You are on page 1of 4

DOMESTIC NOTICE FOR INVITATION FOR BIDS (IFB)

COATING OF LINEPIPES
FOR SPM AND ASSOCIATED FACILITIES PROJECT AT MANGALORE OF M/S
MANGALORE REFINERY PETROCHEMICALS LIMITED

(BIDDING DOCUMENT NO.: A013/T-147/10-11/MCJ/07)

1.0 General:

1.1 Mangalore Refinery and Petrochemicals Limited (MRPL), a subsidiary of OIL and
Natural Gas Corporation (ONGC) is expanding its refinery capacity under MRPL-Phase-
III for which there is a requirement of crude oil quantity of 18MMTPA. MRPL proposed to
install one SPM for VLCC and associated submarine pipelines for offloading of crude
and feeding to refinery.
.
1.2 Mangalore Refinery and Petrochemicals Limited (MRPL) has awarded the work for SPM
& Associated Facilities Project at Mangalore to Engineers India Limited (EIL) and EIL is
the CONTRACTOR for this Project.

1.3 EIL invites sealed bids, under single stage two envelopes bid system, for the entire
work covered under the Bidding Document (hereinafter for the purpose of these
instructions collectively referred to as the “WORK”). The selected agency shall be
termed as Sub-Contractor for the tendered work.

2.0 BRIEF SCOPE OF WORK:

The scope of work under this bidding documents includes receiving & transportation of
Bare Line Pipes, application of Coal Tar Enamel (CTE) coating & Concrete Weight
coating (Dia 48” & 18km approx.) and 3 Layer Polyethylene (3L-PE) Coating (Dia. 48” –
0.6 km and Dia 36” – 2.7km approx) , Transportation of coated pipes to the storage
yards, arrangement, development & maintenance of storage yards etc. as described in
details in technical part of the Bidding Document.

3.0 BIDDER QUALIFICATION CRITERIA:


Agencies intending to participate shall fulfil the following qualification criteria:

3.1 Experience Criteria:

Bidder shall be a coating applicator and should have completed the followings works in
last seven (7) years reckoned from the due date of submission of Bid.
(i) At least one linepipe coating contract, using three layer polyethylene (3-LPE)
coating, of diameter 18" or higher of minimum 4 Km length.
(ii) At least one linepipe coating contract, using Coal Tar Enamel (CTE) coating, of
diameter 18" or higher of minimum 18 Km length

A013/T-147/10-11/MCJ/07 (NIT)
(iii) At least one linepipe coating contract, using Concrete Weight Coating, of
diameter 18" or higher of minimum 18 Km length
3.1.1 In case the bidder does not have experience of Concrete Weight coating works, they
shall engage / line up suitable sub-contractor during execution meeting the above
criteria for the work after due approval of MRPL/EIL. They shall submit Commitment
Letter from the proposed sub-contractor or MOU with them along with their bid.

3.1.2 In case of the work carried out by the agency, in a single contract, comprises of
more than one type of coating works including the qualifying work(s) stated
above, then the quantity of such qualifying work out of total work, shall be
considered for the purpose of evaluation.

3.2 Financial Criteria :

Annual Turnover:
Annual Turnover of the Bidder shall not be less than Rs.3500 Lakhs as per the audited
annual financial results in at least one of the preceding three financial years upto the
due date of submission of bid
Net-Worth:
Net worth of the bidder as per the latest audited annual financial results shall be
positive. However, Indian Central Public Sector Undertaking / Enterprises shall be
exempted from this requirement.

3.3 GENERAL

3.3.1 The failure to meet the above qualifying criteria(s) at 3.1 & 3.2 above will render the bid
to be summarily rejected.

3.3.2 Experience of only the bidding entity shall be considered. In-house work experience
(where for the past experience referred for qualification, the sub-contractor and the
owner belong to the same organisation) shall not be considered as valid experience for
the purpose of qualification.

3.3.3 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of
contract, completion certificate, from the Owner/consultant of work executed, copy of
MOU with sub-agency(ies) (as applicable), annual reports containing audited balance
sheets and profit & loss accounts statement in the first instance itself, in support of their
fulfilling the qualification criteria. EIL reserve the right to complete the evaluation based
on the details furnished without seeking any additional information.

3.3.4 Bidder shall not be on Holiday List of EIL/ MRPL.

3.3.5 Bidder should not be under liquidation, court receivership or similar proceedings. Bidder
shall submit self certificate in this regard.

4.0 EARNEST MONEY DEPOSIT (EMD)/ : Rs. 40.00 Lakhs (Rupees Forty Lakhs)
BID SECURITY

4.1 Bids must be accompanied with Earnest Money Deposit / Bid Security. Bids not
accompanied with requisite Earnest Money deposit /Bid Security shall be considered as
non-responsive and such Bids shall be summarily rejected. EMD/ Bid Security shall be
in favour of Engineers India Limited in the form of crossed demand draft payable at New
Delhi or non-revocable Bank Guarantee on non-judicial stamp paper of value not less

A013/T-147/10-11/MCJ/07 (NIT)
than Rs.100 and in the prescribed proforma, from any Indian Scheduled Bank or from
any Indian branch of an International Bank and valid for 6 months from the due date of
submission of bid.

4.2 However, SSI units registered with NSIC for similar works & upto appropriate monetary
limit with valid certificate and Indian Central Public Sector Undertakings/ Enterprises are
exempted from furnishing Earnest Money Deposit/ Bid Security and they are required to
submit Indemnity Bond instead of EMD.

5.0 TIME FOR COMPLETION:

Time schedule for completion of work upto delivery of coated pipes at designated dump
sites shall be 03 (THREE) MONTHS reckoned from the date of issue of Fax of
Acceptance.

6.0 The salient features of the bidding document are as follows:

a) Bidding Document No. : A013/T-147/10-11/MCJ/07

b) Sale Period of Bidding : From 01.12.2010 to 11.01.2011


Document (between 1400 Hrs. IST to 1600 Hrs.IST from
EIL sale counter)

c) Pre-Bid Conference
: 1100 Hrs. IST on 22.12.2010 at EIL, New Delhi

d) Last date of Receipt of


: 20.12.2010
Bidder’s Queries for Pre-
Bid Conference
e) Last Date and time of : Upto 1200 Hrs. IST on 12.01.2011
submission of Bids

f) Opening of Techno- : 1400 Hrs. IST on 12.01.2011


commercial (Unpriced) (In presence of authorized representatives of
Bids attending Bidders)
:
g) Cost of Bidding Document Rs. 10,000/- (Rupees Ten Thousand only)
(Non- Refundable)
(waived off if downloaded
from our website)
h) Opening of Priced Bids : Date & time to be intimated later

7.0 GENERAL

7.1 A set of Bidding Document (non-transferable) may be purchased on any working day
(Monday to Friday) during the sale period from Sale Counter, Engineers India Limited,
EI Annexe Building, 1B, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066, on written
request and upon payment of Cost of Bidding Document (non refundable) in the form of
crossed demand draft or pay order from any Indian Scheduled Bank or any Indian
branch of an International Bank, in favour of Engineers India Limited and payable at
New Delhi. SSI units registered with NSIC will be issued bidding document free of cost.
Request for sending bidding document by post, courier or any other mode shall not be
entertained.

A013/T-147/10-11/MCJ/07 (NIT)
7.2 The complete Bidding Document is also available on the website of EIL
http://www.engineersindia.com or Govt. website http://www.tenders.gov.in. Bidders
submitting their bid on downloaded Bidding Document are exempted from paying the
cost of bidding documents.

7.3 Bidder shall purchase or download the Bidding Document in his own name and submit
the bid directly. The Bidding Document is non-transferable. Bids submitted by Bidder
who have not purchased the bidding document either directly or through their authorised
agent or have not downloaded the bidding document will be rejected.

7.4 Sealed Bids will be received in the Receipt Section, Engineers India Limited, EI-Annexe
Building, 1, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066.

7.5 EIL reserve the right to assess Bidder’s capabilities and capacity to execute the work
using in-house information and by taking into account other aspects such as concurrent
commitments and past performance.

7.6 Bids received after the due date and time shall be rejected and representative of such
bidders shall not be allowed to attend the bid opening.

7.7 Consortium / Joint Bids are not acceptable.

7.8 EIL shall not be responsible for any expenses incurred by bidders in connection with the
preparation & delivery of their bids, site visit and other expenses incurred during bidding
process.

7.9 EIL shall allow purchase preference to Indian Central Government Public Sector
Undertakings / Enterprises as admissible under existing policies of Government of India
from time to time.

7.10 Fax / E-mail bids shall not be accepted.

7.11 EIL reserve the right to reject any or all Bids without assigning any reason, whatsoever.

Clarification, if any, can be obtained from Addl.GM (C&P), Engineers India Limited, EI
Building, 11th Floor, 1, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 Telephone: 91-11-
26763438 Fax-91-11-26186730 E-Mail: asheesh.sengupta@eil.co.in/
manoj.kumar.pur@eil.co.in

Additional General Manager (C&P)


Engineers India Limited, New Delhi
……………………………………………………………………………………………
PREPARED BY CHECKED BY REVIEWED BY

(NEERAJ BORGAONKAR) (MANOJ KUMAR) (ASHEESH SENGUPTA)


ENGINEER – C&P DY. MANAGER – C&P SR. MANAGER – C&P

APPROVED BY

(M. C. JAIN) (U. V. LAKHANE)


ADDL. GENERAL MANAGER – C&P GENERAL MANAGER –PROJ.

A013/T-147/10-11/MCJ/07 (NIT)

You might also like