Professional Documents
Culture Documents
Tendernotice 1
Tendernotice 1
Tendernotice 1
Oil and Natural Gas Corporation Limited (herein after referred as ONGC or Client) has setup a
Gas Processing Plant at Hazira, Surat in Gujarat. The plant is designed to process 46.1 MMSCMD of
sour gas and associated condensate. The sour gas and associated condensate are received at the
plant from offshore platforms in Mumbai High / South Bassein oil / gas fields through two sub-sea trunk
pipelines of 36” and 42”. Both these trunk pipelines have their landfall points at Ubrahat. There are 4
(four) sectionalizing valve stations on 36” TPL (situated at Ubrahat, Danti, Dumas & Gavier) and 3
(three) sectionalizing valve stations on 42” TPL (situated at Ubrahat, Bhata & Abhva) en-route to Hazira
Plant.
ONGC has entrusted Engineers India Limited (EIL) as EPC Contractor for providing their services as
per agreed scope for “Revamping of SV Stations, Gas Terminal & Kribhco Terminal of ONGC, Hazira,
Surat”.
ONGC/EIL intends to procure Special Level Instruments as mentioned below. In this regard a pre-
tender meet has been scheduled to familiarize the suppliers with the project requirements.
Bidder’s scope of supply & work shall comprise of design, engineering, manufacturing, testing
& inspection at manufacturing works, supply, documentation, supervision of site
installation/calibration/ testing and commissioning, site support during warranty of Special
Level Instruments as listed in below table:
I. TECHNICAL
A. Group-01: Non-Contact Radar Level Instruments
A1. Bidder shall be manufacturer of Non-Contact Radar type level instruments and shall
have executed design, engineering, manufacturing, factory testing, supply of at least
one (1) no. of intrinsically safe/flameproof type Non-Contact Radar type level
instrument, in hydrocarbon industry (like refinery, petrochemicals, on-shore gas
processing, offshore, fertilizer plant) in the last seven (7) years, and the same should
have completed a period of minimum six (6) months after commissioning or two (2)
years from the date of supply/delivery.
Page 1 of 4
Sector 16, Gurugram – 122001 (Haryana), INDIA
Tel. No. : 0124- 289 1200
A2. Offered model/ series of intrinsically safe Non-Contact Radar type level instrument(s)
in hydrocarbon industry (like refinery, petrochemical, onshore gas processing plant,
offshore, fertilizer plant) should have completed a period of minimum six (6) months
after commissioning or two (2) years from the date of supply/delivery.
A3. The Non-Contact Radar type level instruments shall be supplied from the same
manufacturing facility which meets the criteria stated in A1 above.
A4. The above clauses shall be read in conjunction.
B1. Bidder shall be manufacturer of Guided Wave Radar type level instruments and shall
have executed design, engineering, manufacturing, factory testing, supply of at least
one (1) no. of intrinsically safe/flameproof type Guided Wave Radar level instrument in
hydrocarbon industry (like refinery, petrochemicals, on-shore gas processing, offshore,
fertilizer plant) in the last seven (7) years, and the same should have completed a
period of minimum six (6) months after commissioning or two (2) years from the date
of supply/delivery.
B2. Bidders who are system integrators of Guided Wave Radar type level instrument
manufacturer can also quote with support from Guided Wave Radar type level
instrument manufacturer, provided:
ii) The bidder shall furnish an authority certificate from the manufacturer of the
quoted Guided Wave Radar type level instruments confirming the following:
iii) The Guided Wave Radar type level instrument manufacturer shall furnish a
capability assessment certificate for the responsibilities proposed to be
executed by the system integrator.
Bidder shall also furnish reference job for supplying at least Guided Wave Radar type
level instrument, where bidder shall have carried out the same activities which are
Page 2 of 4
Sector 16, Gurugram – 122001 (Haryana), INDIA
Tel. No. : 0124- 289 1200
proposed to be executed by the bidder for this project in Hydrocarbon industry (like
Refinery, Petrochemical, Onshore Gas processing plant, offshore, fertilizer) in the last
seven (7) years, and the same should have completed a period of minimum six (6)
months after commissioning or two (2) years from the date of supply/delivery.
B3. In both the cases i.e., whether the bidder is manufacturer as per clause B1 above or
bidder is bidding as system integrator with support from Guided Wave Radar type level
instrument manufacturer as per clause B2 above, following shall apply:
Offered model of intrinsically safe type Guided Wave Radar type level instrument(s)
supplied in hydrocarbon industry (like refinery, petrochemical, onshore gas processing
plant, offshore, fertilizer plant), should have completed a period of minimum six (6)
months after commissioning or two (2) years from the date of supply/delivery.
B4. The Guided Wave Radar type level instruments, shall be supplied from the same
manufacturing facility which meets the criteria stated in B1 or B2 above.
B5. The above clauses shall be read in conjunction.
Note-1: The seven (7) years, six (6) months and two (2) years mentioned in clauses A1, A2,
B1 B2, & B3 above shall be reckoned from the final bid due date.
II. FINANCIAL
https://eil1.webex.com/eil1/j.php?MTID=mf588c7f80fd6160d6d7bc2a
3adefeb4f
Tuesday, March 12, 2024 2:30 PM | 2 hours | (UTC+05:30) Chennai,
Kolkata, Mumbai, New Delhi
Page 3 of 4
Sector 16, Gurugram – 122001 (Haryana), INDIA
Tel. No. : 0124- 289 1200
Password: EILSCM@2024
The participating agencies are requested to submit the details (ERP & Financial Details) in the
enclosed Annexure (A & B) along with documentary evidences for similar kind of works and the
complete audited annual Financial Statements of the immediate preceding 3 Financial Years to
the e-mail IDs mentioned in this notice positively by 11th March 2024.
Notes:
➢ The participating agencies are requested to depute their senior & competent
representatives for the meeting.
➢ The Bidder Qualification Criteria indicated above is tentative and subject to change.
➢ This notification does not construe that participating agencies shall be qualified for the
subject tender. Qualification and techno-commercial acceptability of the bid shall be
strictly as per bid submission and evaluation of respective bids, as per provisions of
bidding document.
Annexure:
1. Annexure-A “EXPERIENCE RECORD PROFORMA”
2. Annexure-B: “FINANCIAL DETAILS PRO-FORMA”.
Page 4 of 4
Annexure-A
EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS / WORKS / SERVICES
ITEM : SPECIAL LEVEL INSTRUMENTS
CLIENT : M/s ONGC MR NO. : B653-000-YL-MR-1871
EIL JOB NO : B653 BIDDER :
Sl. no. Description
SPECIAL LEVEL INSTRUMENTS As installed @ site 1 As installed @ site 2
(Following Information to be submitted
for Special Level Instruments)
Name of the project, plant/facility, and
1.
location of project
2. Name of owner / end user
Name, address, telephone no. & e-mail of
3. the owner’s/end user’s contact person in the
plant
4. Purchase order number & date
Date of supply of Special Level Instrument
5.
(GWR/NCR)
6. Month & year of commissioning
7. Model no. of Special Level Instrument
8. Quantity
9. Bidder’s scope (activity with location):
a. Design and manufacturing
b. Engineering
c. Conducting Factory Testing
d. Supply
10. Any major break down till date
Place:
Notes:
1. Bidder shall completely fill the table and no field shall be left blank. Offers with incomplete ‘Experience Record Performa’ table shall be liable for rejection. This Proforma duly
filled, signed, and stamped shall be submitted along with the bid.
2. Bidder shall furnish all necessary documents for the referred projects e.g. purchase orders, design, engineering documents/drawings (e.g. specification sheets, GA drawings), inspection
test reports/ inspection release note, dispatch details, site MOM/ SAT report or other document for commissioning. Price information can be deleted from the documents.
3. Since the information requested in this Proforma shall be utilized to assess bidder’s capability and provenness for the proposed project, it is in the interest of the bidder to specify only
those cases which meet the BQC requirement. The bidder shall ensure that all information asked for is furnished and is correct and complete in all respect. Incorrect information
furnished in this Proforma shall render the bid liable for rejection at any stage of evaluation/ work execution at the risk and cost of bidder.
4. Bidder must submit reference project for offered make and model of Special Level Instruments. In case more than one project reference is necessary to cover all offered groups, same
shall be furnished.
BIDDER:
A. ANNUAL TURNOVER:
Year 1: 2022-23
Year 2: 2021-22
Year 3: 2020-21
Net Worth
Working capital
G. Supplier CLASS under amended PPP-MII Policy for items listed in Annexure-A:
i. CLASS-I LOCAL SUPPLIER (Local Content equal to or more than 50%) (____)
ii. CLASS-II LOCAL SUPPLIER (Local Content more than 20% but less than 50%) (____)
iii. NON-LOCAL SUPPLIER (Local Content less than or equal to 20%) (____)
NOTE:
Bidders are requested to enclose “Complete Audited Balance sheets of the immediately preceding three
Financial Years” & “Organisation structure” while submitting the Annexure-B.
Page 1 of 2
Annexure-B
PRE TENDER MEET
FINANCIAL DETAILS PRO-FORMA
PROJECT : RAJASTHAN REFINERY PROJECT CLIENT : ONGC
EIL JOB NO : B653 DOC. NO : -
ITEM/PACKAGE : SPECIAL LEVEL INSTRUMENT
Net Worth of the Bidder as per the immediate preceding year’s Audited Financial Statements shall be
positive.
Net worth calculation: Net-worth means paid up share capital, Share Application Money pending
allotment* and reserves# less accumulated losses and deferred expenditure to the extent not
written off.Net worth shall be calculated using the following formula:
# Reserves to be considered for the purpose of net-worth shall be all reserves created out of the
profits and securities premium account but shall not include reserves created out of revaluation of
assets, write back of depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share to be
allotted.
Reference
Description Values (in INR)
(Page no., Clause etc.)
Net-worth (A+B+C-D-E) :
3. Turnover Calculation: