CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDER (INTERNATIONAL COMPETITIVE BIDDING) HCGO HOT HIGH PRESSURE SEPARATOR CHENNAI PETROLEUM CORPORATION LTD. AT MANALI REFINERY Tender No. : 44NC-4603-E13-0006 PREPARED AND ISSUED BY JACOBS ENGINEERING INDIA PRIVATE LIMITED MUMBAI
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 2 of 11 1.0 M/s. Chennai Petroleum Corporation Limited (CPCL), hereinafter also referred to as OWNER intends to set up Resid Upgradation Project at Manali Refinery of CPCL, in the state of Tamil Nadu, India. For the execution of Resid Upgradation Project, M/s. CPCL have appointed Jacobs Engineering India Private Limited (JACOBS) as their Project Management Consultant (PMC). 2.0 SCOPE OF WORK Design, Engineering, Preparation of Drawings, Procurement of all Raw Materials, Material Identification, Fabrication, ASME Code Stamping for High Pressure Vessel namely HCGO HOT HIGH PRESSURE SEPARATOR (207A-C202) Stage Wise Inspection under JACOBS for Indigenous Vendors (materials from abroad under approved TPI), Testing, Painting, Packing and Forwarding, Transportation to Site and providing the complete equipment with all accessories as applicable & spares, guarantee against faulty design & workmanship of all supplies and providing all documentation as per JACOBS Specifications and Code requirements for all supply as per Material Requisition. The scope mentioned above is indicative and detailed scope is mentioned elsewhere in the main bidding document. 3.0 BIDDER QUALIFICATION CRITERIA 3.1 Technical Criteria The bidders who intend to participate shall meet the following qualification criteria and such of those bidders shall be pre-qualified for this tender: 3.1.1 Bidder should have supplied Pressure Vessels having material of construction as 2 ¼ Cr.- 1 Mo for Refinery / Petrochemical / Fertilizer / Oil & Gas Processing Units. Bidders to submit relevant credentials in support of the above along with their Bid. 3.1.2 Bidder s fabrication shop shall have valid ASME Code U2 Stamp. 3.1.3 Bidder should have carried out on their own on single point responsibility basis Mechanical Design (in accordance with ASME Section-VIII, Division-2 Code of Relevant Co-related Editions), Fabrication and Supplied Pressure Vessels of similar design conditions of the proposed High Pressure Vessel (namely HCGO HOT HIGH PRESSURE SEPARATOR: 207A-C202); during the last TEN (10) Years in Hydro-processing service of Refinery / Petrochemical / Fertilizer / Oil & Gas Processing Units and same should have been commissioned & in satisfactory operation for a minimum period of ONE (1) Year. The TEN Years and ONE Year experience period shall be reckoned as on 30.04.2014. 3.2 Financial Criteria
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 3 of 11 3.2.1 The annual turnover of the bidder during at least any one of the three preceding financial year shall be equal to or more than as given below: :- (i.e. 2010-2011, 2011-2012 & 2012-2013 (or) financial years ending 31.12.2010, 31.12.2011 & 31.12.2012). Indian Bidders Foreign Bidders INR 16.00 Millions USD 0.27 Millions 3.2.2 The net worth of the bidder as per the audited annual financial results for the year ending December 2012 or financial year 2012-13 should be positive. 4.0 OTHER TERMS AND CONDITIONS: 4.1 Bidder shall complete the Experience Record Performa enclosed with the bid document to amply prove that Bidder / Packager meet the experience. In addition, manufacturer s catalogue and general reference list for the subject item shall also be furnished along with the proposal. 4.2 Experience of only the bidding entity shall be considered. Bidder s In-house work experience (where for the past experience referred for qualification, the Supplier and the Owner belong to the same organization) shall not be considered as valid experience for the purpose of qualification. 4.3 CPCL / JACOBS reserve the right to use their in-house information for assessment of Bidder s capabilities. 4.4 Bid submitted by the bidder, who is on Holiday list of Jacobs / CPCL, shall not be considered for opening and further evaluation. 4.5 Bids on Consortium or Joint-Venture basis are not acceptable. 4.6 Bidder should not be under liquidation, court receivership or similar proceedings. 4.7 The failure to meet the above Qualification Criteria will render the Bid to be rejected. Therefore, the bidder shall in his own interest furnish complete documentary evidence by way of copies of work orders, completion certificates and balance sheets including Profit and Loss Accounts, etc., in support of their fulfilling the Qualification Criteria as given above. 5.0 General 5.1 Bidders meeting the technical as well as financial qualification criteria as stated above should submit documentary evidence to substantiate above along with their quotation. CPCL / PMC of Resid Upgradation Project reserve the right to verify the correctness of documentary evidence furnished by the bidder.
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 4 of 11 5.2 In the absence of requisite documents, CPCL reserves the right to reject the Bid without making any reference to the Bidder. 6 Earnest Money Deposit 6.1 The amount of Earnest Money Deposit in the form of Bank Guarantee or DD shall be as under: a) INR 3,24,000/- (Rupees Three Lacs Twenty Four Thousand Only) b) FOREIGN BIDDER US$ 5,000 (US dollar Five Thousand Only) Or EURO 4,000 / (EURO Four Thousand Only) 6.2 Bidders will be required to submit Earnest Money Deposit in the form of demand draft in favour of M/s Chennai Petroleum Corporation Limited payable at Chennai or in the form of Bank Guarantee from any Scheduled Banks in India or Branch of an International Bank situated in India and registered as a Scheduled Bank with the Reserve Bank of India or Bank Guarantee from foreign bank only if the same is countersigned by their Indian Branch and registered as a Scheduled Bank with the Reserve Bank of India in the prescribed proforma provided in Bidding Document on a stamp paper for a value of Rs.100/- in favour of M/s Chennai Petroleum Corporation Limited payable at Chennai. The Bank Guarantee shall be valid for 6 (SIX) months from due date of submission of bid. 6.3 DATE, TIME & PLACE OF SUBMISSION Electronic Bids shall be submitted to the above-cited CPCL e-tender website before 11:00 Hrs. on 28.07.2014. The hard copies of the following shall be submitted at the address cited below by Post / courier / in person, before the due time & date for bid opening (i.e., Part-I): a) Tender Document Fee in the form of DD (or exemption documents) b) EMD in the form of DD or Bank Guarantee (or exemption documents) At: Jacobs Engineering India Private Limited H&G House, Sector 11, Plot No. 12, CBD Belapur, Navi Mumbai 400 614, India Phone: 91 22.67562000; ATTN: Mr. K. Shivaprakash, Executive Director (Procurement) 6.4 DATE, TIME & PLACE OF BID OPENING Electronic Opening of Part-I (Mandatory Part) shall be on the same day of bid submission, i.e., 28.07.2014 at 14:30 Hrs. Part-II of only those bidders, who had submitted the requisite Tender Document Fee & EMD documents in hard copy on or before the due date & time of bid opening (Part-I) shall be opened electronically in the
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 5 of 11 presence of authorised representative of bidders (Restricted to one [1] person only) at the following address: Jacobs Engineering India Private Limited H&G House, Sector 11, Plot No. 12, CBD Belapur, Navi Mumbai 400 614, India Phone: 91 22.6756 2000; ATTN: Mr. K. Shivaprakash, Executive Director (Procurement) Part-II (Techno-Commercial Part) of only those bidders, who had met the requirements of Part-I (Mandatory Part), shall be opened electronically on the same day of opening Part- I, i.e., 28.07.2014 at 15:30 Hrs. in the presence of authorised representative of bidders (Restricted to one [1] person only). Part-III (Price Part) BoQ of only those bidders, whose offers are found technocommercially acceptable, shall be opened on a later date at the convenience of CPCL after intimation to the qualified bidders. 7 COMPLETION SCHEDULE: Please refer to Clause No. 8.8 below. 8 DETAILS OF BID DOCUMENT 8.1 Bid Document No. : 44NC-4603-E13-0006 8.2 Commencement of viewing & Downloading from CPCL E-tender Website : From 18.06.2014 Onwards 8.3 Last date of receipt of : On or before 25.06.2014 bidders queries 8.4 Pre-bid Meeting : 01.07.2014 at 11.00 Hrs. at Jacobs Engg. Navi Mumbai Office. 8.5 Bid Due Date : Up to 11:00 Hrs (IST) on 28.07.2014 (Electronic bid to be submitted in e-tender website) Submission of Documents: Hard copy of original Tender Document Fee and EMD - upto 14:15 Hrs (IST) upto 28.07.2014 8.6 Opening of Mandatory Bid (Part-I) : At 14:30 Hrs. (IST) on 28.07.2014 (In the presence of bidders representatives) 8.6.1 Unpriced Bid Opening (Part II) : At 15.30 Hrs.(IST) on 28.07.2014
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 6 of 11 (In the presence of bidders' representatives) 8.7 Price Bid Opening (Part III) : At a date and time to be communicated later (In the presence of bidders' representatives) 8.8 Time Schedule : 6 months FOT site 5 months FOB Port of Exit 8.9 Bid Document Fee (Non-refundable) : Indian Bidders INR 2,000 (Rupees Two Thousand Only) Foreign Bidders US$ 40 (US Dollar Forty Only) Cost of Bid Document shall be in the form of DD in favour of Chennai Petroleum Corporation Ltd. payable at Chennai. 8.10 Validity of Bids : 4 (Four) months from the Bid due date. 9.0 Instructions to the Bidders for the e-submission of the bids online through the e- tender site of CPCL: 9.1 Bidder should do the registration in the tender site https://cpcletenders.gov.in using the option available. Then the Digital Signature registration has to be done with the e-token, after logging into the site. The e-token may be obtained from one of the authorized Certifying Authorities such as SIFY/TCS /ncode.emudhra 9.2 Bidder then need to login to the site thro their user ID/ password chosen during registration. 9.3 The e-token that is registered should be used by the bidder only and bidder should ensure safety of the same. 9.4 The Bidders can update well in advance the required documents under My Documents option and these can be selected as per tender requirements and then sent along with bid documents during bid submission. 9.5 After downloading / getting the tender schedules, the Bidder should go thro them carefully and then submit the documents as asked, otherwise, the bid will be rejected. 9.6 If there are any clarifications, this may be obtained online thro the tender site, or thro the contact details. Bidder should take into account of the corrigendum published before submitting the bids online. 9.7 Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more than one document, they can be clubbed together.
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 7 of 11 9.8 Bidder should submit the EMD / Tender Fee as specified in the tender. The original should be posted/couriered/given in person for the tender to Executive Director Procurement, Jacobs Engineering India Pvt. Ltd., H&G House, Plot No. 12, Sector 11, CBD Belapur, Navi Mumbai 400 614 indicating our tender reference in top left hand corner of the envelope. Scanned copy of the instrument should be uploaded as part of the offer along with Mandatory Part of bid (Part I) 9.9 It is construed that the bidder has read all the terms and conditions before submitting their offer. 9.10 The bidder has to submit the bid document online well in advance before the prescribed time to avoid any delay or problem during the submission process. 9.11 After the bid submission, the acknowledgement number, given by the e-tendering system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender. 9.12 The details of the Earnest Money Deposit document should be submitted physically to the Executive Director Procurement, Jacobs, Navi Mumbai and the scanned copies should be furnished at the time of bid submission online. They should be same, otherwise the bid will be summarily rejected. 9.13 The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or difficulties faced during the submission of bids online by the bidders. 9.14 The tendering system will give a successful bid updation message after uploading all the bid documents submitted & then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted. 9.15 The bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date. 9.16 Bidder should log into the site well in advance for bid submission so that he submits the bid in time i.e on or before the bid submission end time. If there is any delay, due to other issues, bidder only is responsible. 9.17 Each document to be uploaded thro online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be converted to rar/zip format and then the same can be uploaded. However if the file size is less than 1 MB the transaction uploading time will be very fast. The total size of the documents in all the covers put together, should be less than or equal to 12MB. 9.18 The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 8 of 11 9.19 The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission. 9.20 All the data being entered by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual. 9.21 The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done. 9.22 The bidders are requested to submit the bids through online e-tendering system to the TIA well before the bid submission end date & time (as per Server System Clock). 9.23 The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exit option in the browser. 9.24 Bidders should ensure that prices should not be indicated anywhere in the unpriced part. The prices should be indicated only in the price bid (Part C) and no where else. 9.25 Bidders to note that if prices are indicated in their PQ (Part-A) or Techno Commercial bid (Part-B), their offer will be rejected and further evaluation or communication will not be entertained in this regard. 9.26 Bidders to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all pages of the bid document without any exception. 9.27 For any other queries regarding E-tendering, the bidders are requested to contact through the modes given below: E-mail : cpcletenders@cpcl.co.in Contact Telephone Numbers : 044 2594 4507 / 2594 4000 Ext.2245 Fax No. : 044 2594 1247 / 2594 0575 In person : e-procurement cell, Admin Block-III, CPCL, Manali, Chennai-68 9.28 EMD and document fee shall not be applicable in the following cases: - i) Central Public Sector Enterprises. ii) Small scale industries registered with NSIC under the single point registration scheme (registered with NSIC and up to the monetary limit specified in the registration certificate).
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 9 of 11 10.0 BID SUBMISSION: Bids need to be submitted in electronic mode only within the due date and time. The Bids shall be uploaded in the E-tender portal in the following manner: i) Part - I EARNEST MONEY DEPOSIT (EMD) AS SPECIFIED IN BID DOCUMENTS, BID COST (Tender fee), INTEGRITY PACT (Not Applicable) ii) Part - II TECHNICAL AND UNPRICED COMMERCIAL BID iii) Part - III PRICE BID 10.1 Part I - of the bid (Mandatory Part) shall contain copy of the following: i) Earnest Money Deposit (EMD) for an amount indicated and in the manner as detailed in clause 6.0 & 9.28 Bids without Earnest Money Deposit (EMD) may be rejected. Earnest Money Deposit (EMD) mentioned above should be in the form of Bank Guarantee from any Scheduled Banks in India or Branch of an International Bank situated in India and registered as a Scheduled Bank with the Reserve Bank of India or Bank Guarantee from foreign bank only if the same is countersigned by their Indian Branch and registered as a Scheduled Bank with the Reserve Bank of India in the prescribed proforma provided in Bidding Document on a stamp paper for a value of Rs.100/- in favour of M/s Chennai Petroleum Corporation Limited payable at Chennai. The Bank Guarantee shall be valid for 6 (Six) months from due date of submission of bid. OR Earnest Money Deposit (EMD) mentioned above should be in the form of Crossed Demand Draft in favour of M/s Chennai Petroleum Corporation Limited payable at Chennai. OR Banker's cheque may also be accepted towards EMD. ii) Tender fee (non-refundable) of US$ 40 (US Dollar Forty Only) for Foreign Bidders / INR 2,000 (Rupees Two Thousand Only) for Indian bidder in the form of crossed demand draft only, drawn in favour of M/s CHENNAI PETROLEUM CORPORATION LTD. payable at Chennai. iii) Copy of Integrity pact duly signed by the Bidder Not Applicable. 10.2 Part II of the bid (Technical & Unpriced) shall contain the following: Techno-commercial /Un-Priced part shall comprise the following attachments, specifying attachment number arranged in the order as follows:
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 10 of 11 1) Power of Attorney in favour of authorised signatory of the Bid/ RFQ Document and the DSC registered key holder who would submit the bid (as pdf). 2) Bidder s credentials meeting the BQC-Technical stipulated at clause No.3.1 of NIT above (as pdf). 3) Audited Balance Sheet including Profit and Loss Account for last three financial years along with annual turnover statement as per clause No.3.2 of NIT above (as pdf). 4) Other documents (as WINRAR): i) Check list for submission of bid (Annexure-I to ITB) duly filled. ii) Latest Solvency Certificate from the bank. Issue date of the certificate should not be earlier than 1 year from the due date for submission of bids. iii) Agreed Terms and Conditions (Indigenous) duly filled and signed. iv) Technical offer and Engineering details, required as per RFQ Document. v) Unpriced copy of Price Part i.e. all SP Forms (BoQs) without price, Just mentioning QUOTED against each item and duly signed and stamped on each page as a confirmation of having agreed to the terms /conditions/notes etc in the Price Schedule forms (BoQs). vi) Copy of Amendment(s)/Corriganda) duly signed and stamped, if any, issued so far. vii) Any other information as required in the RFQ Document. 10.3 Part III of the bid (Price) shall contain the following: Price Schedule (BoQ) duly filled in with prices and other charges as per the MS-Excel format (check all sheets of BoQ) given in Price Schedule of the tender document. NB: Bidders are requested to strictly upload the Price Schedule duly filled in as per the Price Schedule format given in the tender. Uploading of Price Schedule by the bidders in their own format shall not be acceptable and in such an event, bidders offer shall be liable for rejection. 11.0 CPCL / PMC reserve the right to allow Purchase preference to central public sector undertakings as admissible under the prevailing policy. 12.0 Clarification, if any, can be obtained from the contact person of JACOBS, Telephone No. 91-22-67562000. Fax No. 022-67904680, email: kanchan.abhilash@jacobs.com
Revision : 0 Tender No. : 44NC-4603-E13-0006 Page 11 of 11 13.0 Please quote the Tender Document No. 44NC-4603-E13-0006 in all your correspondence. K Shivaprakash Executive Director Procurement Jacobs Engineering India Private Limited