OIL India Tender 1
OIL India Tender 1
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).
1.6 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.
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.
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
:
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
GURGAON-122 001
HARYANA (INDIA)
l) Earnest Money Deposit : For Indian Bidders (In Indian Rupees): INR 89
Million
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
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
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.
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.
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.
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).
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:
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.
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.
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.
8.0 GENERAL
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.
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.
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
Signature