nit - Indian Oil Tenders

NOTICE INVITING TENDER (NIT)
FOR
PILING WORKS FOR DCU
FOR
COKE CHAMBER REPLACEMENT AND ALLIED MODERNIZATION IN
COKER A AT BARAUNI REFINERY OF M/S IOCL
BIDDING DOC. NO.: AS/A546-604-CE-TN-7201/1000)
(DOMESTIC COMPETITIVE BIDDING)
E-Tendering
1.0
INTRODUCTION:
1.1
Indian Oil Corporation Limited (IOCL) propose to implement the Coke Chamber
Replacement and Allied Modernization in Coker ‘A’ at Barauni Refinery and have appointed
Engineers India Limited (EIL) as consultant for implementation of this project..
1.2
Engineers India Ltd. (EIL), New Delhi on behalf of M/s Indian Oil Corporation Limited,
invites Bids under Single Stage Two Part Bid System for execution of PILING WORKS FOR
DCU, from competent agencies with sound technical and commercial capabilities meeting
the Bidder Qualification Criteria stated in Cl. 5.0 below.
2.0
BRIEF SCOPE OF WORK:
2.1
The work covers the installation and testing of bored cast-in-situ straight shaft RCC piles for
DCU at Barauni refinery.
2.2
Pile Details
Type of pile
Diameter of piles
Length of pile
Number of piles
:
:
:
:
Bored cast-in-situ straight shaft RCC piles
500mm dia. Piles
25 m below cut off level (COL)
500 Nos. (Approx.)
2.3
Carrying out Initial load tests and pile integrity test on the test piles specifically installed for
the purpose, routine load tests on job piles and pile integrity test on job piles selected
randomly by Engineer-in-charge. For details refer technical Part of Bidding Document
3.0
TIME SCHEDULE FOR COMPLETION:
6 (Six) Months from the date of issue of Fax of Acceptance.
4.0
SALIENT DETAILS:
a)
Bidding Document on Website
: From 04.03.2014 to 02.04.2014
b)
Site Visit
: On 14.03.2014
c)
Last date of Receipt of
Bidder’s Queries for Pre-Bid
Meeting
: On 18.03.2014
d)
Date of Pre Bid Meeting
: at 1030 Hrs. (IST) on 20.03.2014 at EIL, New
Delhi
e)
Last Date and time of Online
submission of Bids (Bid Due
Date)
: Up to 1200 Hrs. (IST) on 02.04.2014
Page 1 of 6
f)
Online Opening of Technocommercial Unpriced Bid
: 1400 Hrs. (IST) on 02.04.2014
g)
Earnest Money Deposit / Bid
Security
: INR 5.40 Lakh (Rupees Five Lakh and
Forty Thousand only)
h)
Cost of Bidding Document
(Non-Refundable)
: Not Applicable
i)
Opening of Priced Bids
: On date & time to be intimated later
If any of the dates identified above happen to be a declared holiday in EIL New Delhi, the
next working day shall be considered.
The complete Bidding Document is available on EIL website: http://tenders.eil.co.in; IOCL
website: www.indianoiltenders.com and Govt. Website: https://eprocure.gov.in/eprocure/app
Bidders can view / download the document from any one of the websites mentioned above.
All amendments, time extension, clarifications, etc. will be uploaded in the websites only
and will not be published in Newspapers. Bidders should regularly visit the above website(s)
to keep themselves updated.
Request for extension or any queries received from any bidder with less than four working
days prior to bid due date shall generally be ignored, since there will not be adequate time
for proper communication with Client and other Bidders. Bidders shall submit the bid directly
and in their own name without involving any intermediaries.
5.0
BIDDER QUALIFICATION CRITERIA(BQC):
Agencies intending to participate shall fulfil the following qualification criteria in order to
qualify for this work:
5.1
EXPERIENCE CRITERIA (TECHNICAL)
5.1.1 Bidder in his sole capacity should have completed bored cast-in-situ straight shaft RCC
piles of diameter 400 mm or above conforming to IS 2911 during five years reckoned from
the due date of submission of bids.
5.1.2 Bidder should own minimum 2 (two) or more number of Hydraulic operated piling rigs to
execute the job within the contract period.
5.1.3 In case bidder does not own required no. of piling rig/rigs as mentioned in Clause 5.1.2,
bidder may hire rig/rigs from sub-agency (refer documents required for this case in clause
no. 5.4.1 (c) ).
5.2
EXPERIENCE CRITERIA (COMMERCIAL)
5.2.1 The Bidder in his sole capacity should have executed and completed in a single contract,
“Cast-In –Situ RCC Piling Work” of minimum value(s) as indicated below during the
last Five (5) years reckoned from the due date of submission of bids:
i)
One contract of value not less than INR 290 Lakh (Rupees Two Hundred Ninety
Lakh only)
OR
ii) Two contracts each of value not less than INR 235 Lakh (Rupees Two Hundred
Thirty Five Lakh only)
OR
iii) Three contracts each of value not less than INR 175 Lakh (Rupees One Hundred
Seventy Five Lakh only).
Page 2 of 6
5.2.2 In case Bidder has executed and completed Composite Works Contract which includes
any of the qualifying work(s) i.e. piling work(s) stated in Cl. No. 5.2.1 above, then value
of such qualifying work(s) out of the total value of Composite Works shall be considered
for the purpose of qualification.
5.3
FINANCIAL CRITERIA
5.3.1
Annual Turnover of the Bidder shall not be less than INR 350 Lakh (Rupees Three
Hundred Fifty Lakh only)as per audited annual financial results in at least one of the
preceding 3 (Three) financial years up to the due date of submission of bids
5.4
DOCUMENTS AND DATA REQUIRED WITH BID
5.4.1
The bidder shall, in his own interest, furnish complete documentary evidence to justify that
the bidder meets the Qualification criteria as given above:
The documents to be furnished for meeting Experience Criteria (Technical) should include
the following:
a)
b)
c)
Certificate of successful completion of Bored cast-in-situ RCC piling works from the
Client. Completion certificate shall contain volume of work in terms of total length
indicating diameter and length of pile installed.
Work order of Bored cast-in-situ RCC piling works mentioning the scope of work.
Any document to establish ownership of Hydraulic operated piling rigs owned by the
bidder.
In case the bidder along with sub agency qualifies as per criteria (under Clause ) the
bidder shall submit the MOU with sub agency which shall be valid upto contract
period and any document to establish ownership of Hydraulic operated piling rigs
owned by the sub-agency.
5.4.2
Bidder shall complete and submit the Experience Record Proforma provided under the
Proposal Form of the Bidding Document (Alongwith supporting documents mentioned) to
establish that the bidder meets the Bidder Qualification Criteria as per clause nos. 5.1 & 5.2
of this document.
5.4.3
In the event the value of the qualifying work(s) cannot be ascertained from the Work
Order/Completion Certificate submitted by Bidder, Copy of Schedule of Rates (SOR) as per
Contract, relevant pages of Contracts, Copy of relevant pages of Final Bill certified by Owner
for establishing requirement of BQC or written letter from their Client specifying the nature of
work with quantities and values can be submitted for qualification.
5.4.4
Bidder shall furnish documentary evidence in the form of Annual Report/ Financial
Statements- Balance sheets and Profit and Loss Accounts statements etc. of the preceding
3 (Three) financial years along with the Bid to establish Bidder’s conformance to Financial
Criteria mentioned in Cl. 5.3 above.
5.4.5
All documents furnished by the bidder in support of meeting the experience and financial
criteria (5.1, 5.2 and 5.3 above) of BQC as per NIT shall be submitted in a separate
section/booklet along with their offer. This section/booklet shall be titled as “Documentation
against Bidder Qualification Criteria (Experience - Technical & Commercial and
Financial)” with proper index and page numbering. Refer Instructions to Bidders (ITB) for
details.
5.4.6
All documents furnished by the bidder in support of meeting the Experience and Financial
criteria of BQC shall be:
Either
5.4.6.1
Duly certified by Statutory Auditors of the bidder or 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
Page 3 of 6
5.4.6.2
Duly notarized by any Notary Public in the Bidder’s Country. In case of Notarization,
Bidder shall also submit an Affidavit, duly notarized in the Format provided elsewhere in
the Bidding Document, signed by the Authorized Signatory of the Bidder.
5.4.7
Any additional documents if deemed necessary to establish the qualifying requirements may
be submitted by the Bidder.
5.4.8
Submission of authentic documents is the prime responsibility of the Bidder. However,
IOCL/EIL reserves the right of getting the document cross verified, at their discretion from the
document issuing authority.
5.4.9
IOCL/EIL reserves the right to complete the evaluation based on the details furnished
(without seeking any additional information) and / or in-house data, survey or otherwise.
5.4.10 Failure to meet the above Qualification Criteria will render the Bid to be summarily rejected.
Therefore, the bidder shall in his own interest furnish complete documentary evidence in the
first instance itself along with their bids, in support of their fulfilling the Qualification Criteria as
given above.
6
SITE VISIT & PRE-BID MEETING
6.1
Bidders are invited for site visit as per the date mentioned in Cl. 4.0 (b) above.
6.2
Bidders are requested to attend a pre-bid meeting at EIL Business Centre, Engineers India
Limited, EI Bhawan, Bhikaiji Cama Place, New Delhi – 110066, India, as per the date
mentioned in Cl. 4.0 (d) above.
6.3
The bidder may send their queries, if any, on Bidding Document by courier/e-mail to reach
EIL prior to Pre-bid meeting. These queries shall be replied during the Pre-bid meeting.
The queries raised (without identifying the sources of the query) and the responses given
will be transmitted to all who have been provided access to the bid documents.
SUBMISSION OF BIDS & VALIDITY
6.4
7
Bids are required to be submitted only through Govt. of India CPP Portal at
https://eprocure.gov.in/eprocure/app on or before the Bid submission date and time Bidders
are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app). No enrolment fee would be charged
from the bidders. It may also be noted that the price details are required to be filled &
submitted only on the Schedule of Price format downloaded from above e-Tendering
website.
7.1
Bidders in their own interest are requested to enroll on Govt. of India CPP portal and
upload/submit their bid well in time. In the event of failure in bidder’s connectivity with
EIL/CPP Portal during the last few hours, bidder is likely to miss the deadline for bid
submission. Due date extension request due to above reason may not be entertained.
7.2
Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers
submitted through e-tendering system, as above shall only be considered for evaluation and
ordering.
7.3 Bidders to refer Instruction to Bidders for E-Tendering Methodology provided as AnnexureI to Instructions to Bidders (ITB), in the Bidding document. Bidders are requested to get
acquainted with the E-Tendering System in advance and obtain/seek clarifications, if any
from EIL and/or CPP Portal Helpdesk, whose contact information is provided in the
Annexure-I to ITB.
7.4
Validity of bid shall be 4 (four) months from the final due date of opening of Technocommercial (Un-priced) Bids.
8
8.1
EARNEST MONEY DEPOSIT (EMD)
Earnest Money Deposit (EMD) as mentioned above shall be submitted within the Bid Due
Date. EMD shall be submitted in the form of Demand Draft / Banker’s Cheque or Bank
Guarantee (as per Proforma provided in the GCC) in favour of “Indian Oil Corporation Ltd.”
payable at New Delhi. Earnest Money Deposit (EMD) shall be valid for a period of 6 (Six)
Page 4 of 6
months from the due date of opening of Techno-commercial Bids and shall be submitted
from any Scheduled Bank (Including nationalized banks, other scheduled commercial
banks, schedule cooperative banks and scheduled regional rural banks as appearing in the
second Schedule to the RBI Act 1934.
8.2
Exemption of EMD will be applicable for Indian/State CPSUs, JVs of IOCL and Micro or
Small Enterprises (MSEs) 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 Handlooms or any other
Body specified by Ministry of Micro, Small and Medium Enterprise are exempted from
paying EMD provided that certificate issued by the relevant agency is valid on the date of
Un-priced Bid Opening. The bidder shall submit Notary attested copy of the valid NSIC
registration certificate. The certificate issued by NSIC shall be valid as on the date of
opening of Un-priced Bid. Scanned copy of Notarized Registration certificate should be
uploaded in the e-procurement website.
8.3
Bidders are required to submit the EMD (in the prescribed format) in original at the time of
bid submission in sealed envelope and are required to upload the scanned copy of EMD on
CPP Portal along with e-Bid. EMD in original shall be submitted in a sealed envelope titled
“Earnest Money Deposit for Bidding Document No. AS/A546-604-CE-TN-7201/1000”.
Bidder must upload the scanned copy of EMD (in the prescribed format) on CPP Portal
along with the e-bid. Swift message/Cheque/Cash shall not be acceptable. In case bidder
fails to upload scanned copy of EMD on CPP Portal by the bid due date & time, such bid
shall not be considered for evaluation.
8.4
If the Bidder is unable to submit original EMD within the due date and time for Bid
submission, he may submit the same within 7 days from the date of unpriced bid opening,
provided scanned copy of the same have been uploaded on CPP Portal. In case the Bidder
fails to submit the EMD in original within 7 days, his bid shall be rejected, irrespective of
their status / ranking in tender and notwithstanding the fact that a copy of EMD were
uploaded earlier by the Bidder.
9
GENERAL
9.1
IOCL/EIL reserves the right to carry out capacity & capability assessment of the bidder
using in-house information and past performance.
9.2
The bidders who are on Holiday/Negative list of OWNER or EIL on due date of submission
of bid/ during the process of evaluation of the bids, the offers of such bidders shall not be
considered for bid opening/evaluation/Award. If the bidding document were issued
inadvertently/ downloaded from website, offers submitted by such bidders shall also be not
considered for bid opening/evaluation/Award.
9.3
A job executed by a bidder for its own plant/projects cannot be considered as experience
for the purpose of meeting requirement of BQC of the tender. However, jobs executed for
Subsidiary/Fellow subsidiary/Holding company will be considered as experience for the
purpose of meeting BQC subject to submission of tax paid invoice(s) duly certified by
Statutory auditor of the Bidder towards payments of statutory tax in support of the job
executed for Subsidiary/Fellow subsidiary/Holding company. Such bidders shall submit
these documents in addition to the documents specified in the bidding documents to meet
BQC.
9.4
A job completed by a bidder as a sub-contractor shall be considered for the purpose of
meeting the experience criteria of BQC subject to submission of following documents in
support of meeting the “Bidder Qualification Criteria”:
a)
b)
9.5
Copy of work order and completion certificates along with SOR issued by main
contractor. The Completion Certificates shall have details like work order no. /date,
brief scope of work, ordered & executed value of the job, completion date etc.
Certificates from the end User/ Owner/Consultant of the Owner.
IOCL/EIL will not be responsible or liable for cost incurred in preparation, submission &
delivery of bids, regardless of the conduct or outcome of the bidding process.
Page 5 of 6
9.6
In case any Bidder is found to be involved in cartel formation, his Bid will not be considered
for evaluation / placement of order. Such Bidder will also be debarred from bidding in future.
9.7
Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
9.8
Unsolicited clarifications to the offer and / or change in the prices during the validity period
would render the bid liable for rejection.
9.9
Bidder shall not be under liquidation, court receivership or similar proceeding.
9.10
Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the due date for
submission of Bids. Time and date of opening of Price Bids shall be notified to the qualified
and acceptable bidders at a later date.
Bidders may view the Bid opening through Govt. of India CPP Portal i.e.
https://eprocure.gov.in/eprocure/app or may witness the bid opening in EIL Office, New
Delhi.
9.11
Total works shall be awarded to one agency based on total lowest (L1) evaluated price as
per the provisions of the Bidding Document.
9.12
IOCL/EIL reserves the right to reject any or all the bids received or annul the bidding
process at any time.
9.13
Consultant for the Project or their subsidiary company or companies under the
management of consultant, are not eligible to quote for the execution of the same job for
which they are working as consultant.
9.14
Bids submitted on Consortium or unincorporated Joint-Venture basis shall not be accepted.
9.15
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. policy.
Owner shall also follow the Public Procurement Policy on Procurement of Goods and
services from Micro and Small Enterprises (MSEs) Order 2012.
9.16
For detailed specifications, terms and conditions and other details, refer complete Bidding
Document.
9.17
Clarification, if any, can be obtained from Mr. C. Kapuria through following number.
Telephone No. +91-11-26763083/ 26768267;
E-mail: [email protected] / [email protected]
Asst. General Manager(C&P)
Engineers India Limited, New Delhi.
Page 6 of 6