hindustan petroleum corporation...

19
HINDUSTAN PETROLEUM CORPORATION LIMITED GRESHAM HOUSE (2ND FLOOR), SIR P. M. ROAD, FORT, MUMBAI - 400001. NOTICE INVITING TENDER FOR CONDUCTING LIVE FIRE FIGHTING TRAINING PROGRAMS

Upload: vuongkhuong

Post on 26-Mar-2018

230 views

Category:

Documents


0 download

TRANSCRIPT

HINDUSTAN PETROLEUM CORPORATION LIMITED

GRESHAM HOUSE (2ND FLOOR),

SIR P. M. ROAD, FORT,

MUMBAI - 400001.

NOTICE INVITING TENDER

FOR

CONDUCTING LIVE FIRE FIGHTING TRAINING PROGRAMS

1.0 INTRODUCTION

M/s Hindustan Petroleum Corporation Limited (HPCL) has 95 operating

installations across the country and the personnel working at these installations are required to be given training on live firefighting. E-bids under two bid system

are invited from eligible Indian Bidders for conducting 2 day training sessions for imparting Training on Live Fire Simulations to Company employees / Contract Personnel / Security personnel deployed at Depots/ Terminals of HPCL.

This tender is floated for finalizing the Training Institutes possessing the

required infrastructure and faculty for conducting the training programs. Participants would be deputed to the training institutes on the dates scheduled

for the training.

No. of programs and participants proposed to be covered under scope of this tender:

Description No. of Training programs

No. of programs 24 (25-30 participants in each

program)

Delivery period 2 years

2.0 Modality for Award of Contract

POL installations are spread across the country. Accordingly, for logistic reasons, HPCL desires that the selected institutes are separated in different parts of

country. For this purpose, the states are divided into the following groups. The job is proposed to be distributed between TWO INSTITUTES.

Description List of States Group I (States

under North & West)

Maharastra, Madhya Pradesh, Gujarat, Rajastan, Delhi,

Jammu & Kashmir, Punjab, Haryana, Himachal Pradesh, Uttar Pradesh, Uttaranchal, Bihar

Group II (States

under South, East & Goa)

Andhra Pradesh, Tamil Nadu, Karnataka, Kerala, Goa,

Orissa, West Bengal, Chhattisgarh, Jharkhand, Assam and other North East states

The institute may be located in any of the states in the respective groups for which

the bidders intend to quote.

Geographical state in which the institute is situated would be considered for the purpose of categorizing the institutes into Group I & Group II. Bidders shall quote accordingly. The bidder shall carefully quote in the respective Group based on the

state in which the institute is located. The bid shall be rejected if the bid does not fulfill this requirement. (Illustrative example: Agencies having institute situated in

the state of Maharastra can quote for Group I and the agency having institute located in the state of West Bengal can quote for Group II. If any agency has got

two institutes situated in the states of Maharastra and West Bengal, can quote for

both Group I & Group II) Provision is made in the price bid format for quoting separately for Group I &

Group II. Lowest bidder in each of the categories shall be selected for award of contract.

For details please refer tender document. In case of discrepancy between details given here (NIT text) & tender document, the details / terms of tender document

shall prevail.

SCOPE OF WORK:

Details of the infrastructure required and the training modules to be covered are given in detail in later sections of tender document.

Topics (Scope of training) Remarks

Basics of fire. Class room training using AV (Audio

Visual) aids

Practice on use of Personal

protective equipment like BA set,

gas mask, fire suits etc.

Practical demonstration by instructor

and practice by each individual

participant on all equipment

Practice on use of Fire

Extinguisher (FE) on live fires.

Practical demonstration by instructor

Mock demonstration of the correct

procedure of usage by all

participants

Practical demonstration by at least 5

participants on random basis in

each session by extinguishing live

fire using FE

Live Fire fighting practice on

following modules :

- Oil Storage Tank

- Piping Manifold - Pumping station - Truck/wagon loading

- Open trench fire - Tank Dyke fire - Electrical Fires including

MCC, transformers & cables etc.

Demonstration by instructor

Group exercise for the participants

Participants shall be divided into 7

teams, each team consisting of 3-4

participants

Each of the seven modules to be

allocated to the teams and the

teams shall be advised to

practically demonstrate

extinguishing live fire

Practical demonstration on live fires using:

- Rim seal protection system. - Water spray system - Manual / Remote operated

foam - cum - water monitors.

Practical demonstration on live fires by

instructor

- Leak arresting devices.

- Leak Control kit. - Breathing Apparatus (BA)

sets in smoke Chamber

Modalities of the Training Programs are as below:

Each Training session would be for a period of 2 days (min 8 Hrs duration on each day).

The training session includes Class room training for theory sessions and demonstration on live fire simulations.

No. of participants per session would be between 25 and 30. Payment

modality shall be as given below:

a. Lumpsum amount per program: Lumpsum amount per each training program shall be paid upto 25 participants.

b. Additional participants beyond 25 in a program: Cost towards

additional participants beyond 25 nos in a program shall be paid on per additional participant basis.

Illustrative Example: If there are 22 participants in a particular training program, payment for one training program vide item no. a

above shall be paid. Similarly, if there are 28 participants in a particular training program,

payment for one training program vide item no. a above shall be paid. In addition, the balance three participants would be paid vide item no.

b.

Training calendar would be drawn in consultation with the successful

institutes in the beginning of each year. Endeavour shall be to stick to the finalized schedule. However, any change in the dates due to operational exigencies, the same shall be intimated in writing by HPCL in advance and

suitably rescheduled to mutually agreeable dates. HPCL would nominate the participants to the Institutes. List of

participants shall be intimated in advance. Scope of the institute includes boarding and lodging. Lodging

arrangement can be on twin sharing basis.

Institute shall provide Break Fast, Lunch, light refreshment in the evening

and Dinner to all participants. Tea / Coffee along with biscuits shall be served twice during training session (once in the morning and once in the afternoon)

Important Note: The bidder shall indicate distance to the institute from the nearest Railway Station.

3.0 INFRASTRUCTURE FOR IMPARTING LIVE FIRE FIGHTING TRAINING

The institute shall have following facilities for imparting live fire fighting training:

3.1 Two Class Rooms for minimum 40 persons each equipped with audio/video

system & projector. 3.2 First Aid Room equipped with First Aid facilities for burn, wound, fracture,

bleeding, respiration and other medicines. Paramedic nurse/Attendant

should be stationed during the training. 3.3 Change room equipped with lockers arrangement for minimum 40 persons.

3.4 Wash Rooms (minimum 10 nos.) equipped with hot/cold water arrangement, shower etc.

3.5 Equipment Knowledge Centre equipped with fire fighting and safety

equipment, viz. fire extinguishers, fire hydrant valves, fire hoses, branches & nozzles, fire monitors, foam generator & nozzles, fire suits, chemical suit, rescue equipment, cut samples of fire extinguishers etc.

4.0 FIRE FIGHTING FACILITIES & SAFETY EQUIPMENT

4.1 FIRE FIGHTING FACILITIES: The institute shall have following fire fighting facilities in operating condition:

4.1.1 Fire Hydrant System with minimum following facilities :

a) Pumping capacity of minimum 1000m3/hr at 7 kg/cm2 pressure. b) Water Storage Tank of minimum 600 KL, 8 nos. Fire Hydrant outlets

with hose boxes. 4.1.2 Foam Storage Tank of minimum 2 KL capacity filled with AFFF foam. 4.1.3 Manual / Remote operated variable flow Foam-cum-water monitors of

1000/750/500 GPM capacity - 1 no. (minimum) fixed on hydrant network. 4.1.4 Foam Fire Tender – 1 no. 4.1.5 Trolley mounted Water-cum-Foam monitor(1000 GPM or above) – 1 No

4.1.6 Fire Hoses (15mtr): 30 nos. 4.1.7 Fire Extinguishers :

a) 10 kg DCP - 30 nos. b) 4.5 kg CO2 - 10 nos. c) 9 ltr Foam - 5 nos.

d) 9 ltr Water type – 5 nos. 4.1.8 Medium Expansion Foam Generator with Inline Inductor - 8 nos. 4.1.9 Hand held Water Nozzles & Foam Nozzles - 4 nos. each

4.1.10 Fuel Feeding System for feeding fuel to modules.

4.2 SAFETY EQUIPMENTS :

Institute shall have following safety equipment/ devices for practice & use during

fire fighting & safety training:

4.2.1 Fire Proximity Suits : 05 set

4.2.2 BA sets (40 minute duration) with spare cylinder: 15 nos. 4.2.3 Escape sets (15 minute duration) : 5 sets 4.2.4 PVC suits : 10 pair

4.2.5 PVC hand gloves: 20 pairs 4.2.6 Cotton Hand gloves

4.2.7 Hand gloves for Electrical application: 10 pairs

4.2.8 Chemical Splash goggle: 10 nos.

4.2.9 Safety Goggles 4.2.10 Safety Helmets 4.2.11 Gum Boot with steel toe- 10 pairs

4.2.12 Disposable Dust mask – 50 nos. 4.2.13 Water gel blankets: 5 nos.

4.2.14 Portable Mega phone: 2 nos. 4.2.15 Portable search light: 2 nos. 4.2.16 Hand held Wireless sets: 4 nos.

4.2.17 Emergency Sirens. 5.0 LIVE FIRE FIGHTING MODULES

Institute shall have following live fire fighting modules for practical live fire fighting

training for various Oil & Gas fire scenarios:

5.1 Oil Storage Tank fire module having following accessories:

a. Water spray & foam pourer system

b. Rim seal fire module on floating roof tank of minimum 2.5 meter diameter

equipped with Rim seal fire protection system.

Note: Size of the storage tank shall be minimum 4 meter diameter, 3 meter

height

5.2 Oil Pipe Rack Manifold fire module with flange leak on one line along with

isolation valve.

5.3 Pumping station seal leak fire module with 2 nos. of product dispatch pumps

equipped

5.4 Tank Truck (dummy model) of min 6 Kl capacity for manhole fire and

manifold fire

5.5 Open Trench Fire module (minimum 5m length).

5.6 Tank Dyke spill fire module (min 10m X 10 m) with medium expansion foam

generator.

5.7 Cable cellar fire module (minimum 4 m. length) with smoke detection and

water spray system.

5.8 Electrical Panel fire module.

5.9 Smoke Chamber of 5 m X 3 m to practice use of Breathing apparatus,

escape set & rescue.

5.10 Two nos. of fire trays (2m. x 2 m.) to practice on use of fire extinguishers.

Important Note: Prospective bidders having all facilities mentioned under

sections 4.0 and 5.0 excepting the Storage Tank facility as per 5.1 are permitted

to participate in the tender. However, such bidders shall give undertaking that

they shall construct the storage tank along-with required accessories within a

maximum period of THREE months from the date of LOA (subject to their

becoming successful in the tender) failing which the LOA would be cancelled and

EMD would be forefeited.

Above fire fighting Modules for Oil & Gas shall be equipped with pressurized fuel

supply arrangement to demonstrate live fires. Fuel supply control arrangement shall be

at a safe distance with facility to cut off fuel supply in case of emergency.

Live fire fighting training on above module / modules shall be imparted by using fire

extinguishers, 63 mm hand lines (water and foam), water-cum-foam monitors, foam

generators, sprinkler system, foam sprinklers & foam pourers etc.

6.0 FACULTIES & SUPPORT STAFF

The Institute shall have following faculty members & Support staff on permanent basis

to impart live fire fighting training:

S.No. Faculty Minimum Qualification Experience

6.1 Lead

Faculty

Bachelor of Engineering

(Fire) or Divisional Officers’ Course from National Fire Service

College, Nagpur or equivalent international qualification.

5 years or working in fire &

Safety function of Oil Refinery/Oil & Gas plant/ Petrochemical plant/

fertilizer plant/power plant/nuclear plant/ Airport fire service/ Defence

Research & Development Organisation (Fire wing).

or Graduate with Station

officers’ course from NFSC

Nagpur or equivalent

international

qualification.

10 years or working in fire & safety function of Oil &

Gas installation/ Petrochemical plant/

fertilizer plant/power plant/nuclear plant/ Airport fire service/ Defence

Research & Development Organisation (Fire wing)

6.2 Field

Instructor

12th Pass with Sub-Fire

officers’ course from

NFSC, Nagpur or state fire

services

5 years of working with Industrial fire service / airport fire service/ Defence

Fire Service / live fire training Institute.

6.3 Firemen Matriculation with Firemen course of

minimum 6 months duration.

2 years of working with Industrial fire service/

airport fire service/ Defence Fire Service/live fire

training Institute.

The institute shall engage minimum One lead faculty, One Training Instructor & Four

firemen with each batch of 25-30 trainees during live fire training.

7.0 TERMS & CONDITIONS :

7.1 The institute shall provide Refreshments / Snacks during the training session. 7.2 Necessary PPE’s (on returnable basis) like safety helmets, dust mask & hand

gloves shall be provided to each trainee as per the requirement.

7.3 All training facilities as mentioned in the tender shall be maintained in good working condition.

7.4 The institute shall provide the details of the participants to HPCL every month.

7.5 The training institute shall provide written training material to each participant in Hindi/English.

8.0 ISSUE OF TRAINING CERTIFICATE:

The institute shall issue training card & training certificate to all the trainees on

successful completion of the training. The training certificate shall have validity of 3

years. The training card shall include photograph, name of the trainee, period of

training, validity & name of the sponsoring company.

Special Instructions

Terms & Conditions

1.0 COMPLETION PERIOD:

Validity of the contract shall be for a period of TWO YEARS from the date of LOA.

2.0 INFORMATION REQUIRED WITH BIDS

The following details are required to be submitted along with offer:

a. Copy of Annual Report for last three years ending with Mar’12. For the bidders

following financial year closing at the end of June or September or December, the last 3 financial years ending with the respective quarter of 2011-12 will be considered.

b. List of Exceptions & Deviations

c. Documents in support of meeting Bid Qualification Criteria (BQC) as per

Clause 1.1 of BQC Section shall be as under

Note: The Bidder shall be in a position to furnish the original documents towards copies submitted in respect of Clause No. 1.1 & 1.2 of BQC Section,

mentioned elsewhere in this tender document, as and when required and asked to produce during the process of evaluation

3.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL

3.1 HPCL may issue clarifications/amendments in the form of addendum/corrigendum during the bidding period and may also issue

amendments subsequently. For the addendum/corrigendum issued during the bidding period, the bidders who have already submitted their bids, shall confirm the inclusion of addendum/corrigendum in their bid. Bidder shall

follow the instructions issued along with addendum/corrigendum.

3.2 Bidders shall examine the Bidding Document thoroughly and submit to

HPCL any apparent conflict, discrepancy or error. HPCL shall issue appropriate clarifications or amendments, if required. Any failure by Bidder to comply with the aforesaid shall not excuse the Bidder from performing

the Services in accordance with the contract if subsequently awarded. Online queries can be posted on e-proc site https://etender.hpcl.co.in till the cut off time mentioned in the tender calendar. Only queries posted

online up to the specified time in tender calendar shall be entertained and the replies/clarification(s) shall be posted on the message board at e-proc

site.

3.3 Addenda/Corrigenda, if any, shall be made available at the web site “www.hindustanpetroleum.com” and uploaded to the site

“https://etender.hpcl.co.in”.

4.0 EVALUATION OF UNPRICED BIDS (Techno Commercial Evaluation)

The bids shall be evaluated on the basis of the following criteria:

4.1 RECEIPT OF BID

Bids received late i.e. after due date and time, due to any reason (s)

whatsoever shall be rejected. Bids received without requisite EMD (as specified in tender/NIT) shall also be rejected.

4.2 DEVIATIONS TO TENDER REQUIREMENTS

The bidders are required to submit offers strictly as per the terms and conditions/specifications given in the Bidding Document and not to stipulate

any deviations. The offer of bidders stipulating deviations to any of the following terms/conditions will not be considered for priced bid opening. However, HPCL reserves the right to give opportunity to bidder for withdrawal

of deviation to the following clauses. In case, bidders refuse to withdraw the deviation against following clauses, the offers shall be rejected without any further correspondence with them.

i. Security Deposit ii. Force Majeure

iii. Liquidated Damages iv. Retention Money & PBG v. Arbitration

vi. Integrity Pact vii. Firm Prices

viii. Price change/ implication by the bidder unilaterally after submission of bid.

ix. Guarantee / Warranty

4.2.1 To assist in the examination, evaluation and comparison of bids, the owner may at their discretion, ask the bidder clarifications on the bid. The request for such clarifications and responses shall be thru e-mail, fax,

query in e-proc system. 4.2.2 Conditional bids are liable to be rejected.

4.2.3 In case Bidders wish to stipulate any deviation to Bidding Document requirements other than those stated above, they shall indicate the same in the Bid form provided at the e-proc site for this purpose. Bidder shall

note that clarification / queries / deviations mentioned elsewhere in the offer shall not be given any cognizance. However HPCL reserves their right

to reject bids containing deviations to any of the Bidding Document stipulations.

5.0 DETERMINATION OF RESPONSIVENESS

i) Prior to the financial evaluation of bids, HPCL will determine whether each bid is substantially responsive to the requirements of the Bidding

Document.

ii) For the purpose of this Clause, a substantially responsive bid is one which

conforms to all the terms and conditions and specifications of the Bidding Document including bid qualification criteria without material deviation or reservation. A material deviation or reservation is one which affects in any

substantial way the scope, quality, or performance of the works or which limits in any substantial way, inconsistent with the Bidding Document, the HPCL’s rights or Bidder’s obligation under the Contract and retention of

which deviation or reservation would affect unfairly the competitive position

of other bidders presenting substantially responsive bids.

iii) If a bid is not substantially responsive to the requirements of the Bidding Document, it may be rejected by HPCL. Such rejection may be intimated to

the Bidder.

iv) The bidder shall supply all the items in totality as per scope of this tender.

Failure to confirm supply any of the individual item(s) shall be treated as an incomplete bid and such bid shall be disqualified.

6 EVALUATION OF PRICE BIDS

7.1 The “PRICE BIDS” of only substantially responsive bidders and techno – commercially accepted bids shall be considered for opening.

7.2 Bidders shall quote the prices in Indian Rupees only.

7.3 HPCL reserves their right to extend purchase/price preference to NSIC/Public Sector Enterprises as admissible under the existing policies of

Government of India as on the date of opening un-priced bids.

7.4 HPCL reserves their right to negotiate the quoted prices with lowest bidder.

7.5 HPCL reserves the right to delete/reduce any of the items in the Schedule of

Rates at the time of placement of Fax of Intent/Purchase Order. The decision of HPCL shall be final and binding.

7.0 REBATE

No suo-moto reduction in prices quoted by bidder shall be permitted after opening of the bid. If any bidder unilaterally reduces the prices quoted by him in

his bid after opening of bids, the bid (s) of such bidder(s) will be liable to be rejected. Such reduction shall not be considered for comparison of prices but shall be binding on the bidder in case the bidder happens to be a successful

bidder for award of work.

8.0 VERIFICATION BY OWNER

All statements submitted by Bidder regarding experience, manpower availability, equipment and machinery availability etc., are subject to verification by the Owner either before placement of order or after placement of order. If any data

submitted by the Bidder at the bid stage is found to be incorrect, the offer is liable to be rejected or the Contract is liable to be terminated.

9.0 NOTIFICATION OF AWARD

Prior to the expiration of the period of bid validity, the Owner will notify the

successful Bidder by email/ fax to be confirmed by letter that their bid has been accepted in the form of "Letter of Acceptance (LOA)"

10.0 AWARD OF CONTRACT/PURCHASE ORDER

The Owner will award the Purchase Order/ Contract to the successful Bidder at the rates quoted by the bidder/ negotiated rate, if any. Following shall form the

part of Purchase order

a. LOA

b. Agreed Deviations, if any

c. Time Schedule

d. GTC

e. Technical Specifications

f. Drawings

g. Integrity Pact

h. Schedule of Quantities & Rates

i. Instruction to Bidders

Any other documents relevant for the execution of the contract.

11. PPayment Terms: Institute shall raise invoice on successful completion of the training program. The invoice shall be supported with copies of attendance

sheets duly signed by the participants on both days and copies of Training Certificates issued. The bill shall be submitted to DGM-Special Projects, O&D

Dept, Hindustan Bhawan.

Payment shall be made within 15 days of receipt of bill at our Disbursement Section at Hindustan Bhavan, Hindustan Petroleum Corp Ltd., 8, Shoorji

Vallabhdas Marg, Ballard Estate, Mumbai- 400 001.

12.0 Prebid meeting

Pre bid meeting will be organized on 30-10-2012 @ 1100HRS at

Hindustan Petroleum Corporation Ltd, Gresham Assurance House , 2nd Floor ,

Sir P M Road, Fort , Mumbai - 400 001. 13 .0 Queries and Clarifications:

Any query or clarification with regard to this tender may be uploaded in e tender

site, https://etender.hpcl.co.in please be referred to below address & phone nos. on any working day during office working hours

For Commercial queries J D CHANDRAKUMAR

Manager – Procurement

Hindustan Petroleum Corporation Ltd, Gresham Assurance House , 2nd Floor , Sir P M Road, Fort , Mumbai - 400 001.

Phone: 91-22-22608520/30 Fax: 91-22-22642352 E Mail : [email protected]

For Technical queries K. SOMASEKHARA RAO Sr Manager-HSE Operations & Distribution Dept. Hindustan Petroleum Porp.Ltd. 8,S.V.Marg, Ballard Estate MUMBAI – 400001 E mail: [email protected]

Bid Qualification Criteria

1.0 Bid Qualification Criteria:

The bidder shall meet all of the criteria mentioned in Clauses 1.1 & 1.2

1.1 Previous Order Value : At least three orders of any value placed by

Government / Public / Private organizations / institutes for carrying out similar works. For the definition of similar works, orders placed for Safety Training covering theory, practical demonstration of various fire fighting

equipment and usage of Personal Protective Equipment would be acceptable. Details of the recent Purchase Orders placed within last seven years ending 30.09.2012 shall furnished below:

Copies of the P.Os shall be uploaded as proof.

1.2 Annual Turnover: The Bidder shall meet the minimum prescribed financial pre-qualification requirement as follows:

The average Annual financial turnover, as per audited balance sheet and

Profit & Loss account, for the last three financial years ending March, 2012 shall be as given in the table below.

As per the proposed tender condition, the bidders have the option to either

to bid for only one item (Group I / Group II individually) or both the items. Accordingly, PQC criteria would depend whether the bidders wish to

participate under only one group or both the groups.

PQC Criteria for the proposed tender as per the prevailing purchase procedure are as given below. Criteria applicable to different categories of bidders depending on whether they quote for only one item or both items

are given separately.

Annual Turnover Criteria:

Description Turnover (r)

Group I 65,00,000

Group II 22,00,000

Group I & II 87,00,000

For the vendors following financial year closing at the end of June or September or December, the last 3 financial years ending with the

respective quarter of 2011-12 will be considered.

1.3 Technical:

Sr

No

Description

of the job

Organization Period Value of

the Order

1

2

3

1. The Institute shall be located within the territory of India and shall be

well approachable by road/rail/air.

2. The Institute shall be fully equipped with the required Infrastructure &

facilities mentioned in clause 2.0, 3.0,4,0, 5.0 of scope of work.

3. The Institute shall have qualified & experienced faculty members as

mentioned under clause 6.0 of scope of work.

4. The Institute shall have valid recognition from State / Central

Government authority or affiliated to recognized technical

board/university.

Institute shall have to give point wise confirmation on above points and shall

enclose a certificate issued by chartered engineer as a proof of having the

required infrastructure & facilities as per the tender document.

Site Inspection: Team of officials from HPCL would visit the Institute as part of

technical evaluation process and verify the infrastructure, facilities, faculty members & performance of the bidder. Prior intimation would be given to the

bidders and the bidders are required to make all arrangements at the institute for inspection of the facilities vis a vis the data furnished in the bid document.

Note:

i) Bidder shall submit documentary evidence to substantiate the above along with their offer. HPC reserves the right to verify the correctness of

documentary evidence furnished by the bidder. ii) HPC reserves the right to assess the capability and capacity of the

bidder.

2.0 Other Information

2.1 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 bid, then any one or all of them are liable for disqualification. However up to 3 affiliates may make a joint bid as a consortium, and in which case the conditions applicable to a consortium shall apply to them.

“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 of at least a 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.

2.2 Bids may be submitted by:

a) A single person/ entity (called sole bidder);

b) A newly formed incorporated joint venture (JV) which has not completed

3 financial years from the date of commencement of business;

c) A consortium (including an unincorporated JV) having a maximum of 3 (three) members;

d) An Indian arm of a foreign company.

2.3 Fulfilment of Eligibility criteria and certain additional conditions in respect

of each of the above 4 types of bidders are stated below, respectively:

a) The sole bidder (including an incorporated JV which has completed 3 financial years after date of commencement of business) shall fulfil each

eligibility criteria.

b) In case the bidder is a newly formed and incorporated joint venture and which has not completed three financial years from the date of

commencement of business, then either the said JV shall fulfil each eligibility criteria or any one constituent member/ promoter of such a JV

shall fulfil each eligibility criteria. If the bid is received with the proposal that one constituent member/ promoter fulfils each eligibility criteria, then this member/promoter shall be clearly identified and he/it shall

assume all obligations under the contract and provide such comfort letter/guarantees as may be required by Owner. The guarantees shall

cover inter alia the commitment of the member/ promoter to complete the entire work in all respects and in a timely fashion, being bound by all the obligations under the contract, an undertaking to provide all

necessary technical and financial support to the JV to ensure completion of the contract when awarded, an undertaking not to withdraw from the JV till completion of the work, etc.

c) In case the bidder(s) is/are 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;

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” and contracting entity for the consortium;

v. This prime member shall be solely responsible for all aspects of the Bid/ Proposal including the execution of all tasks and performance

of all consortium obligations;

vi. The prime member shall fulfil each eligibility criteria;

vii. a commitment shall be given from each of the consortium members

in the form of a letter signed by a duly authorized officer clearly identifying the role of the member in the Bid and the member’s

commitment to perform all relevant tasks and obligations in support

of the Prime/lead member of the Consortium and a commitment not to withdraw from the consortium;

viii. No change shall be permitted in the number, nature or share holding

pattern of the Consortium members after pre-qualification, without the prior written permission of the Owner.

ix. 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;

x. No consortium member shall hold less than 25% stake in a consortium;

xi. Entities which are affiliates of one another are allowed to bid either

as a sole bidder or as a consortium only;

xii. Any person or entity can bid either singly or as a member of only one

consortium.

e) In case the bidder is an Indian arm (subsidiary, authorized agent, branch office or affiliate) of a foreign bidder, then the foreign bidder shall have to

full fill each eligibility criteria. If such foreign company desires that the contract be entered into with the Indian arm, then a proper back to back

continuing (parent company) guarantee shall be provided by the foreign company clearly stating that in case of any failure of any supply or performance of the equipment, machinery, material or plant or completion

of the work in all respects and as per the warranties/ guarantees that may have been given, then the foreign company shall assume all obligations under the contract. Towards this purpose, it shall provide such comfort

letter/guarantees as may be required by Owner. The guarantees shall cover inter alia the commitment of the foreign company to complete the

entire work in all respects and in a timely fashion, being bound by all the obligations under the contract, an undertaking to provide all necessary technical and financial support to the Indian arm or to render the same

themselves so as to ensure completion of the contract when awarded, an undertaking not to withdraw from the contract till completion of the work.

3.0 Bid Rejection Criteria

Bid shall be rejected in the event of the following:

a. Not meeting the Bid Qualification Criteria as mentioned in 1.0 above

b. Not meeting the requirements as mentioned in Section 4.0 Evaluation of Unpriced Bids (Techno Commercial Evaluation) under Special Instructions.

c. Institute not meeting the requirements of facilities as mentioned 4.0, 5.0 and 6.0

mentioned in the tender document. (This clause shall be read with the note given for deviation for item 5.1)

d. Any discrepancies observed during the visit of Technical Evaluation Team for inspection of the site facilities

ANNEXURE-F BIDDER’S GENERAL INFORMATION

Bid Document No.

……………………………………………………………… To

Hindustan Petroleum Corporation Limited Mumbai, India.

1.1 Bidder Name:

1.2 Number of Years in Operation:

________________________________________________

1.3 Registered Address ________________________________________________

________________________________________________

_____________________________________ __________

1.4 Operation Address if different from above: ________________________________________________

1.5 Telephone Number

_________________________________________________ (Country code) (Area Code) (Tel. Number)

1.6 E-mail address & Web Site

_________________________________________________ 1.7 Telefax Number

__________________________________________________ (Country Code) (Area Code) (Tel. Number)

1.8 ISO Certification, if any (if yes, please furnish details)

ANNEXURE-G

Annual Turnover

Bid Document No. ………………………………………………………..

1 Annual Turnover data for the last 3 years

Year Currency Amount

Year 2011-12

Year 2010-11

Year 2009-10

1. The information supplied should be the Annual Turnover of the bidder