You are on page 1of 6

GAIL INDIA LTD.

. INVITATION FOR BIDS (IFB) FOR


STEAM TURBINE GENERATOR PACKAGE FOR GAIL PETROCHEMICAL COMPLEX-II,
PATA (U.P.)
(BIDDING DOCUMENT NO. MS/A096/-000-MT-MR-5760/1040)
(INTERNATIONAL COMPETITIVE BIDDING)

1.0 PROJECT DETAILS

1.1 GAIL (India) Limited [GAIL] proposed to implement Gas Cracking Unit (GCU), Polymer
Unit (LLDPE/HDPE SWING UNIT), Butene-1 Unit , required revamp in C2/C3 Unit ,
Associated Utilities and offsites facilities for Petrochemical Complex-II at PATA in Uttar
Pradesh.

1.2 GAIL has appointed Engineers India Limited (EIL) as their Consultant for implementation
of the Project. EIL on behalf of GAIL, invites bids through e-tendering on International
Competitive Bidding basis for STEAM TURBINE GENERATOR PACKAGE for GAIL
Petrochemical Complex-II, Pata, (U.P.) under single stage two e-envelopes system
bidding from competent Agencies with sound technical and financial capabilities and
meeting the Bid Evaluation Criteria as stated under para 4.0 below.

2.0 BRIEF SCOPE OF WORK AND TIME SCHEDULE

2.1 Scope of Supply and Work

Design, engineering, manufacture, inspection & testing, packing, delivery, supervision of


erection and commissioning of Steam Turbine Generator package along with all
auxiliaries, complete with steam turbine, alternator, control panel(s), necessary
instrumentation and controls, mandatory spares, commissioning spares and special tools
& tackles.

3.0 SALIENT FEATURES OF BIDDING DOCUMENT


a) Bidding Document No. : MS/A096/-000-MT-MR-5760/1040
(Corresponding e-tender no. 8000003684)
b) Bidding Document on : From 04.11.2011 to 09.12.2011
Website
c) Earnest Money Deposit/ : Indian Bidders: Rs. 85,00,000.00 (Indian
Bid Security Rupees Eighty Five Lakh only).
Foreign Bidders :USD 172,000.00 (US Dollar
One Hundred Seventy Two
Thousand only)
d) Pre-Bid Conference : 1100 Hrs. IST on 18.11.2011 at
Engineers India Limited,
EI -Annexe Building
1, Bhikaiji Cama Place,
R.K. Puram, New Delhi-110066.
e) Last date of Receipt of : 15.11.2011
Bidder's Queries for Pre-bid
f) Completion from Fax of For Indian Bidders For Foreign Bidders
Acceptance for complete (FOT Dispatch pt.) (FOB International
scope of MR seaport of exit)
Supply : 18 Supply: 17 Months
Months
g) Last Date and time of : 1400 Hrs. IST on 09.12.2011
submission of Bids
h) Opening of Unpriced Bids : 1500 Hrs. IST on 09.12.2011
In presence of authorised representative of
attending bidders.
i) Bidding Document Fee : For Indian Bidder : Rs. 49,500/-
(non-refundable) Foreign Bidders: USD 1000
The offer sent without payment of requisite
document fee will be ignored straight away.

Bids to be submitted on GAILs E-Tendering website (https://etender.gail.co.in). Bidders


shall submit their bids i.e. UN-PRICED Bid in Collaboration Folders of e-tendering
system and Price Bid in SRM as attachment. We have enclosed Price Schedule
Formats as an excel attachment in Bidding Document. Bidders are requested to
download the same and quote their prices strictly as per the format without altering the
content of it. The bid will be submitted in two parts as follows:

3.1.1 PART-I (UN-PRICED Bid):- To be submitted on Collaboration Folders of e-tendering


system. Un-priced bid must be complete with all technical details along with all other
required documents including price schedule WITH PRICE BLANKED OUT. In
addition, documents as mentioned under Clause10 below shall also be submitted in
physical form.

3.1.2 PART-II (PRICED Bid):- To be submitted as an SRM attachment. Price bid should
contain only the prices, without any condition whatsoever. Bids complete in all respects
should be submitted on or before last date and time of Bid submission. The Bids
submitted online in GAILs e-tendering system will only be considered for evaluation.
Physical Bids sent through Fax / e-mail / Courier / Post will not be accepted.

4.0 BID EVALUATION CRITERIA (BEC)

4.1 TECHNICAL

4.1.1 STEAM GENERATOR PACKAGES: 134-ST-001 & 002 (25 MWe)


(i) The bidder shall be an established Special-Purpose Steam Turbine manufacturer having
adequate engineering, manufacturing and testing facilities for the same.

(ii) The bidder for the complete unit of Steam Turbine Generator Package (25 MWe, Straight
Condensing type) shall be the manufacturer of the proposed Steam Turbine, as per API
Standard 612, having adequate facilities for engineering, designing, testing and
packaging of Steam Turbine Generator sets and shall be the single point responsibility
vendor (SPRV) for the complete Steam Turbine Generator package.
(iii) In addition to 4.1.1 (ii) above, the Bidder shall have engineered, designed, tested,
packaged and supplied, in the last TWENTY years, at least ONE Steam Turbine
Generator package from the proposed manufacturing plant, which are similar in terms of
Steam Turbine Generator rating. This package shall have been commissioned and
completed at least One year of satisfactory operation at site, as on the bid due date.
The twenty (20) years time period mentioned above shall be reckoned from the bid due
date.

4.1.2 STEAM GENERATOR PACKAGES: 134-ST-003 (9 MWe)


(i) The bidder shall be an established Special-Purpose Steam Turbine manufacturer
having adequate engineering, manufacturing and testing facilities for the same.

(ii) The bidder for the complete unit of Steam Turbine Generator Package (9 MWe, Back
pressure type) shall be the manufacturer of the proposed Steam Turbine, as per API

IFB Page 2 of 6
Standard 612, having adequate facilities for engineering, designing, testing and
packaging of Steam Turbine Generator sets and shall be the single point responsibility
vendor (SPRV) for the complete Steam Turbine Generator package.

(iii) In addition to 4.1.2 (ii) above, the Bidder shall have engineered, designed, packaged,
tested and supplied, in the last TWENTY years, at least ONE Steam Turbine Generator
(STG) package which is similar to the proposed STG package in terms of STG rating or
inlet flow. This package shall have been commissioned and completed at least ONE year
of satisfactory operation at site, as on the bid due date.
The twenty (20) years time period mentioned above shall be reckoned from the bid due
date.

4.2 FINANCIAL CRITERIA

4.2.1 TURNOVER
The minimum annual turnover achieved by the bidder as per the audited financial
results during any one of the three immediate preceding financial years shall be for
Indian Bidders Rs. 283.33 Million and for Foreign Bidders USD 6.08 Million

4.2.2 NET WORTH


Net Worth of the bidder should be positive as per the immediate preceding years
audited financial results.

4.2.3 WORKING CAPITAL


The minimum working capital of the bidder as per immediate preceding years audited
financial results shall be for Indian Bidders Rs. 56.67 Million and for Foreign Bidders
USD 1.22 Million.

If the bidders working capital is inadequate, the bidder shall supplement this with a
letter issued by his Banker, having a net worth not less than Rs. 100 Crores / US $ 22
million, confirming the availability of line of credit to meet the specified working capital
required as above.

4.3 BASIS OF OFFER AND EVALUATION METHODOLOGY

4.3.1 Evaluation and award shall be done on bottom line basis for complete scope of MR, i.e.,
both the Steam Turbine Generator Packages (25MWe & 9MWe) shall be considered as
single group. In view of this bidders are required to quote complete scope of MR and his
offer will be evaluated based on the defined Bid Evaluation Criteria.
.
4.4 General

4.4.1 The bidder shall furnish documentary evidence by way of copies of work order,
completion certificate and Balance Sheet or Audited Financial Statements including
Profit & Loss Account etc. along with the Bid to establish his experience and track
record meeting evaluation criteria. Bidders should ensure submission of complete
information/ documentation in the first instance itself. Qualification may be completed
based on the details so furnished without seeking any subsequent additional
information. Subsequent to the submission of bid, bidders are not allowed to change the
price or substance of the bid i.e. scope of work, specifications, delivery schedule,
completion period etc. including modification of the bid to meet the BEC of the tender.
4.4.2 All the necessary documentary evidence submitted along with the bid to meet the
evaluation criteria must comply to the following:
All supporting documents, pertaining to Bidder Evaluation 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

IFB Page 3 of 6
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.

In case of Foreign Bidder, if the above supporting documents are not in English
language, then the English translation copy of the same shall be furnished duly certified,
stamped and signed by Local Chamber of Commerce along with the above documents
with the un-priced bid.

The above requirement is not applicable to Published Annual Reports in English


submitted in original.

In absence of requisite documents GAIL/EIL reserves the right to reject the Bid without
making any reference to bidders.

4.4.3 Subsequent to the submission of bid, bidders are not allowed to change the price or
substance of the bid, i.e. scope of work, specifications, delivery schedule, completion
period, etc., including modification of the bid to meet the BEC of the tender.

4.5 A job executed by a bidder for its own plant/projects cant be considered as experience
for the purpose of meeting requirement of BEC of the tender.
However, jobs executed for Subsidiary/ Fellow subsidiary / Holding company will be
considered as experience for the purpose of meeting BEC 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 to submit these documents in addition to the documents
specified in the bidding documents to meet BEC.

4.6 The bidders who are on Holiday/ Negative list of GAIL or EIL or black listed by any
Government Department/ Public Sector 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 tender documents were issued
inadvertently/downloaded from website, offers submitted by such bidders shall also be
not considered for bid opening/evaluation/Award.

4.7 Payment of Bidding Document fee shall be by Crossed Bank Draft/ Bankers cheque
from any Indian Scheduled Bank in favour of GAIL (India) Limited, payable at New
Delhi and the same shall be submitted in physical form along with EMD. The bid of any
bidder shall be considered only if the bid is accompanied by the prescribed Bidding
Document fee in the form of demand draft along with EMD.

5.0 BID SECURITY /EARNEST MONEY DEPOSIT (EMD): Amount shall be as per clause
no. 3.0 As above.

5.1 The Bidder shall submit the bid security in Indian Rupees and shall be in the form of
Demand Draft/ Bankers Cheque/ Letter of Credit in favour of GAIL (India) Ltd., payable
at New Delhi (issued by an Indian scheduled Bank or a branch of an International bank)
or in the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per
format enclosed with bidding document. GAIL shall not be liable to pay any bank
charges, commission or interest on the amount of bid security.

5.2 In case, bid security is in the form of irrevocable Bank Guarantee the same shall be
from any Indian scheduled Bank or a branch of an International bank situated in India
and registered with the Reserve Bank of India as scheduled foreign bank. However, in
case of Bank Guarantee from banks other than the Nationalized Indian bank, the bank
must be a commercial bank having net worth in excess of Rs. 100 Crores and a

IFB Page 4 of 6
declaration to this effect should be made by such commercial bank either in the bank
guarantee itself or separately on its letterhead.

5.3 The bid security shall be valid for two (02) months beyond the validity of the bid as
specified in the Bidding Document i.e. 6 (Six) months beyond deadline for bid
submission.

5.4 Bids without Earnest Money Deposit(EMD) / Bid Security will not be considered and will
be summarily rejected, subject to exemptions as mentioned at clause no. 10.0

6.0 Bidder can download the Bidding Document from EILs website
http://engineersindia.com or GAILs website http://www.gailtenders.in or GAILs e-
Tendering website https://etender.gail.co.in or https://tenders.gov.in. However, bidders
have to submit their bids only through e-tendering website of GAIL.
Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further,
bidder shall give an undertaking on their letter head that the content of the bidding
document have not been altered or modified.

7.0 No extension in the bid due date / time shall be considered on account of delay in
receipt of any document by mail.
8.0 a) The following documents in addition to uploading the scanned copies of the same on the
GAILs e-Tendering website within due date and time, shall also be submitted in Original in
physical form within 7 days from the final bid due date at the address mentioned in
Instructions to Bidders of Bidding Document, failing which the bid shall be rejected
irrespective of their status in the bid and notwithstanding the fact that a copy of these
documents have already been uploaded by the bidder:

i) Demand Draft towards Bidding Document Fee.

ii) EMD/Bid Security

b) In addition to above, supporting documents pertaining to BEC duly authenticated as


mentioned in clause 4.4, shall also be needed to be submitted.

9.0 GAIL/EIL reserves the right to assess bidders capability to execute this work by taking
into account various aspects such as performance during evaluation of bids.

10.0 REQUIREMENT FOR NSIC/PSU/MSME


i) The firms registered with NSIC (under its single point registration scheme) will be
exempted from the Bidding Document fee provided they are registered for the
works they intend to quote. The Government Department / PSUs will also be
exempted from the payment of 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 Document free of cost.
ii) Public Sector Undertakings and firm registered with NSIC are exempted from
furnishing Bid Security, provided the firms are registered for the works, they intend
to quote and subject to their enclosing with their bid a copy of latest and current
registration certificate.
iii) Small Scale Industries registered with the NSIC under its single point registration
scheme, shall be exempted from submission of bid security subject to their
enclosing with their bid a copy of latest and current registration certificate.
iv) The bidders are required to confirm whether the enterprise is a Micro/ Small/
Medium enterprises along with documents from the appropriate authority.
Accordingly bidder to furnish the confirmation as per format attached with bidding
document.

IFB Page 5 of 6
11.0 Bidding Document is non-transferable. Bids received from bidders in whose name
Bidding Document fee has been submitted shall only be considered. Bidder must
submit the Bidding Document Fee in their name. Bidding Document fee will be
submitted by bidders as per clause nos. 3 and 4.7 above. In the event of this tender
being cancelled, the tender fee shall be refunded to the concerned bidder

12.0 GAIL/EIL will follow Purchase Preference Policy as per prevailing guidelines of
Government of India.

13.0 Bids must be accompanied with the bid security as mentioned above. Bids not
accompanied with requisite bid security or bid security not in the requisite form specified
above, shall be considered as non responsive and such Bids shall be rejected.

14.0 GAIL / EIL shall not be responsible for any costs or expenses incurred by Bidder in
connection with the preparation or delivery of Bids, including costs and expenses
related with visits to the site

15.0 Bids sent through Fax / E-Mail / Computer floppy shall not be accepted.

16.0 Bids received after stipulated last date and time, due to any reasons what-so-ever,
including postal delays, will not be considered.

17.0 GAIL/ EIL reserve the right to reject any or all Bids received without assigning any
reason.

18.0 Consortium/Joint bids shall not be accepted.

19.0 Fax and Telephone numbers of EIL, New Delhi are: Fax: 91-11-26191714 / 26167664;
Telephone: 91-11-2676-2071 /2070. E-mail: r.choudhary@eil.co.in/
mukesh.sinha@eil.co.in

This Invitation of Bids (IFB) is an integral and inseparable part of Bidding Document.

Asst. GENERAL MANAGER (C& P)


ENGINEERS INDIA LIMITED NEW DELHI

IFB Page 6 of 6

You might also like