Вы находитесь на странице: 1из 12

REQUEST FOR QUOTATION (RFQ)

PUBLIC- DOMESTIC COMPETITIVE BIDDING

BID DOCUMENT NO. 14000017-HD-10129

FOR RKPL PACKAGE B (FOR TERMINALS) PROJECT

M/s. Hindustan Petroleum Corporation Limited (HPCL) (hereinafter referred as OWNER),


invites sealed bids under two bid system from Indian Contractors for Tankage Works,
Mathura for RKPL project.

1.0 BRIEF DETAILS OF BID DOCUMENT:

i. Type of Tender PUBLIC COMPETITIVE BIDDING

ii. E-Tender no. (to be referred in all 14000017-HD-10129


future correspondence)
iii. Bid Document on Website (s) From 04.06.2014

iv. Bid Due Date Up to 16.00 Hrs. On 25.06.2014

v. Online Unpriced Bid Opening At 16.30 Hrs. On 25.06.2014

vi. Bid Document Fee (Non-Refundable) Not Applicable

vii. Pre-bid Meeting Not Applicable

viii. Last date for receipt of bidders . by 12.06.2014 upto 17:00 Hrs.
queries for pre-bid meeting (if
applicable).

In case pre bid meeting is not to be


held the bidders shall submit their
queries within 10 days reckoned from
date of issue of tender enquiry.
ix. Online Price Bid Opening Date & time shall be intimated to
techno-commercially accepted bidders
only at a later stage before price bid
opening.
x. Basis of Evaluation Over all basis, Refer clause 11.9 &
14.2 of ITB.
xi. Bid Security Refer clause no. 3.0 of RFQ
xii. Bid Validity 120 days; for details refer clause no.
5.0 of ITB & Annexure-G & M of
Chapter-6.
xiii. Completion Schedule / Delivery Please refer clause no. 4.0 of RFQ
Schedule
xiv. Integrity pact To be submitted; Refer cl. 21 of
ITB.
xv. Free Issue Item cost, if any Refer ATC clause no.14.
xvi. Period for submission of queries Please refer clause no. 5.7 of RFQ.
against tender, in case pre bid
meeting is not envisaged
xvii. Request for extension of bid due Please refer clause no. 4.3 of ITB
date and clause no. 15 of Chapter -2B

Note: If the particular day is happens to be a declared holiday in HPCL/HPCL, Delhi, the next
working day shall be considered.

1.0 B)

INTRODUCTION

M/s Hindustan Petroleum Corporation Limited (HPCL) is operating a cross country


multiproduct white oil pipeline from Mundra to Bahadurgarh near Delhi (MDPL) for
the distribution of products (2 grades of MS, 2 grades of HSD and one grade of SKO)
in Northern India. It is also operating another cross country multi-product pipeline
from Raman Mandi to Bahadurgarh to transport white oils (MS/ HSD/ SKO/ ATF) to
Bahadurgarh from Guru Govind Singh Refinery. HPCL proposes to lay a cross
country pipeline from Rewari (on MDPL) to Kanpur (RKPL) to utilize the surplus
capacity that would be available after Bahadurgarh starts receiving product from
Guru Govind Singh (Hindustan Mittal Energy Limited) Refinery.

The RKPL pipeline shall be laid to transfer BS-III MS, BS-IV MS, BS-III HSD, BS-IV
HSD, and SKO from the pumping station at Rewari of Haryana, up to existing
Bharatpur Terminal of Rajasthan, Mathura Terminal of Uttar Pradesh and terminating
at new Kanpur Terminal of Uttar Pradesh. Due to augmentation of capacity of MDPL
pipeline, new Tanks are to be provided at Existing Mathura (U.P.), Bharatpur
(Rajasthan) & Palanpur Terminal (Gujarat). The products shall be made available to
this pipeline from existing Mundra-Delhi Pipeline and also through GGSRL pipeline.

M/s Hindustan Petroleum Corporation Limited (HPCL). invites bids through e-


tendering on Open Domestic Competitive Bidding basis for Composite Works For
RKPL (Package B -Terminals) under single stage two e-envelopes system from
contractor meeting the Bidders Eligibility Criteria as detailed herein. Bids submitted
online shall only be considered for processing.

1.0 BRIEF PROJECT DETAILS

The project covers additional Tankage and civil works at HPCL Mathura terminal for
Rewari Kanpur Pipeline Project of M/s HPCL
1.1 BRIEF SCOPE OF WORK

The following main facilities are envisaged under this project:-

Augmentation of storage facilities of white oils by installation of new tanks to


store MS-BS III/MS-BS IV/HSD-BS III/ HSD-BS IV/SKO
Supply and installation of rimseal fire protection for MS tanks, flexible pipe type
roof drain for floating roof tanks, Mechanical shoe seal and secondary seal
Construction of a new dyke wall impervious including leak proofing of dyke area
as per MB Lals recommendation.
Cathodic protection system for tank bottom
Complete civil and structural works including construction of new roads, culverts,
with associated drains etc.
Other Miscellaneous works.

2.0 BIDDERs ELIGIBILITY CRITERIA (BEC)

Bidders who qualify as per following criteria and submit supporting documents
as detailed in the tender, shall only be acceptable.

Proposal submitted by bidder, who qualify as per the following criteria shall be
technically and commercially evaluated. All other proposals are liable to be
rejected. Therefore bidders are requested to carefully read the qualification
criteria and furnish authentic and complete information in response.

2.1 FINANCIAL

2.1.1 Average Annual financial turnover:

Bidder shall be required to meet the criteria stated below :

Name of Average Annual financial turnover during


Location the last 3 years, ending 31 st March 2013,
should be at least Rs.

(In Lakhs)

Mathura 250

2.1.2 Net Worth

Net worth of the bidder for financial year ending 31 st March 2013 should be
positive. However it will not be applicable for PSUs approved by HPCL.
2.2 Technical

Bidder shall meet the following criteria:-

2.2.1.1 The bidder shall have successfully carried out and completed works
comprising of fabrication, erection and testing of at least one above ground
floating roof tank for petroleum product with or without civil works of diameter
not less than 17m for storing petroleum or petrochemical products during last
7 (Seven) years ending 31.03.2014.

2.2.1.2 Bidders should have experience of having successfully carried out and
completed similar work during the last 7 years reckoned from 31.03.2014, as
per either of the following :

Sl. No. I. II. III.

One (1) similar (*) Two (2) similar (*) Three (3) similar (*)
completed works completed works completed works
each costing not each costing not each costing not
less than the OR less than the OR less than the
following amount following amount following amount
(In Rs.) in lakhs (In Rs.) in lakhs (In Rs.) in lakhs

1 675 420 335

Definition of Similar Work: Similar works shall fabrication, erection


and testing of above ground tank for storage of petroleum products,
with or without civil works.

Note:

1. Previous order Value (excluding value of steel plates and /or pipes): shall
meet the minimum prescribed pre-qualification requirement as above for
the respective locations

2.3 INFORMATION / DOCUMENTS REQUIRED ALONG WITH BID:

a) List of available technical manpower with their academic qualification,


experience and fields of specialization.
b) Following documents are required to be submitted as proof of meeting
bidders eligibility criteria [Clause no. 2 above]:

(1) Audited Financial Statements including Balance Sheet and Profit &
Loss Account etc. for the preceding three financial years as required
under Clause 2.1.

(2) Following documents are required to be submitted as proof of meeting


Bidders eligibility criteria [Clause no. 2.2]: Copy of Original
Purchase/work Order from owner /consultants along with their
completion certificate. The Purchase/work Order and completion
certificate should clearly mention the details of jobs carried out by the
applicant meeting the technical criteria stipulated above.

HPCL reserves the right to complete the evaluation based on the details furnished
without seeking any additional information. The bid evaluation procedure is specified
in bid document.

2.4 WHO CAN BID: Parties who are affiliates of one another can decide which
Affiliate will make a bid. Only one affiliate may submit a bid. Two or more
affiliates are not permitted to make separate bids directly or indirectly. If 2 or
more affiliates submit a bid, then any one or all of them are liable for
disqualification. However up to 3 affiliates may make a joint bid as a
consortium, and in which case the conditions applicable to a consortium shall
apply to them. Affiliate of a Party shall mean any company or legal entity
which:

(a) Controls either directly or indirectly a Party, or

(b) Which is controlled directly or indirectly by a Party; or

(c) Is directly or indirectly controlled by a company, legal entity or


partnership which directly or indirectly controls a Party. Control
means actual control or ownership of at least a 50% voting or other
controlling interest that gives the power to direct, or cause the direction
of, the management and material, business decisions of the controlled
entity.

2.4.1 Bids may be submitted by:

(a) A single person/ entity (called sole bidder);


(b) A newly formed incorporated joint venture (JV) which has not
completed 3 financial years from the date of commencement of
business.
(c) A consortium (including an unincorporated JV) having a maximum of 3
(three) members
(d) An Indian arm of a foreign company.

2.4.2 Fulfilment of Eligibility criteria and certain additional conditions in respect of


each of the above 4 types of bidders are stated below, respectively:

(a) The sole bidder (including an incorporated JV which has completed 3


financial years after date of commencement of business) shall fulfil
each eligibility criteria.

(b) In case the bidder is a newly formed and incorporated joint venture and
which has not completed three financial years from the date of
commencement of business, then either the said JV shall fulfill each
eligibility criteria or any one constituent member/ promoter of such a JV
shall fulfill each eligibility criteria. If the bid is received with the proposal
that one constituent member/ promoter fulfils each eligibility criteria,
then this member/promoter shall be clearly identified and he/it shall
assume all obligations under the contract and provide such comfort
letter/guarantees as may be required by HPCL. The guarantees shall
cover inter alia the commitment of the member/ promoter to complete
the entire work in all respects and in a timely fashion, being bound by
all the obligations under the contract, an undertaking to provide all
necessary technical and financial support to the JV to ensure
completion of the contract when awarded, an undertaking not to
withdraw from the JV till completion of the work, etc.

(c) In case the bidder(s) is/are a consortium (including an unincorporated


JV), then the following conditions shall apply:

1) Each member in a consortium may only be a legal entity and not


an individual person.

2) The Bid shall specifically identify and describe each member


of the consortium;

3) The consortium member descriptions shall indicate what type of


legal entity the member is and its jurisdiction of incorporation (or
of establishment as a legal entity other than as a corporation)
and provide evidence by a copy of the articles of incorporation
(or equivalent documents);

4) One participant member of the consortium shall be identified as


the Prime member and contracting entity for the consortium;

5) This prime member shall be solely responsible for all aspects of


the Bid/ Proposal including the execution of all tasks and
performance of all consortium obligations;
6) The prime member shall fulfill each eligibility criteria;

7) A commitment shall be given from each of the consortium


members in the form of a letter signed by a duly authorized
officer clearly identifying the role of the member in the Bid and
the members commitment to perform all relevant tasks and
obligations in support of the Prime/lead member of the
Consortium and a commitment not to withdraw from the
consortium;

8) No change shall be permitted in the number, nature or share


holding pattern of the Consortium members after pre-
qualification, without the prior written permission of the HPCL.

9) No change in project plans, timetables or pricing will be


permitted as a consequence of any withdrawal or failure to
perform by a consortium member;

10) No consortium member shall hold less than 25% stake in a


consortium;

11) Entities which are affiliates of one another are allowed to bid
either as a sole bidder or as a consortium only;

12) Any person or entity can bid either singly or as a member of only
one consortium.

(d) In case the bidder is an Indian arm (subsidiary, authorized agent,


branch office or affiliate) of a foreign bidder, then the foreign bidder
shall have to fulfil each eligibility criteria. If such foreign company
desires that the contract be entered into with the Indian arm, then a
proper back to back continuing (parent company) guarantee shall be
provided by the foreign company clearly stating that in case of any
failure of any supply or performance of the equipment, machinery,
material or plant or completion of the work in all respects and as per
the warranties/ guarantees that may have been given, then the foreign
company shall assume all obligations under the contract. Towards this
purpose, it shall provide such comfort letter/guarantees as may be
required by HPCL. The guarantees shall cover inter alia the
commitment of the foreign company to complete the entire work in all
respects and in a timely fashion, being bound by all the obligations
under the contract, an undertaking to provide all necessary technical
and financial support to the Indian arm or to render the same
themselves so as to ensure completion of the contract when awarded,
an undertaking not to withdraw from the contract till completion of the
work, etc.
3.0 HPCL reserves the right to reject the bidders offer, if HPCL had an
unsatisfactory performance of job executed by such bidders
Notes : i) HPCL reserves the right to take into accounts the past performance
of the bidder and access bidders capability to execute the work using in house
information by taking into account various aspects such as concurrent commitments
and performance during evaluation of bids.

ii) Evaluation shall be done on overall lowest basis.


3.0 BID SECURITY:

3.1 Amount of Bid Security shall be as per following:-

Sl. No. Bid Security Requirement


(In Lakh Rs.)
1 17.5

Note: In case of any discrepancy in the amount of bid security/EMD mentioned


herein above & the amount mentioned on-line on EMD screen of e-tender by
HPCL, the EMD amount stated here in above shall prevail

Public Sector Enterprises and Small scale industries (Registered with NSIC) are
exempted from submission of Bid Security. However to claim the exemption Public
Sector Enterprises shall submit a declaration on their letter head and Small Scale
Industries shall submit valid copy of NSIC Registration Certificate.

Bidder is to forward hard copy of the bid security / EMD exemption claim
document ( self declaration in case of Public Sector Enterprises OR copy of
valid registration certificate in case of units registered with NSIC) as well as to
upload scanned copy of the same on the e-portal alongwith the offer.

Micro & Small Enterprises (MSEs) are exempted from submission of Bid Security (if
applicable) as per provisions of PUBLIC PROCUREMENT POLICY for Micro and Small
Enterprises as given at chapter-2, ITB.

3.1.1 The bid security/EMD is required to protect the Owner against the risk of Bidders
conduct, which would warrant the securitys forfeiture.

EMD shall be accepted in the form of demand draft/ pay order, bankers cheque (in
favour of Hindustan petroleum Corporation Ltd, payable at Delhi, issued by any
scheduled bank other than cooperative bank or in the form of Irrevocable Bank
Guarantee issued by any scheduled bank other than cooperative bank.

In case EMD is submitted in the form of Bank Guarantee, it should be made on non-
judicial stamp paper of appropriate value (denomination) and should be valid for SIX
(6) months from due date / extended due date of the tender (in the format at
Annexure-A of Chapter-6), however, demand draft / pay order/ Bankers
Cheque may be valid for three months.
Cheque / FDR or EMD in any other form shall be treated as offer without EMD and
shall not be acceptable.

3.1.2 EMD (original instrument: DD/Pay order/ Bankers Cheque OR Bank Guarantee )/ EMD
exemption document should be kept in separate envelope (super-scribed with tender number, job &
due date) and should be deposited by tender due date and time, in the tender box provided in the
office of

SR MANAGER PROCUREMENT
HINDUS TAN PETROLEUM CORPORATION LIMITED
P IP ELINES DE PTT. 8th Floor,
Nort h Tower, Core-2,
S c ope Minar,Laxminagar,Delhi-92

3.1.3 In case the EMD (original instrument) is not deposited in the tender box (as
mentioned above) by tender due date and time, the offer of bidder shall be
rejected.

Owner / HPCL shall not be responsible for any postal delays or non-receipt of EMD
by tender due date and time, reasons whatsoever.

3.1.4 Bidders are requested to advise their BANKS not to post Bank Guarantee/or any
other EMD/Bid security document directly to HPCL, as the Bid Security/EMD is to be
submitted as detailed above.

3.1.5 The EMD shall be held interest free and no bank charges shall be payable by
Owner / HPCL towards the EMD submitted by the bidders.

3.2 EMD FORFEITURE (In case EMD is applicable) AND FURTHER ACTION AS PER
CORPORATIONS (HPCL) POLICY:-

EMD submitted by the bidder for subject tender shall be forfeited in following cases:-

(i) Withdrawal of bid in interval between the deadline for submission of


bids and the expiration of the period of bid validity specified by the
bidder (To be read in conjunction with clause no. 6.3 of ITB).

(ii) Unsolicited post bid modification (To be read in conjunction with clause no.
11.4 of ITB).

(iii) Price changes against technical/commercial clarification, if any, in line


with terms & conditions of enquiry documents are not allowed. (To be
read in conjunction with clause no. 11.4b) of ITB)

(iv) Where based on workability assessment by authority(HPCL), the vendor's bi d


is found non-workable as per clause 16.2 of ITB.
(v) Conditional Price Bids.

(vi) Non Withdrawal (by evaluated lowest bidder) of deviations mentioned


elsewhere other than deviation sheet. (To be read in conjunction with clause
no. 22 of Chapter-2B)

(vii) Any new deviation stipulated after tender due date (To be read in conjunction
with point no. 22 iv of Chapter-2B)

(viii) Unsolicited Post Bid Revision in Taxes & Duties.

(ix) Violation of Integrity Pact (If Applicable).

DISCLAIMER: - Besides above, Owner/HPCL reserves the right to forfeit the EMD of
bidder (In case EMD is applicable) and take further action as per
corporations (HPCLs) policy in case bidder deviates from his
submitted offer/adopt unfair practice.

3.3 REFUND OF BID SECURITY / EARNEST MONEY DEPOSIT

Unsuccessful Bidders bid security will be discharged/returned as promptly as


possible but not later than 60 days after the expiry of the period of bid validity
prescribed by the Owner.

The successful Bidders bid security will be discharged upon the Bidders accepting
the Contract/ Purchase Order, and furnishing the requisite bank guarantee / security
Deposit in line with the tender terms and conditions.

4.0 COMPLETION SCHEDULE & DELIVERY SCHEDULE :

Refer Appendix 2 of SCC, Chapter-4

5.0 PRE BID MEETING (if applicable)

5.1 The bidder (s) or his authorized representative are invited to attend a prebid
meeting, if so stated and date and time as given at RFQ.

5.2 The purpose of meeting will be to clarify issues related to tender on any matter that
may be raised at that stage. Session may also be arranged for bidders to
demonstrate the eTendering system to facilitate bidders to submit the Bid Online.

5.3 The bidder requiring any clarification of the Bidding Document should upload their
queries on HPCLs etendering system. It may not be practicable at the meeting to
answer queries received late, but queries and responses/clarifications thereof will be
transmitted through e-portal.

5.4 HPCL will respond in writing to any request for clarification of the Bidding Document,
which it receives through e tendering system two days prior to date of Pre Bid
Meeting. Written copies of HPCL/HPCL response (including an explanation of the
query but without identifying the source of the query) will be hosted on the websites.
Bid clarification sought through any other means like e-mail etc shall not be
considered for reply.

5.5 Any addendum/corrigendum/ clarification to the bidders query thus issued shall be
part of the bidding documents and shall also be hosted on the website.

5.6 Nonattendance of the prebid meeting will not be a cause for disqualification of the
bidder.

Note: Pre-bid discussion shall be confined to techno-commercial discussions and


there shall be no revision / discussion to Bidders Eligibility Criteria (BEC).

5.7. In case pre-bid meet is not envisaged in the tender and bidder(s) require some
clarifications, bidder(s) can upload the same within 7 days (for limited Tender) /
10 days (for public tender) of uploading the tender enquiry on the e-portal.

6.0 General

6.1 Bidder to note that complete Tender Document along with Bidders Eligibility Criteria
(BEC), has been web hosted at https://etender.hpcl.co.in;
https://www.hindustanpetroleum.com for viewing / downloading, bids shall be
submitted at HPCLs E-Tendering website https://etender.hpcl.co.in only.

6.2 No extension in the bid due date shall be considered on account of delay in receipt of
bid document by mail/ non-availability of of digital certificate etc.

6.3 Bid Document is non-transferable.

6.4 OWNER/ HPCL will not be responsible for cost incurred in preparation and delivery of
bids, regardless of the conduct of outcome of the bidding process.

6.5 OWNER/ HPCL reserves the right to extend price / purchase preference as per the
prevailing guidelines of Government of India.

6.6 OWNER/ HPCL reserves the right to accept any tender in whole or in part or reject
any or all tenders without assigning any reason. HPCL reserves right to accept any or
more tenders in part. Decision of OWNER/HPCL in this regard shall be final and
binding on the bidder.

6.7 OWNER/ HPCL will not be responsible for delay due to any reason including Postal
delays in receiving the hard copies of documents as specified in the tender from
Bidders.

6.8 Void

6.9 Bidder can download the Bid Document from HPCLs Website
http://www.hindustanpetroleum.com and the bidder shall enclose the requisite bid
document fee (if applicable) by Crossed Bank Draft from by any Scheduled Bank in
India other than Co-operative Bank, along with the bid.

However, in case of e-tender, offer / bid shall only be submitted online at site :
https://etender.hpcl.co.in & offers sent through any other mode shall not be
accepted.
6.10 For submitting the bid on-line it would be mandatory for bidders to obtain digital
certificate (which will enable data encryption as well as digital signing). For
information regarding digital certificate, bidders may visit http://www.cca.gov.in . For
submitting the bid online, bidders are advised to follow the step by step procedure
given under the link Help at website https://etender.hpcl.co.in . In case bidders are
unable to access the site they may contact Help Desk at Phone nos. given at HPCL
website.

6.11 Bids sent through Fax/ E-mail / Computer Floppy shall not be accepted.\

6.12 Bids will be submitted online. Time & Date of opening of Price Bids shall be
intimated only to qualified and techno commercially acceptable bidder(s) at a later
date. Incomplete offers shall not be considered for evaluation

6.13 Each bidder shall submit only one offer in compliance with the requirements of the
bidding document, including the basic technical design as indicated in the drawing
and specifications. Alternatives will not be considered. Submission of more than one
bid for one package will cause all the proposals with the bidders participation to be
disqualified.

7.0 A firm which is not a PSU or an associate or a joint venture of a PSU and which has
been engaged to provide goods or works for a project and any of its affiliates will be
disqualified from providing consultancy services for the same project. Conversely, a
firm which is not a PSU or an associate or a joint venture of a PSU, hired to provide
consultancy services for the preparation or implementation of a project, and any of its
affiliates, will be disqualified from subsequently providing goods or works or services
related to the initial assignment for the same project.

HPCLs or any of their affiliates who are not PSUs or an associate or a joint venture
of a PSU will not be hired for any assignment, which by its nature, may be in
conflict with another assignment of the HPCLs.

The above clauses, however, will not be applicable to a firm engaged in preparation
of Detailed Feasibility Report (DFR) but will apply to an EPC (Engineering
Procurement Contractor) or PMC (Project Management HPCL)

If a contractor submits his bid, qualifies and does not get the contract because of
his being not the lowest, he will be prohibited from working as a subcontractor for
the contractor who is executing the contract.

R. K. GUPTA
Manger Purchase
RKPL PROJECT
HPCL

Вам также может понравиться