52
GLOBAL INVITATION PRE-QUALIFICATION (PQ) FOR REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL) BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX (PQ BOOKLET NO.: PNMM/5001/PQ/001) HINDUSTAN URVARAK AND RASAYAN LTD. (Joint Venture of NTPC Ltd. and Coal India Ltd. ) PREPARED & ISSUED BY PROJECTS & DEVELOPMENT INDIA LTD. (A Govt. Of India Enterprise) PDIL BHAWAN, A-14, SECTOR-1, NOIDA-201301 U.P. (INDIA) July, 2016 HURL

PQ BOOKLET FINAL - Projects and Development India … · setting up of gas-based ammonia-urea complex pq booklet ... including total project management and handing over of new single

Embed Size (px)

Citation preview

GLOBAL INVITATION

PRE-QUALIFICATION (PQ)

FOR

REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL)

BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX

(PQ BOOKLET NO.: PNMM/5001/PQ/001)

HINDUSTAN URVARAK AND RASAYAN LTD.

(Joint Venture of NTPC Ltd. and Coal India Ltd.)

PREPARED & ISSUED BY

PROJECTS & DEVELOPMENT INDIA LTD. (A Govt. Of India Enterprise)

PDIL BHAWAN, A-14, SECTOR-1, NOIDA-201301 U.P. (INDIA)

July, 2016

HURL

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 2 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

TABLE OF CONTENTS

SL. NO. DESCRIPTION

1 ISSUE LETTER OF PQ BOOKLET

2 INSTRUCTIONS TO BIDDERS

3 EXHIBITS

4 BIDDING FORMS

5 APPENDIX - I

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 3 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

ISSUE LETTER

FOR

PQ BOOKLET (GLOBAL INVITATION)

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 4 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

NAME OF PROJECT: REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL

GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL) BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX

PQ BOOKLET NO. PNMM/5001/PQ/001 DATE :18.07.2016 BRIEF SCOPE OF WORK: SUPPLY OF PROCESS LICENSE, BASIC DESIGN, DETAILED ENGINEERING, PROCUREMENT, SUPPLY, MANUFACTURE, FABRICATION, INSPECTION BY THIRD PARTY INSPECTION AGENCY (TPI) AS APPLICABLE, EXPEDITING, INSURANCE, TRANSPORTATION OF ALL EQUIPMENT & MATERIAL TO SITE INCLUDING LOADING, UNLOADING, STORAGE, MAINTENANCE, CONSTRUCTION AND ERECTION OF ALL CIVIL, MECHANICAL, ELECTRICAL AND INSTRUMENTATION WORKS, INSTALLATION, OBTAINING ALL NECESSARY STATUTORY APPROVALS FROM CONCERNED GOVERNMENT AUTHORITIES AS APPLICABLE, TESTING, MECHANICAL COMPLETION, PRE-COMMISSIONING, COMMISSIONING, PERFORMANCE GUARANTEE TEST RUNS INCLUDING TOTAL PROJECT MANAGEMENT AND HANDING OVER OF NEW SINGLE STREAM 2200 MTPD AMMONIA PLANT WITH NATURAL GAS AS FEEDSTOCK AND 3850 MTPD PRILLED UREA PLANT AND ITS ASSOCIATED OFF SITES AND UTILITY FACILITIES ON LSTK (SINGLE POINT RESPONSIBILITY) BASIS, EACH AT FCIL-GORAKHPUR, IN THE STATE OF UTTAR PRADESH, FCIL-SINDRI, IN THE STATE OF JHARKHAND AND HFCL-BARAUNI, IN THE STATE OF BIHAR. Projects & Development India Limited (PDIL), for and on behalf of M/s Hindustan Urvarak and Rasayan Ltd., has the pleasure of inviting eligible bidders to submit Pre-Qualification (PQ) Bids for the subject work in accordance with guidelines prescribed in PQ booklet. The PQ booklet, is placed at PDIL website (www.pdilin.com) and Central Public Procurement Portal (CPP) (https://eprocure.gov.in/) 1.0 INTRODUCTION: 1.1 Govt. of India has decided to revive the existing closed fertiliser unit of FCIL Gorakhpur,

FCIL Sindri and HFCL Barauni. Govt. of India has formed a joint venture of M/s NTPC Ltd. and M/s Coal India Limited

(CIL) by name M/s Hindustan Urvarak and Rasayan Ltd. (HURL) hereinafter also referred to as “OWNER”, for setting up an Ammonia Urea Complex and its Associated off sites & utility facilities at FCIL Gorakhpur, in the State of Uttar Pradesh, FCIL Sindri, in the state of Jharkhand and HFCL Barauni, in the state of Bihar, India.

1.2 Broadly, the project will comprise the following plants and facilities:

(a) 2200 MTPD of Ammonia Plant (b) 3850 MTPD of Urea Plant (c) Associated Offsites and Utility Facilities

1.3 OWNER has retained Projects & Development India Ltd. (PDIL) as the Consultant for the Project.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 5 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

2.0 LOCATION OF THE PROJECT SITE 2.1 The Gorakhpur Fertiliser Factory is located at a site about 12 km north from Gorakhpur

town in eastern part of Uttar Pradesh. It has excellent connectivity both by road and rail. The nearest airport Gorakhpur Air Port is situated at a distance of about 9 km from Railway Station (21 km from Fertiliser Factory) and has flights to and from Delihi via Lucknow and Kolkata via Patna.

2.2. The exsisting Sindri unit of FCIL is located in the district of Dhanbad in the state of

Jharkhand. Sindri is well connected with major cities by rail/road. Dhanbad district head quarter is about 26 KM from Sindri and in an important division head quarter of East Central Railway. The historical Grand Trunk Road and National Highway NH-02 connecting Kolkata and Delhi passes only about 25KM from Sindri Factory area.

2.3 Barauni unit of Hindustan Fertilizer Corporation Ltd. (HFCL) having Ammonia Urea

Plants along with all associated facilities and township is located in the Begusarai district of Bihar. Broad gauge Railway Station (Barauni) is at a distance of 0.8 km from the plant site. The Barauni Refinery of IOCL lies adjacent to the fertilizer plant. The plant is well connected by rail and road. National Highways No. 31 passes nearby. The nearest airport is at Patna about 100 km from Barauni.

3.0 Pre-qualification (PQ) Bids are hereby invited from competent bidders with sound

technical and financial capability meeting the respective pre-qualification requirement as per Instructions to Bidders.

4.0 Pre-qualification (PQ) booklet can be downloaded from PDIL website (www.pdilin.com)

and CPP portal (https://eprocure.gov.in/). Request for sending document by post, courier or any other mode will not be entertained.

5.0 Evaluation of Pre-Qualification shall be carried out as specified in pre-qualification

booklet. 6.0 PQ Booklet, downloaded from websites/ CPP portal and duly signed and stamped by

the authorized official along with PQ Bids with all information and supporting documents shall be submitted in Six copies ( 1 original + 5 copies + 1 CD (soft format of PQ) to Shri. P.R.SAHU, Addl. General Manager (M.M), Projects & Development India Ltd., PDIL Bhawan, A-14, Sector-1, NOIDA – 201301, Distt. Gautam Budh Nagar (U.P) latest by 12:00 Hrs. IST on 01.09.2016. The bid will be opened on same day at 14.30 Hrs IST. Bidders shall ensure submission of complete information / documentations in the first instance itself. Prequalification may be completed based on the details so furnished without seeking any subsequent additional information. The soft copy of the PQ bid submitted in CD form shall be in a non-editable secured format. The Bidder shall submit an undertaking along with the PQ bid that the information submitted in the CD form is a true copy of the PQ bid submitted in hard copy form.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 6 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

7.0 SALIENT FEATURES OF PQ DOCUMENT

7.1 PQ Booklet No PNMM/5001/PQ/001, Date 18.07.2016 7.2 Last Date & Time for

Submission of Pre-Qualification Bid

01.09.2016, 12:00 hrs (IST)

7.3

Date & Time of opening of Pre-Qualification Bid

01.09.2016, 14:30 hrs (IST), Venue: PDIL Bhawan, Noida

7.4 Address for Communication

Projects & Development India Limited, (Materials Management Department) P.D.I.L Bhawan, A-14, Sector-1, Noida, (PIN 201301) Dist. Gautam Budh Nagar (UP). (India) Kind Attention: Mr.P.R.Sahu, Addl. General Manager (M.M) Fax no. : +91-120-2529801 Tel no. : +91-120-2544063 E-mail : [email protected] / [email protected] / [email protected]

7.5 Bids to be submitted at Projects & Development India Limited, (Materials Management Department) P.D.I.L Bhawan, A-14, Sector-1, Noida, (PIN 201301) Dist. Gautam Budh Nagar (UP). (India) Kind Attention: Mr.P.R.Sahu, Addl. General Manager (M.M) Fax no. : +91-120-2529801 Tel no. : +91-120-2544063 E-mail : [email protected] / [email protected] / [email protected]

8.0 Submission of PQ booklet and/or submission of PQ bids by itself shall not amount to

pre-qualification or entitle the Bidder to participate in the bidding. 9.0 OWNER / Consultant will not be responsible for any costs or expenses incurred by the

Bidder in connection with preparation or delivery of PQ Bids including costs and expenses incurred by the Bidder during prequalification.

10.0 Submission of PQ bids vide fax & e-mail shall not be accepted. The PQ Bids submitted

shall be signed and sealed in Original. To the extent possible documents shall be submitted in original duly signed by authorized representative. For others Xerox copies

~

~tl PRE-QUALIFICATION BOOKLET

FOR

2200 MTPD AMM ONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO . REV

HURLPNMM/5001/PQ/001 0

SHEET 7 OF 52

of documents duly authenticated and signed in origin al by auth orized representative of the Bidder shal l be submitted .

11.0 OWN ER / Cons ultan t reserve the right to reject any or all PO bids at the ir sole discretion wi thout assi gning any reason whatsoe ver .

12.0 Can vassing in any form by the Bidde r or by any other Bidder on thei r beh alf may lead to disqualification of their PO bid.

13.0 Clarification, if any, can be obtained from Addl . General Manager (Ma terials) on E-mail 10 • prsahu@pdilin .com, anjal [email protected], mksenapati@pdilin .com; Fax Nos . +9 1 -120 - 2529801, 2541493, Te lephone No. +91 - 120 - 2544063 citing reference of PO Booklet.

14.0 No extension in time for submission of PO bid shall be permitted.

15.0 Interested ,bidders are requested to confirm thei r intenti on of submitting the PO bid to POlL, by 01 .08.2016 through e-ma il.

For & on behalf of p'm,opment India ltd. (PDIL)

(P RSAHU) Addl. General Manager (M.M)

FORM NO 02-0000-0021 F2 REV3 All rights reserved

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 8 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

INSTRUCTIONS

TO

BIDDERS

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 9 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

PREAMBLE India is a largely agrarian economy and with its growing population and rapid economic growth, the demand for food products is strong. Evidently, this has resulted in sustained increase in agricultural production and productivity. As a result the demand for fertilizer for agricultural production has also been increasing at rapid pace so much so that the demand for fertilizers is always higher than the domestic production of fertilizer and the country has to rely on imports. There are 30 Urea producing units in the country. However, there is no new green field Urea complex since 1995 (Kribhco-Shyam) & No Brown Field expansion since 1998 of CFCL (Gadepan-2). In 2014-15, against the demand of urea of 30.61 MMT, total domestic urea production was 22.59 MMT leading to imports of about 8MM and the gap had to be filled up by imports through Canalizing Agencies. The future outlook of urea demand predicts quantum jump from the 2015-16 consumption level of 328.58 Lakh MT(LMT) to 353.07 LMT in 2019-20 and 380.9 LMT in 2024-25. To keep pace with this increasing demand, it is necessary to increase the domestic production of Urea to bridge the demand-supply gap on a sustained basis in the foreseeable future. Under the “Make-in-India” initiative, Govt. of India has adopted a multi-pronged strategy to increase domestic production of Urea which inter-alia includes expansion and capacity addition of existing Urea plants, setting new Fertilizer plants aided by Gas Pooling mechanism to supply at uniform delivered price to all the fertilizer plants on gas grid for production of urea. As part of implementation of the above strategy, GOI has entrusted 3 PSUs namely Coal India Ltd. (CIL), NTPC Ltd. and Indian Oil Corporation Limited (IOCL) to revive the closed fertilizers plants of Fertilizers Corporation of India Ltd. (FCIL) located at Sindri & Gorakhpur and Hindustan Fertilizer Corporation Limited (HFCL) located at Barauni. CIL and NTPC Ltd. have executed a Joint Venture Agreement and registered a company in the name of Hindustan Urvarak and Rasayan Limited (HURL) with its registered office at Kolkata. IOCL is also likely to join the JV Company in near future. HURL has decided to set up new Ammonia-Urea complex at Gorakhpur, Sindri and Barauni through Lump Sum Turnkey (LSTK) mode. The proposed capacity of each plant is 2200 MTPD of Ammonia and 3850 MTPD of Urea. In order to evince interest from LSTK contractors globally for setting up the proposed ammonia-urea complex in the aforesaid 3 locations, HURL is hereby floating a global tender to reach out the interested parties to participate in the pre-qualification process. In order to participate in the process, the interested parties have to submit data/information as furnished in the PQ Booklet.

1.0 INTRODUCTION M/s Hindustan Urvarak and Rasayan Ltd., joint venture of M/s NTPC Ltd. and M/s

Coal India Limited (CIL) hereinafter also referred to as “OWNER”, has been incorporated for setting up an Ammonia Urea Complex and its associated off sites & utility facilities at FCIL Gorakhpur, in the State of Uttar Pradesh, FCIL Sindri, in the state of Jharkhand and HFCL Barauni, in the state of Bihar, India.

1.1 OWNER has retained Projects & Development India Ltd. (PDIL) as the

Consultant for the Project.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 10 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

1.2 Broadly the project will comprise the following Plants and Facilities :

(a) 2200 MTPD of Ammonia Plant (b) 3850 MTPD of Urea Plant (c) Associated Offsites and Utility Facilities

2.0 DEFINITIONS 2.1. ‘Owner’ shall mean M/s Hindustan Urvarak and Rasayan Ltd. having their Registered

Office at 10, Netaji Subhas Road, Kolkata-700001, West Bengal, India. 2.2. ‘Consultant’ shall mean M/s. Projects & Development India Limited having their

Registered Office at PDIL Bhawan, A-14, Sector-I, Noida, India which expression shall include their successors and assigns.

2.3. ‘PQ’ shall mean Pre-qualification. 2.4. ‘PQ Bid’ shall mean the bid submitted by Bidder(s) for Pre-qualification in response to

this ‘PQ Booklet’ 2.5. ‘Bidder/Contractor’ shall mean the sole bidder or leader of a Consortium who shall

submit or who have submitted the PQ Bid in response to PQ Booklet. 2.6. ‘Pre-qualified Bidder’ shall mean the Bidder who shall be pre-qualified by OWNER

for the issuance of the Bidding Document under a single LSTK Package as under.

PLANT/OFFSITES CAPACITY ( in MTPD)

AMMONIA PLANT 2200

UREA PLANT 3850 ASSOCIATED OFF SITES & UTILITY FACILITIES

Adequate Capacity to meet requirements for the proposed Ammonia-Urea Plants.

2.7. ‘Bidding Document/ Main Bidding Document’ shall mean the document which shall be issued to the Pre-Qualified Bidder for submission of their LSTK Bid.

2.8. ‘LSTK’ shall mean Lumpsum Turnkey Project and shall be executed on LSTK basis as

per the scope of work defined in this PQ booklet. 2. 9 ‘Licensor’ shall mean agency responsible for the supply of License, basic design and

process package for the proposed project. 2.10 ‘Experience Criteria’ shall mean the minimum experience criteria as specified herein

refer clause 3.0 of Instructions to bidders). 2.11 ‘Financial Criteria’ shall mean the minimum single Contract Value and Annual

Turnover criteria as specified herein ( refer clause 3.0 of Instructions to bidders). 2.12 ‘LSTK Contractor’ shall mean the successful bidder whose services shall be

obtained for supply of Process License, Engineering, Procurement, Supply and

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 11 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

Construction of Unit/Facilities/System on package basis covered under scope of work as stated in (Clause no 4.0 of Instructions to bidders).

2.13 ‘LSTK Bid’ shall mean the bid to be submitted by the Pre Qualified Bidder in

response to the Bidding Document issued by OWNER/Consultant. 2.14 ‘Multidisciplinary’ shall mean part or all items / equipment /supplies and works

involving either or all process, civil, mechanical, electrical, instrument engineering. 2.15 ‘Ammonia Plant & Urea Plant’ will include single stream of 2200 MTPD Ammonia

Plant and 3850 MTPD Prilled Urea Plant and its Associated off sites & utility facilities required for trouble free operation of the plants.

2.16 ‘Consortium’ means an association of not more than three(3) members for

successful execution of the Fertilizer project. 2.17 All headings of the clauses in this document are broadly indicative of the contents of

the clauses and not as a summary of the contents thereof. 2.18 Unless otherwise specifically stated, the singular shall include the plural and vice

versa. 3.0 PREQUALIFICATION CRITERIA:

Pre-qualification (PQ) Bids are hereby invited from competent agencies with sound technical and financial capability meeting the respective pre-qualification requirement stated hereunder:

3.1 PQ Criteria for a Single Bidder

3.1.1 Technology Criteria The Bidder should be capable of providing Process License and Basic Design

Package of proven performance for a 2200 MTPD Single Stream Ammonia Plant and 3850 MTPD Prilled Urea Plant from reputed Process Licensers as required below. Technology once selected and offered by the Bidder cannot be changed.

a) Ammonia Technology : The Ammonia Technology proposed by Bidder shall have a reference of at least

one single stream plant/unit of minimum 1700 MTPD capacity which is operating successfully for last 3 years. Bidder shall submit documentary proof for the same. Bidder shall, along with the PQ bid, also submit MoU/ letter of undertaking from process licensor for technology tie up for the proposed project.

b) Urea Technology : The Urea technology proposed by Bidder shall have a reference of at least one

plant of minimum 3000 MTPD capacity which is operating successfully for last 3 years. Bidder shall submit documentary proof for the same. Bidder shall, along with the PQ bid, also submit MoU/ letter of undertaking from process licensor for technology tie up for the proposed project

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 12 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

3.1.2 Experience Criteria 3.1.2.1 The Bidder should be an established LSTK Contractor in any of the field of Fertilizer,

Oil & Gas, Petrochemicals, Hydrocarbon industries and should possess experience of having successfully completed with - single point responsibility at least one Ammonia Plant of Minimum Capacity of 1350 MTPD and one Urea Plant of Minimum Capacity of 1700 MTPD within a period of last twenty (20) years on Lumpsum Turnkey (LSTK) basis with scope of work comprising of supply of Process License, Basic Design and Detailed Engineering, Procurement, supply, construction and erection of all civil, mechanical, electrical and instrumentation works, Testing, Pre-commissioning, Commissioning and Guarantee Test of completed individual plants. Such fertilizer plant should be in satisfactory operation for at least three years from the date of Acceptance after successful guarantee test. Bidder shall submit documentary proof for the same and a Certificate of successful Guarantee Test issued by the owner will have to be produced by the bidder in support of fulfilling this criteria.

3.1.2.2 The Bidder, meeting the requirements as per Clause 3.1.2.1 above, must have

executed in any of the field of Fertilizer, Oil & Gas, Petrochemicals, Hydrocarbon industries during last twenty (20) years ending last day of month previous to the one in which applications are invited, should be either of the following:

One completed work costing not less than INR 37 billion or US $ 566 million Or Two completed work each costing not less than INR 23 billion or US $ 354 million Or Three completed work each costing not less than INR 18 billion or US $ 283 million

To meet the above criteria, Bidder shall submit copies of work order and completion certificate as documentary proof for the same.

3.1.2.3 In case the Bidder intends to engage the services of a sub contractor for Detailed

Engineering for the proposed project then the bidder shall give an undertaking along with the PQ bid that he will engage the services of only reputed detailed engineering consultant having experience of carrying out detailed engineering of similar capacity plants as stated in clause 3.1.2.1 above. Bidder shall submit the reference list of such plants for which the proposed detailed engineering consultant has carried out detailed engineering.

3.1.3 Financial Criteria: 3.1.3.1 Average Annual financial turnover during the last three (3) preceding financial

years i.e. 2015-2016, 2014-2015 and 2013-2014 or calendar years 2015, 2014 and 2013 of the bidder meeting the requirement as per clause 3.1.2.1 above, should be at least INR 15 billion Or US $ 236 million (to be eligible for 1 project)& INR 30 billion or US $ 472 million (to be eligible for 2 projects). (Refer Notes in EXHIBIT-4)

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 13 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

3.1.3.2 Net Worth should not be less than 100% (hundred percent) of the bidders paid up share capital as on the last day of the preceding financial year. (Refer Notes in EXHIBIT-4)

To meet the above criteria, Bidder shall submit Audited Annual Report (Balance

Sheet and Profit & Loss account) of the company for the last three (3) financial years i.e 2015-2016, 2014-2015 and 2013-2014 or calendar years 2015, 2014 and 2013.

3.2. PQ Criteria for a Consortium with Joint and Several Responsibilities: 3.2.1 The total number of Consortium members including their leader shall not exceed

three(3). 3.2.2 Technology Criteria At least one of the Consortium members should be capable of providing Process

License and Basic Design Package of proven performance for a 2200 MTPD Single Stream Ammonia Plant and/or 3850 MTPD Prilled Urea Plant as detailed below. Technology once selected and offered by the Bidder cannot be changed.

a) Ammonia Technology :

The ammonia technology proposed by Bidder shall have a reference of at least one single stream plant of minimum 1700 MTPD capacity which is operating successfully for last 3 years. Bidder shall submit documentary proof for the same. Bidder shall, along with the PQ bid, also submit MoU/ letter of Undertaking from process licensor for technology tie up for the proposed project.

b) Urea Technology : The Urea technology proposed by Bidder shall have a reference of at least one plant of minimum 3000 MTPD capacity which is operating successfully for last 3 years. Bidder shall submit documentary proof for the same. Bidder shall, along with the PQ bid, also submit MoU/ letter of Undertaking from process licensor for technology tie up for the proposed project.

3.2.3 Experience Criteria (Consortium) 3.2.3.1 The lead Consortium member should be at least an established LSTK Contractor in

any of the field of Fertilizer, Oil & Gas, Petrochemicals, Hydrocarbon industries. However, the Consortium members among themselves should possess experience of having successfully completed on Lumpsum Turnkey (LSTK) basis with a single point responsibility one Stream Ammonia Plant of Minimum Capacity of 1350 MTPD and one Urea Plant of Minimum Capacity of 1700 MTPD with scope of work comprising of supply of Process License, Basic Design and Detailed Engineering, Procurement, supply, construction and erection of all civil, mechanical, electrical and instrumentation works, Testing, Pre-commissioning, Commissioning and Guarantee Test of completed individual plants within a period of last twenty (20) years. These plants should be in satisfactory operation for at least three years from the date of Acceptance after successful guarantee test. A Certificate of successful Guarantee Test issued by the owner will have to be produced by the Bidder in support of fulfilling this criterion.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 14 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

3.2.3.2 The Lead Bidder of the Consortium, meeting the requirements as per Clause 3.2.3.1

above, must have executed in any of the field of Fertilizer, Oil & Gas, Petrochemicals, Hydrocarbon industries during last twenty (20) years ending last day of month previous to the one in which applications are invited, should be either of the following:

One completed work costing not less than INR 37 billion or US $ 566 million Or Two completed work each costing not less than INR 23 billion or US $ 354 million Or Three completed work each costing not less than INR 18 billion or US $ 283 million

To meet the above criteria, Bidder shall submit copies of work order and completion

certificate as documentary proof for the same. 3.2.3.3 In case the Consortium intends to engage the services of a sub contractor for

Detailed Engineering for the Proposed project then the Consortium shall give an undertaking along with the PQ bid that it will engage the services of only reputed detailed engineering consultant having experience of carrying out detailed engineering of similar capacity plants as stated in clause 3.1.2.1 above. Bidder shall submit the reference list of such plants for which the proposed detailed engineering consultant has carried out detailed engineering.

3.2.4 Financial Criteria (Consortium): 3.2.4.1 Average Annual financial turnover of the Lead Bidder of the Consortium during the

last three (3) preceding financial years i.e. 2015-2016, 2014-2015 and 2013-2014 or calendar years 2015, 2014 and 2013 of the bidder meeting the requirement as per clause 3.2.3.1 above, should be at least INR 15 billion Or US $ 236 million (to be eligible for 1 project) or INR 30 billion or US $ 472 million (to be eligible for 2 projects). (Refer Notes in EXHIBIT-4)

3.2.4.2 Average Annual financial turnover of each other Consortium members, during the

last three (3) preceding financial years i.e. 2015-2016, 2014-2015 and 2013-2014 or calendar years 2015, 2014 and 2013 of the bidder meeting the requirement as per clause 3.2.3.1 above, should be at least INR 7.5 billion Or US $ 118 million (to be eligible for 1 project)& INR 15 billion or US $ 236 million (to be eligible for 2 projects). (Refer Notes in EXHIBIT-4)

3.2.4.3 Net Worth should not be less than 100% (hundred percent) of the bidders paid up

share capital as on the last day of the preceding financial year. (Refer Notes in EXHIBIT-4)

To meet the above criteria, Bidder shall submit Audited Annual Report (Balance

Sheet and Profit & Loss account) of the company for the last three (3) years i.e 2015-2016, 2014-2015 and 2013-2014 or calendar years 2015, 2014 and 2013.

3.2.5 Consortium leader & distribution of work

The Lead Bidder of the Consortium shall be directly responsible for execution of the contract and all the activities of the Project.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 15 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

The identification of the Lead Bidder of the Consortium and the distribution of work

amongst the Consortium members will be clearly indicated and set forth in the PQ 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 Notarially Authenticated Declaration to this effect as per Appendix- I of PQ booklet 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 the PQ bid.

4.0 BRIEF SCOPE OF WORK

The LSTK Contractor shall be required to execute a new Single Stream 2200 MTPD Ammonia Plant with Natural Gas as feedstock supplied by OWNER at battery limit and 3850 MTPD prilled Urea Plant and its Associated off Sites and Utility Facilities on LSTK basis each at FCIL-Gorakhpur, in the state of Uttar Pradesh, FCIL-Sindri, in the state of Jharkhand and HFCL-Barauni, in the state of Bihar for Hindustan Urvarak and Rasayan Ltd.(HURL). The brief scope of work of the LSTK Contractor shall include supply of Process License, Basic Design, Detailed Engineering, Procurement, Supply, Manufacture, Fabrication, Inspection By Third Party Inspection Agency (TPI) as applicable, Expediting, Insurance, Transportation af all Equipment & Material to Site including Loading, Unloading, Storage, Maintenance, Construction and Erection of all Civil, Mechanical, Electrical And Instrumentation Works, Installation, Obtaining all Necessary Statutory Approvals from concerned Government Authorities as Applicable, Testing, Mechanical Completion, Pre-Commissioning, Commissioning, Performance Guarantee Test Runs including Total Project Management and Handing over of the concerned unit on single point responsibility basis

5.0 TERMS AND CONDITIONS

5.1 Cost of bidding

The Bidder shall bear all costs associated with the preparation or delivery of its PQ Bid, participating in discussions etc. including costs and expenses related with visits to the Site(s). OWNER / Consultant will in no case be responsible or liable for those costs and expenses regardless of the outcome of the bidding process.

5.2 Language of PQ Bids

The Bid and all correspondence incidental and related to Bid shall be written in

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 16 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

English Language. Any printed literature and document submitted in any other language, should be accompanied by authenticated English translation, in which case, for purpose of interpretation of the Bid, English translation shall govern. Responsibility for correctness in translation shall lie with the Bidders.

5.3 Availability of PQ Booklet

Pre-qualification (PQ) booklet can be downloaded from PDIL website (www.pdilin.com) and CPP portal (https://eprocure.gov.in/). Request for sending document by post, courier or any other mode will not be entertained.

5.4 Secrecy agreement

All technical information that shall be embodied in the main bidding document will be considered as confidential. Prequalified Bidders will not use for any other purpose or disclose confidential information to any third party without prior written approval of OWNER.

5.5 OWNER / Consultant reserves their right to call for originals of the supporting documents for verification, if so deemed fit and also to cross check for any details as furnished by the Bidder from their previous Clients / Consultants. The Bidder shall have no objection whatsoever in this regard.

5.6 OWNER / Consultant reserves the right to assess Bidder’s capability and capacity to

perform the assignment by taking into account various aspects such as concurrent commitments, resources available, etc., should the circumstances so warrant such assessment in the overall interests of the Project.

5.7 OWNER / Consultant reserves the right to make use of available in-house data also

for prequalification of agencies who have submitted PQ bids for prequalification. 5.8 BID EVALUATION 5.8.1 While evaluating the Bidder’s conformity with Minimum Experience Criteria, the

following consideration shall be applied.

a) Only such works shall be taken into consideration, the details of which have been submitted by the Bidder along with copy of Work Order/ notification for award, copy of completion certificate and proof that unit was in operation.

b) Copy of work order/ notification for award of work is a mandatory document

which establishes that the Bidder has been awarded a work which meets the minimum single contract mentioned under Experience Criteria, Clause no. 3.0 above.

c) Similarly ‘Certificate of Acceptance after Performance Guarantee Test Run’ is a mandatory document which establishes that the Performance Guarantee Test Run of Plant under reference has been successfully completed.

d) Proof of operation of Plant is also a mandatory document to establish that plant

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 17 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

was in operation for at least three years from the date of Acceptance after Performance Guarantee Test Run of Plant.

e) In case these mandatory documents as required under (b) to (d) above are not enclosed, such works may not be considered as meeting/ contributing the Experience Criteria.

For evaluating, only such Financial details shall be taken into consideration, which have been submitted by the Bidder as per Exhibits and Bidding Forms.

6.0 PREPARATION / SUBMISSION OF PQ BIDS

6.1 PQ Bid outline requirements

All Bidding Forms/ Exhibits, duly filled in, as stipulated in this PQ booklet shall be submitted along with PQ bid, Bidder is required to make a proposal in a format as outlined below in order to achieve the objective of maintaining a uniform proposal structure from all the Bidders. This requirement must be adhered to by all the Bidders:

CHAPTER – I Letter of submission and synopsis of the proposal covering the Technical details for proposed project: (a) Concept note (b) process license / technology proposed.

CHAPTER – II 1. Organisation Profile covering (a) Name & address of the organisation with telephone, fax, e.mail nos. with contact persons (b) history & structure of the organisations with names of directors & chief executives (c) name & addresses of the commercial banks.

2. Copy of Article of Association of the Company or Board

Resolution mentioning Chairman/ Chief Executive Officer / Managing Director of the Company.

3. Memorandum of Understanding among the Consortium

partners mentioning their area of responsibility and percent liability in financial terms in executing this contract on LSTK Basis.

4. A copy of MOU/ letter of undertaking by the Process

Licenser to the Bidder stating clearly that the Process Licenser will provide the Process License and Basic Design to the Bidder in case they are successful for award of the contract for the said Project.

5. A copy of MOU between the Detailed Engineering

Consultant (in case the Bidder themselves are not the detailed designer) and Bidder that they will carry out the assignment on award of the work order on the Bidder. A reference list of such plants for which the proposed detailed engineering consultant has carried out detailed engineering shall also be furnished.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 18 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

CHAPTER – III 1. Bid qualification criteria (BQC) in favour of Technology

Criteria (Ammonia) as per Exhibit-1. Bid qualification criteria (BQC) in favour of Technology Criteria (Urea) as per Exhibit-2.

2. Bid qualification criteria (BQC) in favour of Experience

on LSTK basis as per Exhibit-3 and in favour of Financial Criteria as per Exhibit-4.

The Bidder shall ensure that the following documents/information are submitted along with PQ Offer failing which Bid may be rejected:

a) Copies of Work Orders, Performance data sheets of

operating plants under reference and completion certificates in support of prequalification requirement.

b) Annual audited report statement for the last 3 (three)

financial years i.e. 2015-2016, 2014-2015 and 2013-2014 or year ending 2015,2014 and 2013. This shall be a verifiable statement of annual accounts certified by a Chartered Accountant or Public Accountant in the form of printed annual reports or similar document.

CHAPTER – IV 1. Responsive Offer Criteria (ROC) as per Form-1 2. Bidder’s concurrent commitment as per Form-2 3. Confirmation regarding Mandatory requirements as per

Form-3 CHAPTER – V Methodology of Execution as per Form-4

Bidder shall ensure that following details are also furnished: a) Details of design & engineering facilities and manpower

/ organization available with Bidder for carrying out detailed engineering. Where Bidder does not have such facilities / manpower in-house or where in-house facilities / manpower are inadequate, the Bidder shall confirm that he is willing to engage an engineering sub-contractor duly approved by OWNER / Consultant. The proposed engineering sub-contractor shall be identified and detailed information provided in the PQ Bid for purpose of evaluation by OWNER / Consultant.

b) Construction Philosophy/ Methodology (including sub-

contractor and their details): Details of construction methodology proposed for

execution of work, with due consideration to OSHA regulations, under reference and design and engineering facilities available with Bidder. Bidder shall

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 19 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

also furnish details of construction equipment available with the Bidder and construction methodology adopted on the similar previous Projects completed by them.

CHAPTER-VI Bidder’s Organisation chart as per Form-5

CHAPTER-VII In this section, Bidder is required to submit details pertaining

to company information, legal status, place of registration, principal place of business of the company, etc. along with Bidder’s Organisation details as per Form-6.

CHAPTER-VIII

1. Health and Safety as per Form-7 2. Quality Assurance details as per Form-8 3. Industrial Relationship as per Form-9 4. Qualification and Experience of Technical Personnel as

per Form-10 5. Litigation/Arbitration Details as per Form-11 6. Self Declaration against Holiday / Black-listing as per

Form-12 CHAPTER-IX In this section, Bidder is required to submit:

1. Power of attorney on behalf of signatory of the bid.

2. Bidder’s estimation of resources required in terms of

manpower and tools and tackles for each package. 3. “Original” PQ booklet, downloaded from website/CPP

Portal, duly signed and stamped by the Bidder. CHAPTER-X Any other information to be submitted by the bidder as per

PQ Booklet. Bidder may also submit any other information they desire to submit on their own to supplement their capability.

CHAPTER-XI (In case of Consortium)

1. Appendix-I

2. Undertaking by the leader of Consortium to carry single point responsibility of the submitted bid and implementation of the project.

In case of Consortium bid, the bid shall be signed by duly authorized signatory of each of the Consortium members. The division of responsibility of each member is to be mentioned in the PQ bid itself. The same will be subject to acceptance by OWNER/Consultant. Subsequently, the Consortium members will not be allowed to change their responsibility. Further, in case of Consortium the above details as outlined in 6.1, for each partner shall be furnished, wherever applicable.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 20 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

The Bid must be complete in all respects leaving no scope for ambiguity. It is in the interest of Bidder to submit complete and comprehensive proposal leaving no scope for OWNER / Consultant to raise any further questionnaires as the proposal may only be evaluated on the basis of what has been submitted by the Bidder in the first instance in order to adhere with very strict Project Schedule requirements.

Complete PQ BID shall be serially page numbered and indexed in detail. Wherever reference to any document is made in support of pre-qualification criteria, the relevant page number of such document shall be clearly indicated. All strikeouts, corrections etc. shall be duly authenticated by affixing the signature along side. PQ Bids shall not have any corrections made with correcting fluid. Such bids shall not be taken up for further evaluation.

6.2 Submission of bids

6.2.1 PQ booklet marked original is required to be signed and stamped on each page and returned along with PQ bid as token of acceptance.

Bidders are advised to submit PQ bids strictly based in accordance with requirement mentioned vide clause 6.1 above. All signatures in bids shall be dated and shall bear a seal of the bidder. In addition, all pages of the bids shall before submission of the bid shall be initialed at lower right hand corner by the Bidder or by a person holding a Power of Attorney authorizing him to sign on behalf of the bidder. Sealed PQ Bid shall contain one original and five copies plus 1 CD (PQ in soft format) along with all necessary documents shall be sent, at the following addresses on or before 01.09.2016 by 12:00 Hrs. (IST).The bid will be opened on same day at 14.30 Hrs (IST).

PROJECTS & DEVELOPMENT INDIA LIMITED, (Materials Management Department) P.D.I.L Bhawan, A-14, Sector-1, Noida , (India) Tel No. :+91 -120-2529842, 843, 847, 849 Fax No.:+91- 120-2529801

Attention: Mr. P.R.SAHU Addl. General Manager (M.M) Tel no. :+91-120- 2544063 (Direct) E-mail :[email protected] / /[email protected]/[email protected]

ENVELOPE will be clearly marked as “PQ Bid for Ammonia and Urea Plant on LSTK Basis at FCIL-Gorakhpur, FCIL-Sindri & HFCL-Barauni”, and shall carry the PQ Document No., Contractor’s name and address. The soft copy of the PQ bid submitted in CD form shall be in a non-editable secured format. The Bidder shall submit an undertaking along with the PQ bid that the information submitted in the CD form is a true copy of the PQ bid submitted in hard copy form.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 21 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

6.2.2 If the ENVELOPE is not sealed and marked properly, OWNER/Consultant will assume no responsibility for the Bid’s misplacement or premature opening.

6.2.3 In addition to above, Envelope shall indicate the name and address of the bidder to

enable the bid to be returned unopened in case it is declared to have been received “Late”.

6.2.4 PQ bids sent by Fax / E-mail will not be accepted. 6.2.5 Each Bidder shall submit only one bid. A Bidder who submits more than one bid will

be rejected. 7.0 Bid Qualification Criteria (BQC) 7.1 OWNER / Consultant will examine the PQ Bids for their completeness, whether the

documents have been signed, and whether the details furnished are generally in order.

7.2 OWNER / Consultant reserve the right not to seek any clarification on documents

submitted in support of prequalification requirements and evaluate the PQ bids as on “Received basis”.

7.3 Bidder intending to participate shall meet the prequalification requirement stated in

clause 3.0 above. Only those Bidders who meet the ‘Technology Criteria’, ‘Experience Criteria’ and ‘Financial Criteria’ as specified under Clause 3.0 shall be considered as meeting the minimum Pre-qualification requirements failing which such bidders will not be Pre-qualified.

7.4 Owner’s right to accept any PQ bid and reject any or all PQ bids.

The OWNER / Consultant reserves the right to accept or reject any PQ bid and to annul the Bidding process and reject all PQ bids at any time without thereby incurring any liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the grounds for the Owner’s action.

7.5 Contacting the OWNER / Consultant No Bidder shall contact the OWNER / Consultant on any matter relating to its PQ Bid

from the time of submission of PQ Bid, unless requested so in writing. Any effort by a Bidder to influence the OWNER / Consultant in the Owner’s decisions in respect of PQ Bid evaluation will result in the rejection of that Bidder’s PQ Bid.

7.6 General information Following information is provided to Bidder for Bidding purpose:

a) Proposed works are to be carried out for M/s Hindustan Urvarak and Rasayan Ltd. (HURL), a joint venture of M/s NTPC Ltd. and M/s Coal India Limited (CIL) hereinafter also referred to as “OWNER”, at FCIL Gorakhpur, in the State of Uttar Pradesh, FCIL Sindri, in the state of Jharkhand and HFCL Barauni, in the state of Bihar, India and work procedures shall be in line with requirements pertaining to safety, operation and maintenance of the same.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 22 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

b) Payment for execution of proposed works is assumed to be made both in

foreign currency and Indian currency. 8.0 MANDATORY REQUIREMENTS 8.1 Litigation/Arbitration 8.1.1 Bidder shall give number and details of any litigation / arbitration proceedings

presently under process or have undergone earlier with respect to the works executed by Bidder during last 5 years.

8.1.2 Bidder submitting their PQ details shall not be under liquidation, court receivership or

similar proceedings. 8.2 Specific Requirements for Engineering and Construction: 8.2.1 Bidder shall have a design Organization with adequate strength of technical

personnel and supporting design tools / aids and shall have extensively used 3D Modeling based on PDS/PDMS Software for design of their past project.

8.2.2 Following methodology shall be followed for carrying out Engineering Work. The

Bidder must follow the same for executing the Engineering work. 8.2.2.1 Review of model / drawings and documents issued by LSTK Contractor shall be

carried out by Owner/Consultant. 8.2.2.2 Complete Engineering shall be carried out at a single office on dedicated Task Force

Basis, unless otherwise specifically required elsewhere, as per this PQ Booklet. 8.2.2.3 Engineering shall be carried out with adequate strength of engineering personnel and

support design aids. 8.2.2.4 Engineering shall be carried out through extensive use of latest design software

including 3D Modelling with PDMS/PDS software. Adequate number of workstations shall be deployed, commensurate with the project schedule. Bidder must furnish details of the number of available workstations along with the Bid.

8.2.2.5 During construction period, field engineering services shall be required and have to

be provided. 8.3 All the details / documents submitted along with PQ proposal which have been

considered for evaluation of Pre-qualification shall form as the minimum commitments from Bidder and shall form part of Contract document to that extent.

8.4 Bidder shall ensure that as a minimum, the following activities are performed by them

directly and not subcontracted.

i) Project Management

ii) Planning, Scheduling, Monitoring

iii) Detailed Engineering

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 23 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

iv) Procurement

v) Construction Management

vi) Quality Assurance (Project Management) and Safety Management.

vii) Pre-commissioning/commissioning. However, if it is unavoidable, Detailed Engineering may be carried out by engaging an

Engineering sub-contractor as per Clause 3.1.2.3 and 3.2.3.3. Bidder should identify key Engineering personnel who will review, approve and monitor the activities at the sub-contractor’s office.

All sub-contractors proposed to be deployed shall be subject to approval by Owner /

Consultant. Once approved, bidder will not be allowed to change the Engineering Sub-Contractor, subsequently.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 24 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

EXHIBITS

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 25 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

LIST OF EXHIBITS

Bidder to submit following EXHIBITS duly filled in:

EXHIBIT – 1 BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF TECHNOLOGY CRITERIA (AMMONIA) ( REF CLAUSE 3.1.1(a) OR 3.2.2 (a))

EXHIBIT – 2 BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF TECHNOLOGY CRITERIA (UREA) ( REF CLAUSE 3.1.1(b) OR 3.2.2 (b))

EXHIBIT – 3 BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF EXPERIENCE CRITERIA ( REF CLAUSE 3.1.2, OR 3.2.3)

EXHIBIT – 4 BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF FINANCIAL CRITERIA ( REF CLAUSE 3.1.3 / 3.2.4)

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 26 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

EXHIBIT-1

NAME OF PROJECT: REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL) BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX

BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF TECHNOLOGY CRITERIA

(AMMONIA) (REF CLAUSE 3.1.1(a) OR 3.2.2 (a))

Bidder shall furnish details with reference to the work, which pre-qualify them in line with Technology Criteria mentioned under Clause 3.1.1(a) OR 3.2.2 (a) of “Instructions to Bidders”. 1.0 REFERENCES OF AMMONIA PLANT WITH PROPOSED TECHNOLOGY SL. NO. DESCRIPTION

PROJECT – 1, 2 etc. (Separate sheets for each

Project) 1. Project name and description

( Please Specify the name of Process licensor also )

2. Capacity of Single Stream Ammonia plant (Minimum 1700 MTPD), operating successfully for the last three years

3. a) Date / month / year of award / commencement of Project

b) Date / month / year of commissioning of Project

4. Scope of responsibilities for : Identify the company’s name for each job executed as detailed below

(a) Supply of Process License, Basic Process Design/Engineering

(b) Detailed Engineering

(c) Procurement and Supply

5. Name of Owner

(a) Name and address of Owner’s contact person (b) Telephone and Fax No.

6. Documentary proof from the owner in support of successful operation of plant for last three years.

YES/NO

7. Performance data of the qualifying plants/projects for the last 5 years (Attach relevant Plant performance Data sheets duly certified by owner)

YES/NO

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 27 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

Note:

1. Bidder shall furnish the details as above of Projects which they consider suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other Project details.

2. Bidder to note that BQC form shall be filled as per the Proformas as stated, along with wherever applicable, copies of work order, completion certificates and Documentary proof from the owner in support of successful operation of plant for last three years .

3. Bidder to note that non-submission of relevant supporting documents may lead

to rejection of their PQ bid. It is to be ensured that all relevant supporting documents shall be submitted along with the PQ bid in the first instance itself. Pre-qualification may be completed based on the details so furnished without seeking any subsequent additional information.

STAMP & SIGNATURE OF BIDDER : NAME OF BIDDER : DATE :

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 28 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

EXHIBIT-2

NAME OF PROJECT: REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL

GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL) BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX

BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF TECHNOLOGY CRITERIA (UREA)

( REF CLAUSE 3.1.1(b) OR 3.2.2 (b))

Bidder shall furnish details with reference to the work, which pre-qualify them in line with Technology Criteria mentioned under Clause 3.1.1(b) OR 3.2.2 (b)of “Instructions to Bidders”.

1.0 REFERENCES OF UREA PLANT WITH PROPOSED TECHNOLOGY SL. NO. DESCRIPTION

PROJECT – 1, 2 etc. (Separate sheets for each

Project) 1. Project name and description

( Please Specify the name of Process licensor also )

2. Capacity of Urea plant (Minimum 3000 MTPD), operating successfully for the last three years

3. a) Date / month / year of award / commencement of Project

b) Date / month / year of commissioning of Project

4. Scope of responsibilities for : Identify the company’s name for each job executed as detailed below

(a) Supply of Process License, Basic Process Design/Engineering

(b) Detailed Engineering

(c) Procurement and Supply

5. Name of Owner

(a) Name and address of Owner’s contact person (b) Telephone and Fax No.

6. Documentary proof from the owner in support of successful operation of plant for last three years.

YES/NO

7. Performance data of the qualifying plants/projects for the last 5 years (Attach relevant Plant performance Data sheets duly certified by owner)

YES/NO

Note:

1. Bidder shall furnish the details as above of Projects which they consider suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 29 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

Project details.

2. Bidder to note that BQC form shall be filled as per the Proformas as stated, along with wherever applicable copies of work order , completion certificates and Documentary proof from the owner in support of successful operation of plant for last three years .

3. Bidder to note that non-submission of relevant supporting documents may lead

to rejection of their PQ bid. It is to be ensured that all relevant supporting documents shall be submitted along with the PQ bid in the first instance itself. Pre-qualification may be completed based on the details so furnished without seeking any subsequent additional information.

STAMP & SIGNATURE OF BIDDER : NAME OF BIDDER : DATE :

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 30 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

EXHIBIT-3

NAME OF PROJECT: REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL

GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL) BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX

BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF EXPERIENCE CRITERIA (REFER CLAUSE 3.1.2 OR 3.2.3)

Bidder/Consortium Members shall furnish their LSTK experience details with reference to the work, which pre-qualify them in line with Experience Criteria mentioned under Clause 3.1.2 OR 3.2.3 of “Instructions to Bidders”. In case of Consortium, LSTK experience in line with Experience Criteria shall be indicated attributable to each of the Consortium members.

(MARK √ FOR APPLICABILITY IN BOX )

1.0 EXPERIENCE AS LSTK CONTRACTOR

SL. No.

Description Details

1. Name of Project, Location 2. Description of work 3 Capacity of the Fertilizer Project/ Name

of Technology Supplier (Minimum Capacity Ammonia Plant:1350 MTPD) Urea Plant:1700 MTPD)

4. Name of Owner, Postal Address, Phone / Fax No. / E-mail

5. Name of Consultant / Postal Address, Phone / Fax No. / E-mail.

6. Project Status • Date of Award • Scheduled Mechanical completion

date. • Actual Mechanical completion

date • Actual Project completion date

(handover) • Delay in months (if any) • Reasons for delay (if any)

7.

Scope of work executed by Bidder’s organization

• Supply of Process License

• Basic Process Design

• Residual process design

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 31 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

(In case work has been executed on Consortium basis, only scope of work of Bidder’s organization be mentioned)

• Detailed Engineering

• Project Management • Procurement services • Procurement including

supply • Construction • Construction supervision • QA/QC • Pre-commissioning &

commissioning • Supervision of

commissioning

8 Completion Status Specify Date of

- Mechanical completion - Commissioning - Performance Guarantee

runs - Handing over plant to

Owner • Whether completion

certificate enclosed YES NO

Date ………… ………… ………… …………

9.0 Document Furnished 9.1 Copy of work order / Contract

Agreement enclosed YES NO

9.2 A certificate from the Owner that the

Plant is put into commercial operation / Certificate of successful guarantee test run.

YES NO

9.3 Documentary proof from the owner in support of successful operation of fertilizer plant for at least three years from the date of successful guarantee test .

YES NO

10. Type of Project (In case of Consortium )

Whether this work is for: • Grass Root Refinery

• Existing Refinery

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 32 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

• Petrochemical Plant • Gas Processing Plant,

on shore / offshore • Fertilizer – oil/gas

11. Basis of work • Individual

• Consortium (Name of Consortium members and their responsibilities to be attached) • Joint Venture (Name of Joint members and their responsibilities to be attached)

2.0 DETAILS OF PROJECT REFERENCES

SL. NO. DESCRIPTION

PROJECT – 1, 2 etc. (Separate sheets for each

Project) 1. Project name and description

(in field of Fertilizer, Oil, Gas, Petrochemicals or Hydrocarbon)

2. (a) Awarded contract value (INR / US$) One completed work costing not less than INR 37 billion or US $ 566 million Or Two completed work each costing not less than INR 23 billion or US $ 354 million Or Three completed work each costing not less than INR 18 billion or US $ 283 million

Single Bidder (Ref Clause 3.1.2)

OR Lead Bidder by Consortium (Ref Clause 3.2.3)

(b) Final executed contract value (INR / US$)

(c) Exchange rate considered for contract

3. Name of Owner

(a) Name and address of Owner’s contact person

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 33 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

(b) Telephone and Fax No. (c ) Mobile No. (d ) Email

4. (a) Date / month / year of award / commencement of Project (b) Date / month / year of scheduled Commissioning of Project. (c) Date / month / year of actual commissioning of Project.

5. Basis of work As a Single Bidder/ Organization (Consortium)

6. Whether document submitted in support viz. copies of work order and completion certificate identifying the successful commissioning of project for ascertaining BQC.

YES/NO

Note :

1. Bidder shall furnish the experience details as above of Projects which they consider suitable for their pre-qualification. OWNER / PDIL reserve the right not to evaluate any other Project details.

2. Bidder to note that BQC form shall be filled as per the Proformas as stated, along with wherever applicable, copies of work order and completion certificates.

3. Bidder to note that non-submission of relevant supporting documents may lead to rejection of their PQ bid. It is to be ensured that all relevant supporting documents shall be submitted along with the PQ bid in the first instance itself. Pre-qualification may be completed based on the details so furnished without seeking any subsequent additional information.

4. Order value as Exeperiance Criteria indicated by the bidders in foreign currency other than US$, the exchange rate as on seven (7) days prior to the date of PQ bid opening shall be used.

STAMP & SIGNATURE OF BIDDER : NAME OF BIDDER : DATE :

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 34 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

EXHIBIT-4

NAME OF PROJECT: REVIVAL OF CLOSED FERTILISER PLANTS OF FCIL

GORAKHPUR, FCIL SINDRI AND HFCL, BARAUNI BY HINDUSTAN URVARAK AND RASAYAN LIMITED (HURL) BY SETTING UP OF GAS-BASED AMMONIA-UREA COMPLEX

BID QUALIFICATION CRITERIA (BQC) IN FAVOUR OF FINANCIAL CRITERIA

( REF CLAUSE 3.1.3 / 3.2.4)

Bidder shall furnish details, which pre-qualify them in line with Financial Criteria mentioned under Clause 3.1.3 / 3.2.4 of “Instructions to Bidders”. In case of Consortium, Financial Criteria attributable to each of the Consortium members shall be furnished.

1.0 ANNUAL TURNOVER

(1) FY:2015-2016/Yr. Ending 2015 : INR _______ Billion / US $ _______ million

(2) FY:2014-2015/Yr. Ending 2014 : INR _______ Billion / US $ _______ million

(3) FY:2013-2014/Yr. Ending 2013 : INR _______ Billion / US $ _______ million 2.0 NET WORTH

Net worth as on the last day of the preceding financial year:

: ……………………….

Notes : (i) Bidder to submit Copies of Audited Annual Report (Balance Sheet and Profit &

Loss account) for the above three Financial years

(ii) Other income shall not be considered for arriving at annual turnover.

(iii) In case a Bidder does not satisfy the average Annual turnover criteria, stipulated above on its own, its Holding Company would be required to meet the stipulated turnover requirements as above, provided that the Net Worth of such Holding Company as on the last day of the preceding financial year is at least equal to or more than the paid-up share capital of the Holding Company.

Bidder would be required to furnish along with its PQ Bid, a Letter of Undertaking from the Holding Company, supported by the Holding Company’s Board Resolution, pledging unconditional and irrevocable financial support for the execution of the Contract by the Bidder in case of award.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 35 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

(iv) In case the Bidder is not able to furnish its audited financial statements on standalone entity basis, the unaudited consolidated financial statements of the Bidder can be considered acceptable provided the Bidder further furnishes the following documents for substantiation of its qualification:

- Copies of the unaudited unconsolidated financial statements of the Bidder

along with copies of the audited consolidated financial statements of its Holding Company.

- A Certificate from the CEO/CFO of the Holding company, stating that the unaudited unconsolidated financial statements form part of the consolidated financial statements of the Holding Company.

In cases where audited results for the last financial year as on the date of PQ bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case, Bidder is not able to submit the Certificate from a practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters. Further, a Certificate would be required from the CEO/CFO stating that the financial results of the Company are under audit as on the date of PQ bid opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

(v) In case the bidder meets the requirment of Net worth based on the strength of

its Subsidiary(ies) and/or Holding company and/or Subsidiary(ies) of its Holding companies wherever applicable, the Net worth of the bidder and its Subsidiary(ies) and/or Holding company and/or Subsidiary(ies) of the Holding company, in combined manner should not be less than 75% (seventy five percent) of their respective paid up share capitals.

Net worth in combined manner shall be calculated as follows : Net worth (combined) = (X1+X2+X3) / (Y1+Y2+Y3) X 100 Where X1, X2, X3 are individual Net worth which should not be less than 75% (seventy five percent) of the respective paid up share capitals and Y1, Y2, Y3 are individual paid up share capital

(vi) Net worth means the sum total of the paid up share capital and free reserves. Free reserve means all reserves credited out of the profits and share premium account but does not include reserves credited out of the revaluation of the assets, write back of the depreciation provision and amalgamation. Further any debit balance of Profit and Loss account and miscellaneous expenses to the extent not adjusted or written off, if any, shall be reduced from reserves and surplus.

(vii) Holding Company” and Subsidiary Company” shall have the meaning ascribed

to them as per Companies Act of India.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 36 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

(viii) For Annual Turnover indicated in foreign currency other than US$, the exchange rate as on seven (7) days prior to the date of PQ bid opening shall be used.

(ix) Bidder to note that non-submission of relevant supporting documents may lead

to rejection of their PQ bid. It is to be ensured that all relevant supporting documents shall be submitted along with the PQ bid in the first instance itself. Pre-qualification may be completed based on the details so furnished without seeking any subsequent additional information.

STAMP & SIGNATURE OF BIDDER : NAME OF BIDDER : DATE :

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 37 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

BIDDING FORMS

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 38 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

LIST OF BIDDING FORMS

Bidder to submit following FORMS duly filled in : (In case of Consortium, wherever applicable, each Bidding Form shall be submitting by all the Consortium Members)

FORM - 1 RESPONSIVE OFFER CRITERIA (ROC)

FORM - 2 BIDDER’S CONCURRENT COMMITMENT

FORM - 3 CONFIRMATION REGARDING MANDATORY REQUIREMENTS

FORM- 4 METHODOLOGY OF EXECUTION

FORM - 5 ORGANISATION CHART

FORM - 6 BIDDER’S ORGANISATION DETAILS

FORM - 7 HEALTH AND SAFETY

FORM - 8 QUALITY ASSURANCE DETAILS

FORM - 9 INDUSTRIAL RELATIONSHIP

FORM -10 QUALIFICATION AND EXPERIENCE OF TECHNICAL PERSONNEL

FORM -11 LITIGATION / ARBITRATION DETAILS

FORM -12 SELF DECLARATION AGAINST HOLIDAY / BLACK-LISTING

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 39 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM-1

RESPONSIVE OFFER CRITERIA (ROC) 1. Bidder must categorically state that all terms and conditions of PQ booklet vide clause

3.0 of “Instructions to Bidders” are acceptable to them.

2. All the forms are duly filled, stamped and signed by Bid signatory. 3. Bidder proposal is as per Bid outline requirements.

STAMP & SIGNATURE OF BIDDER : NAME OF BIDDER : DATE :

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001 0

SHEET 40 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM- 2

DETAILS OF CONCURRENT COMMITMENTS

(Name of the project)

SL. NO.

FULL POSTAL ADDRESS OF CLIENT AND

NAME OF OFFICER IN-

CHARGE

DESCRIPTION OF THE WORK

VALUE OF CONTRACT

DATE OF COMMENCEMENT

OF WORK

SCHEDULED COMPLETION

PERIOD % COMPLETION AS ON DATE

REMARKS

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 41 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM – 3

CONFIRMATION REGARDING MANDATORY REQUIREMENTS Bidder shall confirm their compliance with the Mandatory Requirements as mentioned under the following clauses of this PQ Booklet:

• Clause No. 8.1.1 : YES -

• Clause No. 8.1.2 : YES -

• Clause No. 8.2.1 : YES - • Clause No. 8.2.2.3 : YES - • Clause No. 8.4 : YES -

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 42 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM -4

METHODOLOGY OF EXECUTION

In this Form Bidder shall detail out Methodology of Execution of work for the following:

In this Form, Bidder shall furnish the following:

1) Methodology of execution of basic process design and detailed engineering considering / furnishing:- (Enclose as FORM-5.1)

• Whether engineering shall be carried out by the main bidder or done through engineering sub-contractor

• 3D modeling with PDS/PDMS software • Exposure of engineering company for above software • Key personnel to be deployed • Key personnel to be deployed by bidder in the office of Engineering Company for review,

approval and monitoring, in the event of sub-contracting. 2) Methodology of Procurement and Construction Execution covering:- (Enclose as FORM-5.2)

• Columns/Reactors/ vessels / Compressor/Package units/other equipment procurement • Expediting of material / equipment. • Site fabrication facilities to be established by LSTK Contractor • Extent of mechanization of construction processes/ equipment • Details of heavy duty cranes for the heavy lift. • Monsoon working

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 43 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM - 5

ORGANISATION CHART

In this Form Bidder shall furnish the Organization Charts/Structure along with qualifications and experience of key personnel for home and site office for the proposed LSTK Package and completed project covering the following: i. Home Office

ii. Activities of work done at home office

iii. Contractor’s office in India

iv. Engineering Office in India

v. Basic Process Design and Detailed Engineering

vi. Procurement Services

vii. Sub-contracting

viii. Planning, Scheduling and Monitoring

ix. Site Organisation Chart

x. Safety Organisation Chart STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 44 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM - 6

BIDDER’S ORGANISATION DETAILS

In this Form Bidder shall detail out Company’s Organisation details, detailing out specifically.

1) Whether the Company is

a) Public / Pvt. Limited Company

b) Partnership

c) Sole Proprietor

2) Whether any change in Company’s Ownership has occurred, during last 10 years, if yes, then when:

a) No change

b) Changed upto 2 times during last 10 years

c) Changed more than 3 times during last 10 years

3) Whether the Company is

a) Parent Company

b) Subsidiary Company

In case of Subsidiary Company, whether guarantee furnished by Parent Company.

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 45 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM -7

HEALTH AND SAFETY

In this Form Bidder shall submit the following:

1) HSE Policy, index with the following Chapters:

• Procedures for accident reporting, logging, follow up actions and investigations • Procedure for implementation of safety requirements at site.

2) Safety awards during last 10 years 3) Safety records for the last three years

• Lost time accident frequency • Total number of fatalities

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 46 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM -8

QUALITY ASSURANCE DETAILS

In this Form Bidder shall submit their Quality Management / Assurance / Quality Control Program including the Quality Policy and International Accreditation Details, covering the following:

1) Does the company have well documented Quality Management / Assurance / Quality Control System.

Furnish the following documents:

• Index of QM/QA/QC System • Typical format for QA/QC for piping work • Typical format for QA/QC for inspection of vessels, columns after erection at site. • Typical format for QA/QC for inspection of site fabricated tanks (floating roof) • Typical format for QA/QC for Electrical/ Instrumentation • Typical format for QA/QC for Civil & Structural work at site • Format QA/QC for erection, alignment, grouting of rotary equipment such as large

pumps, compressors. 2) Copy of International Accreditation, if any. 3) Organogram of QM/QA/QC system of the Company / Bidder.

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 47 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM - 9

INDUSTRIAL RELATIONSHIP

In this Form Bidder shall furnish the following: 1) Records of Industrial relationship during last 5 years

2) Whether construction work executed through direct labour

3) Peak strength of labour through direct labour or through sub-contractor during last 5

years for EPC contract or any construction contract.

4) Policy of recruitment, whether local considered.

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 48 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM – 10

QUALIFICATION AND EXPERIENCE OF TECHNICAL PERSONNEL

In this Form Bidder shall furnish qualification and experience details of its personnel specially in the following fields:

• Process • Engineering of various disciplines • Project Management • Planning/ Scheduling • Procurement Services • Inspection and Expediting • Construction Supervision • Stores Management • Pre-commissioning/ Commissioning • QA/QC • Safety

This shall be submitted in the following format:

SL. No.

Discipline Qualification No. of persons with Experience *

1 A – upto 10 years

2 B– More than 10 years and upto 15 years

3 C– More than 15 years and upto 20 years

4 D– More than 20 years

(*) Detailed resume of personnel to be furnished This is very important information required for assessing Bidder’s technical personnel. This shall be furnished only for those employees who are on permanent role in Bidder’s Organisation and are qualified engineers to be associated with the project.

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 49 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM - 11

LITIGATION / ARBITRATION DETAILS

In this Exhibit Bidder shall furnish details of litigation /arbitration cases of the Bidder during the last 5 years.

STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 50 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

FORM - 12

( Self Declaration on Bidder’s Letter Head as per below performa)

DECLARATION

To , ……………………… Subject : ………………. Sir , We hereby declare that M/s …………………………… is neither put on Holiday or Black-listed by any Government / PSU / Private firm or Financial Institution . STAMP & SIGNATURE OF BIDDER : __________________________________ NAME OF BIDDER : __________________________________ DATE : __________________________________

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 51 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

APPENDIX – I

FORMAT OF DECLARATION

(NOTARIAL ATTESTED) To, M/s. HINDUSTAN URVARAK AND RASAYAN LTD. Subject: Tender No. : _________________________ for ____________

Dear Sir,

1. The Pre-Qualification Bid no. _______________ dated _________ submitted by us may be regarded as a joint bid of _____________ (name of Consortium members) for the subject work.

2 (a) The signature of Mr. _______________ (name of Consortium member) on the Bid & offer may be regarded as signature(s) of the duly authorized signatory of M/s.______________,(leader of Consortium) on the Bid & offer and may be regarded as signature(s) of the duly authorized signatory of M/s . _____________ (all the names of Consortium members to be written here) and we do hereby ratify, confirm and adopt the said signature(s) as the signature(s) of our duly authorized signatory.

(b) The signature of Mr. ____________ on the bid offer shall be regarded as the signature of the duly authorized signatory of M/s________________ , (name of the second Consortium member) and we do hereby ratify, confirm and adopt the said signature as the signature(s) of our duly authorized signatory.

(c) The signature of Mr. ___________ on the bid offer shall be regarded as the signature of

the duly authorized signatory of M/s _________, (name of the third Consortium member, if applicable) and we do hereby ratify, confirm and adopt the said signature as the signature(s) of our duly authorized signatory.

3. We further undertake to be jointly and severally liable for execution of the Contract, if

awarded, in accordance with its terms, and to jointly and severally assume responsibility for all obligations and liabilities under the contract.

4. We hereby state that M/s. ___________________ shall be the Leader of the Consortium

authorized to represent the Consortium in all transactions with M/s. Hindustan Urvarak and Rasayan Ltd. and to bind all the Consortium members, in the event of the Consortium submitting this joint bid being selected as the successful bidder for the award of the Contract. Notwithstanding anything contrary in the Consortium Agreement, the leader of Consortium shall have single point responsibility for execution of the contract.

PRE-QUALIFICATION BOOKLET FOR

2200 MTPD AMMONIA PLANT & 3850 MTPD UREA PLANT

DOC. NO. REV

HURL PNMM/5001/PQ/001

0

SHEET 52 OF 52

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

5. We hereby confirm that __________________ who is a Consortium member qualified under Clause 3.2.3.1 Instructions to bidders, of the Pre-Qualification Booklet for new single stream 2200 MTPD Ammonia Plant and 3850 MTPD Prilled Urea Plant and Associated Offsites & Utility Facilities at FCIL-Gorakhpur, in the state of Uttar Pradesh, FCIL-Sindri, in the state of Jharkhand and HFCL-Barauni, in the state of Bihar, India shall be directly performing and responsible for managing the following critical activities of the Project.

[Set forth identified critical activities]

6. (a) (Name of the Consortium member) shall be directly responsible for performing the following activities of the Project. (Set forth activities)

(b) (Name of the Consortium member) shall be directly responsible for performing the following activities of the Project. (Set forth activities)

7. As and when the contract is awarded, we undertake to sign such further document(s) and/or contracts as M/s Hindustan Urvarak and Rasayan Ltd. (HURL) may require to further jointly and severally bind us ____________ , __________ and ________ in the manner hereinabove set forth for the due, proper and timely performance of all obligations and the due discharge of all liabilities under the Contract.

8. We hereby confirm that the undersigned are each duly authorized and competent to

issue this letter / undertaking on behalf of each of the signatories for whom they have signed.

Yours faithfully,

1. For __________ (Name) Designation 2. For __________ (Name) Designation 3. For __________ (Name) Designation