Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

INVITATION FOR PRE-TENDER MEET

FOR CAUVERY BASIN REFINERY PROJECT OF M/S CPCL, NAGAPATTINAM, TAMILNADU

Pre-tender meet has been organized for the following work as per details mentioned below:

DATE OF PRE-
DESCRIPTION VENUE OF PRE-TENDER MEET
TENDER MEET
Due to various restrictions on account of
COVID-19 pandemic, the Pre-tender meet
shall be held online as per the details below:
Link:
https://eil1.webex.com/eil1/j.php?MTID=
m45f58ff08127501ae9bce7cd13b6b1a3
Item: Meeting No.: 2654 798 7252
th
16 June, 2023 at Password : yvPPfwkc284
CRUDE OIL
14:30 Hrs. (IST) Contact persons:
DESALTER SYSTEM Mr. Partho Sarathi Biswas – Sr. Manager
(SCM) / Mr. Rohit Singh – Sr. Manager (SCM)
/ Mr. Jaydip Purkayastha – DGM (SCM)

Tel: 0124 – 289 1344 / 1338 / 1304


Email: [email protected] /
[email protected] / [email protected]

 Purpose of Pre-tender meet: To facilitate a comprehensive dialogue between the prospective


vendors and EIL / Client whereby all issues pertaining to Project details, BQC, Scope, Time schedule,
Specifications and Commercial Terms & Conditions shall be discussed in detail and modified /
adapted so that the Bidder and EIL/Client are aligned to each other.

 Project Introduction: Chennai Petroleum Corporation Limited is a categorized Miniratna-I Company


and is a group Company of Indian Oil Corporation Limited, headquartered in Chennai. CPCL has two
refineries in Manali of 10.5 MMTPA and Nagapattinam (Cauvery Basin Refinery) of 1 MMTPA
capacity.

Due to increased product demand, CPCL has proposed to set up grassroot refinery of capacity 9
MMTPA at Nagapattinam at the same location of Cauvery Basin Refinery after dismantling existing
facilities. New refinery of 9 MMTPA capacity which intends to produce fuels of BS-VI specifications
and is expected to meet the growing demand of fuels in Southern India.

 Brief scope of work (Tentative): Design, Engineering, Material procurement, Fabrication,


Inspection, Testing, Packing, Forwarding and Supply of Crude Oil Desalter System including providing
assistance during erection & commissioning and Performance Guarantee of complete Desalter
System having Electrostatic AC Technology (i.e. Bilectric or Equivalent) with Single Point
Responsibility comprising of, but not limited to Proprietary and specialty items (such as Electrode
Grid Assembly, Transformers, Entrance bushing & Insulators, Inlet/Outlet/Wash Water/Effluent
water Distributors etc.), associated Electrical and Instrumentation within the package battery limit.

Page 1 of 3
Broad parameters for above system are as below:

Item No. & Type of No. of Type of Crude with Capacity (Crude Flow Rate m3 Crude inlet
(Unit) Equipment Stages API Gravity /hr) condition
(Salt & BS&W)
50 WT% BASRAH 50 WT% BASRAH HEAVY + 50
Salt Inlet: 30
HEAVY + 50 WT% WT% BASRAH LIGHT Mix
ptb (max)
101-LZ-101 Crude Oil BASRAH LIGHT (Normal/Max): 1375.5/ 1513.1
/ 102 Desalter Two Mix (API 26.8)
BS&W Inlet:
(CDU/VDU) System 2.0 vol %
100 WT% IRANIAN 100 WT% IRANIAN LIGHT
(max)
LIGHT(API 33.50) (Normal/Max): 1452.7/ 1598

 Tentative Bidder Qualification Criteria (BQC):

Technical BQC:

A. Bidder must have executed at least ONE (01) Job of Two Stage Electrostatic AC Desalter System
on his own, on SPRV (Single Point Responsibility Vendor) basis with respect to Design,
Engineering, Supply & Guarantee for Refinery application (CDU/VDU) having met following
criteria:
a) Desalter technology: Bilectric OR Equivalent (*).
(*) Equivalent is defined as below:
Each Desalter vessel shall have the following special features in order to establish the
equivalency.
1. Three grids inside the vessel.
2. Three numbers step-up single phase AC transformers per vessel.
3. The inlet distributor arrangement shall feed the incoming crude-water mixture between the
grids through risers (i.e. between top & middle grids and middle & bottom grids).

b) Capacity and Crude API: The capacity of Desalter system shall be more than 872 m3 /hr and
should have been designed to process crudes below 32 API.

c) Performance parameters: Salt outlet 0.5 ptb (max), BS&W outlet 0.2 vol% (max) and Oil in
effluent water outlet 100 ppmv (max).

In case, single qualifying job does not satisfy all the above mentioned performance parameters,
bidder may furnish one additional job to establish that each of the performance parameter (i.e.
Salt Outlet, BS&W Outlet and Oil in effluent water) are achieved in one job or other. However, the
criteria of Salt Outlet, BS&W Outlet and Oil in effluent water (250 ppmv Max) shall be complied by
Bidder in the same qualifying job and Oil in effluent water (100 ppmv Max) in the other job.

B. The referenced Desalter System(s) must have been designed and supplied during the last TWELVE
(12) years and should have been in operation for at least ONE (01) year after commissioning.
Number of years shall be reckoned as on ending of last day of the month immediately preceding
the month in which last date of bid submission falls (in case of extended bid submission date,
original bid submission date shall be considered).

C. For qualification of bidder, all above clauses (A-B) shall be read in conjunction.

Page 2 of 3
Financial BQC:

i) Annual Turnover: Annual Turnover of the bidder shall be minimum INR _________ (this value
shall be disclosed during pre-tender meet).
ii) Networth: Networth of the bidder shall be POSITIVE as per the latest Annual Report.

Commercial BQC:

The order(s) executed for “similar item(s)” by the bidder during the last TWELVE (12) years ending on
last day of the month immediately preceding the month in which last date of bid submission falls (in
case of extended bid submission date, original bid submission date shall be considered), should be
considered as per below:

 Three orders each executed for “Similar Item” where executed value is not less than INR
_______________/- (this value shall be disclosed during pre-tender meet).
OR

 Two orders each executed for “Similar Item” where executed value is not less than INR
_______________/- (this value shall be disclosed during pre-tender meet).

OR
 One order executed for “Similar Item” where executed value is not less than INR
_______________/- (this value shall be disclosed during pre-tender meet).

NOTES:
i) Tentative definition of “Similar Item” shall be “Supply of Desalter/ Dehydrator / Electrostatic
Coalescer”
ii) Purchase Order value submitted by the bidder for meeting the above criteria shall be
FOB/FOT/FCA order value excluding taxes, duties and freight.
iii) If the completed order is in currency other than INR, the same shall be converted into
equivalent INR considering the conversion rate of the currency to INR as on date of issue of
order and shall be considered based on SBI bill selling rate.

 Completion Schedule (Tentative): 13 (Thirteen) months on FOT site basis from the date of order.

 Basis of Enquiry: Indigenous / Domestic Enquiry basis

 Please submit duly filled PTR format along with Commercial & Financial credentials along with
documentary evidence/backup documents to the above mentioned email ids.

 Representative of participating agencies should be techno-commercially sound and competent


enough to deliberate the matters.

 Bidder shall acknowledge this notification and confirm participation on above e-mail ids.

 This notification does not construe that participating bidders 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.

 Other tentative conditions shall be discussed during pre-tender meet.

Deputy General Manager (SCM) | Engineers India Ltd.

Page 3 of 3
FINANCIAL DETAILS

BIDDER →

S.NO. DESCRIPTION

TURNOVER Value & Currency

1 2019-20

2 2020-21

3 2021-22

3 2022-23

5 NETWORTH (immediate preceding year as above)

page1 of 2
Details Past Projects with maximum order magnitude of Similar nature Completed in Last 12 years
Sr. No. Client Purchase Order & date Work Completed Value Date of Date of Remarks
completion Commissioning

NAME OF BIDDER:

Page 2 of 2
EXPERIENCE RECORD PRO-FORMA FOR DESALTER SYSTEM FOR QUALIFYING JOB

Item: Two stage Electrostatic AC Desalter System Bidder Name:

S.No. SUBJECT DETAILS TO BE FURNISHED


1.0 Whether the referenced job supplied in last 12 years YES NO

1.1 Name of Work / Project


Details of User Client and Consultant/ USER/ CONSULTANT/BUYER
1.2
Buyer CLIENT
1.3 Name
Name of Officer
1.4
In-charge, Designation
Postal Address
1.5

Phone, Fax, e-mail Phone : Phone :


1.6 Fax : Fax :
e-mail : e-mail :
2.0 Work Details
2.1 Whether Bidder is the Designer of Desalter System: YES NO
Scope of Work
(Refer Clause 2.0 of BQC)
2.2

2.3 Contract Value


Time Schedule Date of Award of Work -

Time Schedule -
Months
2.4
Schedule Date of Delivery -

Actual Date of Delivery -

Actual Date of commissioning –


2.5 Inspection Agency Name of the Agency :

2.6 Erection and commissioning Whether included in scope (Yes/No) –


3.0 Technical Parameter for Two stage Desalter system
AC Desalter Technology
3.1
(Bilectric or Equivalent)
3.2 Crude Throughput (m3/hr.)
3.3 Specific Gravity/API Gravity Range:
3.4 Operating Temperature:
Vessel Dimensions (ID * Length T/T) for
3.5
each stage
No of vessels and its arrangement.( No. of
3.6
stages):
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
S.No. SUBJECT DETAILS TO BE FURNISHED
2
3.7 Electrode Area (m ) for each stage:
3.8 Wash Water Rate (Total) % of Crude Oil:
3.9 Performance Guaranteedvalues:

Inlet v/s Outlet Salt Content (ptb):

Inlet v/s Outlet BS & W (vol. %):

Oil content of effluent water ppmv:


3.10 No of transformer per stage & Rating (KW)
3.11 Type of Transformer (AC or DC) and /Single
phase or Three phase
3.12 Power consumption (Normal / max.) per
transformer
3.13 Type of Demulsifier and normal Dosing
Rate:
3.14 Electrode Grid system (No. of energized
grid, spacing and MOC):
3.15 Crude oil conductivity considered (nS/m)
3.16 Mixing Device (Mix valve or Static mixer):
3.17 Residence time for oil phase and water
phase
3.18 MOC for internals (Grid, Inlet / out let
Header etc.)
4.0 Documentary Supports (Indicate whether following documents have been submitted)
4.1 Copy of Work Order and / or relevant pages YES
of Contract document mentioning scope of
NO
work, time schedule.
4.2 Approved technical documents (such as YES
PFD, Datasheet, GAD etc.), Proof of Supply
NO
(IRN etc.)
4.3 Any Documentary evidence for completion / YES
commissioning / operation of supplied
NO
Desalter System for min ONE (01) year
4.4 End User certificate to demonstrate meeting YES
of guaranteed performance parameter.
NO
4.5 PGTR /Lab Test report for Desalter outlet YES
condition.
NO
4.6 Comprehensive Reference list of Two YES
Stage Desalter system supplied in last
NO
TWELVE (12) years.

Signature Not Verified


Digitally signed by PARTHO SARATHI
BISWAS
Date: 2023.06.12 16:12:49 IST
Location:
CopyrighteProcure-EPROC
EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1

You might also like