Documente Academic
Documente Profesional
Documente Cultură
Oil and Natural Gas Corporation Ltd. (ONGC), a Government of India “MAHARATNA” Category Enterprise, is
an integrated energy company with interests that span not only across the entire hydrocarbon value chain but
also in the emerging domains of renewable and alternative sources of energy. ONGC invites Global EOI against
EOI No. No. DLH/OES/EOI/NSFP/01/2018 for Design, Engineering, Supply, Fabrication, Erection, Testing,
Commissioning of Integrated Facilities Complex comprising of Group Gathering Station (GGS), Effluent
Treatment Plant (ETP), Water Injection Plant (WIP), Gas Compression Plant (GCP) at Nandasan Field of
ONGC Mehsana Asset, Gujarat, India.
Purpose of this Expression of Interest (EOI) is to solicit EOI responses which will enable ONGC to explore,
identify and assess suitably qualified and experienced participants to meet the objective of EOI, of completion
of the integrated facilities complex in 12 months’ time after award, to create an opportunity for such EOI
participants to potentially participate in the future ICB bidding for above work.
Interested participants having relevant experience and expertise (details available at ONGC tender portal,
https://tender.ongc.co.in ) with proven capabilities and demonstrated performance are invited to participate in
the EOI conference scheduled on 31st July 2018 at 1100 Hrs at ONGC Office at Deendayal Urja Bhavan, Vasant
Kunj, Delhi. Interested parties/participants are required to confirm their participation latest by 24th July, 2018.
Subsequent to EOI conference, EOI participants/parties shall submit the EOI proposals latest by 16 th August
2018. All Corrigenda, addenda, amendments, time extensions to the EOI will be hosted on the ONGC tender
portal, and no separate notification shall be issued in the press. Prospective participants against the EOIs are
requested to visit the ONGC tender portal regularly to keep themselves updated.
2
Index
Annexure-1
The Nandasan Surface Facilities Project (NSFP) is part of the Nandasan Redevelopment Scheme
conceived by ONGC aiming to enhance production from Nandasan oilfield of Mehsana Asset of ONGC,
located in Gujarat State of India. In view of envisaged increased production from the field and
inadequacy/absence of existing emulsion & effluent treatment facilities at the existing GGS; ONGC
intends to create a new integrated process facilities complex with new processing facilities for well fluid,
emulsion treatment, effluent treatment, effluent disposal, water injection, Gas processing and Gas lift.
The proposed new process facilities shall have hook ups / tie-ins from existing GGS-Nandasan which is
adjacent to the proposed integrated process facilities complex NSFP. The entire work is to be carried
out on Turnkey basis involving Engineering, Procurement, Construction (EPC) and Commissioning.
2. Scope of Work:
The Scope of Work for the Turn Key contract shall include, in general but not limited to Project
management, Surveys (Pre-Engineering surveys, Post Installation Survey etc.) Residual Basic
Engineering/Process Design, Detailed Design / Engineering based on Process Package, Procurement,
Supply, Fabrication, Inspection & Expediting, Transportation of all equipment/materials to the work site,
Storage, Dismantling/ Modification of existing facilities (wherever applicable), Site grading & Levelling,
Construction (Civil and Structural), Fabrication, Erection/Installation of equipments, Pipeline/Piping,
Hook up, Painting, Insulation, Instrumentation, Electrical Works, Mechanical Completion, Hydro- testing,
Testing Pre-Commissioning and Commissioning etc. as per details in the Bid package.
A. Group Gathering Station (GGS): The Well Fluid emulsion processing facilities at Nandasan GGS
will be designed to handle Oil @ 682 m3/day, Produced water @ 2518 m3/day and associated gas
@ 5,00,000 SCMD.
4
B. Effluent Treatment Plant (ETP): An Effluent Treatment Plant (ETP) of capacity @ 3200 m3/day is to
be provided; wherein the treated water from the ETP will be partially sent to Water injection Plant
(WIP) and rest will be sent for disposal into Effluent disposal (ED) wells.
C. Water Injection Plant(WIP): Water Injection Plant (WIP) is to be designed for 2100 m3/day capacity,
wherein water is to be injected into formation at two different pressures i.e. 60-80 kg/cm2g and 100-
120 kg/cm2g; hence two different configurations of pumping are to be provided.
D. Gas Compression Plant: Low pressure as well as high pressure gas compression facilities
@ 5, 00,000 SCMD and 3, 60,000 SCMD respectively with Gas Dehydration Unit of 5,00,000 SCMD
are also to be created and integrated.
A Distributed Control System (DCS) is envisaged for safe operations and maintaining all the operating
parameters. Chemical dosing requirements during various stages of processes shall inter-alia comprise
Carbonate scale inhibitor, Demulsifier, Oil Corrosion inhibitor, Gas Corrosion Inhibitor etc. As for other
plant side systems/equipment; Instrument air system, Service water system, Inert gas storage system,
Diesel Gen set, Fire and gas detection system, Fire water system, Closed Blow Down and Oily Water
Sewer system, Storm Water Drain system etc. are to be provided as part of EPC, Turnkey work. A
separate work package comprising various pipelines (viz; well fluid, gas lift, water injection, effluent
disposal) is being taken up by ONGC, which shall be interfaced with the facilities envisaged in this bid
document.
3. Objective of EOI:
The objective of this EOI is to explore the market conditions, challenges and requirements for completion
of the NSFP project in 12 Months’ time after award of turnkey project as per above broad Scope of Work
and requirements, leveraging pre-fabrication and maximum usage of Package Based/Modular skid
mounted process equipments and construction techniques to minimize in-situ construction and space
requirements.
4. Deliverables: This EOI process seeks to obtain the following deliverables in consideration of the
objective specified above:
i. Time: The main focus and deliverable of EOI process is to achieve the objective of achieving
scheduled completion in 12 months’ time after award of work. The Assured ONGC inputs to be
provided are specified in Annexure-5 of the EOI document. The EOI participants are expected
to leverage use of proven technology, Use of Modular and Skid mounted packages for facilities
and use of proven technology in construction and project management techniques to achieve
the desired completion schedule.
ii. Technical: EOI participants/parties are required to explain the “technological, technical,
process concept” of the proposed integrated process complex with requirements specified as
above with Process Flow Diagrams (PFD). The indicative list of equipments/packages and other
supporting documents listed in Annexure-4 and Annexure-5 of the EOI document.
5
iii. Organisational: EOI participants/parties are required to explain the resource deployment
requirements, Methodology/ business processes, Project Management methodology to be
adopted for Engineering, Procurement, Construction & Commissioning, scheduling of NSFP to
meet the stated EOI objective with supporting documents listed in Annexure- 5.
Annexure-2
Eligibility & Pre-Qualification Criteria* : Interested participants/parties meeting the following criteria should
respond to this EOI :
1. Technical:
EOI participant must have completed similar EPC contracts on Turnkey basis either through a single
contract or separate contracts covering complete scope of work mentioned below. Activities of Project
Management, Design & Engineering, Procurement, Construction, Testing & Commissioning must have
been done in each such project
a) Complete train of Oil & Gas separation and handling facilities of capacity 600 m³/day (minimum)
Oil or Oil equivalent gas OR
b) At least one (1) Effluent Treatment Plant (ETP) for treatment of Oil in water with sludge handling
facility of 1000 m3/ d (SCMD) OR
c) At least one (1) Gas Dehydration package (TEG based) of minimum 250000 M3/D (SCMD)
capacity OR
d) At least one (1) Gas Compression plant of minimum 250000 m3/D (SCMD) capacity.
over the last 10 (Ten) years and handed over/ commissioned prior to the date of submission of EOI
document. The works submitted as experience for a), b), c) & d) above must have been carried out in
any Group Gathering Station (GGS)/ Gas Collection Station (GCS)/ Gas Processing Plant/ Gas
Compressor Plant (GCP)/ Gas Booster Station/ Oil Collection Station (OCS)/ Crude Oil Refining/
Petrochemical Processing plants/ Natural Gas Processing Plants/ in Oil & Gas Industry, over the last
10 ( Ten) years ,which shall be reckoned from the date of submission of EOI and handed
over/commissioned prior to the date of submission of EOI.
2. Financial Criteria:
1 Turnover of Bidders
For LSTK / Service Contracts 50% of annualized bid value or more
2 Net Worth of Bidder
For LSTK / Service Contracts 15% of annualized bid value or more
3 Working Capital 15% of annualized bid value or more.
4 Debt equity ratio Less than 2:1
(* The detailed clauses will be intimated at the time of inviting the bids.)
7
Annexure-3
1. Instruction to EOI Participants:
a. EOI Conference: ONGC invites all eligible EOI participants to EOI conference at ONGC office
at Deendayal Urja Bhavan, Vasant Kunj Delhi on 31st July 2018 where EOI participants/parties
are expected to bring out any queries/requirements/clarifications to submit a comprehensive
EOI proposal to meet the stated objectives and deliverables of the EOI. The Interested EOI
parties/participants must confirm their participation to ONGC, well in advance, latest by 24th
July 2018 to enable ONGC to make necessary arrangements.
b. Last date of submission: Subsequent to EOI conference, the EOI Participants/parties shall
submit the EOI Proposals along with all supporting documents including the documents to
support their eligibility, latest by 16th August 2018.
c. Submission of EOI: The participants/ parties having relevant experience and expertise as
above are invited to submit their proposal in hard copy at the following address.
d. Communication Address:
General Manager-I/c (MM),
Onshore Engineering Services (OES),
Oil and Natural Gas Corporation Ltd.
2nd Floor, Tower B, Deendayal Urja Bhavan,
5, Nelson Mandela Marg, Vasant Kunj, New Delhi-110070,
Phone: 011-26752341, Fax: 011-26129091
been successfully commissioned by the bidder having similar complexity& this job qualifies
the above criteria. For evaluation; such EPC jobs accompanied by commissioning
certificate will be considered as completed.
iii. In case of JV/Consortium; Work experience can be considered in multiple projects
executed and completed.
e) EOI participants to note the following nature of experience to be evaluated at bidding
stage:
f) EOI participants to note the following broad applicable financial eligibility criteria at
bidding stage:
1 Turnover of Bidders
For LSTK / Service Contracts 50% of annualized bid value or more
2 Net Worth of Bidder
For LSTK / Service Contracts 15% of annualized bid value or more
3 Working Capital 15% of annualized bid value or more.
4 Debt equity ratio Less than 2:1
(* The detailed clauses will be intimated at the time of inviting the bids.)
9
Annexure-4
I. Detailed Company Information with Organization structure, List of manpower with CVs of key
personnel and capability with clear responsibility & escalation matrix for Technical, HR & HSE
Departments.
II. Details and verifiable experience of completion of similar type of contracts in the last Ten years
for meeting the technical pre-qualifying criteria (self-certified relevant pages of Purchase
Order/Contract document, Commissioning Report / Completion Certificate issued by the Clients
and similar contracts/agreements currently under execution under headings: a) Brief scope of
work b) Value of work in INR c) Contractual Duration d) Actual completion of Project e) Clients
name f) Contact details of the Client (ONGC may approach the client directly for the feedback)
HSE statistics, etc.
III. Details of capability and infrastructure and availability of all resources (software, hardware,
Machinery/Equipment, manpower etc.).
IV. Details of HSSEQ policies, Regulatory Compliance, Contractor HSE Induction, Environment
Management, Health, Hazard Management, Incident Investigation & Analysis, Competency &
Training, Integrity & Maintenance Management, Operating and Safe Working Procedures,
QA/QC policy, plan and procedures, Safety Awareness, Transport Management, Security
Management, Sub-Contractor Management etc.
V. Valid Quality Certifications/ Accreditations etc.
VI. Company's financial performance documents for meeting the financial pre-qualifying criteria
(Audited Balance sheets and Profit and Loss statements, Auditors Report and Notes to
Accounts etc.) for last 3 (three) years. Latest financial statement should not be older than 18
months on the date of submission of response to Expression of interest. Participants/parties
should note that, normally standalone financials of the bidding entity only will be considered.
However, consolidated financials at the bidding entity level, if available, can also be submitted.
Parent company or Affiliate’s financials can be submitted and considered, subject to submission
of Parent/ Affiliate company guarantee. This should be clearly mentioned in the EOI response.
VII. In case, the Interested Party/participant is in JV/Consortium arrangement, then in such
scenario, please refer ONGC policy placed at Annexure-6. The criteria is to be met at the time
of inviting the bids.
VIII. Proposed Process Flow Diagram (PFD) of the envisaged NSFP.
IX. Proposal/Synopsis/Write-up of:
i. New proven technology-if any,
ii. Construction techniques,
iii. Project Management Techniques (including, design, procurement,
fabrication/erection, strategies) with a view to meet the stated EOI objective above.
X. Proposed List of:
i. major equipment/packages
ii. Brief specifications of major equipment/packages
iii. Proposed vendors/OEMs of major equipment/packages
10
XI. Write-up on the methodology/ business processes / work flow processes to be adopted by the
participants/parties for engineering, procurement, construction & commissioning of NSFP to
meet the stated EOI objective.
XII. Letter of interest clearly indicating their interest to participate for the scope of work in the
following format:
Dear Sir,
This has reference to your Expression of Interest no. DLH/OES/EOI/NSFP/01/2018 dated 04.07.2018
on the subject.
……………….(Name of Company) hereby conveys consent for considering the expression of interest
(EOI) along with information/documents submitted in response to the…………
We confirm that ………………(Name of the Company) meets the qualification criteria mentioned in the
subject EOI document.
Signature
(Name & Designation of Authorized person)
11
Annexure-5
2. Site & Metrological Data:
Following site related data may be considered by the participant/bidder/contractor for the purpose of various
design, calculations and ratings.
1 Site location
C Nearest railway station and distance Kaiyal sedhavi railway station, approx. 2 km
F Underground pipe lines, cables, obstructions, if any Oil pipelines- 2 nos (8” & 10”) Gas pipelines
- 2 nos (4” & 8”)
Water pipeline, 1 no – 5”
Flow lines – 5-8 nos. ( 4” )
G Monsoon season Mid-June to September
3 Climatic data
Dry & Wet bulb temperature – Minimum, Normal & Max ambient: 480 C,
Maximum. Min ambient: 2.20 C
12
Humidity– Minimum, Normal & Maximum. 47% (min), 87% (max), 100% (Design)
Rainfall – Minimum, Normal & Maximum (in mm) & Max. hourly avg. 414.5 mm
Max. rainfall in one hr & 24 hrs. (mm).
a. The Well Fluid emulsion processing facilities at Nandasan GGS will be designed to handle Oil @ 682
m3/day, Produced water/Effluent @ 2518 m3/day and associated gas @ 5,00,000 SCMD.
b. An Effluent Treatment Plant (ETP) of capacity @ 3200 m3/day is to be provided; wherein the treated
water from the ETP will be partially sent to Water injection Plant (WIP) and rest will be sent for disposal
into Effluent disposal (ED) wells.
13
c. Water Injection Plant (WIP) is to be designed for 2100 m3/day capacity, wherein water is to be injected
into formation at two different pressures i.e. 60-80 kg/cm2g and 100-120 kg/cm2g; hence two different
configuration of high pressure pumping are to be provided.
d. Low pressure as well as high pressure gas compression facilities @ 5, 00,000 SCMD and 3, 60,000
SCMD respectively are also to be created and integrated. The L.P. gas is also to be dehydrated before
further despatch/process.
e. Chemical dosing requirements during various stages of processes shall inter-alia comprise Carbonate
scale inhibitor, Demulsifier, Oil Corrosion inhibitor, Gas Corrosion Inhibitor etc.
f. A Distributed Control System (DCS) is envisaged for safe operations and maintaining all the operating
parameters.
g. As for other plant side systems/equipment; Instrument air system , Service water system, Inert gas
storage system, Utility Gen set, Emergency Genset, Fire and gas detection system, Fire water system,
Closed Blow Down and Oily Water Sewer system, Storm Water Drain system etc. are to be provided as
part of EPC,LSTK work.
h. With a view to minimising engineering and site installation duration, the participants to the EOI may
consider Prefabricated, Package and Modular equipment/packages.
i. A separate work package comprising various pipelines (viz; well fluid, gas lift, water injection, effluent
disposal) is being taken up by ONGC, which shall be interfaced/hooked-up/tied-in with the facilities
envisaged under NSFP.
i. Instrumentation & Control system: A completely new DCS, ESD and F&G system is being envisaged as
the brain of running this NFSP. This shall have redundancy at every level including the IO card-level.
ESD and F&G PLCs shall be SIL-3 type with TMR configuration, as a minimum. However; a separate
redundant, but NON-SIL PLC is being envisaged for ETP+WIP Plant. This PLC shall have analog
capabilities too. DCS shall be FF-based or Fieldcom interface. All the field instruments and detectors
shall be FF-type. In case, FF-type instruments are not available with more than one vendor for any
category, HART-type instruments may be used with prior approval of ONGC. All the PLC and DCS
system shall have modern analytics capabilities and shall provide MIS reports in graphs, excel sheets
and trend-analysis form. All the instruments shall have AI-enabled features and shall have IIOT-based
communication backbone, as far as possible. The Fire and Gas detection and IP cameras, as per table-
A shall be integrated in a comprehensive F&G system and shall not act standalone. Flow-metering
Philosophy shall be deliberated during detailed SOW. All the valve positioners shall be SMART type
with integral PST capabilities. Serial-Link Communication between LCPs and main Control Room Shall
be through separate Modbus module. Fire-fighting design shall be broadly as per OISD-189. Pre-
fabricated instrument hook-ups shall be used for all PG, PT.
j. Civil works related to equipment, sheds, buildings including site grading and levelling: New surface
facilities for Nandasan Re-development will be covered with-in a plot area approximately rectangular of
198m X 281m at the adjoining area of existing Nandasan GGS. Broadly the facilities will be comprising
Tank Farm, Gas Compression Plant, Effluent Treatment Plant & Water Injection Plant. Fire Fighting
facilities for all the surface facilities is also covered in the present scope. The salient features from Civil
point of view are as mentioned below:
Contour Survey of entire plot and Geo-Technical Investigation shall be provided for the proposed plot
area, for the purpose of estimation of site grading/levelling and structure design assessment.
The Finished Ground Level, FGL, shall be same as the FGL of the existing Nandasan GGS OR HFL +
300mm whichever is higher. Grading, levelling and surface drainage facilities are in present scope of
work.
Geo-Technical Investigation given in the bid shall be utilized for designing the RCC/ Steel structures.
The structures are to be designed for Seismic Zone IV and considering BIS codes preferably for entire
project.
RCC grade, Cement type, Foundation depth, Foundation type- shallow/ deep shall be as suggested in
Geo-Technical Investigation report and in line with relevant BIS codes for all the facilities.
Building super-structures shall be designed as Moment Resisting RCC Frames with non-load bearing
filler walls made up of brickwork. All RCC work shall be designed for required fire rating hours as per
relevant BIS codes.
Structural Steel grade shall be as per IS-2062 A/B. TMT Reinforcement bars to be Fe415 and above
grade with quality as mentioned in BIS 800 as applicable.
All Steel super structures shall be designed/ protected for required fire rating as per OISD Guidelines.
Entire proposed plot to be covered with boundary wall of Moment resisting RCC Frame and non-load
bearing filler walls.
All roads to be designed as Rigid pavements of carriage way- 6.0m (Along inside of the plot boundary
wall ) Or 4.5m (Internal roads).
15
All Storm Water Drains shall be designed for gravity flow open drains of RCC material provided along
the road sides and be able to completely remove surface runoff generated in entire plot area based
upon given rainfall intensity.
k. Electrical substation, distribution & switchgear and other related works
l. Piping works
m. Mechanical works
n. Performance Guarantee Test run (PGTR) of the entire plant for 72 hours
o. Overall Process Guarantee
p. Plant warrantee and defect liability; both for one year after handing over of the plant to ONGC
5. Minimum Plant life: The plant is to be designed for a minimum life of 25 years. However, only in case of gas
compressors, the design life may be considered as minimum 20 years
vi. Outgoing Injection water-1: The treated injection water as per specified quality shall be
despatched to shallower water injection wells of ONGC through High pressure water injection
pumps. The discharge manifold of the water injection pumps shall be designed, fabricated and
installed by LSTK contractor. The battery limit under NSFP shall end at the downstream flanges
of 10 finger Nos. of 4”N.B, ASA#900 valves.
vii. Outgoing Injection water-2: The treated injection water as per specified quality shall be
despatched to deeper water injection wells of ONGC through High pressure water injection
pumps. The discharge manifold of the water injection pumps shall be designed, fabricated and
installed by LSTK contractor. The battery limit under NSFP shall end at the downstream flanges
of -
05 finger Nos. of 2”N.B, ASA#900 valves.
05 finger Nos. of 4”N.B, ASA#900 valves.
ii. Flare : All the flare related discharges from NSFP shall be routed to a new flare sub-header; which
in turn shall be hooked up with a new flare system.
iii. Piping : the battery limits under piping involve extending all the well fluid lines, incoming gas lines,
crude oil despatch lines, effluent despatch lines, water injection lines, from the existing adjacent
plant (the proposed new plot shares boundary with the existing GGS at Nandasan) to various
headers/manifolds described under process battery limits. Average length of lines may be
considered as 350m.
iv. Electrical : ONGC shall provide required quantity of power from the grid upto a double pole structure
located near inside of the plot boundary. Downstream of this DP, including incoming transformer
shall be in LSTK project scope.
Product Specification
Stabilized oil at the outlet of heater treater BS&W in treated oil < 1% by vol.
Effluent water at the outlet of heater treater Oil content in water outlet < 200 ppm by vol.
Feed/ Temperature
Product Details Pressure (kg/cm2g) (°C) Maximum quantity
Gas supply to
2.5 Ambient 25,000 SCMD
GAIL
Balance gas remaining
Gas supply of after supplying to local
remaining consumers, GAIL,
6.0 Ambient
quantity into gas internal consumption and
grid gas lift requirement
Max 10 deg
High pressure C approach
65.0
gas to ambient
temperature
8. Indicative/Suggestive List of major equipment & packages to be engineered, procured, installed and
commissioned by the contractor:
Note 1: However; EOI participant is allowed to develop his own list of major equipment & packages,
based on the process concept to be proposed by him.
9. List of major equipment & tanks to be provided by ONGC: Following tanks available at the existing
GGS-Nandasan shall be retained and used as it is for NSFP:
a. Crude oil Storage tanks (vertical) - 2 nos. (1000 m3 each)
b. Crude oil Storage tanks (vertical) - 2 nos. (500 m3 each)
c. Treated water storage tanks (vertical) - 2 nos. (400 m3 each)
However, connection and piping to/from these tanks to equipment/packages under NSFP shall be in
contractor scope
Annexure-I
22
Annexure-II
23
Annexure- 6
BEC/Tender conditions pertaining to experience criteria in respect of Service and LSTK contracts:
(i) The requirement of the leader of consortium to himself meet the major portion of the experience criteria
has been modified.
The members of consortium shall decide the Leader of consortium. The leader of consortium shall have
minimum 26% stake in terms of bid value.
(ii) Notwithstanding the provisions that the members of consortium shall be jointly and severally liable to
ONGC, the leader of consortium shall have primary responsibility of executing the scope of work.
(iii) ONGC shall correspond / communicate only with the leader of a Consortium and like-wise, the leader
of the Consortium only should communicate with ONGC on behalf of the Consortium. No cognizance
shall be given to communication received directly from other consortium members .
(iv) In case of award to the consortium, only the leader of the Consortium shall submit the PBG for the
entire requisite amount of the PBG on behalf of the Consortium.
(v) Standard format of MOU to be submitted by the consortium members introduced.
(vi) In cases where Supply of material is also involved along with rendering of Services in ICB tenders of
Service Contracts, separate clause has been introduced.
(vii) The certificate to establish the relationship between bidding company and supporting company has been
allowed from the Statutory Auditor or Company Secretary or one of the Directors of the bidding company.
(viii) The liability of the Guarantor, under the Guarantee, shall be limited to the liability of the Contractor as per
the Contract.
(ix) The bidding company can submit additional PBG amount required to be submitted by the supporting
company or the Ultimate Controlling Company subject to fulfilling certain conditions.
(x) Supporting company which holds more than fifty percent of the paid up share capital of the bidder company
either directly or through intermediate subsidiaries or vice versa also acceptable.
(xi) The requirement by supporting company to maintain more than 50% share-holding between Supporting
Company and Bidding Company till the execution / completion of the contract, has been dispensed with.
(xii) In case Supporting or Ultimate Controlling Company fails to submit Bank Guarantee, EMD/SD submitted
by the bidder shall be forfeited.
(xiii) Authorization letter from one of the Directors of Supporting Company authorising the signatories to
execute the corporate guarantee, duly certified by the Company Secretary of the Supporting Company
shall be required.