notice inviting tender (nit) (international … · notice inviting tender (nit) lpg import terminal...

44

Upload: duongmien

Post on 12-Aug-2018

224 views

Category:

Documents


1 download

TRANSCRIPT

NOTICE INVITING TENDER (NIT)LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA

OF M/s BPCL(INTERNATIONAL COMPETITIVE BIDDING)

Name of Work/ Item Bidding Document on Website Bid submission due date and time

EPCM WORKS FOR REFRIGERATED PIPELINE SYSTEM

BIDDING DOCUMENT NO.: AK/A872-020-MK-TN-9510/1006

BALANCE OF PLANT AND UTILITIES ON LSTK BASIS

SM/A872-030-EP-TN-6003/1007

MASTER INDEX

NAME OF WORK : BALANCE OF PLANT AND UTILITIES ON LSTK BASIS FORLPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIAOF M/s BPCL

BIDDING DOCUMENT NO. : SM/A872-030-EP-TN-6003/1007

PART I: COMMERCIAL SECTION

S. NO. DESCRIPTION NO. OF SHT.

PART II

PRICE PART

S. NO. DESCRIPTION NO. OF SHT.

1.0 INTRODUCTION:

2.0 BRIEF SCOPE OF WORK:

NOTICE INVITING TENDER (NIT)FOR BALANCE OF PLANT AND UTILITIES ON LSTK BASIS FOR

LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIAOF M/s BPCL

(BIDDING DOCUMENT NO: SM/A872-030-EP-TN-6003/1007)(INTERNATIONAL COMPETITIVE BIDDING)

E-Tendering

3.0 TIME SCHEDULE FOR COMPLETION:

4.0 SALIENT DETAILS:

06.01.2017 10.02.2017 (12:00 Hrs IST)

19.01.2017

20.01.2017 (#)

10.02.2017

13.02.2017

For Foreign Bidder For Indian Bidder

(#)

5.0 BIDDER QUALIFICATION CRITERIA (BQC):

EXPERIENCE CRITERIA (TECHNICAL)

5.1.1 In Case of Single Bidder

In Case of Consortium Bid

EXPERIENCE CRITERIA (COMMERCIAL)

Domestic Bidders Foreign Bidders

FINANCIAL CRITERIA

Annual turnover criteria

For Indian Bidder For Foreign BidderINR 127 Crore USD 18.70 Million

Net worth Criteria

Working Capital Criteria

For Indian Bidder For Foreign Bidder

CONSORTIUM BIDS

Notes

DOCUMENTS AND DATA REQUIRED WITH BID

For Experience Criteria (Technical):

For Experience Criteria (Commercial):

For Financial Criteria:

against Bidder Qualification Criteria {Experience (Commercial & Technical) &Financial}

This option shall not be applicable to Proprietorship/ Partnership firms}

Bidders are required to submit all such past experience(s) (PTR) meeting the BQC along with relevant supporting documents in the first instance itself, along with the bid. Accordingly, only such past experience(s) shall be considered for qualification, details of which are provided in the bid by the bidder and subsequently no additional past experience (PTR) shall be sought from the bidder.

6.0 SITE VISIT &PRE-BID MEETING

7.0 SUBMISSION OF BIDS & VALIDITY

06 (Six)

SM/A872-030-EP-TN-6003/1007

Kind Attention:

8.0 EARNEST MONEY DEPOSIT (EMD)

8(Eight) months

sealed envelope SM/A872-030-EP-TN-

6003/1007 .

9.0 GENERAL

and E-mail: [email protected]

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

1.0 Parameters to meet Cl No. 5.1.1.1 of BQC (Qualification for Bidder)

1.2 Further to authenticate the above statements, Details furnished are asunder:

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

2.0 Parameters to meet Clause No. 5.1.1.2 of BQC (Qualification forEngineering Subcontractor)

2.2 Further to authenticate the above statements, Details furnished are asunder:

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

3.0 Parameters to meet Cl, No. 5.1.2 of BQC(Consortium Bid)

3.2 Further to authenticate the above statements, Details furnished are asunder:

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

3.4 Further to authenticate the above statements, Details furnished are asunder:

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

INSTRUCTIONS TO BIDDERS:

2. To establish, bidder meeting qualification criteria, following documents are to be submitted along with bid. For Bidder:

a. Copy of work order(s) / Contract agreement(s) b. Completion Certificate(s) from Owner. c. Commissioning Certificate(s) from Owner. d. Other technical documents viz. data sheet, drawing etc. to establish the Bidder meets BQC requirements.

For Engineering Sub-Contractror(s), if applicable:a. Copy of work order(s) / Contract agreement(s) b. Completion Certificate(s) from Owner. c. Commissioning Certificate(s) from Owner. d. Other technical documents viz. data sheet, drawing etc. to establish the Bidder meets BQC requirements. e. Non-exclusive MOU fulfilling the qualification criteria for the proposed Engineering Sub-contractor.

EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LPG IMPORT TERMINAL, HALDIA CLIENT - M/s BPCL

EIL JOB NO. - A872 CONTRACTOR - TENDER NO.- A872-030-80-43-EP-T-6003 (BALANCE OF PLANT AND UTILITIES)

5.

Incomplete information could lead the bid being considered ineligible for further evaluation.

6. Incorrect information furnished in this proforma shall render the bid/order liable for rejection at any stage of evaluation/ work execution, at the risk and cost of the bidder and the bidder shall be blacklisted.

ANNEXURE-I

COMPLIANCE TO AUTHENTICATION REQUIREMENT

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

1.0 GENERAL....................................................................................................... 32.0 BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT..................... 43.0 PREPARATION AND SUBMISSION OF BIDS .............................................. 54.0 SUBMISSION OF BID................................................................................... 145.0 ALTERNATIVE BIDS.................................................................................... 146.0 BID OPENING AND EVALUATION.............................................................. 147.0 NEGOTIATION AND AWARD OF WORK.................................................... 168.0 CONTRACT PERFORMANCE GUARANTEE.............................................. 179.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES ............................. 1710.0 COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY

CERTIFICATE AND FORM NO.10F (APPLICABLE FOR FOREIGN BIDDER IN CASE OF SERVICES IN INDIA IS REQUIRED AS PER SCOPE OF BIDDING DOCUMENT)................................................................................. 17

1.0 GENERAL

1.1 Introduction

1.1.1

1.1.2

BALANCE OF PLANT AND UTILITIES ON LSTK BASIS

1.1.3

1.1.4

1.1.5

1.1.6

1.2 Eligible Bidders

1.2.1

1.2.2

1.2.3

1.2.4

1.3 Acknowledgement & Confirmation to bid

1.3.1

1.4 Confidentiality of Document

1.4.1

1.5 Cost of Bidding

1.5.1

1.6 Site Visit

1.6.1

1.6.2

1.6.3

2.0 BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT

2.1 Bidding Document

2.1.1

2.1.2

2.1.3

2.1.4

2.1.5

2.1.6

2.2 Clarification Requests by Bidder & Pre-bid meeting

2.2.1

2.2.2

2.2.3

2.2.4

2.2.5

2.2.6

2.2.7

2.2.8

2.3 Amendment of Bidding Document

2.3.1

3.0 PREPARATION AND SUBMISSION OF BIDS

3.1 E-Tendering

3.1.1

Annexure-I to ITB

3.2

3.3

3.4 Language of Bid

3.4.1

3.5 Documents Comprising the Bid

3.5.1

3.5.2

3.5.3

3.5.4 PART-I: Techno-commercial / Un-priced Bid

Section-I:as per FORM-A and

FORM-B

as per FORM-C.

Section-II:

Section-III:FORM-D

as per Proposal FORM-E.

as per Proposal FORM-F & FORM-F1as per Proposal

FORM-G.

Section-IV:

FORM-M

FORM-L

Section-V:

Section-VI:

Section-VII: FORM-K

Section-VIII:

Section-IX:

{Note: Bidder need not submit complete Bidding document, only Master Index is required}

Section-X: FORM-N.FORM-H

3.5.5 PART-II:

(SP-0 to SP-7)

3.5.6 PART-III: EMD/Bid Security:

3.5.7 SUBMISSION OF ORIGINAL DOCUMENTS:

in ORIGINAL within Seven (7) days from the date of Un-priced Bid Opening

This is only need to be submitted when the same has not been uploaded on http://eprocure.gov.in/eprocure/app

3.6 Bid Prices

3.6.1

3.6.2

3.6.3

3.6.4

3.6.5

3.6.6

3.7 Prices in FORM SP-1 & FORM SP-2

3.7.1

3.7.2

3.7.3

3.8

3.9

3.10

3.10.1

.

3.10.2

3.11 Indian Bidders shall indicate the following in their offer:

3.11.1

3.11.2

3.11.3

3.11.4

3.11.5

3.11.6

3.12

3.12.1

3.12.2

Only one order for Complete Scope shall be placed on the Foreign Bidder, which shall explicitly define the order values in foreign currency as well as Indian currency portion as quoted by the bidder. Overall responsibility towards the contractual obligations like delivery, order execution, performance guarantee etc., shall be with the Foreign Bidder only.

3.12.3

3.12.4

3.12.5

3.12.6

3.12.7

3.12.8

3.12.9 Concessional rate of Custom Duty:

3.12.10

3.12.11

3.12.12

3.13 Currencies of Bid & Payment

3.13.1

3.13.2

3.13.3

3.13.4

3.14 Bid Validity

3.14.1 Six Months

3.14.2

3.15 Earnest Money Deposit/Bid Security

3.15.1

3.15.2

Money Deposit against Bidding Document No SM/A872-030-EP-TN-6003/1007

3.15.3

3.15.4

3.15.5

3.15.6

4.0 SUBMISSION OF BID

4.1

4.2

5.0 ALTERNATIVE BIDS

5.1

6.0 BID OPENING AND EVALUATION

6.1 Opening of Techno-Commercial Part of Bid

6.1.1

6.1.2

6.2 Clarification & Additional Information

6.2.1

6.2.2

6.3 Bid Evaluation Criteria

6.3.1

6.3.2

6.3.3

6.3.4

6.4 Opening of Price Part of Bid

6.4.1

6.5 Evaluation of Price Bids

6.5.1

6.5.2

6.5.3

6.5.4

6.5.5

6.5.6

6.5.7

6.5.8

6.5.9

6.5.10

6.5.11

6.5.12

6.6 Bid Evaluation Process to be Confidential

6.6.1

6.7 accept or Reject a Bid

6.7.1

7.0 NEGOTIATION AND AWARD OF WORK

7.1 Negotiation

7.1.1

7.2 Award of Work

7.2.1

7.2.2

7.2.3

7.3 Contract Document

7.3.1

7.3.2

8.0 CONTRACT PERFORMANCE GUARANTEE

8.1

9.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES

9.1

9.2

10.0 COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND FORM NO.10F (APPLICABLE FOR FOREIGN BIDDER IN CASE OF SERVICES IN INDIA IS REQUIRED AS PER SCOPE OF BIDDING DOCUMENT)

10.1

10.1.1

10.2

10.2.1

10.3

10.3.1

10.3.2

10.3.3

10.3.4

10.3.5