annexure-1 - Mangalore Refinery and Petrochemicals Limited

NOTICE INVITING BID
FOR
MISC. ELECTRICAL & INSTRUMENTATION WORKS FOR PHASE- III REFINERY PROJECT
OF
M/s MANGALORE REFINERY AND PETROCHEMICALS LIMITED AT MANGALORE,
KARNATAKA
(BIDDING DOCUMENT NO. RS/6782-000-EJ-TN-0022/1011)
(DOMESTIC COMPETITIVE BIDDING)
1.0
INTRODUCTION
1.1
M/s Mangalore Refinery and Petrochemicals Limited (MRPL), a subsidiary of Oil and Natural
Gas Corporation Limited, has existing Refinery Facilities at Mangalore, Karnataka (India).
The current operating capacity of the facilities is approximately 12 MMTPA.
1.2
M/s MRPL is setting up new 3 MMTPA crude processing Refinery Facilities adjacent to the
existing refinery under “Phase – III Refinery Project”.
1.3
EIL on behalf of M/s MRPL invite sealed bids for “Misc. Electrical & Instrumentation
Works” for proposed Refinery up-gradation project under single stage two bid system from
competent agencies with sound technical and financial capabilities fulfilling the Qualification
Criteria stated in paragraph 6.0 below.
2.0
BRIEF SCOPE OF WORK
2.1
Scope of Electrical works broadly includes supply (wherever specified), installation, testing
and commissioning of Electrical equipment such as flameproof DOL starter panel, supply of
heat shrinkable straight through joints for HV & MV cables, street & boundary lighting poles,
GI sheet canopies, providing services for cable fault findings for HV & MV cables, etc. for
completion of misc. electrical works as detailed in Scheduled of Rates (SOR) with
specifications attached elsewhere in the tender document.
2.2
Scope of Instrumentation works broadly includes complete instrument installation and supply
with details as listed under Schedule of rates for Instrumentation Works, scope of work
detailed in standard specification for erection tender 6-52-0060 Rev.2, this document and
other standard specifications & drawings enclosed. Contractor scope of supply shall also
include supply of instrument items specifically listed in the “Schedule of rates” with
specifications attached elsewhere in the tender document.
3.0
TIME FOR COMPLETION
06 (Six) Months from the date of issue of Fax/Letter of Acceptance.
4.0
SALIENT FEATURES OF THE BIDDING DOCUMENT ARE AS FOLLOWS:
:
RS/6782-000-EJ-TN-0022/1011
on
:
From 04.08.2014 to 25.08.2014
c)
Last Date and time of
submission of Bids
:
Upto 1200 Hrs. (IST) on 26.08.2014
d)
Opening
of
Technocommercial
(Unpriced)
Bids
:
1400 Hrs. (IST) on 26.08.2014
(In presence of authorized representatives of attending
Bidders).
e)
Cost of Bidding Document
(Non- Refundable)
:
Rs. 2,000/- (Indian Rupees Two Thousand only)
a)
Bidding Document No.
b)
Bidding
Website.
DOCUMENT1
Document
Page 1 of 5
f)
Earnest Money Deposit
(EMD)/ Bid Security.
:
g)
Opening of Priced Bids
:
Rs. 1,88,000/- (Indian Rupees One Lakh Eighty Eight
Thousand only).
On the date & time to be intimated later
4.1
The complete Bidding Document is available on the website of EIL (http://tenders.eil.co.in)
and on Central Public Procurement Portal website (http://eprocure.gov.in/cppp). Bidders
desirous to submit their bid on downloaded document have to pay cost of Bidding Document,
in the form of demand draft as mentioned in the above para, while submitting the bid, failing
which their bid shall not be considered for evaluation. However, Small Scale Units registered
with NSIC and Central Government PSU companies are exempted from paying cost of
Bidding Document.
4.2
Bidding Document fee will also be exempted for Micro or Small Enterprises registered with
District Industries Centers or Khadi and Village Industries Commission or Khadi and Village
Industries Board or Coir Board or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium Enterprises
4.3
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.
4.4
Documents to be submitted by MSEs along with un-priced bid :
a. Documentary evidence that the bidder is a Micro or Small Enterprises registered with
District Industries Centers or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries Corporation or
Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro,
Small and Medium Enterprises.
b. The above document submitted by the bidder shall be duly certified (in original) by the
Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an
employee or a Director or not having any interest in the bidder’s company/firm) where
audited accounts are not mandatory as per law or duly notarized by any Notary Public in
the bidder’s country. In case of notarization, bidder shall also submit an Affidavit as per
format (Annexure-1 of NIT) provided in the Bidding Document signed by the authorized
signatory of the bidder.
If the bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that they do not qualify for any preference admissible in the
Public Procurement Policy, 2012.
5.0
EARNEST MONEY DEPOSIT (EMD) / BID SECURITY
5.1
Bids must be accompanied with Earnest Money Deposit/ Bid Security of value mentioned at
4.0(f).
No bidder shall be exempted from submission of bid security on any ground,
whatsoever. 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 Mangalore Refinery and Petrochemicals Limited,
Mangalore in the form of crossed demand draft or non-revocable Bank Guarantee on nonjudicial stamp paper of value not less than Rs.100.00 and in the prescribed proforma, from
any Indian Scheduled Bank. Earnest Money Deposit/Bid Security shall be valid for a
period of 06 (Six) Months from the date of submission of Bids.
If 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.
5.2
5.3
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 a Work order/Contract involving “Electrical
Works in Hydrocarbon Sector (Refineries/ Petrochemicals/ Gas processing- Onshore/
DOCUMENT1
Page 2 of 5
Fertilizers / Oil or Gas Terminals)” of value not less than Rs. 16,36,000/- (Rupees Sixteen
Lakhs Thirty Six Thousand Only) in previous 10 (Ten) years reckoned from the due date for
submission of bid.
AND
6.1.2
The Bidder should have executed and completed a Work order/Contract involving
“Instrumentation Works in Hydrocarbon Sector (Refineries/ Petrochemicals/ Gas processingOnshore/ Fertilizers / Oil or Gas Terminals)” of value not less than Rs. 11,84,000/- (Rupees
Eleven Lakhs Eighty Four Thousand Only) in previous 10 (Ten) years reckoned from the due
date for submission of bid.
6.1.3
In case a Bidder has executed and completed “Electrical and Instrumentation Works in
Hydrocarbon Sector (Refineries/ Petrochemicals/ Gas processing- Onshore/ Fertilizers / Oil or
Gas Terminals)” , both in a single Work order/Contract during previous 10 (Ten) years
reckoned from the due date for submission of bid, then completed value of each of the
qualifying works i.e. Electrical and Instrumentation Works in such work Order/Contract shall
not be less than the respective values mentioned in clause 6.1.1 and 6.1.2 above.
6.1.4
In case Bidder does not possess experience of execution of Instrumentation Works on their
own, then the Bidder has the option to engage a sub-contractor (s) who meets the experience
criteria as per sl. no. 6.1.2 above. Bidder at the time of Bidding shall submit the qualification
documents of proposed sub-contractor (s) in support of meeting experience criteria as per sl.
no. 6.1.2 above. Bidder shall also submit Memorandum of Understanding (MOU) with the
proposed subcontractor (s). This MOU must remain in force at least till the pendency of the
contract. The successful Bidder shall be required to execute the work through approved subcontractor only.
6.2
FOR EXPERIENCE BASED ON COMPOSITE WORKS
In case Bidder has executed Composite Works which includes any of the qualifying work
stated above at clause nos. 6.1.1 and/or 6.1.2, 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/Prices (SOP/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.
6.3
Experience of only the bidding entity shall be considered. A job executed by a bidder for its
own plant/projects cannot be considered as experience for the purpose of meeting
requirement of BQC of the tender. However, jobs executed for Subsidiary /Fellow
subsidiary/Holding company will be considered as experience for the purpose of meeting
BQC subject to submission of tax paid invoice(s) duly certified by Statutory Auditor of the
bidder towards payments of statutory tax in support of the job executed for Subsidiary/Fellow
subsidiary/Holding company. Such bidders to submit these documents in addition to the
documents specified in the bidding documents to meet BQC.
6.4
A job completed by a bidder as a sub-contractor shall be considered for the purpose of
meeting the experience criteria of BQC subject to submission of following documents in
support of meeting the “Bidder Qualification Criteria” :
a. Copy of work order along with SOR issued by main contractor.
b. Copies of Completion Certificates from the end User/Owner and also from the main
contractor. The Completion Certificate shall have details like work order no./date,
brief scope of work, ordered & executed value of the job, completion date etc.
6.5
FINANCIAL CRITERIA
6.5.1
The annual turnover of the Bidder shall not be less than Rs. 94,00,000/- (Indian Rupees
Ninety Four Lakhs Only) as per the audited financial results in at least one of the immediate
preceding three financial years from the Bid Due Date.
DOCUMENT1
Page 3 of 5
6.5.2
The financial net worth of the Bidder as per the audited financial results of immediate
preceding financial year should be at least Rs. 9,40,000/- (Indian Rupees Nine Lakh Forty
Thousand Only).
6.5.3
Bidder should have minimum working capital of Rs. 9,40,000/- (Indian Rupees Nine Lakh
Forty Thousand Only) as per immediate preceding year’s audited financial results.
Notes:
(i)
Indian Central Public Sector Undertakings/Enterprises shall not be exempted from the
requirement of Net worth and Working Capital Criteria mentioned above.
(ii)
Financial year / previous periods as above shall be reckoned from the due date of
submission of bids.
(iii)
In case audited balance sheets and profit and loss account for the immediate
preceding financial year is not available for bid closing date up to 30th September,
the Bidder has an option to submit the audited balance sheets and profit & loss
account of the three previous years immediately prior to the last financial year.
However, for bid closing date after 30th September, the bidder has to compulsorily
submit the audited balance sheets and profit and loss account for the immediate
three preceding financial years, for evaluation and his qualification with respect to
financial criteria. In any case the date (i.e. the financial period closing date) of the
immediate previous year’s audited annual accounts should not be older than eighteen
(18) months from the bid due date.
6.5.4
The Bidder must furnish all necessary documents such as copies of work order/purchase
order/contract agreement clearly indicating scope of work and value of the contract,
completion certificates of similar works executed as mentioned in the BQC, Annual Report
including audited Balance Sheets or Audited Financial Statements, Audited Profit & Loss
Account etc. along with the Bid in support of their meeting experience & financial Bidder’s
Qualification Criteria.
6.6
All supporting documents furnished by the bidder in support of meeting the experience criteria
of BQC shall be :Either, duly certified by the statutory Auditor of the bidder or a practicing Chartered
Accountant (not being an employee or a Director or not having any interest in the bidder’s
company/firm) where audited accounts are not mandatory as per law
Or
duly notarized by any Notary public. In case of notarization, bidder shall also submit an
Affidavit in the enclosed format (Annexure-A of NIT) signed by the authorized signatory of
the bidder.
6.7
With regards to financial documents, in case Bidder submits bound published and audited
annual financial statements including balance sheet, profit & loss accounts and all other
schedules for the preceding three financial years, the same shall be considered without
certification of Statutory Auditor/Notarization of Notary Public.
However, in case the bidder submits either a photo copy of published statement or a
translated copy of the published financial statements, the same shall be certified either by
statutory auditor or Notary Public, in original as per 6.6 above.
6.8
Submission of authentic documents is the prime responsibility of the bidder. Wherever
MRPL/EIL has concern or apprehension regarding the authenticity/correctness of any
document, MRPL/EIL reserves the right of obtaining the documents cross verified from the
document issuing authority.
6.9
Failure to meet the above MRPL / EIL reserve the right to complete the evaluation based on
the details furnished by the bidder in the first instance along with their bid without seeking any
additional information.
DOCUMENT1
Page 4 of 5
6.10
Bidders shall be required to submit the required documents for meeting Bidder
Qualification Criteria (BQC) in a separate book let along with un-priced bid. This
booklet shall be titled as “Documentation against Bidder Qualification Criteria’’ with
proper index and page numbering.
7.0
GENERAL
7.1
”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.
7.2
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.
7.3
MRPL/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.
7.4
MRPL/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.
7.5
Canvassing in any other form by the bidder or by any other agency on their behalf may lead
to disqualification of their bid.
7.6
Bidder submitting his bid should not be under liquidation, court receivership or similar
proceedings.
7.7
Unsolicited clarifications to the offer and/or change in the prices during its validity period
would render the bid liable for outright rejection.
7.8
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.
7.9
Bids from Consortium/Unincorporated Joint-Venture 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
Central Government Public Sector Undertaking/ Enterprises shall be extended purchase
preference as per Government of India guidelines as applicable.
7.12
Bid submitted by the bidder, who is on Holiday list of EIL/any ONGC Group Company, shall
not be considered for opening and further evaluation.
7.13
MRPL /EIL reserve the right to reject any or all the bids without assigning any reason.
7.14
“Bid Due Date” shall mean the last date for submission of Bid as mentioned above under Para
4.0.
7.15
Telephone No., Fax No and e-mail address of AGM (C&P)/ Sr. Engineer(C&P), EIL, New
Delhi are as under:
Telephone–011-26763068/26762109/26762114, Fax–011–26167664/26191714,
E-mail– [email protected]/ [email protected]/ [email protected]
ASST. GENERAL MANAGER (C&P)
ENGINEERS INDIA LIMITED, NEW DELHI
DOCUMENT1
Page 5 of 5
ANNEXURE – I
FORMAT FOR FURNISHING AFFIDAVIT (For Sl. No. 6.6 of NIT)
AFFIDAVIT
AFFIDAVIT
OF
…………………………..,
S/o
D/o
,
resident of
EMPLOYED
AS
……………….WITH
…………………………………………………..
…………………………………HAVING
OFFICE AT ………………………………………PIN………….
I, the above named deponent do hereby solemnly affirm and state as under :-
1. That I am the authorized representative and signatory of M/s……….
2. That the document (s) submitted as mentioned hereunder by M/s……. alongwith the Bid
Document submitted under covering letter no…. dated….. towards
for………………… (Project) has/have been submitted under my knowledge.
Sr. No.
Document
no. & date
Reference
Document subject
Tender No……
Issuing Authority
3. That the document(s) submitted as mentioned above, by M/s……. alongwith the Bid
Document for meeting the Bid Qualification Criteria thereunder, vide covering letter no….
dated….. towards Tender No…… for…………………are authentic, genuine, copy of their
originals and have been issued by the issuing authority mentioned above and no part of the
document(s) is false, forged or fabricated.
4. That no part of this affidavit is false and that this affidavit and the above declaration in respect
of genuineness of the documents has been made having full knowledge of (i) the provisions of
the Indian Penal Code in respect of offences including, but not limited to those pertaining to
criminal breach of trust, cheating and fraud and (ii) provisions of bidding conditions which
entitle the Owner/EIL to initiate action in the event of such declaration turning out to be a
misrepresentation or false representation.
5. I depose accordingly.
DEPONENT
VERIFICATION
I, ……………………….the deponent above named do hereby verify that the factual contents of this
affidavit are true and correct. No part of it is false and nothing material has been concealed there from .
Verified at …………….on this…………..day of……………………….20…
DEPONENT
DOCUMENT1
Page 1 of 1