BHARAT PETROLEUM CORPORATION LIMITED · 2014. 10. 8. · bharat petroleum corporation limited (a...

26
BHARAT PETROLEUM CORPORATION LIMITED (A Government of India Enterprise) BID DOCUMENT FOR ENVIRONMENTAL SITE ASSESSEMENT AND REMEDIATION OF CONTAMINATED SITE AT TONDIARPET, CHENNAI, INDIA. Tender No. BPCL/TNP/02/2014-15 BHARAT PETROLEUM CORPORATION LIMITED, TONDIARPET INSTALLAITON,35 VAIDYANATHAN STREET, TONDIARPET, CHENNAI- 600081.

Transcript of BHARAT PETROLEUM CORPORATION LIMITED · 2014. 10. 8. · bharat petroleum corporation limited (a...

  • BHARAT PETROLEUM CORPORATION LIMITED (A Government of India Enterprise)

    BID DOCUMENT

    FOR

    ENVIRONMENTAL SITE ASSESSEMENT AND REMEDIATION OF CONTAMINATED SITE AT TONDIARPET, CHENNAI, INDIA.

    Tender No. BPCL/TNP/02/2014-15

    BHARAT PETROLEUM CORPORATION LIMITED, TONDIARPET INSTALLAITON,35 VAIDYANATHAN STREET,

    TONDIARPET, CHENNAI- 600081.

  • 1.1 INTRODUCTION

    Bharat Petroleum Corporation Limited (BPCL) (A Govt. of India Enterprise) working under the aegis of Ministry of Petroleum and Natural Gas (MOP&NG) has an oil Installation at Tondiarpet, Chennai. Similarly Hindustan Petroleum (HPCL) & Indian Oil Corporation ( IOCL) are also situated near the BPCL Installation. All these oil Installations including BPCL receives product through common P/L which is connecting jetty to oil installations.

    1.2 BACKGROUND

    On 14th July 2013, BPCL Tondiarpet Installation was informed by Tamil Nadu Pollution Control Board (TNPCB) official that they have received complaint from residents of TH road and VP KOVIL street, Tondiarpet , observed petroleum oil traces in their bore wells. Since, 3 of BPCL Jetty Pipe Lines are running underground adjacent to the affected area TNPCB along with CPCB have instructed BPCL on behalf of the industry to investigate the issue of contamination in the bore wells of the aforesaid area. On directives from TNPCB, IIT Madras have collected bore well samples from the contaminated site and analyzed in their laboratory and came out with a finding of the sample collected from their bore well is matching with the commercial diesel.

    Subsequently, as directed by TNPCB, we (BPCL) engaged IIT Madras for carrying out

    characterization of the oil spill site at Tondiarpet with the following scope

    a. Sampling and identifying the free product obtained in the 12 bore wells through GCMS

    b. Sampling and evaluating the extent of contamination of the ground water in 50 bore wells through GCMS analysis.

    c. Conducting bore hole logs (about 20 shallow bore well) in the vicinity of the contaminated zone to determine oil trapped in unsaturated zone.

    d. Mapping the extent of oil layer spread using interface probe in existing bore well.

    e. Conducting geophysical investigation for determining the spread of oil, soil and ground water characterization.

    Pursuant to the analysis of the samples, IIT Madras had suggested necessary studies to be carried out and remediation methods to be done vide their report titled “Environmental Site Assessment of Tondiarpet Oil Spill Site dated Feb’2014. ”The report has been submitted as a document to the National Green Tribunal (NGT) SZ where a PIL was filed by an resident on pipeline leaks in and around North Chennai area. This report (Annexure A) enclosed herewith forms the basis and starting point of the remediation works at the site. The progress achieved shall be noted as reduction in contamination in both soil and sample test done during the remediation process with reference to the values observed during the studies. IIT Madras shall be the third party

  • Inspection Agency(TPIA). The list of recommendations in the report are as under and the progress is also monitored by the NGT.

    a. Installing recovery wells in the trench close to the source and in the locations which show maximum standing oil depths

    b. Removal of free product through a combination of proven techniques such as dual phase pumping, surfactant enhanced removal or other proven technologies.

    c. Removal of trapped oil from the vadose zone through proven techniques such as soil vapour extraction

    d. Insitu treatment of contaminated groundwater and removal of blobs in saturated zone by chemical or biological methods.

    e. Installation of monitoring wells at the higher contamination zones and periphery of the dissolved plume to monitor the effect of oil removal and ground water remediation.

    1.3 Description of Approach, Methodology and Work Plan for Performing the Assignment

    The core document for this work will be the Technical proposal document submitted by the vendor in their technical bid approved by IIT Madras & BPCL detailing the Technical approach, methodology and work plan are key components of the Technical Proposal. The Technical Proposal (inclusive of flow charts and diagrams) should be divided into the following three chapters:

    • Technical Approach and Methodology,

    • Work Plan

    • Result achieved

    • Organization and Staffing,

    • Minimum number of investigations/tests/sampling

    a) Technical Approach and Methodology.

    In this chapter the vendor shall explain their understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. They should highlight the problems being addressed and their importance with the consideration of the fact that this site is densely populated, congested with lot of private and public utilities present, and explain the technical approach they would adopt to address them. The vendor should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. The plan also should cover

  • a. The details of the monitoring mechanism adopted, the position and number of monitoring / recovery / monitoring & recovery wells.

    b. The details of the process adopted for recovery of the free phase of product, process for removal of vapour from the vadose zone, process for the remediation of soil and water. Storage and disposal plan

    c. The technical details of the process and the materials / machinery planned to deploy for the work. The output and the power rating of the machineries / equipment used.

    d. The proposed procedure for recovery, handling, storage and disposal of free product, contaminated water.

    b) Work Plan.

    In this chapter the vendor should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (IIT Madras shall monitor the progress and aid in the deliberations with the vendor including interim reviews/approvals by the BPCL and its consultant M/s IIT Madras and the statutory authority M/s TNPCB &NGT), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan should be consistent with the Work Schedule of Form attached herewith.

    c Results required to be elaborated.

    d. Organization and Staffing.

    In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff.

    e Minimum number of investigations/tests/sampling:

    The number of investigation/samplings/tests varies largely from site to site depending on extent of contamination, type of contaminants, area and number of receptor indicators. However, depending upon the preliminary information available about the site, the consultants should specify the scope and minimum number of investigation/samplings/tests they would propose to undertake for of surface & sub-

  • soils, recipient water bodies, sediments, test wells,hydro geological investigations etc..

    a. The reports of the Investigations are required to be submitted at least

    once in three months. The Technical approach and methodology should list down the expected values of the parameters monitored at the end of the each quarter during the period of retrieval and remediation work. The suggested expected values of the parameters are as given in the Annexure B.

    2. BREIF SCOPE OF WORK:

    The scope of work includes the items, explained in detail as below: It may be kindly noted that the site proposed to be remediated is located in the northern part of Chennai City and is in a highly populated area and covered with Public and Private Utilities and structures. The work also involves day to day interaction and dealing with Public Authorities including Corporation , Sewage and Water Board, Electricity Board, Telephone department, Traffic Police, Police department TNPCB and also landowners and the residents of the area. The vendors are requested to visit the site for remediation and understand the scope of work and the site conditions before quoting the work. By responding to the tender, the vendor confirms that they have physically visited the site and have assessed the site conditions and understood the scope of work in its entirety.

    2.1. Investigation of contaminated site

    The vendor has to study the report submitted by Indian Institute of Technology, Madras on Environmental site Assessment of Tondiarpet Oil Spill Site. The report has to be reviewed for the data given on the contamination of the site, so as to validate the data by carrying out the necessary survey/ investigations as required. After review and final investigation, report has to be prepared to formulate the remedial action plan for removal of the contamination from the site.

    (a) Review of the report

    Indian Institute of Technology, Madras was engaged to study the source of spill, extent of contamination, environmental damage and also to suggest possible remediation methods for the contaminated site at Tondiarpet. Subsequently, after site investigation IIT, Madras has submitted the final report on February 2014.

    The scope of the subject work includes reviewing the above report and required to formulate the further investigation plan, so as to assess the present condition of the contaminated site.

    After reviewing the report, vendor has to take up a study to review the parameters in the report and establish the consistency and also to develop further details to prepare the plan for the total and complete remediation at the site. Such study including the gap

  • analysis of the IIT, Madras report shall be used to develop the detail investigation plan and the detailed work plan with the monitoring milestones and end state condition with timelines. This document has to submitted to BPCL & IIT Madras.

    This gap analysis and working plan preparation to be done considering the following aspects. All available historical and current information is also to be studied, so as to develop a field-testing program. This investigation plan needs to be approved by IIT Madras before taking up the field activity.

    (b) Environmental Site Assessment

    Subsequent to the approval of the investigation plan, vendor has to initiate the process of site investigation by necessary laisioning with concerned departments, statutory officials and local habitants for carrying out the work.

    � Environmental Site Assessment (ESA) should identify the characterization of the contamination (i.e., degree, nature, estimated extent and media affected) and site conditions (i.e., geological, ecological, hydro-geological and hydrological) is also to be assessed.

    � Qualified and well experienced person has to conduct the site assessment to collect necessary technical information.

    � Site assessment is to be done to completely define and delineate the extent of the contamination in both soil and groundwater. Potential effects on the surrounding population are also to be assessed.

    � Site characterization data of site geology to be provided, such as type of aquifer, hydraulic properties, ground water flow characteristics and contaminants.

    � Ground water contour map for the subject area and its vicinity to be developed.

    � Surface drainage characteristics are also to be studied as part of the assessment.

    � Well details for on sites (shallow/deep well) including depth, water yield and use.

    � Sampling and Analysis Plan for soil, ground waterEetc to be developed as per the prevailing Indian Standard and to be approved by the TPIA/BPCL.

    � Sufficient test locations to determine the direction of groundwater flow on-site (minimum of 3 groundwater monitoring wells or piezometers, including at least 1 multilevel installation to assess vertical gradients). Shallow wells are to be screened across the water table to intercept floating product. Bedrock monitoring wells also may be required. Construction standards are to be followed as per current day professional standards.

    � Monitoring Bore wells: Presently, 2 monitoring bore wells are available and the same can be used while site assessment and implementation stage also. In addition to this 30 no’s domestic bore wells, which are being used by the residents are also available at the site.

  • However, the plume area is to be studied and if required further bore wells may be installed. The specification for the bore wells shall be as per regulated standard.

    � All soil test locations should extend to the bottom of the contaminated soil zone, to the seasonal low water level, or to bedrock, whichever is shallower.

    (C) Sample Analysis

    � Testing methods and techniques are expected to be consistent as per current day professional standards.

    � Soil samples may be screened in the field for vapours, staining or odour. All field observations must be included in reports.

    � Chemical analyses are to be conducted on at least 2 soil samples per well or borehole location (one surface 1.5 m depth).

    � Chemical analyses are to be conducted on at least one groundwater sample from each available well including any on-site water supply wells (Note: sampling may also be required for any nearby, off-site potable water wells).

    � Chemical analyses for petroleum hydrocarbon impacted sites will include TOC (Total Organic Hydro Carbon), PAC (Polycyclic Aromatic Hydrocarbon) and BTEX (benzene, toluene, ethylbenzene, xylene). Analysis for site-specific parameters may be required, depending on past or present use (e.g., PAHs, lead).

    � Grain size analyses are to be conducted on at least 1 sample per hydrogeologic unit if the fine-grained soil criteria are to be applied.

    � Laboratory analysis of contaminated materials, soil, and water must be conducted by laboratories that have been formally approved by NABL.

    � The investigation report shall also include

    • Plume Map

    • Google map showing the co-ordinates of the bore wells in the contaminates site.

    • Geology and ground water reports.

    • Topographical, geological and other maps

    • Detailed Site investigation Results.

    � The draft report has to be submitted to TPIA/BPCL for review. The comments if any to be addressed and the modified final report to be submitted both in hard and soft format.

  • 2.2. Preparation Remedial Action Plan (RAP)

    Based on the results of the initial site assessment, immediately after award of work ,the vendor is required to develop site specific remediation criteria in consultation with the TPIA/BPCL. The remediation criteria for treatment of the contaminated area is based on the below listed parameters

    Soil to Ground Water Protection Limits for Delineation and Remediation

    Compound Residential Limits (mg/Kg)

    Ground water Limits (ug/L)

    Soil gas Limits (ug / Mg)

    TPH 100 100

    Benzene 0.044 1 42

    Toluene 2.9 40 160

    Ethyl benzene 3.3 30 490

    Xylenes 2.3 20 5200

    chrysene 3.8 0.35 NIL

    Naphthalene 1.2 6.1 36

    TPH gasoline 100 10 5000

    TPH diesel 100 10 6800

    The vendor has to use the monitor wells to delineate groundwater impacts to the following limits

    The vendor must prepare a Remedial Action Plan (RAP) detailing the methodology for achieving these criteria as well as the proposed remedial action plan.

    Regardless of the method/technique used, all efforts should be made to minimize the spread of contamination as a result of activities during the site assessment.

    Remedial action plan should be for the following

    (i) Removal of free product in the affected area in 6 months from the date of approval of remedial plan. The plan should predict the quantity of free product that will be collected every month during these six months. The actual monthly collection of the product will be compared and the vendor has to propose change plan for process if the expected cumulative quantum of recovery is not achieved at the end of the month. Such change in procedure needs to be approved by TPIA/ BPCL. At the end of six

  • month period, suitable demonstration of the completion of free product should be ensured to the satisfaction of TPIA/ BPCL.

    (ii) Removal / conversion of trapped oil /Vapor form vadose zone through proven techniques such as soil vapour extraction and air sparging techniques (or equivalent demonstrated techniques) and Insitu treatment of contaminated soil/ground water (with techniques demonstrated in the field elsewhere)to the acceptable limit in 24 months. The Vendor has to propose a testing plan of samples from all the monitoring wells in every quarter during this phase. The proposed level of the parameters at end of each quarter should be part of the Remedial plan. A comparison of the tested parameters will be compared with the expected parameter level at that point in time as per Remedial Plan will be taken up. The vendor has to propose and get approval from IIT Madras/ BPCL of such plan and implement the same to ensure that the process is accelerated to meet the objectives in the next quarter valuation.

    (iii) Establish the approved number of monitoring bore wells, so as to monitor the soil/water parameters on regular basis (Quarterly).

    The Remedial Action Plan(RAP) must contain the following:

    o Include contact information, including names of key personnel, with their qualification/experience consultants, vendors, telephone, mail, fax, and email contacts, physical addresses;

    o Summarize all data on contaminants identified during the site investigation(s);

    o Identify contaminants of concern and the media affected;

    o Identify the proposed clean up criteria and method(s) by which they have been derived;

    o Identify, quantify and characterize the materials to be treated/removed;

    o Summarize remedial options evaluated and the method used to select the preferred remedial strategy;

    o Describe the selected clean up method and its technical feasibility;

    o Discuss control measures to minimize fugitive air emissions, surface water control, worker health and safety;

    o Identify the fate of residual contaminants; and

    o Identify remedial verification and long-term monitoring plans.

    The final action in this step is to submit the RAP to TPIA for approval.

  • 2.3 Approval of Remedial Action Plan

    The formulated RAP has to be submitted to TPIA for approval , the changes/comments if any to be addressed and the final report to be submitted to BPCL in soft and hard format.

    2.4 Implementation of Remedial Action Plan

    Subsequent to the approval of techniques for remediation of the site in RAP, the vendor has to mobilize at site to carry out the remediation activities so as to complete the remediation on site within the proposed completion time.

    The vendor shall have to proceed with the approved RAP and submit monitoring reports to TPIA on the pre-determined schedule (quarterly).

    Vendor has to arrange for transportation of water / hydrocarbon mixture collected from the wells to BPCLTondiarpet Installation including arranging measurable storage receptacle, stocking the same in safe custody, and preservation till approval of disposal from TPIA/BPCL including treatment of waste.

    The vendor must advise BPCL, if activities deviate from the approved RAP. BPCL will assess the significance of any deviations and respond accordingly. In situations where predictions included in the RAP fail to be achieved, the vendor may be required to re-evaluate the RAP and enhance the RAP as the case may be. The same has to be implemented with the concurrence from the competent authority without any time/cost impact.

    Vendor has to obtain all the required approval by laisioning with the concerned departments, statutory officials and local people for carrying out the day to day operation without any hindrance. BPCL will facilitate the process for getting approval.

    2.5 Procedure for Review of Progress Reports, Inception, Status, Final Draft and Final Reports

    The reports submitted by the vendor would be circulated among TPIA/BPCL/Statutory Authority . The vendor would be required to make presentation of all the reports as per the delivery schedule sought to the above referred parties constituted by BPCL and seek its comments/suggestions. The vendor recommendations shall be incorporated / implemented by the vendors and in case of disagreement the decision of the Client shall be binding on both the parties.

    2.6. Achieving measurable standards

    The vendor shall achieve the required measurable standards during the clean up activity on quaterly basis as per the RAP as mentioned in clause.

  • 2.7 Closure of Remediation and handing over of the site.

    When the vendor is satisfied that all the requirements of the RAP have been met, a inspection call has to be given to TPAI by submitting a report with all the investigation details.

    Upon receipt and acceptance of the closure report, TPIA will evaluated and conclude the remediation process by issuing a letter advising that no further remedial action is required.

    3. QUALIFICATION CRITERIA:

    1. Bidder shall posses experience in undertaking Oil Spill treatment works in land as per the above scope of work during last 3 years reckoned from the bid due date as a direct bidder from the owner or a sub contractor with public limited company registered with any stock exchanges in the world.

    2. The bidder should have completed the treatment of the contaminated site in an area not less than 5000 sq.m.

    3. The Consultant team should reflect their range of experience and expertise and the list of key professional positions whose CV & experience will be evaluated by a team comprising of experts from TPIA/ BPCL .

    Financial Criteria:

    a. The bidder should have the following average annual minimum turnover in af

    the last three preceding Financial / Calendar Year s per latest audited financial statement.:

    Nature of the Job

    Turnover required (Indian Bidders)

    Turnover required (Foreign Bidders*)

    Assessment and do remedial action to mitigate area of contamination

    Rs. 480 Lakhs

    828000 USD

    *USD figures based on RBI declared USD conversion rate of Rs.60.38 as on 21.04.2014.

    “Turnover shall mean Consolidated Turnover in case of a Bidder including its subsidiaries”.

  • 4.

    4. GENERAL:

    Bidder shall furnish necessary documentary evidence along with the bid, by way of track record, copies of work order, division of responsibilities for the work performed, completion certificate, MOU document/ commitment letters etc. In absence of such documents, BPCL reserve the right to reject the Bid without making any reference to the Bidder or assigning any reason what-so- ever. Bidder shall provide documentary proof in the form of purchase order I contract letter. Offers received without documentary proof are liable for rejection.

    a. All the bidding document related to Qualification Criteria including technical and Financial should be duly verified and certified by any one of the following independent third party inspection agency viz. SGS/ GUS Pvt. Ltd./ IRS/ DNV/ LRIS/ Ell/ TATAProjects/ PDIL/ ULIPL/ RITES Ltd./ ITSIPL/ lntratek /BVIS. All charges of the third party for attestations and verification shall be borne by the Bidders for document verification. Bidder has to enclose the TPI verification certificate duly signed & stamped by Authorized signatory of TPI.

    b. In case of Foreign bidder, all the supporting documents pertaining to qualification criteria submitted as evidence shall be certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy I High Commission in Bidder's country. And if audited Balance Sheet, Annual Report and all technical qualifying documents etc., are not in English language, then the English translation copy of the same shall be furnished duly certified, stamped and signed by Local Chamber of Commerce along with the original Balance Sheet, Annual Report etc.

    c. BPCL reserve the right to assess bidder's capability to execute the work using in-house information and take in account their concurrent commitments and the past performance during the evaluation of bids and may reject the bids.

    d. Failure to meet the above Qualification Criteria will render the Bid to be rejected. Therefore, the bidder shall in his own interest furnish complete documentary evidence in the first instance itself, in support of their fulfilling the Qualification Criteria as given above. BPCL reserves the right to complete the evaluation based on the details furnished without seeking any additional information. BPCL reserve the right to assess bidder's capability to execute this work by taking into account various aspects such as concurrent commitments and performance during evaluation of bids.

    e. BPCL reserves the right to reject the Vendor’s quotation, totally, if required on the basis of evaluation without assigning any reason.

    f. BPCL reserves the right to reject any application/issuance of tender documents without assigning any reason thereof and no claim what so ever shall be entertained on this account.

  • g. It is expected that Vendor provides professional, objective, and impartial advice and at all times hold the BPCL’s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work.

    h. Vendor has an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of BPCL, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Consultant or the termination of its Contract.

    I Information relating to evaluation of Proposals and recommendations concerning awards shall not be disclosed by BPCL to the Vendor who has submitted the Proposals or to other persons not officially concerned with the process, until the publication of the award of Contract. The undue use by any Vendor of confidential information related to the process may result in the rejection of its Proposal and shall be treated as a matter of fraud.

    J. Vendor should be able to demonstrate that majority of work can be completed with locally sourced professionals staff and/or experts. Having selected the Vendor on the basis of, among other things, CVs of proposed Professional staff, the BPCL will not consider substitutions during contract period unless both parties agree. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate. If it is established that Professional staff(s) that are offered in the proposal without confirming their availability, the Vendor may be disqualified.

    K. Deployment of Social Development expert with at least 5 years experience in social development sector and social impacts with degree in social science / sociology and planning.

    L. Electricity and other utilities required for the job shall be in the vendors scope.

    m. Any applicable charges for the usage of private lands for remedial activity shall be borne by the vendor.

    n. L. The vendor shall fill up attached NIT ( Notice of inviting tender ) documents and all the pages shall be signed and sealed. Any deviation shall be brought out in the deviation form attached . Failing the offer will be rejected.

    o. The payment terms shall be as specified in the tender document only.

    p. The quote shall as specified in the BOQ only. No deviation /addition shall be entertained. A copy of the price bid ( without the rates) shall be attached in the technical bid.

    Roles and obligations of BPC/ TPIA

  • 1. Roles of BPCL:

    • The entire job will be supervised and monitored by BPCL

    • Coordination with the local authorities for the permissions and approvals.

    • Liasioning work with TPIA/ TNPCB.

    2. Roles of TPIA:

    • Review of the process and vetting of the same

    • Monitoring of the measurable standards.

    • Guidance to the Vendor and BPC to clean up the area.

    Definitions (a) “BPCL” means the Bharat Petroleum Corporation Limited, a Govt. of India Enterprise, having its office at Southern Regional Office ,1, Ranganathan Gardens, Anna Ngar Chennai – 600 040 who intends to hire a consultant for investigation and remediation of Contaminated Soil and Groundwater in Todairpret, Chennai, Tamil Nadu.

    (b) “Consultant” means any entity or person that may provides the services to BPCL under the Contract.

    (d) “Contract” means the Contract signed by the Parties and all the attached documents listed in its Clauses that are the General Conditions (GC), the Special Conditions (SC), and the Appendices.

    (e) “Data Sheet” means such part of the Instructions to Consultants used to reflect specific assignment conditions.

    (f) “Day” means calendar day.

    (g) “Government” means the Government of India.

    (h) “Instructions to Consultants” (Section-2 of the RFP) means the document which provides shortlisted Consultants with the required information needed to prepare their Proposals.

    (i) “Personnel” means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof;

  • “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile in India.

    (j) “Proposal” means the Technical Proposal and the Financial Proposal.

    (k) “RFP” means the Request For Proposal prepared by the BPCL for the selection of Consultants, based on a prescribed format.

    (l) “Services” means the work to be performed by the Consultant pursuant to the Contract.

    (m) “Sub-Consultant” means any person or entity with whom the Consultant subcontracts any part of the Services.

    (n) “Terms of Reference” (TOR) means the document included in the RFP as Section-5 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the BPCL and the Consultant, and expected results and deliverables of the assignment.

    (o) “QCBS” means Quality and Cost Based System as per General Finance Rules 2006 of Government of India under Category II: Procurement of High End Services.

    Terms of Payment :

    Terms of Payment Amount payable

    After receipt of signed LOI and production of Bank guarantee for equal amount

    10% of contract value

    On reduction of contaminant level to 25 % of desired level from the

    existing level.

    25% of contract value

    On reduction of contaminant level to 50 % of desired level from the

    existing level.)

    50% of contract value

    On reduction of contaminant level to 75 % of desired level from the

    existing level.

    75% of contract value

    Balance on completion of the job

    10% of the bill value will be deducted and same will be released after one year of completion of the job.

  • Curriculum Vitae (CV) for Proposed Professional Staff

    1. Proposed Position [only one candidate shall be nominated for each position]:

    2. Name of Firm [Insert name of firm proposing the staff]:

    3. Name of Staff [Insert full name]:

    4. Date of Birth: Nationality: 5. Education[Indicate college/university and other specialized education of staff member, giving

    names of institutions, degrees obtained, and dates of obtainment]: 6. Membership of Professional Associations: 7. Other Training [Indicate significant training since degrees under 5 - Education were obtained]: 8. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

    9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

  • 10. Employment Record[Starting with present position, list in reverse order every employment held

    by staff member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held.]:

    From [Year]: To [Year]:

    Employer:

    Positions held:

    Consultant’s Experience

    Assignment name:

    Approx. value of the contract (in current Rs. Or US$ ):

    Country: Location within country:

    Duration of assignment (months):

    Name of Client:

    Total number of staff-months of the assignment:

    Address:

    Approx. value of the services provided by your firm under the contract (in Rupees Or current US$ or Euro):

    Start date (month/year): Completion date (month/year):

    No. of professional staff-months provided by associated Consultants:

    Name of associated Consultants, if any:

    Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

    Narrative description of Project:

    Description of actual services provided by your staff within the assignment:

  • Firm’s Name:

  • Instructions to Consultants

    DATA SHEET

    Paragraph Reference

    1.1

    Method of selection: Technically qualified vendor on Least quote ( L1) basis.

    1.2 Method ofbidding: Sealed Envelopes each for Technical &financial bids/proposals should be put together in a larger envelop duly sealed and submit the same by the specified date and time at the specified place.

    Name of the assignment: Preparation of Detailed Project Report and

    Providing Consultancy Services for Remediation of Contaminated land in Todiarpret, Chennai, Tamil Nadu

    1.3

    A pre-bid conference will be held at the following address: Chief Installation Mgr, BPCL, Tondiarpet Installtion, 35, Vaidyanathan Street, Tondiarpet, Chennai 600081 Phone : 91-44-25988203 On: 13.10.2014 at 11:00 hrs

    1.4 BPCL will provide the relevant data and reports available with BPCL.

    1.5

    Proposals are valid for 180 days from the closing date for submission of RFP.

    The Due date for the Tender submission : 20.10.2014 at 15:00 hrs at Office of the Chief Installation Mgr. BPCL, Tondiarpet Installtion, 35, Vaidyanathan Street, Tondiarpet, Chennai 600081 Phone : 91-44-25988203

    2.1 Clarifications Written clarifications, either through

  • post/courier/by hand, can be made on or before the scheduled pre-bid conference.

    The address for requesting clarifications Cheif Installation Mgr, Tondiarpet Installtion, 35, Vaidyanathan Street, Tondiarpet, Chennai 600081 Phone : 91-44-25988203 E mail : [email protected].

    3.1

    Language of Proposals: Proposals shall be submitted in English only

    3.3 (a)

    Joint Association The joint ventures /consortium as proposed shall not be disassociated. However new partners may associate while submitting technical bids.

    Association after RFP The shortlisted consultants shall not associate with other shortlisted Consultants.

    3.3 (b)

    The estimated number of professional staff-months required for complete project is: to be advised by the vendor.

    3.4

    The format of the Technical Proposal to be submitted is: Detailed Technical Proposal (TP )

    3.7 Amounts payable by BPCL to the Consultant under the contract to be subject to local taxation : Yes BPCL will reimburse the Consultant for any such taxes paid by the Consultant : Yes Reimburse the Consultant income tax paid in India on the remuneration for services provided by the non-resident staff of the consultant : No

    3.8

    Consultant to state local cost in the national currency: Yes.

    4.3

    Consultant must submit in original and six copies of the Technical Proposal, and the original of the Financial Proposal.

    4.5

    The Proposal submission address is: Cheif Installation Mgr, Tondiarpet Installtion, 35, Vaidyanathan Street, Tondiarpet, Chennai 600081 phone: 91-44-25988203

  • BILL OF QUANTITIES

    S. No

    ITEM DESCREPTION UNIT QTY RATE

    AMOUNT

    1. A). Reviewing the IIT final report submitted on February 2014 and gap study required to formulate the further investigation plan, so as to assess the present condition of the contaminated site, preliminary assessment and submission of the report for TPI.

    Hydrogeologocal study of the site

    Installation of Exploratory borewell of 30 ft depth (Minimum 20 nos)

    Installation of Monitoring borewell of 80 ft depth ( Minimum 10 Nos)

    Water / Soil samples may be screened in the field Volatile Organic compounds( VOC), measurements staining or odour at each feet. All field observations must be included in reports.

    Chemical analyses are to be conducted on at least 4 soil samples per well or borehole location ( 2 in unsaturated and 2 in saturated area in maximum contaminated zone as determined by voc measurements. (2 surface 1.5 m depth).

    Chemical analyses are to be conducted on at least one groundwater sample from exploratory borewell and monitoring well including any on-site water supply wells- around 30 wells Nos.

    Testing of water samples as per the requirement in NABL accredited lab for the following parameters: Total organic compound ( TOC) Polycyclic Aromatic Hydro carbon ( PAH) BTEX TPH Prepare contamination plume map including ground water flow direction with above data.

    The data collected will be the base data for this tender and same will be compared to IIT report

    1 LS

  • released during Feb. , 2014.

    Plan detail remedial plan to remove the free phase of the contaminant in the affected area .

    B). Removal of Free Product through a combination of proven techniques Based on the environmental assessment and developed RAP, proven techniques for removal of the free phase product have to be used. Proven techniques such as manual bailing out method, pumping using submersible pump or any other technology. The type of methodology to be adopted for removal of the free product has to be submitted to BPCL for approval, the necessary modification if any suggested by BPCL has to be incorporated and the same has to be executed at site. Based on the free oil findings in the wells, the vendor has to install sufficient numbers of pumping units to extract the entire free product in the contaminated area within the scheduled time of 6 months. While removal of free product using pumping methods, necessary precautions to be taken to prevent excessive drawdown . Removed contaminant shall be transported to BPCL Installation from the site Preparation of characterization and assessment of contamination report / Progress report along with Lab test results and submission of the same to BPC/ TPIA for review and vetting.

    2 Insitu Remediation of Soil contamination . Use of Proven techniques such as Soil Vapour Extraction and airsparging techniques or equivalent to be used for removal of the trapped oil from vadose zone and insitu treatment to be given to contaminated soil/ground water to bring down the parameters of soil-to-ground water to acceptable limits. T The methodology for execution of the work along with the details of mobilization manpower and

    LS 1

  • machineries is required to be submitted to BPCL/competent authority prior to the start of work. Based on the approved methodology, work has to be executed by the vendor so as to complete the work as per the acceptable criteria within scheduled 24 months time. B) Quarterly Monitoring of Remediation Status as follows for 20 locations and comparision to the initial site assessment and cleanup goals. Soil Investigation : Detail Work plan and site assessment Soil samples may be screened in the field for VOC using VOC meter , staining or odour. All field observations and soil gas data must be included in reports and compared with the clean up goals.

    Chemical analyses are to be conducted on at least 4 soil samples per well or borehole location (two in saturated zone and two in unsaturated zone close to depth of high contamination).

    Groundwater analysis will also be conducted in each of the location.

    Testing of Soil and groundwater samples as per the requirement in NABL accredited lab for the following parameters: Total organic compound ( TOC) Polycyclic Aromatic Hydro carbon ( PAH) VOC including BTEX TPH (Motor Gasoline /HSD) The vendor has to arrange for all the manpower, material and machineries necessary for execution of the work. Preparation of quarterly report / Progress report along with Lab test results and submission of the same to BPC/ TPIA for review and vetting. The work has to be carried out in line with the remedial action plan and in consultation with Engineer In Charge of BPCL/IIT Madras

    3 Insitu treatment of contaminated soil/ground water to the acceptable limit.

    LS 1

  • In situ chemical oxidation or bioremediation, or any other proven technology to typically involves reduction/ oxidation reduction that chemical convert hazardous compounds to un hazardous or less toxic compounds. Use of appropriate chemical / biological agents with the approval of competent authorities. Pump and treat may not be an option due to site constraints

    Water / Soil samples may be screened in the field for vapours using VOC meter, staining or odour. All field observations must be included in reports.

    B) Quarterly Monitoring of Remediation Status as follows for 20 locations and comparison to the initial site assessment and cleanup goals. Soil Investigation : Detail Work plan and site assessment Soil samples may be screened in the field for VOC using VOC meter , staining or odour. All field observations and soil gas data must be included in reports and compared with the clean up goals.

    Chemical analyses are to be conducted on at least 4 soil samples per well or borehole location (two in saturated zone and two in unsaturated zone close to depth of high contamination).

    Groundwater analysis will also be conducted in each of the location.

    Testing of Soil and groundwater samples as per the requirement in NABL accredited lab for the following parameters: Total organic compound ( TOC) Polycyclic Aromatic Hydro carbon ( PAH) VOC including BTEX TPH (Motor Gasoline /HSD) Preparation of quarterly report / Progress report along with Lab test results and submission of the same to BPC/ TPIA for review and vetting.

  • The work has to be carried out in line with the remedial action plan and in consultation with Engineer In Charge of BPCL/IIT Madras

    4 Operation and maintenance of the above installed equipments after the completion of the remediation project Multi depth monitoring of the groundwater in the monitoring wells, soil gas at locations of exploratory bore wells ( 12months) site clearance and handing over.

    LS 1

    Total

    Summary of Costs

    Item

    Costs

    In Indian Rupees

    Total Costs of Financial Proposal1

    Local Indirect Taxes and Duties as defined in clause 1.8 of SCC [excluding service tax]

    Service tax payable in India as defined in Clause 1.8 of SCC

    Amount of financial Proposal including taxes

  • Quote for Unit rate of important items

    S. No

    ITEM DESCREPTION UNIT QTY RATE AMOUNT

    1 Installation of monitoring bore wells . exploration bore wells ( 30 ft. depth ) as the bore well standards..

    Nos. 1

    2 Installation of monitoring bore wells . exploration bore wells ( 80 ft. depth ) as the bore well standards..

    Nos. 1

    3 Analysis of soil sample for TPH,PAH, VOC + any other Nos. 1

    4 Analysis of ground water sample for TPH,PAH, VOC + any other Nos. 1

    5 Storage and Disposal costs

    MT 1

    6 Operation of remediation process – this is phase two using SVE/DPE/Air Sparging or equivalent (cost per day of normal operation)

    Nos 1

    7 Cost of monitoring maintenance (per day)

    Nos 1