals will be sequentially numbered.

9.5 Use of the English Language


All documents shall be written in the English Language.

9.6 Document Sizes


Sizes A1, A2, A3, and A4 shall be used.
NB. A0 size drawings are NOT acceptable.

9.7 Scale Ratios


Except where stated, all drawings will be supplied in imperial units and using one of the
following scales 1:1, 1:2, 1:5, 1:10, 1:20, 1:25, 1:50, 1:100, 1:250, 1:500, 1:1000, 1:33 ⅓
may be used for Piping General Arrangement drawings only.

9.8 Quantities of Documents Required


• A4 Size: 4 Copies (for review & approval)
• A3 Size: 4 Copies (for review & approval)
• A2, A1 Size: 4 folded size for A4 size prints
• Manuals (Startup & Operation Manuals,
Job Books, Equipment Dossier, etc.): 2 copies for review. 6 copies at final
issue
• Certification & Manufacturing Data Records: 6 copies at final issue

9.9 Electronic Data


Supplier shall also submit electronic/soft copies of all design data, documents, drawing,
etc. This also includes design details by Supplier’s Sub-Suppliers. The Supplier shall
transmit final documentation on CDs.

All drawings shall be prepared in AutoCAD 2004 format. All documentation shall be
prepared in MS Office 2003.

Doc. No. 0102-PU-8600 Page 50 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

9.10 Manuals

Manuals shall be submitted in clearly labeled 4 ring white hard cover binders. All
documents smaller than A4 shall be inserted into A4 pre-punched, top-opening plastic
wallets (if original certification, etc.) or attached to A4 sheets. Documents larger than A4
shall be folded to A4 size and inserted into A4 pre-punched, top-opening plastic wallets
with the project document number/title block clearly visible to the front.

9.11 Document Numbering


The Company shall advise the Supplier at the time of LOI his preference for document,
line numbers, instrument, equipment and drawing numbering. These requirements shall
be strictly adhered to during the course of the work for Ref Doc # 0102-A-1002.

Doc. No. 0102-PU-8600 Page 51 of 52


Jhal Magsi Gas Field Development Project

Scope of Work for Amine Sweetening Unit

10.0 ATTACHMENTS

10.1 Specifications
• All specifications of Mechanical, Electrical and Instrumentations attached with
Volume II (Process).

10.2 Plot plan


1. Overall plot plan (0102-PC-2201)

Doc. No. 0102-PU-8600 Page 52 of 52


IV– FORM OF CONTRACT
Section-IV (Form of Contract)
Sheet 2 of 3

FORM OF CONTRACT FOR


Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with
Acid Gas Flare System and D-min Water System) Jhal Magsi Development Project

THIS Contract is made this _______ day of _________, ______ between Oil & Gas Development Company
Limited having its Head Office situated at OGDCL House, Jinnah Avenue, Blue Area, Islamabad
(hereinafter referred to as “OGDCL”, which expression where the context admits shall include and mean
its successors in interest and assigns) of the FIRST PART and
_____________________________________________ having its offices at
________________________________________________________ (hereinafter referred to as “Supplier”,
which expression wherever the context admits shall include and mean its successors in interest and
assigns) of SECOND PART.

WHEREAS OGDCL intends to procure Design, Fabrication, Supply & Commissioning of Amine Sweetening
Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System) for Jhal Magsi
Development Project

WHEREAS the Supplier after reviewing and understanding the complete description of required Design,
Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas
Flare System and D-min Water System) for Jhal Magsi Development Project has submitted the Bid for
Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid
Gas Flare System and D-min Water System).

WHEREAS OGDCL has accepted the Supplier’s Bid and agreed to purchase the Design, Fabrication, Supply
and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) for the Project from the Supplier.

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1.0 CONTRACT
In this Contract words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract.

The following contract documents including this Contract their Attachments, Annexures,
Appendices and Addendums shall be deemed to form and be read and construed as part of this
Contract:

• Conditions of Contract and its Attachments Appendix – I


• Price Schedule Appendix – II
• Delivery Schedule Appendix – III
• OGDCL’s Tender Document
(Including Scope and Specifications) Appendix – IV
• Supplier’s Technical & Commercial Bids Appendix – V
• Clarifications & communication exchanged with Bidder Appendix – VI
• The OGDCL’s notification of Award Appendix –VII

Notwithstanding anything contained in the documents:

• To the extent of any conflict between this Contract and the contract documents including
Annexures, Appendices and Addendums, the Contract shall prevail.
• To the extent of any conflict between the Conditions of Contract and Technical
Specifications given in the Scope & Specifications, the later shall prevail; similarly
drawing/data sheets shall have precedence over technical specifications.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-IV (Form of Contract)
Sheet 3 of 3

The object of the Contract is the performance of all the Works by the Contractor on a fixed price
basis so as to result in Provisional Acceptance of the Plant capable of achieving Guaranteed
Performance, within the Time for Completion, in strict accordance with all the requirements of the
Contract and the Contractor acknowledges, agrees and undertakes that the performance of its
obligations under the Contract would result in the achievement of the object of the Contract.

This Contract shall become effective upon the date after formal execution of the Contract by the
duly authorized representatives of OGDCL and Contractor provided that all of the following
conditions have been fulfilled:

a) The submission of the Performance Bond by the Contractor to OGDCL.


b) The payment of the Advance by OGDCL to Contractor, the same to be secured by the
Advance Payment Guarantee(s) to be simultaneously furnished by Contractor to OGDCL
pursuant to Article 13.0 of Conditions of Contract.

The Contractor and OGDCL agree that this Contract, including all the documents incorporated by
reference earlier express all of the covenants and agreements of the parties and that this Contract
integrates, combines and supersedes all earlier negotiations and “Understanding” whether written or
verbal. It is also understood that no modification or alteration of this Contract shall be valid or
binding on either party, unless agreed in writing by both the parties.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly
authorized representatives and their respective corporate seals to be affixed as of the day first above
mentioned.

For and on behalf of For and on behalf of


OIL & GAS DEVELOPMENT COMPANY
LIMITED

By: By:
Title: Title:

Witness: Witness:

1. 1.
(Name) (Name)

2. 2.
(Name) (Name)

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
V – CONDITIONS OF CONTRACT
Section-V (Conditions of Contract)
Sheet 2 of 14

TABLE OF CONTENTS

SEC. DESCRIPTION Page


NO. NO.

1.0 DEFINITIONS ....................................................................................................................... 3


2.0 APPLICATION ...................................................................................................................... 4
3.0 STANDARDS ........................................................................................................................ 4
4.0 USE OF CONTRACT DOCUMENTS AND INFORMATION ................................................................... 4
5.0 PATENT RIGHTS .................................................................................................................. 4
6.0 INSPECTIONS AND WITNESS TESTING ....................................................................................... 4
7.0 DELIVERY AND DOCUMENTS ................................................................................................... 5
8.0 INSURANCE......................................................................................................................... 6
9.0 TRANSPORTATION ............................................................................................................... 6
10.0 SPARE PARTS ...................................................................................................................... 6
11.0 WARRANTY......................................................................................................................... 7
12.0 PRICE ................................................................................................................................ 7
13.0 PAYMENT ........................................................................................................................... 8
14.0 AGENCY COMMISSION ........................................................................................................... 9
15.0 AMENDMENTS .................................................................................................................... 10
16.0 ASSIGNMENT...................................................................................................................... 10
17.0 DELAYS IN THE SUPPLIER'S PERFORMANCE ............................................................................... 10
18.0 LIQUIDATED DAMAGES FOR DELAY.......................................................................................... 10
19.0 TERMINATION FOR DEFAULT ................................................................................................. 10
20.0 FORCE MAJEURE................................................................................................................. 11
21.0 TERM1NATION FOR INSOLVENCY ............................................................................................ 11
22.0 TERMINATION FOR CONVENIENCE .......................................................................................... 11
23.0 RESOLUTION OF DISPUTES .................................................................................................... 12
24.0 GOVERNING LANGUAGE ....................................................................................................... 12
25.0 PERFORMANCE BOND/BANK GUARANTEE ................................................................................. 12
26.0 PERFORMANCE GUARANTEE & TEST........................................................................................ 12
27.0 NOTICES ........................................................................................................................... 13
28.0 TAXES, DUTIES, FEES AND OTHER LEVIES................................................................................. 13
29.0 ACCEPTANCE CERTIFICATES.................................................................................................. 14
30.0 CHANGE ORDERS ................................................................................................................ 14
31.0 APPLICABLE LAWS .............................................................................................................. 14

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 3 of 14

1.0 DEFINITIONS

1.1 Terms

a) “OGDCL” means Oil & Gas Development Company Ltd.


b) “Amine Unit/Package” means Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare
System and D-min Water System)

c) “Applicable Law” means the law and any other instruments having the force of law in the
Islamic Republic of Pakistan, as they may be issued and in force from time to time.

d) “Contract” means the Agreement entered into between OGDCL and the Supplier, as recorded in
the Contract Form signed by both parties, including all attachments and appendices thereto
and all documents incorporated by reference therein.

e) “Contract Price” means the price payable to the Supplier under the Contract for the full and
proper performance of its contractual obligations.

f) “FOB” have the meaning assigned to them in the International Rules for the interpretation of
Trade Terms (INCOTERMS 2010).

g) “CFR (C&F)” have the meaning assigned to them in the International Rules for the
interpretation of Trade Terms (INCOTERMS 2010).

h) “Foreign Currency” means any currency other than the currency of the Government of Islamic
Republic of Pakistan.

i) “Goods or Equipment/Material” means all equipment and materials i.e. Amine Sweetening Unit
(Complete Amine unit with Acid Gas Flare System and D-min Water System) including their
spare parts, which the Supplier is required to supply to OGDCL under the Contract.

j) “Government” means the Government of the Islamic Republic of Pakistan.

k) “Local Currency” means the currency of the Government of the Islamic Republic of Pakistan.

l) “Supplier” means the individual, firm or corporation design, fabrication, supply and
commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and
D-min Water System)

m) “Specifications” means the technical information on the materials, i.e. Amine Sweetening Unit
(Complete Amine unit with Acid Gas Flare System and D-min Water System) given in Scope of
work and Tender Document.

n) “Site” means the place where the material and equipment purchased under the Contract will
be installed and is located within the premises of OGDCL’s Jhal Magsi Gas Field.

o) “Warranty Period” means the period of twelve (12) month from the date of commissioning of
Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water
System) or twenty four (24) months from the date of shipment, whichever occurs first.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 4 of 14

2.0 APPLICATION

2.1 These Conditions shall apply to the extent that they are not superseded by provisions in other parts of
the Contract.

3.0 STANDARDS

3.1 The materials supplied under this Contract shall conform to the Standards mentioned in the Scope and
Specifications. In each case where reference is made to any specific National or International
Standards, other recognized and authoritative Standards ensuring equal or higher quality will also be
acceptable. In case your offer conforms to Standards other than stipulated in the Scope and
Specifications you are required to submit alongwith your bid one copy of the Standards in English
Language and evidence that Standard used is a recognized and authoritative Standard, which ensures
equal or higher quality. Your bid shall be declared non-responsive and rejected if you do not submit
required evidence and a copy of such Standards in English Language with your bid and it is subject to
acceptance by OGDCL / Engineering Consultant. In case where metric or foot-pounds-second (F.P.S.)
system is specified only those Standards will be considered.

4.0 USE OF CONTRACT DOCUMENTS AND INFORMATION

4.1 The Supplier shall not, without OGDCL's prior written consent, disclose the Contract, or any provision
thereof, or any specification, plan, drawing, sample or information furnished by or on behalf of
OGDCL in connection therewith, to any person other than a person employed by the Supplier in the
performance of the Contract. Disclosure to any such employed person shall be made in confidence
and shall extend only so far as may be necessary for purposes of such performance.

4.2 The Supplier shall not, without OGDCL's prior written consent, make use of any document or
information enumerated in Clause 4.1 except for purposes of performing the Contract.

4.3 Any documents, other than the Contract itself, enumerated in Clause 4.1 shall remain the property of
OGDCL and shall be returned (all copies) to OGDCL on completion of Supplier's performance under the
Contract, if so required by OGDCL.

5.0 PATENT RIGHTS

5.1 The Supplier shall indemnify and hold OGDCL harmless against all actions, claims, demands, costs,
charges, damages and expenses arising from or incurred by reason of any infringement of patent,
trade mark or industrial design rights arising from use of the material or any part thereof.

6.0 INSPECTIONS AND WITNESS TESTING

6.1 The Supplier shall carryout all inspection, examinations and tests and provide certification as per
requirements stipulated in the Contract Documents, industry’s practice and instructions of
OGDCL/Engineering Consultant

6.2 OGDCL/Engineering Consultant will participate in tests conducted at manufacturers works and pre-
shipment inspection of the equipment and material. For test and inspection conducted on the
premises of the manufacturer’s works all reasonable facilities and assistance (including access to
drawings and production data) shall be furnished to the inspectors at no charge to OGDCL. The
participation/presence for acceptance of such test by OGDCL/Engineering Consultant shall not relieve
the Supplier from its obligations liabilities under the Contract.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 5 of 14

6.3 Should any inspected or tested equipment, material fails to conform to the Specifications, the
OGDCL/Engineering Consultant may reject them and the Supplier shall either replace the rejected
equipment/material and installation work or make all alterations necessary to meet specification
requirements free of cost to OGDCL.

6.4 OGDCL/Engineering Consultant right to inspect and where necessary, reject the equipment, material
shall in no way be limited or waived by reason of the equipment, material and installation work
having previously been inspected, tested and passed by the OGDCL/Engineering Consultant or its
representative.
6.5 Nothing in Clause 6.0 shall in any way release the Supplier from any warranty, obligations or liabilities
under this Contract.

7.0 DELIVERY AND DOCUMENTS

7.1 OGDCL has the option to take delivery of the equipment either on the basis FOB port of shipment or
CFR Karachi (INCOTERMS 2010). (Applicable for Foreign Bidders)

7.2 OGDCL has the option to take delivery of the equipment either on the basis Ex-works or at Site.
(Applicable for Local Bidders)

7.3 Delivery shall be deemed to have been made when the equipment and material has been shipped or
arrived at Karachi Port/at Site (whichever is the case) and all documentation specified in 7.5 have
been submitted to OGDCL.

7.4 The timely delivery shall be the essence of the Contract, as OGDCL has to meet its obligations for
completion of the Project. Accordingly, the Supplier is required to complete the Design, Fabrication,
Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare
System and D-min Water System) within seven (07) months from the date of letter of credit
established by OGDCL. The supervision of installation/erection and pre-commissioning and
commissioning services will be provided by the Supplier as per OGDCL’s schedule and requirements.
The supervision of installation/erection and commissioning of Amine Sweetening Unit (Complete
Amine unit with Acid Gas Flare System and D-min Water System) is required to be completed with in
30 days from the date of arrival of the Package at site.

7.5 Immediately after shipment, the Supplier shall send to OGDCL by courier, the following copies of
shipping documents:

i) Signed Invoices, prepared as per instructions


ii) Bill of Lading/Postal Receipt/Airway Bill
(applicable for foreign bidder)
i) Full set of clean Truck receipt
(applicable for local bidder)
iii) Certificate of Origin
iv) Packing list indicating
− Contents
− Gross and net weight in Kgs.
− Complete dimensions of each package and volume of each package in cubic meters.
v) Maker's Test Certificate
vi) Third Party Inspection Certificate

7.6 The above documents should be received by Manager (Foreign) Procurement at the latest ten (10)
days before arrival of the equipment/materials at the Karachi Port and if not so received, the
Supplier will be responsible for any expenses resulting from any delay in customs clearance caused
thereby and extension of the period of insurance coverage by corresponding period of delay

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 6 of 14

8.0 INSURANCE

8.1 Insurance from port of shipping/delivery will be covered by openers and declaration shall be made by
the beneficiary to Insurance Company i.e. M/s National Insurance Corporation NIC Building, Abbasi
Shaheed Road. off Shahrah-e-Faisal Road, Karachi (Pakistan) , Fax : 0092-21-9202734 and Dy. Chief
Accountant (Imports),OGDCL, Islamabad, Fax No. 0092-51-9209803-07, immediately after shipment
giving full details of shipment as follows;
i) Contract number
ii) Insurance cover note number and date
iii) Quantity
iv) Description of equipment/material and value
v) Name of the vessel
vi) Bill of lading number and date
vii) Port of loading
viii) Date of shipment
ix) Expected date of arrival at Karachi Port

8.2 The equipment/material supplied under the Contract shall be fully insured for transportation from
Suppliers works to Jhal Magsi Site. (Applicable for local bidder)

9.0 TRANSPORTATION

9.1 Where the Supplier is required under the Contract to deliver the Amine Unit on FOB basis, transport
of the equipment, upto and including the point of putting the equipment on board of the vessel at the
specified port of loading, shall be arranged and paid for by the Supplier, and the cost thereof shall be
included in the Contract Price.

9.2 Where the Supplier is required under the Contract to deliver Amine Unit on CFR basis, transport of the
Amine Unit to Karachi (Pakistan) shall be arranged and paid for by the Supplier, and the cost thereof
shall be included in the Contract Price.

9.3 Supplier is required under the Contract to deliver the equipment/material at Jhal Magsi Site. The
transportation and Insurance cost shall be specified in the Contract and shall be arranged and paid for
by the Supplier. (Applicable for local bidder)

9.4 The transportation shall be made by the Supplier in accordance with the terms specified by OGDCL in
its Scope of Work and Specifications.

9.5 No shipment shall be made without the prior authorization of OGDCL. Any unauthorized shipment will
either be returned without prior notice or stored by OGDCL at the Supplier's expense and risk.

The Supplier shall submit to OGDCL one (1) week before shipment:
– A list of packages which by virtue of their nature, size or weight may give rise to difficulties in
transport or handling.
– The probable time table of shipment in accordance with the schedule so that deliveries are
made in the most convenient order for Site Work.

10.0 SPARE PARTS


The Supplier shall propose in the Bid recommended list of spare parts required during two years of
satisfactory operation of the Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System
and D-min Water System). The Supplier should ensure an arrangement where by the spare parts
inventory/backup facilities for the Amine Unit is maintained for minimum period of two (02) years
years. In the event of termination of production of spare parts an advance notification should be
given to OGDCL giving sufficient time enabling it to procure the required spare parts and following
such termination, furnishing at no cost to OGDCL, the blue prints, drawings and specifications of the
spare parts

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 7 of 14

11.0 WARRANTY

11.1 The Supplier warrants to OGDCL that the supplied equipment under this Contract shall be brand new,
designed, manufactured/fabricated as per requirements and fit for the intended purpose. The
supplied equipment shall have no defect arising from design, materials or workmanship or from any
act or omission of the Supplier that may develop under normal use of the supplied equipment under
the conditions prevailing at the project site.

11.2 The foregoing warranty shall be remain valid for a period of twelve (12) months from the date of
completion of Performance Test of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare
System and D-min Water System) or Twenty Four (24) months from the date of shipment, whichever
occurs first.

11.3 If the supplied equipment fails to meet the warranty conditions set forth in Clause 11.1 OGDCL shall
promptly notify the Supplier in writing about the defects and claims under the warranty. Upon receipt
of such notice the Supplier shall within the time specified by OGDCL repair/ replace the defective
material and or portion of works, with no cost or expense to OGDCL. The repaired or replaced
material or works shall be warranted by Supplier for further twelve (12) months from the date of
repair(s) or replacement(s).

If the Supplier having been notified, fails to remedy the defect(s) within the specified time, OGDCL
shall proceed to take remedial actions as may be necessary, at the Supplier’s risk and cost. All costs
thereof shall be charged to the Supplier or recovered from performance bond. The Supplier shall have
no objection to the above and hereby acknowledges the rights of OGDCL to recover such sums as a
debt due to OGDCL from defaulting Supplier. It is understood that in this case the Supplier shall not
be relieved from the provided warranties and contractual obligations.

11.4 The Supplier shall also provide back-up guarantee of respective original manufacturer of equipment.

12.0 PRICE
Price charged by the Supplier for equipment/material delivered under the Contract shall not vary
from the prices quoted by the Supplier in his bid.

In consideration of the due performance of the obligations of the Supplier under the Contract, OGDCL
shall pay the Supplier an amount of US$_____________ or Pak Rupees_____________for Design,
Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas
Flare System and D-min Water System) as per Scope & Specifications.

The above price of the Contract covers the total payment for Supplier’s obligations under the
Contract.

This price shall be firm lumpsum price and not subject to any escalation or alteration regardless of
any circumstances whatsoever even unforeseeable at present. The price shall include duties, taxes
and levies payable on equipment, machinery and other items and services being supplied/provided
under the Contract in country of origin/ exporting country and the Supplier will assume full and
exclusive liability on this account.

OGDCL shall provide boarding/lodging and transport to supplier’s representatives, visiting the Jhal
Magsi Project Site for providing Commissioning and expert specialized services. The boarding/lodging
will be provided at Jhal Magsi Project Site. The transport will be provided at site from and to nearest
civil airport.

The withholding tax deductions shall be made as per prevailing laws/ regulations.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 8 of 14

13.0 PAYMENT

13.1 The payment of the Contract Price shall be made by OGDCL through two separate irrevocable letters
of credit (L/C) i.e. First for Supply of equipment and Second for Services. The Letter of Credits to be
established in accordance with the requirements of State Bank of Pakistan, Custom authorities and
other government organizations in Pakistan and direct bank transfer. The terms and conditions of L/C
is given in Attachment-I.

The Bank charges for establishment of L/C, additional confirmation and any subsequent amendments
in L/C will be borne as follows:
a) All charges of the Bank for letter of credit opening will be borne by OGDCL.
b) All charges of the Corresponding Bank such as negotiation of documents, adding confirmation to
credit etc. will be to the account of beneficiary/Supplier.
c) All Bank charges for any amendment/extension in L/C or revalidation of L/C if required
extension will be to the account of Supplier.

The Contract Price shall be paid by OGDCL as per following terms:

A) Supply of Equipment

First irrevocable Letter of Credit (L/C) in currency of Contract shall be established in favour of
Supplier through a Pakistani bank and with Supplier’s correspondent bank for the contract price of
supply of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) including spares and optional items. The L/C shall be valid for a period of twelve
(12) months. The payments terms of L/C are as follows:

– Ten (10) percent of the Contract Price for Supply of Amine Sweetening Unit (Complete Amine
unit with Acid Gas Flare System and D-min Water System) including Spares and optional items
shall be paid by OGDCL to Supplier as down (advance) payment against a Bank Guarantee of
equivalent amount as per format given in Attachment-II issued by a Scheduled Pakistani Bank
or International Bank operating in Pakistan acceptable to OGDCL. The down (advance) payment
shall be effected on submission of Supplier’s down (advance) payment original invoice duly
verified by OGDCL

This Bank Guarantee shall be valid upto the successful Commissioning of Amine Sweetening
Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System) and issuance
of Provisional Acceptance Certificate.

– Ten (10) percent of Contract Price for Supply of Amine Sweetening Unit (Complete Amine unit
with Acid Gas Flare System and D-min Water System) including Spares and optional items shall
be paid by OGDCL after design review meetings and Hazop study on submission of agreed
Minutes of Meetings (MOM) and Hazop study reports.

– Fifty Five (55) percent of Contract Price for Supply of Amine Sweetening Unit (Complete Amine
unit with Acid Gas Flare System and D-min Water System) including Spares and optional items
shall be paid by OGDCL on shipment of the complete equipment/package.

The payment under the L/C shall be effected upon submission of following documents upon
each shipment of equipment/package component:

i) Clean board ocean vessel bills of lading. (applicable for foreign bidder)
ii) Full set of clean Truck receipt (applicable for local bidder)
iii) Original detailed invoice showing equipment/package description, quantity unit price
and total price strictly in line with the Contract.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 9 of 14

iv) Packing list


v) Third Party Inspection certificates
vi) Certificate and list of measurements and weight gross/net.
vii) Mill Inspection/Quality Certificate.
viii) Insurance declaration.
ix) Warranty Certificate
x) Certificate of origin.
xi) Third party Inspection Certificate
xii) Technical Catalogue/Literature etc.

– Ten (10) percent of the Contract Price for Supply of Amine Sweetening Unit (Complete Amine
unit with Acid Gas Flare System and D-min Water System) including Spares and optional items
shall be released under the L/C upon delivery of Complete Packages at Karachi Port,
Pakistan (applicable for foreign bidder) or at Jhal Magsi Site (Applicable for local bidder) and
on submission of Supplier’s original invoice with delivery challan accompanied by OGDCL
certificate that the complete equipment/package has been delivered at Karachi Port,
Pakistan (applicable for foreign bidder) or at Jhal Magsi Site (Applicable for local bidder).

– Fifteen (15) percent of the Contract Price for Supply of Amine Sweetening Unit (Complete
Amine unit with Acid Gas Flare System and D-min Water System) including Spares and
optional items shall be released after thirty (30) days of successful commissioning of Amine
Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
and issuance of Provisional Acceptance Certificate by OGDCL and submission of Supplier’s
original invoice verified by OGDCL and accompanied by OGDCL’s Acceptance Certificate.

B) Services
Second irrevocable Letter of Credit (L/C) in currency of Contract shall be established in favour of
Supplier through a Pakistani bank and with Supplier’s correspondent bank for the contract price of
providing Services. The payments terms of L/C are as follows:

Supervision of Installation/Erection, Pre-Commissioning, Commissioning, Start-up & Testing


The lumpsum charges for supervision of installation/erection, pre-commissioning, commissioning,
start-up, testing and training at site of Amine Sweetening Unit (Complete Amine unit with Acid Gas
Flare System and D-min Water System) after successful commissioning of the unit on issuance of
Provisional Acceptance Certificate shall be paid by OGDCL against Supplier’s invoice duly verified
by OGDCL.

Training at Site
The lumpsum charges for training after completion of training shall be paid by OGDCL against
Supplier’s invoice duly verified by OGDCL.

Supplier’s request(s) for payment shall be made to OGDCL in writing accompanied by an invoice
describing, as appropriate, the equipment delivered and services performed, and by shipping
documents, submitted pursuant to relevant clauses and upon fulfillment of other obligations
stipulated in the Contract.

14.0 AGENCY COMMISSION

14.1 OGDCL will not pay any commission to any Bidder or his local agent against this tender and/or
resulting Contract in local or foreign currency whatsoever.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 10 of 14

15.0 AMENDMENTS

15.1 No variation in or modification of the terms of the Contract shall be made except by written
amendment signed by the parties.

16.0 ASSIGNMENT

16.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract,
except with prior written consent of OGDCL.

17.0 DELAYS IN THE SUPPLIER'S PERFORMANCE

17.1 Delivery of the Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) shall be made by the Supplier in accordance with the time schedule specified in the
Conditions of Contract.

17.2 An unjustified prolonged delay by the Supplier in the performance of his delivery obligations shall
render the Contract liable to any or all of the following sanctions:

– imposition of liquidated damages;


– forfeiture of performance security
– and/or termination of the Contract for default

17.3 If at any time during the performance of the Contract the Supplier should encounter conditions
impeding timely delivery of the Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare
System and D-min Water System) and performance of the Services, the Supplier shall promptly notify
the OGDCL in writing of the fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the notice from the Supplier, the OGDCL shall evaluate the situation and
may at its discretion extend the Supplier's time for performance, in which case the extension shall be
ratified by the parties by amendment of the Contract.

18.0 LIQUIDATED DAMAGES FOR DELAY

18.1 Subject to Clause 20.0 of these Conditions of Contract, If the supplier fails to deliver any or all of the
goods within the delivery schedule, OGDCL without prejudice to other remedies under Contract,
deduct from the due payment from (L/C) or Performance Bond as liquidated damages, a sum
equivalent to 1.0 percent of the Contract value per week or part there of for first two weeks. 1.5
percent per week for next two weeks and 2.5 percent per week exceeding five weeks up to maximum
extent of 10 percent of Contract value. In addition to above if contracted goods are not received in
accordance with the contractual delivery schedule and emergency material/stock have to be
procured from the alternate sources at short notice, the supplier shall be bound to pay OGDCL, the
entailing expenditure accrued as such. Further penalty shall be imposed for late delivery as provided
in the contract/work order.

19.0 TERMINATION FOR DEFAULT

19.1 OGDCL may, without prejudice to any other remedy for breach of Contract, by written notice of
default sent to the Supplier, terminate this Contract in whole or in part provided that:

a) The Supplier fails to deliver equipment within the time periods(s) specified in the Contract, or
any extension thereof granted by OGDCL; or

b) The Supplier fails to perform any other obligations(s) under the Contract, and provided that the
Supplier in either of the above cases does not remedy his failure within a period of ten days
after receipt of the default notice.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 11 of 14

19.2 In the event, OGDCL terminates the Contract in whole or in part pursuant to Clause 19.1, OGDCL may
procure, upon such terms and in such manner, as he deems appropriate, material similar to those
undelivered, and the Supplier shall be liable to any excess cost for such similar material, which may
be deducted from his Bank Guarantee.

20.0 FORCE MAJEURE

This Contract is subject to force majeure. Force majeure are contingencies caused by neither of the
parties and which are enforceable at the time of concluding this Contract and are uncontrollable and
render further performance of contractual obligations impossible or impracticable. This includes acts
of God, acts of war, acts of Government, blockades, revolutions, strikes, civil disturbances, riots,
floods, power breakdown but is not limited thereto.

Upon the occurrence of such contingency, the party suffering there from, shall immediately but in no
case later than seven (7) days from the occurrence of such contingency, give the other party notice in
writing of the happening of such event. Such notice shall be accompanied by relevant proof thereof.
Neither party shall be deemed to be in default of its contractual obligations if performance thereof is
prevented by force majeure and the time limits, if any, laid down for the performance of such
obligation shall accordingly be extended by a period equal to that during which the force majeure
contingencies remain in force.

If the force majeure contingencies continuously last for seven (7) days, both parties will discuss
necessary arrangements for further implementation of the Contract and either party shall be entitled
to terminate this Contract by giving seven (7) days written notice to the other. Such termination shall
be without prejudice to the respective rights and obligations for the parties which arise prior to
termination. In case of termination of the Contract OGDCL or Supplier shall present a detailed
account of their respective claims which shall be settled by negotiations. If no settlement is reached
by negotiations, the matter shall be referred to Arbitration.

21.0 TERMINATION FOR INSOLVENCY

21.1 OGDCL may at any time terminate this Contract by giving written notice to the Supplier, without
compensation to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent, provided that
such termination shall not prejudice or affect any right of action or remedy which has accrued or will
accrue thereafter to the OGDCL

22.0 TERMINATION FOR CONVENIENCE

22.1 OGDCL may, by written notice to the Supplier, terminate the Contract, in whole or in part, at any
time at its convenience. The action of termination shall specify that the termination is for the
convenience of the OGDCL, the extent to which performance of work under the Contract is
terminated, and the date upon which such termination becomes effective.

22.2 The equipment that are complete and ready for shipment within 30 days after receipt of notice of
termination by the Supplier, shall be purchased by the OGDCL at the Contract terms and prices. For
the remaining equipment the OGDCL may elect:

i) to have any portion completed and delivered at the Contract terms and prices; and/or
ii) to cancel the remainder and pay to the Supplier an agreed amount for partially completed
equipment and for materials and parts previously procured by the Supplier.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 12 of 14

23.0 RESOLUTION OF DISPUTES

23.1 If any difference or dispute arises out of or in connection with the Contract the OGDCL and the
Supplier shall make every effort to resolve amicably by direct informal negotiations.

23.2 If, after thirty (30) days from the commencement of such informal negotiations, the OGDCL and the
Supplier have been unable to resolve amicably a Contract dispute, the dispute may be referred to
Arbitration of two arbitrators, one arbitrator to be appointed by each party. In case of disagreement
between the arbitrators, the matter shall be referred to an Umpire to be appointed by the arbitrators
prior to their entering upon the reference. The Umpire shall be a retired judge of High Court or the
Supreme Court of Pakistan. The venue of arbitrator shall be Islamabad, Pakistan. Such Arbitrators and
Umpire shall together proceed to adjudicate the dispute in accordance with the Pakistan Arbitration
Act, 1940, as amended from time to time. The award shall be final and binding on the parties.

23.3 The Contract shall be governed by Pakistani Law and the arbitration language shall be English.

23.4 The Supplier shall not suspend the performance of its responsibilities and obligations under the
Contract unless authorized by the OGDCL in writing to do so.

24.0 GOVERNING LANGUAGE

24.1 The Contract shall be written in English language. All the communications and notifications between
the OGDCL and the Supplier as well as all documents, drawings, instructions, manuals and any other
writings, which are exchanged between the parties shall be written in English language.

25.0 PERFORMANCE BOND/BANK GUARANTEE

25.1 Within ten (10) days of the receipt of notification of intent to award the Contract from OGDCL, the
successful Bidder shall furnish a Performance Bond in the Form of Bank Guarantee for an amount of
ten (10) percent of the Contract Price in US Dollars (for foreign bidder) or in Pak Rupees (for local
bidder).

25.2 As a guarantee for the faithful performance of the obligations under the Contract, the Supplier shall
establish such Guarantee in favor of OGDCL as per Contract Documents.

25.3 The said Guarantee and the terms of the said security shall be in accordance with format given in
Annexure-XIII. The procurement of such guarantee and the cost of the security to be so entered into
shall be at the expense of the Supplier.

25.4 The proceeds of the Performance Bond/Guarantee shall be payable to OGDCL as compensation for any
loss resulting from the Supplier’s failure to fulfill its obligations under the Contract (including
warranty/performance guarantee).

25.5 The Performance Bond/Guarantee shall be released to the Supplier after twelve (12) months from the
date of completion of Performance Test of Amine Unit or Twenty Four (24) months from the date of
shipment, which ever occurs first provided that the Supplier has performed and fulfilled
warranty/obligations in pursuance of the Conditions of the Contract, to the entire satisfaction of
OGDCL. If Supplier is unable to meet its obligations the Performance Bond/Guarantee will be
extended or encashed as per OGDCL’s discretion.

26.0 PERFORMANCE GUARANTEE & TEST

26.1 The Supplier shall guarantee that the Amine Sweetening Unit (Complete Amine unit with Acid Gas
Flare System and D-min Water System) being supplied is of sufficient size capacity and proper
material to fulfill satisfactorily operating conditions specified in the datasheets/specifications.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 13 of 14

26.4 A Performance Test will be conducted on mutually agreed dates after commissioning to establish
Performance as per requirements indicated in data sheets. After completion of Performance Test the
OGDCL will issue a Provisional Acceptance Certificate (PAC). The Performance Test shall be
performed within 60 days from the start-up of Amine Sweetening Unit (Complete Amine unit with Acid
Gas Flare System and D-min Water System).

26.5 For testing Plant site instrumentation/ equipment will be utilized. If supplier wants any other
procedure then he has to built-in his design and arranges any relevant specialized tool required for
the test.

26.3 If the Amine Sweetening Unit does not achieve performance guarantee requirements, the Supplier
shall take remedial actions at its own cost shall carry out repairs, modifications and replacements to
enable the modified unit to meet the desired level of performance requirements.

26.6 If after all such remedial actions the Amine Sweetening Unit still fail to meet performance guarantee
requirements during three (3) months period the Supplier shall pay to OGDCL as Liquidated Damages
and not as a penalty an amount equal to two (02) percent of the contract price for each one (1) PPM
increase of H2S in Sweet Gas against guaranteed figure of 4 PPM.

27.0 NOTICES

27.1 Any notice given by one party to the other pursuant to the Contract shall be given in writing or by fax
and confirmed in writing to the address specified in 27.3.

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

27.3 For the purpose of all notices, the following shall be address of the OGDCL and Supplier:

Supplier (To be filled in at the time of Contract Signature)


_____________________________________________________________________

28.0 TAXES, DUTIES, FEES AND OTHER LEVIES

28.1 Any taxes, duties, fees, levies and other relevant charges, present or future, assessed or payable
outside Pakistan by the Supplier for equipment and material being supplied and/or by the expatriate
personnel deputed by the Supplier in connection with the services performed under the Contract shall
be the exclusive responsibility of the Supplier. (applicable for foreign bidder)

28.2 Any taxes, duties, fees, levies and other relevant charges, present or future, assessed or payable
inside Pakistan by the Supplier for equipment and material being supplied and/or by the expatriate
personnel deputed by the Supplier in connection with the services performed under the Contract shall
be the exclusive responsibility of the Supplier. (applicable for local bidder)

28.3 The Supplier shall be responsible and pay all taxes on its income outside Pakistan under the Contract
and under the laws of Pakistan.

28.4 The Supplier shall also be responsible for any income taxes levied on the, Supplier’s expatriate
personnel, under the laws of Pakistan and for all social security issuances and other contributions for
the Supplier’s expatriate personnel regardless of whether such contributions are levied on employer
or employee or both in Pakistan.

28.5 The Supplier shall indemnity OGDCL against any claim, which might occur due to noncompliance by
Contract of any legal obligation regarding the taxes, duties, fees, levies, or other charges, including
any other payments to the Government or Governmental Agencies.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Section-V (Conditions of Contract)
Sheet 14 of 14

29.0 ACCEPTANCE CERTIFICATES

29.1 Provisional Acceptance Certificate


The Provisional Acceptance Certificate will be issued by OGDCL in one (01) week time after successful
commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) and performance achieving the guarantee requirements. If performance guarantee
requirements are not achieved then the liquidated damages for default in performance as detailed in
Clause 26.0 will be charged.

29.2 Final Acceptance Certificate


The final acceptance certificate shall be issued by OGDCL after twelve (12) months from the issuance
of Provisional Acceptance Certificate.

30.0 CHANGE ORDERS

30.1 OGDCL may at any time, by a written order given to Supplier make changes within the scope of the
Contract in any one or more of the following:

i) Drawings, design or specifications.


ii) Addition or deletion in scope of supply.

30.2 If any such change causes an increase or decrease in the cost of, or the time required for Supplier’s
performance of any part of the Contract, an equitable adjustment (to be mutually agreed) shall be
made in the Contract Price or Project Completion Schedule, or both, and the Contract shall
accordingly be amended. Any claims by Supplier for adjustment under this Clause must be asserted
within 30 days from the date of Change Orders.

31.0 APPLICABLE LAWS

The Contract shall be interpreted in accordance with the law applicable in the Islamic Republic of
Pakistan.

Jhal Magsi Development Project – Design, Fabrication, Supply and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min Water System)
Conditions of Contract
Page 1 of 4

ATTACHMENT-I

TERMS AND CONDITIONS OF THE L/C TO BE STRICTLY COMPLIED BY THE BENEFICIARY

(For CFR by Sea Basis)

1. CONSIGNEE
The material must be consigned to Chief Stores Officer. Oil & Gas Development Company Limited,
Plot No.21, West Wharf Road, Karachi. Telephone No. 021-2313119-23. Fax No. 021-2311040.

2. PACKING
The Packing of the material must conform to the International Standards.

3. MARKING

3.1 All Packages/Boxes must bear the Purchase Order No. as shipping Marks, Country of Origin and
Weight in Kilograms (Gross/Net). The marks must tally with shipping documents like B/L and
manifest there should not be any difference.

3.2 In addition to the above mentioned shipping marks, the following procedure of color code
marking to be adopted / made on each side of the package/box/container while dispatching the
material:-

“There will be an isosceles triangle with or less than six inches side, triangle and letters will be in
black. On bid packages/boxes/container, the sides or triangle and letters will be increased
appropriately. Underneath the triangle there will be two color code bars in “GREEN” color size
1/2
six inches in light and 1 ” in width. If the above color codes marking is not
appropriate/suitable, the sizes and color may be changed”

4. SHIPPING DOCUMENTS
Shipping documents shall normally consist of the following:

4.1 Clean Bill of Lading.

4.2 Detailed invoice showing commodity description, quantity, unit/total price, total No. of
packages, etc. etc containing original signatures.

4.3 Packing List, (Showing total number of packages, gross/net weights & measurement and Box
No. in case of more than one boxes such as Box No. 1/10, 2/10......... 10/10 and so on and
details of material in each box.

4.4 Certificate of origin.

4.5 Certificate of measurement & weights, verified/issued by the Chamber of Commerce of


exporting countries.

4.6 Mill Inspection/quality certificate/test report showing analysis (in case of chemical only).

4.7 Certificate of compliance certifying that the materials supplied conform to the Contract
specification and are brand new.

4.8 Certificate of compliance of the credit terms as per Clause 2 (above) in respect of Packing.

4.9 Insurance declaration. A copy of the Fax sent to Insurance Co. in compliance to Clause 9.

4.10 Parts Catalogue, Brochures, Technical Literature of the material supplied.

Terms & Conditions of L/C


Conditions of Contract
Page 2 of 4

4.11 A Copy of the Fax sent in compliance to the Clause 7.1.

4.12 Certificate from 3rd party inspector issued by any one of the following:
1. Lloyds.
2. SGS
3. Moody International
4. Velosi

5. INSTRUCTIONS FOR COMPLETING SHIPPING DOCUMENTS

5.1 The shipping invoice should be marked on top in capital words.

a) Complete, first and last consignment (if all the contractual material is shipped in one
lot).

b) First partial Shipment/Second partial shipment (and so on) Final and last shipment as
the case may be if shipments are effected in parts.

5.2 All invoices should be signed, and must indicate value of the each item total value & also
show 'SHIPPING MARKS' as provided in the contract.

6. SHIPMENT INTIMATION

5.1 The beneficiary within 24-48 hours of making shipment must send Fax to:

i. Chief Stores Officer, Plot No. 21 West Wharf, Karachi. Fax No. 021-2311040.

ii. Manager (Procurement)-Foreign, OGDCL House Plot NO. 3 (New No. 3013) F-6/G6, Blue
Area, Jinnah Avenue, Islamabad, Fax No. 0092- 51-9209803-7 intimating them the
following;

a) L/C number and Contract No.


b) Name of the Ship and Shipping line.
c) Bill of Lading No. and Date
d) Total CFR value of the consignment shipped.
e) Port of shipment.
f) No. of boxes/package/pieces etc.
g) Net and gross weights.
h) Expected time of arrival (ETA) of ship.

7. INSTRUCTION REGARDING TRANSMISSION/NEGOTIATION OF SHIPPING DOCUMENTS

7.1 ORIGINAL/NEGOTIABLE DOCUMENTS

a) The beneficiary immediately upon making shipments(s) should negotiate the original
clean shipping documents free from any discrepancy with negotiating bank as indicated
in the L/C.
b) If clean documents free from discrepancy are not negotiated within negotiation period
mentioned in the L/C. or if the documents are withheld by the Bank on account of any
discrepancy whatsoever the demurrage or financial impact if any incurred due to late
negotiation of clean documents will be on beneficiary's account.
c) Original/negotiable documents must contain at least four sets of the shipping documents
mentioned under Clause No. 5 above including one set of the parts catalogue, brochures,
technical literature, etc., invariably.
d) The original shipping documents should be dispatched through courier service by the
negotiating bank at the beneficiary's cost within 24-48 hours after receipt from the
beneficial.

Terms & Conditions of L/C


Conditions of Contract
Page 3 of 4

e) The discrepant documents with minor discrepancies will be accepted subject to the
consent of Procurement Department to facilitate prompt clearance of the consignment
on the condition that demurrage, if any. Due to the discrepancies reported by L/C
opening bank will be on beneficiary account.

7.2 NON-NEGOTIABLE DOCUMENTS

Six complete sets of non-negotiable shipping documents including one set of parts
catalogue brochures/technical literature etc. should be received by the following
immediately upon shipment is effected:

MANAGER PROCUREMENT – (Foreign)


OIL & GAS DEVELOPMENT COMPANY LIMITED
OGDCL House Plot No. 3 (New No. 3013)
F-6/G6, Blue Area, Jinnah Avenue, Islamabad,
Phone No. 0092-51-9207461, 920023593
Fax No. 0092-51-9207530, 9209673

Two complete sets of non-negotiable shipping documents along with one set of parts
catalogue brochure/technical literature etc. should be received by the following
immediately upon shipment is effected:

CHIEF STORES OFFICER


OIL & GAS DEVELOPMENT COMPANY LIMITED
PLOT N0.21. WEST WHARF ROAD,
KARACHI (PAKISTAN).
Phone No. 0092-21-2313119-23, 2311108,
Fax No. 0092-21-2311040

The shipping documents should be couriered through any good reliable courier
company at shippers cost so that the same must be received at least 10 days before
arrival of the vessel.

8. INSURANCE

Insurance from port of shipping/delivery will be covered by openers and declaration shall be made by
the beneficiary to Insurance Company i.e. M/s National Insurance Corporation NIC Building, Abbasi
Shaheed Road. off Shahrah-e-Faisal Road, Karachi (Pakistan) , Fax 0092-21-99-202734 and Chief
Accountant (Imports),OGDCL, Islamabad, Fax No. 0092-51-9209803-07, immediately after shipment
giving full details of shipment e.g. value of shipment description of material, name of vessel. B/L No.
with date, port of shipment, contract and Letter of Credit Numbers.

9. DEMURRAGE DUE TO DELAY IN RECEIPT OF ORIGINAL/ NEGOTIABLE


DOCUMENTS/TRANSSHIPMENT AND SHIPPING LINES AGENTS:

9.1 If clean documents are not negotiated within negotiation period of the L/C or documents are
withheld by bank on account of any discrepancy, the demurrage charges- if any incurred due
to late negotiation of the clean documents and paid by the OGDCL will be realized from the
beneficiary directly by raising debit advice, or by deducting the amount paid from the L/C
value or by encashing Performance Bond (if provided) to the extent of demurrage amount. In
case the demurrage amount exceeds the value of Performance Bond the balance amount will
be payable by the beneficiary.

9.2 Transshipment is totally prohibited under this L/C. The beneficiary must ensure that no
transshipment takes place against this L/C. any demurrage paid by OGDCL due to
transshipment will be on beneficiary's account.

9.3 Any demurrage paid by OGDCL due to inconsistency in B/L and manifest will be recovered
from beneficiary.

10. LIQUIDATED DAMAGES


If the supplier fails to deliver any or all of the goods within the delivery schedule, OGDCL without
prejudice to other remedies under Contract, deduct from the due payment from (L/C) or
Performance Bond as liquidated damages, a sum equivalent to 1.0 percent of the Contract value per

Terms & Conditions of L/C


Conditions of Contract
Page 4 of 4

week or part there of for first two weeks. 1.5 percent per week for next three weeks and 2.5 percent
per week exceeding five weeks up to maximum extent of 10 percent of Contract value. In addition to
above if contracted goods are not received in accordance with the contractual delivery schedule and
emergency material/stock have to be procured from the alternate sources at short notice, the
supplier shall be bound to pay OGDCL, the entailing expenditure accrued as such. Further penalty
shall be imposed for late delivery as provided in the contract/work order.

11. PERFORMANCE BANK GUARANTEE


Payment against this credit will not be released by the corresponding bank to the beneficiary till
receipt of copy of performance bond required to be submitted to OGDCL against the contract against
which this letter of credit has been established.

12. AMENDMENT/EXTENSION OF L/C


The beneficiary will positively confirm shipment of all ordered materials within L/C validity or made
request for extension of shipment and negotiation dates at least 15 to 30 days prior to the expiry of
L/C. If shipment is not effected within L/C validity or request for extension is not received 15 to 30
days prior to expiry of L/C validity, no request for grant of extension in shipment and negotiation
period will be entertained under any circumstances. In case of extension in shipment/negotiation
period, the beneficiary will be required to extend the validity of his performance bond (if provided)
accordingly. All charges on this account will be on beneficiary's account.

13. CHARGES FOR L/C ESTABLISHMENT

13.1 All Charges of the bank for credit opening will be borne by the OGDCL.

13.2 All charges of corresponding bank such as negotiation of documents, adding confirmation to
credit etc. will be to the account of beneficiary.

13.3 All charges for amendments/extension in L/C will be to the account of beneficiary.

Terms & Conditions of L/C


Conditions of Contract
Sheet 1 of 1

ATTACHMENT-II

BANK GUARANTEE FOR


ADVANCE (DOWN) PAYMENT

Oil & Gas Development Company Limited Guarantee No……………


OGDCL House, Jinnah Avenue, Blue Area, Date of issue…………….
Islamabad (Pakistan) Date of expiry………….
Amount………………….
Dear Sirs,

Since you have awarded M/s (Name and address of Contractor) hereinafter called “The Contractor” Contract
No. _________________ dated __________ hereinafter called “The Contract” for Design, Fabrication, Supply
and Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) for Jhal Magsi Development Project.

AND WHEREAS you have agreed to pay to the Contractor an Advance (Down) Payment of US$.____________ or
in Pak Rs. ________ against a bank guarantee for safeguarding the earlier mentioned Advance (Down)
payment.

AND WHEREAS we ______ (the Guarantor) hereby irrevocably and unconditionally guarantee the payment to
you of US$ ___________ equivalent Pak Rs. ________ representing the amount of the Advance (Down) Payment
and accordingly covenant and agree as follows:

a) Upon your first and simple demand in writing We (the Guarantor) shall immediately and forthwith pay
you the amount of guarantee without any recourse to Contractor/account party or any other party and
without any question, contestation, deferment and asking for any statement of default, reason or
justification.
b) Any payment made hereunder shall be made free and clear of, and without deduction for or on account
of, any present or future taxes, levies, imposts, duties, charges, fees, deductions or withholdings of any
nature whatsoever and by whomsoever imposed.
c) The covenants herein contained constitute unconditional and irrevocable, independent and direct
obligations of the Guarantor. No alteration in the terms of the Contract or in the extent or nature of the
work to be performed thereunder and no allowance of time by you or other forbearance or concession
or any other act or omission by you which but for this provision might exonerate or discharge the
Guarantor shall in any way release the Guarantor from any liability hereunder.
d) This Guarantee shall remain valid and in full force till successful Design, Fabrication, Supply and
Commissioning of Amine Sweetening Unit (Complete Amine unit with Acid Gas Flare System and D-min
Water System) and issuance of Acceptance Certificate or issue of statement of discharge by your
authorized representative or return of original guarantee whichever is later.
e) This Guarantee shall be binding on us and our successor in interest.
f) This Guarantee shall be construed in accordance with laws and regulations of Islamic Republic of
Pakistan.

FOR AND ON BEHALF OF

Signature & Seal

__________________________

GUARANTOR (BANK)

___________________________

Date _______________________

Address _____________________

____________________________

You might also like