Вы находитесь на странице: 1из 3

ONGC/DLI/CM&SG(MM)/SWM/1/2013-14

24.06.2013

ONGC, under its Sustainable Water Management Program, has envisaged setting up of a Seawater Desalination Plant of about 20 MLD (Million Litres per day) capacity to cater to the freshwater requirement of its oil and gas processing plant at Uran, (Approx 50 km from Mumbai in Coastal Area in Raigad District, Maharashtra) Before setting up of the Plant, A consultant is required to be engaged for carrying out a standalone Techno-Commercial and Environmental feasibility study. The scope of work for the study and qualification criteria for shortlisting the consultants are as per details given below. Prospective consultants who meet eligibility, experience criteria given in 2.1 (a) and can carry out the entire scope of work under single point responsibility, should submit their expression of interest in physical form/Hard Copy. The shortlisted consultants shall be invited for giving presentation in the office of ED, Chief CM&SG, Scope Minar Delhi-92. Subsequently Tender shall be invited from finally short listed bidders(on the basis of EOI and presentation) for award of job. Eligibility and experience of the consultant:-

2.1(a) (i)The consultant should have minimum 05 years of experience in carrying out feasibility studies for setting up of desalination plants of minimum 10 MLD capacity. (ii)The consultant should have carried out at least one feasibility study, for setting up of a Seawater Desalination Plant of minimum 20 MLD capacity,in India or abroad in the past 05years (starting from 01.01. 2007). To this effect, consultant should submit copies of respective contracts, along with documentary evidence in respect of satisfactory execution of each of those contracts, in the form of copies of any of the documents (indicating respective contract number and type of services), such as - (i) Satisfactory completion / performance report (OR) (ii) proof of release of Performance Security after completion of the contract (OR) (iii) proof of settlement / release of final payment against the contract (OR) (iv) any other documentary evidence that can substantiate the satisfactory execution of each of the contracts cited above.

2.1(b) In case the consultant is an Indian company/ Indian Joint venture company, either the Indian company/ Indian Joint venture company or its joint venture partner should meet the criteria laid down at 2.1(a). 2.2 Details of experience and past performance of the consultant and the joint venture partner (in case of a joint venture), on works/ jobs done of similar nature in the past and details of current work in hand and other contractual commitments, indicating areas and clients are to be submitted, in support of the experience laid down at para 2.1(a) and 2.1(b) above. 2.3 In case the consultant is a consortium of companies, the following requirement should be satisfied by the bidder: a) b) c) The leader of the consortium should satisfy the minimum experience requirement as per para 2.1(a) above. The leader of the consortium should confirm unconditional acceptance of full responsibility of executing the Scope of work. This confirmation should be submitted with the proposal. All the members of the consortium must undertake in their MOU that each party shall be jointly and severally liable to ONGC for any and all obligations and responsibilities arising out of contract(if, awarded).

2.4(a) Consultant should submit Memorandum Of Understanding (MOU) / Agreement with their consortium partners/joint venture partner (in case of consortium / Joint venture) clearly indicating their roles under the scope of work. 2.4 (b) MOU/ Agreement concluded by the consultant with Consortium / joint venture partners (in case of consortium / joint venture), should also be addressed to ONGC, clearly stating that the MOU /Agreement is applicable shall be binding on them for the contract period (if to be awarded after tender subsequent to shortlisting done on the basis of this EOI) . Notwithstanding the MOU/Agreement, the responsibility of completion of job under contract (if awarded) will be with the Consultant.

Tentative Scope of Work: I. Site assessment: The consultant shall evaluate the site earmarked for the project for suitability: Studies to be conducted: 1. 2. 3. 4. 5. 6. 7. 8. 9. Land demarcation Accessibility to the land and sea. Topographical survey Geotechnical investigation Geological and geophysical investigation Preliminary drainage study Distance from sea and water use point Assessment of infrastructure and other facilities required for development of the selected site Construction material survey

Deliverable: Site Assessment report II. a. Assessment of water intake and outfall points: The consultant shall select proper intake and outfall points as per the following studies: Intake system type From open sea photic zone From open sea beyond photic zone From underground sea bed From underground aquifer on land near sea Intake water analysis Tide and current measurements at proposed intake and outfall points Appropriate hydrogeological surveys including Bathymetric study for intake water High Tide Line (HTL) and Coastal Regulatory Zone (CRZ) demarcation Study of marine life and impact of discharge Feasibility of routing of intake and outfall pipelines

b. c. d. e. f. g.

Deliverable: Point Selection report III. Assessment of resources available for desalination (power, heat, steam etc.) Deliverable: Resource assessment report IV. Comparison of different technologies (SWRO, Thermal, Hybrid.), keeping in view of the available resources, with the following: a) Detail of optimum capacity that can be achieved in the allocated Footprint

b) c) d) e) f)

Technical merits and demerits Lifecycle cost analysis including installation, operation and maintenance costs. Environmental aspects O & M factors like operator attention, ease of expandability, flexibility and adaptability to change in input water quality parameters Financial cost estimates for desalination plant ( for tendering purpose)

Deliverable: Comparative analysis report V. Selection of appropriate technology with IRR The consultant shall, on the basis of the assessments above, specify the best applicable technology for setting up the desalination plant at Uran plant with a detailed IRR in a detailed techno commercial feasibility report. The consultant shall also bring out the possible alternative routes for the same and make a comparative analysis (BOOT, EPC or LSTK etc) . Deliverables: Techno-commercial & Environmental feasibility report VI. Environment Impact Assessment (EIA) and other statutory clearances: The consultant shall develop the EIA and provide necessary details and guidelines for all other statutory clearance including Stake Holder Engagement (SHE) in that operating area. The consultant shall help ONGC in applying for those clearances, assist ONGC in stakeholders engagement/ all hearings. Deliverables: EIA Report (Including Process Design Basis & Technical Specifications) VII. Preparation of Detailed Project Report(DPR)(including process design basis & technical specifications) and tender document with Bid Evaluation Criteria.

Total time for completion of all activities related to feasibility study is nine months from Date of Issue of Letter of Award (LOA) by ONGC.
The EOI is to be submitted on or before 14.00hrs, 15.07.2013 to: Incharge (MM), CM&SG, ONGC, 10th Floor, Scope Minar, Laxmi Nagar, Delhi -110092. 011-22406611 9968282179

Вам также может понравиться