HINDUSTAN PETROLEUM CORPORATION LIMITED (MR)

MUMBAI REFINERY,BHIKAJI DAMAJI PATIL ROAD, MAHUL, MUMBAI-400074, INDIA

DETAILED FEASIBILITY STUDY FOR THE SETTING UP OF A MINED CRUDE OIL CAVERN AT MR’S MUMBAI REFINERY

TENDER
FOR
DETAILED FEASIBILITY STUDY
FOR THE SETTING UP OF A MINED CRUDE OIL & GASOLINE / HSD CAVERNS
AT
MR - MUMBAI REFINERY,
MUMBAI, INDIA
CONTENTS
S.NO CHAPTER PAGE NO.
1.  Acknowledgement cum consent letter 4
2.  Pre-qualification Criteria 7
3.  Instructions to Bidder 11
4.  Detailed Scope of work 30
5.  Bank Guarantee Proformas 40
6.  Annexures – Check list & Formats 53
ACKNOWLEDGEMENT CUM CONSENT LETTER


ACKNOWLEDGEMENT-CUM-CONSENT LETTER

To

Deputy General Manager (Materials),

Projects Purchase Department,

Hindustan Petroleum Corporation Limited,

Mumbai Refinery,

Bhikaji Dmaji Patil Marg,

(Old Corridor Road), Mahul,

MUMBAI - 400074

Phone: Fax :

SUBJECT: DETAILED FEASIBILITY STUDIES FOR THE SETTING UP OF MINED Crude & Gasoline / HSD CAVERN AT MR’S MUMBAI REFINERY, MUMBAI.

TENDER NO.:

Dear Sir,

We hereby acknowledge receipt of a complete set of subject Bidding Document along with all enclosures as per Master Index for our use in preparation & submission of the Bid.

We undertake that the contents of the above Bidding Document shall be kept confidential and further that the drawings, specifications and documents shall not be transferred and that the said documents are to be used only for the purpose for which they are intended.

A) We intend to bid as requested for the subject works and furnish following details with respect to our quoting office:

i) POSTAL ADDRESS : ______

______

ii) TELEPHONE NUMBER : ______

iii) E-MAIL ADDRESS : ______

iv) TELEFAX NUMBER : ______

v) CONTACT PERSON : ______

B) CONTACT PERSON AT DELHI, IF ANY:

NAME : ______

POSTAL ADDRESS : ______

TELEPHONE NO. : ______

E-MAIL ADDRESS : ______

FAX NO. : ______

C) We are unable to bid for the reasons given below and we are returning back the entire set of Bidding Document.

Reasons for non-submission of Bid:

______

______

COMPANY'S NAME :

SIGNATURE :

NAME :

DESIGNATION :

DATE :

NOTE : Bidder is requested to furnish the details mentioned at (A) and (B) or (C) within 5 days after receipt of Bidding Document.

______

(SIGNATURE OF BIDDER)

PRE-QUALIFICATION CRITERIA

PRE-QUALIFICATION CRITERIA

1.0 BIDDER QUALIFICATION CRITERIA

1.1  The Bidder should have successfully carried out either of the following:

I Providing consultancy services for the construction of at least one project (Completed and Commissioned) of unlined Mined Rock Cavern storage having minimum capacity of 120,000MT of Crude oil and one of 45,000 MT of petroleum products (Gasoline / HSD).

II Preparation of Detailed Feasibility Report inclusive of site investigation of at least one project (Completed and Commissioned) of unlined Mined Rock Cavern storage having minimum capacity of 120,000MT of Crude oil and one of 45,000 MT of petroleum products (Gasoline / HSD).

III OR both

The Bidder should also have provided similar services mentioned above for Above-Ground works pertaining to a Crude and Gasoline / HSD cavern storage facility including but not limited to Import / export handling facilities viz. Receiving and Evacuation facilities etc.

1.2 The facility which is being provided as a reference project/job should have been commissioned in last 7 years.

1.3 Alternatively, a Consortium or Joint-Venture can also be considered, subject to the partners having carried out collectively all works defined above. In such case, a copy of the Consortium or Joint-Venture agreement specific for the crude &Gasoline / HSD Mined Rock Cavern DFR at Mumbai and signed by all partners shall be submitted along with the Bid.

1.4 Bidders are required to provide proof of meeting the above pre-qualification criteria viz. Work Order Copies detailing the scope of services provided, Satisfactory performance certificates from their Clients / Customers / Users and Consortium / JV Agreement copies.

INSTRUCTIONS TO BIDDER

INSTRUCTIONS TO BIDDERS

1.0 INTRODUCTION

MR’s Mumbai Refinery(MR), located on the West Coast of India at Mumbai, recently acquired 57 acres of land adjacent to their refinery at Mahul, Mumbai. MR plans to develop this land into a modern storage terminal for receipt, storage and dispatch of crude oil and petroleum products. It is planned to store crude oil and petroleum products (Gasoline and HSD) in underground unlined caverns. A prefeasibility study (PFS) to assess the suitability of the site to house underground caverns was conducted by Central Mining and Fuels Research, Nagpur and it was ascertained that the caverns can be built for the specified purpose. It is being planned for storage of net capacity of 6,00,000 MT of crude oil with a break up as 3 CAVERNS (of capacity 150,000 MT each) and 2 CAVERNS (of capacity 75,000 MT each) and constructing Product Caverns with capacity as 3 Nos. with a net capacity of 60 TMT for HSD and 2 Nos. with a net capacity of 60 TMT for MS

It is proposed to conduct a Detailed Feasibility Study (DFS). This DFS will be based on the site investigation (SI) carried out in the PFR earlier, any additional investigation works that would need to be carried out for completion of this DFS and it will be concluded through the preparation of a Detailed Feasibility Report (DFR).

Additional SI works, if any will be carried out by vendor on whom Purchase Order is placed by HPCL Mumbai Refinery separately. DFR consultant shall performs/provide the specific Consulting Services described in this document.

2.0 BRIEF SCOPE OF WORK

The brief scope of work comprises of the following:

Ø  Supervision & Inspection of additional Site Investigation works beyond the tests already carried our under PFS, if any (Contract to be awarded by MR separately. Preparation of Tender document for carrying out additional tests along with cost estimate & suggested lists of vendors).

Ø  Review of the tests, analyses and studies of Site Investigation works (new as well as those carried out under PFS.

Ø  Analysis of data.

Ø  Preparation of Detailed Feasibility Report.

Ø  Preparation of Tender document for appointment of EPCM Consultant

3.0 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and delivery of its bid, including costs and expenses related to visits to the site (as well as the study of documents included along with the bidding documents) and MR will in no case be responsible or liable for these costs regardless of the outcome of the bidding process.

4.0 SITE VISIT

The Bidder is advised to visit and examine the site of works and its surroundings and obtain for himself on his own responsibility all information that may be necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall be at Bidder's own expenses. Claims and objections due to ignorance of existing conditions will not be considered after submission of the bid and during implementation.

The Bidder and any of his personnel or Agents will be granted permission by MR to enter upon his premises and lands for the purpose of such inspection, but only upon the explicit condition that the Bidder, his personnel or agents will release and indemnify MR and its personnel and agents from and against all liability in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, cost and expenses incurred as a result hereof. MR shall provide necessary assistance, if required, to the Bidder(s) for the purpose of site visit.

A. BIDDING DOCUMENT, CLARIFICATIONS AND ADDENDUM

5.0 BIDDING DOCUMENT

One set of Bidding Document will be issued when purchased from sale counter of MR. Bidder may alternately download the bidding document from the web site and shall submit the tender fee on or before the time of submission of bid. Bids submitted without tender fee shall stand rejected. Bidder shall submit the tender document along with his bid including the drawing(s), if any.

Bidder shall sign and stamp each page of the Tender document in token of his acceptance. Bidder shall fill up the rates/amount in hard copy and submit the same in a separate sealed envelop described as “UNPRICED BID” elsewhere in this Instructions to Bidders. Similarly, Bidders who have down loaded the Bidding Document for submission of their bid shall also take print out of the entire Bidding document, sign and stamp each page in token of their acceptance and submit along-with their bid.

The Bidder is expected to examine the Bidding Document, including all instructions, forms, terms, specifications and drawings in the Bidding Document. Failure to furnish all information required as per the Bidding Document or submission of a bid not substantially responsive to the Bidding Document in every respect would result in the rejection of the Bid.

Bidding documents once issued are non-transferable in other name and shall at all times remain the exclusive property of the OWNER with a license to the Bidder to use the Bidding Documents for the limited purpose of submitting the bid.

6.0 CLARIFICATION OF BIDDING DOCUMENT

Although the details presented in this Bidding document consisting of Conditions of Contract, Scope of Work, Technical Specifications and Drawings have been compiled with all reasonable care, it is the Bidder’s responsibility to ensure that the information provided is adequate and clearly understood.

Any failure by Bidder to comply with the aforesaid requirement shall not excuse the Bidder, after subsequent award of contract, from performing the work in accordance with the agreement.

Bidders are requested to submit their bid in total compliance to Bidding Document without any deviations/ stipulations/clarifications. Bid not conforming to Bidding Document in totality and/or non-accompanied by necessary documents as asked for in the Bidding Document are liable for rejection.

7.0 AMENDMENT OF BIDDING DOCUMENT

At any time prior to the deadline for submission of bids as well as up to priced bid opening, MR may, for any reason whether at its own initiative or in response to a clarification requested by Bidders, modify the Bidding Document by amendment.

The amendment shall be part of the Bidding Document, and will be notified in writing to all bidders who have received the Bidding Document. The Bidders will be required to acknowledge receipt of any such amendment to MR.

In order to accord bidders reasonable time in which to take the amendment into account in preparing their bids, MR may, at its discretion, extend the deadline for the submission of Bids.

8.0 CONFIDENTIALITY OF BIDDING DOCUMENT

The complete Bidding Document is and shall remain the exclusive property of MR without any right to Bidder to use them for any purpose except for the purpose of Bidding.

On no account will any agency to which Bidding Documents is furnished, part with possession thereof or copy or take copies or tracings of any drawing, plan etc. It should be understood that the information therein is confidential, and that the Bidding Documents are therefore being furnished to bidders in the strictest confidence.

B. PREPARATION OF BID

9.0 LANGUAGE OF BID

The Bid prepared by the Bidder, all correspondence and documents relating to the bid exchanged by the Bidder and MR shall be written in the English language. Any printed literature/certificate/any other document furnished by the Bidder may be in another language, provided they are accompanied by an accurate translation of the relevant passages in the English language, in which case, for purpose of interpretation of the Bid the English translation shall prevail.

10.0 COMPLIANCE TO BID REQUIREMENT

Evaluation of bid shall be finalized on the basis of details/documents submitted by you in the bid at 1st instance, without raising any TQ/CQ for Technical or Commercial/Financial clarifications. MR expects Bidder’s compliance to requirement of Bidding Document without any deviation. No exception or deviation shall be accepted to stipulations/ conditions of Bidding Document.

11.0 DOCUMENTS COMPRISING BID

The Bid should be prepared by the Bidder and shall be submitted in THREE parts viz. PartI, part-II & PartIII in three separate sealed envelopes :

Part-I - EMD + INTEGRITY PACT

PART II Technocommercial/ Unpriced Bid

PART III Price Bid

PART – I : EMD + INTEGRITY PACT TO BE SUBMITTED AS PER TENDER REQUIREMENTS

PART II: TECHNO-COMMERCIAL/ UNPRICED BID

Bidder is advised that MR intends to fully evaluate the technical and un-priced commercial submissions. It is important that Bidder clearly demonstrates his ability by which MR gets a level of confidence that the Bidder will be able to perform the works within the Time Schedule and meeting the other requirements listed in the Bidding Document. Failure to do so may result in disqualification of the Bid.

Bidder shall be narrative on his approach for execution of services. The Bidder shall submit his Technical and Unpriced Commercial bid (PartI) in one original and one copy and shall comprise hard copies of the attachments specifying attachment number arranged in the order as follows: -

Ø  Covering letter.

Ø  Power of attorney in favour of signatory (ies) of the bid.

Ø  EMD/Bid Security specified in Letter Inviting Bid as per proforma enclosed in General Terms and Conditions of Contract.

Ø  Details of the experience on works of similar nature (Crude oil / Gasoline / HSD Underground storage Cavern) executed.

Ø  Details of concurrent commitments.

Ø  Details of Bidder’s proposed organization along with CV’s of key personnel for Bidder’s Office and Site Office.

Ø  Certificate of the bidder that no Agent is involved for the bidder.

Ø  Declaration about Bidder’s Income Tax Liability in India.

Ø  Schedule in the form of Bar Chart.

Ø  Fresh Solvency Certificate from your bankers. Date of issue of this certificate should not be earlier than one year from due date of opening of Techno-Commercial part.

Ø  Copies of documents defining constitution or legal status, place of registration and principal place of business of the Company.

Ø  Compliance to bid requirement.

Ø  Complete set of Bidding Document duly signed and stamped by the Bidder in token of having received and read all parts of the Bidding Documents and having accepted and considered the same in preparing and submitting the Bid.