NOTICE INVITING BID

FOR

CONTROL ROOM & SUBSTATION BUILDING WORKS FOR CDU-4 PROJECT

OF

M/s BHARAT PETROLEUM CORPORATION LIMITED AT MAHUL, MUMBAI

BIDDING DOC. NO.: A269/T-122/11-12/SKG/03

(DOMESTIC COMPETITIVE BIDDING)

1.0  INTRODUCTION:

1.1  Bharat 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.

1.2  BPCL 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.

1.3  Engineers India Limited (EIL) on behalf of Bharat Petroleum Corporation Ltd. (BPCL), invites sealed bids for “Control room & substation building works“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 includes construction of Multi storey RCC building including supply of materials, (as defined in scope of supply), tools & tackles, labour, etc., related to construction of buildings in CDU-4 Project including their foundations and superstructure, as per the schedule of rates, specifications, standards and addendums included in the Bid Document and the directions of Engineer-in-charge, as per approved for construction drawings made available to the successful bidder.

The scope of work shall in general include the following:

§  Foundation & super structure

§  Floor finishing

§  Woodwork

§  Steel & Aluminum doors, windows and ventilators

§  Plastering and pointing

§  Roofing and waterproofing

§  Whitewashing, colour washing, distempering, painting, polishing, coatings etc.

§  Sanitary fittings, fixtures and plumbing

§  Roofing (roof sheeting, rainwater pipes etc.)

§  False ceiling, under deck insulation, partitioning

§  Other miscellaneous items as per “Schedule of rates”.

§  Air Conditioning System for Control Room Building.

§  Air Conditioning System for Switchgear Hall and data Concentrator /MMI room of Substation Building.

3.0  TIME FOR COMPLETION

18 (Eighteen) Months from the date of issue of Fax/Letter of Acceptance.

4.0  SALIENT FEATURES OF THE BIDDING DOCUMENT ARE AS FOLLOWS:

a)  / Bidding Document No. / : / A269/T-122/11-12/SKG/03
b)  / Sale period/Place of Sale / : / 25.04.2012 to 15.05.2012 between 1400 hrs
(IST) to 1600 hrs (IST) on any working day at EIA, Reception, EIL, New Delhi.
The complete Bidding Document is available on the website of EIL (www.engineersindia.com/ http://tenders.eil.co.in), BPCL’s website www.bharatpetroleum.in and on Government website http://www.tenders.gov.in.
Bidders submitting their bid on the basis of
downloaded document have to pay tender fee as mentioned below along with their UNPRICED bid, failing which their bid shall be rejected.
c)  / Bidding Document on Website. / : / From 25.04.2012 to 15.05.2012
d)  / Last date for submission of pre-bid queries / : / 30.04.2012
e)  / Pre-Bid Meeting / : / 1000 Hrs. (IST) on 02.05.2012 at Engineer India Limited, New Delhi.
f)  / Last Date and time of submission of Bids / : / Up to 1200 Hrs. (IST) on 16.05.2012
g)  / Place of Receipt of Bid / : / Receipt Section
Engineers India Limited
EI-Annexe,1, Bhikaiji Cama Place
R.K. Puram, New Delhi 110 066
Tel.No.: 011-26762157/26762060
Fax No.: 011-26191714
Attn.: Mr. P.K.Khurana, DGM (C&P)
h)  / Opening of Techno-commercial (Un priced) Bids / : / 1400 Hrs. (IST) on 16.05.2012
(In presence of authorized representatives of attending Bidders)
i)  / Cost of Bidding Document (Non- Refundable) / : / Rs. 5,000/- (Rs. Five Thousand only)
In the form of Crossed DD in favour of M/s Bharat Petroleum Corporation Limited payable at Mumbai.
j)  / Opening of Priced Bids / : / To be intimated later, after evaluation and short listing of Un-priced techno-commercial Bids.

4.2  Cost 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.

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

4.4  Bidder 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.

5.0  EARNEST MONEY DEPOSIT (EMD) / BID SECURITY

Bids must be accompanied with Earnest Money Deposit/ Bid Security as follows:

Rs. 25, 00,000.00 (Rupees Twenty Five Lakh only)

Bids not accompanied with requisite Earnest Money deposit /Bid Security shall be considered as non-responsive and such Bids shall be summarily rejected. EMD/ 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. Earnest Money Deposit/Bid Security shall be valid for a period of 02 (Two) Months beyond the validity of Bid.

EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with National Small Industries Corporation (NSIC) as per guidelines

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

6.0  BIDDER QUALIFICATION CRITERIA (BQC)

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

6.1  EXPERIENCE CRITERIA

6.1.1  The Bidder should have executed and completed, in previous seven (07) years from the due date for submission of bid, at least one work of Multi storey RCC building in a single Work order/Contract of value not less than Rs. 1,785.00 Lakhs (Rupees One Thousand Seven Hundred Eighty Five 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 Multi storey RCC building in two separate Work order/ Contract each of value not less than Rs. 1,115.00 Lakhs (Rupees One Thousand One Hundred Fifteen 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 Multi storey RCC building in three separate Work order/ Contract each of value not less than Rs.890.00 Lakhs (Rupees Eight Hundred Ninety Lakhs only).

6.1.2  For 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.

6.1.3 Experience Based on In-house Works.

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

6.2  FINANCIAL CRITERIA

6.2.1  Annual Turnover

The annual turnover of the Bidder shall not be less than Rs.1, 490.00 Lakhs (Rupees One Thousand Four Hundred Ninety Lakhs only) as per the audited financial results, in at least one of the preceding three financial years up to the due date of submission of bid.

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

6.2.3  Bidders should submit Solvency Certificate from Nationalised/Scheduled banks.

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

7.0  GENERAL

7.1  Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of contract or any supporting documents, completion certificates of similar work executed, annual reports containing audited balance sheets and profit & loss accounts statement at the first instance itself, in support of their fulfilling the qualification criteria. BPCL/ EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information.

All 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.

7.2  Sealed bids will be received in the Receipt Section, Engineers India Limited, EI-Annexe Building, 1, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066.

7.3  Bids not received by the due date and time shall be rejected and representative of such bidders shall not be allowed to attend the bid opening.

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

7.5  BPCL/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.

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

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

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

7.9  Consortium/Joint bids shall not be accepted.

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

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

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

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

7.14  BPCL /EIL reserve the right to reject any or all the bids without assigning any reason.

7.15  “Bid Due Date” shall mean the last date for submission of Bid as mentioned above under Para 4.0

7.16  Telephone 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 D-NIT DOC FINAL DOC1 Page 1 of 4