Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

Detailed Notice Inviting Tender (NIT)

(TWO BID SYSTEM)

a. Name of Work Balance Combined Station Works of Mechanical, Civil,


Electrical & Instrumentation Works and other facilities under
Kandla-Gorakhpur Liquefied Petroleum Gas (LPG) Pipeline
Project at IPS-1 (Dhar) in Madhya Pradesh State at the risk
and cost of contractor - M/s Bridge & Roof Company (India)
Ltd, Thane.
b. Tender No PLCC/KGPL Gp3 Dhar Offload/Cons/23082
c. E-Tender –ID 2023_PLHO_173151_1

d. Type of tender Open Tender


e. Tender Category Composite
f. Reverse Auction Yes
g. Cost of tender No Tender fee is applicable for this tender, since the bidders are required
document to download the tender documents from IOCL e-tender website
(https://iocletenders.nic.in)/
2.0 Requirement/ Tender Details
a. Job completion Time of completion for the entire works shall be 10 (Ten) months
time/Contract Period from the date of issuance of Letter of Acceptance (LOA)/ Work
Order.
Details as per Clause, clause 10.0.0 & its sub-clauses of SCC
[Section-A (Technical)]
b. Type of BoQ Percentage
c. Site Location /State The site at which the work is to be carried out under this tender are
as detailed below:
IPS-1 (Chainage. 245 km ex-Dumad)
This is a greenfield location.
Village Panda , Taluk Badnawar, District Dhar
State: Madhya Pradesh
d. Brief Scope of Work The scope of work is covered in the tender under clause no. 3.0.0 of
Special Conditions of Contracts [Section: A-Technical] of
Tender document.
E Defect Liability The defect liability period as defined in clause 5.6.1.0 of the
Period General Conditions of Contract the defect liability period for the
works (including the materials incorporated therein within the
Contractor’s scope of supply) shall unless otherwise specified be 12
(Twelve) months from the date of completion/mechanical
completion stated in the completion certificate.
f Goods and Services Bidders shall quote item rates excluding GST and shall have option to
Tax quote/select applicable GST rate in BoQ. Hence, BoQ total shall be
including GST.
g Limitation of liability As per Clause 7.0.0-Section-B of SCC Commercial of tender documents

1
h Currencies & payment As per Clause 26.0.0 Section-B of SIT Commercial of tender documents
i Place of Payment All payments shall be released from IHB Ltd. Office. The office address
shall be communicated later.
3.0 CRITICAL DATES
a. Start date for 23.11.2023
download of Tender
Document
b. Pre-Bid Meeting Online pre-bid meeting shall be held _ on 28.11.2023 at 15:00 Hrs
through video conferencing.
Bidders interested to participate in the online pre-bid meeting through
video conferencing are requested to communicate the same through their
official e-mail IDs to IOCL e-mail IDs latest by---27.11.2023
In case, a bidder is not able to attend the pre-bid meeting due to any unavoidable reasons, bidder
may submit their queries through seek clarification facility on the e-tender portal. Also queries/
clarifications sent through e-mail shall not be entertained. After the Seek Clarification end date on
the e-tender portal, no further queries shall be entertained.
c. Clarification Start 23.11.2023 from 14:30 Hrs
Date & Time
d. Clarification End Date 28.11.2023 up to 14:30 hrs
& Time
e. Online bid Submission 14.12.2023 from 14:30 Hrs
Start Date & Time
f. Online bid Submission 21.12.2023 up to 14:30 Hrs
Closing Date & Time
g. Bid Submission Time 28 days
(In no. of Days)
h. Tender Opening 22.12.2023 at 15:00 Hrs. or convenient date there after
(techno-commercial
bid) Date & Time
i. Bid Validity 4 months from the date of Opening of Techno Commercial bid

4.0 Eligibility to Participate

a. Nature of Bidders a) Sole Bidder: Individual (Proprietorship) /Partnership/ Company


eligible/Bidding entity b) Indian Wholly owned subsidiary of a Foreign or Indian company on
Allowed the financial strength of its parent company:
b. Purchase Preference MSE Preference – Not Applicable
allowed in the tender PPP MII Preference – Applicable

Complete Details as per Clause 36.1.0 of SIT Section A Commercial


c. Preferential bidding Bidder to visit documents section in e -tender portal for details.
selection
d. Eligibility of bidders Complete Details as per Clause 7.4.0 and its sub clauses of SIT Section A
from countries that Commercial
share a land border
with India
5.0 Qualification Criteria
a. Commercial  Annual turnover (on the basis of Standalone Financial
Qualification Criteria Statements) of the tenderer during any one of the preceding 3
(three) financial years shall be at least of the value mentioned

2
below:
Amount
(in Rs. Lakh)
2523.32

 The Bidder on its own should have successfully completed


similar work, as a main or as a sub-contractor, during last seven
years ending on last day of the month, immediately previous to
the month in which the last date of bid submission falls. Even in
case the bid submission is extended, the date originally consisted
as reference date for experience criteria shall remain unchanged.
In case bidder submits prior-experience as a sub-contractor,
the bidder has to submit a certificate from the end User/
Owner/ Consultant to the owner engaged as EIC (Engineer-
in-charge) for the execution of said works. The value of
completed work for evaluation shall be considered as under:
(a) One similar completed work (including service tax/
including goods and services tax) costing not less than the
value mentioned below,
Amount
(in Rs. Lakh)
2102.76
OR
(b) Two similar completed works (including service
tax/including goods and services tax) each costing not less
than the value mentioned below
Amount
(in Rs. Lakh)
1682.21

OR
(c) Three similar completed works (including service
tax/including goods and services tax) each costing not less
than the value mentioned below.
Amount
(in Rs. Lakh)
1261.66

The similar work mentioned above is works involving


“Mechanical works involving piping/erection of equipment in
the hydrocarbon industry and/or for handling hydrocarbons in

3
any other industry’
Complete Details as per Clause 30.1.2 of SIT Section B
Commercial

b. Technical Any Bidder/ tenderer participating in this bidding must have


Qualification Criteria experience as described herein and the evaluation of their offers
shall be primarily done on the basis of the qualifying criteria as
mentioned in subsequent clauses:
1.0.0 BID QUALIFICATION CRITERIA/ EVALUATION –
TECHNICAL
Any Tenderer participating in this bidding must have experience as
described herein and the evaluation of their offers shall be primarily done
on the basis of the qualifying criteria as mentioned in subsequent clauses:

1.1.0 TECHNICAL EXPERIENCE/ QUALIFICATION FOR BIDDER/


TENDERER AS SOLE BIDDER: INDIVIDUAL (PROPRIETARY)/
PARTNERSHIP/ COMPANY (FOR
1. The Tenderer shall be primarily a party having requisite
process piping and equipment erection experience on their
own.

2. The Bidder shall have experience of having successfully


completed mechanical works involving high pressure
piping (minimum 8” size piping of class 300 and
above in process line) and erection of equipment like
valves, pumping units, mechanical equipment, etc. in
the hydrocarbon industry and/or for handling
hydrocarbons in any other industry in the preceding 7
(seven) years ending on last day of the month,
immediately previous to the month in which the last
date of bid submission falls. Even in case the date of bid
submission is extended, the date originally considered as
reference date for experience criteria, shall remain
unchanged.
3. The Tenderer have the option to carry out the associated
Civil, Specialized Mechanical Works, Instrumentation
and Electrical, on its own or through subcontractors as
detailed in clause no 7.2 to 7.8 and sub clauses therein.
4. Documents in support of above in the form of copies of
Work Order, Bill of quantities, execution/ experience/
completion certificate, etc. shall also be furnished in
addition to other stated requirements. For work done as

4
sub-contractor, necessary documentary evidence from
end user/owner/consultant to the owner engaged as EIC
for carrying out works as sub-contractor to be furnished
along with bid. Submitted documents shall clearly
indicate the maximum size and pressure rating of piping
executed along with equipment erected under the
contract.
1.2.0 TECHNICAL EXPERIENCE/ QUALIFICATION CRITERIA FOR
CIVIL WORKS:
1. The bidder or their associates/ sub-contractors, if any,
should have successfully completed similar nature of
Civil Works i.e., ‘Construction of Buildings, Steel
Structures, Equipment foundations etc. involving
Reinforced Cement Concrete (RCC), Steel Structural
work, Brickwork etc.’ as per criteria given below:-

Experience
IPS-1 PUMP STATION

a) One similar work of value not less than Rs. 1215 Lakh
including service tax/GST during last 7 (seven) years
against a single work order
OR
b) Two similar works of value not less than Rs. 972
Lakh including service tax/GST during last 7 (seven)
years against each work order.
OR
c) Three similar works of value not less than Rs. 729
Lakh including service tax/GST during last 7 (seven)
years against each work order.
The work completed during last seven years ending on
the last day of the month, immediately previous to the
month in which the last date of bid submission falls, shall
only be taken into consideration. Even in case the date of
bid submission is extended, the date originally considered
as reference date for experience criteria, shall remain
unchanged.

Bidder shall have the option of submitting the experience

5
document in combination of bidder’s own experience
document and/or one/two/three proposed associates/sub-
contractor(s), if any.

Documents in support of above in the form of copies of


work order, execution /experience /completion certificate,
etc. shall also be furnished in addition to other stated
requirements.

1.3.0 Experience Criteria for Specialised Works:


a) As the tendered works include the following specialized
works, which require expertise in their specific fields, the
tenderer may engage sub-contractor specialists of proven
capability/experience for execution of these works in case the
tenderer on their own doesn’t have the requisite
expertise/experience
Specialized Mechanical Works
i) Welding Radiography Inspection Services
ii) Supply and installation of HOT crane
iii) Medium Velocity Water Spray System
iv) Cone roof tank construction
b) The list of proposed sub-contractors shall be furnished by the
Tenderer while submitting their offer.
c) The bidder may utilize Sub-Contractor/ Vendor from the list
of recommended vendors specified in Chapter no 32 – Mech
Mat Spec Vendor List under Technical Specification
Mechanical.
d) In case, the bidder desires to utilize sub-contractor/vendor
other than from the approved /recommended list, bidder is
required to submit the experience credentials (meeting the
requirements specified below) along with commitment letter
from the proposed sub-contractor after award of work order
for review and approval of the owner.
e) The sub vendor proposed shall have experience of carrying
out respective mechanical works in the hydrocarbon industry
and/or for handling hydrocarbons in any other industry
during last seven years ending on the last day of the month,
immediately previous to the month in which the last date of

6
bid submission falls. Even in case the date of bid submission
is extended, the date originally considered as reference date
for experience criteria, shall remain unchanged. Documents
in support of the capability/ experience shall be in the form of
copies of work order along with execution/ experience/
completion certificate etc.

1.3.1 Welding Radiography Inspection Services

The Tenderer (or their associates/ sub-contractor, if any)


shall have experience of carrying out welding radiography
inspection services in the hydrocarbon industry and /or
for handling hydrocarbons in any other industry in last
seven years ending on the last day of the month,
immediately previous to the month in which the last date of
bid submission falls, shall only be taken into consideration
against each work order. Even in case the date of bid
submission is extended, the date originally considered as
reference date for experience criteria, shall remain
unchanged.
1.3.2 Supply installation of HOT crane

The Tenderer (or their associates/ sub-contractor, if any)


shall have previous experience of carrying out design,
supply, erection, installation, testing and commissioning
of HOT cranes of capacity not less than 5 tonnes in last
seven years ending on the last day of the month,
immediately previous to the month in which the last date of
bid submission falls, shall only be taken into consideration
against each work order. Even in case the date of bid
submission is extended, the date originally considered as
reference date for experience criteria, shall remain
unchanged.
1.3.3 Medium Velocity Water Spray System

The bidder (or their associates/ sub-contractor, if any)


should have successfully executed similar nature of work
during last seven years ending on the last day of the month,
immediately previous to the month in which the last date of
bid submission falls, shall only be taken into consideration
against each work order for tender of complete fire
protection system including, automatic sprinkler system,
fire alarm system with PLC based indicating control and

7
actuation facility for refineries, pipelines, LPG bottling
plants, Compressor stations of gas pipelines and gas based
power plants etc. involving design detailing, supply,
fabrication, installation, testing and commissioning. Even in
case the date of bid submission is extended, the date
originally considered as reference date for experience
criteria, shall remain unchanged.
1.3.4 Cone roof Tank Construction

a) The main bidder/ sub-contractor shall have experience


of completion of design and construction of above
ground water/ petroleum storage tank of single tank
capacity not less than 2700 KL cone roof tank
during last seven years ending on the last day of the
month, immediately previous to the month in which the
last date of bid submission falls, shall only be taken
into consideration against each work order. Even in
case the date of bid submission is extended, the date
originally considered as reference date for experience
criteria, shall remain unchanged.
1.4.0 Instrumentation & OFC Works:-
1.4.1 Experience Criteria

i. The bidder on his own should have the experience of having


carried out instrumentation related jobs involving
instrumentation items like pressure transmitters, flow meters,
density meters, level transmitters, pressure switches, cable
laying, control panels, UPS system etc. Requisite experience
details (as per Annexure-I-1) to be submitted by the bidder
along with the copies of the work order and end users
completion certificate.
ii. If bidder proposes to get the instrumentation jobs done through
sub-contractor, requisite experience details along with end
users performance certificate to be submitted in respect of sub-
contractor.
iii. Bidder to confirm whether the instrumentation works shall be
done by the bidder itself or sub-contractors shall be deployed
for instrumentation front. Bidder to submit the filled in
Annexure- I-2 for proposed sub-contractor for
instrumentation, if any.
iv. In case bidder proposes to engage subcontractor for carrying
out instrumentation jobs, consent letter from proposed

8
subcontractor to carry out the instrumentation jobs covered
under the tender is to be submitted along with the bid.
1.4.2 Qualification / Experience Details For Technical Manpower For
Instrumentation & OFC Jobs
Telecom & Instrumentation works- CSW
i. Bidder to note that qualifications for instrumentation and
OFC works site engineer shall be minimum diploma in
Instrumentation / Electronic engineering either with ten
years of independent installation and commissioning
experience or should have supervised at least 2 similar
jobs during the last five years.
ii. The technical manpower should have:
a. Adequate experience to coordinate with other
agencies carrying out sequential work activities
related to Civil / Mechanical / Electrical Works, so as
to avoid any damage to Owner supplied or Contractor
supplied instruments/equipments.
b. Knowledge of preparation of cable
schedules/termination schedules/ as-built drawings
etc. and their approval procedures.
c. Work Experience for OFC jobs

Supporting documents in respect of qualification and


experience must be submitted for the technical manpower
planned to be deployed. .
iii. The technician shall be capable of carrying out cable
laying, OFC splicing works, electrical terminations,
soldering/de-soldering, understanding wiring diagrams,
cable schedules, isometric / perspective drawings for
equipment mounting and handling common test
instruments, piping experience, tube bending etc.
iv. The eligibility criteria shall include experience in handling
electronic instrumentation, UPS, OFC cables etc. The
experience shall also cover inspection of goods.
1.4.3 Details Of Sub-Contractors

i. Bidder to note that in case sub-contractor is deployed


for the instrumentation and OFC work jobs, the details
from Sr. 7.4.1 to 7.4.2 and its sub clauses above shall be

9
submitted by sub-contractor along with consent letter to
carry out the instrumentation and OFC jobs covered
under the tender.
1.5.0 Electrical Works
i. The bidder should have carried out the installation, testing and
commissioning of similar work including installation, testing and
commissioning of HT panel, HT Motor, distribution transformer,
LT Panel, etc. during last seven years ending on the last day of the
month, immediately previous to the month in which the last date
of bid submission falls, shall only be taken into consideration
against each work order. The HT work should have been carried
out for minimum 6.6 kV voltage level.
Bidder shall submit copies of work order & completion
certificate/proof of execution in support of the above.
ii. The electrical installation jobs are to be carried out by licensed
electrical contractor for HT electrical works and bona fide men
holding supervisory competency certificate and wiremen
certificate. Hence bidder shall submit copies of valid electrical
contractor license by Electrical Inspectorate / State Government in
its own name or in the name of an agency which shall be engaged
for carrying out HT and LT electrical works at site(s). If the said
electrical license is issued by State Electrical Inspectorate other
than the State where the proposed station works are to be carried
out, then the license holder shall furnish undertaking that the
license from the concerned State Electrical Inspectorate shall be
obtained within two months of award of work.
If bidder is not having past experience for Electrical works then
bidder has to propose suitable electrical sub-contractor(s) and
submit commitment letter from them along with copies of work
order & completion certificate as mentioned above.
In such case, bidder can furnish an undertaking that valid
Electrical Contractor License for HT electrical works,
Supervisory Competency Certificate & Wiremen Certificate
issued by Electrical Inspectorate / State Government of the same
state where proposed electrical works are to be carried out for the
electrical works executing agency shall be submitted within two
months of award of work to Engineer-in-Charge for verification
Note:
1. The job / work(s) completed & commissioned in during last
seven years ending on the last day of the month, immediately

10
previous to the month in which the last date of bid
submission falls, shall only be taken into consideration
against each work order. Even in case the date of bid
submission is extended, the date originally considered as
reference date for experience criteria, shall remain
unchanged shall only be considered for technical
qualification as per the above criteria. The bidder shall
submit copy of relevant work order(s) & completion
certificate(s) meeting the above-mentioned criteria.
2. The final technical evaluation shall be done on the basis of
evaluation of past experience, present commitment,
equipment owned, credentials of the sub-contractors
proposed, capability to deploy specified manpower &
equipments for the work and confirmation regarding strict
adherence to the time schedule to be submitted in the form of
a bar chart for the present work.
3. In addition to above, the performance of past/ ongoing works
executed for IOCL, if any, and performance in past/ ongoing
works for other clients shall have important bearing in
evaluating the bidders’ technical capability.
4. Relevant documents, such as copies of Work Order
(including detailed scope of work) and Completion
Certificate, supporting the claim shall be furnished along
with the offer.
1.6.0 The performance of the Tenderer in the past/ ongoing works
executed for IOCL, if any, and/or performance in past/
ongoing works for other clients shall have an important
bearing in evaluating the Tenderers’ technical capability.
Tenderers are liable to be technically ineligible based on poor/
non-satisfactory performance in past/ ongoing works executed
for IOCL or for any other client.
1.7.0 The final techno-commercial evaluation shall be done on the
basis of evaluation of financial soundness, past experience,
present commitment, credentials of the sub-contractors proposed
(if any), capability to deploy specified manpower & equipments
for the work and confirmation regarding strict adherence to the
time schedule to be submitted in the form of a bar chart for the
present work.
1.8.0 Tenderer to note that the issuance of the tender document is not
to be construed as the qualification for the tendered work. While
bidding, prospective Tenderer(s) shall ensure on their own that
the above qualifying criteria have been fully understood and

11
complied with and the same shall be evaluated based on the
documents submitted with their offer in line with tender
conditions.
Complete Details as per Clause 7.0.0 of SIT Section -A _Technical
6.0 Others
a) EMD The tenderer shall furnish Earnest Money Deposit, at the time of
submission of the bid, as mentioned below:

Amount
(in Rs. Lakh)
19.27

Complete Details as per Clause 29.0.0 and its sub clauses of SIT
Section B Commercial.
MSE bidder also have to submit EMD.
b) Performance ISD shall be 2.5 % of Nominal Contract Value which is required to
Security/ISD/SD be submitted at time of contract signing. Alternatively, full
SD@10% of nominal contract value may be submitted
c) Concurrent Not Applicable
Commitment
requirement
d) Net worth Applicable

The Bidder shall have positive Net Worth (on the basis of standalone
financials of bidding entity) in the last audited financial year, i.e.
immediately preceding financial year as defined in Note (iii) of Clause
No. 30.1.1 of SIT. To establish the same, Bidder shall furnish the latest
Audited Financial Statement including Auditors reports, Audited Balance
Sheet, Profit & Loss Account, Notes, Annexures (if any), etc.

Net Worth as defined in Companies Act, 2013 means the aggregate value
of paid-up share capital and all reserves created out of profits, securities
premium account and debit or credit balance of profit and loss account,
after deducting the aggregate value of accumulated losses, deferred
expenditure and miscellaneous expenditure not written off as per the
audited balance sheet, but does not include reserves created out of
revaluation of assets, write-back of depreciation and amalgamation. Net
Worth is to be calculated using the following suggested formula:
Paid up share capital XXXX
Add: Reserves (As defined above) XXXX
Less: Accumulated Losses XX
Less: Deferred expenditure and XX
miscellaneous expenditure not written
off
Net worth XXXX

12
The Net Worth shall be calculated using the above mentioned suggested
formulae and shall be submitted in the format as per Annexure-5, duly
certified by Practicing Chartered Accountant with his stamp and Signature
alongwith membership No. and Unique Document Identification No.
(UDIN). It should also be ensured that the same is in line with the returns
submitted in ROC.
Complete Details as per Clause 30.1.4 of SIT Section B Commercial
e) Integrity Pact Applicable
Complete Details as per Clause 33.0.0 of SIT Section B Commercial
f) Independent External Applicable
Monitor, Name
Complete Details as per Clause 33.0.0 of SIT Section B Commercial
g) Advance Mobilization Advance -Applicable
Payment/Mobilization
Advance Complete Details as per Clause 24.0.0 of SCC Section B Commercial
h) Incentive Clause Applicable
Complete Details as per Clause 25.0.0 of SCC Section B Commercial
Additional BG Not Applicable
i) iHelpdesk Contact IOCL E-tender portal
.
Indian Oil Help Desk: (updated details available at
https://iocletenders.nic.in/)
j) j Tender Inviting GM (PJ-Contracts)
.Authority (TIA)/
Submission Office Indian Oil Corporation Limited (Pipelines Division)
Address A-1, Udyog Marg, Sector-1, NOIDA (UP) 201 301, INDIA
Phone: 91-120-2448 411/408/414 Fax: 91-120-2448025
E-mail: saxena@indianoil.in;arvindk2@indianoil.in; ashokmr@indianoil.in

Other Important Points


1. Physical Bids will not be accepted. Tender Document can be downloaded from https://iocletenders.nic.in
and on line bids are required to be submitted with Digital signatures on the system.

2. The tender documents are non-transferable.

3. IOCL reserves the right of annulment of tender without assigning any reasons whatsoever.

4. The Tenderers shall upload scanned copy of necessary documents in support of required qualification and
experience along with their offer as per instruction given in the Special Instructions to Tenderers.

Signature Not Verified


Digitally signed by ARVIND KUMAR
Date: 2023.11.23 12:01:43 IST
Location: Indian Oil Corporation Ltd-IOCL

13

You might also like