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

DETAILED NOTICE INVITING TENDER (NIT)UNDER DOMESTIC

COMPETITIVE BIDDING

(TENDER NO. 22000113-HD-10120)

HPCL invites Bids through e-tendering on domestic Competitive Bidding for Supply
of API 5L Product Pipes at HPCL RAIPUR IRD, CHHATTISH GARH under single stage
two-bid system from competent vendors meeting the Bidder Qualification Criteria
(BQC) as detailed herein. Bids submitted online in e-tender portal of HPCL
https://etender.hpcl.co.inshall only be considered for processing.

1.0 SCOPE OF WORK:

Hindustan Petroleum Corporation Limited proposes to augment storage capacities


as a part of revamping facilities of the HPCL RAIPUR IRD, CHHATTISH GARH and has
decided to invite eligible parties to take-up the Supply of API 5L Product Pipes as
per the detailed job schedule enclosed. This tender envisages Supply of API 5L
Product Pipes at HINDUSTAN PETROLEUM CORPORATION LIMITED (RAIPUR IRD).

The site address is as below:

HPCL Raipur IRD


Raipur Sambalpur Road
Opposite Mandir Hasaud Police Station
Mandir Hasaud
Raipur - 492101
CHHATTISGARH

2.0 Pre Bid meeting: NIL

a. Bidders may upload their queries, if any, on Bidding Document at HPCL's E-proc
portal before the time frame given

b. The pre-bid queries raised (without identifying the sources of the query) and the
responses given shall be uploaded on websites as corrigendum.

Page 1 of 10
3.0 PRE QUALIFICATION CRITERIA (PQC):

(A) Bidders shall meet all the Criteria given hereunder in Clauses 1.0, 2.0.
1.0 Financial:
Annual Turnover: Bidder shall meet the minimum turnover requirement as
follows:
Average Annual Financial Turnover, as per audited profit & Loss account, in each of
the last three financial year ending March 21 should be as per Table 1 and
Illustration mentioned below.
TABLE-1 * (Figures are in lakhs)
Schedule Item Description Average annual turnover for
last three financial years
ending with March 21. (in Rs
lacs)

1 PIPE,CS,API 5L GR B,SAW/ERW,600MM 101


2 PIPE,CS,API 5L GR B,SAW/ERW,450MM 85
3 PIPE,CS,API 5L GR B,SAW/ERW,350MM 47
4 PIPE,CS,API 5L GR B,SAW/ERW,250MM 34
5 PIPE,CS,API 5L GR B,SAW/ERW,300MM 33
6 PIPE,CS,API 5L GR B,ERW,200MM 23
7 PIPE,CS,API 5L GR B,ERW,400MM 23
8 PIPE,CS,API 5L GR B,SMLS,100MM 7
9 PIPE,CS,API 5L GR B,ERW/SMLS,150MM 2

Note: Bidder shall be required to meet the financial criteria stated as below:

Bidder shall have a minimum average Annual Financial turnover as per audited financial
results in the last 3 calendar years (2019, 2020, 2021) for companies having financial year
ending in December or last three financial years (2018-19, 2019- 2020, 2020-2021) for
companies having financial year ending March. For companies having financial year
ending September, then the bidders shall have a minimum average Annual Financial
turnover in the last 3 financial years viz 2018-2019, 2019-20 & 2020-21.
For companies having financial year ending June, then the bidders shall have a minimum
average Annual Financial turnover in the last 3 financial years viz 2018-19, 2019-20 &
2020-21.
Certificate from a Practicing Chartered Accountant towards average Annual financial
turnover of the Bidder for all three years along with copies of Income Tax Returns if the
Bidder is not required to get its accounts audited under Section 44AB of The Income Tax
Act, 1961

2.0 Technical:
The bidder should have successfully supplied # similar works as defined
below, in the last 7 years ending 31.06.2022 as per any of the following Table
2 and illustration mentioned below:
TABLE-2 * (Figures are in Lakhs)

Page 2 of 10
Schedule Item Description Value of one Value of 2 Value of 3
single similar job similar jobs similar jobs
not less than (in each not less each not less
Rs lacs) than (in Rs than (in Rs
lacs) lacs)
1 PIPE,CS,API 5L GR
269 168 135
B,SAW/ERW,600MM
2 PIPE,CS,API 5L GR
227 142 113
B,SAW/ERW,450MM
3 PIPE,CS,API 5L GR
126 79 63
B,SAW/ERW,350MM
4 PIPE,CS,API 5L GR
89 56 45
B,SAW/ERW,250MM
5 PIPE,CS,API 5L GR
89 or 55 or 44
B,SAW/ERW,300MM
6 PIPE,CS,API 5L GR
62 39 31
B,ERW,200MM
7 PIPE,CS,API 5L GR
60 38 30
B,ERW,400MM
8 PIPE,CS,API 5L GR
18 11 9
B,SMLS,100MM
9 PIPE,CS,API 5L GR
6 4 3
B,ERW/SMLS,150MM
# Similar work implies
Supply of CS Product Pipes of API 5L/ ASTM A106 Gr. B pipes in India.

Note: Bidder shall be an OEM (Original Equipment Manufacturer) or shall have an


authorised dealership/distributorship/supplier certificate from the OEM (Original
Equipment Manufacturer).

*Criteria for prior experience and prior turnover (BQC)(Clause A1-financial-Table 1 and
Clause A2 Table 2-Technical )is relaxed by 15% for Micro and Small Enterprises subject to
meeting the prescribed quality and technical specification of the tendered items.

MOST IMPORTANT NOTES TO BE READ IN CONJUNCTION WITH ABOVE BID QULIFICATION


CRITERIA.
1. Bidders can quote for any individual schedule or combination of any schedule or for all
schedules subject to meeting the bid qualification criteria for schedules or combined
schedules respectively as per above Table 1 & Table 2.
2. The offer received will be evaluated item wise and purchase order shall be placed on lowest
bidder for respective items on delivered cost basis.
3. Sequence of consideration of BQC shall be
i) Schedule 1
ii) Schedule 2
iii) Schedule 3
iv) Schedule 4
v) Schedule 5
vi) Schedule 6
vii) Schedule 7
Page 3 of 10
viii) Schedule 8
ix) Schedule 9.
a) For vendors who has become lowest bidder in any of the schedules
The revised BQC criteria for subsequent schedule shall be  Combined BQC of the
Schedules where the bidder is lowest + BQC of the subsequent schedule for which
offers is/are submitted

In case bidder not meeting the revised BQC criteria defined above the offer for
subsequent schedule shall not be considered for evaluation.

b) For other vendors (whose offer is not lowest in any of the previously opened schedule)
BQC as per balance schedule for which offers is/are submitted will only be considered.

Example:
Bidder quoting for multiple Schedule shall qualify for combined BQC as illustrated below.
Eg: If Bidder Quotes for Schedule-1, 3 & 5.
If bidder is L1 in Schedule-1, then BQC for Schedule 3 shall be as below:
BQC for Turnover= 101+47=148 Lakhs (Values from Table-1)
BQC for similar jobs-> One Similar Job=269+126=395 Lakhs (Values from Table-2)
Two Similar Job=168+79=284 Lakhs (Values from Table-2)
Three Similar Job=135+63=198 Lakhs (Values from Table-2)
If bidder is L1 in both Schedule 1 & 3, then BQC for Schedule 5 shall be as below:
BQC for Turnover= 101+47+33=181 Lakhs (Values from Table-1)
BQC for similar jobs-> One Similar Job=269+126+88= 484 Lakhs (Values from Table-2)
Two Similar Job=168+79+55=302 Lakhs (Values from Table-2)
Three Similar Job=135+63+44= 242 Lakhs (Values from Table-2)
If bidder is L1 in Schedule 1 and not L1 for Schedule 3, then BQC for Schedule 5 shall be
as below:
BQC for Turnover= 101+33=134 Lakhs (Values from Table-1)
BQC for similar jobs-> One Similar Job=269+89= 358 Lakhs (Values from Table-2)
Two Similar Job=168+55=223 Lakhs (Values from Table-2)
Three Similar Job=135+44= 179 Lakhs (Values from Table-2)

(B) Information/Documents required along with the Bid Document:


1) Title, style and postal address of the firm.
2) Communication particulars including telephone numbers, fax numbers and e- mail address.

3) Following documents are required to be submitted as proof of meeting Bid


Qualification Criteria [Clause no A(1.0) (Financial)]:
(a) Notarized copies of Audited Annual Reports/Balance sheet & Profit and
Loss account for the financial year ending March ’21.
4) Following documents are required to be submitted as proof of meeting bid
qualification criteria [Clause no. A(2.0) (Technical) and Clause no. A(3.0)]
(a) Notarized copy or original Purchase/work Order /certified bills from
client/owner / project consultants along with their completion
certificate/proof of delivery. The Purchase/work Order and completion
certificate/proof of delivery should mention the details of supplies carried
out by the bidder so as to enable us to identify whether the bidder meets the
Page 4 of 10
technical criteria stipulated above or not.
(b) Any other document certified by the owner/client (for whom the job has
been executed) specifically having mention of the jobs carried out in
support of meeting the technical criteria stipulated above.
The applicant shall be in a position to furnish the original documents towards copies
submitted in respect of Clause No. A (1.0) – Financial & Clause No. A (2.0) – Technical as &
when required and asked to produce during the process of evaluation.

If the documents i.e. Purchase Order/ Balance Sheets submitted by the bidder for
BQC compliance are in foreign currency, then the same will be evaluated basis the
currency conversion rate (RBI reference rate) prevailing as on that date of the
document. Eg. Date of purchase order etc.

(C ) GENERAL:

i. Bidder shall meet the all technical as well as commercial qualification criteria
as stated above.

Support documents pertaining to bidders Qualification criteria have to be


uploaded under Bid common forms Tilted “Bidders Qualification Criteria”. Two
formats namely BQC – Technical & BQC-Financial are given in tender common
forms under the same heads. These documents after duly filled, signed &
stamped have to be uploaded under similar heads provided in Bid Common
Forms. In absence of requisite documents, HPCL reserve the right to reject the
Bid without making any reference to the Bidder.

ii. The Bidder shall furnish documentary evidence by way of copies of


purchase/work order, Inspection Release Note / completion certificate and
Audited Balance Sheet Profit & Loss Account, Schedules and Independent
Auditor report etc. along with the Bid to establish his experience and track
record meeting qualification criteria. OWNER reserves the right to complete the
evaluation based on the details furnished without seeking any additional
information.
iii. Bidders are required to submit all such past experience(s)/ Proven Track
Record (PTR) meeting the BQC along with relevant supporting documents in the
first instance itself, along with the bid. Accordingly, only such past experience(s)
/ PTR shall be considered for qualification, details of which are provided in the
bid by the bidder and subsequently no additional past experience(s)/ Proven
Track Record (PTR) shall be sought from the bidder.

iv. In case, a bidder does not meet the BQC based on experience documents
already submitted by bidder in support of meeting the BQC, bidders can be
Page 5 of 10
allowed to submit additional documents for any of the work out of the past
experience(s) / PTR list already submitted along with the bid, to support their
meeting BQC. No additional part experience(s) / PTR shall be sought from the
bidders, since this would amount to substantive change in bid.

v. BQC evaluation shall be carried out based on “Bid Qualification documents”


(Technical & Financial) submitted by bidders on bid closing date. Bidder shall
note that there shall be only clarifications sought on the documents received
along with the bid. No additional documents shall be accepted from bidders
thereafter for consideration after bid submission except documents, which are
already in public domain on the date of submission of the bid and are
in the nature of regulatory and statutory filings by the bidder, may be accepted
at sole discretion of HPCL under exceptional circumstances.

5.0 OTHER INFORMATION

1. Parties who are affiliates of one another can decide which affiliate willmake a bid.
Only one affiliate may submit a bid. Two or more affiliates are not permitted to
make separate bids directly or indirectly. If two 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, cause the direction of the management and
material business of the controlled entity.

2. 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
(three) financial years from the date of commencement of business;
c) A consortium (including an unincorporated JV) having a maximum of 3 (three)
members;

Note: All members of the consortium (including prime member) shall be Indian
Page 6 of 10
parties only and no foreign company shall be allowed to be member of
consortium (including prime member).

This is as per office memorandum dated 15.05.2020 issued by Department of


expenditure (under Ministry of Finance) amendment to the GRF rules.

3. Fulfillment of Eligibility criteria and certain additional conditions in respect of


each of the above four (3) types of bidders are stated below, respectively:

a) The bidder (including and incorporated JV which has completed three (3)
financial years after date of commencement of business) shall fulfill each
eligibility criteria on individual / combined basis.

b) In case the bidder is a newly formed and incorporated joint venture and which
has not completed three (3) 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
fulfills 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 Owner. The
guarantees shall over 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 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 consortium may only be an entity and not an individual person;
2) The bid shall specifically identify and describe each memberof 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 a corporation) and provide evidence by a copy of the articles
of corporation (or equivalent documents);
4) One participant member of the consortium shall be identified as the “Prime
member” and contracting entity forthe consortium;
5) This prime member shall be solely responsible for all aspectsof 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
Page 7 of 10
of a letter signed by a duly authorized officer clearly identifying the role of the
member in the Bid and the member’s 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 Owner (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 aconsortium;
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.

For any technical queries related to operation of the portal please send mail to
eprochelpdesk@mail.hpcl.co.in OR please call us at 022-41146666. The helpdesk
support is available 6 days a week from 8AM to 6 PM (except public holidays).

Page 8 of 10

You might also like