You are on page 1of 10

Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A307-000-WP-MR- A ENQUIRY DOCUMENT 2
3283-1237-RFQ
A307-000-WP-MR- A STATIC MIXER 86
3283
146609-DSH-T-IF- 1 LPG/WATER MIXER 90
MX-402
A166-IV-02-DS-1905 2 HHPS VAPOR/WASH WATER STATIC MIXER 92
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 99
1911
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 100
1912
A307-000-16-43-SP- 0 JOB SPECIFICATION 101
3283
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 105
1909
146609-DSH-T-IF- 1 LPG/CAUSTIC MIXER 106
MX-401
A307-ICL-03-41-DS- 0 JET EDUCTOR 108
2601
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 109
A307-000-16-43- 0 VENDOR DATA REQUIREMENTS 118
VDR-3283
A307-0ID-02-41-DS- 0 LPG / WASH WATER MIXER D/S 120
1912
A166-IV-02-DS-1906 1 HLPS VAPOR/WASH WATER STATIC MIXER 121
A307-000-16-43- A ADDITIONAL TECHNICAL REQUIREMENTS 126
ATR-3283
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 129
1910
6-78-0003 0 Specification for Documentation Requirement from Suppliers 130

Page 1 of 141
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No. : SM/A307-000-WP-MR-3283/1237 Date: 27–FEB-2014

Client : BHARAT PETROLEUM CORPN. LIMITED


Project: INTEGRATED REFINERY EXPANSION PROJECT
AT KOCHI REFINERY
MR No.: A307-000-WP-MR-3283 REV.A
Item: STATIC MIXER
Due Date & Time: 26-MAR-2014 & Up to 1200 Hrs. (IST)

At 1400 Hrs. (IST) on 26-MAR-2014 (at EIB - 5th Floor,


Engineers India Limited, Bhikaiji Cama Place, R.K. Puram,
UNPRICED BID OPENING: New Delhi – 110066, India) (In case the bid due date happens to
fall on Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

Gentlemen,

Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement
system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry
documents / attachments.

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL:
http://eprocure.gov.in/cppp) using valid Digital Signature Certificate, on or before the bid submission
date and time. Bidders are required to register themselves at http://eprocure.gov.in/cppp).
Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions
on registration and online bid submission.
Special Notes for e-tendering:
a) NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be
issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender
Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to
the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal
(https://eprocure.gov.in/eprocure/app ).

b) All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL portal but not later than ten days before the bid due date) for
facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to
upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and
update NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.

In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week before
the bid due date. Therefore, all those bidders who have not complied with the above registration
requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for
extension in due date of submission of bids due to non registration or delayed registration in NIC portal
shall not be entertained.

Page 1 of 7

Page 2 of 141
c) The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the
enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the
NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed
that he is not interested in bidding against this enquiry and no further correspondence will be
entertained.

d) In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with
NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they
register on the NIC Portal at the earliest.

e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,
the vendor may contact the 24*7 CPP Portal Helpdesk at contact no. 1800 233 7315.

3. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in
time. Bidder will be responsible for any delay due to other issues.
4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer
E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

5. Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the
submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid
opening, if bidders so desire.
6. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shal be evaluated as received and technical queries may not be issued.
7. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase
Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-
filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with
copy of your un-priced bid.
8. The order, if placed, will be issued by our above-mentioned client.
9. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
10. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
11. Delivery Period:-
For Indian Bidders: Within 6 Months on FOT Despatch Point Basis from the date of Fax of
Acceptance. Date of LR/GR shall be considered the date of delivery.
For Foreign Bidders: Within 5 Months on FOB International Sea Port of Exit Basis from the Date of
Fax of Acceptance. Date of clean bill of lading shall be considered the date of delivery.
12. Payment Terms shall be as per following:-
For Indian bidders: The payment to Indian bidders shall be made in accordance with S. No. 1.2 & 1.7
Under Section A of Special Instruction to Bidders (SIB).

For Foreign Bidders: The payment to foreign bidders shall be made in accordance with S. No. 2.1
Under Section A of Special Instruction to Bidders (SIB).
13. The offer should be valid for 04 (FOUR) months from final bid due date.
14. Repeat Order: Repeat order is not applicable for this RFQ.
15. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable.
Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open
condition or Bids in any other mode shall not be accepted.

Page 2 of 7

Page 3 of 141
16. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
17. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
18. The E-bids received online shall be opened at EIL office on due date and time as specified above.
Bidder can view online the name of the other bidders who have submitted their e-bids after opening is
performed by EIL.
19. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online, hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
20. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
21. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
22. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
23. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
24. 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.
25. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
26. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
27. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to
submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a
practicing Charted Account (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.). In this regard, item
wise quantity may be splitted and the quoted price shall remain valid.
28. Category of MR:
i) Please note that this is a Category-I MR whereby no technical offers are invited and no
correspondence shall be entered into or entertained after bid submission.
ii) No technical details of any nature shall be included in the offer and if the offer contains
any technical deviations or clarifications or stipulates any technical specifications, the
offer shall be liable for rejection.
iii) The submission of prices by vendor shall be construed to mean that the vendor has confirmed
compliance with all technical specifications of the correspondence item.

29. The Net Worth of the bidder should be positive as per the immediate preceding year's audited
financial results. However, Central Public Sector Enterprises (CPSEs) are exempted from this
requirement. If the bidder is not meeting the above criteria their bid shall not be evaluated further.

Page 3 of 7

Page 4 of 141
Bidders are therefore requested to furnish the Audited Financial Statement for the immediate
preceding year including Profit & Loss Account.
Bidders are required to submit the complete audited financial report for the preceding
financial year including balance sheet, profit and loss statements along with all relevant
annexures required to assess the positive net worth of the bidder in that financial year. Failure
to submit the same may render your bid liable for rejection.
30. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to
reject any or all the bids.
Contact Persons for this RFQ are:
Mr Subhendu Mondal, AGM(C&P),
Phone No. +91-(0)11-2676-3883 & email: subhendu.mondal@eil.co.in
Mr Anindya Sinha, Manager (C&P),
Phone No. +91-(0)11-2676-3886 & email: anindya.sinha@eil.co.in
Mr. Naveen Baswal, Engineer (C&P),
Phone No. +91-(0)11-2676-3880 & email: naveen.baswal@eil.co.in

* Please specify RFQ. No. SM/A307-000-WP-MR-3283/1237 in all Correspondence.


THIS IS NOT AN ORDER

Very truly yours,


For & on behalf of
Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED

Enclosure: As per List Attached

Page 4 of 7

Page 5 of 141
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Price Schedule Format (For Indian Bidders)
D) Price Schedule Format (For Foreign Bidders)
E) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Agreed Terms & Conditions (For Foreign Bidders)
iii) Special Instruction to Bidders (SIB)
iv) General Purchase Conditions (Indian)
v) General Purchase Conditions (Imported)
vi) Special Packaging Requirements ( For Foreign Bidders)
vii) Tax Residency Certificate
viii) Proforma of Bank Guarantee (Performance)
ix) Integrity Pact
x) E-tendering Methodology (Annexure-I).
xi) Instructions for Foreign bidders for DSC
F) Technical document MR No. A307-000-WP-MR-3283 Rev. A

Page 5 of 7

Page 6 of 141
Proforma of Letter of Authority
for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst.General Manager (C&P)


Engineers India Limited
Engineers India Bhawan EIB-5th Floor
1-Bhikaiji Cama Place
New Delhi – 110 066
India

Attn. : Mr. S.MONDAL

Dear Sir,

We ………………………………………..hereby authorise following representative(s) to attend the


Unpriced / Priced Bid Opening against your RFQ No……………..……… .……………..………… for
……………..….……………………… (Item Name)

1. Name & Designation …………………………. Signature ……………………….

2. Name & Designation …………………………. Signature ……………………….

We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.

Yours faithfully,

Signature _________________________
Name & Designation ________________
For & on behalf of __________________

Note:

This Letter of Authority should be on the letterhead of the bidder and should be signed by a
person competent and having the Power of Attorney to bind the bidder.

Page 6 of 7

Page 7 of 141
PREAMBLE TO PRICE SCHEDULE FORMAT

RFQ No. : SM/ A307-000-WP-MR-3283/1237


ITEM : STATIC MIXER
NAME OF BIDDER: _____________________ BID REFERENCE:_________________

INDIGENOUS BIDDERS:

1) Bidder must quote the price in enclosed Price Schedule Formats for Indian Bidders only. The Price
Schedule Formats shall not be changed and/or retyped and upload the same in CPPP portal.

2) Bidders must indicate Freight Charges (inclusive of service tax) upto project site in the Price Schedule
Formats (for Indian Bidders) in terms of percentage.

FOREIGN BIDDERS:

1) Bidder must quote the price in enclosed Price Schedule Formats (Foreign Bidders) only. The Price
Schedule Formats shall not be changed and/or retyped and upload the same in CPPP portal.

2) Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency may
not be considered for further evaluation.

3) Bidders must indicate Ocean Freight Charges upto Port of Entry Kochi (India) in the Price Schedule
Formats (for Foreign Bidders) in terms of percentage of quoted FOB International Port of Exit Prices.

FOR INDIAN and FOREIGN BIDDERS:

1) Bidder’s quoted prices are inclusive of all testing charges as per requirement of Material Requisition.

2) Evaluation shall be done on individual item basis.

3) In case of discrepancy between unit Price & total Price, unit Price shall govern.

4) Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated Quoted or Not
Quoted against each item with their Unpriced offer.

5) Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed
and/or retyped.

Page 7 of 7

Page 8 of 141
PRICE SCHEDULE (INDIAN BIDDERS)

RFQ NO. : SM/A307-000-WP-MR-3283/1237

ITEM: STATIC MIXER

Name Of Vendor:

UniT Price on FOT


Item Qty
Item Code Item Description Despatch Point Basis incl.
Sl.No. (Nos.)
of P & F (INR)

1 **06ICLMX101B19AZ ICL-MX-101, STATIC MIXER 1


,6",300#,FLANGED, LINE NO : 6"-P-ICL-
1102-B19A,
2 **004IDMX101B19AZ ID-MX-101, STATIC MIXER 1
,4",300#,FLANGED, LINE NO : 4-P-ID-
3913-B19A,
3 **010IFMX401B19AZ IF-MX-401, STATIC MIXER 1
,10",300#,FLANGED, LINE NO : 10"-P-IF-
7805-B19A,
4 **020IFMX402B19AZ IF-MX-402, STATIC MIXER 1
,20",300#,FLANGED, LINE NO :20"-P-IF-
8002-B19A,
5 **012IVMX101AF28Q IV-MX-101A, STATIC MIXER 1
,12",1500#,FLANGED, LINE NO : 12"-P-
IV-2107-F5D-IS,
6 **012IVMX101BF28Q IV-MX-101B, STATIC MIXER 1
,12",1500#,FLANGED, LINE NO : 12"-P-
IV-2108-F5D-IS,
7 **012IVMX101CF28Q IV-MX-101C, STATIC MIXER 1
,12",1500#,FLANGED, LINE NO : 12"-P-
IV-2109-F5D-IS,
8 **012IVMX101DF28Q IV-MX-101D, STATIC MIXER 1
,12",1500#,FLANGED, LINE NO : 12"-P-
IV-2110-F5D-IS,
9 **004IVMX102D28QZ IV-MX-102, STATIC MIXER 1
,4",600#,FLANGED, LINE NO : 4"-P-0IV-
3407-D25M-IH,
10 **030IYST1301A1AZ IY-ST-1301, STATIC MIXER 1
,30",150#,FLANGED, LINE NO : 30-P-IY-
1318-A1A,
11 **010IYST2901A1AZ IY-ST-2901, STATIC MIXER ,10", 150#, 1
FLANGED, LINE NO : 10-P-Y-3401-A1A,

12 **016IYST3001A10A IY-ST-3001, STATIC MIXER 1


,16",150#,FLANGED, LINE NO : 16-P-IY-
5044-A10A,
13 **012IYST3101A10A IY-ST-3101, STATIC MIXER 1
,12",150#,FLANGED, LINE NO : 12-P-
3501-A10A,

INDICATE FREIGHT CHARGES (INCLUSIVE OF SERVICE TAX) UPTO PROJECT


………...…..%
SITE IN TERMS OF PERCENTAGE OF FOT DESPATCH POINT PRICE :

Page 9 of 141
PRICE SCHEDULE (FOREIGN BIDDERS)
RFQ NO. : SM/A307-000-WP-MR-3283/1237

ITEM: STATIC MIXER

Name Of Vendor:

Unit Price on FOB Int. Sea Port


Item Qty of Exit basis
Item Code Item Description
Sl.No. (Nos.)
Currency : ………………………

1 **06ICLMX101B19AZ ICL-MX-101, STATIC MIXER ,6",300#,FLANGED, 1


LINE NO : 6"-P-ICL-1102-B19A,

2 **004IDMX101B19AZ ID-MX-101, STATIC MIXER ,4",300#,FLANGED, 1


LINE NO : 4-P-ID-3913-B19A,

3 **010IFMX401B19AZ IF-MX-401, STATIC MIXER ,10",300#,FLANGED, 1


LINE NO : 10"-P-IF-7805-B19A,

4 **020IFMX402B19AZ IF-MX-402, STATIC MIXER ,20",300#,FLANGED, 1


LINE NO :20"-P-IF-8002-B19A,

5 **012IVMX101AF28Q IV-MX-101A, STATIC MIXER ,12",1500#,FLANGED, 1


LINE NO : 12"-P-IV-2107-F5D-IS,

6 **012IVMX101BF28Q IV-MX-101B, STATIC MIXER ,12",1500#,FLANGED, 1


LINE NO : 12"-P-IV-2108-F5D-IS,

7 **012IVMX101CF28Q IV-MX-101C, STATIC MIXER ,12",1500#,FLANGED, 1


LINE NO : 12"-P-IV-2109-F5D-IS,

8 **012IVMX101DF28Q IV-MX-101D, STATIC MIXER ,12",1500#,FLANGED, 1


LINE NO : 12"-P-IV-2110-F5D-IS,

9 **004IVMX102D28QZ IV-MX-102, STATIC MIXER ,4",600#,FLANGED, 1


LINE NO : 4"-P-0IV-3407-D25M-IH,

10 **030IYST1301A1AZ IY-ST-1301, STATIC MIXER ,30",150#,FLANGED, 1


LINE NO : 30-P-IY-1318-A1A,

11 **010IYST2901A1AZ IY-ST-2901, STATIC MIXER ,10", 150#, FLANGED, 1


LINE NO : 10-P-Y-3401-A1A,

12 **016IYST3001A10A IY-ST-3001, STATIC MIXER ,16",150#,FLANGED, 1


LINE NO : 16-P-IY-5044-A10A,

13 **012IYST3101A10A IY-ST-3101, STATIC MIXER ,12",150#,FLANGED, 1


LINE NO : 12-P-3501-A10A,

INDICATE OCEAN FREIGHT CHARGES UPTO KOCHI PORT, KERALA (INDIA) IN TERMS
……….……..%
OF PERCENTAGE OF QUOTED F.O.B. UNIT PRICE :

Page 10 of 141

You might also like