Sunteți pe pagina 1din 23

1

GLOBAL EXPRESSION OF INTEREST (EOI) No. DLH/OES/EOI/NSFP/01/2018

Oil and Natural Gas Corporation Ltd. (ONGC), a Government of India “MAHARATNA” Category Enterprise, is
an integrated energy company with interests that span not only across the entire hydrocarbon value chain but
also in the emerging domains of renewable and alternative sources of energy. ONGC invites Global EOI against
EOI No. No. DLH/OES/EOI/NSFP/01/2018 for Design, Engineering, Supply, Fabrication, Erection, Testing,
Commissioning of Integrated Facilities Complex comprising of Group Gathering Station (GGS), Effluent
Treatment Plant (ETP), Water Injection Plant (WIP), Gas Compression Plant (GCP) at Nandasan Field of
ONGC Mehsana Asset, Gujarat, India.

Purpose of this Expression of Interest (EOI) is to solicit EOI responses which will enable ONGC to explore,
identify and assess suitably qualified and experienced participants to meet the objective of EOI, of completion
of the integrated facilities complex in 12 months’ time after award, to create an opportunity for such EOI
participants to potentially participate in the future ICB bidding for above work.
Interested participants having relevant experience and expertise (details available at ONGC tender portal,
https://tender.ongc.co.in ) with proven capabilities and demonstrated performance are invited to participate in
the EOI conference scheduled on 31st July 2018 at 1100 Hrs at ONGC Office at Deendayal Urja Bhavan, Vasant
Kunj, Delhi. Interested parties/participants are required to confirm their participation latest by 24th July, 2018.
Subsequent to EOI conference, EOI participants/parties shall submit the EOI proposals latest by 16 th August
2018. All Corrigenda, addenda, amendments, time extensions to the EOI will be hosted on the ONGC tender
portal, and no separate notification shall be issued in the press. Prospective participants against the EOIs are
requested to visit the ONGC tender portal regularly to keep themselves updated.
2

Index

Sl. Description Annexure


1 Brief of the Project 1
2 Eligibility & Pre-Qualification Criteria 2
3 Instruction to EOI Participants 3
4 Requirement of Documents 4
5 Site & Metrological Data: 5
6 Provisions on experience criteria in respect of Service and LSTK Contracts. 6
3

Annexure-1

1. Brief of the Project:


ONGC envisages to create new surface facilities as an Integrated Process Facilities Complex in
Nandasan Field of Mehsana Asset, in Gujarat, hereafter called Nandasan Surface facilities Project
(NSFP) comprising of:
1. GGS for processing of Oil and Gas.
2. Gas Compression Plant (GCP) with Dehydration Unit for gas.
3. Effluent Treatment Plant (ETP).
4. Water Injection Plant (WIP).
The brief about Nandasan Surface facilities Project (NSFP) including scope of work is as under:

The Nandasan Surface Facilities Project (NSFP) is part of the Nandasan Redevelopment Scheme
conceived by ONGC aiming to enhance production from Nandasan oilfield of Mehsana Asset of ONGC,
located in Gujarat State of India. In view of envisaged increased production from the field and
inadequacy/absence of existing emulsion & effluent treatment facilities at the existing GGS; ONGC
intends to create a new integrated process facilities complex with new processing facilities for well fluid,
emulsion treatment, effluent treatment, effluent disposal, water injection, Gas processing and Gas lift.
The proposed new process facilities shall have hook ups / tie-ins from existing GGS-Nandasan which is
adjacent to the proposed integrated process facilities complex NSFP. The entire work is to be carried
out on Turnkey basis involving Engineering, Procurement, Construction (EPC) and Commissioning.

2. Scope of Work:

The Scope of Work for the Turn Key contract shall include, in general but not limited to Project
management, Surveys (Pre-Engineering surveys, Post Installation Survey etc.) Residual Basic
Engineering/Process Design, Detailed Design / Engineering based on Process Package, Procurement,
Supply, Fabrication, Inspection & Expediting, Transportation of all equipment/materials to the work site,
Storage, Dismantling/ Modification of existing facilities (wherever applicable), Site grading & Levelling,
Construction (Civil and Structural), Fabrication, Erection/Installation of equipments, Pipeline/Piping,
Hook up, Painting, Insulation, Instrumentation, Electrical Works, Mechanical Completion, Hydro- testing,
Testing Pre-Commissioning and Commissioning etc. as per details in the Bid package.

Broad requirements of the facilities under the project are as under:

A. Group Gathering Station (GGS): The Well Fluid emulsion processing facilities at Nandasan GGS
will be designed to handle Oil @ 682 m3/day, Produced water @ 2518 m3/day and associated gas
@ 5,00,000 SCMD.
4

B. Effluent Treatment Plant (ETP): An Effluent Treatment Plant (ETP) of capacity @ 3200 m3/day is to
be provided; wherein the treated water from the ETP will be partially sent to Water injection Plant
(WIP) and rest will be sent for disposal into Effluent disposal (ED) wells.
C. Water Injection Plant(WIP): Water Injection Plant (WIP) is to be designed for 2100 m3/day capacity,
wherein water is to be injected into formation at two different pressures i.e. 60-80 kg/cm2g and 100-
120 kg/cm2g; hence two different configurations of pumping are to be provided.
D. Gas Compression Plant: Low pressure as well as high pressure gas compression facilities
@ 5, 00,000 SCMD and 3, 60,000 SCMD respectively with Gas Dehydration Unit of 5,00,000 SCMD
are also to be created and integrated.

A Distributed Control System (DCS) is envisaged for safe operations and maintaining all the operating
parameters. Chemical dosing requirements during various stages of processes shall inter-alia comprise
Carbonate scale inhibitor, Demulsifier, Oil Corrosion inhibitor, Gas Corrosion Inhibitor etc. As for other
plant side systems/equipment; Instrument air system, Service water system, Inert gas storage system,
Diesel Gen set, Fire and gas detection system, Fire water system, Closed Blow Down and Oily Water
Sewer system, Storm Water Drain system etc. are to be provided as part of EPC, Turnkey work. A
separate work package comprising various pipelines (viz; well fluid, gas lift, water injection, effluent
disposal) is being taken up by ONGC, which shall be interfaced with the facilities envisaged in this bid
document.

3. Objective of EOI:
The objective of this EOI is to explore the market conditions, challenges and requirements for completion
of the NSFP project in 12 Months’ time after award of turnkey project as per above broad Scope of Work
and requirements, leveraging pre-fabrication and maximum usage of Package Based/Modular skid
mounted process equipments and construction techniques to minimize in-situ construction and space
requirements.

4. Deliverables: This EOI process seeks to obtain the following deliverables in consideration of the
objective specified above:

i. Time: The main focus and deliverable of EOI process is to achieve the objective of achieving
scheduled completion in 12 months’ time after award of work. The Assured ONGC inputs to be
provided are specified in Annexure-5 of the EOI document. The EOI participants are expected
to leverage use of proven technology, Use of Modular and Skid mounted packages for facilities
and use of proven technology in construction and project management techniques to achieve
the desired completion schedule.

ii. Technical: EOI participants/parties are required to explain the “technological, technical,
process concept” of the proposed integrated process complex with requirements specified as
above with Process Flow Diagrams (PFD). The indicative list of equipments/packages and other
supporting documents listed in Annexure-4 and Annexure-5 of the EOI document.
5

iii. Organisational: EOI participants/parties are required to explain the resource deployment
requirements, Methodology/ business processes, Project Management methodology to be
adopted for Engineering, Procurement, Construction & Commissioning, scheduling of NSFP to
meet the stated EOI objective with supporting documents listed in Annexure- 5.

5. Battery Limit Conditions/Process Parameters/ ONGC inputs to be provided:


Details of Battery Limit conditions, input/output process parameters, Indicative/Suggestive List of major
equipment & packages to be engineered, procured, installed and commissioned, ONGC inputs to be
provided including the site conditions and Metrological Data is provided at Annexure-5.
6

Annexure-2

Eligibility & Pre-Qualification Criteria* : Interested participants/parties meeting the following criteria should
respond to this EOI :

1. Technical:

EOI participant must have completed similar EPC contracts on Turnkey basis either through a single
contract or separate contracts covering complete scope of work mentioned below. Activities of Project
Management, Design & Engineering, Procurement, Construction, Testing & Commissioning must have
been done in each such project
a) Complete train of Oil & Gas separation and handling facilities of capacity 600 m³/day (minimum)
Oil or Oil equivalent gas OR
b) At least one (1) Effluent Treatment Plant (ETP) for treatment of Oil in water with sludge handling
facility of 1000 m3/ d (SCMD) OR
c) At least one (1) Gas Dehydration package (TEG based) of minimum 250000 M3/D (SCMD)
capacity OR
d) At least one (1) Gas Compression plant of minimum 250000 m3/D (SCMD) capacity.
over the last 10 (Ten) years and handed over/ commissioned prior to the date of submission of EOI
document. The works submitted as experience for a), b), c) & d) above must have been carried out in
any Group Gathering Station (GGS)/ Gas Collection Station (GCS)/ Gas Processing Plant/ Gas
Compressor Plant (GCP)/ Gas Booster Station/ Oil Collection Station (OCS)/ Crude Oil Refining/
Petrochemical Processing plants/ Natural Gas Processing Plants/ in Oil & Gas Industry, over the last
10 ( Ten) years ,which shall be reckoned from the date of submission of EOI and handed
over/commissioned prior to the date of submission of EOI.
2. Financial Criteria:

1 Turnover of Bidders
For LSTK / Service Contracts 50% of annualized bid value or more
2 Net Worth of Bidder
For LSTK / Service Contracts 15% of annualized bid value or more
3 Working Capital 15% of annualized bid value or more.
4 Debt equity ratio Less than 2:1

(* The detailed clauses will be intimated at the time of inviting the bids.)
7

Annexure-3
1. Instruction to EOI Participants:

a. EOI Conference: ONGC invites all eligible EOI participants to EOI conference at ONGC office
at Deendayal Urja Bhavan, Vasant Kunj Delhi on 31st July 2018 where EOI participants/parties
are expected to bring out any queries/requirements/clarifications to submit a comprehensive
EOI proposal to meet the stated objectives and deliverables of the EOI. The Interested EOI
parties/participants must confirm their participation to ONGC, well in advance, latest by 24th
July 2018 to enable ONGC to make necessary arrangements.

b. Last date of submission: Subsequent to EOI conference, the EOI Participants/parties shall
submit the EOI Proposals along with all supporting documents including the documents to
support their eligibility, latest by 16th August 2018.

c. Submission of EOI: The participants/ parties having relevant experience and expertise as
above are invited to submit their proposal in hard copy at the following address.

d. Communication Address:
General Manager-I/c (MM),
Onshore Engineering Services (OES),
Oil and Natural Gas Corporation Ltd.
2nd Floor, Tower B, Deendayal Urja Bhavan,
5, Nelson Mandela Marg, Vasant Kunj, New Delhi-110070,
Phone: 011-26752341, Fax: 011-26129091

e. General Instruction on Submission of EOI offer/Documents:


a) Hard copy of the proposal with covering letter as per annexed format at Annexure-4.
b) The proposal shall be properly organised and indexed with all pages numbered.
c) ONGC reserves the right to (a) accept or reject any/all offers submitted by parties (b) cancel
the process at any time without any liability and assigning any reason thereof.
d) No participant shall contact ONGC on any matter relating to its EOI offer after last date of
submission unless requested so in writing.
f. Instruction with reference to Eligibility and Pre-Qualifying Criteria* :
i. For the purpose of calculation of O & OEG (oil and oil equivalent gas); 1 Million Metric Ton
of oil shall be considered equivalent to 1 Billion Cubic Meter of gas and specific gravity of
oil shall be taken as 0.85.
ii. No part completion certificate shall be considered to meet above criteria; unless it can be
clearly established based on the internal documents pertaining to ONGC projects and / or
based on the documents submitted by the bidder that the relevant EPC scope of work has
8

been successfully commissioned by the bidder having similar complexity& this job qualifies
the above criteria. For evaluation; such EPC jobs accompanied by commissioning
certificate will be considered as completed.
iii. In case of JV/Consortium; Work experience can be considered in multiple projects
executed and completed.
e) EOI participants to note the following nature of experience to be evaluated at bidding
stage:

i. EOI participant (in case of single bidders) or


ii. Leader in case of a Consortium (comprising of two or more partners being jointly and
severally liable to the Company) or
iii. incorporated Joint Venture or one of it's members (only applicable for newly incorporated
joint ventures i.e. one which has been incorporated in the last 5 years from the date of EOI
submission)
must himself (and not through collaboration agreement or other subcontracts) have the relevant
experience for Project Management and at least one of the following main activities in one of
the completed project as stipulated above in clause 3.1 as minimum:
i. Detailed Design & Engineering.
ii. Procurement.
iii. Construction (involving Installation and commissioning).
The overall responsibility of project management of entire project shall be that of the Contractor
(in case of single bidders)/ Leader (in case of a Consortium).
Contractor shall also be required to perform by themselves and not through subcontract, Project
management and at least one of following main activities for the project:
i. Detailed Design & Engineering.
ii. Procurement.
iii. Construction (involving Installation and commissioning)
based on which they are seeking their qualification

f) EOI participants to note the following broad applicable financial eligibility criteria at
bidding stage:
1 Turnover of Bidders
For LSTK / Service Contracts 50% of annualized bid value or more
2 Net Worth of Bidder
For LSTK / Service Contracts 15% of annualized bid value or more
3 Working Capital 15% of annualized bid value or more.
4 Debt equity ratio Less than 2:1
(* The detailed clauses will be intimated at the time of inviting the bids.)
9

Annexure-4

1. Requirement of Documents: Participants are requested to submit the following pre-qualification


documents as a minimum:

I. Detailed Company Information with Organization structure, List of manpower with CVs of key
personnel and capability with clear responsibility & escalation matrix for Technical, HR & HSE
Departments.
II. Details and verifiable experience of completion of similar type of contracts in the last Ten years
for meeting the technical pre-qualifying criteria (self-certified relevant pages of Purchase
Order/Contract document, Commissioning Report / Completion Certificate issued by the Clients
and similar contracts/agreements currently under execution under headings: a) Brief scope of
work b) Value of work in INR c) Contractual Duration d) Actual completion of Project e) Clients
name f) Contact details of the Client (ONGC may approach the client directly for the feedback)
HSE statistics, etc.
III. Details of capability and infrastructure and availability of all resources (software, hardware,
Machinery/Equipment, manpower etc.).
IV. Details of HSSEQ policies, Regulatory Compliance, Contractor HSE Induction, Environment
Management, Health, Hazard Management, Incident Investigation & Analysis, Competency &
Training, Integrity & Maintenance Management, Operating and Safe Working Procedures,
QA/QC policy, plan and procedures, Safety Awareness, Transport Management, Security
Management, Sub-Contractor Management etc.
V. Valid Quality Certifications/ Accreditations etc.
VI. Company's financial performance documents for meeting the financial pre-qualifying criteria
(Audited Balance sheets and Profit and Loss statements, Auditors Report and Notes to
Accounts etc.) for last 3 (three) years. Latest financial statement should not be older than 18
months on the date of submission of response to Expression of interest. Participants/parties
should note that, normally standalone financials of the bidding entity only will be considered.
However, consolidated financials at the bidding entity level, if available, can also be submitted.
Parent company or Affiliate’s financials can be submitted and considered, subject to submission
of Parent/ Affiliate company guarantee. This should be clearly mentioned in the EOI response.
VII. In case, the Interested Party/participant is in JV/Consortium arrangement, then in such
scenario, please refer ONGC policy placed at Annexure-6. The criteria is to be met at the time
of inviting the bids.
VIII. Proposed Process Flow Diagram (PFD) of the envisaged NSFP.
IX. Proposal/Synopsis/Write-up of:
i. New proven technology-if any,
ii. Construction techniques,
iii. Project Management Techniques (including, design, procurement,
fabrication/erection, strategies) with a view to meet the stated EOI objective above.
X. Proposed List of:
i. major equipment/packages
ii. Brief specifications of major equipment/packages
iii. Proposed vendors/OEMs of major equipment/packages
10

XI. Write-up on the methodology/ business processes / work flow processes to be adopted by the
participants/parties for engineering, procurement, construction & commissioning of NSFP to
meet the stated EOI objective.
XII. Letter of interest clearly indicating their interest to participate for the scope of work in the
following format:

Covering letter for EOI Proposal

Dear Sir,

This has reference to your Expression of Interest no. DLH/OES/EOI/NSFP/01/2018 dated 04.07.2018
on the subject.

……………….(Name of Company) hereby conveys consent for considering the expression of interest
(EOI) along with information/documents submitted in response to the…………

We confirm that ………………(Name of the Company) meets the qualification criteria mentioned in the
subject EOI document.

Signature
(Name & Designation of Authorized person)
11

Annexure-5
2. Site & Metrological Data:

Following site related data may be considered by the participant/bidder/contractor for the purpose of various
design, calculations and ratings.

No. Input Details

1 Site location

A State Gujarat, india

B Nearest important town and distance Mehsana town, Approx 20 km

C Nearest railway station and distance Kaiyal sedhavi railway station, approx. 2 km

D Nearest airport and distance Ahmedabad airport

E Nearest highway milestone and distance Ahmedabad Mehsana highway, SH-41

F Approach road- Existing Existing pucca road from SH-41 to


Nandasan GGS
G Field layout indicating location of proposed facilities To be decided as per land area

2 Geographical / other data

A Height above MSL ……….

B Bench mark level and location ……….

C Site characteristics (terrain type) Plain land (currently under cultivation)

D Grade variation (low point/high point)

E Overhead power / telecommunication lines, if any 3 nos. of overhead transmission lines

F Underground pipe lines, cables, obstructions, if any Oil pipelines- 2 nos (8” & 10”) Gas pipelines
- 2 nos (4” & 8”)
Water pipeline, 1 no – 5”
Flow lines – 5-8 nos. ( 4” )
G Monsoon season Mid-June to September

3 Climatic data

Dry & Wet bulb temperature – Minimum, Normal & Max ambient: 480 C,
Maximum. Min ambient: 2.20 C
12

Humidity– Minimum, Normal & Maximum. 47% (min), 87% (max), 100% (Design)

Rainfall – Minimum, Normal & Maximum (in mm) & Max. hourly avg. 414.5 mm
Max. rainfall in one hr & 24 hrs. (mm).

3. Process description and plant requirements:


i. Basic PFD of NSFP is given below for the sake of general understanding of ONGC process
philosophy & plant battery limits.

a. The Well Fluid emulsion processing facilities at Nandasan GGS will be designed to handle Oil @ 682
m3/day, Produced water/Effluent @ 2518 m3/day and associated gas @ 5,00,000 SCMD.

b. An Effluent Treatment Plant (ETP) of capacity @ 3200 m3/day is to be provided; wherein the treated
water from the ETP will be partially sent to Water injection Plant (WIP) and rest will be sent for disposal
into Effluent disposal (ED) wells.
13

c. Water Injection Plant (WIP) is to be designed for 2100 m3/day capacity, wherein water is to be injected
into formation at two different pressures i.e. 60-80 kg/cm2g and 100-120 kg/cm2g; hence two different
configuration of high pressure pumping are to be provided.

d. Low pressure as well as high pressure gas compression facilities @ 5, 00,000 SCMD and 3, 60,000
SCMD respectively are also to be created and integrated. The L.P. gas is also to be dehydrated before
further despatch/process.

e. Chemical dosing requirements during various stages of processes shall inter-alia comprise Carbonate
scale inhibitor, Demulsifier, Oil Corrosion inhibitor, Gas Corrosion Inhibitor etc.

f. A Distributed Control System (DCS) is envisaged for safe operations and maintaining all the operating
parameters.

g. As for other plant side systems/equipment; Instrument air system , Service water system, Inert gas
storage system, Utility Gen set, Emergency Genset, Fire and gas detection system, Fire water system,
Closed Blow Down and Oily Water Sewer system, Storm Water Drain system etc. are to be provided as
part of EPC,LSTK work.

h. With a view to minimising engineering and site installation duration, the participants to the EOI may
consider Prefabricated, Package and Modular equipment/packages.

i. A separate work package comprising various pipelines (viz; well fluid, gas lift, water injection, effluent
disposal) is being taken up by ONGC, which shall be interfaced/hooked-up/tied-in with the facilities
envisaged under NSFP.

4. Minimum Scope of Work of Nandasan Surface Facilities Project (NSFP):


The LSTK contractor shall design, carry out detailed engineering, procure (all equipment, material, stores
and services), install and commission the plant for handing over to ONGC. The minimum scope of woks shall
comprise:

a. Well fluid separation through Two phase separation


b. Emulsion treatment to quality given in subsequent paras
c. Crude oil : chemical dozing and pumping to CTF-North Kadi CTF of ONGC
d. Effluent treatment, related storage, chemical dozing and pumping into manifold of effluent disposal(ED)
wells
e. Treatment for the purpose of Water injection, chemical dozing , related storage and pumping into
manifolds of Water injection (WI) wells
f. Low pressure Gas compression to 25 kg/sq.cm
g. Gas Dehydration for L.P.gas
h. High pressure Gas compression to 65 kg/sq.cm
14

i. Instrumentation & Control system: A completely new DCS, ESD and F&G system is being envisaged as
the brain of running this NFSP. This shall have redundancy at every level including the IO card-level.
ESD and F&G PLCs shall be SIL-3 type with TMR configuration, as a minimum. However; a separate
redundant, but NON-SIL PLC is being envisaged for ETP+WIP Plant. This PLC shall have analog
capabilities too. DCS shall be FF-based or Fieldcom interface. All the field instruments and detectors
shall be FF-type. In case, FF-type instruments are not available with more than one vendor for any
category, HART-type instruments may be used with prior approval of ONGC. All the PLC and DCS
system shall have modern analytics capabilities and shall provide MIS reports in graphs, excel sheets
and trend-analysis form. All the instruments shall have AI-enabled features and shall have IIOT-based
communication backbone, as far as possible. The Fire and Gas detection and IP cameras, as per table-
A shall be integrated in a comprehensive F&G system and shall not act standalone. Flow-metering
Philosophy shall be deliberated during detailed SOW. All the valve positioners shall be SMART type
with integral PST capabilities. Serial-Link Communication between LCPs and main Control Room Shall
be through separate Modbus module. Fire-fighting design shall be broadly as per OISD-189. Pre-
fabricated instrument hook-ups shall be used for all PG, PT.
j. Civil works related to equipment, sheds, buildings including site grading and levelling: New surface
facilities for Nandasan Re-development will be covered with-in a plot area approximately rectangular of
198m X 281m at the adjoining area of existing Nandasan GGS. Broadly the facilities will be comprising
Tank Farm, Gas Compression Plant, Effluent Treatment Plant & Water Injection Plant. Fire Fighting
facilities for all the surface facilities is also covered in the present scope. The salient features from Civil
point of view are as mentioned below:
Contour Survey of entire plot and Geo-Technical Investigation shall be provided for the proposed plot
area, for the purpose of estimation of site grading/levelling and structure design assessment.
The Finished Ground Level, FGL, shall be same as the FGL of the existing Nandasan GGS OR HFL +
300mm whichever is higher. Grading, levelling and surface drainage facilities are in present scope of
work.
Geo-Technical Investigation given in the bid shall be utilized for designing the RCC/ Steel structures.
The structures are to be designed for Seismic Zone IV and considering BIS codes preferably for entire
project.
RCC grade, Cement type, Foundation depth, Foundation type- shallow/ deep shall be as suggested in
Geo-Technical Investigation report and in line with relevant BIS codes for all the facilities.
Building super-structures shall be designed as Moment Resisting RCC Frames with non-load bearing
filler walls made up of brickwork. All RCC work shall be designed for required fire rating hours as per
relevant BIS codes.
Structural Steel grade shall be as per IS-2062 A/B. TMT Reinforcement bars to be Fe415 and above
grade with quality as mentioned in BIS 800 as applicable.
All Steel super structures shall be designed/ protected for required fire rating as per OISD Guidelines.
Entire proposed plot to be covered with boundary wall of Moment resisting RCC Frame and non-load
bearing filler walls.
All roads to be designed as Rigid pavements of carriage way- 6.0m (Along inside of the plot boundary
wall ) Or 4.5m (Internal roads).
15

All Storm Water Drains shall be designed for gravity flow open drains of RCC material provided along
the road sides and be able to completely remove surface runoff generated in entire plot area based
upon given rainfall intensity.
k. Electrical substation, distribution & switchgear and other related works
l. Piping works
m. Mechanical works
n. Performance Guarantee Test run (PGTR) of the entire plant for 72 hours
o. Overall Process Guarantee
p. Plant warrantee and defect liability; both for one year after handing over of the plant to ONGC

5. Minimum Plant life: The plant is to be designed for a minimum life of 25 years. However, only in case of gas
compressors, the design life may be considered as minimum 20 years

6. Battery limits of NSFP :


i. Process :
i. Incoming Well-fluid: Inlet group header is to be designed, fabricated and installed by LSTK
contractor. Downstream of the header is entire LSTK scope. On the upstream of the header;
the LSTK shall be installing isolation valves-
 8”N.B, ASA#600 : 08 nos fingers
 4”N.B, ASA#600 : 40 nos fingers
Upstream of the valve flanges shall be ONGC scope
ii. Outgoing Crude oil: The processed crude oil as per specified quality shall be despatched to
CTF-North Kadi of ONGC through High pressure reciprocating despatch pumps. The discharge
manifold of the pumps shall be designed, fabricated and installed by LSTK contractor. The
battery limit under NSFP shall end at the downstream flanges of 03 finger Nos. of 10”N.B,
ASA#300 valves.
iii. Outgoing Gas-L.P : 01 No of L.P. gas header shall be designed, fabricated and installed by
LSTK contractor; which shall receive dehydrated gas from NSFP and shall be distributed to
three sources viz; L.P.consumers, Grid of gas in all fields of Mehsana Asset and internal use at
NSFP. The battery limit under NSFP shall end at the downstream flanges of 05 finger Nos. of
8”N.B, ASA#00 valves.
iv. Outgoing Gas-H.P : 01 No of L.P. gas header shall be designed, fabricated and installed by
LSTK contractor; which shall receive dehydrated gas from NSFP and shall be distributed to
three sources viz; L.P.consumers, Grid of gas in all fields of Mehsana Asset and internal use at
NSFP. The battery limit under NSFP shall end at the downstream flanges of 12 finger Nos. of
4”N.B, ASA#600 valves.
v. Outgoing effluent: The treated effluent as per specified quality shall be despatched to effluent
disposal wells of ONGC through High pressure effluent despatch pumps. The discharge
manifold of the effluent despatch pumps shall be designed, fabricated and installed by LSTK
contractor. The battery limit under NSFP shall end at the downstream flanges of 06 finger Nos.
of 3”N.B, ASA#900 valves.
16

vi. Outgoing Injection water-1: The treated injection water as per specified quality shall be
despatched to shallower water injection wells of ONGC through High pressure water injection
pumps. The discharge manifold of the water injection pumps shall be designed, fabricated and
installed by LSTK contractor. The battery limit under NSFP shall end at the downstream flanges
of 10 finger Nos. of 4”N.B, ASA#900 valves.
vii. Outgoing Injection water-2: The treated injection water as per specified quality shall be
despatched to deeper water injection wells of ONGC through High pressure water injection
pumps. The discharge manifold of the water injection pumps shall be designed, fabricated and
installed by LSTK contractor. The battery limit under NSFP shall end at the downstream flanges
of -
 05 finger Nos. of 2”N.B, ASA#900 valves.
 05 finger Nos. of 4”N.B, ASA#900 valves.
ii. Flare : All the flare related discharges from NSFP shall be routed to a new flare sub-header; which
in turn shall be hooked up with a new flare system.
iii. Piping : the battery limits under piping involve extending all the well fluid lines, incoming gas lines,
crude oil despatch lines, effluent despatch lines, water injection lines, from the existing adjacent
plant (the proposed new plot shares boundary with the existing GGS at Nandasan) to various
headers/manifolds described under process battery limits. Average length of lines may be
considered as 350m.
iv. Electrical : ONGC shall provide required quantity of power from the grid upto a double pole structure
located near inside of the plot boundary. Downstream of this DP, including incoming transformer
shall be in LSTK project scope.

7. Process Parameters at the Battery Limits of NSFP :


a. Composition of inlet well fluid (inlet to the proposed processing facilities):
1. New Group Separator to handle Nandasan well fluid:
Description Flow rate (Peak)
Gas 500000 SCMD
Oil 682 m3/day
water 2518 m3/day

2. New heater treaters to handle liquid


Description Flow rate (Peak)
Oil 806 m3/day
Water 2679 m3/day

3. New Activation Separator & New Test Separator


Description Max. Flow rate Remarks
Gas 25,000 SCMD -
17

Liquid 100 m3/day Max. 95% water cut to be considered

b. Outlet battery limit conditions of Heater Treater:

Product Specification
Stabilized oil at the outlet of heater treater BS&W in treated oil < 1% by vol.
Effluent water at the outlet of heater treater Oil content in water outlet < 200 ppm by vol.

c. Composition of processed crude oil (at facility outlet battery limit):


ASTM D-86 and other physical characteristics (density and viscosity) of processed Nandasan crude
oil is placed in Annexure-1.

d. Composition of L.P.Gas (at facility outlet battery limit):


Composition and other physical characteristics of processed L.P.Gas is placed in Annexure-2. Gas
composition and properties at -
i. inlet of NSFP,
ii. inlet of proposed new L.P gas compressors &
iii. downstream of the L.P GDU
may be extrapolated/simulated from this report.

e. Composition of inlet effluent (inlet to the proposed effluent processing facilities):


i. TSS : 500 PPM
ii. Free oil : 5000 ppm
iii. Emulsified oil : 2000 ppm
iv. Iron count – Suspended : Maximum 1.0 ppm
v. Iron count – Dissolved : Maximum 0.5 ppm
vi. SRB Count : ( 1 to10 ) X 100 Counts/ml
vii. GAB Count : ( 1 to10 ) X 1000 Counts/ml
viii. Dissolved oxygen : 3-4 ppm

f. Feed/product parameters at battery limit conditions:

Feed/ Temperature
Product Details Pressure (kg/cm2g) (°C) Maximum quantity

Feed Well fluid from Peak liquid production


Nandasan field 45 (max.), 3053 m3/day
2.0
25 (min.)

Liquid from Peak liquid production


Langhnaj EPS 45 (max.), 427 m3/day
2.0
25 (min.)
18

Product Treated crude to For 2.0 kg/cm2g


North Kadi CTF arrival pressure at
(NK CTF) NK CTF through 806 m3/day (Peak oil)
Ambient
newly proposed
10” x 13.34 km
pipeline.
Gas supply to 8
local consumers
(5 existing
consumers + 3 1.0 Ambient 90,000 SCMD
new consumers
in future)

Gas supply to
2.5 Ambient 25,000 SCMD
GAIL
Balance gas remaining
Gas supply of after supplying to local
remaining consumers, GAIL,
6.0 Ambient
quantity into gas internal consumption and
grid gas lift requirement

Max 10 deg
High pressure C approach
65.0
gas to ambient
temperature

g. Desired Outlet parameters of proposed ETP:

Parameters GPCB Norms Requirement


(For re-injection in ED wells)
pH 5.5-9.0 7.0 ≤ pH ≤ 8.5
Turbidity (NTU) <=4
TSS(mg/lt) < 100 <= 10 ( Particle size < 5 micron)
Oil and Grease (mg/lt) < 10 < 10
SRB (Counts/ml) 1-10
19

h. Desired Physio-Chemical properties of injection Water at outlet of Water Injection Plant:

S.N Parameter Unit value


1 TSS Mg/L < 2.5
2 Turbidity NTU < 1.0
3 Oil content ppm < 10
4 Filterability L / 30 min >5
5 Cerini slope Ml/sec/lt ….
6 Dissolved oxygen ppm 0.02
7 Fall in hardness % < 10
8 Corrosion rate mpy <2
9 Bacterial activity Counts / ml
GAB ( 1 to 10 ) X 103
SRB Nil
10 Permeability retention % >80
11 pH Value 6.5 – 8.5
12 Scaling % ..
13 Size of suspended solids (% % 95% of
removal of particles of definite size 3 micron & above
& above)
14 Filter size Micron 3

8. Indicative/Suggestive List of major equipment & packages to be engineered, procured, installed and
commissioned by the contractor:

S.N Skid mounted Approximate rating of each Remarks


Equipment/Package skid
(W-Working, SB-Standby)
1 Group Separator, low Pressure 1W X 100% capacity
2 Gas Scrubber, Test Separator 1W X 100% capacity each Gas scrubber to handle
and Activation Separator equipment entire volume of
associated gas from
Separator.

Design considerations for


separators:
Liq rate: 1 – 100 Cu.m/day
Gas rate: 200 – 25000
SCMD
Water cut: 5 – 95 %
20

3 Heater treator 3W X 50% capacity To take care of production


profile during life of field
4 Effluent treatment package 2 or 3 skids with cumulative
capacity @ 3200 Cu.m/day
5 Package for treating injection 1 or 2 skids with cumulative
Water capacity @ 2100 Cu.m/day
6 Gas compression-Low 02W + 01SB @ 2.50
pressure LSCMD, disc pr-25
kg/sq.cmg each
7 Gas compression-High 02W + 01SB @ 1.80
pressure LSCMD, disc pr - 65
kg/sq.cmg each
8 Gas Dehydration Unit 01W @ 5.0 LSCMD , 25
kg/sq.cmg
9 Flowmeters 1 or 2 Skids
10 Diesel storage tank 1 Skid
11 Chemical dozing system for 1 or 2 Skids, preferably multi-
ETP tiered
12 Chemical dozing system for 1 or 2 Skids, preferably multi-
Water injection facility tiered

Note 1: However; EOI participant is allowed to develop his own list of major equipment & packages,
based on the process concept to be proposed by him.

9. List of major equipment & tanks to be provided by ONGC: Following tanks available at the existing
GGS-Nandasan shall be retained and used as it is for NSFP:
a. Crude oil Storage tanks (vertical) - 2 nos. (1000 m3 each)
b. Crude oil Storage tanks (vertical) - 2 nos. (500 m3 each)
c. Treated water storage tanks (vertical) - 2 nos. (400 m3 each)

However, connection and piping to/from these tanks to equipment/packages under NSFP shall be in
contractor scope

10. ONGC Input: Following shall be provided by ONGC as committed input:


i. Plot of Land: An unencumbered plot of land of size approximately rectangular of size 198x281
meters, shall be provided by ONGC for construction of integrated process complex of NSFP:
ii. Geotechnical and Soil Survey of the plot of land
iii. Contour survey of the plot of land
Note: Water, power and any of the utilities for the purpose of construction or any use in the project shall have
to be arranged by the contractor on his own.
21

Annexure-I
22

Annexure-II
23

Annexure- 6

Provisions on experience criteria in respect of Service and LSTK Contracts.

BEC/Tender conditions pertaining to experience criteria in respect of Service and LSTK contracts:
(i) The requirement of the leader of consortium to himself meet the major portion of the experience criteria
has been modified.
The members of consortium shall decide the Leader of consortium. The leader of consortium shall have
minimum 26% stake in terms of bid value.
(ii) Notwithstanding the provisions that the members of consortium shall be jointly and severally liable to
ONGC, the leader of consortium shall have primary responsibility of executing the scope of work.
(iii) ONGC shall correspond / communicate only with the leader of a Consortium and like-wise, the leader
of the Consortium only should communicate with ONGC on behalf of the Consortium. No cognizance
shall be given to communication received directly from other consortium members .
(iv) In case of award to the consortium, only the leader of the Consortium shall submit the PBG for the
entire requisite amount of the PBG on behalf of the Consortium.
(v) Standard format of MOU to be submitted by the consortium members introduced.

(vi) In cases where Supply of material is also involved along with rendering of Services in ICB tenders of
Service Contracts, separate clause has been introduced.

(vii) The certificate to establish the relationship between bidding company and supporting company has been
allowed from the Statutory Auditor or Company Secretary or one of the Directors of the bidding company.

(viii) The liability of the Guarantor, under the Guarantee, shall be limited to the liability of the Contractor as per
the Contract.

(ix) The bidding company can submit additional PBG amount required to be submitted by the supporting
company or the Ultimate Controlling Company subject to fulfilling certain conditions.

(x) Supporting company which holds more than fifty percent of the paid up share capital of the bidder company
either directly or through intermediate subsidiaries or vice versa also acceptable.

(xi) The requirement by supporting company to maintain more than 50% share-holding between Supporting
Company and Bidding Company till the execution / completion of the contract, has been dispensed with.

(xii) In case Supporting or Ultimate Controlling Company fails to submit Bank Guarantee, EMD/SD submitted
by the bidder shall be forfeited.

(xiii) Authorization letter from one of the Directors of Supporting Company authorising the signatories to
execute the corporate guarantee, duly certified by the Company Secretary of the Supporting Company
shall be required.

S-ar putea să vă placă și