hindustan petroleum corporation ltd. · pdf fileb016_ifb_ cdu_vdu_unit _rev 0 page 3 of 14 s....

14
B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 1 of 14 NOTICE FOR INVITATION FOR BIDS (IFB) FOR CRUDE DISTILLATION UNIT (CDU) & VACUUM DISTILLATION UNIT (VDU) (EPCC-1 PACKAGE) OF M/s HINDUSTAN PETROLEUM CORPORATION LIMITED, VISAKH REFINERY, VISHAKHAPATNAM (ANDHRA PRADESH) INDIA (BIDDING DOCUMENT NO.:CK/B016-501-PM-TN-9502/1000) (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-1 Package comprising of CDU/ VDU, Hot Well Off Gas Treatment (HWOG) and SR LPG Treatment unit. 1.6 Engineers India Ltd. (EIL), Gurugram (Formerly Gurgaon), Haryana, India on behalf of HPCL, invite e-Bids for abovementioned EPCC-1 Package on Lump Sum Turnkey Basis in a two stage process (collectively referred to as “Bidding Process”) from the competent EPCC contractors with sound Technical, Commercial and financial capabilities meeting the qualification criteria as stated in clause no. 5.0 below. 1.7 The CDU/VDU of VRMP shall be having capacity of 9.0 MMTPA of processing a mix of Crude Feed. 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-1 package comprising of the following: CDU/ VDU of 9.0 MMTPA processing a Mix of Crude Feed based on Basic Engineering Design Package of the unit prepared by M/s EIL. HWOG based on Basic Engineering Design Package of the unit prepared by M/s EIL. HINDUSTAN PETROLEUM CORPORATION LTD. (A Government of India Enterprise) Visakh Refinery, Post Box No.: 15, Visakhapatnam 530 011 (A.P.)

Upload: doancong

Post on 25-Mar-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 1 of 14

NOTICE FOR INVITATION FOR BIDS (IFB)

FOR CRUDE DISTILLATION UNIT (CDU) & VACUUM DISTILLATION UNIT (VDU) (EPCC-1 PACKAGE) OF M/s HINDUSTAN PETROLEUM CORPORATION LIMITED, VISAKH

REFINERY, VISHAKHAPATNAM (ANDHRA PRADESH) INDIA (BIDDING DOCUMENT NO.:CK/B016-501-PM-TN-9502/1000)

(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-1 Package comprising of CDU/ VDU, Hot Well Off Gas Treatment (HWOG) and SR LPG Treatment unit.

1.6 Engineers India Ltd. (EIL), Gurugram (Formerly Gurgaon), Haryana, India on behalf of HPCL, invite e-Bids for abovementioned EPCC-1 Package on Lump Sum Turnkey Basis in a two stage process (collectively referred to as “Bidding Process”) from the competent EPCC contractors with sound Technical, Commercial and financial capabilities meeting the qualification criteria as stated in clause no. 5.0 below.

1.7 The CDU/VDU of VRMP shall be having capacity of 9.0 MMTPA of processing a mix of Crude Feed.

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-1 package comprising of the following:

CDU/ VDU of 9.0 MMTPA processing a Mix of Crude Feed based on Basic Engineering Design Package of the unit prepared by M/s EIL.

HWOG based on Basic Engineering Design Package of the unit prepared by M/s EIL.

HINDUSTAN PETROLEUM CORPORATION LTD. (A Government of India Enterprise)

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

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 2 of 14

SR-LPG Treatment Unit based on Basic Engineering Design Package of the unit prepared by M/s EIL

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.

3.0 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 PRE-QUALIFICATION DOCUMENT

S. NO.

SALIENT FEATURES DETAILS

a) Bidding Document No. : CK/B016-501-PM-TN-9502/1000

b) Site Visit : At 10:00 Hrs. IST on 12.04.2017 at

Hindustan Petroleum Corporation Limited

Visakh Refinery,

Projects Department

Post Box No. 15

Visakhapatnam, Andhra Pradesh, India

Pin – 530011

e-mail: [email protected]; [email protected]

Tel (Off) : 0891-289 4748, 0891-289 4753

Kind attn. : Mr. Trevor S. Guerra, Chief Manager-VRMP

c) Bidding Document & subsequent Addendum/ Corrigendum (if any) available on Website for viewing & downloading

The Detailed IFB along with Qualification Criteria, Non-Disclosure Agreement (NDA), Integrity Pact and bidding document (except Technical Part) can be viewed/ downloaded from the following website: 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 EIL before obtaining technical part of the bidding document.

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 3 of 14

S. NO.

SALIENT FEATURES DETAILS

:

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 (Feed Document) of

bidding document shall be issued/ handed over to the bidder in Compact Disc (CD), after acceptance of NDA by EIL. 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 document shall be submitted subsequently. Bidder to submit their correct & complete address with contact details in this website so that the Technical part (Feed Document) 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.

d) Period during which Bidding document can be viewed & downloaded from Website

: From 27.03.2017 to 22.05.2017

e) Last date of Receipt of Bidder's Queries for Pre-Bid Conference

: 13.04.2017

f) Pre-Bid Conference : 10:30 Hrs. (IST) on 18.04.2017 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

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 4 of 14

S. NO.

SALIENT FEATURES DETAILS

g) Last Date and time of submission of e-Bids on e-Tendering Portal

: 12:00 Hrs. (IST) on 22.05.2017

h) e-Tendering portal for Submission of e- Bid

: Central Public Procurement Portal (CPPP) website: https://eprocure.gov.in/eprocure/app

i) Opening of Techno-commercial (Unpriced) e-Bids

: 14:00 Hrs. (IST) on 23.05.2017

j) Contact Persons for any query / clarification

: Mr. Rakesh Kumar, Dy. Manager (SCM): [email protected]

Mr. A.annadurai, Sr. Manager (SCM): [email protected]

B. Biswas, DGM(SCM): [email protected]

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

k) Cost of Bidding document : Not Applicable

l) Earnest Money Deposit : For Indian Bidders (In Indian Rupees): INR 67 Million

For Foreign Bidders (In USD ): USD 1 Million

EMD shall be uploaded in designated place in the abovementioned Govt. of India CPP 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.

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 5 of 14

However, request for extension of Bid submission date or any queries 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’S QUALIFICATION 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 / Continuous Catalytic Reforming Unit

o Naptha Isomerisation Unit

o Diesel Hydrodesulphurisation Unit

o Delayed Coker Unit

o VGO 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

5.1.2 The Bidder, meeting the requirements as per Clause 5.1.1 above, must have experience in either of the following:

One similar completed work costing not less than INR 10400 million or US $ 156 million

OR

Two similar completed work each costing not less than INR 6500 million or US $ 97 million

OR

Three similar completed work each costing not less than INR 5200 million or US $ 78 million

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

5.1.3 In case bidder has executed LSTK/EPC contract comprising of multiple process units under single LSTK/EPC contract, experience of the complete composite contract

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 6 of 14

shall be considered if the bidder have executed at least one of the process units as mentioned in the Clause No. 5.1.1 above under this composite contract.

5.1.4 The Unit as referred in Clause 5.1.1 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.

5.1.5 The reference units provided by the bidder with respect to their experience as mentioned in Cl No. 5.1.1 & 5.1.3 above must be Non Captive units.

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 meet the qualification criteria for residual process engineering, detailed engineering as referred in clause 5.1.1 above in individual capacity. (‘Pilot plant residual process engineering and detailed engineering experience shall not be considered for pre-qualification of Engineering sub-contractor’).

5.1.7 At the time of bid submission, the bidder should furnish Memorandum of Understanding (MOU) from Engineering Sub-Contractor for executing the residual process engineering & detailed engineering. MOU with Engineering Subcontractor shall be binding on Bidder till the pendency of Contract.

5.1.8 The period mentioned in Clause No. 5.1.4 above shall be reckoned from the last day of the month previous to the one in which application is invited.

5.1.9 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) 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.

5.1.10 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. 5.1.1 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.

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 7 of 14

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 59 Million (for Foreign Bidders) OR INR 3900 Million (for Indian Bidders).

5.2.2 NET WORTH 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, up to 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);

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;

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 8 of 14

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. 5.1.9 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.

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

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 9 of 14

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 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.

vi) Authentication of documents: All documents submitted by bidders in support of meeting the BQC shall be Authenticated in following manner:

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 10 of 14

a) Duly certified by Statutory Auditor of 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. However, 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 Cl. 4.0 e) above. The clarifications shall be provided during the pre-bid meeting. Bidder

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 11 of 14

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. It may also be noted that the price details are required to be filled & submitted only 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 of failure in 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 Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers submitted through abovementioned Govt. of India CPP Portal shall only be considered for evaluation and ordering.

7.4 Bidders to refer Instruction to Bidders for e-Tendering Methodology provided, in the Bidding Document. Bidders are requested to get acquainted with the e-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_ CDU_VDU_UNIT _Rev 0 Page 12 of 14

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 / EIL as 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_ CDU_VDU_UNIT _Rev 0 Page 13 of 14

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 future as 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 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.

B016_IFB_ CDU_VDU_UNIT _Rev 0 Page 14 of 14

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)