02 Nit

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 6

NOTICE INVITING TENDER (NIT) BIDDING DOCUMENT NO.

BM/6907-11N-LE-MR-4910/2157 DM PLANT FOR C2+ RECOVERY & GAS SWEETENING UNIT OF M/S BRAHMAPUTRA CRACKER & POLYMER LIMITED AT LAKWA, ASSAM. (DOMESTIC COMPETITIVE BIDDING) 1.0 1.1 PROJECT DETAILS M/s Brahmaputra Cracker and Polymer Limited (BCPL), a Central Public Sector Undertaking and a Joint Venture Company of M/s GAIL (India) Ltd., M/s Oil India Ltd., M/s Numaligarh Refinery Ltd. and Government of Assam is putting up a grass root petrochemical complex at Lepetkata, Dibrugarh, Assam, involving Ethylene Cracker Unit designed for production capacity of 220,000 TPA of polymer grade Ethylene and 60,000 TPA of polymer grade Propylene in 8,000 operating hours per annum, Down Streams, Utilities and Offsites. The Despatch Terminal and Gas Dehydration Unit (GDU) shall be set up at Duliajan, Dist. Dibrugarh (Assam) & The C2+ Recovery and Gas Sweetening Unit (GSU) shall be set up at the existing Plant of M/s GAIL at Lakwa, Sibsagar (Assam) The proposed DM Plant will be installed at Lakwa to supply DM Water to the Package Boilers for Steam Generation. Engineers India Limited (EIL) on behalf of M/s Brahmaputra Cracker and Polymer Limited invites sealed Bids for the above mentioned package as detailed in the Bidding Document. BRIEF SCOPE OF SUPPLY & WORK Design, engineering, manufacture, procurement, fabrication, assembly, inspection, testing, painting, insulation, site supervision for erection, commissioning and performance guarantee test run of DM Water Plant along with associated piping, insulation, electrical and instrumentation works, etc. complete in all respects as detailed in the Bidding document. Bidder shall bid for complete scope of work defined and detailed in the Bidding document. Bidder shall also agree to take single point responsibility for the entire scope.
SCOPE OF SUPPLY

1.2 1.3 2.0 2.1

2.2

The DM Water Plant shall generally comprise of, but not limited to the following major items including piping, electrical and instrumentation, within package battery limit. a) b) c) d) e) f) 3.0 Two DM Water producing chains (10 m3/hr capacity each) One DM Water Storage Tank of 120 m3 capacity Two Nos. Alkali & Two Nos. Acid Storage Tanks Dilution Tanks Unloading Pumps Effluent Treatment Facilities

PROCESS SPECIFICATION Type No. of chains Capacity of each chain : : : Ion Exchange Two (One Working + One Standby) 10 m3/hr

Page 1 of 6

4.0

DELIVERY PERIOD: 8 (Eight) Months on FOT Site basis from the date of issue of Fax of Acceptance. The date of receipt of material at Site/Stores shall be considered as the delivery date. SALIENT FEATURES OF BIDDING DOCUMENT a) b) Bidding Document No. Bidding Document on Sale : : BM/6907-11N-LE-MR-4910/2157 From 26.07.2011 to 23.08.2011 (1400 Hrs. (IST) to 1600 Hrs. (IST)) c) Bidding Document Fee (Non : Refundable) ` 3,000/(Rupees Three Thousand Only)
in favour of Brahmaputra Cracker & Polymer Ltd., payable at Dibrugarh (Assam)

5.0

d)

Bid Security / Earnest Money : Deposit (EMD)

` 6,00,000/(Rupees Six Lakh Only)


Bidder shall have to submit the Bid Security / EMD of appropriate value as mentioned above.

e)

Last date of Receipt of Bidder's Queries for Pre-Bid Meeting Pre-Bid Meeting

08.08.2011

f)

At 1100 Hrs (IST) on 09.08.2011 at EILRegional Office at Kolkata.


(Only those Bidders who have submitted Bidding Document Fee shall be permitted to attend the Pre-Bid Meeting)

g) h)

Last Date and submission of Bids

time

for :

Upto 1400 Hrs (IST) on 24.08.2011 At 1500 Hrs (IST) on 24.08.2011 (In presence of authorised representative of attending bidders). On the date & time to be intimated later.

Opening of Techno- : Commercial (Un-priced) Bids

i) j)

Opening of Priced Bids Place of submission of bids

: :

Reception Counter, Engineers India Limited Regional Office 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata 700 017 If any of the cut off date identified above happens to be EIL holiday, the next working day shall be implied. 5.1 Bidding document can be purchased by interested Bidder on any working day (Monday to Friday) during sale period from the following location, on written request and upon payment of non-refundable Bidding Document Fee payable through crossed demand draft in favour of Brahmaputra Cracker & Polymer Ltd. payable at Dibrugarh (Assam):

Page 2 of 6

5.2

5.3

(a) Engineers India Ltd., 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017 Request for sending Bidding Document by Post/ Courier or any other mode shall not be entertained. The complete Bidding document is also available on the website of EIL www.indianprocessplants.com and Bidders desirous to submit their bid on the basis of downloaded document shall pay cost of Bidding document by crossed demand draft in favour of Brahmaputra Cracker & Polymer Ltd. along with the Techno-Commercial Bid, failing which their Bid shall not be considered for opening/ evaluation. Small Scale Industries registered with NSIC and PSUs in India are not required to pay the Bidding Document Fee. However, Industries registered with NSIC shall provide necessary documentary evidence, whereas PSUs shall submit declaration to this effect that they are PSU and are eligible for getting Bidding Documents free of cost. BIDDERS QUALIFICATION CRITERIA (BQC) Agencies intending to participate shall fulfil the following qualification criteria: TECHNICAL CRITERIA The Bidder shall be an established designer, manufacturer and supplier of DM Water Plant as a Single Point Responsibility Vendor (SPRV). Bidder shall have designed, manufactured/packaged and supplied at least 2 (Two) Nos. of DM Water Plants with 6 m3/hr chain or higher capacity in the last Ten (10) years reckoned from bid due date and as a minimum, one of these units shall have 1 (One) year of satisfactory operation as on bid due date. PROVEN TRACK RECORD (PTR) Bidder shall complete the Experience Record Proforma enclosed with the Bidding Document to establish that the bidder meets the Bidder Qualification Criteria (BQC) for technical acceptance. Bidder shall submit following documents issued by Owner/Client along with his bid in support of Bidder Qualification Criteria as above: (a) Copy(ies) of Work Order/Purchase Order to establish Cl. Nos. 6.1.1 & 6.1.2 above. (b) Copy of certificate from Owner/Client for satisfactory operation to establish Cl. No. 6.1.2 above. FINANCIAL CRITERIA: Bidders minimum Annual Turnover shall be ` 150 Lakh as per the Audited Annual Financial results, in at least one of the preceding Three (3) financial years. The Net Worth of the Bidder during the last Financial Year shall be positive. The bidder should have the minimum Working Capital of ` 30 Lakh during the last financial year. If the bidders working capital is inadequate, the bidder shall supplement the deficit with a letter issued by his Banker having net worth not less than ` 100 Crore or US $ 22 million, confirming the availability of line of credit to meet the specified working capital requirement. PRE-BID MEETING: Pre-bid Meeting shall be held at Engineers India Ltd., 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017. Bidders or their authorized representatives are requested to attend

6.0 6.1 6.1.1

6.1.2

6.2

6.3 6.3.1 6.3.2 6.3.3

7.0 7.1

Page 3 of 6

the Pre-Bid Meeting so that their queries, if any related to the Bidding Documents and Scope of Work can be addressed during the meeting. 7.2 The bidders are requested to send clarifications, if any, by courier or by Fax/ e-mail to reach EIL well before the pre-bid meeting. The clarifications shall be provided during the pre-bid meeting. Non attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder. GENERAL: BCPL/EIL reserves the right to assess Bidder's capability to execute the work using in house information and by taking into account various aspects such as performance during evaluation of bids. Bid submitted by Bidder who is on Holiday/Negative List of Vendors/Construction Contractors of BCPL/GAIL/EIL shall not be considered for opening and further evaluation. A job executed by a Bidder for its own plant/projects cannot be considered as experience for the purpose of meeting requirement of Bidder Qualification Criteria (BQC). However, jobs executed for Subsidiary/Fellow subsidiary/Holding Company will be considered as experience for the purpose of meeting the BQC subject to submission of tax-paid Invoice(s), duly certified by Statutory Auditor of the Bidder towards payment of statutory tax in support of the job executed for Subsidiary/Fellow subsidiary/Holding Company. Such Bidder(s) shall submit these documents in addition to the documents specified in the Bidding Document, to meet the BQC. The Bidder must furnish all necessary documents such as copies of Purchase Order/Work Order/Letter of Award/Contract Agreement/Relevant pages of Contract, Certificate for satisfactory operation issued by Owner as defined in Technical Criteria, complete Audited Balance Sheets or Audited Financial Statements including Profit & Loss Account, etc. in the first instance itself, along with the Bid in support of their meeting the Technical & Financial Criteria. BCPL / 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. All supporting documents, pertaining to Bidder Qualification Criteria submitted by the Bidder shall be certified true copies, duly signed, dated and stamped by a Public Notary in Bidders country. However, certification by an official authorized for this purpose in Indian Embassy/High Commission in Bidders country shall be acceptable in lieu of the above. For Bidders from member countries of Hague Convention, 1961, certification by Apostille of Bidders country shall also be acceptable. Bids must be accompanied with the Bid Security/EMD as mentioned above in the form of Demand draft or non-revocable Bank Guarantee in favour of Brahmaputra Cracker & Polymer Limited payable at Dibrugarh (Assam). The bank guarantee should be from any Indian Scheduled Bank or a branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign bank. However, other than the Nationalised Indian Banks, the banks whose BGs are furnished, must be commercial banks having net worth in excess of Rs. 100 crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on a letter head. Bids not accompanied with requisite Bid Security or Bid Security not in the requisite form shall be considered as nonresponsive and such Bids shall be rejected. However, SSI units registered with NSIC for similar works with valid certificate and Indian Public Sector Undertakings/Enterprises are exempted from furnishing Earnest Money Deposit/Bid Security. Late Bid(s) shall not be accepted.

7.3 8.0 8.1

8.2

8.3

8.4

8.5

8.6

8.7

Page 4 of 6

8.8

BCPL/EIL shall not be responsible for any costs or expenses incurred by Bidder in connection with the preparation or delivery of Bids, site-visit and other expenses incurred during bidding process. Bidder shall purchase bidding document in his own name and submit the bid directly. The bidding document is non-transferable. Bid submitted by Bidder who has not purchased the Bidding document directly will be rejected. Sealed Bids shall be received upto the last date and time as specified above at Reception Counter, Engineers India Ltd., 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata700017. Time and 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. BCPL/EIL shall follow purchase preference policies as per prevailing guidelines of the Govt. of India. Bids sent through Fax / E-Mail shall not be accepted. Bids from Consortium/ Unincorporated Joint Venture shall not be accepted. BCPL/ EIL reserve the right to reject any or all Bids received without assigning any reason. Contact Person: AGM(C&P), Engineers India Limited, 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata - 700017. Telephone: +91-33-2227 6304 / 7305; Fax: +91-33-2227 7692; Email: biswajit.mandal@eil.co.in / anindya.sinha@eil.co.in . ASST. GENERAL MANAGER (C&P) ENGINEERS INDIA LIMITED REGIONAL OFFICE-KOLKATA

8.9

8.10

8.11 8.12 8.13 8.14 8.15

Page 5 of 6

NOTICE INVITING TENDER (NIT) (DOMESTIC COMPETITIVE BIDDING) (BIDDING DOCUMENT NO. BM/6907-11N-LE-MR-4910/2157) Engineers India Limited (EIL) on behalf of BRAHMAPUTRA CRACKER AND POLYMER LIMITED (BCPL) invites sealed bids for the following work: Name of Work DM Plant for C2+ Recovery & Gas Sweetening Unit at Lakwa (Assam) Cost of Bidding Document ` 3,000/- (Rupees Three Thousand Only) by Demand Draft in favour of M/s Brahmaputra Cracker & Polymer Ltd. payable at Dibrugarh (Assam) Sale Period of Bid Document Bid due date/Time

From 26.07.2011 on 24.08.2011 to Upto 14:00 Hrs. 23.08.2011 (14:00 Hrs. to 16:00 Hrs.) Contact Person: AGM(C&P), Engineers India Limited, 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata - 700017. Telephone: +91-33-2227 6304 / 7305; Fax: +91-33-2227 7692; Email: biswajit.mandal@eil.co.in / anindya.sinha@eil.co.in . Detailed NIT and Bidding Documents can be downloaded from EILs website www.indianprocessplants.com ASST. GENERAL MANAGER(C&P) ENGINEERS INDIA LTD., RO-KOLKATA

Page 6 of 6

You might also like