0% found this document useful (0 votes)
87 views15 pages

OIL India Tender 1

This notice invites bids for the Full Conversion Hydrocracker Unit (FCHCU) package of Hindustan Petroleum Corporation Limited's Visakh Refinery Modernization Project on a lump sum turnkey basis. The scope of work for the EPCC contractor includes project management, detailed engineering, procurement, fabrication, construction, pre-commissioning, commissioning and performance testing of a 3.053 MMTPA FCHCU to process a mix of vacuum gas oil. Bidders must meet the qualification criteria and submit a signed non-disclosure agreement to receive the technical bidding documents. The target schedule is 30 months for mechanical completion from the letter of acceptance plus 2 months for commissioning. A pre-bid site visit will

Uploaded by

BOVE ANTONIO
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
87 views15 pages

OIL India Tender 1

This notice invites bids for the Full Conversion Hydrocracker Unit (FCHCU) package of Hindustan Petroleum Corporation Limited's Visakh Refinery Modernization Project on a lump sum turnkey basis. The scope of work for the EPCC contractor includes project management, detailed engineering, procurement, fabrication, construction, pre-commissioning, commissioning and performance testing of a 3.053 MMTPA FCHCU to process a mix of vacuum gas oil. Bidders must meet the qualification criteria and submit a signed non-disclosure agreement to receive the technical bidding documents. The target schedule is 30 months for mechanical completion from the letter of acceptance plus 2 months for commissioning. A pre-bid site visit will

Uploaded by

BOVE ANTONIO
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 15

HINDUSTAN PETROLEUM CORPORATION LIMITED

(A Government of India Enterprise)


Visakh Refinery, Post Box No.: 15, Visakhapatnam – 530 011 (A.P.)

NOTICE FOR INVITATION FOR BIDS (IFB)


FOR FULL CONVERSION HYDROCRACKER UNIT (FCHCU) (EPCC-2 PACKAGE) OF M/s
HINDUSTAN PETROLEUM CORPORATION LIMITED, VISAKH REFINERY,
VISHAKHAPATNAM (ANDHRA PRADESH), INDIA
(BIDDING DOCUMENT NO.:AD/B016-503-PM-TN-9504/1005)
(INTERNATIONAL COMPETITIVE BIDDING)
VISAKH REFINERY MODERNIZATION PROJECT (VRMP)
1.1 INTRODUCTION:

1.2 HPCL presently operates an 8.33 Million Metric Tonnes Per Annum (MMTPA) refinery
at Vishakhapatnam (Visakh Refinery) Andhra Pradesh, India. This Refinery is one of the
most integrated refineries with three crude distillation units, MS Block (NHT-ISOM-CCR-
FCC NHT), Diesel Hydro Desulphurization unit (DHDS), two Fluid Catalytic Cracking
(FCC) units, Diesel Hydro-Treating (DHDT) unit, Vis-breaker Unit (VBU), Bitumen
Blowing unit (BBU), Sulphur Recovery Unit, Hydrogen Generation Unit and Propylene
Recovery unit (PRU).

1.3 HPCL now intends to further enhance its refining capacity to 15 MMTPA under Visakh
Refinery Modernization Project (VRMP). Under this project, a new CDU / VDU of 9.0
MMTPA (after de-commissioning of an existing CDU), a Full Conversion Hydro-Cracker
Unit (FC-HCU) for secondary processing, Naphtha isomerisation with revamp of existing
MS-Block and a Residue Up-gradation Facility (RUF) have been considered.

1.4 For execution of VRMP, M/s Engineers India Limited (EIL), have been appointed as the
Project Management Consultant (PMC).

1.5 As part of this scope of work, qualification of potential EPCC/LSTK contractors to be


carried out for EPCC-2 PACKAGE comprising of Full Conversion Hydrocracker
Unit (FCHCU).

1.6 Engineers India Ltd. (EIL), Gurugram (Formerly Gurgaon), Haryana, India on behalf of
HPCL, invite e-Bids for abovementioned EPCC-2 PACKAGE on Lump Sum Turnkey
(LSTK) Basis in a two stage process (collectively referred to as “Bidding Process”) from
the competent EPCC/LSTK contractors with sound Technical, Commercial and financial
capabilities meeting the qualification criteria as stated in clause no. 5.0below.

1.7 The FCHCU of VRMP shall be having capacity of 3.053 MMTPA of processing a mix of
Vacuum Gas Oil (VGO)
2.0 BRIEF SCOPE OF WORK OF EPCC CONTRACTOR
2.1 The scope of work includes Project Management, Residual Process Design, Detailed
Engineering, Procurement, Fabrication, Inspection, Transportation of all equipment/
materials to the work site, storage, assembly, erection, installation, construction, Pre-
commissioning / commissioning and performance guarantee testing in presence of
Licensor & Owner Representative etc. and handing over of the Unit on lump sum
turnkey basis including supply of mandatory / recommended spares, first fill of
chemicals and lubricants for EPCC-02 package comprising of the following:
FCHCU of 3.053 MMTPA processing a Mix of Feed based on Basic Engineering Design
Package of the unit prepared by M/s UOP.
2.2 The EPCC Contractor shall be required to obtain all statuary approvals for completion of
their scope of work.
2.3 The EPCC Contractor shall have the single point responsibility for the faithful
execution of the entire scope of work.

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 1 of 15


3.0 TIME SCHEDULE FOR COMPLETION

3.1 The Time Schedule for the subject work shall be 30 Months for Mechanical
completion/ready for commissioning from the date of issue of Letter of
Acceptance (LOA) plus 2 Months for Commissioning.

4.0 SALIENT FEATURES OF BIDDING DOCUMENT

S. SALIENT FEATURES DETAILS


NO.

a) Bidding Document No. : AD/B016-503-PM-TN-9504/1005

b) Site Visit : At 10:00 Hrs. IST on 26.05.2017 at


HINDUSTAN PETROLEUM CORPORATION
LIMITED
Visakh Refinery,
Malkapuram,
Visakhapatnam.
Andhra Pradesh, India
Pin – 530011

Contact Details:
1) HINDUSTAN PETROLEUM
CORPORATION LIMITED
Visakh Refinery
Projects Department
Malkapuram
Visakhapatnam, Andhra Pradesh, India
Pin – 530011
e-mail: [email protected];
[email protected]
Tel (Off):(0891) 289 4748, 289 4740
Kind attn.: Mr.Trevor S. Guerra, Chief
Manager-VRMP

2) ENGINEERS INDIA LIMITED


VRMP Site Office
C/o HPCL Visakh Refinery
e-mail: [email protected]
[email protected]
[email protected]
Tel (Off): (0891) 289 4021& 09435591365
Kind attn.: Mr. P.K. Agrawal, RCM

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 2 of 15


S. SALIENT FEATURES DETAILS
NO.
The Detailed IFB along with Qualification
c) Bidding Document &
Criteria, Non-Disclosure Agreement (NDA),
subsequent Addendum/
Integrity Pact and bidding document (except
Corrigendum (if any)
Technical Part) can be viewed/ downloaded from
available on Website for
the following website:
viewing & downloading
https://eprocure.gov.in/eprocure/app

However, the detailed IFB and the NDA format


shall also be available on EIL website
http://tenders.eil.co.in

Bidder to note the following:


i. Bidder is required to execute a Non-
Disclosure Agreement (NDA) with
LICENSOR before obtaining technical part
of the bidding document.
Bidder to note that submission of duly
signed and sealed NDA strictly as per the
format included in this bidding document
without any deviation is mandatory,
failing which technical part of bidding
document shall not be issued.
ii. The Technical part of bidding document
shall be issued/ handed over to the bidder
in Compact Disc (CD), after acceptance of
NDA by LICENSOR However, bidder have
to download the Commercial part of
Bidding document from NIC website
https://eprocure.gov.in/eprocure/app

:
iii. Bidder to submit signed and stamped
NDA online on http://tenders.eil.co.in and
original signed (2 Set) document shall be
submitted subsequently to the address as
mentioned below. Bidder to submit their
correct & complete address with contact
details in this website so that the
Technical part of bidding document in
Compact Disc (CD) can be issued to them
on the address provided by them. For
collecting the CD directly from EIL, bidder
to issue authority letter in their letterhead
to the person authorised.
Bidder to note that CD shall be issued to
the bidders in whose name signed NDA
has been received.
iv. Along with NDA, bidder shall submit self-
declaration in their company letter head
that they have not changed/modified any
content of the secrecy agreement(NDA)
d) Period during which : From 12.05.2017 to 11.07.2017
Bidding document can be
viewed & downloaded
from Website

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 3 of 15


S. SALIENT FEATURES DETAILS
NO.

e) Last date of Receipt of : 29.05.2017


Bidder's Queries for Pre-
Bid Conference

f) Pre-Bid Conference : 09:30 Hrs. (IST) on 02.06.2017 at :

ENGINEERS INDIA LIMITED

R&D COMPLEX, SECTOR-16 (On N.H.-8)

TOWER-1 (1st Floor),

GURGAON-122 001

HARYANA (INDIA)

Tel NO.: +91-124- 380 2160/2159/2085

g) Last Date and time of : 12:00 Hrs. (IST) on 11.07.2017


submission of e-Bids on
e-Tendering Portal

h) e-Tendering portal for : Central Public Procurement Portal (CPPP) website:


Submission of e- Bid https://eprocure.gov.in/eprocure/app

i) Opening of Techno- : 14:00 Hrs. (IST) on 12.07.2017


commercial (Unpriced) e-
Bids
Mr. Rakesh Kumar, Dy. Manager (SCM)
j) Contact Persons for any :
query / clarification Email: [email protected]
Tel.No.: +91-124- 380 2160

Mr. A.annadurai, Sr. Manager (SCM) Email:


[email protected]
Tel.No.: +91-124- 380 2159

Mr. B. Biswas, DGM(SCM)


Email: [email protected]
Tel.No.: +91-124- 380 2085

k) Cost of Bidding document : Not Applicable

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 4 of 15


S. SALIENT FEATURES DETAILS
NO.

l) Earnest Money Deposit : For Indian Bidders (In Indian Rupees): INR 89
Million

For Foreign Bidders (In USD ): USD 1.4


Million

EMD shall be uploaded in designated place in the


abovementioned Govt.ofIndiaCPP Portal. Swift
message/Cheque/Cash shall not be acceptable. In
case, bidder fails to upload scanned copy of
EMD on CPP Portal and submit Original EMD (In
hard Copy) by the bid due date & time, such bid
shall not be considered for evaluation.

m) Opening of Priced Bids On the date & time to be intimated later on to the
technically & commercially qualified bidders

4.1 If any of the dates indicated at Sl. No. f), i)above happens to be a declared
holiday/closed day in EIL, Gurugram, the next working day shall be considered.
4.2 All Amendments/Addendums/Corrigendum, time extension, clarifications, etc.
shall be uploaded in the abovementioned websites only and shall not be
published in Newspapers. Bidders should regularly visit the above website(s) to
keep themselves updated and submit their Bids based on the latest
information/instructions hosted in website(s).
4.3 Bidder shall submit all their requests for extension of Bid submission date (if
unavoidable) and/or any queries prior to and/or during the pre-bid meeting. Owner/EIL
may at its sole discretion extend Bid submission due date on such written requests.
However, request for extension of Bid submission date received from any bidder with
less than Seven working days prior to bid submission due date shall generally be
ignored, since there will not be adequate time for proper communication with the Owner
and other Bidders.
5.0 BIDDER’SQUALIFICATION CRITERIA (BQC)
5.1 TECHNICAL CRITERIA :
Bidders shall meet the minimum qualification criteria detailed below to qualify:
5.1.1 The Bidder should have executed and completed as LSTK / EPC Contractor with single
point responsibility, involving Project Management, Residual Process engineering,
Detailed Engineering including Design, Procurement / Fabrication, Inspection, Erection,
Construction, Pre-commissioning and Commissioning/ Commissioning Assistance of at
least one of the following Grassroot Units in Refinery, Petrochemical, Fertilizer or
Chemical Complex:
o Crude / Vacuum Distillation Unit
o Fluid Catalytic Cracking Unit
o Hydrocracker Unit
o Diesel Hydrotreating Unit
o Naphtha Hydrotreater
o Continuous Catalytic Reforming Unit
o Naptha Isomerisation Unit

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 5 of 15


o Diesel Hydrodesulphurisation Unit
o Delayed Coker Unit
o VGO Hydrotreating Unit
o CGO Hydrotreating Unit
o Hydrogen Unit
o Ethylene Cracker Unit
o Polymer Unit (PP or HDPE or LLDPE/Swing)
o Purified Terephthalic Acid (PTA) Unit
o Process units in Aromatic Complex (Comprising of Units like NHT/CCR, Xylene
Isomerization, Xylene Fractionation/ Para-Xylene Recovery units)
o Ammonia / Urea Plant
o Methanol Unit
o LOBS
AND

5.1.2 The bidder should have executed & completed as LSTK/EPC Contractor (Scope as
LSTK/EPC includes Project Management, Residual Process engineering, Detailed
Engineering with Procurement / Fabrication, Inspection, Erection, Construction, Pre-
commissioning and Commissioning/ Commissioning Assistance) or EPCM Contractor
(Scope as EPCM includes Project Management, Residual Process engineering,
Detailed Engineering with Procurement / Procurement assistance, Construction
Management, Pre-commissioning and Commissioning Assistance) any of the Process
Unit like Hydrotreater, Hydrocracker, Hydrofinishing, LOBS, Ammonia, LLDPE/HDPE,
Wax Hydrotreating in refinery, Petrochemical, Fertilizer or Chemical Complex with
minimum working pressure of 70 Kgf/Cm2(G) & Temperature of 300 Deg C

5.1.3 The Bidder, meeting the requirements as per Clause No. 5.1.1 above, must have
experience in either of the following:

(i) One similar completed work costing not less than INR 13920 million or US $ 216
million
Or
(ii) Two similar completed work each costing not less than INR 8700 million or US $
135 million
Or
(iii) Three similar completed work each costing not less than INR 6960 million or US
$ 108 million

Similar works shall be as defined in Clause No. 5.1.1 above

5.1.4 In case bidder has executed single LSTK/EPC contract meeting the requirements of Cl.
No. 5.1.3 (i) above, comprising of multiple process units under single LSTK/EPC
contract, experience of the complete composite contract shall be considered if the
bidder have executed at least one of the process units (with its value atleast or more
than INR 6960 million or US $ 108 million) as mentioned in the Clause No. 5.1.1
above under this composite contract.

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 6 of 15


5.1.5 The Unit as referred in Clause 5.1.1& 5.1.2 above must have been commissioned within
the last 07 (seven) years and must have been in operation for at least 1 (one) year
after commissioning.
5.1.6 In case the bidder does not possess requisite experience of residual process
engineering & detailed engineering, subcontracting of residual process engineering &
detailed engineering will be acceptable if the bidder exclusively engages an
engineering sub-contractor for residual process engineering & detailed
engineering with pre-award agreement. The engineering subcontractor shall on his
own meet the qualification criteria for residual process engineering, detailed engineering
as referred in clause 5.1.1, 5.1.2& 5.1.5 above in individual capacity. (Pilot plant
residual process engineering and detailed engineering experience shall not be
considered for qualification of Engineering sub-contractor’)
5.1.7 The reference units provided by the bidder with respect to their experience as
mentioned in Cl No. 5.1.1, 5.1.2& 5.1.3 above must be Non Captive units.
5.1.8 At the time of bid submission, Bidder shall submit agreement/Memorandum of
Understanding (MOU) with Engineering Sub-Contractor for executing the residual
process engineering & detailed engineering, which shall be binding on the bidder and
not to be changed thereafter.
The MOU shall be converted to a definite Agreement later on before signing of the
Contract and this agreement must remain in force at least till the pendency of the
Contract.

5.1.9 The period mentioned in Clause No. 5.1.5 above shall be reckoned from the last day
of the month previous to the one in which bid is invited.
5.1.10 DOCUMENTS TO BE SUBMITTED BY BIDDER FOR TECHNICAL CRITERIA
The Bidder to furnish following documentary proof as minimum
a) Copy of relevant pages of work order(s)/ contract agreement(s)/ contract
document(s) mentioning the value and the scope of work for the reference unit(s)
submitted for qualification
b) Completion Certificate(s) by Owner/ Owner's Consultant indicating executed value&
commissioning date for the reference unit(s) submitted for qualification
c) Certificate(s) of Unit/ Plant operation meeting the objectives for the reference unit(s)
submitted for qualification from Owner(s)
d) Memorandum of Understanding (MOU) Between Bidder & Engineering Sub-
Contractor for executing the Residual Process Engineering and detailed
engineering, as applicable.
e) In case bidder seeks qualification under clause no. 5.1.4, bidder is required to
submit the proof of the value of the reference process unit duly issued by Owner or
owner consultant.
f) Document in support of Clause No. 5.1.2, document may be in the form of, PFD,
P&ID, Process datasheets, etc. depicting the process conditions, along with copy of
the relevant pages of work order(s)/ contract agreement(s)/ contract document(s)
mentioning the scope of work for the reference unit(s) submitted for qualification
g) For Consortium, Bidder shall submit agreement/Memorandum of Understanding
(MOU) along with the bid clearly defining the scope and responsibility of each
member including the leader for faithful execution of the contract. The distribution of
work among leader and member of consortium shall be identified in MOU and not to
be changed thereafter.

The MOU shall be converted to a definite Agreement later on before signing of the
Contract and this agreement must remain in force at least till the pendency of the
Contract.

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 7 of 15


5.1.11 GENERAL REQUIREMENTS
a) The Bidder shall ensure submission of complete authentic information / documentation
along with the Bid.

b) Wherever specific compliance to the relevant documentation from bidder in support of the
criterion mentioned under Clause no. 5.1 above is required post Bid submission,
HPCL/EIL reserves the right to directly interact with the Bidder’s clients to verify the
relevant documentation and the Bidder will render assistance in facilitating that.

c) Bidder shall also render assistance in facilitating visit to the reference unit, if so considered
necessary by owner.

5.2 FINANCIAL CRITERIA

5.2.1 ANNUAL TURNOVER

The average annual financial turnover during the last 3 years, ending 31st March /31st
December of the previous financial year, should be at least US Dollar 81 Million (for
Foreign Bidders) OR INR 5220 Million (for Indian Bidders).

5.2.2 NETWORTH CRITERIA

The financial net worth of the Bidder as per the audited financial results of immediate
preceding financial year shall be positive.

Vendors / contractors with negative net worth will not be considered barring CPSEs
approved by PMC and/or HPCL

5.3 GENERAL:

Parties who are affiliates of one another can decide which Affiliate will make a bid. Only
one affiliate may submit a bid. Two or more affiliates are not permitted to make
separate bids directly or indirectly. If 2 or more affiliates submit a separate bid, then
any one or all of them are liable for disqualification. However, upto 2 affiliates may make
a joint bid as a consortium, and in which case the conditions applicable to a consortium
shall apply to them

5.3.1 "Affiliate" of a Party shall mean any company or legal entity which:

(a) Controls either directly or indirectly a Party, or

(b) Which is controlled directly or indirectly by a Party; or

(c) Is directly or indirectly controlled by a company, legal entity or partnership which


directly or indirectly controls a Party.

"Control" means actual control or ownership in excess of 50% voting or other


controlling interest that gives the power to direct, or cause the direction of, the
management and material business decisions of the controlled entity.

5.3.2 Bids may be submitted by:

a) a single person/ entity (called sole bidder)

b) an incorporated joint venture

c) consortium (including an unincorporated JV) having a maximum of


2 (Two) members(One Prime Member/ Leader and one member);

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 8 of 15


5.3.3 Fulfillment of Bidder’s Qualification Criteria and certain additional conditions in
respect of each of the above 3 types of bidders are stated below, respectively:

a) The sole bidder or incorporated JV shall fulfill each Bidder’s Qualification


Criteria of their own.

b) In case the bidder is a consortium(including an unincorporated JV), then the


following conditions shall apply:

i) Each member in a consortium may only be a legal entity and not an


individual person;
ii) the Bid shall specifically identify and describe each member of the
consortium
iii) The consortium member descriptions shall indicate what type of legal
entity the member is and its jurisdiction of incorporation (or of
establishment as a legal entity other than as a corporation) and provide
evidence by a copy of the articles of incorporation (or equivalent
documents);
iv) One participant member of the consortium shall be identified as the
“Prime Member (Leader)” of the consortium and contracting entity for the
consortium
v) The division in scope of work between consortium members shall be
commensurate with their past experience. The overall Project
Management shall be performed by the Prime Member (Leader) of the
Consortium. Each member of the consortium shall be jointly and
severally responsible for the execution of all tasks and performance of
Contract.
vi) Net Worth of both the Prime member/ Leader of consortium and other
member of consortium should be positive as per the audited financial
results of immediate preceding financial year.
vii) The Prime Member (Leader) shall fulfil each Bidder’s Qualification
criteria.
viii) No consortium member shall hold less than 25% stake in a consortium;
ix) Entities which are affiliates of one another are allowed to bid either as a
sole bidder or as a consortium only.
x) No change in project plans, timetables or pricing will be permitted as a
consequence of any withdrawal or failure to perform by a consortium
member
xi) Consortium member shall give power of attorney to the leader to incur
liabilities and receive instruction for and on behalf of any and all
members of Consortium.
xii) Any person or entity can bid either singly or as a member of only one
consortium
5.4 Documentation

5.4.1 Bidder shall furnish documentary proof of fulfilling the Bidder’s Qualification Criteria. For
Technical Criteria and Technical BQC, Bidder shall submit the documents as per the Cl.
5.1.10 above and for Financial Criteria, Bidder shall submit complete audited financial
statement along with audit reports, profit & loss accounts statement and all schedules of
the preceding 3 (Three) financial years.

5.4.2 In case audited balance sheets and profit and loss account for the immediate preceding
financial year is not available for Bid closing date, the Bidder has an option to submit the
audited balance sheets and profit & loss account of the three previous years
immediately prior to the last financial year.

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 9 of 15


5.4.3 Bidder shall submit complete set of audited annual financial statements.

i) In case, the financial year closing date is within 9 months of bid due date and
audited annual report of immediate preceding financial year is not available, bidder has
the option to submit the financial details of the three previous years immediately prior to
the last financial year. Otherwise, it is compulsory to submit the financial details of the
immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year
ending 31st March) is not available and where bid closing date is up to 31st December,
the financial details of the three previous years immediately prior to the last financial year
may be submitted. However, in case the bid closing date is after 31st December, it is
compulsory to submit the financial details of the immediate three preceding financial
years only.

ii) In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a
single consolidated annual report is prepared and audited which includes the financial
details of their wholly owned subsidiaries, consolidated audited annual report shall be
considered for establishing the financial criteria subject to statutory auditor of the bidder
certifying that separate annual report of bidder (without the financial data of subsidiaries)
is not prepared and audited.

iii) Further, in case a bidder is a subsidiary company and separate annual report of the
bidder is not prepared & audited, but only a consolidated annual report of the Parent
Company is available, consolidated audited annual report shall be considered for
establishing the financial criteria subject to statutory auditor of the parent company
certifying that separate annual report of bidder is not prepared and audited.

iv) In case due to internal / local regulation, bidder is unable to submit audited balance
sheet, the following shall apply:

In such case CEO / CFO's certificate in original from the company or from the parent
company (in case bidder is a subsidiary) stating the turnover and Net worth of the
bidding entity along with a declaration that the bidding company is not in a position to
submit its financial statement as per the local / internal regulation (clearly specifying the
applicable regulation) with an endorsement by Chartered Accountant / Statutory Auditor
/ Certified Public Accountant (not being an employee or a Director or not having any
interest in the bidder(s) company / firm) shall be accepted.

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not


being an employee or a Director or not having any interest in the bidder(s) company /
firm) is not in a position to endorse such CEO / CFO's certificate due to local
regulations, CEO / CFO's certificate in original without endorsement may be accepted
provided a reference of the local regulation restricting this endorsement is given in the
CEO / CFO certificate.

v) Similarly in case where the bidder cites the reasons of Non-Disclosure Agreement
(NDA) for its inability to submit necessary documents in support of meeting the
experience criteria, a certificate, in original, certifying all the required information, issued
by CEO / CFO of the company along with a declaration that the bidding company is not
in a position to submit the required documents owing to the NDA with an endorsement
by Chartered Accountant/ Statutory Auditor / Certified Public Accountant (not being an
employee or a Director or not having any interest in the bidder(s) company / firm) may be
accepted.

Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not


being an employee or a Director or not having any interest in the bidder(s) company /
firm) is not in a position to endorse such CEO / CFO's certificate due to local
regulations, CEO / CFO's certificate in original without endorsement may be accepted
provided a reference to the local regulation restricting this endorsement is given in the
CEO / CFO certificate.

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 10 of 15


vi) Authentication of documents: All documents submitted by bidders in support of
meeting the BQC shall be Authenticated in following manner:
a) Duly certified by Statutory Auditorof the bidder or a practicing
Chartered Accountant (not being an employee or a Director and not
having any interest in the bidder’s company) where audited accounts are
not mandatory as per law.
OR
b) Documents duly notarized by any notary public/Apostille 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
c) Self-certified documents in original from any one out of CEO or CFO
or Company Secretary of the bidder (Limited company only) along with
Self-Certification as per enclosed Annexure – I. This option shall not be
applicable to Proprietorship/ Partnership firms.
vii) Requirement of above certification shall not be applicable to published audited annual
financial statements in English, if audited annual financial statements in English are
uploaded by the bidder and its original booklets are submitted.
viii) In case a foreign bidder submits any of the Bidder’s Qualification support documents in
any language other than English, then it will be the responsibility of such foreign bidder
to also provide the English translation copy duly authenticated by any one of the
following:
a) Local chamber of commerce,
b) Indian embassy in bidder’s country,
c) Any government approved translator/agency,
d) Notary Public / Apostille in bidder’s country
5.4.4 Any additional documents, if deemed necessary to establish the qualifying requirements
may be submitted by the Bidder.
5.4.5 Submission of authentic documents is the prime responsibility of the Bidder.
However, HPCL /EIL reserves the right of getting the document cross verified, at their
discretion from the document issuing authority.Bidder shall provide all necessary
assistance in this regard.
5.4.6 HPCL/ EIL reserves the right to complete the evaluation based on the details furnished
(without seeking any additional information) and / or in-house data, survey or otherwise.
5.4.7 Failure to meet the above Qualification Criteria will render the Bid to be
summarily rejected. Therefore, the Bidder shall in their own interest furnish
complete documentary evidence in the first instance itself along with their bids,
in support of their fulfilling the Qualification Criteria as given above
5.4.8 Since the bids are being obtained through e-tendering, bidders shall be required
to upload the digitally signed authenticated copies of documents for meeting
BQC on the e-tendering portal only. In that case, bidder shall not be required to
submit the original authenticated documents in physical form to EIL.
6.0 PRE-BID MEETING
6.1 Pre-bid Meeting shall be held at the address mentioned above. Bidders or their
authorized representatives are requested to attend the Pre-Bid Meeting so that their
queries, if any, related to the BIDDING DOCUMENT, Bidder’s Qualification Criteria
and Scope of Work etc.can be addressed during the pre-bid meeting.
6.2 The bidders are requested to send queries/clarifications, if any, as per Format enclosed
in the Bidding document through e-mail to reach EIL on or before the date mentioned at

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 11 of 15


Cl. 4.0e) above. The clarifications shall be provided during the pre-bid meeting. Bidder
shall send query in editable soft copy in the format included in the Bidding
document through e-mail.
6.3 Bidders are required to participate in pre-bid meeting after going through the entire
Bidding document along with BQC. Bidder shall attend with all technical and
commercial issues on which they need clarification and also to ensure that they
possess/bring all supporting documents for meeting the BQC to get their queries
clarified, if required, during the pre-bid meeting to avoid any post-Bid
discussion/clarification on this issue.
6.4 Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the
Bidder.
6.5 In case any Bidder does not attend the pre-bid meeting, it shall be understood
that the Bidder has a clear understanding of the BQC, scope, terms and
conditions of the Bidding Document and does not have any comment / deviation
to the requirement of Bidding Document and this shall not be considered a cause
for extension of E- bid submission date.
7.0 SUBMISSION OF BID &IT’S VALIDITY
7.1 The Bid submitted online in the e-procurement portal as stated in clause 4.0 h) shall
only be considered for evaluation. Bidders are required to enroll on the e-Procurement
module of the abovementioned Govt. of India CPP Portal
(URL:https://eprocure.gov.in/eprocure/app).No enrolment fee would be charged from
the bidders.Itmayalsobenotedthatthepricedetailsarerequiredtobefilled&submittedonly on
the Schedule of Price format downloaded from abovementioned Govt. of India CPP
Portal. Bids through any other mode shall not be accepted. The Bids submitted through
abovementioned Govt. of India CPP Portal shall only be considered for evaluation and
ordering.
7.2 Bidders in their own interest are requested to upload/submit their bid well in time. In the
event off ailurein bidder’s connectivity with the abovementioned CPP Portal during the
last few hours, bidder is likely to miss the deadline for bid submission. Due date
extension request due to above reason may not be entertained.
7.3 PhysicalBids/OffersorBidsthroughanyothermodeshallnotbeaccepted.TheOffers
submitted through abovementioned Govt. of India CPP Portal shall only be considered
for evaluation and ordering.
7.4 BidderstoreferInstructiontoBiddersfore-TenderingMethodologyprovided,intheBidding
Document. Bidders are requested to get acquainted with the-Tendering System in
advance and obtain/seek clarifications ,if any from CPP Portal Helpdesk, whose contact
information is provided in the Appendix-IV to ITB.
7.5 Bids received after bid due date & time of submission shall be declared as “Late” Bid
and shall not be opened. Bidder’s representative of Late Bid shall not be allowed to
attend the Bid opening.
7.6 Validity of Bid shall be 8 (Eight) months from the final Bid Due Date. Owner/EIL
reserve the right to request bidders to further extend the validity period as stated above,
if required.
7.7 Subsequent to the submission of bid, bidders are not allowed to change the price.

8.0 GENERAL

8.1 Conversion Factor for Order Value:

For Indian Bidders, Order value(s) in multiple currencies shall be converted to


equivalent INR at the exchange rate of SBI bill selling rate as on the date of award
of such proposed qualifying work(s).

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 12 of 15


Similarly for Foreign Bidder, Order value(s), in multiple currencies shall be
converted at the exchange rate of SBI bill selling rate to equivalent USD as on
date of award of such proposed qualifying work(s).

8.2 Conversion Factor for Annual Turnover:

8.3 In case of Foreign Bidders, if the Annual Turnover is in currency other than USD,
the same shall be converted into equivalent USD considering the conversion
factor indicated in Bidder’s Audited Financial Report. In case the same is not
indicated, the conversion rate of USD as on last date of Bidder’s financial year
shall be considered based on SBI bill selling rate.

8.4 Experience of Sub-Contractor: A job completed by a bidder as a sub-contractor


shall be considered for the purpose of meeting the experience criteria of BQC subject to
submission of following documents in support of meeting the “ Bidder’s-Qualification
Criteria”:

i. Copy of work order along with SOR issued by main contractor.

ii. Copies of Completion Certificates from the end User/ Owner and also from
the main contractor. The Completion Certificates shall have details like work
order no. /date, brief scope of work, ordered & executed value of the job,
completion date etc.

However, in case bidder is not able to furnish the completion certificates from the end
user/ Owner/PMC in his name, then completion certificate issued in the name of main
Contractor shall also be considered as proof of completion

8.5 HPCL/EIL reserves the right to assess Bidder’s capability to execute this work by using
in-house information and taking into account various aspects such as past performance
during evaluation of Bids.

8.6 Experience of bidding entity shall only be considered. However, for consortium,
experience of Prime member(Leader) shall be considered for qualification. A job
executed by a bidder for its own plant/ projects can’t be considered as experience for
the purpose of meeting requirement of BQC of the Bidding Document. However, jobs
executed for Subsidiary/ Fellow subsidiary / Holding company will be considered as
experience for the purpose of meeting BQC subject to submission of tax paid invoice(s)
duly certified by Statutory Auditor of the bidder towards payments of statutory tax in
support of the job executed for Subsidiary/ Fellow subsidiary / Holding company. Such
bidders to submit these documents in addition to the documents specified above to
meet BQC.

8.7 Bidder shall submit a self-certificate stating that they are not under liquidation, court
receivership or similar proceedings. Failure to do so or the bidder is under court
receivership or similar proceedings, their bids shall not be considered.

8.8 The bidders who are on Holiday/ Suspension /Banning List of HPCL / EILas on the
due date of submission of Bid / during-the process of evaluation of the bids, the
offers of such bidders shall not be considered for bid opening/ evaluation/ Award.

Further, in case of a consortium, if any of the member(s) of consortium is on


Holiday/ Negative list/suspension/banning of HPCL / EIL on due date of submission
of bid / during the process of evaluation of the bids, the offer of such a consortium shall
not be considered for bid opening/evaluation/Award.
8.9 Owner/EIL shall not be responsible or liable for cost incurred in preparation,
submission & delivery of Bids, regardless of the conduct or outcome of the
Bidding process.

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 13 of 15


8.10 In case, any Bidder is found to be involved in cartel formation, their Bid shall not be
considered for evaluation/placement of order. Such Bidder will also be debarred from
bidding in futureas per Owner/EIL’s Policy.
8.11 Canvassing in any form by the Bidder or by any other agency on their behalf may lead
to disqualification of their Bid.
8.12 Unsolicited clarifications to bids may render the bid liable for rejection.
8.13 Process Licensors providing know-how are not eligible to quote for the execution
of the same Package for which they are Process Licensors to avoid conflict of
Interest.
8.14 Bidder shall submit along with their bids, the Integrity Pact (Pre-signed by HPCL)
in the format enclosed in Bidding document. Bids of bidders who doesn’t sign
and submit the Integrity Pact will not be considered for evaluation.
9.0 Bids sent through Fax/ E-Mail or in any other electronic mode shall not be accepted.
10.0 Owner/EIL reserves the right to reject any or all the Bids received or annul the bidding
process at any time at their sole discretion without assigning any reason thereof.
11.0 For terms and conditions and other details, refer complete Bidding document.

Very Truly Yours


DGM (SCM)
EIL

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 14 of 15


Annexure-I

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 Owner/EIL 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 EIL/Owner has every right to take action against me and my
company, as deemed fit as per provisions of the Bidding Documents including EIL/Owner’s
right to put our company on Holiday/Black list for future business with EIL/Owner.

Specimen Signature of authorized representative

Signature

Name & Designation (CEO or CFO or Company Secretary)

Signature Not Verified


Digitally signed by A. ANNADURAI
Date: 2017.05.12 15:46:32 IST
Location: eProcure

B016_IFB_ FCHCU_UNIT _Rev0_HPCL_ Page 15 of 15

You might also like