A307_T-1022_8005_DNIT_REV0

  • Upload
    mmes12

  • View
    219

  • Download
    0

Embed Size (px)

Citation preview

  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    1/7

    Page 1 of 7

    1.0 INTRODUCTION:

    1.1 Bharat Petroleum Corporation Ltd. Kochi Refinery (BPCL-KR) has existing refinery

    facilities at Kochi, Kerala (India). The present operating capacity of the facilities is9.5 MMTPA.

    1.2 BPCL-KR is in the process of expanding the refinery facilities to 15.5 MMTPA as partof Integrated Refinery Expansion Project. M/s Engineers India Limited (EIL) has beenappointed as Project Management Consultant (PMC) for the project.

    1.3 Engineers India Ltd. (EIL), New Delhi on behalf of M/s Bharat Petroleum CorporationLimited, Kochi Refinery, Kerala (India) (BPCL-KR), invites Bids under Single StageTwo Part Bid System for execution of EFFLUENT TREATMENT PLANT, fromcompetent agencies with sound technical and commercial capabilities meeting theBidder Qualification Criteria stated in Cl. 5.0.

    2.0 BRIEF SCOPE OF WORK:

    Scope of Work & Supply for the Effluent Treatment Plant package includes basicengineering, detailed engineering, project management, procurement, construction,testing, commissioning, performance guarantee test run and guaranteeing of entireEffluent Treatment Plant to treat process effluent and floor wash in an oily effluenttreatment system comprising Oil removal section and two stage biological Section;sanitary waste shall be treated separately with suitable augmentation in existing STPand contaminated rain water shall be treated in CRW treatment system which willcomprise of Oil removal section; All above chain shall meet the treated effluent quality asspecified in the tender.

    The scope of work covers the following:

    a. Effluent Treatment Plant consist of the following treatment facilities:

    Oily effluent treatment system of 700 m3/h capacity

    CRW treatment system of 300 m3/h capacity

    Suitable modification in existing STP to accommodate additional 5 m3/h

    flow

    Chemical House, Control Room and Sub Station.

    NOTICE INVITING TENDER (NIT)

    FOR

    EFFLUENT TREATMENT PLANT

    FOR

    INTEGRATED REFINERY EXPANSION PROJECT (IREP)OF M/s BPCL-KOCHI REFINERY, KOCHI, KERALA

    BIDDING DOC. NO.: SM/A307-IUE-PC-TN-8005/1022

    (DOMESTIC COMPETITIVE BIDDING)

    e-Tendering

  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    2/7

    Page 2 of 7

    3.0 TIME SCHEDULE FOR COMPLETION:

    22 (Twenty Two) Months for Mechanical Completion (includingPrecommissioning) + 2 (Two) Months for Commissioning, from the date of issueof Fax of Acceptance (FOA).

    4.0 SALIENT DETAILS:

    a) Bidding Document on Website : From 23.04.2013 to 21.05.2013

    b) Site Visit : On 07.05.2013

    c) Last date of Receipt ofBidders Queries for Pre-BidMeeting

    : On 09.05.2013

    d) Date of Pre Bid Meeting : at 1030 Hrs. (IST) on 10.05.2013

    e) Last Date and time of Onlinesubmission of Bids (Bid DueDate)

    : Up to 1200 Hrs. (IST) on 22.05.2013

    f) Online Opening of Techno-commercial Unpriced Bid

    : 1400 Hrs. (IST) on 22.05.2013

    g) Earnest Money Deposit / BidSecurity

    : INR 2,00,00,000/-

    h) Cost of Bidding Document

    (Non-Refundable)

    : INR 5,000/-

    i) Opening of Priced Bids : On date & time to be intimated later

    If any of the dates identified above happen to be a declared holiday in EIL New Delhi,the next working day shall be considered. EIL Office working hours are from 08:30Hours to 17:00 Hours, from Monday to Friday.

    The complete Bidding Document is available on EIL website:http://tenders.eil.co.in;EILs ASP e-Tendering website: www.tenderwizard.com/eil, BPCL website:www.bharatpetroleum.inand Govt. Website:http://eprocure.gov.in/cppp. Bidders can

    view / download the document from any one of the websites mentioned above.However, the bids shall be uploaded only on EILs ASP e-Tendering website i.e.www.tenderwizard.com/eil. It may also be noted that the price details are required tobe filled & submitted only on the Schedule of Price format downloaded from above e-Tendering website.

    Request for extension or any query received from any bidder with less than Four (4)working days prior to bid due date shall generally be ignored, since there will not beadequate time for proper communication with Client and other bidders.

    All amendments, time extension, clarifications, etc. will be uploaded in the websitesonly and will not be published in Newspapers. Bidders should regularly visit theabove website(s) to keep themselves updated.

    http://tenders.eil.co.in/http://tenders.eil.co.in/http://tenders.eil.co.in/http://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://www.bharatpetroleum.in/http://www.bharatpetroleum.in/http://eprocure.gov.in/cppphttp://eprocure.gov.in/cppphttp://eprocure.gov.in/cppphttp://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://eprocure.gov.in/cppphttp://www.bharatpetroleum.in/http://www.tenderwizard.com/eilhttp://tenders.eil.co.in/
  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    3/7

    Page 3 of 7

    The Bidding Document is non-transferable. Bidder shall download the BiddingDocument in his own name and submit the bid directly. Bidder must submit theBidding document fee in their name.

    5.0 BIDDER QUALIFICATION CRITERIA (BQC):

    Bidder shall fulfil the following qualification criteria in order to qualify for this work:

    5.1 EXPERIENCE CRITERIA TECHNICAL

    Bidder, in the last fifteen years, shall fulfil the following experience criteria:

    5.1.1 Basic engineering, detailed engineering, project management, procurement,construction/ construction supervision, commissioning of minimum one EffluentTreatment Plant satisfying the requirements as specified in MINAS / as stipulation byCentral Pollution Control Board (CPCB) or State Pollution Control Board for quality oftreated effluent required for permitted disposal. The bidder should have supplied thePlant (s) in Refinery/ Petrochemical complex of capacity of minimum 400 m

    3/hr. for Oily

    Effluent treatment system including Biological treatment.

    5.1.2 In case the bidder has not executed the Effluent Treatment Plant (s) in Refinery/Petrochemical complex of capacity of minimum 400 m3/hr. for Oily Effluent treatmentsystem including Biological treatment, he can also be considered provided, thebidder complies the following:

    a) The bidder should have supplied the Effluent Treatment Plant (s) inChemical/Fertilizer complex of capacity of minimum 400 m3/hr. having Biologicaltreatment.

    b) The Bidder shall engage a Back-up consultant for oil removal section, who hasdesigned and executed a plant for Oily Effluent Treatment inclusive of oil removalsection and biological treatment of minimum capacity of 400 m 3/hr. of

    Refinery/Petrochemical Complex and such plant should have completed at leastone year of successful operation.

    c) All design, engineering, detail engineering documents and drawings shall beprepared by the Back-up Consultant for oil removal section.

    d) The Back-up Consultant furnishes back up guarantee for design, engineering of oilremoval section and also commits his involvement during erection, commissioning,supervision and testing of oil removal section.

    e) The Back-up Consultant shall also provide performance guarantee of oil removalsection.

    f) The Bidder shall furnish the memorandum of understanding (MOU) with the Back-

    up Consultant in his Bid, conforming the scope of Back-up Consultant as defined inClause nos. b), c), d) & e) above. The MOU shall be valid upto defect liabilityperiod.

    5.1.3 The reference Effluent Treatment Plant/s shall have completed one year ofsuccessful operation after commissioning of the plant.

    5.1.4 The bidder shall meet the above experience criteria as on the bid due date.

    5.1.5 DOCUMENTS REQUIRED WITH BID:

    The bidder shall furnish documentary evidence as below:

    a. Copy of Work Order and document/datasheet indicating the capacity of the Plant and

    other requirement of treated effluent as per Clause No. 5.0 above.

    b. Completion Certificate.

  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    4/7

    Page 4 of 7

    c. One Year Performance Certificate.

    d. MOU with back up consultant.

    5.2 FINANCIAL CRITERIA

    5.2.1 Annual Turnover of the Bidder shall not be less than Rs. 73,64,00,000 (RupeesSeventy Three Crore Sixty Four Lakh only) as per audited annual financial resultsin at least one of the preceding 3 (Three) financial years up to the due date ofsubmission of bids.

    5.2.2 Bidders Net Worth as per latest audited financial statement shall be positive.

    5.3 DOCUMENTS AND DATA REQUIRED WITH BID

    The bidder shall furnish documentary evidence as below:

    5.3.1 Other than the documents specified under Cl. 5.1.5 above, Bidder shall furnish

    documentary evidence in the form of Annual Report/ Financial Statements - Balancesheets and Profit and Loss Accounts statements, etc. of the preceding 3 (Three)financial years along with the Bid to establish Bidders conformance to FinancialCriteria mentioned in Cl. 5.2 above.

    5.3.2 With regards to financial documents, bidder shall submit bound published andaudited annual financial statements including balance sheet, profit & loss accountsand all other schedules for the preceding three financial years. However, in case thebidder submits either a photo copy of published statement or a translated copy of thepublished financial statements, the same shall be certified by the statutory auditor inoriginal.

    5.3.3 Bidder should submit Solvency certificate from Nationalised/Scheduled banks/Indian

    branch of Foreign bank.5.3.4 Bidders should have valid PF/VAT/Service Tax registrations and PAN. In case any

    Bidder is not able to submit any of the above documents at the time of Bidding, theBidder shall submit an undertaking that the same shall be submitted by them within 1month of award, in case the work is awarded to them.

    5.3.5 Any additional documents if deemed necessary to establish the qualifyingrequirements may be submitted by the Bidder.

    5.3.6 EIL/Owner reserves the right to complete the evaluation based on the detailsfurnished (without seeking any additional information) and / or in-house data, surveyor otherwise.

    5.3.7 All documents furnished by the bidder in support of meeting the experience and

    financial criteria (Clauses 5.1 and 5.2 above) of BQC shall be duly authenticated byStatutory Auditor of the bidder or practicing Chartered Accountant (not being anemployee or a Director or not having any interest in the Bidders Company/Firm)when Audited Accounts is not mandatory as per Laws and as per detailedinstructions provided in the Instructions to Bidders.

    Duly authenticated documents/certificates required to meet the BQC, as explainedabove, shall be submitted in the formats provided under the Proposal Forms of theBidding Document:

    a) Covering Letter

    b) Details of similar works for meeting the Experience Criteria-Technical.

    c) Details of Financial Capability of the Bidder.

    5.4 Submission of authentic documents is the prime responsibility of the Bidder.

  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    5/7

    Page 5 of 7

    5.5 BPCL/EIL reserves the right of getting the document cross verified, at their discretionfrom the document issuing authority.

    5.6 Failure to meet the above Qualification Criteria will render the Bid to be summarilyrejected. Therefore, the bidder shall in his own interest furnish complete documentaryevidence in the first instance itself along with their bids, in support of their fulfilling the

    Qualification Criteria as given above.

    6.0 SITE VISIT & PRE-BID MEETING

    6.1 Bidders are invited for site visit as per the date mentioned in Cl. 4.0 (b) above.

    6.2 The Bidders are requested to attend a pre-bid meeting at EIL Business Centre,Engineers India Limited, EI Bhawan, Bhikaiji Cama Place, New Delhi 110066,India, as per the date mentioned in Cl. 4.0 (d) above.

    6.3 The bidder may send their queries, if any, on Bidding Document by courier/e-mail toreach EIL prior to Pre-bid meeting. These queries shall be replied during the Pre-bidmeeting.

    6.4 The queries raised (without identifying the sources of the query) and the responsesgiven will be transmitted to all who have been provided access to the bid documentsand submitted their intent to quote.

    7.0 SUBMISSION OF BIDS & VALIDITY

    7.1 Bids are required to be submitted only through EILs Authorised Service ProvidersElectronic system / portal at www.tenderwizard.com/eil, on or before the Bidsubmission date and time. Bidders are required to register themselves atwww.tenderwizard.com/eil. No registration fee would be charged from the bidders.

    7.2 Bidders in their own interest are requested to register on e- tendering portal andupload/submit their bid well in time. Bidders should avoid the last hour rush to the

    website for registration of user id & password, enabling of user id and mapping ofdigital signature serial number, etc. since this exercise require activities from EIL &M/s Antares System (Service Provider) and needs time. In the event of failure inbidders connectivity with EIL/Service Provider during the last few hours, bidder islikely to miss the deadline for bid submission. Due date extension request due toabove reason may not be entertained.

    7.3 Physical Bids / Offers or Bids through any other mode shall not be accepted. TheOffers submitted through e-tendering system, as above shall only be considered forevaluation and ordering. Bids sent through Fax/E-mail/Courier/Computerfloppy/CD/Pen Drive shall not be accepted.

    7.4 Bidders to refer Instruction to Bidders for E-Tendering provided as Annexure-I toInstructions to Bidders (ITB), in the Bidding document. Bidders are requested to getacquainted with the E-Tendering System in advance and obtain/seek clarifications, ifany from EIL and/or EILs Authorised Service Provider, whose contact information isprovided in the Annexure-I to ITB.

    7.5 Validity of bid shall be 4 (four) months from the final due date of opening of Techno-commercial (Un-priced) Bids.

    8.0 EARNEST MONEY DEPOSIT (EMD) AND BIDDING DOCUMENT FEE

    8.1 Earnest Money Deposit (EMD) and Bidding Document fee as mentioned above shall

    be submitted within the Bid Due Date. EMD shall be submitted in the form of crossedDemand Draft / Pay Order / Bankers Cheque or Bank Guarantee (as per Proforma

    http://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eil
  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    6/7

    Page 6 of 7

    provided in the GCC) in favour of Bharat Petroleum Corporation Ltd. payable atKochi. Earnest Money Deposit (EMD) shall be valid for a period of8 (Eight) monthsfrom the due date of opening of Techno-commercial Bids and shall be submittedfrom any Indian Scheduled Commercial Bank / Indian Branch of Foreign Bank. Costof Bidding Document shall be submitted in the form of Demand Draft, in favour ofBharat Petroleum Corporation Ltd., payable at Kochi.

    Exemption of Bidding Document fee and EMD will be applicable for Micro and SmallEnterprises (MSEs) registered with National Small Industries Corporation (NSIC) asper provision mentioned in para 8.4 below.

    8.2 Bidders are required to submit the EMD (in the prescribed format) in original andBidding Document Fee at the time of bid submission in sealed envelope and arerequired to upload the scanned copy of EMD and Document Fee on e-Tenderingwebsite along with e-Bid. EMD and Document Fee in original shall be submitted in asealed envelope titled Earnest Money Deposit and Document Fee for BiddingDocument No. SM/A307-IUE-PC-TN-8005/1022.

    8.3 If the Bidder is unable to submit original EMD and Bidding Document Fee within the

    due date and time for Bid submission, he may submit the same within 7 days fromthe date of unpriced bid opening, provided copy of the same have been uploaded onE-Tendering website. In case the Bidder fails to submit the EMD in original andBidding Document Fee within 7 days, his bid shall be rejected, irrespective of theirstatus / ranking in tender and notwithstanding the fact that a copy of EMD andBidding Document Fee were uploaded earlier by the Bidder.

    8.4 Bidding Document fee and EMD exemption will be applicable for Micro and SmallEnterprises (MSEs) registered with National Small Industries Corporation (NSIC) asper guidelines (for similar work and monetary limit). On opening the un-priced bid, theNSIC registration certificate will be verified for the monetary limit of registration andcategory. If the bidder meets both the requirements, i.e. monetary limit and category,

    the bid will be processed further. If not, the bidder will be asked to submit EMD. Incase the bidder does not submit the EMD within 7 days of EIL intimation, then theirbid shall be rejected. The bidder shall submit Notary attested copy of the valid NSICregistration certificate indicating that their registration includes the item/works undertender. The certificate issued by NSIC shall be valid as on the date of opening of Un-priced Bid.

    8.5 There will be no waiver of Bidding Document fee and EMD for Public SectorUndertaking of Central/State Government Undertakings.

    9.0 GENERAL

    9.1 BPCL/EIL reserves the right to carry out capacity & capability assessment of thebidder using in-house information and past performance.

    9.2 The bidders who are on Holiday/Negative list of OWNER or EIL or black listed by anyGovernment Department/Pubic Sector as on due date of submission of bid/ duringthe process of evaluation of the bids, the offers of such bidders shall not beconsidered for bid opening/evaluation/Award. If the bidding document were issuedinadvertently/ downloaded from website, offers submitted by such bidders shall alsobe not considered for bid opening/evaluation/Award.

    9.3 BPCL/EIL will not be responsible or liable for cost incurred in preparation & deliveryof bids, regardless of the conduct or outcome of the bidding process.

    9.4 BPCL/EIL reserves the right to disqualify any bidder during the tendering process onaccount of their non-performance in the earlier jobs executed by them for BPCL or forany other Public Sector Undertaking.

  • 7/27/2019 A307_T-1022_8005_DNIT_REV0

    7/7

    Page 7 of 7

    9.5 In case any Bidder is found to be involved in cartel formation, his Bid will not beconsidered for evaluation / placement of order. Such Bidder will also be debarredfrom bidding in future.

    9.6 Canvassing in any form by the Bidder or by any other agency on their behalf maylead to disqualification of their Bid.

    9.7 Unsolicited clarifications to the offer and / or change in the prices during the validityperiod would render the bid liable for rejection.

    9.8 Bidder shall not be under liquidation, court receivership or similar proceeding.

    9.9 Integrity Pact, duly signed & stamped on each page, shall be submitted with Techno-commercial bid, failing which the bid shall not be considered for further evaluation.

    9.10 For detailed specifications, terms and conditions and other details, refer completeBidding Document.

    9.11 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the duedate for submission of Bids. Time and date of opening of Price Bids shall be notified

    to the qualified and acceptable bidders at a later date.Bidders may view the Bid opening through e-tendering portal atwww.tenderwizard.com/eil or may witness the bid opening in EIL Office, New Delhi.

    9.12 Total works shall be awarded to one agency based on total lowest (L1) evaluatedprice as per the provisions of the Bidding Document.

    9.13 Bids received after stipulated bid due date and time i.e. late bids due to any reasonswhatsoever will not be considered.

    9.14 Bids on Consortium or unincorporated Joint-Venture basis shall not be accepted.

    9.15 OWNER/EIL reserves the right to reject any or all the bids received or annul thebidding process at any time without assigning any reason whatsoever

    9.16 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchasepreference as admissible/applicable from time to time under the existing Govt. policy.Purchase preference to a PSE shall be decided based on the price quoted by PSEas compared to L1 Vendor at the time of evaluation of the price bid. Owner reservesits right to allow Micro and Small Enterprises (MSEs) and MSEs owned by ScheduledCaste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference asadmissible/applicable from time to time under the existing Govt. policy. Purchasepreference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decidedbased on the price quoted by the said MSEs as compared to L1 Vendor at the time ofevaluation of the price bid.

    9.17 Clarifications if any, can be obtained (on working days, between 09:00 hrs to 16:00hrs) through: Telephone Nos.: +91-11-26763883 / 26763886 and/orE-mail:[email protected] ,[email protected]

    Asst. General Manager(C&P)Engineers India Limited, New Delhi

    http://www.tenderwizard.com/eilhttp://www.tenderwizard.com/eilmailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]://www.tenderwizard.com/eil