/ NOTICEINVITING TENDER (NIT)
FORCIVIL STRUCTRAL WORKS (TANKAGE) FOR CDU-4 PROJECT
OF M/s BHARAT PETROLEUM CORPORATION LIMITED AT MAHUL, MUMBAI
BIDDING DOC. NO.: A213/T-198/11-12/SKG/07
(DOMESTIC COMPETITIVE BIDDING)
E-Tendering /

1.0INTRODUCTION

1.1Bharat Petroleum Corporation Limited (BPCL) has been one of the leading petroleum refining and marketing company in India since its inception in 1956. BPCL with its refinery located at Mahul, Mumbai has a capacity to process a wide variety of crude oils.

1.2BPCL through its Refinery Modernization Project have enhanced its capacity to 12 MMTPA by installing Crude & Vacuum Distillation Unit, Hydrocracker Unit (HCU), Hydrogen Generation Unit (HGU) , Sulphur block along with Utilities / Off sites facilities.

1.3Engineers India Limited (EIL) on behalf of Bharat Petroleum Corporation Ltd. (BPCL),invites sealed bids for “ Civil Structural Works (Tankage) “ under single stage two bid system from competent bidders with sound technical and financial capabilities fulfilling the Qualification Criteria stated in paragraph 6.0 below.

2.0 BRIEF SCOPE OF WORK

The scope of work under this contract includes construction of Tank pads, barricading structure, covering oil catcher, rerouting fire water lines,construction of RR masonry dyke wall RR Masonry fire wall etc., including supply of all materials (as defined inscope of supply), tools & tackles, labour, etc., as per the detailed scope of work, schedule of rates, specifications,standards and addendums included in the Bid Document and the directions ofEngineer-in-charge, as per approved for construction drawings made available to thesuccessful bidder.

The Scope of Work shall in general include the following:

  • Foundations for tankages foundation/sand tank pads, approach roads and filled ramps.
  • Construction of road
  • Barricading structure, covering of oil catcher pit and drain etc.
  • RR masonry dyke wall & RR Masonry fire wall.
  • RCC sleepers
  • Modification in existing fire water piping including supply and laying of new A/G and U/GFire water pipingwith internal cement lining and external epoxy wrap.
  • PCC & RCC Works. Structural steel works including fabrication, erection and preparation of detailed fabrication drawings for all types of structures
  • Dismantling/ demolishing of roads, PCC/RCC, Strl. steel works, brickwork, R/R masonry
  • Brickwork and R/R masonry in sub-structure
  • Any other Civil Structural Works, not specifically mentioned herein, but required for the satisfactory and successful completion of the project as per directions of the Engineer-in-Charge shall also be in the scope of the contractor

3.0TIME FOR COMPLETION

09 (Nine) Months from the date of issue of Fax/Letter of Acceptance.

4.0SALIENT FEATURES OF THE BIDDING DOCUMENT ARE AS FOLLOWS:

a) / Bidding Document No. / : / A213/T-198/11-12/SKG/07
b) / Bidding Document availability on Website. / : / 02.07.2012 to 23.07.2012.
The detailed NIT along with Qualification Criteria can be viewed/ downloaded from EIL’s website: or BPCL’s website and on Government website
The complete Bidding Document can be viewed/ downloaded from EIL’s website: on Government website
c) / Last date for submission of pre-bid queries / : / 09.07.2012
d) / Date of Pre-Bid Meeting / : / 1000 Hrs. (IST) on 10.07.2012 at Business
Centre, EIA UG Floor, Engineer India Limited ,New Delhi
e) / Last Date and time of submission of Bids / : / Up to 1200 Hrs. (IST) on 24.07.2012
f) / e-Bid submission through E-tendering / : / Only E-bids uploaded in EIL’s Authorized Service Provider (ASP’s) website acceptable. Physical Bids and Bid through any other mode shall not be acceptable.
g) / Bid Document Fee & EMD / : / Bidders are required to submit the Bid Document Fee & EMD (in the prescribed format) in original as per the manner prescribed in the Bidding Document at the time of bid submission in sealed envelope titled “Earnest Money Deposit and Document Feefor Bidding Document No. A213/T-198/11-12/SKG/07”.However, bidders are required to upload the scanned copy of both Bid Document Fee as well as EMD on E- Tendering website along with the e-bid.
If the Bidder is unable to submit Bid Document FeeEMD in original within the due date & time, then bidder shall submit the original Bid Document FeeEMD within 7 (seven) days from the date of un-priced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 (seven) days, then their bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document FeeEMD was earlier uploaded by the bidder.
h) / Opening of Techno-commercial (Un priced) Bids / : / 1400 Hrs. (IST) on 24.07.2012
(In presence of authorized representatives of attending Bidders)
i) / Cost of Bidding Document (Non- Refundable) / : / Rs. 5,000/- ( Indian Rupees Five Thousand Only)
In the form of Crossed DD in favour of M/s Bharat Petroleum Corporation Limited payable at Mumbai.
j) / Bid Security / Earnest Money Deposit (EMD) / : / Rs.15,00,000/- (Indian Rupees Fifteen Lakhs Only)
In the form of Crossed DD in favour of M/s Bharat Petroleum Corporation Limited payable at Mumbai or Bank Guarantee in the prescribed Pro-forma from Scheduled Commercial Bank in India or Indian Branch of Foreign Bank. .
k) / Opening of Priced Bids / : / To be intimated later, after evaluation and short listing of Un-priced techno-commercial Bids.

4.1Cost of Bidding Document fee and EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with National Small Industries Corporation (NSIC) as per guidelines(for similar work and monetary limit). On opening the unpriced bid, the NSIC registration certificate will be verified for the monitory limit of registration and category. If the bidder meets both the requirements, i.e. Monitory limit and category, the bid will be processed further. If not, the bidder will be asked to submit EMD.In case the bidder does not submit the EMD, then their bid shall be rejected. The bidder shall submit Notary attested copy of the valid NSIC registration certificate indicating that their registration includes the item/works under tender. The certificate issued by NSIC shall be valid as on the date of opening of Un-priced Bid.

4.2There will be no waiver of Bidding Document fee and EMD for Public sector undertakings of central / state Government undertakings.

4.3Bidder shall download the Bidding Document in his own name and submit the bid directly. The Bidding Document is non-transferable. Bids submitted by Bidder who have not downloaded the Bidding Document will be rejected.

5.0EARNEST MONEY DEPOSIT (EMD) / BID SECURITY

5.1Bids must be accompanied with Earnest Money Deposit/ Bid Security of value mentioned at 4.0(j).

5.2EMD/ Bid Security shall be in favour of Bharat Petroleum Corporation Limited, Mumbai in the form of crossed demand draft or non-revocable Bank Guarantee on non-judicial stamp paper of value not less than Rs.100.00 and in the prescribed pro-forma, from any Scheduled Commercial Bank in India/Indian Branch of Foreign Bank.

5.3Earnest Money Deposit/Bid Security shall be valid for a period of 06 (Six) Months from the date of submission of Bids.

5.4EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with National Small Industries Corporation (NSIC) as per guidelines and also Small Scale Units registered with NSIC (for similar work and monetary limit). On opening the unpriced bid, the NSIC registration certificate will be verified for the monitory limit of registration and category. If the bidder meets both the requirements, i.e. Monitory limit and category, the bid will be processed further. If not, the bidder will be asked to submit EMD.In case the bidder does not submit the EMD, then their bid shall be rejected.

5.5If the Bank Guarantee towards EMD is not in the required proforma, but acceptable otherwise (considering amount & issuing bank) the Bidder would be asked to resubmit the same in the required proforma. Such Bids would however, be taken up for evaluation.

5.6There will be no waiver of Bidding Document fee and EMD for Public sector undertakings of central / state Government undertakings

6.0BIDDER QUALIFICATION CRITERIA

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

6.1EXPERIENCE CRITERIA

6.1.1The Bidder should have executed and completed,in previous seven (07) years from the due date for submission of bid, at least one work involving Civil & Structural Works including RCC and Structural Steel (in framing/Roof Structures) in an industrial plantin a single Work order/Contract of value not less than Rs. 1,200/- Lakhs (Rupees One Thousand Two Hundred Lakh only).

Or

The Bidder should have executed and completed, in previous seven (07) years from the due date for submission of bid, at least two works of Civil & Structural Works including RCC and Structural Steel (in framing/Roof Structures) in an industrial plant in two separate Work order/ Contract each of value not less than Rs. 750/- Lakhs (Rupees Seven Hundred Fifty Lakh only).

Or

The Bidder should have executed and completed, in previous seven (07) years from the due date for submission of bid, at least three works of Civil & Structural Works including RCC and Structural Steel (in framing/Roof Structures) in an industrial plant in three separate Work order/ Contract each of value not less than Rs.600/- Lakhs (Rupees Six Hundred Lakhs only).

6.1.2For Experience based on Composite Works.

In case Bidder has executed Composite Works which includes any of the qualifying work stated above, then value of such qualifying work out of total value of Composite Works shall be considered for the purpose of qualification.

For composite works, in the event the value of the qualifying work(s) cannot be ascertained from the work order/completion certificate submitted by bidder, Copy of Schedule of Rates (SOR), relevant pages of Contracts, Copy of relevant pages of final bill certified by Owner for establishing requirement of BQC or written letter from their Owner specifying the nature of work with quantities and values can be submitted for qualification.

6.2FINANCIAL CRITERIA

6.2.1Annual Turnover

The annual turnover of the Bidder shall not be less than Rs.1,500/- Lakhs (Rupees One Thousand Five Hundred Lakhs only) as per the audited financial results, in at least one of the immediate preceding three financial years up to the due date of submission of bid.

6.2.2The financial net worth of the Bidder as per the latest audited annual report shall be positive.

6.2.3Bidder should submit Solvency Certificate from Nationalized/Scheduled banks.

6.2.4Bidder should have valid PF/VAT/Service Tax registrations and PAN.

7.0SUBMISSION OF BIDS

7.1Bids are required to be submitted through EIL’s Authorised Service Provider’s Electronic system / portal at only, on or before the Bid submission date and time. Bidders are required to register themselves at . No registration fee would be charged from the bidders.

7.2No manual Bids / Offers shall be permitted. The Offers submitted through e-tendering system shall only be considered for evaluation and ordering. Fax/e-mail/Physical Bids shall be rejected.

7.3Bidders to refer Instruction to Bidders for E-Tendering mentioned in the Bidding document.

7.4Validity of bid shall be 4 (four) months from the final due date of opening of Techno-commercial (Un-priced) Bids.

8.0GENERAL

8.1Experience of only the bidding entity shall be considered. In-house work experience (where for the past experience referred for qualification, the Contractor and the Owner being the same Organization) shall not be considered as valid experience for the purpose of qualification.

8.2Applicant shall furnish documentary proof of fulfilling the Qualification Criteria as mentioned in Clause 6.0 above and applicable sub-clauses. This documentation shall include but not be limited to copies of work order(s) / contract agreement(s) / relevant pages of contract document (s), completion certificate(s), fulfilling the qualification criteria, annual reports containing audited balance sheets and profit & loss accounts statement etc. BPCL/EIL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.

8.3All supporting documents pertaining to “Bidder Qualification Criteria” submitted by the Bidder shall be certified true copies duly signed, dated and stamped by a Public Notary. However, the above requirement is not applicable fro “Published annual report”.

8.4BPCL/EIL reserves the right to reject any or all the bids received at its discretion without assigning any reason whatsoever.

8.5In case any Bidder is found to be involved in cartel formation, his Bid will not be considered for evaluation / placement of order. Such Bidder will also be debarred from bidding in future.

8.6For detailed specifications, terms and conditions and other details, refer complete Bidding Document.

8.7Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the due date for submission of Bids, in the presence of authorized representatives of bidders. Bidders may also view the Bid opening through e-tendering portal at Time and date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date

8.8Total works shall be awarded to one agency based on total lowest (L1) evaluated price.

8.9Bids from Consortium/Unincorporated Joint-Venture shall not be accepted

8.10BPCL/EIL shall not be responsible for any expense incurred by bidders in connection with the preparation & delivery of their bids,site visit, other expenses incurred during bidding process and regardless of the conduct or outcome of the bidding process

8.11BPCL/EIL reserve the right to assess bidder’s capability and capacity to execute the work using in-house information and by taking into account other aspects such as concurrent commitments and past performance etc.

8.12Bidder submitting his bid should not be under liquidation, court receivership or similar proceedings.

8.13Canvassing in any other form by the bidder or by any other agency on their behalf may lead to disqualification of their bid.

8.14Unsolicited clarifications to the offer and/or change in the prices during its validity period would render the bid liable for outright rejection.

8.15Bids received by way of Fax or Telex or Telegram or email or in open condition shall not be considered.

8.16Late bids (bids received after the bid due date and time) and unsolicited bids shall not be opened and shall not be considered for evaluation.

8.17Central Government Public Sector Undertaking/ Enterprises shall be extended purchase preference as per Government of India guidelines as applicable.

8.18Bid submitted by the bidder, who is on Holiday list of EIL/any BPCL Group Company, shall not be considered for opening and further evaluation.

8.19EIL / Client reserves the right to complete the evaluation based on the details furnished (without seeking any additional information) and / or in-house data, survey or otherwise.

8.20Proof of experience mentioned in the BQC shall be reckoned from bid due date.

8.21Telephone No., Fax No and e-mail address of DGM (C&P)/ Sr. Engineer(C&P), EIL, New Delhi are as under:

Telephone–011-26762168/26762102, Fax–011–26167664/26191714,

E-mail– / and

DY. GENERAL MANAGER (C&P)

ENGINEERS INDIA LIMITED, NEW DELHI

103-A269-07-NIT Page 1 of 5