Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

NOTICE INVITING TENDER (NIT)

Page 1 of 8
NOTICE INVITING TENDER (NIT)
FOR
PROVIDING PLANT COST ESTIMATION OF PROCESS UNITS FOR
POLYPROPYLENE (PP) AT RASAYANI AND, PETRO RESID FCC
(PRFCC) & SULPHUR RECOVERY UNIT (SRU) AT MUMBAI
REFINERY INDIA (BIDDING DOCUMENT NO.: E-47522/ CRFQ-
1000316737)

1. INTRODUCTION

1.1. BPCL Mumbai Refinery has crude processing capacity of 12.0 Million Metric
Tonnes per Annum (MMTPA). The refining capacity has been augmented to
the present level through progressive revamps, addition of various process
units and incorporation of advanced refining technologies.

1.2. BPCL intends to diversify into Petrochemical products with major focus on
Propylene based derivatives to improve refinery profitability. BPCL has
recently carried out a Bottoms upgrading Study which recommended setting
up of a Petro Resid FCC (PRFCC) unit at Mumbai Refinery and
Polypropylene (PP) Unit at Rasayani, 50 km from MR. Also a new Sulphur
Recovery Unit (SRU) at Mumbai Refinery is proposed for processing
additional Sulphur load.

1.3. The following is the summary indicated in Table-1 of the new units proposed
under this project:

Table: 1

SL No Unit Capacity Location


1 PRFCCU 3.00 MMTPA BPCL-MR
2 PP Unit 0.45 MMTPA Rasayani
3 SRU 100-150 TPD BPCL-MR

2. BRIEF SCOPE OF WORK


It is intended to carry out the job of plant Cost Estimation for 3 units
mentioned in Table-1 from the prospective licensors based on the available
inputs like plant capacity, equipment data etc. given in their technical
proposals as part of evaluation for Licensor Selection.

Detailed plant facilities have been indicated in Annexure-II.

This tender document is issued to obtain firm offers for carrying out the plant
cost estimation for the above units

Page 2 of 8
3. SALIENT FEATURES OF BIDDING DOCUMENT ARE AS FOLLOWS:

NO. SALIENT FEATURES DETAILS

a) E-Tender ID/ Bidding : E-47522/ CRFQ1000316737


Document No.
b) Bidding Document & : The complete document is available on
subsequent Addendum/ BPCL website www.bharatpetroleum.in>
Corrigendum (if any) Tenders > Refinery Procurement or
available on Website for BPCL’s E-Tendering website
viewing & downloading https://bpcleproc.in and on central public
procurement portal website:
http://eprocure.gov.in/cppp. However,
bidders have to submit their bids only
through e-tendering website of BPCL.

c) Period during which : From 12.10.2018 to 30.10.2018


Bidding Document can
be viewed &
downloaded from
Website
d) Last date of Receipt of : 22.10.2018
Bidder's Queries for
Pre-Bid Conference
e) Pre-Bid Conference : 14.30 Hrs. (IST) on 24.10.2018

Projects Conference Room, Room 325A,


Annex Building, BPCL Mahul Refinery,
Mumbai-400074.

Only 02 persons (max) from each


prospective bidder are allowed to
participate in the pre-bid meeting. Details
are required to be send at least one
day advance to tender inviting authority.

f) Last Date and time of : 12:00 Hrs. (IST) on 30.10.2018 on


online submission of BPCL e-procurement Portal
Bids (https://bpcleproc.in) only

g) Online Opening of : 14:00 Hrs. (IST) on 30.10.2018


Techno Commercial
Unpriced Bids

Page 3 of 8
NO. SALIENT FEATURES DETAILS

h) Contact Person for any : Mr. S. Rengarajan


query/ clarification rengarajanr@bharatpetroleum.in
9920895946

Mr. Malpe VM
malpevm@bharatpetroleum.in
09820626345

Mr. Yogesh Sharma


yogeshsharma@bharatpetroleum.in
9818916090

i) Cost of Bidding : Not Applicable


Document
j) Earnest Money : Rs. 1,00,000.00 (One Lakh Only)
Deposit
k) Online Opening of : On date & time to be intimated later on to
Priced Bids of Techno- techno-commercially acceptable &
Commercially Accepted qualified bidders
Bidders

3.1. If identified dates as (*) above happens to be a declared holiday / closed day
in BPCL, activity shall be conducted on next working day at 14:00 Hrs. IST.
3.2. All amendments, time extension, clarifications, etc. will be uploaded in the
websites only. Bidders should regularly visit the above website(s) to keep
themselves updated.
3.3. Request for extension or any queries received from any bidder with less
than two working days prior to bid due date shall generally be ignored, since
there will not be adequate time for consideration. Bidders shall submit the
bid directly and in their own name without involving any intermediaries

4. TIME SCHEDULE OF COMPLETION

4.1. Consultant shall submit the documents containing the basis of cost
estimation to BPCL within one week from the date of award of job.

4.2. For Individual cost estimation, the completion period shall be 03 (Three)
weeks from the date of issue of LOA / FOA or issue of the required
information / input by BPCL for a process unit, whichever is later.

4.3. In the event of delay in delivery of the cost estimate by the Consultant, within
the time limit described above, LD clause of 0.5 % of the aggregate of the
award fee per week of delay or part thereof subject to maximum of 5% of

Page 4 of 8
contractual value.

4.4. The entire job is expected job to be spread over 09 (Nine) months from the
date of issue of LOA / FOA based on actual progress in each of the above
mentioned units submitted by the respective Licensors

5. BID QUALIFICATION CRITERIA

Bidder should be a company registered in India under Indian Companies Act,


1956 and shall fulfill the following qualification criteria in order to qualify for
this work.

5.1. TECHNICAL CRITERIA

Bidder as Main consultant / contractor or sub-contractor / sub-consultant


should have carried out any one of the following jobs during the last 10 years
for Process units in Petroleum / Petrochemical industries.

5.1.1. Preparation of Feasibility report which includes +/- 30% estimates, or further
accuracy level.

5.1.2. Project Management Consultant / Engineering Procurement Construction


management (PMC / EPCM).

5.1.3. Engineering Procurement Construction (EPC / LSTK).

Any of the job mentioned above should have been executed during last 10
Years (ending on last day of the month immediately previous to the month in
which last date of original bid submission falls).

Bidders shall submit documents for proof of above technical criteria.

5.2. FINANCIAL CRITERIA


5.2.1. The average annual turnover of the bidder during the immediate preceding
three financial years (2017-2018, 2016-2017, and 2015-2016) shall not be
less than Rs. 7.80 Lakhs. As a proof for turnover, bidder is required to submit
copy of the audited balance sheet for three years clearly highlighting the
above fact.

5.2.2. The financial net worth of the bidder / vendor as per latest annual audited
balance sheet (FY: 2017-2018) shall be positive.

Page 5 of 8
5.3. DOCUMENTS TO BE SUBMITTED BY BIDDER

5.3.1. The bidder shall submit a declaration to the effect that they are not currently
serving Holiday Listing orders issued by BPCL or MoPNG debarring them
from carrying on business dealings with the BPCL / MoPNG or serving a
banning order by another Oil PSU.

5.3.2. Bidders shall furnish any of the following documents evidence in support of
the above:

5.3.2.1. Details of Work Order experience and other criteria along with relevant
documents, such as copies of Work Order, Covering letter, Schedule of rates
and Completion Certificate containing executed value of work.

Completed value of work as mentioned in the completion certificate shall


be considered for evaluation against single/ multiple work order value
required under PQC (Pre-Qualification Criteria), however where the
executed value is not mentioned in the completion certificate, the copy of
certified bill shall also be acceptable for determining value if submitted along
with completion certificate.

5.3.3. Any other document which fulfils the qualification criteria.

5.3.4. In case, the job is a part of major project activities, the bidder shall submit
documents for the same as a proof.

5.3.5. In case of Sub contract works, the bidder is also required to submit a
Certificate from the end user / Owner / Consultant of the Owner stating that
the main contractor has intimated them about the engagement of sub-
contracting OR have been allowed / permitted as a sub-contractor.

Submission of authentic documents is the prime responsibility of the bidder.


Wherever BPCL has concern or apprehension regarding the authenticity/
correctness of any document, BPCL reserves the right of getting the
documents cross verified from the documents issuing authority. In case of
non-submission of the required documents or ambiguity or incomplete
documents, BPCL reserves the right to reject the bidder’s tenders without
assigning any reason.

6.0 Earnest Money Deposit (EMD)


Bids must be accompanied with the Earnest Money Deposit (EMD). EMD
shall be submitted in the form of crossed Demand Draft in favour of “Bharat

Page 6 of 8
Petroleum Corporation Limited” payable at Mumbai or Bank Guarantee
(BG). BG shall be submitted from any Indian scheduled bank which includes
Indian branch of foreign bank recognized as scheduled bank by RBI. Bids
without the requisite EMD as mentioned above shall be rejected.
EMD exemption will be applicable to the following Bidders:

i) Micro and Small Enterprises (MSEs) registered with District Industries


Centres (DIC) or Khadi and Village Industries Commission or Khadi and
Village Industries Board or Coir Board or National Small Industries
Corporation (NSIC) or Directorate of Handicraft and Handloom or MSEs
who are having Udyog Aadhaar Memorandum or any other body specified
by Ministry of Micro, Small and Medium Enterprises. On opening the un-
priced bid, the certificate will be verified for registration and validity. If the
bidder meets this requirement, their bid will be processed further. If not,
the bidder will be asked to submit EMD. In case the bidder does not
submit the EMD within 07 (Seven) calendar days of BPCL intimation, then
their bid shall be rejected. The certificate shall be valid as on date of
opening of un-priced bid.

Documents to be submitted by MSE’s 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 MSEs who are having Udyog Aadhaar Memorandum 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 Notary or 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.

c) 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.
There will be no waiver of EMD for Public Sector Undertaking of
Central/State Government Undertakings. EMD shall be valid for a period of
06 (Eight) months from the final bid due date for submission of Bids.

 “Earnest Money Deposit” (EMD), wherever applicable, shall be paid


separately by Demand Draft (DD) / Banker’s Cheque drawn in favour
of Bharat Petroleum Corporation Limited and payable at Mumbai, or
by electronic funds transfer or bank.

Page 7 of 8
 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial
stamp paper of Rs. 500/- value and in the prescribed Performa given
in the Tender Document.
 Bank Guarantee (BG) shall be executed by any Scheduled Bank
approved by Reserve Bank of India as per the proforma. The BG shall
remain valid for a period of six months from the due date of opening
the tender.
 Original DD/ Banker's Cheque or BG as the case may be, towards
EMD shall be sent separately to CPO (Head), CPO-Refineries, BPCL.
Copy the DD/ Banker's cheque/ BG as the case may be, along with
proof of dispatch to be uploaded along with "Prequalification Bid".
Bids without EMD are liable to be rejected.
 EMD can be also submitted through electronic fund transfer to the
Account as detailed below;
Details of Bank for Electronic Fund Transfer:
Beneficiary-Bharat Petroleum Corporation Limited
Name of the Bank- Standard Chartered Bank, M G Road,
Address-90, M G Road, Fort, Mumbai-400 001,
IFSC Code-SCBL0036001,
MICR Code-400036002,
Type of Account-11(Current),
Account No:22205020115.
 EMD of other unsuccessful bidders shall be released after issuance of
FOA/LOA/contract Order against this tender. However, in case of
successful bidder the EMD shall be released on receipt of
performance bank guarantee.
 Forfeiture of EMD - A tenderer who has submitted their bid shall not
be permitted to alter/ amend or withdraw the bid, not withstanding that
the bid(s) has/ have not yet been opened/ finalized. A tenderer who
purports to alter/ modify withdraw their offer after submission, within
the validity of the offer shall be liable to have their offer rejected and
their EMD forfeited/ encashed.
 The Earnest Money deposited by successful tenderer shall be
forfeited if the successful tenderer fails to honour the offer terms prior
to ordering and Contractual terms after issuance of FOA/LOA/
contract Order.
 Offers received without scan copy of EMD (DD/BG/Valid NSIC
Certificate/Bank transfer details) in the e-tender and physically not
received within 7 days after “Prequalification Bid” opening date (as
indicated in the NIT or corrigendum thereof) are liable to be rejected.
 EMD shall be valid for a period of 6 (Six) Months from the due date
and in compliance with the terms provided in General Conditions of
Contract (GCC) for the same. EMD format provided in GCC shall be
complied.

Page 8 of 8

You might also like