Upload
others
View
11
Download
3
Embed Size (px)
Citation preview
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 1 of 106
Bharat PetroResources Limited
(A wholly owned subsidiary of Bharat Petroleum Corporation Limited,)
Procurement of Sucker Rod Pump & Accessories (Surface
Unit, Sub surface pump and Downhole accessories) for
the Block CB-ONN-2010/8, Cambay Basin, Gujarat, India
Tender No : 1000321731
e-Tender Id : 51403
GLOBAL OPEN TENDER
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 2 of 106
PART - 1
INSTRUCTIONS TO BIDDERS
Dear Sir/Madam,
Subject: Procurement of Sucker Rod Pump & Accessories (Surface Unit, Sub surface pump
and Downhole accessories) for the Block CB-ONN-2010/8, Cambay Basin,
Gujarat, India.
You are invited to submit your offer as E-bid in two-part (Bid Qualification cum techno-
commercial and Price Bid) for the above work on the terms and conditions contained in this
tender document.
1. This is a Global Open two part bid tender consisting of Techno-commercial bid (PART-A)
and Price Bid (PART-B) for the following three sets:
Set Description
SET-1 SRP Surface Unit & its accessories
SET-2 SRP Subsurface pumps & its accessories
SET-3 SRP Downhole accessories
a. Techno-commercial bid (PART – A) consists of following:
i. Instructions to Bidders -Part 1
ii. General Instructions for e-Tendering -Part 2
iii. Bid Qualification Criteria -Part 3
iv. General Purchase Conditions & Policy for Holiday Listing -Part 4
v. Scope of Work -Part 5
vi. Special Purchase Conditions -Part 6
vii. Standard Formats/Annexures -Part 7
viii. Integrity Pact -Part 8
b. Price bid (PART-B): Price bid shall have to be submitted online in the appropriate
form provided for each Line Item. Price Bid of those bidders which qualify PART A
would be opened.
2. The entire bid shall be online only.
3. Offers should strictly be in accordance with the tender terms & conditions and our
specifications. Vendors are requested to carefully study all the documents/annexure and
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 3 of 106
understand the conditions and specifications, before quoting the rates and submitting this
tender. In case of doubt, written clarifications should be obtained, but this shall not be a
justification for request for extension of due date for submission of bids.
4. Please visit the website https://bpcleproc.in for participating in the tender and
submitting your bid online.
5. Bids submitted after the due date and time of closing of tender or not in the prescribed
format is liable to be rejected. BPRL does not take any responsibility for any delay in
submission of online bid due to connectivity problem or non-availability of site. No claims
on this account shall be entertained.
6. It shall be understood that every endeavour has been made to avoid errors which can
materially affect the basis of the tender and the successful vendor shall take upon himself
and provide for risk of any error which may subsequently be discovered and shall make
no subsequent claim on account thereof.
7. Price bid of only those vendors shall be opened whose techno-commercial terms are
found to be acceptable to us. Price bid shall have to be submitted online in the appropriate
form provided as per line Items.
8. It is advisable that bidders should review Part-6 (Special Purchase Conditions) before
reviewing Part-4 (General Purchase Conditions).
9. Earnest Money Deposit: Vendors must submit an interest free EMD for participating in
this tender as mentioned in the Special Purchase Conditions (Part-6) of the tender
document.
10. Pre-bid meeting will be held on 03.01.2019 @ 1100 HRS (IST) at below mentioned
address:
Bharat Petro Resources Ltd., 12th Floor,
Maker Towers-F Wing,
Cuffe Parade, Mumbai- 400005.
11. You may please send your pre-bid queries, if any, on or before 02.01.2019 @ 13:00 hrs
(IST) through e-mail to [email protected] and
[email protected], K/A: Mr. Rakesh Ujjawal / Mr. Ravi Kumar Bura.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 4 of 106
12. Your pre-bid queries should be in MS-Word format as per the format given below with
the email Subject “Pre bid queries – Tender Title & Tender Ref No”:
S. No. BPRL Tender Clause No.
BPRL Tender Clause Description
Query (if any) Justification
13. Interested bidders, who are participating in the tender, are welcome to witness the
techno-commercial opening of the bids at our office on bid opening date/time.
14. BPRL reserves the right to seek clarification / ask for additional documents/ verification of
original documents from vendors and verify the credentials of the vendors with clients, if
required.
15. For any clarification on e-tendering / training / uploading of document on e-procurement
site, please contact our service provider M/s ETL on below numbers.
Contact Details: Tel Phone: +91-22-24176419, +91-79-68136861, +91-79-68136871, +91-
120-2474951, +91-33-24293447, +91-44-26142669, E-mail:
[email protected]; [email protected].
16. FOR ANY QUERIES / CLARIFICATIONS ON TENDER TECHNICAL
SPECIFICATIONS / COMMERCIAL POINTS AND OTHER TERMS AND
CONDITIONS OF THE TENDER PLEASE CONTACT AS UNDER:
Name RAKESH UJJAWAL RAVI KUMAR BURA
Contact No +91-22-22175665,
+919929095701
+91-22-22175672,
+919892269446
Email Id rakesh.ujjawal@bharatpetro
resources.in
ravikumar.b@bharatpetror
esources.in
Office
Address
12th Floor, Maker Tower-F wing,
Cuffe Parade,
Mumbai-400 005
Board No : 022 -22175600
Fax No : 022-22154364
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 5 of 106
17. Only in case of any complaints regarding the Tender/ Tender Conditions , please contact following Independent External Monitors (IEM) :
Shri S.S.N. Moorthy, Address : GFQ, 1st Floor, B Block, Summit Apts. Mettupalayam
Road, Coimbtore – 641 043, Mobile: 09500998610, Email:
Shri Shantanu Consul, Address: No-9 MCHS (IAS Officers Colony), 16th Main, 5th C
Cross, BTM 2nd stage, Bangalore-560076, Mobile: 09740069318, Email:
Shri Vikram Srivastava, Address: E -202, Second Floor, Greater Kailash Part -2, New
Delhi-110048, Mobile : 09810642323, Email : [email protected].
Thanking you,
Yours faithfully,
For Bharat PetroResources Ltd. Ravi Kumar Bura Asst. Vice President (P&C)
End of Part 1
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 6 of 106
Part -2
General Instructions to vendors for e-tendering
1. Interested parties may download the tender from BPCL website
(http://www.bharatpetroleum.in ) or the CPP portal (http://eprocure.gov.in ) or from the
e-tendering website (https://bpcleproc.in ) and participate in the tender as per the
instructions given therein, on or before the due date of the tender. The tender available
on the BPCL website and the CPP portal can be downloaded for reading purpose only. For
participation in the tender, please fill up the tender online on the e-tender system
available on https://bpcleproc.in .
2. For registration on the e-tender site https://bpcleproc.in , one can be guided by the
“Instructions to Vendors” available under the download section of the homepage of the
website. As the first step, bidder shall have to click the “Register” link and fill in the
requisite information in the “Bidder Registration Form”. Kindly remember your e-mail id
(which will also act as the login ID) and the password entered therein. Once you complete
this process correctly, you shall get a system generated mail. Thereafter, login in to the
portal using your credentials. When you log in for the first time, system will ask you to add
your Digital Signature. Once you have added the Digital Signature, please inform
[email protected] for approval. Once approved, bidders can login
in to the system as and when required.
3. As a pre-requisite for participation in the tender, vendors are required to obtain a valid
Digital Certificate of Class IIB and above (having both signing and encryption certificates)
as per Indian IT Act from the licensed Certifying Authorities operating under the Root
Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of
obtaining the digital certificate shall be borne by the vendor.
In case any vendor so desires, he may contact our e-procurement service provider M/s. E-
Procurement Technologies Ltd., Ahmedabad (Contact no. Tel: +91 79 40270573) for
obtaining the digital signature certificate.
4. Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in . In
case any corrigendum/amendment is issued after the submission of the bid, then such
vendors who have submitted their bids, shall be intimated about the
corrigendum/amendment by a system-generated email. It shall be assumed that the
information contained therein has been taken into account by the vendor. They have the
choice of making changes in their bid before the due date and time.
5. Vendors are required to complete the entire process online on or before the due
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 7 of 106
date/time of closing of the tender.
6. Directions for submitting online offers, electronically, against e-procurement tenders
directly through internet:
I. Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to
register themselves at the earliest.
II. The system time (IST) that will be displayed on e-Procurement web page shall be
the time considered for determining the expiry of due date and time of the tender
and no other time shall be taken into cognizance.
III. Vendors are advised in their own interest to ensure that their bids are submitted
in e-Procurement system well before the closing date and time of bid.
IV. If the vendor intends to change/revise the bid already submitted, they shall have
to withdraw their bid already submitted, change / revise the bid and submit once
again. However, if the vendor is not able to complete the submission of the
changed/revised bid within due date & time, the system would consider it as no
bid has been received from the vendor against the tender and consequently the
vendor will be out of contention. The process of change / revise may do so any
number of times till the due date and time of submission deadline. However, no
bid can be modified after the deadline for submission of bids.
V. Once the entire process of submission of online bid is complete, they will get an
auto mail from the system stating you have successfully submitted your bid in the
following tender with tender details.
VI. Bids / Offers shall not be permitted in e-procurement system after the due date /
time of tender. Hence, no bid can be submitted after the due date and time of
submission has elapsed.
VII. No manual bids/offers along with electronic bids/offers shall be permitted.
7. For tenders whose estimated procurement value is more than Rs. 10 lakhs, vendors can
see the rates quoted by all the participating bidders once the price bids are opened. For
this purpose, vendors shall have to log in to the portal under their user ID and password,
click on the “dash board” link against that tender and choose the “Results” tab.
8. No responsibility will be taken by BPRL and/or the e-procurement service provider for any
delay due to connectivity and availability of website. They shall not have any liability to
vendors for any interruption or delay in access to the site irrespective of the cause. It is
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 8 of 106
advisable that vendors who are not well conversant with e-tendering procedures, start
filling up the tenders much before the due date /time so that there is sufficient time
available with him/her to acquaint with all the steps and seek help if they so require. Even
for those who are conversant with this type of e-tendering, it is suggested to complete all
the activities ahead of time. It should be noted that the individual bid becomes viewable
only after the opening of the bid on/after the due date and time. Please be reassured that
your bid will be viewable only to you and nobody else till the due date/ time of the tender
opening. The non availability of viewing before due date and time is true for e-tendering
service provider as well as BPRL officials.
9. BPRL and/or the e-procurement service provider shall not be responsible for any direct or
indirect loss or damages and or consequential damages, arising out of the bidding process
including but not limited to systems problems, inability to use the system, loss of
electronic information etc.
In case of any clarification pertaining to e-procurement process, the vendor may contact
the following agencies / personnel:
For system related issues:
Contact Details: Tel Phone: +91-22-24176419, +91-44-26142669, +91-33-24293447,
+91-79-40270573 E-mail: [email protected] ; [email protected]
End of Part -2
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 9 of 106
PART-3
Bid Qualification Criteria
Bid Qualification Criteria
a) BPRL plans to procure SRP & Accessories for completion of 2 wells.
b) SRP & Accessories for the said wells have been divided in three sets.
SET- 1 (SRP Surface Unit & its accessories).
SET- 2 (SRP Subsurface pumps & its accessories)
SET- 3 (SRP Downhole accessories)
c) Any bidder may submit their offer for SET- 1 or SET- 2 or SET-3 individually or a
combination of any two or all the sets together, depending on his meeting the Bid
Qualification Criteria (BQC). The bidder has to clearly mention in the technical bid
about the set(s) for which they have submitted their bid(s). However, the evaluation
would be carried out set wise and awarded set wise based on lowest quote basis.
1. Technical Criteria
a. Established Manufacturer or Sole Selling Agent/Distributor:
The bidder should be an established manufacturer and have experience of supply of
SRP Surface or Sub Surface pumps or Downhole accessories with relevant valid API
Licenses API 11E, API 11AX, & API 11B, 5CT Monogram whichever is applicable to
the relevant set for various Oil & Gas companies within the last 05 years i.e. all
documentary evidences should be within 05 years from Techno-Commercial bid
opening date. However, if any manufacturer does not market their products directly
in India as a matter of policy, then manufacturer may authorize their sole selling
agent or distributor as a bidder to submit bid duly supported by proper back up
authority letter; such an authority letter is valid at the time of bidding and should
remain valid during the entire execution period of the order. Equipment’s/items
must have API Monogram embossed on them whenever specified in technical
specification. Bidder must give confirmation to this effect with the bid.
Documents Required:
(i) In case of Manufacturer:
Bidder to submit relevant valid API 11E, API 11X & API 11B, 5CT certificate or licenses
whichever is applicable for manufacturing SRP Surface or Sub Surface pumps or
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 10 of 106
Downhole accessories and must submit along with techno-commercial (unpriced)
bid. Validity of API License must be maintained till supply order execution. In case of
expiry at a later date, the same has to be renewed for the entire contractual period
or if the API certificate is under renewal the bidder should furnish a letter from API
authority to the effect that the renewal of the certificate is under
examination/process and bidder is authorized to use API monogram till the renewal
certificate is issued.
(ii) In case of Sole Selling agent / Distributor:
i) Bidder to submit relevant valid API 11E, API 11X & API 11B, 5CT certificates or
licenses whichever is applicable for manufacturing SRP Surface or Sub Surface
pumps or Downhole accessories and must submit along with techno-commercial
(unpriced bid). Validity of API License must be maintained till supply order execution.
In case of expiry at a later date, the same has to be renewed for the entire
contractual period or if the API certificate is under renewal the bidder should furnish
a letter from API authority to the effect that the renewal of the certificate is under
examination or process and bidder is authorized to use API monogram till the
renewal certificate is issued.
ii) Bidder to submit valid authorization letter from the manufacturer on
manufacturer’s letter head stating that “We do not market our products directly in
India as a matter of policy, hence our sole selling agent/distributor will be authorized
to supply our products.”
iii) Declaration / Undertaking: Bidder to submit back to back guarantee from the
manufacturer stating that in case of any failure of supply or performance or failure
in completion of the work in all respects or as per warranties /guaranties that may
have been given, then the manufacturer shall assume all obligations under the
contract.
Consortium / Group companies are not allowed to participate in this tender.
Either of established manufacturer or Sole selling agent/distributor will be allowed to bid
for the subject tender.
b. Supplying Capability for Established Manufacturer or Sole Selling agent/Distributor:
i) The bidder shall have supplied at least 1 no of each of the following items whichever is
applicable as per its quoted set/sets during the last 5 years period prior to due date of
bid submission.
S No Type Item Description Conforms to API
1 SET-1 SRP Surface Unit & its accessories API 11E
2 SET-2 SRP Subsurface pumps & its accessories API 11 AX
3 SET-3 SRP Downhole accessories API 11B, 5CT
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 11 of 106
In case the bidder is a Sole selling agent/Distributor and not fulfilling above criteria, then
the bidder is required to submit documentary evidence in respect of the above point b, i,
from the concerned Manufacturer (having supplied such items by the Manufacturer) and
submit the same along with the techno-commercial bid.
Documents required:
Bidder to submit copy of Excise gate pass / Tax invoice /bill of lading / airway bill
/completion certificate (clearly indicating value of work executed) from the end
user, along with Purchase orders for having supplied SRP Surface unit or SRP Sub
surface pumps or SRP downhole accessories at least one in the last 5 years period.
The price part of the documents can be blanked out if the bidder so desires.
(Documents required for S. No. b. of Supplying Capability).
Domestic bidders shall submit all documents to meet technical criteria duly
certified/attested copies by Chartered Engineer and Notary Public with legible
stamp.
OR
Bidder shall submit documents duly notarized by any Notary Public in the bidder's
country or certified true copies duly signed, dated and stamped by an official
authorized for this purpose in Indian Embassy/high Commission in Bidder's
country.
OR
Self-certified documents in original form any one out of CEO or CFO or Company
Secretary of the bidder (Limited Company Only) along with Self-Certification as per
Annexure-E.
In case of foreign bidder, if any of documents submitted in support of meeting BQC
is not in English language, then the English Translation copy of the same shall be
furnished duly certified, stamped and signed by Local Chamber of Commerce along
with the copy of original version with the unpriced bid. This requirement of
certification of English translation by Local Chamber of Commerce is additional to
the requirement of BQC.
Bidder should furnish an undertaking for providing supply of spare parts for at
least 10 years for the quoted model.
The bidder must give details of their after sales service support/ repair services
that will be provided by them. For supply of major equipment and items, the
bidders should indicate the source of their bought out items and clearly indicate
the names of the original equipment manufacturer for such bought out items.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 12 of 106
2. Financial Criteria i. The bidder should have achieved a minimum average annual financial turnover
as mentioned below as per the audited financial statements ( including Balance
Sheet and Profit and Loss Account), during the last available three consecutive
accounting years as under:
Sl. No. Bidding Scenario Average annual financial turnover, all inclusive
Rs USD
SET-1 Bidding for Set-1 19,38,100 26,600
SET-2 Bidding for Set-2 1,23,200 1,690
SET-3 Bidding for Set-3 13,67,800 18,730
If bidder wish to participate in more than one sets of tender, he has to meet the financial criteria of combination the sets.
ii. The vendor’s net worth should be positive for the audited balance sheet of the
latest accounting financial year or latest calendar year as the case may be. The
net worth is defined as Paid up Capital plus Free Reserves.
Documents required:
Latest available audited Balance Sheets & Profit & Loss account along with
auditor’s report of the bidder for the last three consecutive accounting years
(English language only) ending Mar’18/Dec’17. However, if audited financial
statement of the bidder is not yet ready for the year ending Mar’18 bidder may
submit latest available audited Balance sheets (not older than Mar’17/Dec’17 as
the case may be), Profit & loss account along with auditor's report of immediate
three preceding financial accounting years (Financial report not prior to
Dec’14/Mar’15)..
In addition to the above mentioned financial documents, bidder to submit a copy
of certificate duly certified/attested by a Chartered Accountant
showing/indicating year wise turnover and Net worth figures of above financial
documents.
In case, in the Bidder's country audit is not a statutory requirement, Bidder can
submit certified copies of financial statements. In addition to financial documents
mentioned in BQC, bidder to submit a copy of certificate duly certified by a
“Chartered Accountant/Certified Public Accountant or equivalent”
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 13 of 106
showing/indicating year wise turnover and net worth figures of above financial
documents.
OR
Duly certified by Statutory auditor of the bidder or practicing Chartered
Accountant (not being employee or a Director or not having any interest in the
bidder's company/firm) where audited accounts are not mandatory.
OR
Self-certified documents in original form any one out of CEO or CFO or Company
Secretary of the bidder (Limited Company Only) along with Self-Certification as
per Annexure-E.
In case of Foreign bidder, if any of documents submitted in support of meeting
BQC is not in English language, then the English Translation copy of the same shall
be furnished duly certified, stamped and signed by Local Chamber of Commerce
along with the copy of original version with the unpriced bid. This requirement of
certification of English translation by Local Chamber of Commerce is additional to
the requirement of BQC.
3. Other Criteria:
i. The Bidder should not be barred / holiday listed by BPRL/Ministry of Petroleum
and Natural Gas, India (MoPNG) debarring them from carrying on business
dealings with BPRL/MoPNG or serving a banning order by another Oil PSE.
ii. The bidder should not be under liquidation, court receivership or similar
proceedings. At a later date, if it is found that the bidder has submitted false
declaration, the offer will be liable to be rejected.
Documents Required:
An undertaking in support of not being barred / holiday listed by any of the
mentioned Organizations on their letter head.
An undertaking in support of not under liquidation, court receivership or
similar proceedings on their letter head.
BPRL reserves the right to call for original documents/certificates from bidders for verification
of genuineness of documents submitted as per the BQC/tender terms and conditions.
End of Part -3
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 14 of 106
Part-5
SCOPE OF WORK
INTRODUCTION
BPRL has completed drilling of six exploratory wells in the BPRL Operated Block i.e. CBB-ONN-
2010/8 during the year 2015-16 & 2016-17. Two discoveries were there encountered in the
in the block. Based on the above discovery, Operator has submitted Field Development Plan
(FDP). The FDP has been approved by DGH and BPRL intends to develop the field for
production.
The wells were drilled as vertical wells and currently temporarily suspended now. Operator
proposes to carry out well retry and activate the well for production. Accordingly, workover
rig would be engaged along with required services for well re-activation and well completion.
The wells are to be completed with Sucker Rod Pump (SRP) artificial lift systems from the
beginning of the production stage.
The Block CB-ONN-2010/8 lies in the Ahmedabad-Mehsana Tectonic block of the Cambay
Basin and covers an area of 42 Sq. Km. Index map of Block CB-ONN-2010/8 is given below:
The area is well connected by all- weather roads. The block is located to the South-South East
of Gandhinagar city. The Ahmadabad-Delhi National Highway No. 8 passes near Gandhinagar
city. The National Highway No. 8 and 59 passes in the vicinity of the block. The nearest
international and domestic airports are located at Ahmadabad situated in the proximity of
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 15 of 106
the block. The towns Ahmadabad, Sabarmati, Gandhigram, Vatva and Nandol Dahegam lie in
the vicinity of the block and are interconnected by railways.
Basic data for Well Completion and SRP:
A. Vertical Wells
Well depth 1400 m TVD
Perforation Interval Around 1250 m
Tubing Diameter 2 7/8”
Expected Oil Production Approximately 25-75 BOPD per well
Depth of Pump At suitable depth for maximum
production
Specific Gravity of oil 30° API
FTHP 12/64” Approximately 20 Psi
Hole Size
Casing/Liner Size Depth, M BRT (Tentative Depth Range)
Depth of zone of interest (m)
17.1/2” 13.3/8”, 54.5 lbs/ft, K-55 0-545 NIL
12.1/4” 9.5/8”, 40 lbs/ft, K-55 0-1180 NIL
8-1/2” 5-1/2”. 17 lbs/ft, N-80 0-2043 1250
The general well data for planning purposes are given below:
Temperature : Consider 3.6° C per 100m + Max surface temperature of 35° C
H2S : Nil
CO2 : Nil
Pore Pressure : Hydrostatic Pressure + 20% max
SCOPE OF WORK/SUPPLY AND TECHNICAL SPECIFICATION OF SRP and ACCESORIES:
The Scope of Supply shall include but not be limited to the following:
The supply/work involves SRP for 2 existing wells in BPRL’s in Block CB-ONN-2010/8,
Cambay Basin, Gujarat, India.
BPRL reserves the right to order the above items in addition, on same terms and
conditions.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 16 of 106
A. SRP SURFACE UNIT:
1.1. Required Model/Type of SRP Units: API C-228D-213-120
1.2. SRP surface unit are Conventional (crank balance) type, manufactured according to
API Specification 11E.
1.3. SRP surface Units have Gear reducer Support welded on unit base with slide rail
arrangement for Alignment along both axis.
1.4. SRP surface Units have Double Reduction Herring Bone (Double Helical) gear reducer,
Cranks, Crank Pin bearing assembly, Counter weights 04 pcs, Pitman arms, Equalizer
arm, Equalizer bearing assembly, Samson post, Central bearing assembly, Walking
beam, Horse head, Swiveling device of the horse head, Wire line and Carrier bar,
Polished rod clamp, Brake and brake control, Extension base with slide rails for electric
motor, Motor pulleys (with sleeve), V-drive section .C. belts, Belt guard, Unit gear
reducer pulley for maximum strokes per minute. Samson post access caged ladder (on
both sides), Lifting eyes welded on the unit base, on top of walking beam and horse
head in such a way that it should not damage any equipment while handling, safety
rails/guards enclosing the units. Beam Pump and speed reducer/gear box should have
name plate/markings as per API 11E section-7, Figures 12 & 13.
1.5. SRP Surface unit size ratings: [Table-1]
Sr. No Description C-228D-213-120
1. Gear reducer torque rating 2,28,000 Inch-pounds
2. Structural capacity 21,300 pounds
3. Stroke Length 120,100,86,74 Inches
4. Operating Speed with 750 RPM, 25 HP motor 2, 4, 6, 8 Strokes per minute
1.6. Applicable Standards & Important features:
1.6.1. Each SRP unit and Gear reducer shall be duly embossed with API monogram.
1.6.2. Sucker Rod Pumping unit shall be designed, constructed and tested in accordance with
concerned API applicable codes / standards listed but not limited to the following
standards:
1.6.2.1. API Specifications 11E (Nineteenth Edition -November-2013) or the latest- for Sucker
rod pumping unit.
1.6.2.2. IS-226 / IS-2062 Standard for structural steel (Standard quality).
1.6.2.3. ASTM-A-193 / IS 1367: Specs for Studs.
1.6.2.4. ASTM-A-194 / IS 1367: Specs for nuts.
1.6.2.5. ASTM-A-36 / FE410WA/WB, IS 2062: Structural steel testing and materials.
1.6.2.6. API RP 11 L: RP for design calculation for sucker rod pumping systems (Conventional
units).
1.6.2.7. AGMA: Applicable standard for double helical and Herringbone speed reducers for oil
field pumping units.
1.6.2.8. AWS D1: Structural steel welding code.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 17 of 106
1.6.2.9. API RP 11G for lubrication and installation of units
1.6.2.10. API RP 11ER for guarding, ladder, cover etc. of units
1.6.2.11. API 11B for polish rod clamps.
1.7. Counter Weights: Master weights should have counter balance effect of 14000 lbs. for
C-228D model, 18000 lbs. and for C- 320D and Units should be complete with rack and
pinion/set type master weight shifting arrangement. Tool for shifting the master
weight should be provided.
1.8. Horse Head: Unit should have horse head, which can swing horizontally to both side
of walking beam preferably with the help of gear to facilitate work over operations.
The wire line for horse head should be supplied as per API RP 11 E. Horse head should
be attached to the walking beam in such a manner as to prevent falling off due to high
rod part or other sudden load changes. Horse head should have enough margins on
both sides, so that wire ropes do not brush against the sides and should have protector
to prevent wire ropes coming out in case of their loosening during operational
problems.
1.9. Motor Base: Unit shall have suitable size motor base with slide rails and frame
complete with screw type mechanism system for motor alignment in both directions
and belt tightening arrangement at ground level (SRP base).
1.10. Centre Bearing Assembly: The centre bearing assembly, which fits on the Samson post,
should be provided with adjustment bolts for precision alignment.
1.11. Caged Ladders: Caged ladders should be provided on both sides of Samson post for
easy and safe accessibility for repair/maintenance of horse head, Central Bearing etc.
Samson post access caged ladders (on both sides) to be caged from top to bottom in
consideration of safety and these caged ladders should be properly positioned to
make the alignment of centre bearing possible, in a safe manner.
1.12. Gear Reducer Assembly:
1.12.1. Double herring bone (Double Helical) reduction gear reducer as per API 11 E including
AGMA and specified standards.
1.12.2. Heavy duty herring bone double reduction (double helical) gear reducer having
positive feed lubrication to all the bearings shall be built in accordance with API-11E
standard and specified standards and shall be capable of safely operating at a
minimum of 2 SPM with 25 HP (720-750 rpm) Electric motors frame size E- 225, shaft
size 60 mm. All sizes of taper lock bush/sleeve fit type motor pulleys / auxiliary pulleys
for achieving 2 to 8 SPM are to be supplied by the bidders. Two sets of suitable belts
in inch sizes with each unit should be supplied. Motors base should be at the ground
level. Motor and gear pulleys should have space saver groove of C section and
suitable for V-belts. The gear reducer pulley should be properly fitted with sleeve on
the pinion gear shaft. The gear reducer housing should be oil cooled-provided with
Gear oil filling point, Gear inspection cover and gauge stick (with minimum- maximum
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 18 of 106
marking) for checking gear oil level only. Allen key head type drain plug should be
provided in place of normal bolt head type plug on the gear reducer body. Gear
reducer assembly should not make abnormal noise during operation.
1.13. SRP Unit Base: The unit base should be sufficiently strong with heavy duty lifting eyes
for easy loading and unloading.
1.14. Brake assembly: Pumping unit brakes shall have sufficient braking capacity to
withstand a torque exerted by the cranks at any crank position with a maximum
amount of counter balance torque designed by the manufacturer for the particular
unit involved. This braking torques to be effective with the pumping unit at rest, under
normal operating condition with the well load disconnected. All the Brake linkages
(rod) from brake unit of gear reducer to the hand locking lever shall be of stainless
steel.
1.15. Painting and Finishing: Units should be synthetic enamel painted (one coat primer plus
two finish coats) after adequate surface preparation. All machine parts and fasteners
etc. shall be coated with rust preventive paint. Tips of moving parts should be bright
red. Electric Control panels should have standard high voltage danger warning sign
brightly painted in front for safety. BPRL’s logo (which will be indicated to successful
bidder) is required to be painted on walking beam.
1.16. Walking Beam: The following equation shall be used for rating conventional walking
beams as shown in figure 1 of API-11E:
𝑊 = (𝑓𝑐𝑏/ 𝐴) ∗ 𝑆𝑥
where:
W = Walking beam rating in pounds of polished rod load.
𝑓𝑐𝑏= Compressive stress in bending in pounds per square inch (maximum allowable
stress will be as per table 1 of API- 11 E.)
𝑆𝑥 = section modulus in cubic inches. The cross section of the rolled beam may be
used except that holes or welds are not permissible on the tension flange in
critical zone as indicated on the drawing in API-11E figure-1.
A = distance from centre line of saddle bearing to centreline of well in inches as per
figure-1 of API-11 E.
C = distance from centre line of saddle bearing to centreline of equalizer bearing in
Inches as per figure-1 of API-11 E.
Note: The equation given above is based on the conventional beam construction using a
single rolled section. With unconventional construction or built up section, due regard
shall be given to change in loading, to checking stresses at all critical sections and to
the existence of stress concentrating factors.
1.17. Auxiliary Reduction Gear Assembly: Auxiliary reduction gear assembly should have oil
bath type lubrication of bearings and have extension base with slide rails for belt
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 19 of 106
alignment in both directions. The seals of the auxiliary reduction unit (ARU) should be
of such type that the problem of lubrication coming out from ARU does not happen.
1.18. SRP Unit base: 12 Nos. suitable foundation bolts and 8 Nos. of C-channels should be
supplied with each unit. Motor base should be above C channel for ease of installation
and maintenance. The unit base will be mounted on a metal skid with the help of C
channels and foundation bolts. The unit should be capable of operating after
mounting on metal skid kept on a hardened level ground without grouting in hardened
ground.
1.19. Bearings: Bearings of the pumping unit gear reducer, Central bearing, Equalizer
bearing, Pitman bearing and any other bearings used in the unit should be of best
industry standard as per API specification 11E and specified standards. Copy of
originality and quality certificate should be obtained from the bearing manufacturer
and be made available to BPRL and TPI at the time of inspection.
1.20. Fasteners: All the fastener bolts and nuts of sucker rod pumping unit should be
provided with plain and spring washers and lock nuts. Copy of originality and quality
certificate of nut bolts should be obtained from the supplier indicating technical
details (code, material, dimensions, strength etc.) and be made available to BPRL and
TPI at the time of inspection.
1.21. Tools: Each surface unit should be provided with one complete set of all the suitable
standard and special spanners/wrenches (with a metallic tool box) required to fasten
all the nuts bolts of the SRP unit.
1.22. Interchange ability of parts: All the parts of one set of surface sucker rod pumping unit
must be interchangeable with another set of surface unit of the same specification
supplied by the same vendor.
1.23. Stroke Counter: A mechanical stroke counting meter should be provided with each
SRP unit for recording the Total number of strokes of the unit run. Bidder may suitably
design mechanical counter for counting the no of strokes for recording up to eight
digits.
1.24. Packaging and transportation:
1.24.1. Packing of all components like unit base, gear reducer, walking beam, Samson post,
third leg, equalizer, crank, counter weights, reducer, pitman arm, horse head etc. are
to be done separately in secured way and all these items of individual unit are to be
arranged in a self-supported metallic / wooden box, fitted with four eye bolts / lifting
eyes on a strong and sturdy metallic / wooden base. All loose items like fasteners
(including foundation bolts ,belts etc.) and handling tools (as detailed at Appendix II)
should be properly packed in the plastic/polythene sheets in suitable wooden boxes
and kept in the above mentioned single big box to avoid weather exposure during
transportation and stocking at BPRL stores.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 20 of 106
1.24.2. Electric motors & panels should be properly packed and secured/ protected in a
second metallic / wooden box fitted with four lifting eyes on its base, to prevent
against damage in transportation/ lifting particularly to motor cover, fins, terminal
box etc. and panel doors.
1.24.3. Shipping of all components of each individual unit must be done together in
consignments with proper lifting arrangements in each box for ease of handling. Inter
mixing of parts should be avoided. This requirement is in addition to the standard
packing instructions covered in the General Terms & Conditions in the bid document.
Detailed packing list must be provided separately with each unit.
1.25. Carrier Bar: Carrier bar should be designed and manufactured in three pieces to hold
the wire lines and polished rod separately to facilitate removal of polished rod
independently. Carrier bar should have molded safety grooves so that wire rope does
not come out in polished rod stuck-up situation during operation. Carrier bar is to be
of safe design i.e. stopper plate be provided to prevent brushing of wire ropes against
the pins, as over a period pins may be cut by wire ropes thereby causing the wire ropes
to come out of carrier bar which may cause accident. Carrier bar bottom part should
be 2.5 meter from ground level (SRP base). Polished rod clamp: Polished rod clamp
should be designed and manufactured to hold the entire string of sucker rod and
comply with API-11B specifications.
1.26. Assembly of Unit:
1.26.1. Provision should be made for fitting and removal of horse head pin with operational
ease with proper Lubrication system.
1.26.2. Special care should be taken for Sampson post assembly (legs) dimensions and up
down markings so that site assembly can be made without any over tightening and
straining of the fasteners.
1.26.3. Horse head and walking beam should be provided with at least two lifting lugs for
safe and balanced handling at the site. Lifting eyes are to be welded on the unit base,
on top of walking beam and horse head in such a way that it should not damage any
equipment while handling.
1.26.4. Access steps should be provided to facilitate approach to Gear reducer top inspection
cover.
1.26.5. Belt guard support channels should be detachable type to facilitate easy removal
during maintenance.
1.27. Safety Guards: Units should be provided with all safety features as per specified
standards. Unit shall have safety belt guards and preventive rails on all sides to avoid
accidental injury from moving parts.
1.28. Technical Manuals and Standards: Minimum six sets of following technical manuals
and catalogues in English language are to be supplied for each type and size of SRP
units, without any extra cost:
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 21 of 106
Installation and Commissioning manual.
Foundation Plan.
Operation and maintenance manual including lubrication instructions and spare
parts list.
Stroke and Torque Factor tables as per Annexure-C approved data section C.3 of API-
11 E, Figure C.2 and specified standards.
Crank counter balance tables as per Annexure-C approved data section C.2 of API-
11 E, Figure C.1 and specified standards.
Completed manufacturers Gear Reducer data sheets as per Annexure-C approved
data section C.4 of API- 11 E, Figure C.3 and specified standards.
Pulley combination table.
General Arrangement drawing giving part details of Gear reducer, centre bearing
assembly, (rear) tail equalizer bearing assembly and crank pin bearing assembly with
respective bearing identification numbers.
1.28.1. Two sets of latest editions of following original or duly authorized and authenticated
copies in English language of API publications related to SRP surface units are also to
be supplied:
API-11 E.
API-RP 11 ER.
API-RP 11 G.
API-RP 11 L.
API-11 B
1.28.2. Six sets of technical manuals (operation manual & service manual) in English language
to be supplied with each type and size of SRP units i.e. six sets for C-228D. Only one
set of API publication per SRP unit type and size to be provided. Foundation plan of
SRP unit base is to be provided, however the units should be suitable to be mounted
on steel skids as per API standards.
1.28.3. All the technical manuals and catalogue must be provided in English language.
1.28.4. All accessories including handling tools for installation and dismantling of SRP unit (as
detailed at Appendix II) are to be provided with each SRP unit.
1.28.5. One heavy duty grease gun to be provided with each unit.
1.28.6. Note: In addition to normally supplied items along with the new unit, 01 no. of
additional set of Assembling hand tools and 01 No. of additional set of assembling
nuts and bolts are to be supplied each with both types of unit.
1.28.7. All items being shipped to be marked clearly in English only.
1.28.8. Torque factor and polished rod positions are to be furnished by the bidders for each
15 degree crank pin position with zero position at 12’O Clock.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 22 of 106
1.28.9. The bidder should submit the API rating form for crank counterbalance including
calculated counterbalance value and diagram that will indicate position of different
counterweight sizes on cranks by reading its value on the horizontal scale.
1.28.10. The vendor should provide additional one no of carrier bar assembly with each SRP
Surface Unit as a free issue item at no additional cost.
2. SRP MOTOR SPECIFICATIONS:
2.1. All SRP units / Motor and ATS Panel should be as per the specifications in the tender.
Motor base should be of moveable type with slide rail mechanism for belt alignment.
Motor slide rail clamp plate has to be proper. Motor should be FLP type as per latest
Indian/International Standard and highly energy efficient.
2.2. A. Power rating of motor should be 18.5 KW/25 HP certified IS-325 or equivalent
IEC standard.
B. The vendor has to provide IS-325 or equivalent IEC standard certificates and/or
flame proof certificate, etc to TPI as well as provide a copy with dispatch of
items.
2.3. Application is for varying load for sucker rod pump of oil wells.
2.4. Type of enclosure of motor is IP55.
2.5. Type of duty is S.1 continuous as per IS-325 (latest) or equivalent IEC standard.
2.6. Method of cooling is TEFC, IC411.
2.7. Type of construction is TEFC, squirrel cage type, flame proof as per latest
Indian/International Standard and copy of certificate to be provided.
2.8. Ambient temperature 0-55 degree c.
2.9. Power supply 3 phase, 415 +/- 5 volts.
2.10. Frequency 50 HZ +/- 3%.
2.11. Frame size-225.
2.12. No. of poles/synch Speed is 8 pole / 750 RPM.
2.13. Insulation is Class‘F’ but temperature rise limited to of class ‘B’.
2.14. Winding treatment is with GEL coat on winding overhang.
2.15. Rotor type is double cage.
2.16. Direction of rotation is suitable for both direction of rotation.
2.17. Full load current is as per specs.
2.18. System of earthing is two separate earthing terminals shall be provided; one earthing
terminal should be located inside the terminal box additionally.
2.19. Terminal box is on LHS of the motor when seen from NDE, Terminal box shall be
complete in all respect including fitting of double compression glands suitable for 3.5
x 35 sq. mm, 1.1 KV aluminum conductor armored PVC insulated cable. Cable glands
of the motor terminal box should be weather proof and metallic.
2.20. Method of starting is DOL or solid state soft starter or auto transformer started.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 23 of 106
3. SPECIFICATION FOR CONTROL PANEL FOR 25 HP SRP MOTOR:
3.1. Type of Panel: ATS (Autotransformer Starter).
3.2. Application: The ATS shall be designed conforming to relevant IEC standards for
starting & control of 3 Phase 415V, 50 Hz, 25 HP continuous duty squirrel cage
Induction motor.
3.3. Environment Condition/Features:
The ATS panel shall be suitably designed for sturdiness and strong enough so as to
withstand harsh weather conditions as follows:
Ambient temperature from: 0 to 55 degree C
R.H: 40 to 100 %.
Operation in dusty / stormy climate.
With protection level IP-53.
It should able to function in open area without shelter and withstand rain and
dust conditions with double earthling terminal. Aluminium earthing busbar of
25 x 5 mm to be provided along the back inside of the panel.
a. The panel should be double door type. Front door should have locking arrangement
with external lock on the front door, with duplicate keys should be fixed. Danger
boards/warning signs (in English) should be brightly painted on the front of panel.
There shall be no controls displays on front door. All controls & displays shall be on
the inside compartment door, for full weather proofing of components.
b. Block diagram should be screen printed (in English) on anodized aluminium sheet of
0.5 mm thickness and screwed securely on the inner side of the front door. Language
of all instructions/procedure etc. printed/marked on the panel should be English.
c. Panel ground clearance should be 24” (twenty four inches) on a stable steel structure.
d. Vendor will design the electrical control panel so that the main switch, on-off switch,
voltmeter display, ammeter display, auto switch etc. can be accessed safely and
without any risk of electrical shocks. For this a separate access door may be provided
in the panel.
e. Control panel enclosure shall provide degree of protection of at least IP2X as per IEC
60439-1:1999 annex D or latest. Enclosure should have separation of bus bar from the
functional units and separation of all functional units from one another including the
terminal for external conductors which are an integral part of the functional unit as in
Form 4b form of separation and type 7 type of construction as per IEC 60439-1:1999
annex D or latest.
4. ATS CONTROL PANEL FEATURES:
4.1. MCCB: MCCB of 70 Ampere with shunt release. Thermal & magnetic trip for motor
protection duty and breaking capacity 50 KA at 415 V, 50 HZ, MCCB should be suitable
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 24 of 106
for operating with ELR to be provided at incomer 3 phase supply, shunt trip for 230 V
AC.
4.2. Neutral Link: Separate Neutral; Link 500 V, 100A, connector, copper strip.
4.3. ELR : Earth Leakage relay suitable for 230 V, 3 phase unbalanced load with built in
test, reset and indicating facility with tripping current range 0.25 to 4.0 Amp and core
balance Ct accuracy of appropriate internal diameter suitable for the entry of
incoming cable of size 3 ½ x 35 sq. mm with NO & NC contact. CBCT shall be installed
on proper fixture, insulated from the panel sheet. ELR test certificate should also be
submitted.
4.4. Ammeter: Ammeter 0-40/240/5 amps with 0-40A normal scale and 2-10A suppressed
scale, size 96 x 96 mm, flush mounted with cast resin type CT ( CT Make : Ashmor,
Gilbert – Maxwell & Precise or any international repute make) and selector switch.
4.5. Voltmeter: Voltmeter 0-500 V size 96 x 96 mm, flush mounted with selector switch.
4.6. Push Button: Push Button with actuator and element set of 3 with ON and OFF and
Reset buttons with elements of 1 NO + NC contacts. 3 PB should be coloured Green,
Red & Yellow.
4.7. Indication Lamp: LED indication lamps, wired through control fuses as per drawing
with holder, reflector etc.
Set of 3 nos. of RYB indication: Red color with adequate brightness for visibility.
Set of 3 nos. OFF and ON and O/L trip, duly labeled: coloured Red, Green & Yellow
respectively. 6A HRC fuse links with 16/20 HRC fuse base control circuit are required.
4.8. Capacitor : Power factor improvement capacitor APP type, 12.5 KV AR, 415 V, 3 phase,
50 Hz air cooled duly connected with HRC fuses, test certificate to be produced.
Connections to be done by 10 sq. mm copper flexible wire. 12.5 KV AR is kept to have
improved power factor. All test certificates are to be submitted to user (exclusively
before LC) because these are required for compliance of Electricity Act/ DGMS.
4.9. Connector Block: TPN Power FRP material / Epoxy cast terminal connectors for 100
Amp. 415 V with stud / nut arrangement for lug terminations. (2 sets-one incoming
and other outgoing).
4.10. HRC Fuses: Staggered type safe clip HRC Fuses with base of 63A 415 V with 36/40A
HRC link of same make, for capacitor circuit.
4.11. Thermal Over Load relay: Thermal Overload relay in the Range suitable to 25 HP motor
having FLC 38 Amp within built single phase protection.
4.12. Single Phase Preventer: Two nos. of SPP i.e. one voltage sensing type of 415 V and
second current sensing type of 40A with Aux. supply 230 V +/- 15 % to be provided in
the circuit for protection against phase reversing, phase loss, phase unbalance, low
voltage, High voltage and overload respectively.
4.13. Auto Manual Switch: Auto Manual 2 pole 2 way switch (toggle type), suitable for use
in 415 V phase to phase supply.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 25 of 106
4.14. Auto Transformer Starter: Power contactors identified as P1 (run), P2 (main), P3
(Start). P1, P2 & P3 should be 70A Amps rating of AC-3 duty with necessary NO/NC
auxiliary contact block, as per control diagram enclosed. Operating coil voltage 240 AC
for (P2) main, start and (P1) run connection, duly wired as per circuit. Frame size of all
3 contactors should be same for the purpose of uniformity. Contactors should be
suitable for service/ambient condition of 55 deg. Cent. Coil should be rated 230 V +/-
15 % V wide band with class-H insulation and cast resin moulded. P4 contactor shall
be capacitor duty and of rating 25 KV AR with ambient conditions and coil voltage
same as for P1 etc. Electronic timers (T-1 and T-3) electronic timer (Siemens make or
L & T make or any international repute make: 6 to 60 seconds, 230 V +/- 15 % AC. Auto
transformer cast resin moulded suitable for 25 HP motor, copper wound, having 60 %,
70 % & 80 % tapping with terminal plate, 12 starts/hr. 12 seconds starting time. Test
certificates shall be provided for all Auto Transformers conforming to relevant IEC
standard.
4.15. Inside 15A Socket: Inside the panel one 15A- 6 pin plug socket with switch ISI or
equivalent International repute make / standard is acceptable marked should be
provided.
4.16. Control Transformer: 415 – 440 V / 220 – 230 V (+/- 5 % tapping), 500 VA single phase
control transformer confirming to IEC standard.
4.17. Automatic Switching: Timer (T-2) for automatic switching with time range 6 to 60
minutes. The timer can be Siemens make or L & T make or any international repute
make (230 Volt AC +/- 15 %). The Auto Timer is installed for automatic switching
system as the panel can be started only when 3 phase supply is available. The timer
will take care of Auto-restart after supply resumes after failure, with a time gap of
approx. 10 minutes. Also with Programmable Electro-mechanical /Electronic Time
switch (TS) 230 Volt AC +/- 15 %, 50 Hz having daily dual running reserve battery up to
72 hrs. for starting /stopping motor at pre-set time in a day. Power winding shall be
made in 25 sq mm copper flexible wire and control wiring by 1.5 sq mm copper flexible
wire. Wiring and termination shall be made by copper lugs & ferrules shall be provided
for identification. Power and control wiring shall be done as per circuit diagram. All
power and control wiring to be done by electron beam cross link type cable as per
circuit diagram.
4.18. IMP: All wiring & cable terminations to be done through copper lugs, pins, clips etc.
and crimped portion should be supported by Heat shrinkable sleeves.
MCCB and Main contactor should be connected through incoming/outgoing terminal
strip connections done at bottom of the panel board. All cable holes in the panel
should be of appropriate size to prevent entry of insects and reptiles.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 26 of 106
The vendor should also provide earthing pits (2 nos. of motors, 02 nos. for surface
units, 02 nos. for panels and 02 nos. for GEB transformer or 66 KVA DG set) with
suitable strips.
All electrical connections from motor to panel and from panel to DG set / GEB
transformer is under vendor scope. Minimum 3.5 sq mm 4 core should be used or
vendor may decide.
5. INSPECTION: (APPENDIX-1):
The scope of inspection but not limited to as below:
5.1. Review/Approval of design and drawings of manufacturer by inspecting agency in
accordance with applicable specifications, standards and codes.
5.2. Review/Approval of Q.A. plan and manufacturing program indicating various stages of
inspection on receipt from manufacturer.
5.3. Upon approval of Q.A. plan, manufacturers shall intimate readiness for inspection in
stages to inspecting agency giving sufficient advance notice for deputing their
inspectors.
5.4. Carry out all necessary NDT, visual dimensional, functional checks/tests as per Q.A
approved plan including chemical and physical checks for raw material and verify
compliance with the technical specifications.
5.5. Review/verification of material test certificates, Q.C. documentation and material
traceability records etc. by inspecting agency on receipt from the manufacturer.
5.6. Witness final testing/performance testing of equipment by inspecting agency as per
approved QA plan.
5.7. Release of inspection note copy by inspection agency to the manufacturer who will
submit the same to BPRL along with dispatch documents. TPI should submit original
inspection note / report to BPRL.
5.8. Inspection agency to check all the items are as per list and are properly labelled in
English language for easy identification at destination.
5.9. Inspection agency to ensure that all SRP units / Motor and Panel should be as per the
specifications. Where ever any guidance beyond specifications is required, best
International engineering practices should be followed.
5.10. Inspection agency to ensure that copy of all test certificates are enclosed with dispatch
documents by bidder / manufacturer.
5.11. Inspection agency to verify and ensure supply of all free items as per Technical
Specifications or wherever mentioned.
5.12. Inspection agency to ensure that all items inspected are properly labelled with TPI
stamp & signature with date so as to ensure no tampering during waiting for shipment
/ transit.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 27 of 106
APPENDIX-2
REQUIREMENT OF HANDLING TOOLS ALONG WITH SRP UNITS
Sl.
No.
Item description Dimension Qty./2
units
Total Qty.
1 Double end spanner set 18 mm to 46 mm 1 2
2 Ring spanner set 18 mm to 46 mm 1 2
3 Heavy duty box spanner 36 mm to 46 mm 1 2
4 Counter weight adjustment
spanner As per unit dimension 2 Sets
5 Adjustable wrench 8” 10” long 2 Sets
6 Crank pin nut spanner As per unit dimension 2 Sets
7 Polished Rod Clamp 1 ½” dia 2 Sets
8 Pipe wrench- Aluminum 10 inch heavy duty 2 Sets
9 Hammer- M.S. 5 lbs 2 Sets
10 Tool box M.S./plastic bag
optional
Sufficient for above
tools
2 Boxes
11 Utilities / Misc. (Grease)
optional
Sufficient for 2 units
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 28 of 106
B. SRP SUBSURFACE PUMP AND OTHER DOWNHOLE ACCESORIES:
TECHNICAL SPECIFICATIONS:
Serial No. - 1
SUB-SURFACE PUMP API-20-175 THM 15-4-4
NOMINAL TUBING SIZE 2-7/8 inch, EUE, N-80, 6.5 PPF
BASIC BORE DIAMETER 1-3/4 inch
TYPE OF PUMP INCLUDING TYPE OF BARREL Tubing pump, Heavy Wall Barrel
QUANTITY REQUIRED 4 Nos.
BARREL LENGTH-OD 15 feet O.D. Maximum as per API-11AX
PLUNGER LENGTH 04 feet
TOTAL LENGTH OF EXTENTIONS 04 feet
ADDITIONAL INFORMATION
BARREL MATERIAL
(Ref. Table F.1, page no. 90 of API
SPECIFICATION 11 AX THIRTHTEEN EDITION,
MAY 2015
EFFECTIVE DATE: NOVEMBER 04, 2015.
API, Type A1,Chrome plate on steel
Inside surface condition-0.003 inch, min.
Thickness, 900 to 1160 HV100
Base core hardness: HRB 90 to HRC 23
Base material: UNS G15XX0 steel
Base material min. yield strength, ksi-60
PLUNGER METERIAL
(Ref. Table F.8, page no.95 of API
SPECIFICATION 11 AX THIRTHTEEN EDITION,
MAY 2015
EFFECTIVE DATE: NOVEMBER 04, 2015.
API Type B2,Spray metal
Outside surface condition: 0.008 in. (0.203 mm)
min. thickness, 484 Vickers 200 min. hardness
Base core hardness: HRB 70 to HRC 23
Base material: UNS G10XX0 / UNS G4XXX0/
UNS G86XX0
Base material min. yield strength, ksi-50
PLUNGER CLEARANCE
Ref. Table C.37—P21 page no.62 of API SPEC.
11 AX THIRTHTEEN EDITION, MAY 2015
EFFECTIVE DATE: NOVEMBER 04, 2015.
0.003 inch
VALVE MATERIAL
(Ref. Table F.4 page no. 93 of API
SPECIFICATION 11 AX THIRTHTEEN EDITION,
MAY 2015
EFFECTIVE DATE: NOVEMBER 04, 2015.
API, Type A4, Tungsten Carbide Should be fitted
with Double Travelling Valve & Standing Valve.
Hardness:
Ball: HRA 88-89
Seat: HRA 88-89.5
Material: Tungsten with cobalt binder
LENGTH OF EACH EXTENTION 02 feet
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 29 of 106
NOTE:
1. The above item should bear API Monogram and compliance to other specifications like
Measurement, Testing and Gauging (chapter 7), Marking (chapter 8), etc. of the API
Specification 11 AX Thirteenth Edition, May 2015, Effective Date: November 04, 2015 or
latest must be strictly adhered to.
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Each Pump should be packed in preferably in metallic box to prevent damage during
transportation.
4. Each pump to be fitted with one no. of 2-7/8” X 2-3/4”cross over.
5. Each pump to be supplied with 2 nos. Of standing valves with cage and 2 sets of ball and
seat at no additional cost
6. Pump design, detailed diagram with part nos. & nomenclature to be supplied with each
pump.
7. Bidder to provide Material test data of each pump component wherever possible.
8. Each pumps to be supplied with set of operating and maintenance manual.
9. Guarantee & Warranty certificate shall be submitted along with the materials.
10. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 30 of 106
Serial No. - 1A
DATASHEET TO BE FILLED BY THE BIDDERS AGAINST ABOVE PUMP
Parameter SPECIFICATIONS [API-11AX]
Nominal Tubing Size 2.7/8”, EUE, N-80, 6.5 PPF
Basic Bore Diameter
Type Of Pump
Type Of Barrel
Location And Type Of Seating Assembly
Details Of Barrel:
Barrel API Part No.
Barrel Length & tolerance
Barrel ID & tolerance
Barrel OD & tolerance
Barrel Material description & API identification
symbol
Barrel inside surface condition (plating thickness
& hardness)
Barrel base core hardness
Barrel base material
Base material min. yield strength
Details Of plunger:
Plunger API Part No.
Plunger Length & tolerance
Plunger OD (0.003” clearance) & tolerance
Plunger Material description & API identification
symbol
Plunger outside surface condition (plating
thickness & hardness)
Plunger base core hardness
Plunger base material
Plunger base material min. yield strength
Details of Valve - ball & seat
API part No.
Description & API identification symbol
Ball hardness
Seat hardness
Material
Ball dia. and tolerance
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 31 of 106
Parameter SPECIFICATIONS [API-11AX]
Ball roundness range
Ball surface roughness
Total Length Of Extensions
Length Of Each Extension
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 32 of 106
Serial No. - 2
TECHNICAL SPECIFICATIONS FOR SRP SINKER BAR
Name of the item: SINKER BAR 1-1/4 INCH DIAMETER X 25 FEET LENGTH
DESCRIPTION
(a) Each Sinker bar to be supplied with specification as per additional details below.
(b) Quantity: 20 Nos.
(c) Grade 2
(d) Sinker bar Size 1-1/4 inch diameter x 25 feet Length with
elevator neck and 2 wrench flats at both ends.
(e) Rod pin Size 5/8 inch (Sucker Rod Pin Thread).
(f) Additional Details
1. Sinker bars should be manufactured according to (a) above, should be Grade-2 with
male thread on each end.
2. The material should be coated with a durable corrosion resistant paint and fitted with
internal and external thread protectors.
3. Each sinker bar should be fitted with 5/8 X 7/8” Coupling at one end & 5/8” X 3/4”
Coupling at other end. The cylindrical type couplings will have 2 wrench flats at the
middle for attaching the wrenches while screwing or unscrewing the joint.
4. The couplings & sub-coupling will be of SM class.
5. Bidder to note that the items to bear API monogram.
NOTE:
1. The above item should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 33 of 106
Serial No. – 2A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item Sinker Bar with Sub-coupling
Quantity 20 Nos. of sinker bar assembled with same Nos.
of sub-coupling with protector at no extra cost.
Sinker Bar:
Type Sinker Bar
Grade
Sinker bar Size
Rod pin Size
Chemical Composition
Nominal Length (feet)
Diameter of Bar Body, inch (mm) Maximum
Minimum
Mechanical Properties - Yield strength
- Tensile strength
Diameter of Rod Pin size, inch (mm) Maximum
Minimum
Marking details – Sinker Bar
Coupling : To be assembled on each end of Sinker Bar
Coupling Type
Coupling material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Specification format to be filled by bidder
Nominal sub-coupling size, inch (mm)
Sub-Coupling outside diameter, inch (mm) Maximum
Minimum
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 34 of 106
Length of coupling, inch (mm) Maximum
Minimum
Marking details – Coupling
Thread Protector: To be assembled on other end of sinker bar
Proposed TPI Agency name
Testing Facility details (attach additional sheets
if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 35 of 106
Serial No. - 3
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: WHEELED ROD GUIDE COUPLING (Roller Guide) FOR 7/8 INCH SUCKER RODS
(a) Type Suitable for use with 7/8 inch Sucker Rod X 2-7/8 inch, 6.5 ppf EUE tubing.
(b) Quantity to be purchased 20 Nos. complete coupling including wheeled rollers fitted on them of each sizes as per (a) above.
(c) Material of coupling body Steel with minimum tensile strength of 95000 lbs/sq. inch suitable for 7/8 inch Sucker Rod X 2-7/8 inch, 6.8 ppf EUE tubing.
(d) Material of Wheels & Roll pins Wheels shall be set on stainless steel (SS316 or above) journal and roll pins. Wheel material shall be Ultra high molecular weight poly-ethylene (UHMW) suitable for application in temp of up to 175 F.
(e) Length of coupling Up to 30 inches.
(f) Number of wheels per coupling Minimum 4 wheels.
(g) Coupling threads Pin threads suitable for Sucker rod–7/8 inch as per API-11B specifications.
(h) Outside Diameter Suitable for use with 2-7/8 inch, 6.5 ppf EUE tubing’s.
(i) Additional details
1. Each wheeled rod guide coupling should be supplied with extra set of wheel kit (4 wheels) with roll pins and lock nut.
2. Each set should contain minimum 4 wheels and 4 pins suitable for field replacement of item mentioned here and type of (a) above.
3. Total number of set of wheel kit and roll pin will be equal to total number of roller guide mentioned at (b) above.
NOTE: 1. All the above items should comply with other specifications like Measurement, Testing,
Gauging (section 9), Marking, Packaging, Thread protectors and Color code (section 11) etc. must be strictly adhered to as per above ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used for evaluation of technical specification.
3. Diagram to be provided with Techno-commercial bid. 4. Bidder to provide Material Test data. 5. With regards to sucker rods thread, gauging and threading should be conforming to API-11B. 6. Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 36 of 106
Serial No. - 3A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B (If
applicable)
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item WHEELED ROD GUIDE COUPLING (ROLLER
GUIDE)
FOR 7/8 INCH SUCKER RODS
Type
Quantity to be purchased
Material of coupling body
Material of Wheels & Roll pins
Length of coupling
Number of wheels per coupling
Coupling threads
Outside Diameter
Drawing Enclosed / not enclosed
Proposed TPI Agency name
Testing facility details
(Attach additional sheets if necessary
Other details, if any.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 37 of 106
Serial No. - 4
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item:
WHEELED ROD GUIDE COUPLING (ROLLER
GUIDE) FOR 3/4 INCH SUCKER RODS.
(a) Type Suitable for use with 3/4 inch Sucker Rod X 2-7/8 inch, 6.5 ppf EUE tubing.
(b) Quantity to be purchased 20 Nos. Complete coupling including wheeled rollers fitted on them of each sizes as per (a) above.
(c) Material of coupling body Steel with minimum tensile strength of 78000 lbs/sq. inch for 3/4 inch sucker rod X 2-7/8 inch, 6.5 ppf EUE tubing.
(d) Material of Wheels & Roll pins Wheels shall be set on stainless steel (SS-316) journal and roll pins. Wheel material shall be Ultra high molecular weight poly-ethylene (UHMW) suitable for application in temp of up to 175 F.
(e) Length of coupling Up to 30 inches.
(f) Number of wheels per coupling Minimum 4 wheels.
(g) Coupling threads Pin threads suitable for Sucker rod–3/4 inch size as per API-11B specifications.
(h) Outside Diameter Suitable for use with 2-7/8 inch, 6.5 ppf EUE tubing’s.
(i) Additional details
1. Each set should contain 4 wheels and 4 pins suitable for field replacement of item mentioned here and type of (a) above.
2. Total number of set of wheel kit and roll pin will be equal to total number of roller guide mentioned at (b) above.
NOTE: 1. All the above items should comply with other specifications like Measurement, Testing,
Gauging (section 9), Marking, Packaging, Thread protectors and Color code (section 11) etc. must be strictly adhered to as per above ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used for evaluation of technical specification.
3. Bidder to provide Material Test data. 4. Diagram to be provided with Techno-commercial bid. 5. With regards to sucker rods thread, gauging and threading should be conforming to API-
11B. 6. Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 38 of 106
Serial No. – 4A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
(If applicable)
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item WHEELED ROD GUIDE COUPLING (ROLLER
GUIDE) FOR 3/4 INCH SUCKER RODS
Type
Quantity to be purchased
Material of coupling body
Material of Wheels & Roll pins
Length of coupling
Number of wheels per coupling
Coupling threads
Outside Diameter
Drawing Enclosed / not enclosed
Proposed TPI Agency name
Testing facility details
(Attach additional sheets if necessary
Other details, if any.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 39 of 106
Serial No. - 5
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: SUCKER ROD WITH COUPLING 7/8 INCH X 25 FEET.
DESCRIPTION
(a) As per API specification 11B Twenty seven editions, May 2010 Effective date November
1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be
purchased:
500 Nos. Each sucker rod to be supplied with coupling
assembled at one end as per specifications given at additional
details below and thread protector to be provided at other end
at no extra costs.
(c) Type: Steel Sucker Rod.
(d) API Grade ‘D’ Carbon with minimum tensile strength 1,15,000 lb/sq. inch.
(e) Size (Diameter) 7/8 inch.
(f) Length 25 feet.
(g) Package Sucker rod to be supplied in packaged condition.
(h) Additional Details / Requirements:
Each sucker rod to be supplied with coupling assembled at one end as per following
specifications and Thread protector to be assembled at other end at no extra costs.
(h1) Quantity Total nos. of couplings will be same as total no. of Sucker rods
as in (b) above supplied as a part and parcel of the sucker rod at
no extra costs.
(h2) Class Class T.
(h3) Type Sucker rod coupling (steel).
(h4) Size (Outside diameter) 1.812 inch.
(h5) Length 4.000 inch.
(i) Usage To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 40 of 106
Serial No. – 5A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item: 7/8 INCH X 25 FEET SUCKER ROD WITH COUPLING.
Quantity ________ Nos. of sucker rods assembled with
same nos. of coupling at no extra cost.
Type Steel Sucker Rod
Rod API Grade & steel grade
Chemical Composition
Nominal Length (feet)
Diameter of Rod Body, inch (mm) Maximum
Minimum
Mechanical Properties - Yield strength
- Tensile strength
Outside diameter of Pin shoulder, inch (mm) Maximum
Minimum
Width of wrench square, inch (mm) Maximum
Minimum
Length of wrench square, inch (mm)
Length of Sucker rod, inch (mm) Maximum
Minimum
Diameter of the bead, inch (mm) Maximum
Minimum
Marking details – Sucker Rod
Coupling : To be assembled on each end of sucker rod
Coupling Type
Coupling material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Specification format to be filled by bidder
Nominal coupling size, inch (mm)
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 41 of 106
Coupling outside diameter, inch (mm) Maximum
Minimum
Length of coupling, inch (mm) Maximum
Minimum
Marking details – Coupling
Thread Protector: To be assembled on other end of sucker rod
Proposed TPI Agency name
Testing Facility details (attach additional
sheets if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 42 of 106
Serial No. - 6
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: SUCKER ROD WITH COUPLING 3 /4 INCH X 25 FEET.
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased: 500 Nos. Each sucker rod to be supplied with coupling
assembled at one end as per specifications given at
additional details below and thread protector to be
provided at other end at no extra costs.
(c) Type: Steel Sucker Rod
(d) API Grade ‘D’ Carbon with minimum tensile strength 1,15,000
lb/sq. inch.
(e) Size (Diameter) 3 / 4 inch
(f) Length 25 feet
(g) Package Sucker rod to be supplied in packaged condition.
(h) Additional Details / Requirements:
Each sucker rod to be supplied with coupling assembled at one end as per following
specifications at no extra costs and Thread protector to be assembled at other end at no
extra costs.
(h1) Quantity Total nos. of couplings will be same as total no. of Sucker
rods as in (b) above supplied as a part and parcel of the
sucker rod at no extra costs.
(h2) Class Class T
(h3) Type: Sucker rod coupling (steel).
(h4) Size (Outside diameter) 1.625 inch.
(h5) Length 4.000 inch.
(i) Usage To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 43 of 106
Serial No. - 6A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
I. DETAILS OF THE BIDDER:
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
II. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item SUCKER ROD WITH COUPLING
Quantity ________ Nos. of sucker rods assembled with
same nos. of coupling at no extra cost.
Type Steel Sucker Rod
Rod API Grade & steel grade
Chemical Composition
Nominal Length (feet)
Diameter of Rod Body, inch (mm) Maximum
Minimum
Mechanical Properties - Yield strength
- Tensile strength
Outside diameter of Pin shoulder, inch (mm) Maximum
Minimum
Width of wrench square, inch (mm) Maximum
Minimum
Length of wrench square, inch (mm)
Length of Sucker rod, inch (mm) Maximum
Minimum
Diameter of the bead, inch (mm) Maximum
Minimum
Marking details – Sucker Rod
Coupling : To be assembled on each end of sucker rod
Coupling Type
Coupling material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Specification format to be filled by bidder
Nominal coupling size, inch (mm)
Coupling outside diameter, inch (mm) Maximum
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 44 of 106
Minimum
Length of coupling, inch (mm) Maximum
Minimum
Marking details – Coupling
Thread Protector: To be assembled on other end of sucker rod
Proposed TPI Agency name
Testing Facility details (attach additional sheets
if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 45 of 106
Serial No. - 7
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item : 7/8 INCH SUCKER ROD COUPLING
DESCRIPTION:
(a) Specifications as per API specification 11B
Twenty seven editions, May 2010
Effective date November 1, 2010 or
Updated version of API Specification 11B.
(b) Quantity to be purchased: 150 Nos.
(c) Class: Class T
(d) Type: Sucker rod coupling (steel)
(e) Size (Outside diameter) 1.812 inch
(f) Length: 4.000 inch
(g) Usage: To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 46 of 106
Serial No. - 7A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
I. DETAILS OF THE BIDDER:
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
II. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 7/8 INCH SUCKER ROD COUPLING
Quantity
Coupling/Sub-coupling Type
Material Class
Material Mechanical property -Tensile
strength and/or Hardness range (HRA)
Nominal size, inch (mm)
Outside diameter, inch (mm) Maximum
Minimum
Length, inch (mm) Maximum
Minimum
Thread details One end:
Other end:
Marking details
Proposed TPI Agency name
Testing Facility details
(attach additional sheets if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 47 of 106
Serial No. - 8
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item : 3/4 INCH SUCKER ROD COUPLING
DESCRIPTION:
(a) Specifications as per API specification 11B
Twenty seven editions, May 2010
Effective date November 1, 2010 or
Updated version of API Specification 11B.
(b) Quantity to be purchased: 150 Nos.
(c) Class: Class T
(d) Type: Sucker rod coupling (steel)
(e) Size (Outside diameter) : 1.625 inch
(f) Length: Ref. Table 8 of ‘a’ above 4.000 inch
(g) Usage: To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 48 of 106
Serial No. - 8A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
I. DETAILS OF THE BIDDER:
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
II. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 3/4 INCH SUCKER ROD COUPLING
Quantity
Coupling/Sub-coupling Type
Material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Nominal size, inch (mm)
Outside diameter, inch (mm) Maximum
Minimum
Length, inch (mm) Maximum
Minimum
Thread details One end:
Other end:
Marking details
Proposed TPI Agency name
Testing Facility details (attach additional
sheets if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 49 of 106
Serial No. – 9
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: SUCKER ROD HOOK OF 50000 LBS.
(a) Type The SUCKER ROD HOOK having load capacity of 50000 lbs.
approximately should be designed to handle deep and shallow sucker
rod handling equipment / elevators both efficiently and safely.
(b) Quantity 2 Nos.
(c) Material of
constructions
Made of heat-treated High grade alloy steel to ensure long, trouble-
free service. It should be spring loaded for snap-in latch mechanism
to hold the rod elevator in locked condition or should have spring type
automatic lock mechanism (front lock hook).
(d) Additional details
(1.) Hook for pulling out and running in of sucker rods of Minimum load capacity of 50000 lbs.
with locking mechanism & snubbing by relief spring.
(2.) The hook should conform to API-8C / 8A specifications.
(3.) Detailed drawing with all dimensions spare parts name should be uploaded along with the
techno-commercial bid for approval without which the bid will be technically rejected for
this item. Bidder to also submit hard copy.
(4.) Bidders should have the required facilities for testing SRP Hook as per API-8C standards at
their premises and also agree to inspection by our company or any other agency nominated
by our company. In case the bidder is not the manufacturer, a certificate from the
manufacturer to the effect that the manufacturer possesses the required facilities for
testing the quoted equipment / material should be enclosed along with the techno-
commercial bid.
(5.) Bidder to provide Material Test data.
(6.) The SRP Hook should exceed API-8C specifications for proof load test requirements.
(7.) Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 50 of 106
Serial No. - 10
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: SUCKER ROD ELEVATOR
3/4 INCH X 7/8 INCH
(a) Type Sucker Rod Elevator (Plate Type) should be made
of heat-treated high grade one piece alloy steel,
having forged Pressure, sensitive latches and
quick release mechanism to ensure long,
trouble-free service.
(b) Quantity: 4 Nos. (2 nos. extra)
(c) Capacity 50000 lbs.
(d) Ball Size 19 inch
(e) Rod catch Sizes 3/4 inch X 7/8 inch
(f) Additional details
(1.) Elevator bar Rod should conform to AISI 4140,
(2.) Elevator body should conform to ASTM 487-411,
(3.) Elevator latch should be made from alloy steel 8630.
(4.) Elevator lever should be made from carbon steel C-1020.
(5.) Guarantee & Warranty certificate shall be submitted along with the materials.
(6.) All test certificate regarding Hardness, Measurement, Material Inspection (Metallurgy) &
Torque Test for assembled Sucker Rod Elevators shall be uploaded & submitted.
(7.) Bidder to provide Material Test data.
(8.) All the above items should bear the name of manufacturer embossed & size.
(9.) Detailed drawing with all dimensions spare parts name should be uploaded along with
the techno-commercial bid for approval without which the bid will be technically
rejected for this item. Bidder to also submit hard copy.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 51 of 106
Serial No. – 11
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: SUCKER ROD WRENCH 3/4 INCH
(a) Type
The sucker rod wrenches are for manual makeup
and break out of the sucker rod joints.
(b) Quantity: 05 Nos.
(d) Size 3/4 inch
(e) Additional details / Specifications
NOTE:
1. The equipment shall be new and unused.
2. The wrenches shall be made of EN-36, high grade alloy steel, hardened to resist wear.
3. The wrenches shall be of light weight but rugged tool with 35000 lbs. load capacity of Sucker
Rods.
4. The snap action wrench’s shall mainly consist of spring loaded wrench head and handle.
5. The Wrenches head shall be spring loaded and a hardened steel bushing shall be provided
between the wrench head and handle, which will facilitate the easy setting of the wrench on
the sucker rod.
6. The wrenches shall feature a counter balanced grip to reduce fatigue.
7. The cross section of the handle shall be oval to provide firm grip and resistance to wrench
spinning when gripped.
8. The wrenches shall be suitable for makeup or break out of any of the following sizes as
defined:
a) 3/4 inch.
b) 7/8 inch.
9. The wrenches shall be processed for corrosion protection.
10. The wrenches shall be processed for corrosion protection.
11. The wrenches shall be supplied complete in ready use condition.
12. The design of the wrenches will be such that it should be easy to clean and redress the
wrench at the site.
13. All the wrenches should be embossed with the manufacturer’s name and size.
14. All test certificate regarding hardness, measurement, material Inspection (Metallurgy) &
Torque Test for assembled Sucker Rod Wrench shall be submitted.
15. Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 52 of 106
Serial No. – 12
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: SUCKER ROD WRENCH 7/8 INCH SIZE
(a) Type The sucker rod wrenches are for manual
makeup and break out of the sucker rod joints.
(b) Quantity: 05 Nos.
(d) Size 7/8 inch
(e) Additional details / Specifications
NOTE:
1. The equipment shall be new and unused.
2. The wrenches shall be made of EN-36, high grade alloy steel, hardened to resist wear.
3. The wrenches shall be of light weight but rugged tool with 35000 lbs. load capacity of Sucker
Rods.
4. The snap action wrench’s shall mainly consist of spring loaded wrench head and handle.
5. The Wrenches head shall be spring loaded and a hardened steel bushing shall be provided
between the wrench head and handle, which will facilitate the easy setting of the wrench on
the sucker rod.
6. The wrenches shall feature a counter balanced grip to reduce fatigue.
7. The cross section of the handle shall be oval to provide firm grip and resistance to wrench
spinning when gripped.
8. The wrenches shall be suitable for makeup or break out of any of the following sizes as
defined.
a. 3/4 inch.
b. 7/8 inch.
9. The wrenches shall be processed for corrosion protection.
10. The wrenches shall be processed for corrosion protection.
11. The wrenches shall be supplied complete in ready use condition.
12. The design of the wrenches will be such that it should be easy to clean and redress the
wrench at the site.
13. All the wrenches should be embossed with the manufacturer’s name and size.
14. All test certificate regarding hardness, measurement, material Inspection (Metallurgy) &
Torque Test for assembled Sucker Rod Wrench shall be submitted.
15. Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 53 of 106
Serial No. - 13
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: 7/8 INCH X 1 INCH
SLIM HOLE (SH) TYPE SUB-COUPLING
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective date
November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased: 10 Nos.
(c) Class: Class T
(d) Type Slim Hole (SH) type sub-coupling, threaded ends,
one end 7/8 inch BOX (SR) Sucker Rod (SR)
threads, and other end 1 inch BOX (PR) Polished
Rod threads.
(e) Size (Outside diameter) 2.000 inch.
(f) Length 4.000 inch.
(g) Usage To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 54 of 106
Serial No. - 13A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 7/8 INCH X 1 INCH SLIM HOLE (SH) TYPE SUB-
COUPLING
Quantity
Sub-coupling Size, inch(mm)
Suitable for Sucker rod sizes. Inch(mm)
Material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Outside diameter, inch (mm) Maximum
Minimum
Length, inch (mm) Maximum
Minimum
Sub-coupling thread details One end:
Other end:
Marking details
Proposed TPI Agency name
Testing Facility details (attach additional sheets
if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 55 of 106
Serial No. – 14
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item : 3/4 INCH X 7/8 INCH SLIM HOLE (SH) SUB-COUPLING
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased: 10 Nos.
(c) Class: Class T
(d) Type Sub-coupling, threaded ends, one end 3/4 inch
BOX (SR) sucker rod threads, and other end 7/8
inch BOX (SR) Sucker rod threads.
(e) Size (Outside diameter) 1.625 inch
(f) Length 4.000 inch
(g) Usage To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 56 of 106
Serial No. - 14A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 3/4 INCH X 7/8 INCH SLIM HOLE (SH) SUB-
COUPLING
Quantity
Coupling/Sub-coupling Type
Material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Nominal size, inch (mm)
Outside diameter, inch (mm) Maximum
Minimum
Length, inch (mm) Maximum
Minimum
Thread details One end:
Other end:
Marking details
Proposed TPI Agency name
Testing Facility details (attach additional sheets
if necessary)
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 57 of 106
Serial No. – 15
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item:
GAS ANCHOR
(DOWNHOLE GAS SEPERATOR).
(a) Type Gas Anchor (modified or poor boy type) with 2-
7/8 inch EUE BOX connection at the top, 2-7/8
inch EUE Pin End at the bottom blind, suitable for
lowering with 2-7/8 inch EUE tubing string and
mud anchor of sufficient volume. The casing size
is 5.5 inch, 23 ppf for producing 300 BPD for well
with GOR in the range of 100-250 v/v. Must be
suitable for use with 2-7/8 inch EUE 6.5 ppf
Tubing String for completing Sucker Rod
Pumping wells for gas separation.
(b) Quantity: 4 Nos.
(c) Capacity of Gas Anchor 300 BPD
(d) Connections (1.) Bottom of the Gas Anchor should be suitable
for connecting tail pipe with 2-7/8 inch EUE
connection.
(2.) Gas anchor should withstand minimum the
weight of 400 metres of 2.7/8 inch 6.5 ppf
tail pipe at the bottom.
(3.) Max downward velocity in down passage
annulus between suction tube <= 6
inches/second based on net cross sectional
area.
(4.) The quiescent volume between the mud
anchor slot and suction tube (in the annulus)
should be minimum on pump displacement
volume.
(5.) Cross sectional area of mud anchor
slots/perforation should be 4 times the area
of mud anchor suction tube annulus.
(6.) 2-7/8 inch Top Collar Connection for
connecting 2-7/8 inch EUE 6.5 ppf Tubing.
(7.) 2-7/8 inch Bottom Collar Connection for
connecting 2-7/8 inch EUE 6.5 ppf Tubing.
(e) Dip tube of size 1 ~ 1.5 inch diameter approx.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 58 of 106
(f) Additional details
NOTE:
1. All the above items should comply with API 5CT specifications with respect to EUE threads,
Threading & Gauging. Bidder shall submit details of authorized threading agency along with
a copy of valid API 5CT certificate.
2. Bidders should have the required facilities for testing collar thread connections of Gas
Anchors as per API-5CT specifications at their premises and also agree to inspection by our
company or any other agency nominated by our company. In case the bidder is not the
manufacturer, a certificate from the manufacturer to the effect that the manufacturer
possesses the required facilities for testing the quoted equipment / material should be
enclosed along with the techno-commercial bid.
3. Bidder to submit photocopy of valid API-5CT with bid which shall have to be maintained till
the contract execution.
4. Detailed drawing with all dimensions spare parts name should be uploaded along with the
techno-commercial bid for approval without which the bid will be technically rejected for
this item. Bidder to also submit hard copy.
5. Guarantee & Warranty certificate shall be submitted along with the materials.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 59 of 106
Serial No. – 15
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item POLISHED ROD WITH SUB-COUPLING- 1-1/2 INCH. X 22 FEET.
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased : 04 Nos. Each polished rod to be supplied with
one sub-coupling assembled at each end as
per specifications given at additional details
below at no extra costs.
NOTE: Following detailed drawing with all dimensions as given below should be submitted
along with the bid for approval without which the bid will be technically rejected for this
item:
1. Mud Anchor ID (in inch).
2. Mud Anchor OD (in inch) <=4 Inch.
3. Mud Anchor Length (in inch) <= 270 Inch.
4. Dip Tube ID (in inches).
5. Dip Tube OD (in inches).
6. Dip Tube Length (in inches).
7. Distance between bottom of MA slots & top of DT slots (inches).
8. Length of MA slot (in inches).
9. Width of MA slot (in inches).
10. Number of MA Slots.
11. Length of DT slot (in inches.
12. Width of DT slot (in inches).
13. Number of DT Slots.
14. Mud Anchor ID, OD & length.
15. Gas Anchor OD - 4.0 inch (Max)
16. Gas Anchor Length – 16 feet
17. The gas anchor should conform to API-5CT specifications.
18. Copy of valid API-5CT to be submitted with bid.
Calculations of all design parameters as specified above and performance of Gas anchor and
suitability for requirement mentioned above should be supported by relevant documents.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 60 of 106
(c) Size (outside diameter) 1-1/2 inch.
(d) Length 22 feet.
(e) End connection Nominal diameter of Pin thread in inch (mm)
is 1.38 (34.9) PR.
(f) Grade Alloy steel with minimum ultimate tensile
strength of 1, 35,000 lb. /sq. inch (psi).
(g) Spray metal As per section 12.3 of ‘a’ above
(h) Additional Details / Requirements:
Each Polished Rod to be supplied with 1 inch X 7/8 inch Slim Hole (SH) type Sub-
coupling of the following specifications fastened at each end for use with 7/8 inch
sucker rods at no extra costs.
(h1) Quantity Total nos. sub-couplings will be same as total
no. of polished rods as in (b) above) supplied
as a part and parcel of the polish rod at no
extra costs.
(h2) Class Class T.
(h3) Type Slim Hole (SH) Type Sub-coupling, threaded
ends, one end 1 inch box (PR) Polished Rod
threads, other end 7/8 inch box (SR) Sucker
Rod threads.
(h4) Size (Outside diameter) 2.000 inch.
(h5) Length 4.000 inch.
(i) Usage To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 61 of 106
Serial No. - 15A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT :
Item POLISHED ROD WITH SUB COUPLINGS
Quantity ___________ Nos. of Polished rod assembled
with same Nos. sub couplings at both end.
Polished Rod:
Type Alloy Steel Polished rod with metal spray
Base Material Steel Grade
Base metal Chemical Composition
Spray metal Chemical Composition
Size (outside diameter), inch (mm) Maximum
Minimum
Spray metal coating thickness
Mechanical properties
- Base material ultimate tensile strength
- Spray metal Hardness
Length of polished rods , inch (mm) Maximum
Minimum
Nominal diameter of pin thread, inch(mm)
Outside diameter of Pin shoulder, inch(mm) Maximum
Minimum
Surface finish
End Connections One end:
Other end:
Marking details – Polished Rod
Sub Coupling: To be assembled on each end of polished rod:
Sub coupling- size, inch(mm) 1 inch X 7/8 inch
Suitable for Sucker Rod size, inch(mm)
Material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 62 of 106
Specification format to be filled by bidder:
Sub coupling outside diameter, inch(mm) Maximum
Minimum
Length of sub coupling, inch(mm) Maximum
Minimum
Sub coupling Thread details One end:
Other end:
Marking details – Sub Coupling
Proposed TPI Agency name
Testing Facility details (attach additional sheets
if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 63 of 106
Serial No. - 16
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: POLISHED ROD CLAMP SUITABLE FOR POLISHED ROD OF 1-1/2 INCH
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective date
November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased
04 Nos. Each polished rod clamp to be supplied
with specification as per additional details below.
(c) Type Double bolt Steel Polished Rod Clamp.
(d) Size 1-1/2 inch (38.1 mm) (Suitable for Polished rod
of 1-1/2 inch (38.1 mm) diameter).
(e) Load rating 40,000 lbs. (Double bolt).
(f) Additional Details / Requirements:
(1.) The polished rod clamps should be hinged type, bored and to assure exact polished
rod fit with both ends, precision machined 90 degree to polished rod.
(2.) Body of the clamp shall be heat treated forged steel with cadmium plating with heat
treated bolts, washers, nuts and hinge pins.
(3.) The bolt and nut should have smooth and round edges for safety and easily accessible
for tightening.
(4.) The size of the nut should be suitable for metric size spanner.
(5.) Design verification of polished rod clamp as per API 11B, 14.3.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 64 of 106
Serial No. - 16A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item POLISHED ROD CLAMP
Quantity
Type Double Bolt Steel Polished Rod clamp
Size
Suitable to Polished rod size
Material
Chemical Composition
Hardness
Minimum slippage load
Maximum load rating
Surface condition after test compliance as per
API 11B, 14.5
Yes/No
Drawing Enclosed/not enclosed
Marking details
Proposed TPI Agency name
Testing Facility details (attach additional sheets
if necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 65 of 106
Serial No. – 17
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: 7/8 INCH X 8 FEET PONY ROD WITH COUPLING.
DESCRIPTION:
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased : 15 Nos. Each pony rod to be supplied with
coupling assembled at one end as per
specifications given at additional details below
and thread protector to be provided at other
end at no extra costs.
(c) Type: Steel Pony Rod
(d) API Grade ‘D’ Carbon with minimum tensile strength
1,15,000 lb/sq. inch.
(e) Size (Diameter 7/8 inch
(f) Length: 08 feet
(g) Additional Details / Requirements:
Each pony rod to be supplied with coupling assembled at one end as per following
specifications and thread protector to be assembled at other end at no extra costs.
(g1) Quantity
Total nos. of couplings will be same as total no.
of pony rods as in (b) above supplied as a part
and parcel of the pony rod at no extra costs.
(g2) Class Class T.
(g3) Type Sucker rod coupling (steel).
(g4) Size (Outside diameter) 1.812 inch.
(g5) Length 4.000 inch.
(h) Usage : To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 66 of 106
Serial No. – 17A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 7/8 INCH X 8 FEET PONY ROD WITH COUPLING
Quantity _______ Nos. of pony rods assembled with
same Nos. of coupling at no extra cost.
Type Steel Pony Rod
Rod API Grade & steel grade
Chemical Composition
Nominal Length (feet)
Diameter of Rod Body, inch (mm) Maximum
Minimum
Mechanical Properties - Yield strength
- Tensile strength
Outside diameter of Pin shoulder , inch (mm) Maximum
Minimum
Width of wrench square, inch (mm) Maximum
Minimum
Length of wrench square, inch (mm)
Length of Pony rod, inch (mm) Maximum
Minimum
Diameter of the bead, inch (mm) Maximum
Minimum
Marking details – Pony Rod
Coupling : To be assembled on each end of pony rod
Coupling Type
Coupling material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Specification format to be filled by bidder
Nominal coupling size, inch (mm)
Coupling outside diameter, inch (mm) Maximum
Minimum
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 67 of 106
Length of coupling, inch (mm) Maximum
Minimum
Marking details – Coupling
Thread Protector: To be assembled on other end of pony rod
Proposed TPI Agency name
Testing Facility details (attach sheets if
necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 68 of 106
Serial No. - 18
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: 7/8 INCH X 4 FEET PONY ROD WITH COUPLING.
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased: 15 Nos. Each pony rod to be supplied with
coupling assembled at one end as per
specifications given at additional details below
and thread protector to be provided at other end
at no extra costs.
(c) Type Steel Pony Rod
(d) API Grade
‘D’ Carbon with minimum tensile strength
1,15,000 lb/sq. inch.
(e) Size (Diameter) 7/8 inch
(f) Length 4 feet
(g) Additional Details / Requirements:
Each pony rod to be supplied with coupling assembled at one end as per following
specifications. Thread protector to be assembled at other end.
(g1) Quantity Total nos. of couplings will be same as total no.
of pony rods as in (b) above supplied as a part
and parcel of the pony rod at no extra costs.
(g2) Class Class T.
(g3) Type Sucker rod coupling (steel).
(g4) Size (Outside diameter) 1.812 inch
(g5) Length 4.000 inch
(h) Usage To be used in Corrosive / Non corrosive
medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 69 of 106
Serial No. - 18A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 7/8 INCH X 4 FEET PONY ROD WITH COUPLING.
Quantity _______ Nos. of pony rods assembled with same
Nos. of coupling at no extra cost.
Type Steel Pony Rod
Rod API Grade & steel grade
Chemical Composition
Nominal Length (feet)
Diameter of Rod Body, inch (mm) Maximum
Minimum
Mechanical Properties - Yield strength
- Tensile strength
Outside diameter of Pin shoulder , inch (mm) Maximum
Minimum
Width of wrench square, inch (mm) Maximum
Minimum
Length of wrench square, inch (mm)
Length of Pony rod, inch (mm) Maximum
Minimum
Diameter of the bead, inch (mm) Maximum
Minimum
Marking details – Pony Rod
Coupling : To be assembled on each end of pony rod
Coupling Type
Coupling material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Specification format to be filled by bidder
Nominal coupling size, inch (mm)
Coupling outside diameter, inch (mm) Maximum
Minimum
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 70 of 106
Length of coupling, inch (mm) Maximum
Minimum
Marking details – Coupling
Thread Protector: To be assembled on other end of pony rod
Proposed TPI Agency name
Testing Facility details (attach sheets if
necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 71 of 106
Serial No. – 19
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: 7/8 INCH X 2 FEET PONY ROD WITH COUPLING
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be
purchased:
15 Nos. Each pony rod to be supplied with coupling assembled at
one end as per specifications given at additional details below and
thread protector to be provided at other end at no extra costs.
(c) Type Steel Pony Rod
(d) API Grade ‘D’ Carbon with minimum tensile strength 1,15,000 lb/sq. inch.
(e) Size (Diameter) 7/8 inch.
(f) Length 2 feet.
(g) Additional Details / Requirements:
Each pony rod to be supplied with coupling assembled at one end as per following
specifications and thread protector to be assembled at other end at no extra costs.
(g1) Quantity Total nos. of couplings will be same as total no. of pony rods as in
(b) above supplied as a part and parcel of the tender at no extra
costs.
(g2) Class Class T.
(g3) Type Sucker rod coupling (steel).
(g4) Size (Outside
diameter) 1.812 inch.
(g5) Length 4.000 inch.
(h) Usage To be used in Non corrosive medium.
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
3. Bidder to provide Material Test data.
4. Guarantee & Warranty certificate shall be submitted along with the materials.
5. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 72 of 106
Serial No. - 19A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. ITEM DETAILS & TEST EQUIPMENT REQUIREMENT:
Item 7/8 INCH X 2 FEET PONY ROD WITH COUPLING
Quantity _______ Nos. of pony rods assembled with same
Nos. of coupling at no extra cost.
Type Steel Pony Rod
Rod API Grade & steel grade
Chemical Composition
Nominal Length (feet)
Diameter of Rod Body, inch (mm) Maximum
Minimum
Mechanical Properties - Yield strength
- Tensile strength
Outside diameter of Pin shoulder , inch (mm) Maximum
Minimum
Width of wrench square, inch (mm) Maximum
Minimum
Length of wrench square, inch (mm)
Length of Pony rod, inch (mm) Maximum
Minimum
Diameter of the bead, inch (mm) Maximum
Minimum
Marking details – Pony Rod
Coupling : To be assembled on each end of pony rod
Coupling Type
Coupling material Class
Material Mechanical property - Tensile
strength and/or Hardness range (HRA)
Specification format to be filled by bidder
Nominal coupling size, inch (mm)
Coupling outside diameter, inch (mm) Maximum
Minimum
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 73 of 106
Length of coupling, inch (mm) Maximum
Minimum
Marking details – Coupling
Thread Protector: To be assembled on other end of pony rod
Proposed TPI Agency name
Testing Facility details (attach sheets if
necessary)
Other details, if any
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 74 of 106
Serial No. – 20
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS
Name of the item: TUBING TONG (2-7/8 INCH )
(a) Type:
New & Unused tubing tong made from AISI or equivalent alloy steel machined to close
tolerance, fully heat treated, complete with lever, Integral handle suitable for firm grip,
balanced hanger assemblies with lock bolt at end, suitable jaws & hug jaws are made of
forged EN-36 alloy steel & pins, bolts & nuts all made of EN-9 steel, special heat treated
for wear resistance, suitable for following size ranges of tubing/pipes & torque rating as
specified and fitted with replaceable Dies/Inserts made from forged EN-36 alloy steel,
case hardened to 50-55 HRC.
(b) Quantity: 4 Nos.
(c) Torque Capacity 6000 ft. lbs. (Minimum)
(d) Size Range 2-7/8 inch
(e) Additional details / Specifications
NOTE:
1. Tubing Tong Handle and tubing tong jaws shall be made of forged cage hardening steel SAE-
8620, EN-353 OR EN-36. Tested quality should be normalized before machining operation.
Forged blank should be free from defects such as cracks, distortion, etc.
2. Spring retainer pin, Spring, Lock pin for half / semi-circular die and Lock pin for flat die shall
be made of forged carbon steel C-40 OR C-45 Steel. The spring shall be made of 4.5 mm
diameter spring steel wire and hardened to 47-50 HRC. After machining operation, all other
should be hardened and hardness range should be 35-40 HRC.
3. Flat die and semi-circular die shall be forged case hardened steel of SAE-8620 or EN-353 or
EN-36 tested quality. The machined parts shall be suitably hardened to 55-60 HRC. The dies
shall be case hardened 1.5 mm to 2.5 mm deep from surface and all sharp edges should be
rounded. The dies should be free from defects such as cracks, distortion etc.
4. Tubing Tong shall be made by forging method & shall withstand to maximum makeup torque
of 2-7/8 inch EUE Tubing’s (Grade: L-80) having minimum torque capacity of 6000 ft.-lbs.
5. Drawings shall be submitted with bids.
6. All test certificate regarding Hardness, Measurement, Material Inspection (Metallurgy) &
Torque Test for assembled Tubing Tongs shall be submitted.
7. Detailed drawing with all dimensions spare parts name should be submitted along with the
bid for approval without which the bid will be technically rejected for this item.
8. Guarantee & Warranty certificate shall be submitted along with the materials.
9. Each tubing tong should be provided with compatible extra sets of jaw, spring, flat die, semi-
circular die, lock pin, etc. at no extra cost.
10. Name of Manufacturer should be embossed in each tubing tong along with sizes.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 75 of 106
Serial No. - 21
TECHNICAL SPECIFICATIONS FOR SRP (SUCKER ROD PUMPING) WELL’S ITEMS.
Name of the item: STUFFING BOX FOR SRP WELLHEAD 2-7/8 INCH EUE
DESCRIPTION
(a) Specifications as per API specification 11B Twenty seven editions, May 2010 Effective
date November 1, 2010 or Updated version of API Specification 11B.
(b) Quantity to be purchased : 04 Nos. Each stuffing box to be supplied with items
and specification as per additional details below.
(C) Size and type of connection:
Refer section 13.1.1, API 11B
specifications
2-1/2 inch nominal size and split cone packed type,
double packed stuffing box (DPSB) suitable for use
with Polished rod of 1-1/2 inch (38.1 mm) size with
misaligning feature that eliminates the need for exact
alignment of pumping unit.
(d) Bottom connection 2-7/8 inch EUE PIN, thread conforming to API 5B.
(e) Working pressure: 3000 lbs/inch 2 (psi) (Test pressure of 6000 lb/inch 2)
(psi)
(f) Additional details
Each ‘Stuffing box’ is to be supplied with:
(1.) Appropriate split cone Nitrile rubber (high acrylonitrile) braided with brass wire
net sealing material of high temperature packing (Primary packing 3 pieces top, 1
piece bottom and blow out control system packing 2 pieces top, 1 piece bottom)
rated at 250 0F continuous service. Metallic. Hardness of the material should be
shore (durometer) Hardness A (As per ASTM D 2240 Type A): 70-85 points.
(2.) Compression plate and Bolt type Blow out Control System.
(3.) Split cone packing and metallic plate arrangement should be such that primary
packing can be changed by tightening compression bolts.
(4.) Bidder should suitably select stuffing box material as per API 11 B, section 13.1.3
options and design the stuffing box dimensions, height, packing type and material,
Blow-Out Control System etc. to meet above-mentioned functional parameters.
(5.) The working fluid for stuffing box will be oil, gas, & saline water and the stuffing
box packing should be capable of handling. The packing type should be hollow and
solid.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 76 of 106
NOTE:
1. All the above items should bear API monogram and compliance to other specifications like
Measurement, Testing, Gauging (section 9), Marking, Packaging, Thread protectors and
Color code (section 11) etc. must be strictly adhered to as per above Ref at (a).
2. Stuffing box packing items is not covered under API 11 B specifications.
3. Detailed drawing with all dimensions spare parts name should be uploaded along with the
techno-commercial bid for approval without which the bid will be technically rejected for
this item. Bidder to also submit hard copy.
4. Bidder must give details of offered items in the datasheet enclosed, which will be only used
for evaluation of technical specification.
5. Bidder to provide Material Test data
6. Guarantee & Warranty certificate shall be submitted along with the materials.
7. Bidder to note that the items to bear API monogram.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 77 of 106
Serial No. - 21A
(SPECIFICATION FORMAT TO BE FILLED BY THE BIDDERS INDICATING DETAILS OF THE ITEM
OFFERED)
Name of the item
Name of the manufacturer
API license No. under specifications API 11 B
API license validity
I. Item details & test equipment requirement:
Item STUFFING BOX FOR SRP WELLHEAD
Quantity
Polished rod size 1-1/2 inch (38.1 mm)
Size (bottom connection.)
Type (bottom connection)
Material of stuffing boxes
Chemical composition
Mechanical properties - Tensile strength
- Yield strength
Marking details
Packing type
Number of packing including two additional packing
set each consisting 5 top pieces & 2 bottom pieces
Material of packing
Rated temperature F
Working pressure
Test pressure
Height
Weight
Drawing Enclosed / not enclosed
Proposed TPI Agency name
Testing facility details
(Attach additional sheets if necessary)
Other details, if any.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 78 of 106
OTHERS REQUIREMENTS:
Bidder to mandatorily furnish Third party inspection report (conducted within last one
year), which at least should include the format covering inspection details for
respective items of the technical specifications (enclosed as Tech specs sheet as
furnished in the tender document) and requirement as per API specification viz. API
11 A for SRP Surface units, API 11 AX for Sub Surface Pumps and API 11 B, API 5CT, API
8A and API 8C for Downhole accessories. Bidder (indigenous as well as foreign) should
quote prices inclusive of TPI Charges.
TPI to be carried out by these agencies only (LRIS/SGS/GLISPL/DNV/BV/Vetco
Tubocsope (TUV/ICS) (to be selected by the bidder).
Bidders should have the required facilities for testing the quoted
item/equipment/material as per International standards at their premises and also
agree to inspection by BPRL.
In case Bidder not a manufacturer, is to submit a certificate from the manufacturer to
the effect that the manufacturer possesses the required facilities for testing of the
equipment/ material, should be enclosed along with the techno-commercial (Un-
priced) Bid.
For supply of major equipment and items, the bidders should indicate the source of
their bought out items and clearly indicate the names of the original equipment
manufacturer for such bought out items. The bidder must give details of their after
sales service support/ repair services that will be provided by them.
Bidder should furnish an undertaking for providing the product/service support along
with uninterrupted and timely supply of spare parts for at least 10 years for the quoted
major items.
PRICING AND OTHER DETAILS:
Technical details of the materials offered. This should include technical specifications,
dimensions etc. Bidder must enclose filled in table of SOR with quoted/not quoted in
technical proposal.
Scope of the ORDER shall be as defined in the ORDER, specifications, drawings and
annexures thereto.
Completeness of the EQUIPMENT shall be the responsibility of the bidder. Any
equipment, fittings and accessories, which may not be specifically mentioned in the
specification or drawing(s) but which are usual or necessary for the satisfactory
functioning of the EQUIPMENTS (successful operation and functioning of the
equipment being SUPPLIER's responsibility), shall be provided by the SUPPLIER
without any extra cost.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 79 of 106
The EQUIPMENT shall be manufactured in accordance with sound engineering and
good industry standards and also the SUPPLIER shall in all respect design, engineer,
and manufacture and supply the same within delivery period to the same within
delivery period to the entire satisfaction of BPRL.
Apart from supply of SRP and other accessories, the bidder to require deputing
experienced and skilled technical manpower while carrying out installation, erection
and commissioning of the equipment supplied by them. All logistical support and allied
requirements like workover rig, cranes, power supply etc. would be provided by the
company (BPRL). Considering all these points, the bidder is requested to quote their
prices accordingly.
DELIVERY PERIOD AND DELIVERY POINT:
Delivery Period shall be 90 days from the date of issue of LOA.
Delivery Point is at company’s warehouse, which is within 50 km radius from our
project site at Kuha village, Ahmadabad, Gujarat, India.
Our project site is approximately 35 Kms from Ahmedabad city .
Sample Bill of Quantities (BOQ): Requirement for 2 Wells
Set Description Qty
UoM Unit Rate
(INR/USD)
Total Amount
(INR/USD)
1 Supply of SRP Surface Unit and its
accessories. 2 No
2 Supply of SRP Sub surface pumps
and it accessories. 4 No
3 Supply of SRP Downhole
Accessories 1 LS
Note:
1. Prices to be quoted should be inclusive of all taxes and duties whatsoever.
2. BPRL reserves the right to order the above items in addition, on same terms and conditions.
Break up of Set-1 as mentioned in the above BOQ
Sl. No. Item Qty UoM
1 SURFACE UNIT 2 Nos
2 MOTOR 2 Nos
3 PANEL 2 Nos
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 80 of 106
Break up of Set-2 as mentioned in the above BOQ
Sl. No. Item Qty UoM
1 SUB-SURFACE PUMP 4 Nos.
Break up of Set-3 as mentioned in the above BOQ
Sl. No. Item Qty UoM
1 SINKER BAR FOR SRP UNIT 1-1/4" X 25' 20 Nos.
2 WHEELED ROD GUIDES FOR 3/4" SUCKER RODS 20 Nos.
3 WHEELED ROD GUIDES FOR 7/8"SUCKER RODS 20 Nos.
4 SUCKER ROD 3/4" X 25' 500 Nos.
5 SUCKER ROD 7/8" X 25' 500 Nos.
6 SUCKER ROD PLAIN COUPLING 150 Nos.
7 SUCKER ROD PLAIN COUPLING 150 Nos.
8 SUCKER ROD ELEVATOR 3/4" X 7/8" 4 Nos.
9 SUCKER ROD WRENCH 5 Nos.
10 SUCKER ROD WRENCH 5 Nos.
11 SUCKER ROD COUPLING 3/4" X7/8" 10 Nos.
12 SUCKER ROD COUPLING 7/8" X1" 10 Nos.
13 GAS ANCHOR 4 Nos.
14 SRP STUFFING BOX 2.7/8"EUE X 5000 PSI 4 Nos.
15 PUMPING TEE* 2 Nos.
16 PONY ROD 7/8" X 8' 15 Nos.
17 PONY ROD 7/8" X 4' 15 Nos.
18 PONY ROD 7/8" X 2' 15 Nos.
19 SUCKER ROD HOOK 2 Nos.
20 POLISH ROD 1 1/2" X 22' 4 Nos.
21 POLISH ROD CLAMP 4 Nos.
22 TUBING TONG 1.1/2" TO 2.7/8" 4 Nos.
End of Part -5
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 81 of 106
PART-6
Special Purchase Conditions
1. GENERAL
1.1. Contractor shall be responsible to carry out the Work / supply material as per
details contained in ‘Part 5 - Scope of Work’ of this Tender Document.
1.2. Contractor will perform the Services with reasonable skill and care as can be
expected from an experienced contractor carrying out such services.
1.3. Contractor shall be responsible for timely provision of all required personnel,
materials and equipment necessary for the Work / Supply / Services.
1.4. Wherever, it is mentioned in the Tender Document that Contractor shall
perform certain work or provide certain services / facilities, it is understood
that the Contractor shall do so at its own cost and the value of Contract shall
be deemed to have included the cost of such performance and provisions so
mentioned.
2. DEFINITIONS
Following terms and expressions shall have the meaning hereby assigned to them
unless the context requires otherwise:
2.1. “Affiliate” shall mean any company which is a subsidiary or parent or holding
company (at any tier) of a company or is the subsidiary (at any tier) of a
company which is the parent or holding company (at any tier) of a company.
2.2. “Applicable Laws” shall include all Laws (National, State, Municipal, Local
Government or others) and any requirement, bylaw, ordinance, rule,
regulation, enactment, order or decree of any Governmental authority or
agency (National, State, Municipal, Local or other) having jurisdiction over the
Work/Services or Worksite or other locations where the Work/Services will be
performed including, but not limited to, those laws related to Health, Safety
and the Environment. "Applicable Laws" shall include all of the former laws
which exist at the Effective Date as well as any new ones which may be enacted
during the term of this Contract.
2.3. “Company” means Bharat PetroResources Limited (BPRL), a company
incorporated under the laws of India.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 82 of 106
2.4. “Contract” means the formal contract executed between the Company and the
Contractor as a result of this tender. The instructions issued from time to time
by Engineer – in - Charge or by his authorized representative and all documents
taken together shall be deemed to form the Contract and shall be
complementary to one another.
2.5. “Contractor” means the legal entity to whom Contract is awarded by Company
for provision of various services being sought by the Company under this
tender.
2.6. “Contractor’s Items” / “Contractor’s Equipment” means the equipment,
vehicles and materials which are to be provided by Contractor at the expense
of Contractor in order to render the Services which are listed in the Section
under ‘Scope of Work’.
2.7. ‘’Contractor Personnel’’ means the operators, drivers, helpers, office staff and
other personnel who are deployed by the Contractor for providing the
Services.
2.8. “Contractor’s Representative(s)” means such person(s) who has been duly
appointed by Contractor to act on Contractor’s behalf at site and whose
appointment has been duly notified in writing to Company.
2.9. “Facility” means and includes all property of Company, owned or hired, to be
made available for Services under the Contract and as is described herein,
which is or will be a part of Company property.
2.10. “Government” means Government of India or the government of the state
where Services are being provided by Contractor, inclusive of any ministry,
agency, authority or other entity controlled by them.
2.11. “Gross Negligence” shall mean such wanton and reckless conduct,
carelessness or omission as constitutes in effect an utter disregard for harmful,
avoidable and reasonably foreseeable consequences of an act involving an
extremely high degree of risk by which act harm is intended or harm is the
inevitable result of conscious disregard of the safety of others.
2.12. “LOA’’ means the Letter of Award of Contact issued by Company to the
successful bidder against this tender.
2.13. “Month” means a complete calendar month of the Year.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 83 of 106
2.14. “Schedule of Rates” / “SOR” means the ‘Schedule of Rates’ or ‘Price Schedule’
annexed to the ‘Letter of Award of Contract’ (“LOA”) specifying the agreed
prices payable to Contractor for its various Services.
2.15. “Services / Work” mean the services to be provided / work to be performed by
the Contractor under the Contract as are more particularly described in the
‘Scope of Work’ of the Tender Document and shall
include such other services as may from time to time be agreed to
in writing between the Contractor and the Company.
2.16. “Third Party” means any party or entity other than Company and Contractor.
2.17. “Willful Misconduct” shall mean an intentional, knowing-conscious or reckless
act or omission, the pernicious results of which are detrimental to the interest
of the other party and shall also mean to include a conscious willful act or
conscious willful failure to act which is deliberately committed with the intent
to cause harm or injury to persons or property.
3. SCOPE OF WORK
Contractor shall Supply goods and perform the Services as described herein and
specified in the ‘Scope of Work’ (Part 5 of the Tender Document).
4. EFFECTIVE DATE AND DELIVERY PERIOD
4.1. The date of issue of Award of Contract’ (“LOA”) by Company shall be the
‘Effective Date’ of the Contract and as such all terms and conditions of the
Contract shall come into effect from the date of issue of the LOA by Company.
4.2. Delivery Period shall be 90 days from the date of LOA.
4.3. Delivery Point is at company’s warehouse, which is within 50 km radius from
our project site at Kuha village, Ahmadabad, Gujarat, India.
4.4. Our project site is approximately 35 Kms from Ahmedabad city.
4.5. Delivery Basis:
In case of Indian Bidder - F.O.R. Destination Basis
In case of Foreign Bidder - D.D.P. Company Warehouse Basis
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 84 of 106
4.6. BPRL shall have the option / right to terminate the Contract, at any time before
the expiry date of the Contract in accordance with various provisions
contained in the Contract.
5. FORCE MAJEURE
5.1. Upon occurrence of Force Majeure as mentioned in the GCC and upon its
termination, the party alleging that it has been rendered unable as aforesaid
thereby, shall notify the other party in writing within twenty-four (24) hours of
the alleged beginning and ending thereof, giving full particulars and
satisfactory evidence in support of its claim.
5.2. Should `force majeure' conditions as stated above occur and should the same
be notified within twenty-four (24) hours after its occurrence either party will
have the right to terminate the Contract if such `force majeure' condition
continue beyond fifteen (15) days with prior written notice.
5.3. Rate Conflict
In any case where two or more rates could apply to a given situation, the
Contractor accepts that Contractor shall be paid at the lowest applicable rate.
6. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :
6.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall
be adhered to on the clear understanding that the Price(s) of the Material(s)
has/have been fixed with reference to the said Delivery date(s).
6.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or
any of them beyond the stipulated date(s) of Delivery, the Vendor shall
forthwith inform BPRL in writing of such anticipated delay and of the steps
being taken by the Vendor to remove or reduce the anticipated delay, and shall
promptly keep BPRL informed of all subsequent developments.
6.3. The delivery period quoted must be realistic & specific. The inability of
successful Vendors to execute orders in accordance with the agreed delivery
schedule will entitle BPRL, at its options, to:
6.3.1. Accept delayed delivery at prices reduced by a sum equivalent to one
percent (1%) of the basic value of any goods not delivered for every week
of delay or part thereof, limited to a maximum of 5% of the total basic order
value. LR date will be considered as delivery completion date for
calculation of price reduction in the case of ex works contract. Date of
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 85 of 106
receipt of materials at owners’ premises shall be considered for calculation
of price reduction for F.O.R destination contract.
6.3.2. Cancel the order in part or full and purchase such cancelled quantities from
elsewhere on account at the risk and cost of the vendor, without prejudice
to its right under 6.3.1 above in respect of goods delivered.
6.3.3. GST shall be applicable on the price reduction amount deducted.
7. TERMINATION OF CONTRACT
7.1. Termination for Convenience by Company: Notwithstanding anything
contained herein to the contrary, Company shall have the right to terminate
the Contract at any time, even though Contractor has not defaulted hereunder
and, in such an event, Company shall be under no obligation of any nature,
except as provided hereunder, and Contractor shall not be entitled to any
other compensation or remuneration of any nature, except for the Services
rendered till such time the Contract is terminated and the due Demobilization
Charges, if any.
7.2. Termination due to default by Contractor: Company shall have the right to
terminate this Contract with immediate effect and forfeit the Performance
Security Deposit submitted by the Contractor upon default of Contractor.
Default shall be deemed to have occurred upon the occurrence of any of the
following events:
7.3. If Company becomes dissatisfied with Contractor’s conduct of Work
hereunder, including, without limitation, slow progress, negligence, or
insufficiently skilled Contractor Personnel and Contractor fails to commence to
remedy and cure the same within 3 (three) Days after receipt of written notice
thereof by Company.
7.4. If Contractor becomes insolvent, or makes any transfer or assignment for the
benefit of creditors, or files for voluntary bankruptcy or receivership
proceedings are instituted against Contractor.
7.5. If Contractor commits a breach or default in any of its covenants or obligations
under this Contract and fails to cure and remedy the breach or default within
3 (three) Days after receipt of written notice thereof by Company, unless
another time interval is provided herein for the same.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 86 of 106
7.6. If any Governmental agency fails or refuses to grant Contractor Personnel the
required entry permits pertaining to the location where Work is to be
performed and Contractor fails to remedy the same within ten (10) Days after
receipt of written notice thereof by Company.
7.7. If any Governmental agency fails or refuses to approve performance of Work
by Contractor and/or Contractor Personnel and Contractor fails to remedy the
same within ten (10) Days after receipt of written notice thereof by Company.
7.8. If Contractor and/ or Contractor Personnel commit an illegal act which: (i) is a
violation of this Contract; or (ii) jeopardizes Company’s relationship with the
Government or any community where Company may conduct its operations,
as determined by Company.
7.9. Termination for any of the aforesaid reasons shall be effective immediately
from the date of default by Contractor and its Security Deposit shall be
forfeited. Termination under this clause shall be without prejudice to any
claim, which Company may have against Contractor or Contractor may have
against Company as a result of Work performed hereunder prior to such
termination.
i. Termination due to Force Majeure situation: Either Party shall have the
right to terminate the Contract on account of Force Majeure.
ii. Termination on expiry of Contract: This Contract shall automatically
terminate on the expiry of ‘Duration of Contract’ on successful completion
of Work and discharge of its contractual obligations by Contractor in
accordance with the ‘Scope of Work’.
8. GST CLAUSE
The Government of India is rolled out GST effective 01/07/2017; hence, price bid (s)
has (ve) been prepared with tax column as GST. Hence bidders shall quote GST,
HSN/SAC code and specify State from which invoice will be raised for each line item.
To ascertain the CGST/SGST/IGST, Bidder is requested to clearly specify from where
(State) the invoice will be raised for this tender (work done). The bidder has to provide
complete address along with same state in the GST updation template. Bidder also
shall submit the copy of GST along with the filled GST template. Please note that
CGST/SGST/IGST will be determined by based on filled template of the bidder.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 87 of 106
8.1. New Statutory Levies
All new statutory levies levied on provision of Services to Company from the
due date for opening of techno-commercial bids to the end of Contract
Duration, if any, shall be payable extra by BPRL against documentary proof.
8.2. Variation in Taxes/Duties/Levies
Any increase/decrease in statutory levies viz. GST, from the due date for
opening of techno-commercial bids to the end of Contract Duration, if any, will
be to BPRL's account (If the work is performed within the timelines). Any
upward variation in statutory levies after ‘Duration of Contract’ shall be to
Contractor’s account.
8.3. Central Government vide Notification 50/2018 dated 13/09/2018, has made
TDS provision applicable under GST law on all payments affected by Public
Sector Undertakings (PSU) w.e.f 01/10/2018. BPRL, being a PSU, these
provisions will be applicable on or after 01/10/2018. TDS shall be deducted
@2% of taxable value excluding GST.
9. PAYMENT & INVOICING
9.1. Payment Terms: The invoices complete in all respects will be processed on
milestone basis and paid within 30 Days from the date of receipt by the
Company. Payment terms shall be applicable for each set separately. The
Company shall not pay any interest for any delayed processing of bills.
i. 80% of the payment– After completion of delivery of the equipment as
per Scope of Work and tender terms and conditions and acceptance of
BPRL.
ii. Remaining 20% – The successful bidder(s) has to depute experienced
and skilled technical manpower while carrying out installation, erection
and commissioning of the equipment supplied by them. The balance
20% of the payment shall be released after the completion of
successful installation & commissioning.
9.2. The quantities mentioned in tender document/price bid form are indicative
only. Owner reserves rights to execute in part or full or excess or not to execute
based on the actual requirements. Payments shall be made on the actual
executed quantities.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 88 of 106
9.3. No claims whatsoever will be considered for increasing the charges during
the period of agreement / extended period of Contract, if any.
9.4. Recovery of Income Tax applicable as per Income Tax Act shall be made from
the bills.
10. LIABILITY
The aggregate total liability of the Contractor to Owner under the Contract shall not
exceed the total Contract Price, except that this Clause shall not limit the liability of
the Contractor for following:
10.1. In the event of breach of any Applicable Law;
10.2. In the event of fraud, wilful misconduct or illegal or unlawful acts, or gross
negligence of the Contractor or any person acting on behalf of the Contractor;
or
10.3. In the event of acts or omissions of the Contractor which are contrary to the
most elementary rules of diligence which a conscientious Contractor would
have followed in similar circumstances; or
10.4. In the event of any claim or loss or damage arising out of infringement of
Intellectual Property; or
10.5. For any damage to any third party, including death or injury of any third party
caused by the Contractor or any person or firm acting on behalf of the
Contractor in executing the Works. Neither Party shall be liable to the other
Party for any kind of indirect nor consequential loss or damage like, loss of use,
loss of profit, loss of production or business interruption which is connected
with any claim arising under the Contract.
11. CONSEQUENTIAL LOSS
The expression “Consequential Loss” shall mean indirect losses and/or loss of
production, loss of product, loss of use and loss of revenue, profit or anticipated profit.
Notwithstanding any provisions to the contrary contained elsewhere in the Contract
and except to the extent of any liquidated or other damages provided for in the
Contract, the Company shall save, indemnify, defend and hold harmless the
Contractor from Company’s own Consequential Loss and the Contractor shall save,
indemnify, defend and hold harmless the Company from Contractor’s own
Consequential Loss.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 89 of 106
12. ASSIGNMENT AND SUB-CONTRACTING
Contractor shall assign neither the Contract nor any part of it nor any benefit or
interest in or under it without the prior approval by Company, which shall not be
unreasonably withheld or delayed. However such consent to assign or sub - contract
shall not relieve Contractor of any liability or obligation under the Contract.
Company is entitled to assign the Contract or any part of it or any benefit arising there
from or interest in or under it to any Co-Venturer or Affiliate of the Company.
Company may make any such assignment to any other third party but only with the
prior consent of Contractor, which shall not be unduly withheld or delayed.
13. ARBITRATION
All disputes or differences which may arise out of or in connection with or are
incidental to the Agreement(s) including any dispute or difference regarding the
interpretation of the terms and conditions of any clause thereof, which cannot be
amicably resolved between the parties, may be referred to Arbitration. The
Arbitration proceedings shall be governed by and conducted in accordance with the
Arbitration and Conciliation Act, 1996 including any statutory modification or re-
enactment therefore for the time being in force) by a tribunal of three (3) arbitrators,
with one (1) arbitrator each to be appointed by the Contractor and the Company and
third arbitrator (who shall be the presiding arbitrator) by the two (2) arbitrators so
appointed. In case of failure of the two arbitrators to appoint the third arbitrator, the
arbitrator shall be appointed as per provisions of Arbitration & Conciliation Act, 1996.”
The venue of arbitration shall be Mumbai, India.
14. GENERAL LEGAL PROVISIONS
14.1. General Legal Provision: Contractor shall not, without the prior written
approval of the Company, assign or transfer the Contract or any rights or
benefits thereunder to any other person/firm/company. The Contractor
hereby consents to Company assigning and transferring its rights and
obligations under this Contract to any of its Co-venturers or Affiliates.
14.2. Governing Law: This Contract is to be construed and governed in accordance
with laws of India. The Parties hereto irrevocably submit to the exclusive
jurisdiction of the courts at Mumbai.
14.3. Language: The ruling language of the Contract shall be the English language.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 90 of 106
14.4. Mitigation of Loss: Both the Company and the Contractor shall take all
reasonable steps to mitigate any loss resulting from any breach of Contract by
the other party.
14.5. Entire Contract: This Contract constitutes the entire Agreement between the
Parties hereto and supersedes all prior negotiations, representations or
agreements either written or oral. No amendments to the Contract shall be
effective unless issued in writing and agreed by both Parties.
14.6. Headings: The headings of the clauses of the Contract are for convenience only
and shall not be used to interpret the provisions hereof.
15. NOTICES
15.1. All notices under this Contract shall be in writing and shall be served to the
respective address set out below. Either Party may from time to time change
its address and/or fax number for service herein by giving written notice to
the other Party.
15.2. Notices to the Company shall be sent to the following address:
Company: M/s. Bharat PetroResources Limited
12th Floor, F Wing, Maker Towers,
Cuffe Parade, Mumbai – 400005
16. PRICE EVALUATION CRITERIA
Price Evaluation of bids shall be done on SET-WISE LOWEST QUOTE basis.
17. If bidder quotes zero (0) against any of the items mentioned in the price bid form, the
same will be considered as free of cost.
18. CURRENCY OF QUOTE
Indian bidders have to quote in INR only. Foreign bidders can quote either in USD or
EURO. Bidders must specify currency of Quote accordingly in the Price Bid.
19. EARNEST MONEY DEPOSIT
Bidders must submit interest free EMD as descried below for each set (If bidder
intends to quote for multiple sets, cumulative EMD shall be submitted), vide a Demand
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 91 of 106
Draft drawn on Indian Nationalized Bank / Wire Transfer (Only for vendors based
outside India) for Net amount as tabulated below:
Set Description EMD Amount
Rs USD*
SET-1 SRP Surface Unit & its accessories 1,00,000.00 1,400.00
SET-2 SRP Subsurface pumps & its
accessories 21,000.00 300.00
SET-3 SRP Downhole accessories 1,00,000.00 1,400.00
*For Foreign bidders, any banking charges, etc. have to be borne by the bidders. Net
amount mentioned above should reach BPRL account.
The bank details for remitting EMD by foreign bidders as follows:
Bank Name: BNP Paribas
Branch Name: Fort, Mumbai
Branch Address: French Bank Building, 62, Homji Street, Fort, Mumbai-400001
USD Account no.: 0900911578100148
Swift Code: BNPAINBBXXX.
Foreign Vendor to mention “Tender No” in Remarks field of swift message while
doing wire transfer.
Please note that Physical Instruments (DD) have to be sent to below mentioned
address before the due date and time mentioned in the tender.
Mr. Rakesh Ujjawal/ Mr. Ravi Kumar Bura
Bharat PetroResources Ltd.
9th Floor, Maker Towers-E Wing
Cuffe Parade, Mumbai 400005
EMD should be submitted in physical form in a sealed cover addressed to Mr. Rakesh
Ujjawal / Mr. Ravi Kumar Bura, boldly super-scribed on the outer cover 1) Tender
Number, 2) Tender Name, 3) Closing date / Time, 4) Name of the tenderer. BPRL will
not be responsible for non-receipt of instrument(s) due to postal delay/loss in transit
etc.
Cheques, cash, Money Orders, Bank Guarantee, Fixed deposit Receipts etc. towards
EMD are not acceptable. Similarly, request for adjustment against any previously
deposited EMD/Pending Dues/Bills/Security Deposits of other contracts etc. will not
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 92 of 106
be accepted towards EMD. Bid (s) received without the EMD is liable to be rejected.
DD copy should be uploaded in the Bid form.
EXEMPTION FROM EARNEST MONEY DEPOSIT:
Micro and Small Enterprises registered with District Industries Centers or Khadi and
Village Industries Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises. Vendor
has to upload the necessary documents as mentioned above to claim exemption for
Earnest Money Deposit and copy of the document has to be sent to above mentioned
address and dropped in the tender box on / before the due date and time mentioned
in the tender.
EMD is liable to be forfeited in the event of: i) Vendors withdraw or alter their bid
during the bid validity period ii) Non-acceptance of LOI/order, if and when placed. iii)
Non-payment of Performance Security Deposit amount within the stipulated period
of 15 days from date of LOI/Mobilization Notice whichever is later. iv) Submission of
forgery documents etc. as per tender conditions. EMD will be returned to unsuccessful
bidder after award of the contract. EMD of the successful bidder will be released after
submission of Performance Security Deposit.
20. GUARANTEE/WARRANTY :
20.1. Materials shall be guaranteed against manufacturing defects, materials,
workmanship and design for a period of 12 months from the date of
commissioning or 18 months from the date of dispatch whichever is earlier.
Warranty for replacement of material / accessories should be provided free of
charges at our premises. The above guarantee/warranty will be without
prejudice to the certificate of inspection or material receipt note issued by us
in respect of the materials.
20.2. All the materials including components and sub contracted items should be
guaranteed by the vendor within the warranty period mentioned above. In the
event of any defect in the material, the vendor will replace / repair the material
at BPRL’s concerned location at vendor’s risk and cost on due notice.
20.3. In case, vendor does not replace / repair the material on due notice, rejected
material will be sent to the vendor on “Freight to pay” basis for free
replacement. Material after rectification of defects shall be dispatched by the
vendor on “Freight Paid” basis. Alternatively, BPRL reserves the right to have
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 93 of 106
the material repaired / replaced at the locations concerned, at the vendor’s
risk, cost and responsibility.
20.4. The Vendor shall provide similar warrantee on the parts, components, fittings,
accessories etc. so repaired and / or replaced.
21. PERFORMANCE BANK GUARANTEE:
Vendor will have to provide Performance Bank Guarantee (PBG) for 10% of the basic
value of purchase order unless otherwise specified.
This Performance Bank Guarantee has to be furnished in the form of an Account payee
Demand Draft payable to Bharat PetroResources Limited or Bank Guarantee in the
prescribed format within 15 days from date of issue of LOA/Contract, whichever is
earlier. Any other form of PBG shall not be entertained/considered including
deduction from running invoices.
This bank guarantee shall be valid (shall remain in force) for guarantee period (as
mentioned in the guarantee clause), with an invocation period of six months
thereafter.
In the case of Indigenous vendors, the Performance Bank Guarantee shall be given on
a non-judicial stamp paper of appropriate value (currently Rs 100). Bank Guarantee, if
submitted, shall be from any Indian scheduled bank or an international bank of repute
having a branch in India or a corresponding banking relationship with an Indian
scheduled bank.
In the case of imports, the Supplier shall furnish the Performance Bank Guarantee
through the following:
a) Branches of Indian scheduled banks operating in their Country.
b) Foreign bank operating in their Country which is counter guaranteed by branches
of Indian scheduled banks operating in their Country/India.
c) Indian branches of foreign banks.
d) Foreign bank operating in their Country counter guaranteed by their Indian branch
However, in respect of c) and d) above, the Indian branch of foreign banks should be
recognized as scheduled bank by Reserve Bank of India.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 94 of 106
22. BID VALIDITY
Tender submitted by tenderers shall remain valid for acceptance for a period of one
hundred Twenty (120) days from the date of opening of the tender (Technical Bid in
the case of two bid). The tenderer shall not be entitled during the said period of four
months, without the consent in writing of the Owner, to revoke, or cancel his tender
or vary the tender given or any term thereof.
In case of tenderer revoking or cancelling his tender, varying any terms in regard
thereof without the consent of Owner in writing, appropriate penal action will be
taken by BPRL as deemed fit including forfeiting EMD and putting the
tenderer/contractor on ‘Holiday listing’/ ‘Delisting’ barring the tenderer/contractor
from participating in future tenders for an appropriate period from the date of
revocation/cancellation/varying the terms. Once the quotation is accepted the rates
quoted shall be firm till the entire work is completed.
23. VENDOR MASTER DATA :
Bidders have to submit the company details like type of company, PAN, GST etc. as
per the formats given in the tender along with the relevant documents.
24. CONFLICT OF INTEREST
24.1. The Contractor shall not receive any remuneration in connection with the
assignment except as provided in the contract. The Contractor and its affiliates
shall not engage in consulting or other activities that conflict with the interest
of the owner under the contract. The contractor shall include provisions
limiting future engagement of the consultant for other services resulting from
or directly related to the firm’s consulting services in according to the following
requirements:-
24.2. The Contractor shall provide professional, objective and impartial advice and
all times hold the owner’s interest paramount, without considering any future
work, and that in providing advice they avoid conflicts with other assignment
and their own interest. There should not be any conflict of interest between
the Contractor’s consultancy activities and the other site activities. Neither
Contractor (including their personnel and sub-consultants), nor any affiliate
that directly or indirectly controls, is controlled by, or is under common control
with that firm, which is hired or shall be hired for any assignment that, by its
nature may be in conflict with another assignment of the Contractor.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 95 of 106
25. The scope of work under this tender is non-divisible SET-WISE and Purchase
preference Policy for MSEs will be applicable. In case L1 bidder is Non-MSE and if any
MSE bidder falling with in L1+15%, MSE bidder shall be given preference to match the
L1 Price and if MSE bidder matches the L1 price entire order shall be placed on MSE
bidder .
26. In case of tender item is non-splitable OR non-dividable, the entire (100%) order will
be placed on MSE bidder / PPLC qualified bidder as per the respective clauses.
27. Amendment to Public Procurement Policy for Micro and Small Enterpirsies (MSEs)
Order, 2012 vide Circular no. F.No.21(8)/2018-MA dated 09th November 2018 by
Ministry of Micro, Small & Medium Enterprises, Govt. of India shall be applicable.
28. Purchase preference Linked with Local Content Clause
MoP&NG has notified the purchase preference (linked with local content) for the
procurement of goods and services under Oil & Gas Projects in India. Under this Policy,
the bidders are allowed to avail the purchase preference linked with attaining the
stipulated Local content. Owner reserves the right to allow Manufacturers or Suppliers
or Service providers, purchase preference as admissible under the prevailing policy,
subject to their complying with the requirements / conditions defined herein and
submitting documents required to support the same.
In order to avail the Purchase preference under this policy, bidder shall achieve
minimum Local Content (LC) of 25 %. The Policy shall be implemented in the following
manner:
28.1. In case the lowest (L1) bidder meets the stipulated LC criteria, the order shall
be awarded to such bidder.
28.2. In case none of the bidders meets the stipulated LC criteria, the order shall be
awarded to the lowest bidder.
28.3. In case the lowest bidder does not meet the stipulated LC criteria, the bidders
shall be ranked in the ascending order of evaluated prices and next bidder
meeting minimum stipulated LC and with his evaluated price within a price
band of (+)10% of lowest bidder's evaluated price, shall be given opportunity
to supply 50% of the requirement by matching the lowest bidder's evaluated
price. However, if 50% quantity works out to a fraction of quantity, the bidder
shall be considered for next higher quantity. In case the quantity cannot be
split, the order shall be placed with the entire quantity.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 96 of 106
28.4. In case there are more than one bidder within the price band of (+) 10% of
lowest bidder’s evaluated price, they shall be ranked in ascending order of
their evaluated prices. The opportunity of matching the price shall be accorded
starting from the lowest bidder out of these bidders and in case of his refusal,
to the next bidder, and so on.
28.5. In case none of the bidders who meet the stipulated LC criteria agree to match
the lowest price, the natural lowest bidder will be awarded the job.
28.6. The option in case of MSE bidders qualifying under both Policies, namely,
Purchase Preference under the Public Procurement Policy - 2012 (PPP- 2012)
for MSE bidders and Purchase Preference Linked with Local Content (PP- LC
2017) shall be exercised as under
i. The MSE bidder can avail only one out of the two applicable purchase
preference policies i.e. PP- LC 2017 or PPP- 2012 and therefore, bidder will be
required to furnish the option under which he desires to avail purchase
preference. This option must be declared within the offer and in case bidder
fails to do so although he is eligible for both the Policies, evaluation shall be
done of bidder’s offer considering PPP- 2012 as the default chosen option.
In case a MSE bidder opts for preference under PPP- 2012, he shall not be
eligible to claim benefit under PP- LC 2017 (irrespective of the fact whether he
furnishes the details of LC in his offer and this LC meets the stipulated LC
criteria).
ii. In case a MSE bidder opts for purchase preference based on PP- LC 2017, he
shall not be entitled to claim benefit of purchase preference benefit as
applicable for MSE bidders under PPP- 2012. However, the exemptions from
furnishing Bidding Document fee and Bid security shall continue to be available
to such a bidder.
28.7. In view of the above, the bidder’s quoted prices against various items of
enquiry shall remain valid even in case of splitting of quantities of the items,
except in case of items where the quantity cannot be split since these are to
be awarded in a Lot or as a package or Group.
28.8. While evaluating the bids, for price matching opportunities and distribution
of quantities among bidders, the order of precedence shall be as under
i. MSE bidder (PPP- 2012)
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 97 of 106
ii. PP- LC complied bidder (PP-LC)
Examples of Purchase Preference:
I. Non divisible item
L1 bidder is non MSE, non PP-LC bidder
L2 bidder is PP-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price, If L3
bidder matches the L1 price, order shall be placed on him, otherwise,
option for matching the L1 price shall be given to L2 bidder (PP-LC).
II. Divisible item
L1 bidder is non MSE, non PP- LC bidder
L2 bidder is PP- LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price, If bidder
matches the L1 price, order shall be placed on him for the quantity
specified in the bidding document.
For the balance quantity (i.e. 50% of tendered quantity / value) option for
matching the L1 price shall be given to L2 bidder (PP- LC). Balance quantity
shall be awarded to natural lowest bidder.
For further clarification, in case an item has quantity 4 nos. then 1 no can
be given to MSE bidder, 2 nos. to PP-LC bidder and left out 01 no to natural
L1 bidder.
Note:
The above two examples are not applicable to the Works Contracts since the
Purchase Preference under PPP- 2012 is not applicable to works contracts.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 98 of 106
28.9. In case lowest bidder is a MSE bidder, the entire work shall be awarded to him
without resorting to purchase preference to bidders complying with Local
Content.
28.10. In case lowest bidder is a PP- LC bidder, purchase preference shall be resorted
to MSE bidder as per provisions specified in the enquiry document w.r.t. PPP-
2012 only.
28.11. Certification of Local Content: Manufacturers of goods and / or providers of
service, seeking Purchase Preference under the policy, shall be obliged to
certify the LC of goods, service or EPC contracts as under:
I. At Bidding Stage:
Bidder shall furnish the percentage of the local content, taking into account
the factors and criteria listed out in the policy. These details shall be required
only at aggregate level like supply value, transport value and other heads given
in the price schedule.
The bidder claiming the PP- LC benefit shall be required to furnish an
undertaking on bidder's letterhead confirming his meeting the Local Content
and this undertaking shall be certified as under:
i. Where the total quoted value is less than INR 5 Crore
The LC content shall be self-assessed and certified by the authorized signatory
of the bidder, signing the bid
ii. Where the total quoted value is INR 5 Crore or above:
a. The Proprietor and an independent Chartered Accountant, not being an
employee of the firm, in case of a proprietorship firm.
b. Any one of the partners and an independent Chartered Accountant, not
being an employee of the firm, in case of a partnership firm.
c. Statutory auditors in case of a company, However, where statutory
auditors are not mandatory as per laws of the country where bidder is
registered, an independent chartered accountant, not being an Employee
of the bidder's organization.
Note:
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 99 of 106
Local Content (LC) of goods shall be computed on the basis of the cost of
domestic components in goods, compared to the whole cost of product.
The whole cost of product shall be constituted of the cost spent for the
production of goods, covering: direct component (material) cost; direct
manpower cost, factory overhead cost and shall exclude profit, company
overhead cost and taxes for the delivery of goods.
However, LC of service shall be calculated on the basis of the ratio of
service cost of domestic component in service to the total cost of service.
The total cost of service shall be constituted of the cost spent for rendering
of service, covering;
a. cost of component (material) which is used;
b. manpower and consultant cost; cost of working equipment/facility;
c. general service cost excluding profit, company overhead cost, taxes
and duties.
The onus of submission of appropriately certified documents lies with the
bidder and the purchaser shall not have any liability to verify the contents and
will not be responsible for the same.
However, in case the procuring company has any reason to doubt the
authenticity of the Local Content, it reserves the right to obtain the complete
back up calculations before award of work failing which the bid shall be
rejected.
II. After award of Contract:
i. Where the estimated value is less than INR 5 Crore:
The LC certificate shall be submitted along with each invoice duly self-
certified by the authorized signatory of the bidder.
ii. Estimated value is INR 5 Crore or above.
Supplier shall provide the necessary local-content documentation to the
statutory auditor, who shall review and determine that local content
requirements have been met, and issue a local content certificate to that
effect on behalf of procuring company, stating the percentage of local
content in the goods or service measured.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 100 of 106
However, procuring company shall also have the authority to audit as well as
witness production processes to certify the achievement of the requisite local
content and / or to obtain the complete back up calculation before award of
work failing which the bid shall be rejected and appropriate action may be
initiated against the bidder.
28.12. Failure of bidder in complying local content post award:
In case a bidder, who has specified in his bid that the bid meets the minimum
Local Content specified in the enquiry document, fails to achieve the same, the
following actions shall be taken by the procuring company;
i. Pre-determined penalty @ 10% of total contract value.
ii. Banning business with the supplier / contractor for a period of one year
To ensure the recovery of above pre-determined penalty, payment against
dispatch / shipping document shall be modified to the extent that the 10%
payment out of this milestone payment shall be released after completion of
this milestone as well as submission of certification towards achievement of
Local Content, as per provision of enquiry document. Alternatively, this
payment can be released against submission of additional bank guarantee
valid till completion schedule plus 3 months or as required by purchasing
company.
28.13. Purchase preference in case where negotiation is also required; In case
purchase preference is applicable, but negotiation is to be conducted with L1
bidder, negotiation shall be carried out, MSE and / or LC-complied bidder shall
be offered to match the negotiated prices (even if, post negotiation, they are
higher by more than 10% as compared to L1 bidder provided they were within
10% of L1 bidder as per original quoted prices) and left out quantity, if any, as
per provisions of enquiry document shall be awarded to that bidder.
29. Order of Precedence for the Purchase:
i. Purchase Order
ii. Detailed letter of Acceptance along with its enclosures
iii. Letter of Award / Fax of Acceptance
iv. Scope of Work and Specifications
v. Drawings
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 101 of 106
vi. Special Purchase Conditions (SPC)
vii. Technical Specifications
viii. Instructions to Bidders
ix. General Purchase Conditions (GPC)
x. Other Documents
xi. Additionally, any variation or amendment / change order issued after signing
of formal contract shall take precedence over respective clauses of the formal
contract and its Annexures.
30. Bidder to submit Authorisation Letter / Power of Attorney in case of Company /
Partnership firm in favour of Digital Signature Holder and Bid Signee.
31. Bidder shall submit Declaration related to PP-LC Policy as per Annexure B, C and D as
applicable of Part-7.
End of Part-6
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 102 of 106
PART - 7
ANNEXURE- A
PROFORMA OF UNDERTAKING
(for Non – Holiday-listed/Banned/ Liquidation /Court Receivership)
To, Date:
Bharat Petroresources Ltd.
9th Floor, E Wing, Maker Tower,
Cuffe Parade, Mumbai-400005
Sub: Declaration for not being holiday-listed/banned / Liquidation /Court Receivership
We herewith declare that
We are not barred / holiday listed by BPRL/Ministry of Petroleum and Natural Gas,
India (MoPNG).
We are not debarred from carrying on business dealings with BPRL/MoPNG or
We are not serving a banning order by another Oil PSE.
We are not under liquidation, court receivership or similar proceedings
For ………………………………………..
(Sign and Stamp)
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 103 of 106
ANNEXURE- B
UNDERTAKING BY BIDDER TOWARDS MANDATORY MINIMUM LC
(Applicable where the quoted value is less than Rs. 5 Crore)
To,
Bharat PetroResources Limited,
12th Floor, Maker Tower-F wing,
Cuffe Parade, Mumbai - 400005.
TENDER NO : ______________________________________________________________
TENDER TITLE : ______________________________________________________________
Dear Sir,
We, M/s____________________________________________ (Name of Bidder) have
submitted bid against aforesaid tender.
We hereby undertake regarding the mandatory minimum Local content requirement
specified in tender document.
Declaration Response by bidder
(YES /NO)
We meet the Minimum Local Content Requirement as
specified in Tender document.
We further confirm that in case we fail to meet the minimum local content, BPRL may take
action as per provisions of tender document.
[Signature of Authorized Signatory of Bidder]
Name:
Designation:
Seal:
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 104 of 106
ANNEXURE- C
CERTIFICATE BY STATUTORY AUDITOR OF BIDDER TOWARDS MANDATORY MINIMUM LC
(Applicable where the quoted value is Rs. 5 Crores and above):
To,
Bharat PetroResources Limited,
12th Floor, Maker Tower-F wing,
Cuffe Parade, Mumbai - 400005.
TENDER NO : ____________________________________________________
TENDER TITLE: ___________________________________________________
Dear Sir
We___________________ (Name of the Statutory Auditor) have verified
_______________________ (Name of the bidder) and certify that they meet the
mandatory minimum LC % specified in tender document.
Name of Audit Firm:
Date:
[Signature of Authorized Signatory]
Name:
Designation:
Seal:
Membership no.
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 105 of 106
Annexure-D
UNDERTAKING FOR APPLICABILITY OF POLICY
To,
Bharat PetroResources Limited,
12th Floor, Maker Tower-F wing,
Cuffe Parade, Mumbai - 400005.
TENDER NO : ______________________________________________________________
TENDER TITLE : ______________________________________________________________
Dear Sir,
We, M/s__________________________ (Name of Bidder) hereby confirm that following
purchase preference to be considered for the subject tender:-
Description Preference
Purchase Preference (linked with local content) PP-LC or
Purchase Preference under Public Procurement Policy for MSE (PPP-2012)
Note:
1. Please indicate your preference against only one policy.
2. The above preference shall be extended only after submission of requisite documents (as
mentioned in the tender documents).
3. In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP for MSE 2012, then the
bidder should categorically seek benefits against only one of the two policies i.e. either PP-LC and
MSE policy.
4. In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not be entitled to
claim purchase preference benefit available to MSE Bidders under PPP for MSE 2012. However,
the exemptions from furnishing Bidding Document fee and EMD shall continue to be available to
MSE Bidders
5. The option once exercised cannot be modified subsequently.
[Signature of Authorized Signatory of Bidder]
Name & Designation:
Seal:
Bharat PetroResources Limited (A wholly owned subsidiary of Bharat Petroleum Corporation Ltd)
Tender No. 1000321731 (51403) Page 106 of 106
Annexure-E
SELF-CERTIFICATION
I, ___________________________ S/o/D/o of _________________________________, working as CEO/CFO/Company Secretary (indicate, as applicable) of the Company ________________________________ having its registered office at___________________ _________________________________________ certify that all the details including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer reference __________________________________ against your Enquiry document _____________________________________, are true, authentic, genuine and exact copy of its original. It is certified that none of the documents are false/forged or fabricated. All the documents submitted has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii) provisions of bidding conditions which entitle the BPRL to initiate action in the event of such declaration turning out to be a misrepresentation or false representation. I further certify that further documents, if any, required to be submitted by our company, shall be submitted under my knowledge and those documents shall also be true, authentic, genuine, exact copy of its original and shall not be false/forged or fabricated.
DECLARATION
I, _____________________________ S/o/D/o of _________________________________,
working as CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at _________________
________________________________________ with reference to our bid
_________________________ against your Enquiry document _______________________,
declare that in case, at a later date, any of the document submitted in our bid referred above
is found to be false/forged or fabricated, I, shall be held responsible for the same and BPRL
has every right to take action against me and my company, as deemed fit as per provisions of
the bidding documents including BPRL right to put our company on Holiday/Black list for
future business with BPRL.
Specimen Signature of authorized representative
Signature
Name & Designation (CEO or CFO or Company Secretary)
End of Part 7