ELIGIBILITY CRITERIA

Similar documents
Rashtriya Chemicals & Fertilizers Ltd.

NOTICE INVITING TENDER

Talcher Fertilizers Limited

ARYAN M.P. POWER GENERATION PVT. LTD.

ELIGIBILITY CRITERIA FOR QUALIFICATION OF EPC CONTRACTORS FOR LNG TERMINAL AT GANGAVARAM, VISAKHAPATNAM, ANDHRA PRADESH (INDIA)

ENERGY CONSERVATION MEASURES AT NATIONAL FERTILIZERS LIMITED, VIJAIPUR

ENERGY CONSERVATION EFFORTS AT NATIONAL FERTILIZERS LIMITED, VIJAIPUR

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

NOTICE INVITING BIDS (NIB) (International Competitive Bidding)

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

Invitation for Expression of Interest (EOI) (OIL EOI No: OIL/DJN/FE/EOI/2015) Invitation. for EXPRESSION OF INTERESTS (EOI) FROM

EoI Reference No.: The last date of submission of EoI is 6/08/2018, 3:30pm through hard copy submission at the address below.

Jhabua Power Ltd. NOTICE INVITING BIDS

PQ BID FOR OUTSOURCING INDUSTRIAL GASES FOR BPCL-KR-IREP (INTERNATIONAL COMPETITIVE BIDDING)

INSTRUCTION TO BIDDERS

CONSTRUCTION OF 132/33 KV GIS SUBSTATION AT BAJKUL, DISTRICT-PURBA MEDINIPUR. (Package- 26)

GAIL (INDIA) LIMITED

Energy Saving Efforts in Indian Ammonia Urea Plants

NTPC-SAIL POWER COMPANY PRIVATE LIMITED (A Joint Venture of NTPC & SAIL)

HIRING OF PRIVATE GODOWN FOR STORAGE AND HANDLING OF FERTILIZERS TENDER DOCUMENT (FOR BISHNAH)

BANK OF UGANDA. Republic of Uganda BIDDING DOCUMENT

INVITATION OF TENDER FOR TERMINAL AUTOMATION SYSTEM (TLF + TFMS) & SAFETY PLC RELATED AUTOMATION JOB AT SEVEN LOCATIONS (BATHINDA, MUGHALSARAI,

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT SONAKHALI, DISTRICT 24 PARGANAS (SOUTH) (Packge-29)

Disable friendly Washrooms at hostel blocks (A & E)

EFFECTIVE WAY TO BOOST YOUR UREA PLANT CAPACITY - REVAMPING OF FERTIL UNIT

2 Name of work Construction of Neutronics Laboratory Building and allied works at Institute for Plasma Research (IPR), Bhat, Gandhinagar.

Tender No GSO/CED/CE/TR - 410/2011

Selection of Knowledge Partner for Investment Promotion and Investor Facilitation Support to Government of Uttarakhand

GAIL (India) Limited CORPORATE OPERATIONS AND MAINTENANCE (O&M) - DEPARTMENT NOIDA

INVITATION OF BID (INTERNATIONAL COMPETITIVE BIDDING)

NTPC SAIL Power Company Private Limited

EMPANELMENT OF CONTRACTORS FOR CIVIL WORKS Metropolitan Oil & Gas Pvt. Ltd.

NOTICE INVITING TENDER (NIT) (e-tender)

CONSTRUCTION OF 220/33 KV GIS SUB-STATION AT MONGALPUR, DISTRICT PASCHIM BURDWAN [Package-54]

BHEL web site and Government web site 4 Due date and time for by Hrs

BANK REFERENCE LETTER/SOLVENCY CERTIFICATE (On Bank s Letter Head) Certified that M/s at (address) is having an account in our bank

Pre Qualification Document

EOI No: GMC/ CTO/01/ / overburden to sand/ 2018, Dt.: *************

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

CONSTRUCTION OF NEW 132/33 KV GIS SUBSTATION AT KULI, DISTRICT - MURSHIDABAD. (Package-12)

Punjab Thermal Power (Pvt) Limited

BHARAT HEAVY ELECTRICALS LIMITED CORPORATE ( HR-GAX ) BHEL House, SIRI FORT NEW DELHI TENDER DOCUMENTS

LIGNO-CELLULOSIC BIOMASS TO ETHANOL

NTPC SAIL POWER COMPANY LTD (A Joint Venture of NTPC & SAIL) Captive Power Plant -II, D.S.P. Complex, Durgapur , Dist- Burdwan(W. B.

GLOBAL EXPRESSION OF INTEREST (EOI) FOR BUSINESS CO OPERATION IRON ORE BENEFICIATION PLANT AND PELLET PLANT

BHARAT SANCHAR NIGAM LIMITED (A Govt. of India Enterprise)

18 th National Award for Excellence in Energy Management

REQUEST FOR PROPOSAL

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

Indian Institute of Corporate Affairs (IICA) P-6, 7 & 8, Sector 5, IMT Manesar, District Gurgaon (Haryana), India

NOTICE FOR EMPANELMENT OF CONTRACTORS

NHS ROTHERHAM PROCUREMENT SCHEME

GAIL (India) Limited CENTRAL INTEGRITY MANAGEMENT GROUP, NOIDA NOIDA 06 th January, 2018

REQUEST FOR EXPRESSION OF INTEREST (EOI)

Bharat Petroleum Corporation Limited CPO (Refineries), Mumbai Refinery, Mahul, Mumbai Phone: / Fax:

File No.: 104/3/Dusting, Clean, Pest/2007/Gen. Date: 10/05/2007. Subject: Tender for Dusting, Cleaning & Pest control for the Years 2007, 2008 & 2009.

19th National Award for Excellence in Energy Management

REPLIES TO QUERIES. Sr. Clause No Reference from RfQ cum RfP Queries Clarification. Developer. Bidder shall furnish the please.

DETAILS OF THE EXPRESSION OF INTEREST(EOI)

Expression of Interest For development, implementation and maintenance Of Digital Project Students & Members services

Rashtriya Chemicals and Fertilizers Limited (A Government of India Undertaking)

ãñíã ãêã ¹ãŠãä ÃÊãムãôãã ãäêããä½ã ñ ¼¼ããÀ ã ÔãÀ ãšãà ãšã ¹ã 㚽㽠National Fertilizers Limited

ãñíã ãêã ¹ãŠãä ÃÊããƒû ãôãã ãäêããä½ã ñ (¼ããÀ ã ÔãÀ ãšãà ãšã ¹ã ãš½ã)

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

/Institute of Physics /Sachivalaya marg / Bhubaneswar

RESERVE BANK OF INDIA. Information Technology Cell, Kanpur Regional Office. Tender Notice

Section 3 - Evaluation and Qualification Criteria

GUYANA POWER & LIGHT INC. Prequalification of CONTRACTORS. For

Talwandi Sabo Power Limited Tender document for Design & Engineering, Supply and Erection of Slurry pumping system from Plant to Ash Dyke

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

West Bengal State Electricity Transmission Company Limited

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

(Only through e-tendering mode/offline mode) Online/Offline percentage rate tenders are invited from approved Electrical.

BHARAT HEAVY ELECTRICALS LIMITED RAMACHANDRAPURAM, HYDERABAD-32 TENDER DOCUMENTS

3 Responsibility Centre COS - CenPEEP 4 Brief scope of work The engagement with NTPC will be in the following steps:

TENDER NOTICE 29 th May 2017

ITI LIMITED (Govt. of India Undertaking) PALAKKAD PLANT KANJIKODE WEST, PALAKKAD , KERALA STATE, INDIA Web Site:

ELIGIBILITY CRITERIA

For PV SOLAR POWER PROJECT 20MW (AC) AT ANDAMAN & NICOBAR ISLANDS IN INDIA. EOI No. CO CONTS /25D/PV Solar /Andaman/e-Conts/2016

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS FOR RENOVATION/ INTERIOR FURNISHING WORKS

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

DELHI METRO RAIL CORPORATION LIMITED

OIL INDIA LIMITED KG BASIN PROJECT KAKINADA GLOBAL EXPRESSION OF INTEREST NO. OIL/KGB/EOI-22

[Karaiya* et al., 5(7): July, 2016] ISSN: IC Value: 3.00 Impact Factor: 4.116

INVITATION FOR EXPRESSION OF INTEREST (EoI)

NOTICE INVITING TENDER (e-tender) AMC of IT Equipment (Computers, Associated Peripherals and Servers) (Tender: AMC17)

Items Local Content (%) Service Contract 20% 22% 25% Supply Contracts 20% 22% 25% EPC Contracts (Others) 30% 35% 40%

TENDER NOTICE GOVERNMENT OF MAHARASHTRA, WATER RESOURCES DEPARTMENT BRAMHAGAVAN LIFT IRRIGATION SCHEME STAGE II

Global Invitation for Pre-Qualification of Bidders for the Terminal Automation and Safety PLC related Jobs at Borkhedi Depot,Nagpur

Government of India Ministry of Textiles, Textiles Committee P Balu Road, Prabhadevi Chowk, Prabhadevi Mumbai

BHARAT HEAVY ELECTRICALS LIMITED Fabrication Plant, Jagdishpur

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

The applicant shall have establishment at Surat/Mumbai or within a radius of 250 km from surat to other maintenance service.

Bid Due Date / Time Marine related civil works and installation of marine gangway and cell fender assembly on jetty for LNG terminal.

EXPRESSION OF INTEREST (EOI)

Request for Proposal for Annual Financial Audit Services

RAICHUR POWER CORPORATION LIMITED YERAMARUS THERMAL POWER STATION

Transcription:

ELIGIBILITY CRITERIA (Doc. No. :NFVP/TS/ESP-II/PC-01/ICB) 1. INTRODUCTION National Fertilizers Limited (NFL) is one of the leading producers of nitrogenous fertilizer in India with an installed capacity of about 3.56 million tonnes of Urea and various other industrial products. NFL is presently operating fertilizer units at Nangal (Punjab), Bathinda (Punjab), Panipat (Haryana) and Vijaipur (M.P.) with dedicated offsite and utility facilities. Plants at Nangal, Bathinda,Panipatand Vijaipur are based on Natural gas. 2. PROJECT BRIEF: NFL is operating Natural Gas based Ammonia - Urea Fertilizer Plant in Line-1 and Line -2 in Vijaipur known as Vijaipur-1 and Vijaipur-2 respectively. Vijaipur 1 comprises of 1750 MTPD Ammonia Plant and 3030 MTPD Urea Plant whereas Vijaipur 2 comprises of 1864 MTPD Ammonia Plant and 3231 MTPD Urea Plant. In pursuance of India s New Urea Policy-2015, NFL is proceeding for Energy Saving Project phase-ii (ESP-II) for reduction in specific energy consumption of Vijaipur-I and Vijaipur-II plants by 0.4 Gcal/MT of Urea and 0.2 Gcal/MT of Urea respectively. Accordingly contract has been lined up with M/s HTAS for detailed study for implementation of Energy Reduction schemes to achieve the targeted energy reduction figures. Implementation of the schemes shall be carried out on LSTK basis through pre-qualified LSTK contractor having comfort letter with HTAS. The LSTK contractor for implementation of the schemes including but not limited to License if applicable, Supply of knowhow, Detailed Engineering, Procurement and supply of equipments along with spares for 02 years operation, supply of 1st charge of chemicals if any, inspecting/testing/expediting of orders, transportation, unloading, storage at site, comprehensive insurance, assembly, civil works, construction, piping, instrumentation, erection, hook up with existing plant, pre-commissioning and commissioning, guarantee and performance test and handing over the Plant. 3. MAJOR SCHEMES ENVISAGED: Vijaipur-IPlant: Replace medium pressure boilers in the CPP complex for GT-I and GT-II operating at 40 kg/cm2 g pressure to high pressure boilers operating at 110 kg/cm2 g pressure. Review of recovery of heat from flue gas into the reformer convection section. Addition of coils in waste heat section. NG fuel preheating. Replacement of 2 LT shift converter with a single bed LT Shift converter.

Replace existing low pressure steam stripping to medium pressure steam stripping, thereby reduce LP steam production. Replacement of low efficient steam turbines. Non performing exchangers.. Revamp of compressors & turbines. Review of CPP (Captive Power plant) and HRU(Heat Recovery unit) complex. Review of BFW/DMW preheating system, steam system. Optimisation of energy consumption in C02 removal. Indirect cooling to be changed to direct cooling for loop boiler cooler,e-1504 Vijaipur-II Plant: NG fuel preheating. Review of CPP (captive power plant) and HRU (heat recovery unit) complex. Review of BFW/DMW preheating system. Optimization of energy consumption in CO2 removal. Replacement of low efficient steam turbines. Non performing exchangers. Replacement of non-performing exchangers.. Replacement of low efficient steam turbines with motor drives. Total review of steam system with the objective to replace low efficient turbines with motor drives. The schemes mentioned above are indicative only; however the actual schemes to be implemented will be based on the detailed feasibility study by M/s PDIL 4. SITE INFORMATION : Vijaipur Plant is situated on the Agra- Mumbai highway (NH 3). The nearest Railway Station is Ruthiyai Junction. Other rail heads near to Vijaipur include Bina( 150 km East ),Kota (117 kms Northwest )and Maksi ( 197 kms South). The plant site is 5 kms from the road head. District headquarter Guna is 35 Kms from Vijaipur whereas other important places like Bhopal, Gwalior, Indore are at a distance of 185 kms,250 kms and 280 kms respectively. 5. ELIGIBILITY CRITERIA FOR A SINGLE BIDDER: i. Technical /Experience Criteria : The Bidder should be an established LSTK/EPC Contractor in the field of Fertilizer or in the field ofoil, Gas &Hydrocarbon and should necessarily possess experience of having successfullycompleted in the last 10 years period at least one Grassroot / Revamp/ Debottlenecking project comprising of Ammonia Urea Plants of similar or higher capacity on a LSTK/EPCbasis. For the job successfully completed in the last ten years, on LSTK/EPC basis by Bidder, the scope of work essentially must have been receipt and checking of complete Basic Design & Engineering (BED) package, DetailedEngineering, Procurement, supply, construction and erection of all civil, mechanical,electrical and instrumentation works, Testing, Pre-commissioning, Commissioningand Guarantee Test of completed individual plants. Such fertilizer plant should have beenin satisfactory operation for at least two years from the date of Acceptance aftercompletion of successful guarantee test. Bidder shall submit documentary proof (copy of Work der) for the same

anda Certificate of successful Guarantee Test issued by the owner-in support of fulfilling this criteria. ii. For timely execution of the job on LSTK basis, in case the Bidder intends to engage the services of a sub-contractor for carrying out Detailed Engineering for the proposed project then, the bidder shall give an undertaking along with the PQ bid that it will engage the services of only reputed detailed engineering consultants having experience of carrying out detailed engineering of similar capacity plants as stated above. Bidder shall submit the reference list of such plants for which the proposed detailed engineering consultant has carried out detailed engineering.suitability/ capability of the detail engineering contractor shall be reviewed by NFL/ Consultant based on the documentary evidence submitted against their experience. In case NFL/ Consultant finds that detail engineering contractor does not have sufficient & relevant work experience for carrying out such type of detail engineering jobs, NFL may reserves the right to reject the offer as a whole. Letter from Owner for the satisfactory completion of the project by detailed engineering contractor towards the referred plant to be submitted along with bid. iii. Bidder should also submit consent letter issued by HTAS in favor of bidder so that during the implementation of Energy Saving Project II, LSTK / EPC Contractor shall stand guarantees towards the Performance parameters including Energy reduction guarantees. For the purpose, LSTK / EPC Contractor may enter into an agreement with HTAS. Letter agreement between Bidder & HTAS showing technical support, including Confidentiality agreement shall be part of PQ bid by LSTK / EPC bidders. It may be noted that contract for preparation of BEDP shall be placed on HTAS directly by NFL and the finalized BDEP shall be provided to LSTK / EPC Contractor for further implementation. iv. Financial Criteria : The Bidder, meeting the requirements as per above experience criteria, must have executed similar works during last seven years ending last day of month previous to the one in which applications are invited, should be either of the following: One similar completed work costing not less than INR 4380 million or US $ 65 Two similar completed work costing not less than INR 2740 million or US $ 40.60 Three similar completed work costing not less than INR 2190 million or US $ 32.5 To meet the above criteria, Bidder shall submit copies of work order and completion certificate as documentary proof for the same.

Average Annual financial turnover during the last 3 preceding financial years ending 31st March 2016 of the bidder meeting the requirement as per above experience criteria should be at least INR 1640 million or US $ 24.4 Net Worth of the Company should be positive during the last 3 preceding financial years ending 31st March 2016. To meet the above criteria, Bidder shall submit copies of audited Annual Report (Balance Sheet and Profit & Loss account) for the company for the last 3 years ending March 2016. The bidder shall submit Solvency certificate from the bankers with solvency of minimum INR 1915 million or US $ 28.4 The date of issue of this certificate should not be more than six months old from the date of opening of Techno-commercial bid. 6. ELIGIBILITY CRITERIA FOR A CONSORTIUM WITH JOINT AND SEVERAL RESPONSIBILITIES: The total number of consortium members including their leader shall not exceed three. i. Technical /Experience Criteria (Consortium) : The lead consortium member should be an established LSTK/EPC Contractor in the field of Fertilizer or in the field ofoil, Gas &Hydrocarbon and should necessarily possess experience of having successfullycompleted in the last 10 years period at least one Grassroot / Revamp/ De-bottlenecking project comprising of Ammonia Urea Plants of similar or higher capacity on LSTK/EPCbasis. For the job successfully completed in the last ten years, on LSTK/EPC basis by Bidder, the scope of work essentially must have been receipt and checking of complete Basic Design & Engineering (BED) package, DetailedEngineering, Procurement, supply, construction and erection of all civil, mechanical,electrical and instrumentation works, Testing, Pre-commissioning, Commissioningand Guarantee Test of completed individual plants. Such fertilizer plant should have been in satisfactory operation for at least two years from the date of Acceptance after completion of successful guarantee test. Bidder shall submit documentary proof (copy of Work der) for the same anda Certificate of successful Guarantee Test issued by the owner- in support of fulfilling this criteria. ii For timely execution of the job on LSTK basis, in case the Bidder intends to engage the services of a sub-contractor for carrying out Detailed Engineering for the proposed project then, the bidder shall give an undertaking along with the PQ bid that it will engage the services of only reputed detailed engineering consultants having experience of carrying out detailed engineering of similar capacity plants as stated above. Bidder shall submit the reference list of such plants for which the proposed detailed engineering consultant has carried out detailed engineering.suitability/ capability of the detail engineering contractor shall be reviewed by NFL/ Consultant based on the documentary evidence submitted against their experience. In case NFL/ Consultant finds that detail engineering contractor does not have sufficient & relevant work experience for carrying

out such type of detail engineering jobs, NFL may reserves the right to reject the offer as a whole. Letter from Owner for the satisfactory completion of the project by detailed engineering contractor towards the referred plant to be submitted along with bid. iii. Bidder should also submit consent letter issued by HTAS in favor of bidder so that during the implementation of Energy Saving Project II, LSTK / EPC Contractor shall stand guarantees towards the Performance parameters including Energy reduction guarantees. For the purpose, LSTK / EPC Contractor may enter into an agreement with HTAS. Letter agreement between Bidder & HTAS showing technical support, including Confidentiality agreement shall be part of PQ bid by LSTK / EPC bidders. It may be noted that contract for preparation of BEDP shall be placed on HTAS directly by NFL and the finalized BDEP shall be provided to LSTK / EPC Contractor for further implementation. iv. Financial Criteria (Consortium) : The Lead Bidder of the consortium, meeting the requirements as per above experience criteria, must have executed similar works during last seven years ending last day of month previous to the one in which applications are invited, should be either of the following: One similar completed work costing not less than INR 4380 million or US $ 65 Two similar completed work costing not less than INR 2740 million or US $ 40.60 Three similar completed work costing not less than INR 2190 million or US $ 32.5 To meet the above criteria, Bidder shall submit copies of work order and completion certificate as documentary proof for the same. Average Annual financial turnover of the Lead Bidder of the consortium during the last 3 preceding financial years ending 31st March 2016 of the bidder meeting the requirement as per above experience criteria should be at least INR 1640 million or US $ 24.4 Average Annual financial turnover of each other Consortium members during the last 3 preceding financial years ending 31st March 2016 of the bidder meeting the requirement as per above experience criteria should be at least INR 820 million or US $ 12.2

Net Worth of the Consortium membersshould be positive during the last 3 preceding financial years ending 31st March 2016. To meet the above criteria, LeadBidder and other Consortium members shall submit copies of audited Annual Report (Balance Sheet and Profit & Loss account) for the company for the last 3 years ending March 2016. All the members of the consortium shall submit Solvency certificate from the bankers whose value collectively shall not be less than INR 1915 million or US $ 28.4 The date of issue of this certificate should not be more than six months old from the date of opening of Techno-commercial bid. v. Consortium leader & distribution of work : The Lead Bidder of the Consortium shall be directly responsible for managing the critical activities of the Project. The identification of the Leader Bidder of the Consortium and the distribution of work amongst the consortium members will be clearly indicated in the form of MoU duly signed by all the members of the Consortium and set forth in the Bid. All the 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 and a Notorially Authenticated Declaration to this effect shall be included in the bid and a similar statement shall be specifically included in the Form of contract (in case the bid is successful), which shall also be signed by the consortium members in confirmation. The 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. Notwithstanding anything contrary in the Consortium Agreement, the leader of the Consortium shall have coordination responsibility for execution of the contract and will have to carry single point responsibility of the submitted bid and implementation of the project. The leader of consortium shall submit undertaking signed by all the consortium members to this effect in Bid. In case of consortium / joint venture, the bidder shall produce Consortium agreement / Joint Venture agreement detailing out the Leader of consortium / such joint venture & its single point responsibility towards owner and other documents defining financial liability and other arrangements. Responsibilities of Consortium / joint venture partners should be clearly defined in Consortium agreement / Joint Venture agreement. ------END---------