INDIAN OIL CORPORATION LIMITED PRE-QUALIFICATION BOOKLET FOR CLT UNIT, OFFSITE AND UTILITY FACILITIES

Transcription

INDIAN OIL CORPORATION LIMITED PRE-QUALIFICATION BOOKLET FOR CLT UNIT, OFFSITE AND UTILITY FACILITIES
INDIAN OIL CORPORATION LIMITED
RATH CHAKRA
PROJECT AT
IOCL, PARADIP, ODISHA, INDIA
PRE-QUALIFICATION
OF BIDDERS ON
INTERNATIONAL COMPETITIVE BIDDING BASIS
PRE-QUALIFICATION BOOKLET
FOR
CLT UNIT, OFFSITE AND UTILITY FACILITIES
(LSTK- 2 PACKAGE)
(PQ BOOKLET NO.: PQ/0002)
Prepared & Issued by:
ThyssenKrupp Industrial Solutions ( India ) Private Limited
( formerly Uhde India Pvt. Ltd )
PQ-0002
Page 1
INDIAN OIL CORPORATION LTD.
(REFINERIES DIVISION-H.O. (NEW DELHI)
INTERNATIONAL COMPETITIVE BIDDING
NOTICE INVITING TENDER ( NIT ) FOR PRE QUALIFICATION OF BIDDERS
ThyssenKrupp Industrial Solutions ( India ) Private Limited (TKIS INDIA) ( formerly Uhde India Pvt. Ltd) on
behalf of Indian Oil Corporation Limited ( IOCL ) invites bids for pre- qualification from eligible bidders for the
following:
Description
CLT UNIT AND OFFSITE & UTILITY FACILITIES LSTK-2 Package - for “RATH CHAKRA” PROJECT
of M/S INDIAN OIL CORPORATION LIMITED
(IOCL) at Paradip Refinery, Paradip, Odisha
PQ Booklet on
Website
From
24.11.2014
Bid Due Date/Time
09.12.2014
upto 14.30 Hrs.(iST)
To
08.12.2014
The detailed NIT & Pre-Qualification Booklet along with contact details can be viewed and
downloaded from TKIS INDIA website http:// tkisindia.com
or from IOCL website:
http://www.indianoiltenders.com.
All amendments, time extension, clarifications, etc. will be uploaded on the websites only and will not
be published in newspapers. Bidders should regularly visit the above websites to keep themselves
updated.
PQ-0002
Page 2
1.0 INTRODUCTION :
1.1
Indian Oil Corporation Limited (“IOCL”) is India’s largest refining & marketing company and a Fortune
“Global 500” company engaged in the business of refining, transportation and marketing the Petroleum
products.
1.2
IOCL is currently implementing a 15 MMTPA grass root refinery project at Paradip, Odisha, (PDRP)
The new facilities will be integrated with the facilities of Refinery project.
1.3
IOCL intends to install Polypropylene Unit to produce Polypropylene (PP)
polymer at PDRP. This Project is known as “ RATH CHAKRA “ PROJECT.
1.4
IOCL intends to install CLT unit and offsite & utility facilities ( LSTK – 2 Package ) at Paradip for the above
“ RATH CHAKRA “ PROJECT. Polypropylene plant is not a part of this LSTK-2 package
1.5
IOCL intends to Engineer, Construct, Commission and operate “RATH CHAKRA” Project
along with associated facilities at its Paradip Refinery in the State of Odisha, India.
1.6
ThyssenKrupp Industrial Solutions ( India ) Private Limited (TKIS INDIA), Mumbai, India on behalf of IOCL,
invite Pre-Qualification (PQ) Bids against Pre-Qualification Booklet for execution of LSTK-2 Package,
comprising of CLT Unit, Offsite and Utility facilities on Lump Sum Turnkey Basis from the competent
EPCC contractors with sound technical and commercial capabilities meeting the pre-qualification criteria
stated in para 5.0..
1.7
Only those Bidders who qualify the subject PQ criteria will be issued tender document to submit the bids
for execution of LSTK-2 Package, comprising of CLT Unit, Offsite and Utility facilities, on Lump Sum
Turnkey Basis.
1.8
Bidders shall submit, along with their PQ bids, the Integrity Pact in the format enclosed with this document.
Bids of Bidders who do not sign & submit the Integrity Pact will not be considered for further evaluation.
1.9
Qualified Bidders( including their consortium partners, if any, ) MUST sign the Non-Disclosure Agreement
with the Process Licensor M/s. Engineers India Limited (EIL) as per the NDA Format of the Process Licensor. In
case any bidder does not sign and submit the NDA Agreement as per the Process Licensor’s NDA Format, the
Tender Document ( Ie. the LSTK Bid Document ) shall not be issued to such bidder.
1.10
FEED is prepared by Foster Wheeler (FW) based on the BDEPs received from Licensor.
2. SCOPE OF WORK :
2.1 Bidder shall execute the work on Lump Sum Turnkey Basis (LSTK Basis). The scope of work includes
Residual Basic Engineering, Hazop Study with participation by Licensor /UIPL / IOCL, Detailed Engineering
including design , Project Management, Total Procurement, Fabrication, Manufacturing, Quality Assurance,
Inspection & Expediting, Third Party Inspection, Supplies, Transportation, Insurance, Storage of all
Equipment, Materials, items and other Construction Materials, Construction Management & Supervision,
Construction and Installation, installation of Tie-in points of Piping, Instrumentation, Electrical, Testing,
Insulation, Painting, Obtaining all Statutory Approvals ( except for Environment Clearance which has been
obtained by IOCL ) Pre-commissioning & Mechanical Completion of Plant, Start-up, Commissioning and
Performance Guarantee Test Runs of LSTK-2 Package ( ie. the entire Plant ) and handing over the entire
Plant including spares with Final and “As Built” documentation to IOCL on single point responsibility basis (
Lump Sum Turn Key –LSTK Basis ), based on FEED Package provided by FW, for RATH CHAKRA
PROJECT of M/S INDIAN OIL CORPORATION LIMITED (IOCL) at Paradip Refinery, Paradip, Odisha .
2.2
The Bidder shall be the single point responsible Contractor for the entire scope of work.
PQ-0002
Page 3
2.2.1
LSTK-2 package shall cover the following :i.
Coker LPG Treating Unit (CLT)
Design Capacity
: 165,000 MTA of LPG Feed
Feed
: Straight run LPG from Delayed Coker Unit (DCU)
Final Product
: Treated LPG
Licensor
: M/s. Engineers India Limited.
FEED package
: M/s. Foster Wheeler.
ii.
Propylene recovery Unit (PRU) Modifications;
As minimum, Modification works in PRU are as follows:
a.) Replacement of P-101 A/B with higher capacity pump
b.) Installation of new MAPD reactor and catalyst
c.) Installation of additional electric heater for catalyst regeneration
d.) Direct feed to Polypropylene Unit
e.) Associated Instrumentation work, including procurement/Calibration of Instruments,
dismantling/installation jobs, cabling to SRR/CR, control systems jobs etc.
iii.
Fluidised catalytic cracker Unit (FCCU) Modifications;
As minimum, Modification work in FCCU are as follows:
a.) Replacement of P-029A/B and P-030A/B with higher capacity pumps
b.) Replacement of FCC catalyst in batches
c.) Replacement of FT-0409 in treated off gas line after conducting adequacy check for
higher gas flow in the line.
d.) Associated Instrumentation work, including procurement/Calibration of Instruments,
dismantling/installation jobs, cabling to SRR/CR, control systems jobs etc.
iv
Other major associated facilities :
a)
b)
c)
d)
e)
Cooling Tower System (for PP Plant): 16,000 m3/hr (4W+1S cells)
Cryogenic Nitrogen Plant (for PP Plant) : 4,000 Nm3/hr
Flare system (for PP Plant) : 500 TPH
Fire fighting System for PP, CLT unit & Interfaces works with the existing refinery
Ware house (for storage of approx.56000 pallets) and facilities with PP bagging, palleting &
loading facilities.
f) Offsite Process piping & Interfaces works with the existing refinery
g) Utility Piping & Interfaces works with the existing refinery
h) Integration of Propylene recovery Unit (PRU) with PP and Fluidised catalytic cracker Unit
(FCCU) Modifications
i) BFW feed pump and interface works
j) Approach roads, storm water drainage, pavement in & around the units & offsite facilities.
k) Waste water management like OWS, CRWS, Domestic sewer and connecting to existing
treatment facilities.
l) HSE & Solid waste management.
j) Pipe rack
k) Non plant buildings.
3. BRIEF DETAILS OF THE PRE- QUALIFICATION PROCESS :
S. No.
1
2
3
Details
PQ Document on Website
Site Visit, if desired by the
Bidder:
Last
time·
Date
and
submission of PQ Bids (Due Date)
4
Opening of PQ Bids
5
Earnest Money Deposit for P/Q Bids
PQ-0002
Date/Time
From 24.11.2014 to 08.12.2014
Date : 28.11.2014
of
09.12.2014 - Up to 14.30 Hrs. (1ST) - at
ThyssenKrupp Industrial Solutions ( India ) Private
Limited, Uhde House, LBS Marg, Vikhroli West,
Mumbai – 400 083. India .
15.00 Hrs. (IST) on 09.12.2014 at
Uhde House, Vikhroli West,
Mumbai – 83.
( In presence of authorized representatives of
attending Bidders)
Not Applicable
Page 4
6
Cost of PQ Bid Document ( NonRefundable cost )
INR. 3000/- ( for Indian Bidder ) or USD 50/- ( for
overseas bidder )
If any of the dates identified above happen to be a declared holiday in TKIS-INDIA– Mumbai , the next working day
shall be considered.
The complete Bidding Document is available on TKIS-INDIA website: http://www.tkisindia.com
Or from IOCL website: http://www.indianoiltenders.com. Bidders can view I download the document from any one of
the websites mentioned above.
All amendments, time extension, clarifications, etc. will be uploaded in the websites only and will not be
published in Newspapers. Bidders should regularly visit the above website(s) to keep themselves updated.
Bidder shall download the PQ Document in his own name and submit the PQ Bid directly. The PQ Document is
non- transferable. Bidders shall submit the bid directly and in their own name without involving any intermediaries.
4. TIME SCHEDULE FOR COMPLETION :
24.5(Twenty four and half ) months for mechanical completion plus subsequent 02 ( two) months for start up &
successful commissioning from the date of IOCL’s Fax of Acceptance ( FOA ).
5. PRE- QUALIFICATION CRITERIA FOR BIDDERS (BQC):
Application seeking pre-qualification shall meet the minimum pre-qualification criteria detailed below to qualify:
5.1
SINGLE BIDDER
5.1.1
EXPERIENCE CRITERIA- TECHNICAL
5.1.1.i The Bidder should have successfully executed and completed as LSTK Contractor with single point
responsibility, involving project management, residual process design, detailed engineering including
design, procurement / fabrication, inspection, erection, construction, pre-commissioning , commissioning
and PGTR of at least one of the following Refineries or Petrochemical units with or without associated
offsites and utilities :















LPG Treating unit.
Sulphur Recovery Unit OR Sulphur Block comprising of SWS, ARU and SRU
Crude/ Vacuum Distillation Unit
Fluid Catalytic Cracking Unit
Hydrocracker Unit
Naptha Hydro-treater/ Continuous Catalytic Reforming Unit
Diesel Hydrodesulphurisation Unit/ Diesel Hydro-treating Unit
Delayed Coker Unit
VGO Hydro-treating Unit
Coker Gas Oil Hydro-treater Unit
Hydrogen Unit
Ethylene Cracker Unit
Polymer Unit (PP or HDPE or LLDPE/Swing)
Purified Terephthalic Acid (PTA) Unit
Aromatic Complex (Comprising of NHT/CCR, Isomerisation, Xylene
Fractionation and Para-Xylene Recovery)
5.1.1.ii The Unit as referred in Clause 5.1.1.i above must have been commissioned within the last 10 (ten) years
and should have been in satisfactory operation for a period of minimum 12 months on the PQ bid due
date.
5.1.2
EXPERIENCE CRITERIA -COMMERCIAL
5.1.2.i The Bidder should have successfully executed and completed c o n t r a c t ( s ) with single point
responsibility, involving project management, residual process design, detailed engineering
including design, procurement / fabrication, inspection, erection, construction, precommissioning , commissioning and PGTR (on LSTK basis) of at least one of the Refineries or
Petrochemical unit(s) with or without associated offsites and utilities as listed under clause No.
5.1.1.i of Technical Experience Criteria of BQC of value as given below in the previous 10 (ten)
years ending on the last day of the month immediately previous to the month in which last date
of Bid submission falls):
PQ-0002
Page 5
a) One Work order/Contract of value not less than INR 475,00,00,000 (Indian Rupees Four Hundred and
Seventy Five Crores only) or USD 77,868,000 /- (US Dollar Seventy Seven Million And Eight Hundred Sixty
Eight Thousand Only).
OR
b) Two Work orders/Contracts, each of value not less than INR 380,00,00,000
(Indian Rupees Three hundred and Eighty Crores only) or USD 62,295,000 (US Dollar Sixty Two Million and
Two Hundred Ninety Five Thousand Only).
OR
c) Three Work orders/Contracts, each of value not less than INR 285,00,00,000 (Indian Rupees Two Hundred
and Eighty Five Crores only) or USD 46,721,000 (US Dollar Forty Six Million and Seven Hundred Twenty One
Thousand Only).
Exchange rate: 1 USD: INR 61
5.1.3
FINANCIAL CRITERIA
5.1.3.i Annual Turnover of the Bidder shall not be less than INR 280,00,00,000/- (Indian
Rupees Two Hundred and Eighty Crores only) or USD 45,901,000 (US Dollar Forty Five Million and Nine
Hundred One Thousand Only) as per audited annual financial results in at least one of the immediate
preceding 3 (Three) financial years up to the due date of submission of PQ bids.ie( 2013-14,201213,2011-12.)
5.1.3.ii The financial Net Worth of the Bidder as per the audited financial results of immediate
preceding financial year(2013-14) should be positive.
(Net worth is defined as= "Equity share capital + Reserves- Revaluation reserves- Intangible
Assets - Miscellaneous Expenditure to the extent not written off and carried forward Loss")
5.2
CONSORTIUM BIDS
5.2.1
Bids from Consortium comprising of maximum two members (one Leader and one member) are also
acceptable, provided the leader of the consortium meets the both Experience Criteria (Technical and
Commercial) and Financial Criteria of Bid qualification criteria ( BQC.)
5.2.2
Net Worth of both the leader of the consortium and the other member of the Consortium)should
be positive as per the audited financial results of immediate preceding financial year (201314) .
5.2.3
(Net worth is defined as= "Equity share capital + Reserves- Revaluation reserves- Intangible
Assets - Miscellaneous Expenditure to the extent not written off and carried forward Loss")
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 Leader. The members of
Consortium shall assume responsibility jointly and severally and shall submit Agreement/ Memorandum
of Understanding (MOU.) along with the bid clearly defining the scope and responsibility of each member
including the leader. The MOU shall be converted to a definitive Agreement between the parties after
award of job and before signing of Contract which shall be done within three months from the date of
award. The Agreement must remain in force at least till the pendency of the Contract.
5.2.4
The consortium Leader and the distribution of work shall be identified and submitted along with the bid
and shall not be changed thereafter.
5.2.5
Member of the Consortium shall give Power of Attorney (POA) to the Leader.
5.2.6
The selected Leader of the Consortium shall be authorized to incur liabilities and receive instructions for
and on behalf of any and all member(s) of the Consortium.
5.2.7
Members of the Consortium shall be liable jointly and severally for the performance of the
Contract and discharge of the Contractor's obligations and liabilities under the Contract
5.3
GENERAL:
5.3.1
Past Period i.e. previous 10 (ten) years stipulated in the experience criteria shall be reckoned from the
period ending on the last day of the month immediately previous to the month in which the last date of
bid submission falls, and the 3 (three} years stipulated in financial criteria shall be reckoned from the
due date of submission of PQ bid.
5.3.2
For Indian Bidder, Order value(s) in multiple currencies shall be converted to equivalent INR at the
exchange rate of RBI reference as on the date of award of such proposed qualifying work(s). Similarly for
PQ-0002
Page 6
Foreign Bidder, Order value(s), in multiple currencies shall be converted at the exchange rate of RBI
reference to equivalent USD as on date of award of such proposed qualifying work(s). 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 rate of USD as on last date of Bidder's corresponding
financial year, based on RBI reference Rates.
5.3.3
Experience of the bidding entity only shall be considered. A job executed by Bidder
for its own Plant I Projects, cannot be considered as experience for the purpose of meeting requirement
of BQC of the tender. Project executed by the Bidder for Parent I Affiliate /Group company /Subsidiary I
Fellow Subsidiary/ Holding company can be considered as experience to qualify against the BQC
provided the Bidder and the Parent I Affiliate I Group company I Subsidiary I Fellow Subsidiary I Holding
company are independent entities in the eyes of Law and the Bidder is able to submit tax paid invoice(s)
duly certified by competent Statutory auditor towards payment of statutory tax for the executed job.
Such documentary proof shall be submitted in addition to the other documents required for meeting
BQC as per the PQ.
5.3.4
The bidder has to compulsorily submit the audited balance sheets and profit and loss account for
the immediate three preceding financial years, for evaluation and his qualification with respect to
financial criteria. In any case the date (i.e. the financial period closing date) of the immediate previous
year's audited annual accounts should not be older than eighteen (18) months from the PQ bid
submission due date.
5.4
DOCUMENTS AND DATA REQUIRED WITH BID
5.4.1
The Bidder shall furnish documentary proof in form of the copy of work order(s)/ contract
agreement(s)/ relevant pages of contract document(s), completion certificate(s) and certificate(s) of
satisfactory operation of previous plants, fulfilling the qualification criteria, for themselves and their
consortium partner, as applicable.
5.4.2
The Bidder must also furnish complete Audited Financial Statements/Annual Reports including
Balance Sheets, Profit & Loss Accounts, Schedule/Notes etc. along with the PQ Bid, in support of their
meeting financial Criteria of BQC:
5.4.3
All documents furnished by the bidder in support of meeting the Bid Qualification Criteria
shall be: Either
Duly certified by Statutory Auditors of the bidder or a practicing Chartered Accountant (not being an
employee or a Director or not having any interest in the bidder's company/firm) where audited accounts
are not mandatory as per law.
Or
Duly notarized by any Notary Public in the Bidder's Country. In case of Notarization, Bidder shall also
submit an Affidavit duly notarized in the Format attached as Annexure -1 with this NIT, signed by
the Authorized Signatory of the Bidder.
5.4.4 With regards to financial documents, in case Bidder submits bound published and audited annual
financial statements including balance sheets, profit & loss accounts and all other schedules for the
preceding three financial years in original, the same shall be considered without certification of
Statutory Auditor/Notarization of Notary Public.
5.4.5
5.4.6
However, in case the bidder submits a photo copy of published financial
statement, the same shall be certified either by statutory auditor or Notary Public, in original, as per Sr.
No. 5.4.3 above.
In case annual financial statements are not in English Language, then the English translation copy of the
same shall be furnished duly certified, stamped and signed by Local Chamber of Commerce in Bidder's
country, along with the original annual financial statements.
5.4.7 All documents furnished by the bidder in support of meeting the Experience and Financial criteria of BQC
as per NIT shall be submitted in a separate section/booklet along with their PQ Bid. This section/booklet
shall be titled as "Documentation against Bidder Qualification Criteria (Technical and Financial)" with
proper index and page numbering. Refer Instructions to Bidders (ITB) for details.
5.4.8 Any additional documents if deemed necessary to establish the qualifying requirements may be
submitted by the Bidder.
5.4.9 Submission of authentic documents is the prime responsibility of the· Bidder.
However, IOCL/TKIS INDIA reserves the right of getting the document cross verified, at their discretion
PQ-0002
Page 7