Oil and Natural Gas Corporation Limited Eastern Offshore Asset Office of Project Manager, KG-DWN- 98/2 Project 3rd Floor, Subhadra Arcade, Near Bhanugudi Junction Kakinada - 533 003, Andhra Pradesh, India Tel. No. +91 884 230 2203 / 2209 Fax. No. +91 884 237 4104 NO. ONGC/EOA/KG-DWN-98/2 Cluster 2/ONSHORE/EOI/2016/ Date: 13.10.2016 EXPRESSION OF INTEREST (EOI) ONGC, Eastern Offshore Asset, Kakinada invites Expression of Interest (EOI) from reputed consortium / Joint venture partners or interested Contractors to participate in Tender for EPCIC of Onshore Facilities for Project KG-DWN-98/2, under the development Scheme of Cluster II of NELP Block KG-DWN-98/2. Objective: Objective of this EOI is to ascertain the Pre-Qualification Criteria and discussion on documents required for evaluation with participation of globally reputed EPCIC Contractors / vendors. Broad Indicative Scope of Work: Broad indicative scope of work along-with technical details is placed at Annexure-1. Experience Requirement: Draft Pre-Qualification criteria is placed at Annexure-2. The same shall be discussed during EOI meet. Terms & Conditions from the recent VA & S1 tender of ONGC are placed at Annexure-3. Participating Contractors/ Service Providers shall be required to submit their preliminary pointwise comments, if any and responses latest by 21.10.2016 through e-mail to the following email ids: i. sharma_kpn@ongc.co.in ii. sekhar_dc@ongc.co.in iii. Kumar8_anil@ongc.co.in Page 1 of 11
Comments, if any, regarding document clause should be given in a tabular format, with six columns: 1. Serial Number 2. EOI document page number 3. Clause reference number 4. Clause details on which comment is made 5. Proposed change to the Clause, if any 6. Reasons for proposing change / Comments The Contractors / Service Providers will be allowed to make further formal comments within 3 working days of completion of EOI meeting. The participating Contractors / Service providers will be required to give a presentation on their response / comments with regard to draft PQC and the required documentations. The EOI meet shall be held on 26 th October 2016 at ONGC, EOA, Kakinada, India from 1000 Hrs to 1800 Hrs. Exact venue details and presentation timings will be intimated in advance to responding parties. Details of EOI are as under: EOI No. Description of work List of Annexures Contact Person from ONGC, regarding this EOI Date & Time of EOI Meeting EOI Meeting Venue ONG/EOA/KG-DWN-98/2 Cluster 2/ONSHORE/EOI/2016/ 001 dated 13.10.2016 EPCIC of Onshore Facilities for development of KG- DWN-98/2 Cluster 2 Annexure-1: Background & Brief Scope Of Work Annexure-2: Draft PQC (Pre-Qualification Criteria) Annexure-3: Terms & Conditions from ONGC s recent EPCIC tender. (1) Mr. K P N Sharma, GM(E) 2nd Floor, Subhadra Arcade, Bhanugudi Jn., Kakinada 533003 Tel. +91-884 -2302206; Mob. +91-9435715024 E-mail: sharma_kpn@ongc.co.in (2) Mr. Chandra Sekhar Davuluri, DGM(E&T) 3rd Floor, Subhadra Arcade, Bhanugudi Jn., Kakinada 533003 Tel. +91-884 -2302209; Mob. +91-8332997399 E-mail: sekhar_dc@ongc.co.in 26 th October 2016, from 1000 Hrs to 1800 Hrs. (IST) ONGC, EOA, Kakinada, India. Page 2 of 11
Annexure 1 Page 3 of 11
Background The KG-DWN-98/2 is a deep water NELP block of ONGC located on the East Coast of India. The Eastern Offshore Asset (EOA) of ONGC located at Kakinada, Andhra Pradesh is mandated with the responsibility of developing the offshore oil and gas fields in this block. The Block is broadly divided into two areas - the Northern Discovery Area (NDA) and the Southern Discovery Area (SDA). For ease of development & monetization, the NDA is further sub-divided into 2 Clusters viz. Cluster-I and Cluster-II. The present development relates to the development of Cluster-II area of the NDA. It is ONGC's first large deep-water field development project, with water depths ranging from 400 m to 1,300 m and is one of the most critical projects in current ONGC portfolio. ONGC is envisaging the following schedule for development of this project: Commencement of First Gas : June, 2019 Commencement of First Oil : March, 2020 Project Completion : June, 2020 Facilities envisaged under the KG-DWN-98/2 Project: The Salient Features of the Field Development Plan (FDP) are given below: 1) Subsea Wells (35 nos.): Cluster 2A (Oil) Cluster 2B (Gas) : 15 Oil Producers + 12 Water Injectors : 8 deep water gas wells 2) Process Platform: One Process Platform with a LQ & Utility Platform in shallow water (100m water depth) both bridge connected to each other. Production capacity: 12.75 MMSCMD (Cluster 2B free gas). 3) FPSO: One FPSO at water depth of 413m with peak production handling capacity of 90000 bpd of Oil, 3.8 mmscmd of Gas and 30,000 bpd of water. Also facilities for water injection of 58,800bpd of water are planned. Page 4 of 11
4) SPS + SURF (SPURF): Integrated Scope of SPS and SURF for KG-DWN-98/2 (Cluster II) Project includes engineering, procurement, fabrication, installation, hook-up, pre-commissioning of, 35 subsea trees, associated subsea control system, infield umbilical, infield pipeline, manifolds and pipeline from different manifold to FPSO & Platform. Including Gas export pipeline from Platform to Shore (cluster 2B free gas + cluster 2A associated gas), Subsea pipeline from FPSO to Platform (Cluster 2A associated gas) and Lean MEG pipelines between onshore MEG plant & Platform / Manifold and for Rich MEG from Platform to Onshore plant. 5) Onshore Facilities: Located onshore at Odalarevu, Andhra Pradesh. MEG regeneration capacity: 1584 m 3 /day of Rich MEG and Effluent Treatment along with Integrated Operations Centre Brief Scope of Onshore Facilities: The following facilities are proposed to be provided a part of Onshore Facilities Package, in accordance with the functional requirements to be provided by ONGC. As currently envisaged this work shall include: Installation of an onshore gas terminal at Odalarevu, as part of the integrated development of the NELP block KG-DWN- 98/2. The terminal will have a receiving facility and metering station for offshore gas, as well as a plant for treating rich mono-ethylene glycol (MEG). Offshore gas will be transported to the terminal via a 24 O subsea pipeline, metered and sold to consumers. MEG will be injected upstream of the surface facilities; thereafter, rich MEG (with produced water) will be pumped to the terminal through a parallel 8 O pipeline, treated then sent MEG regeneration & reclamation having Rich MEG Feed capacity 66m3/h in three trains (each train rich MEG capacity 22 m3/h). Two train will be installed in 1 st phase of contract and 3 rd train will be installed later. ONGC intends to install effluent water treatment plant of design capacity 31 m3/h to treat effluent water that is separated from Rich MEG regeneration package. The treated water meeting Environmental regulations will be made fit for Marine Disposal and discharged to sea through subsea pipeline. Page 5 of 11
Custody transfer station having design capacity 18 MMSCMD of dry gas. Other facilities that will be installed include utilities such as power generation (4 MW through GTG) to be integrated with existing facilities, fire water system, Nitrogen generation package, Control room, Instrument air package etc. Integrated Operations Centre to be installed and commissioned at ONGC s upcoming base complex at Kakinada which will include: Data from CPP/ LQUP, FPSO, Onshore terminal of KG DWN 98/2, Existing G1 facilities and upcoming VA & S1 project. Communication facilities for transferring data from offshore and remote onshore locations to Kakinada facility. IT infrastructure required for data storage, data analytics, PMS, AMS, IMS, RMS, Collaboration tools for MDT decisions etc. Emergency response centre for monitoring and responding to situations at Offshore locations. The battery limits for onshore have been identified as Metering station and pig receiver / launcher of various pipelines. The pipeline laying from shore to the Odalarevu terminal until the battery limits of the tender shall be performed by ONGC s SURF contractor. Onshore Facilities Contractor shall interface with respective CPP/ LQUP, FPSO and VA&S1 contractors for data transfer to Integrated Operations Centre as well as for creating the communications facilities required. Also, the filling of first MEG, which is in the scope of ONGC s SURF contractor shall also be coordinated. Page 6 of 11
Annexure 2 Page 7 of 11
DRAFT- Pre-Qualification Criteria (Proposed) Eligibility and Experience of the Bidder In order to Pre-Qualify for the tender for EPCIC of Onshore Facilities for development of KG-DWN-98/2 Cluster 2, bidder must meet the minimum experience criteria as specified hereunder. A. Minimum Experience Requirements A.1 The Bidder must possess, prior to the dead line of submission of bids, minimum experience of executing at least one EPC Project on turnkey basis in last ten (10) years involving construction of Gas or Oil & Gas separation and handling facilities (GGS or GCS)/ gas compression plant/ re-gasification plant/ refinery / petro-chemical plants having : 1.1 At least one MEG regeneration + reclamation facility capable of handling rich MEG of 22m 3 /hr during the past 10 years. 1.2 The bidder should have successfully accomplished each of the relevant activities such as project management, surveys (including pre-engineering, pre and post construction survey), design & engineering, procurement, fabrication, installation, hook-up, testing and precommissioning. A.2 Within last ten (10) years prior to the dead line of submission of bids, the Bidder (being either a single Bidder or a Consortium / Joint Venture comprising of two or more partners being jointly and severally liable to the Company) must himself (and not through collaboration agreement or other subcontracts) have the relevant experience in completed onshore project (s) as indicated in Para A.1 above for project management and for at least one of the following main activities: a) Detailed Design and Engineering b) Construction, Installation and pre-commissioning c) Procurement Page 8 of 11
B. Note to the bidders: a) The experience of the bidder in terms of different provisions of clause A shall be reckoned as on the day of closing of receipt of Pre-Qualification request. b) The bidder or any member of Consortium who have submitted the bid can claim the experience for the work under its responsibility vide any past Consortium provided they were also a member of such Consortium and had performed the same work. C. Demonstration of experience For demonstration of experience as per Clause A, bidder should submit; a) Copies of respective contracts (for itself, joint venture/consortium members and sub-contractors, as the case may be. AND b) Documentary evidence in respect of satisfactory execution of each of the above 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. Page 9 of 11
Annexure 3 Page 10 of 11
Terms & Conditions from ONGC s Recent Tender for VA & S1 Onshore Terminal (Attached as Separate file) Page 11 of 11