invitation for pre-qualification of bidders...
TRANSCRIPT
1
INVITATION FOR PRE-QUALIFICATION OF BIDDERS (INTERNATIONAL COMPETITIVE BIDDING)
__________________________
PQ DOCUMENT NO.: OIL/PP/PQ/01/2013
for
Engineering Design, Procurement, Construction, Installation &
Commissioning
of
Produced Water Effluent Treatment Plant of 5000 m3 Per Day
capacity
at
Greater Tengakhat Area, Duliajan, Assam
on BOO (Build, Own and Operate) basis
for
OIL INDIA LIMITED,
Duliajan, Assam, India
(A Government of India Enterprise)
Website: www.oil-india.com
2
INDEX
Invitation for Prequalification ................................................................. 3
General Scope Of Work ............................................................................ 6
Introduction ............................................................................................ 6
ETP Capacity: ........................................................................................... 6
Scope of Work........................................................................................... 6
Completion Period ................................................................................. 10
Facilities to be provided by oil at Nominal charge: .............................. 10
Statutory Requirements ........................................................................ 10
Scope related to various Engineering Services ..................................... 11
a) Civil scope of work: ...................................................................... 11
b) Mechanical & Piping scope of work .............................................. 12
c) Electrical scope of work ............................................................... 12
d) Instrumentation scope of work: ................................................... 13
Liquidated Damages ............................................................................... 14
Applicable Law:....................................................................................... 14
Technical experince and financial capabilty: ........................................ 15
Salient Conditions.................................................................................. 18
Documents required alongwith pre-qualification application .............. 20
(Form –A) .............................................................................................. 20
(Form -B) .............................................................................................. 21
(Form –C) ............................................................................................. 23
(Form –D) ............................................................................................. 24
(Form –E) ............................................................................................. 25
(Form - F) ............................................................................................. 27
(Form - G) ............................................................................................. 30
3
Invitation for Prequalification
1.0 Oil India Limited (OIL) intends to establish a 5000 M3 Per Day capacity Effluent Treatment Plant (ETP) at its Oilfields in the state of Assam, India for handling the Produced Formation Water from different fields.
OIL plans to get the plant constructed by interested parties on Build, Own and Operate basis (BOO). This Global Notice is issued for
prequalifying the firms / Consortium for construction of the said Effluent Treatment Plant and its Operation and Maintenance (O&M) for 10 years.
2.0 Under the BOO contract, the Contractor shall mobilize/ construct the
ETP along with all subsidiary equipments and accessories at site and operate the same for a period of 10 years after installation and commissioning. The ownership of the Plant and Equipment will rest
with the BOO Contractor. Detailed terms and conditions of the Contract will be provided in the Bidding document issued in due course to all those parties who are meeting the Pre-qualification
criterion.
2.1 The Location of the proposed ETP will be at Tengakhat in Dibrugarh District in Assam inside an existing Installation owned and operated by OIL. The land for the ETP will be provided by OIL on lease basis.
3.0 The tendering process will be completed in two stages:
a) Prequalification of the interested parties through press notification in
the first stage.
b) Selection of successful bidder from among the prequalified parties on the basis of Techno-commercial evaluation in the second stage.
3.1 To be Prequalified, the bidders should mainly fulfill following three criteria:
a) Fulfill the Experience criteria (Clause 10.1) w.r.t the scope of work
(clauses 3.0 to 7.0). Supporting documents required for evaluation
(Format attached alongwith). b) Fulfill the Financial criteria (as indicated in Clause 10.2 ).
Supporting documents required for evaluation (Format attached alongwith).
c) The party should be interested to carry out the job as indicated in
the Scope of Work on Build, Own and Operate (BOO) basis as per
OIL’s terms and conditions.
4
3.2 The detailed tender document for the final selection will be issued only to the Pre-qualified parties without going for press/open tender again.
The eligible parties will be required to submit their detailed technical and financial offer only after obtaining the detail bid document from
OIL. 3.3 The Contract will be awarded to the techno-commercially successful
bidder after evaluation of their technical and financial offer. Tentatively the Letter of award (LOA) is expected to be issued after completion of the two-stage tendering process in March 2014.
3.4 Expected Completion period for Construction and Commissioning of
the ETP will be 18 months from the date of issuance of LOA.
4.0 Keeping in view the foregoing, OIL now invites Pre-qualification
Applications from reputed and experienced parties meeting the prescribed qualification criteria for inviting detailed Techno-commercial
and Financial offers at a later date from eligible parties for Construction of the Effluent Treatment Plant at Tengakhat and its Operation and Maintenance for 10 years on BOO basis.
5.0 Complete set of prequalification requirements are furnished in the
following pages and the same are to be downloaded and referred by
Applicants for submission. Each Applicant is required to submit a Demand Draft or Banker’s cheque for Rs.40,000.00 or USD 650.00
(non-refundable) in favor of "Oil India Limited" payable at “Duliajan” towards cost of these Prequalification Documents.
5.1 All the certificates & documentary evidences submitted in support of
Eligibility Criteria described in this Prequalification document must be
duly notarized by Govt. approved Notary with their seal, sign and date.
The date of such notarized copy should not be more than one year old.
OIL reserves the right to check the original certificates/ documents at
any point of time, if desired, and the required documents shall have to
be produced by the parties for authentication.
6.0 PRE-BID CONFERENCE :
6.1 A pre-Bid conference will be held at Guwahati on 24.09.2013 for
providing clarifications to prospective bidders on the technical
requirement, terms and conditions etc. to enable them to understand the
exact service requirement of the Company. Parties interested to attend the
pre-bid conference should contact/intimate well in advance (at least 4
working days prior to pre-bid conference) for details of the venue & time,
to the General Manager (Production Project), Oil India Ltd., P.O. Duliajan-
786602, Phone: 91-374-2807209, E-mail: [email protected].
5
6.2 Only those parties who submit the Application Fee of RS. 40,000 / USD650 as detailed in Para 5 above shall be allowed to participate in the
Pre-Bid conference. Therefore, parties intending to attend the Pre-Bid conference must carry and submit the requisite Demand Draft/Banker`s
Cheque in the Conference. At the most 2 (two) representatives from each prospective bidder shall be allowed to participate in the pre-bid conference. All costs for attending the pre-bid conference shall be to
prospective bidders’ account. 6.3 The prospective bidders shall submit their queries through E-mail /
Courier addressed to General Manager (Production Project), Oil India Ltd., Duliajan-786602, Assam at least 4 working days prior to the date of pre-
bid conference and such queries must reach OIL’s office at Duliajan well in time. OIL shall reply /clarify their queries in the pre-bid conference. OIL will not be responsible for non-receipt or late receipt of any bidder’s
query in OIL’s office.
7.0 SUBMISSION: Interested Parties are invited to submit their Pre-Qualification Application
with their credentials and supporting documents mentioned above in a sealed envelope super-scribing the PQ Reference on the envelope latest by 15.30 Hrs(IST) on 04.10.2013 to the following address:
General Manager (Production Project)
Production Project Department Oil India Limited, Duliajan, Assam-786602
Contact No:0374-2807209
Notes:
i. Those parties who could not participate in the Pre-Bid Conference
but intend to participate in the Tendering process should ensure to submit their DD/Banker`s Cheque towards Application Fee along with their formal Application. Application(s) tendered
without requisite DD/ Banker’s Cheque towards cost of these pre-qualification documents either in the Pre-Bid conference or along
with the Application shall be rejected outright and same will not be considered for evaluation.
ii. Prospective Parties are requested to regularly check OIL`s website for any information / modifications issued in respect of this PQ Notification from time to time.
6
GENERAL SCOPE OF WORK
1.0 INTRODUCTION
OIL INDIA LIMITED (OIL)’s Oil & Gas fields are located in the districts
of upper Assam, India. Produced Formation Water from different
fields are handled at various existing OCS operated and maintained
by OIL's in-house facilities. In order to ensure stipulated guidelines
and maintain parameters of produced water prior to its disposal or
injection as given in the Scope of Work, a produced water Effluent
Treatment Plant is proposed to be installed and operated and
maintained for a period of 10 years on BOO basis.
2.0 ETP CAPACITY:
The ETP capacity will be 5000 KLPD (two streams of 2,500 KLPD
each)
3.0 SCOPE OF WORK
a) The Proposed ETP is being installed to dispose/re-inject the produced
water after clarification to the sub-surface in Water Disposal Wells
(1,200 to 1,500 m depth) / Water Injection Wells (2,500 to 3,000 m
depth). The inlet produced water quality as against desired outlet
quality, as per guidelines are shown in the table given below :
Desired Water Quality for Disposal / Re-injection
Sl.No. Parameter Inlet parameters
range
Outlet
parameter
desirable
1. pH 7-9 6.5-8.5
2. Temperature Ambient-65 0C Not Concerned
3. Total Suspended
solids
Upto 150 ppm < 1 ppm
4. Filterability
(through 0.45µ
Filter)
1 – 2.5 Litres / 30
Min.
> 5 Litres / 30
Min.
5. Turbidity 100 – 180 NTU < 0.5 NTU
6. Dissolved Oxygen Upto 6 ppm <0.02 ppm
7
Desired Water Quality for Disposal / Re-injection
Sl.No. Parameter Inlet parameters
range
Outlet
parameter
desirable
7. SRB 103 to 106 CFU/ml NIL
8. Any other Bacterial
Activity like GAB,
IRB, & APB
Not Measured NIL
9. Oil and Grease 100-5000 mg/l < 2 mg/l
b) A part of the treated water will be further treated using RO to meet
the following parameters as per CPCB guidelines:
Desired Water Quality as per CPCB Guidelines
Sl.No. Parameter Inlet parameters
range
Outlet
parameter
desirable
1. pH
Water From
Desired Quality for
Disposal / Re-
injection
6.5-8.5
2. Temperature Not Concerned
3. Total Suspended
solids
< 1 ppm
4. Turbidity < 0.5 NTU
5. Dissolved Oxygen <0.02 ppm
6. SRB NIL
7. Any other Bacterial
Activity
NIL
8. Zinc 0.1-0.7 < 1 mg/l
9. BOD 80-135 mg/l < 20 mg/l
10. COD 180-1400 mg/l < 60 mg/l
11. Chlorides 400-2400 mg/l < 500 mg/l
8
Desired Water Quality as per CPCB Guidelines
Sl.No. Parameter Inlet parameters
range
Outlet
parameter
desirable
12. Sulphates 70-125 mg/l < 600 mg/l
13. TDS 3500-5000 mg/l < 2100 mg/l
14. % Sodium 60-85 < 50 mg/l
15. Oil and Grease < 2 mg/l
16. Phenolics 2-10 mg/l < 1.1 mg/l
17. Cyanides 0.002-0.04 < 0.2 mg/l
18. Fluorides 0.1-0.3 mg/l < 1 mg/l
19. Sulphides 0.07-0.3 < 1.0 mg/l
20. Chromium(Cr+6) 0.01-0.06 mg/l < 0.1 mg/l
21. Chromium Total - < 1.0 mg/l
22. Copper 0.02-0.4 < 0.2 mg/l
23. Lead 0.7-2.0 mg/l < 0.1 mg/l
24. Mercury - < 0.01 mg/l
25. Nickel 0.2-1.6 mg/l < 2 mg/l
c) The proposed process of the ETP shall incorporate (but not limited to)
Settling tanks, Tilted/Corrugated Plate Interceptor, Induced Gas Floatation, Necessary suitable Filters, Reverse Osmosis and Sludge treatment drying and handling facility.
d) The proposed ETP shall be a fully automated unit consisting of
electronic micro-processor based field instruments, analyzers, flow meters, etc as applicable, and to be controlled from a control room with a dedicated Basic process control system (BPCS) for automatic
process control and a dedicated SIS (Safety Instrumented System) as per applicable IEC61508 & IEC61511 standards. The supplied
control system should have provision for connection to the SCADA system of OIL for seamless data transfer.
9
e) The ETP shall have facility for the above parameters to be routinely measured, monitored and recorded using suitable laboratory
equipments at site. The equipments are to be procured, installed and commissioned by the successful bidder in an onsite laboratory to be
established by the successful bidder. All the parameters to be monitored at least once in 24 hours and records are to be maintained for at least one year.
f) The proposed ETP shall have the capability to monitor and record few
critical parameters (will be indicated in the detail bid document)
online using suitable instrumentation based on latest & best available technology with monitoring facility from control room
through display panels. The critical parameters to be monitored both in inlet and outlet, on round the clock basis
g) A provision should be kept, for automatic recycling of the water through the process plant in the event of non conformity to the
critical parameters monitored online and it will be the responsibility of the Contractor for storing the recycled water which will be in addition to daily rate of 5000 KLPD.
h) Suitable storage capacity for both inlet and outlet water to take care
of the ullage for at least a period of 3 days.
i) It is the successful bidder’s responsibility to keep the proposed ETP
in operation without any interruption for which adequate standby streams may be included.
j) Any nonconformity of all other parameters measured in the laboratory will lead to rejection of the treated water, which the Contractor has to recycle for further processing.
k) Further, rejection of treated water due to non conformity with the
parameters as per lab test approved by OIL would attract Liquidated Damages as specified under Liquidated Damages Clause.
l) All systems should be designed, constructed and operated for uninterrupted /continuous operation.
m) Contractor shall make all arrangements for procurement,
mobilization, installation, testing and commissioning of all equipment
for the construction of complete system/equipment of ETP.
n) Complete operation and Maintenance of all Plant and equipment for a
period of 10 years as per BOO method will also be under the scope of
the Contractor.
10
o) Any chemical Dosing including chemicals required for achieving the
desired parameters of processed water will be the responsibility of the
Contractor.
p) Contractor shall make all arrangements for sludge handing and
disposal.
4) COMPLETION PERIOD
The Completion period for the installation and commissioning of the
plant shall be 18 months from the date of issue of LOA.
5) FACILITIES TO BE PROVIDED BY OIL AT NOMINAL CHARGE:
a. The Land for the installation of proposed ETP measuring 120 × 70
meter (approx.) inside an existing OCS (Oil Collecting station) premises at a distance of approx 30 KM from Duliajan.
b. Requisite land for sludge handling and disposal.
c. Natural Gas for generation of power and any operational requirements of the Proposed ETP.
6) STATUTORY REQUIREMENTS
1. ETP plant shall be designed, constructed and operated so as to meet the requirements of applicable safety codes / standards, OMR, Indian
Electricity Rules, Environmental Protection Act 1986, OISD Standards etc.
2. All Works / systems provided under the Contract shall be designed and constructed in accordance with the prevalent National/ International codes and practices.
3. Developing plant earthing system in accordance with relevant codes /
specifications of Bureau of Indian Standards & DGMS requirements.
4. The contractor shall obtain all statutory approvals from DGMS, State
Pollution Control Board etc. on behalf of OIL. All statutory
requirements / formalities shall be met & fulfilled by the contractor,
irrespective of level of priority defined elsewhere. All liaisons with
agencies like DGMS, SPCB, MoEF for obtaining necessary statutory
approvals / clearances / permissions shall be in contractor’s scope.
11
7) SCOPE RELATED TO VARIOUS ENGINEERING SERVICES
The Scope of Work encompasses total civil / structural /
mechanical/ piping / Instrumentation / Electrical works, Engineering, Supply, Transportation, Installation, construction, commissioning on BOO basis which includes but not limited to:
a) CIVIL SCOPE OF WORK:
The Scope of Work under this section involves design, detailed engineering, supply of all materials, construction, erection, testing, trial
runs and commissioning of all Civil Works for construction of the ETP per CPWD/BIS specifications.
Intending bidders in their own interest are advised to visit the site and assess the quantum of work before submitting their Application. Cost of such site visit shall be fully borne by the parties themselves. OIL will
only allow access to the site to the prospective Applicants upon receipt of prior intimation. The quantum of civil works include but is not limited to,
the following works:
1. Level surveys of the plot, Developing of area by earth filling, rolling
and compacting to raise the finish ground level (FGL) as per requirement. Designing and construction of roads, platforms,
pavements surrounding the new facilities, Electrical road crossing, instrument road crossing etc as required.
2. Design and construction of tank pads and various foundations required for placement of various pumps and motors required for the ETP.
3. Construction of Foundation for all equipments including package
items if any, as required for construction of the Effluent Treatment Plant.
4. Making arrangement for source water and laying of pipeline from source of utility water to the proposed ETP site as per requirement.
5. Design and construction of a suitable office with minimum storage space required for smooth running of the ETP. Plumbing and
sanitary network of the buildings including construction of septic tank etc. The Contractor shall also provide required furniture and fixtures at ETP office use.
12
6. Land scaping, beautification and plantation in the non-operational area and within the boundary limit of ETP. Any other civil works left
out but required to be constructed for completion of the project.
b) MECHANICAL & PIPING SCOPE OF WORK
The mechanical & piping scope of work to be performed by Contractor
shall include (but not limited to):
1) Design, selection, procurement, inspection, installation, hookup,
testing, Hydrotesting, pre-commissioning, commissioning,
performance guarantee tests and O & M for all the mechanical
equipments, line pipes, valves, pumps, pipe fittings etc. as per
requirement of the ETP.
2) Detailed engineering, Design and finalization of the P&ID.
3) Preparation of technical data sheet, drawings, Safe Operation
Procedures for all static and rotary equipments and various packaged
items based on the requirements for operation of the ETP.
4) Complete piping of the installation with necessary pipe supports,
carrying Hydro tests of piping system, tanks etc. as per relevant
OISD, ASME, API standards and submission of test reports.
5) Obtaining all statutory approvals and certificates as per the
requirements for the equipments to be installed in the ETP.
6) OIL approved Third party inspecting agency will have to be engaged
for procurement of all critical items viz. (a) Tank / Tank plates (b)
Pumps (d) Compressors (e) Cranes (f) All filters etc.
c) ELECTRICAL SCOPE OF WORK
Complete design & detailed engineering consisting of all engineering
documents necessary for proper procurement including sizing and
selection of electrical system/equipments/cabling/earthing/lighting
required within the plant for installation, testing and commissioning of
the complete system. Broad scope of work shall include but not be
limited to the following :-
1. All electrical equipments/system must conform to CEA Regulations
2010.
2. Design/Selection/Commissioning/installation and O&M of gas based
Power Generating Set for the Plant. OIL will provide the natural gas
at nominal charge.
13
3. Sizing and selection of all equipments including MV switchgear, MCC
Panel, lighting transformers, distribution boards, D.C. system, UPS,
lightning protection system as IEC 62305-3 etc.
4. Developing lighting distribution system for the complete plant.
5. Preparation of engineering documents/drawings such as complete
equipment list, motor list, relay settings, protection coordination
chart, equipment layout, overall and area wise
cabling/lighting/earthing, lightning protection system etc.
6. Preparation of hazardous area schedule Classification and drawing of
hazardous area as per (i) Oil Mines Regulations (DGMS Guidelines),
(ii) OISD-113, (iii) API-RP-500, (iv) IS-5572/5571, (v) IEC-79 & (vi) BS-
5345. It shall be the Contractor’s responsibility to obtain the
approvals/certificates from concerned authorities.
d) INSTRUMENTATION SCOPE OF WORK:
Complete design & detailed engineering consisting of all engineering documents necessary for proper design, selection, procurement including sizing and selection of Instrumentation and Control system /
equipments / cabling / earthing /installation, testing and commissioning of the complete system. On the basis of information collected by Contractor from site, the Contractor shall finalize all design
data to carry out engineering for a fully automated DCS (Distributed Control System) & PLC based control system based on latest technology
and as per prevalent industry standards. Contractor’s scope shall include but not be limited to the following.
1. The Instruments shall be supplied as mentioned in the scope of
supply for effective control, monitoring and safety of the system.
The automatic monitoring and control philosophy from a
centralized control room should be considered along with a
dedicated SIS (safety instrumented system) system. 2. ETP shall be provided with its own PLC to control, monitor and
safeguard the system. Controls, sequencing logic a n d s a f e
g u a r d i n g of t h e c omp l e t e ETP s h a l l b e successful
b idde r ’ s responsibility.
3. Preparation of engineering documents/drawings such as complete
instrumentation and control equipment list, field instrument list,
relay settings, protection coordination chart, block / logic diagrams
etc.
14
4. It shall be the Contractor’s responsibility to obtain the
approvals/certificates from DGMS for installation and
commissioning of the complete instrumentation and control
facilities, systems & equipments within the plant.
8) LIQUIDATED DAMAGES In the event of the Contractor’s failure to strictly adhere in
providing/meeting the following, Liquidated damages shall be levied at the following rates.
FAILURE Liquidated Damages
(A) Delay in Completion of Installation and Commissioning of Plant as
stipulated in Completion Clause 4.0 above.
(A) @0.5% of 1st year Contract Price per Week or part thereof of delay subject to maximum of 7.5%, to be reckoned from
the date of the scheduled completion date.
(B) Liquidated Damages in case of Shut Down or non-conformity w.r.t water
quality
(B1) Grace period allowed for planned maintenance per quarter/ year will be indicated in the detailed bid document.
Any unplanned shutdown of the ETP will result in non-payment to Contractor
during the entire shutdown period. (B2) Any nonconformity w.r.t water
quality, as per lab test will lead to rejection of the treated water for onward disposal and such quantity shall not
attract any payment to Contractor.
9) APPLICABLE LAW:
a. The Contract shall be deemed to be a Contract made under, governed by and construed in accordance with the laws of India for the time
being in force and shall be subject to the exclusive jurisdiction of Courts situated in Dibrugarh/ Guwahati.
b. The Successful Bidder shall ensure full compliance of various Indian Laws and Statutory Regulations, to the extent applicable, as stated below, but not limited to, in force from time to time and obtain
necessary permits/licenses etc. from appropriate authorities for conducting operations under the Contract:
15
1) The Mines Act, 1952 - as applicable to safety and employment conditions.
2) The Mines Rules, 1955 3) The Oil Mines Regulations, 1984.
4) The Workmen's Compensation Act, 1923. 5) The Payment of Wages Act, 1963. 6) The Payment of Bonus Act., 1965.
7) The Contract Labour (Regulation & Abolition) Act, 1970 and the rules framed thereunder.
8) The Employees Pension Scheme, 1995.
9) The Interstate Migrant Workmen Act., 1979 (Regulation of employment and conditions of service).
10) The Employees Provident Fund and Miscellaneous Provisions Act, 1952.
11) The AGST Act, WB & Bihar Tax Act
12) Service Tax Act. 13) Customs & Excise Act & Rules
14) Assam, West Bengal and Bihar Entry Tax Act 15) Value Added Tax 16) Environment Protection Act,1986
17) Water Act, 1974 18) Air Act, 1981 19) Hazardous Waste Rules,2008
20) Public Liability Insurance Act
10) TECHNICAL EXPERINCE AND FINANCIAL CAPABILTY:
10.1.0 EXPERIENCE: The bidder must meet the following criteria:-
10.1.1 (a) The bidder must have experience of successfully completing one
project of designing, engineering, installing and commissioning of
Produced Formation Water Effluent Treatment Plant based on the
technology incorporating TPI/CPI, IGF, Filtration, RO and sludge
handling etc. during the last 7(seven) years as on the closing date of
this Invitation for Pre-Qualification.
(b) Bidder must have an experience of operating and maintaining a
Produced Formation Water Effluent Treatment Plant of minimum
capacity of 1000 KLPD for minimum continuous one year during
last 7 (seven) years as on Pre-Qualification Invitation closing date in
addition to clause No 10.1.1(a).
10.1.2 Any bidder who meets either of the above clause 10.1.1(a) or
10.1.1(b) but not both, can also bid provided they have a
MOU/Agreement with a party who meets the shortfall and fulfills
16
the requisite experience criteria. In such situation, the party has to
submit the valid MOU/ Agreement during the contractual period.
10.1.3 Bidder should submit following documents along with their
Application:
(a) Copies of relevant pages of Contracts & Completion Certificate /
payment Certificate or any other document issued by the
client(s), which can substantiate successful completion of the
job in support of their experience mentioned in Para 10.1.1(a)
and/or 10.1.1(b).
(b) Self attested MOU/Agreement as supporting document for
clause 10.1.2 above for the contractual period.
10.2.0 FINANCIAL CAPABILTY
10.2.1 The bidder shall have an average annual financial turnover of
minimum Rs. 10.00 Crores (or US$ 1.75 million) during the last 3 (three) years ending 31.03.2013 (for Accounting year April-March) and 31.12.2012 (for calendar Accounting year). Documentary
evidences in the form of Audited Balance sheet and Profit and Loss Account for the last 3 (three) years ending 31.03.2013 (or
31.12.2012) as applicable shall be submitted alongwith the Application.
10.2.2 In case the audited Balance sheet and Profit and Loss Account submitted are in currencies other than INR or US$, the bidder shall have to convert the figures in equivalent INR or US$ considering
the prevailing conversion rate on the date on which the audited Balance sheet and Profit and Loss Account were signed.
10.3.0 Bid from Indian Company/Indian Joint Venture Company with
Technical Collaboration/ Joint Venture Partner:
10.3.1 In case, the bidder is an Indian Company/Indian Joint Venture Company, who satisfies the minimum experience requirement as per
clause 10.1.1(a) or 10.1.1(b) above, provided they also fulfill the financial criteria as per clause No.10.2.1 above can also bid on the strength of Technical Collaborator/Joint Venture partner who meets
the shortfall criteria laid down at clause No. 10.1.1(a) or 10.1.1(b) above.
17
10.3.2 Indian bidders quoting based on technical collaboration/ joint venture, shall submit with their Application a Memorandum of
Understanding (MOU) / Agreement with their technical collaborator/ joint venture partner clearly indicating their roles
under the scope of work which shall be addressed to OIL and shall remain valid and binding for the contract period under this tender.
10.3.3 Any party who is extending technical support by way of entering in to technical collaboration with another party shall not be allowed to submit an independent bid against the tender and such bids shall
be straightway rejected. Further, all bids from parties with the technical collaboration support from the same Principal will be
rejected. 10.4.0 Bid from Consortium of companies:
10.4.1 In case, the bidder is a Consortium of companies, the following
requirement should be satisfied by the bidder:
a) The Leader of the Consortium should satisfy the minimum
experience requirement as per clause No. 10.1.1(a) or 10.1.1(b)
above. Also the leader of the Consortium shall have to meet the
financial turnover criteria mentioned in clause No. 10.2.1 above.
However, one Consortium member alone shall have to meet the
shortfall criteria laid down at clause No. 10.1.1(a) or 10.1.1(b)
above.
b) Consortium Applications shall be submitted with a Memorandum
of Understanding between the Consortium members duly signed
by the authorized Executives of the Consortium members clearly
defining the role/scope of work of each partner/member, binding
the members jointly and severally to the responsibility for
discharging all obligations under the contract and identifying the
Leader of Consortium. Unconditional acceptance of full
responsibility for executing the ‘Scope of Work’ of bid document by
the Leader of the Consortium shall be submitted along with the
Application.
c) Only the Leader of the Consortium shall buy the Application,
submit Application and sign the contract agreement (in the event
of award of contract) on behalf of the Consortium.
d) The Bid Security shall be in the name of the Leader of the
Consortium on behalf of Consortium with specific reference to
Consortium bid and name & address of Consortium members.
18
Similarly the Performance Security shall be in the name of the
Leader on behalf of the Consortium.
e) Bidder(s) quoting in Consortium with any firm are not allowed to
quote separately/independently against this tender. All the
Application / bids received in such case will be summarily
rejected.
10.5.0 Bid from 100% Subsidiary Company:-
10.5.1 Offers of those bidders who themselves do not meet the experience
criteria as stipulated in clause Nos. 10.1.1(a), 10.1.1(b) & 10.2.1
can also be considered provided the bidder is a 100% subsidiary
company of the parent company which itself meets the experience
criteria as stipulated in Clause Nos. 10.1.1(a), 10.1.1(b) & 10.2.1.
In that case, as the subsidiary company is dependent upon the
experience of the parent company with a view to ensure
commitment and involvement of the parent company for successful
execution of the contract, the participating bidder should enclose
with their Application an Agreement (as per format enclosed as
Form-G) between the parent and the subsidiary company and
Corporate Guarantee (as per format enclosed as Form-F) from the
parent company to OIL for fulfilling the obligation under the
Agreement.
11) SALIENT CONDITIONS
a. Applicants with positive Net worth will only be considered for
qualification (Net worth shall mean “Subscribed and Paid up Equity or
owner’s capital + Reserves/accumulated loss – {Revaluation reserves
and miscellaneous expenditure not written off + reserves not available
for distribution to equity shareholders}” ).
b. No Financial Assistance in the form of Working Capital Advance/
Mobilization Advance will be provided to the Contractors during
erection and O&M of ETP. The Contractor will have to Procure and
Build the ETP at their cost with Finance resources arranged by them.
Payment to ETP Contractor will commence in the form of processing
charges based on per KLPD fluid treated, once the plant is successfully
installed and commissioned.
c. Eligible Bidders will be asked to provide firm prices in their Offer
towards O&M of plant for 10 years on BOO basis.
19
d. As the asset will be constructed by successful bidder on land owned by Company, a separate Lease Agreement shall be executed along with the
Contract for BOO.
Site: The leased area shall be handed over upon the terms and condition as set forth in the Lease Agreement and the BOO Contract. Concessioner(s) shall be permitted to build operate
and maintain ETP in accordance with agreement on the Site and shall not be permitted to utilize the Site for any other purpose.
Term of Lease: The Lease Agreement shall be for the same term as the
BOO Agreement (the "Initial Term") or any extension thereof (the "Additional Term") agreed between the parties.
Rent Payment: Concessioner(s) shall pay lease rent at the rate, as to be fixed by OIL.
Note: Above terms are not exhaustive. Additional terms shall be
elaborated in the Lease Agreement.
e. The ETP after installation and commissioning shall be fully insured
by appropriate Insurance Coverage by the successful bidder.
f. Bid Security (to be submitted by pre-qualified Bidders in the form of a
DD or Bank Guarantee at the time of submission of Bid) : Rs
82,60,000.00 or USD 135,600.00
g. Performance Security (to be submitted by successful bidder in the
form of a Bank Guarantee upon award of Contract): 7.5% of
estimated 1st year Contract Price.
20
12) DOCUMENTS REQUIRED ALONGWITH PRE-QUALIFICATION
APPLICATION
General Information of the Firm
(Form –A)
A. 1. Name of the bidder firm / company :
2. Permanent address of the bidder :
3. Present postal address of the bidder :
4. Telephone numbers :
Office :
Residence :
Mobile numbers :
5. Fax :
B. Nature of company (strike out whichever is not :
applicable) proprietary firm /partnership firm /
private Ltd/ public Ltd.
C. Date of incorporation :
D. Details of proprietor partners / directors (as the :
case may be)
Note: Attach copies of registration of firm/ company/ with details of Proprietor/ Directors.
Signature of Bidder
21
Form -B
Data Sheet in respect of similar work Experience
(Form –B)
1. Name of Scheme
2. Capacity of the scheme
3. Name and address of client for whom the work
was carried out
4. Client’s full address and contact Phone No.
5. Number and date of letter of ordering the work
6. Time stipulated for completion
7. Actual date of commencement of work
8. Actual date of commissioning
9. Final date of defect liability period
10. Influent characteristics
11. Discharge characteristics
a. Agreed
b. Achieved
12. Number and date of certificate issued by client
(attach photocopy for reference)
13. Address of Engineer - In - Charge if any
14. General write up about the scheme
Note: Selected schemes should be supported with documentary evidence towards following:
Contractor’s experience of successfully completing one project of designing,
engineering, installing and commissioning of Produced Formation Water
Effluent Treatment Plant based on the technology incorporating TPI/CPI,
IGF, Filtration, RO and sludge handling etc. during the last 7(seven) years
as on closing date of this Invitation for Pre-Qualification.
AND
Experience of operating and maintaining a Produced Formation Water
Effluent Treatment Plant of minimum capacity of 1000 KLPD for minimum
continuous one year during last 7 (seven) years as on closing date of this
Invitation for Pre-Qualification.
22
.
Note: Submit multiple Data sheets if there are more than one scheme to
substantiate the requisite experience. Documents establishing successful
execution of above jobs must be submitted along with the Application. These documents shall be in the form of:
(i) Copies of relevant pages of contract document showing Contract Number,
period of contract and Detailed Scope of work etc.
(ii) Copies of completion Certificate(s) or payment certificates or any other
documents which substantiate completion of the jobs, issued by the client(s) with
contact details of the issuing person/organization (e-mail address, Phone
Number, Fax number etc).
Signature of Bidder Contractor
23
Details of Projects in hand
(Form –C)
Sl.
Name of
Client
Value of
Time of
Date of
Expected date of
No.
Project
Reference
Work
completion
award
completion
Signature of Bidder
24
Details of Key personnel available for the proposed work
(Form –D)
Sl. Description of personnel
Qualification
Experience
Nature of
No.
experience
Signature of Bidder
25
Details of Financial Stability of the Contactor/Firm
(Form –E)
1. The Annual Turn Over of the Contractor / Firm for the last three years. (The
average annual turnover of the bidder shall not be less than Rs.10.00 Crores
during the last three financial years 2010-2011, 2011-2012, 2012-2013). (Attach
copies of audited accounts).
2. The following parameters shall be furnished as per the audited financial
statements duly certified by an independent Chartered / Cost Accountant for the
last three accounting years.
Sl. No. Particulars of parameters 2010-11 2011-12 2012-13
1. Authorized Capital
2. Subscribed Capital
3. Paid-up Capital
4. Reserves(Other than revaluation
reserve)
5
Loan: Long Term Short Term
6 Net worth
7 Gross Fixed Assets
8 Net Fixed Assets
9
Current Assets Cash and Cash Equivalents and Short term Investments: Other Current Assets :
10 Current Liabilities
11 Profit before depreciation, interest and
Taxes
12 Profit Before taxes
13 Profit After taxes
3. Turnover for the last three financial years :
(All statements should be supported by documentary proof)
26
4. Net Cash Accruals(Net Profit + Depreciation) for preceding three years.
5. The Contractor should possess the list of Outstanding Loan borrowed from
Banks /Financial Institutions duly certified by the respective Lender as on
Application date and the latest solvency certificate issued from a
Nationalized /Scheduled Bank.
Agreement/ MOU of arrangement of Finance with the Bankers/ Lenders
shall be submitted alongwith the Application.
6. Projected cash flow statements for next three years.
7. Name & address of the Banks of the Applicant.
Signature of Bidder
27
PARENT COMPANY GUARANTEE
DEED OF GUARANTEE
(FORM - F)
This DEED OF GUARANTEE executed at ---------------- this ------------ Day of
by:
M/S ---------------------., a Company organized and existing under the laws of----------
----- having a principal business office at ------------------------- hereinafter referred to
as “Guarantor” which expression shall, unless excluded by or repugnant to the
subject or context thereof, be deemed to include its successors and permitted
assigns.
WHEREAS
M/S OIL INDIA LIMITED (OIL), a Govt. Of India “Navaratna” category Enterprise
and premier Oil Company engaged in Exploration, production and transportation
of Crude oil & Natural gas having its Headquarters at Duliajan-786602,Dist.
Dibrugarh, Assam hereinafter referred to as “Company” which expression shall,
unless excluded by or repugnant to the subject or context thereof ,be deemed to
include its successors and assigns, floated Tender No. -------------------inviting offers
from Vendors for -------------------------------------.
M/S ----------------, a Company registered under the Company’s Act 1956 and
having its Registered Office at ---------------------hereinafter referred to as
“Subsidiary”, which expression shall, unless excluded by or repugnant to the
subject or context thereof, be deemed to include its successors and permitted
assigns, a wholly owned subsidiary of the Guarantor, have in response to the
above mentioned tender invited by the Company, submitted their Bid/Application
No. ------------------------------------ dated------------ to the Company with one of the
condition that the Subsidiary shall arrange a guarantee from its parent company
guaranteeing due and satisfactory performance of the work covered under the said
tender including any change therein as may be deemed appropriate by the
Company at any stage.
. The Guarantor represents that they have gone through and understood the
requirement of the above mentioned tender and are capable of and committed to
provide technical, financial and such other supports as may be required by the
Company for successful execution of the same.
28
The Subsidiary and the Guarantor have entered in to an agreement dated
………………………. as per which the Guarantor shall be providing technical,
financial and such other supports as may be necessary for performance of the
work relating to the said tender.
Accordingly, at the request of the Subsidiary and in consideration of and as a
requirement for the Company to enter into agreements with the Subsidiary, the
Guarantor hereby agrees to give this Guarantee and undertakes as follows:
1. The Guarantor (Parent Company) unconditionally agrees that in case of non-
performance by the Subsidiary of any of its obligations in any respect, the
Guarantor shall immediately on receipt of notice of demand by the Company take
up the job without any demur or objection, in continuation and without loss of time
and without any cost to the Company and dully perform the obligations of the
Subsidiary to the satisfaction of the Company. In case the Guarantor also fails to
discharge its obligations herein and complete the job satisfactorily, the Company
shall have absolute rights for effecting the execution of the job from any other
person at the risks and costs of the Guarantor. The Guarantor also undertakes to
make good any loss that may be caused to the Company for non-performance or
un-satisfactory performance by the Guarantor or Subsidiary of any of their
obligations.
2. The Guarantor agrees that the Guarantee herein contained shall remain valid and
enforceable till the satisfactory execution and completion of the work (including
discharge of the warranty obligations) awarded to the Subsidiary.
3. The Guarantor shall be jointly with the Subsidiary as also severally responsible for
satisfactory performance of the contract entered between the Subsidiary and the
Company.
4. The liability of the Guarantor under this Guarantee is limited to the total value of
the contract entered between the Subsidiary and the Company and in no event
shall the Guarantor’s liability hereunder, either in its capacity of Guarantor or as
Contractor should it perform the Contract in the event of the subsidiary’s non-
performance as per point No.1 herein above, exceed that of the Subsidiary under
the mutually agreed Contract awarded to the Subsidiary. This will, however, be in
addition to the forfeiture of the Performance Guarantee furnished by the
Subsidiary.
5. The Guarantor represents that this Guarantee has been issued after due
observance of the appropriate laws in force in India. The Guarantor hereby
29
undertakes that the Guarantor shall obtain and maintain in full force and effect all
the Governmental and other approvals and consents that are necessary and do all
other acts and things necessary or desirable in connection there with or for the due
performance of the Guarantors obligations hereunder.
6. The Guarantor also agrees that this Guarantee shall be governed and construed in
accordance with the laws in force in India and subject to the exclusive jurisdiction
of the courts of Assam, India.
7. The Guarantor hereby declares and represents that this Guarantee has been
given without any undue influence or coercion from any person and that the
Guarantor has fully understood the implications of the same.
8. The Guarantor represents and confirms that the Guarantor has the legal capacity,
power and authority to issue this Guarantee and that giving of this Guarantee and
the performance and observations of the obligations hereunder do not contravene
any existing law or any judgment.
For and on behalf of (Parent Company)
M/s --------------------------------.
Per : Signature : Name : Designation : Witness : 1 Signature :
Name : Designation : Date :
Witness : 2 Signature :
Name : Designation : Date :
30
(FORM - G)
Format of agreement between bidder and the parent company (to be made on
stamp paper of requisite value and notarized)
This agreement made this --------- Day of ---------- by and between ----------------
--------- having its Registered Office at -------------------------------- herein after referred
to as bidder of the first part AND
M/S ---------------------------, a Company organized and existing under the laws of ----
------ having a principal business office at -------------------------------------- hereinafter
referred to as “Parent Company” on the other part,
WHEREAS
M/S OIL INDIA LIMITED having its Headquarters at Duliajan-786 602, Dist:
Dibrugarh, Assam (herein after referred to as OIL), has invited offers vide their Tender
No.………………………. inviting offers from Vendors for
…………………………………..
.
. AND WHEREAS
M/S ------------------------------, (Bidder) intends to participate against the said tender
and desires to have a financial and technical support of M/s ------------------------------
- (Parent Company) and whereas Parent Company represents that they have gone
through and understood the requirement of the above mentioned tender and are
capable of and committed to provide the services as required by the bidder for
successful execution of the contract, if awarded to the bidder.
Now, it is hereby agreed to by and between the parties as follows:
1. M/S------------------------------, (Bidder) will submit an offer to OIL for the full scope of work as envisaged in the tender document as a main bidder and liaise with OIL directly for any clarifications etc. in this contexts.
2. M/S ------------------------------- (Parent Company) undertakes to provide financial, technical support and expertise, expert manpower and procurement assistance and project management to support the bidder to discharge its obligations as per the Scope of Work of the tender/Contract for which the offer has been made by the bidder and accepted by the Parent Company.
31
However, as a minimum, following services will be covered by the Parent
Company:
i)-----
ii)----- etc.
3. This agreement will remain valid till validity of bidder’s offer to OIL including extension if any and till satisfactory performance of the Contract in the event the Contract is awarded by OIL to the bidder.
4. It is further agreed that for the performance of work during Contract period bidder and Parent Company shall be jointly and severally responsible to OIL for satisfactory execution of the Contract .
5. However, the bidder shall have the overall responsibility of satisfactory execution of the Contract awarded by OIL.
In witness whereof the parties hereto have executed this agreement on the
date mentioned above.
For and on behalf of (Bidder) For and on behalf of (Parent Company)
(M/S -------------------------------------) (M/s---------------------------------.)
Signature : Signature :
Name : Name :
Designation Designation :
Witness : 1 Witness : 1
Witness : 2 Witness : 2