CSRBOX

EOI for Environment Impact Assessment (EIA) and Risk Assessment (RA) Study for Pipeline Projects

EOI for Environment Impact Assessment (EIA) and Risk Assessment (RA) Study for Pipeline Projects

Organization: Indian Oil Corporation Limited (IOCL)

Apply By: 28 Sep 2020

Follow us @ngobox

EOI for Environment Impact Assessment (EIA) and Risk Assessment (RA) Study for Pipeline Projects

About the Organization:

Indian Oil Corporation Limited (IOCL) is an Indian public sector oil and gas company headquartered in New Delhi. They are ranked 1st in Fortune India 500 list for year 2016 and 117th in Fortune Global 500 list of world's largest companies in the year 2019. As of 31 March 2017 Indian Oil's employee strength is 33,135, out of which 16,545 are in the officer cadre. They are India's largest downstream oil company, with a workforce of more than 33,000 employees, a turnover of ₹5,06,428 crore and a net profit of ₹21,346 crore in 2017–18.

General Information to Applicants

  • Indian Oil Corporation Limited, a company registered in India under the Companies Act, 1956 invites Expression of Interest (EOI) from reputed and established Indian Engineering firms/contractors meeting requisite criteria for execution of work
  • Pipelines Division of Indian Oil Corporation Limited (IOCL), a Government of India Undertaking (hereinafter called as the Owner), owns and operates about 14500 km of pipeline network and intend to shortlist vendors who may take up the work of carrying out EIA and RA study for IOCL’s pipeline projects.
  • The brief scope of services to be performed by consultants is given in Clause 2.0 of Section2. The detailed and final scope of work shall be provided in the specific tender for EIA RA study of a project.
  • The evaluation criteria for short listing in EOI are given in Clause 12.0 of Section-02. At time of specific tender, bidder shall also need to fulfil additional requirements as per clause 13.7.0, 13.8.0 of section-2 and also commercial criteria of the tender.
  • The capabilities of interested applicants will be assessed through the information/ credentials submitted by them.
  • Please note that you are not required to quote any rates.

Scope of Work:

Carrying out Environment Impact Assessment (EIA) and Risk Assessment (RA) Study in respect of mainline (Scope in km) and station facilities (No. of stations) and submission of reports including Environment Management Program (EMP) and Disaster Management Plan (DMP) for the project under study.

Notwithstanding the scope of the work as indicated in the letter (invitation to offer), the work is to be carried out as contained in the entire tender document and in accordance with the guidelines set-forth by the Ministry of Environment & Forest (MoEF&CC),Govt. of India indicating that the Environmental Impact Assessment should include:

  • Delineation of mitigation and compensation measures for all the identified significant impacts.
  • Delineation of unmitigated impacts.
  • Physical planning including work programme, time schedule and locations for putting mitigation and compensation systems in place.
  • Delineation of financial plan for implementing the mitigation measures in the form of budgetary estimates and demonstration of its inclusion in theproject budget estimates
  • Technological measures are to be specified to mitigate the impacts in each phase of the project and to comply with MoEF&CC’s EIA notification dated 14th September, 2006 & its subsequent amendments made thereafter.

Environment Impact Assessment

  • The contractor shall prepare EIA report as per the Generic Structure of Environment Impact Assessment report given in Appendix III & IIIA in the EIA Notification dated 14th September, 2006. The study in general is to be carried out adhering to the Technical EIA Guidance Manual for “Oil & Gas Transportation Pipeline “released by MoEF&CC, GoI.

Terms of Reference (ToR) are -

  • Justification of the project
  • Route map indicating project location.
  • Details of land to be acquired. Details of projects vis-à-vis Ecological Sensitive Areas and approvals thereof.
  • Project location along with map of 1 km area (500 meters on either side of the pipeline from centerline) and site details providing various industries, surface water bodies, forests etc.
  • Analysis of alternative sites and Technology.
  • Location of National Park/Wild life sanctuary/Reserve Forest within 15 km radius of the project.
  • Status of clearance from NBWL for pipeline passing through wildlife sanctuary/Eco-logical sensitive area.
  • Recommendation of SCZMA /CRZ clearance for the proposed pipeline (if applicable).
  • Present land use based on satellite imagery for the study area of 15 km radius.

Public Consultation:

Contractor shall attend Public Consultation(s), if required, on behalf of IOCL, as per the requirements of the concerned State Pollution Control Board to provide technical assistance to facilitate the proceedings. The Public consultations shall include:

  • Public hearings at the site or its close proximity, district wise, in the manner prescribed by state PCBs/MoEF&CC, GoI for ascertaining concerns of local affected people and
  • Obtaining responses in writing from the concerned persons having a plausible stake in the environmental aspects of project or activity.

Technical Evaluation Criteria for shortlisting in EOI:

  • The tenderer should have successfully completed work of “EIA & RA study for project in crude oil/petroleum products/Gas pipeline transportation system during last seven years.”
  • The work completed during any of the last 7 (seven) years ending on last day of the month, immediately previous to the month in which the last date of bid submission falls, shall be considered. Even in case the date of bid submission is extended, the date originally considered as reference date for experience criteria, shall remain unchanged.
  • Bids of the Party/Consultant which is under debarment by MoEF&CC from carrying out any preparation of EIA/EMP report and also for appearing before Expert Appraisal Committee/ State Expert Appraisal Committees, State Coastal Zone Management Authority across the country, shall not be considered.
  • Documentary proof in support of all the aforesaid requirements are required to be submitted along with the technical bid failing which offers may be liable for rejection.
  • Relevant documents, such as copies of Work Order and Completion certificates along with contract copy with detailed scope of work, supporting the claim shall be furnished along with the offer.
  • In addition to above, the performance of past / ongoing works executed for IOCL, if any, and performance in past / ongoing works for other clients shall have important bearing in evaluating the tenderers’ technical capability.
  • After opening of Bid, Bidders may be called, if required, for verification of documents uploaded on e-tender portal in support of the “Criteria for Evaluation”. While verification, the respective uploaded bid documents shall be cross-checked with the Original documents.

Bidding Entity

Bids may be submitted by:

  • Sole Bidder: Individual (Proprietary) /Partnership/ Limited Company;
  • Incorporated JV.
  • Deleted
  • Indian Wholly owned subsidiary of a Foreign or Indian company on the strength of its parent company

Any Bidder from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the competent authority. Please refer clause 12.0.0 for details.

Requirements for Indian Company Wholly Owned Subsidiary of A Foreign/ Indian Company:-

Following shall be complied and necessary documents from Parent Company shall be submitted:

  • The jobs under consideration shall be executed by the Wholly Owned Subsidiary. Details of mode of job execution, manpower, machinery deployment shall be submitted at the time of bid.
  • Failure to honour the commitment as per MoU, will attract all actions including but not limited to General Conditions of Contract Clause No. 7.0.0.0, 4.7.3.0, 4.7.4.0, holiday listing of bidding company, parent company. Copy of General Conditions of Contract shall be provided at the time of tendering after empanelment of bidders.
  • Bidder to submit notarised copy of MoU between parent company and bidding company (subsidiary). The MoU should be signed by the competent authority of both the companies respectively. Proof of competent authority should also be submitted.

Qualification of Indian Company Wholly Owned Subsidiary of a Foreign or Indian Company on the Financial Strength of its Parent Company

 (a) A company registered in India (under Companies Act) which is a Wholly Owned Subsidiary of a foreign or Indian company can be qualified:

  • based on the financial qualification, of its parent company provided the parent company declares under a memorandum of understanding with the Indian subsidiary that it would be jointly and severally responsible for all the jobs being carried out by the bidding company.

(b) A company registered in India (under Companies Act) which is a Wholly Owned Subsidiary of a foreign or Indian company can be qualified as stated above, only if the following conditions are met by the bidding company:

  • The bidding company, has the required technical experience as evaluation criteria for short listing given in Clause12.0 of section-2.
  • Bidding entity i.e. Wholly Owned Subsidiary of a foreign or Indian company should meet 50% of all the financial criteria i.e. 50% of Annual Turnover, 50% of work order values as specified in the tender document respectively and should meet 100% criteria for Concurrent Commitments (if applicable), Net Worth (if applicable).
  • The parent company should meet in full the commercial criteria Note: Criteria specified at sl. No. (ii) and (iii) above are applicable after EOI empanelment i.e. during Limited tendering issued to EOI empanelled bidders.

(c) Relevant documents, such as copies of Work Order and Completion Certificate, supporting the claim shall be furnished along with the offer.

(d) The final techno-commercial evaluation shall be done on the basis of financial soundness, past experience, the performance of past/ongoing works executed for IOCL, if any and performance in past/ongoing works for other clients shall have important bearing in evaluating the bidders capability.

Please check the FAQs

Special Instructions to the Bidders is available here

Tender Acceptance Format is available here

For more information please check the Link

 
https://csrbox.org/
 

https://shorturl.at/swzPT
 

© Renalysis Consultants Pvt Ltd