You are on page 1of 8

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4121997
Dated/ दनांक : 21-10-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 31-10-2023 17:00:00

Bid Opening Date/Time/ बड खुलने क


31-10-2023 17:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


30 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Petroleum And Natural Gas

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम Hindustan Petroleum Corporation Ltd

Office Name/कायालय का नाम Petroleum House

Total Quantity/कुल मा ा 1

Item Category/मद केटे गर ENERGY AUDIT OF TERMINAL (Q3)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Past Performance


Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
Turnover Criteria, the supporting documents to prove his
गए द तावेज़ eligibility for exemption must be uploaded for evaluation by
the buyer

Past Performance/ वगत दशन 80 %

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

1/8
Bid Details/ बड ववरण

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Purchase Preference/एमआईआई खर द वर यता

MII Purchase Preference/एमआईआई खर द वर यता No

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. Experience Criteria: In respect of the filter applied for experience criteria, the Bidder or its OEM {themselves or
through reseller(s)} should have regularly, manufactured and supplied same or similar Category Products to any
Central / State Govt Organization / PSU / Public Listed Company for number of Financial years as indicated above
in the bid document before the bid opening date. Copies of relevant contracts to be submitted along with bid in
support of having supplied some quantity during each of the Financial year. In case of bunch bids, the category of
primary product having highest value should meet this criterion.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.
3. Past Performance: The Bidder or its OEM {themselves or through re-seller(s)} should have supplied same or
similar Category Products for 80% of bid quantity, in at least one of the last three Financial years before the bid
opening date to any Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant
contracts (proving supply of cumulative order quantity in any one financial year) to be submitted along with bid
in support of quantity supplied in the relevant Financial year. In case of bunch bids, the category related to
primary product having highest bid value should meet this criterion.

2/8
ENERGY AUDIT OF TERMINAL ( 1 pieces )

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

636807,Hindustan Petroleum
Corporation Limited, VDPL -
Dharmapuri Terminal,
1 S Ganeshan 1 15
Paganahalli Post, Sivadi Village,
Dharmapuri District - 636807 -
TAMIL NADU

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

ADDRESS OF LOCATION:
HINDUSTAN PETROLEUM CORP LTD
DHARMAPURI TERMINAL
SIVADI VILLAGE, PAGANAHALLI PO
NALLAMPALLI TALUK
DHARMAPURI DISTRICT – 636807

SCOPE OF WORK:
The primary objective of Energy Audit is to determine ways to reduce energy consumption per unit of prod
uct output or to lower operating costs. A comprehensive audit to be carried out which provides a detailed
energy utilization/conservation plans for the terminal.

Brief scope is given below


1. Analysis of area wise illuminations levels in line with OISD -244 requirements. Inspection and study of Li
ghting system of location and submission of recommendations for energy saving measures in lighting syst
em

2. Inspection of existing Load/Phase distribution and submission of recommendations for phase balancing

3/8
measures to improve the pf.

3. Identify the energy conservation opportunities and suggest measures to be taken to improve overall en
ergy efficiency.

4.Study of transformer operation losses and existing practice of transformer use and suggest measures for
effective use of transformers for avoiding energy losses.

5.Study of connected load and Terminal Electricity Bills and suggest improvements in order to minimize th
e electricity bills.

6.Review the energy efficiency vs energy consumption of Product pumps/Motors system by flow rate vs po
wer consumption, Vibration analysis, total harmonics study of motors, Alignment etc and suggest measure
s to be taken for efficiency improvement in pumping system. Study required flow rate vs installed motor c
apacity and motor loading and suggest whether installed motor rating may be further reduced.

7. Provide feasibility report on increasing of solar power capacity.

8.Power quality analysis of various feeders and suggest recommendations

9. Study installed Capacitor bank and existing Power factor and suggest any improvement to further impro
ve the power factor.

All required tools, tackles, instruments are in scope of vendor.

For proper execution of job one qualified and knowledgeable supervisor shall be provided with a minimum
experience of 3-4 years in similar nature of job. He should understand each and every technical aspect of j
ob and should meet all the requirements for being a supervisor according to IE rules and OISD standards a
nd carrying out the jobs as per scope of the job defined in the work order.

Successful bidders are required to ensure below

1. Observation and assessment of current level operation and practices

33 Multifunction meters are available. Hourly data to be monitored of all these meters for 1 day and obser
vations to be submitted.

2. Identify noticeable energy wastage. Energy loss/waste analysis to be carried out

3. Study of Energy bill and energy consumption pattern

4. Conducting survey and monitoring

a. Motor survey, insulation and lighting survey with portable instruments for collection of accurate
data.

b. Comparing and confirming operating data with design data

5. Conducting detailed trials and measurements for selected high energy consuming equipment

Trials/Experiments:

a. 24-hour power monitoring (MD, PF, kWh etc)

b. Load variation trends in pumps, compressors, Lighting etc.

6. Identification and development of Energy conservation opportunities

Identification of efficiency opportunities in distribution network components like transformers, cables, swit
chgears, power factor improvement in electrical systems, compressed air systems, lux study etc. Special f
ocus required on matching equipment capacity to user requirement.

Documentation: All observations and recommendations should be discussed with HPCL and after HPCL con
currence, Final Report should be submitted (1 hard copy + 1 Soft copy).

HPCL’S SCOPE

4/8
1. HPCL will supply all input data that may be required for carrying out the audit.
2. HPCL shall nominate Officials to associate with the contractor to extend the support.
3. HPCL shall make available electricians/ unskilled manpower to assist the contractor. All tools, & equi
pment required for job will be arranged by the contractor at his own cost.
4. HPCL shall make available all the documents pertaining to electrical system existing in the Plant.
AREAS FOR AUDIT: All major & minor electrical equipment in the plant Audit has to cover major areas of El
ectrical System and verify/indicate the details of the findings and recommend for corrective action on the f
ollowing Areas / Equipment:
• Transformer Yards Power Factor Control Panel & its capacitors
• PCC and MCC Buildings
• Air Compressor House
• Product Pump House
• DG sets and their Control panels.
• Product Tank Farm
• TT Gantry area,

• TW Gantry area
• Weighbridge Area Admin/Canteen/Service Buildings
• Tower/ Street Lighting and other Electrical Equipment
• Safety Control Systems

Any other area as directed by HPCL Officer in charge


Load list and feeder details are attached in tender.

SPECIAL TERMS AND CONDITIONS

1.) Completion period: 15 days from date of receipt of PO.

2.) Liquidated damages: In the event of failure to effect deliveries or compl


ete the supplies as per the delivery schedule mentioned, then a penalty of
0.5% on the value of the balance quantity for every week delay or part ther
e of subject to a maximum of 5% of the total basic value (excluding the tax
es and duties) shall be deducted. If the delay goes beyond 5 weeks, HPCL r
eserves the right to procure such undelivered quantities from alternate sou
rces at the cost and risk of the successful tenderer and any additional cost
/ expenses incurred for such procurement shall be debited to the tenderer
and shall be recovered from any amount due to him from the corporation.
Liquidated damages/ Delayed Delivery if any will be imposed on the basis
of total balance quantity.

3.) Quoted rates should be valid for a period of 1 year on placement of pur
chase order.

5/8
4.) Payment Terms:

Vendor has to submit original invoice along with BTS to CPC-Mimbai. Vendo
r has to submit a copy of original invoice along with BTS and all necessary
documents to Engineer In charge, Dharmapuri New Terminal. Invoice need
s to be attached with gate pass/delivery challan for release of payment.
Payment will be processed within 15 days from the date of receipt of origin
al bill along with all supporting/necessary documents.
Bidders to note that only e-payment shall be made by HPCL against the inv
oices submitted and no other mode of payments shall be made.
1. Bidders having existing HPCL SAP code and valid bank account should su
bmit copy of bank mandate for record.
2.Bidders who are not registered in HPCL should submit required document
s to HPCL for creation of vendor code.
3. Bidders who are not registered in HPCL/valid bank details not updated in
HPCL records are also required to submit E mandate in the format provided
by HPCL. E mandate should be submitted on bidders letterhead duly attest
ed (sign and seal) by bidders authorized signatory and concerned bank. Ori
ginal E mandate form to be submitted along with original cancelled cheque
and copy of PANCARD and GST certificate.
Based on above documents, HPCL shall make test payment to bidders ban
k account provided in e mandate form and upon receipt of confirmation by
bidder on receipt of test payment along with documentary proof, bidders b
ank details shall be updated in HPCL record.
Any change in bank details to be informed to HPCL for updation as per HPC
L procedure.
Successful Bidders on whom purchase order is placed are required to ensur
e availability of valid SAP code and updated bank details in HPCL records b
efore submission of any invoices.

5.) Job is to be verified by the HPCL as & when required. The corporation sh
all be entitled to deduct from the payment to be made to the contractor su
ch amount deemed fit by the corporation for incomplete / unsatisfactory / b
ad work done and failure to carry out the instruction of the concerned offici
als. Further the corporation shall reserve the right to get the required stand
ard of work done, in case of failure of the same by the contractor, through
any other agency and recover the cost from their running bills

6/8
6.) All the works shall be carried out in the operating Plant premises. Contr
actor shall adhere to all the safety regulations, permission procedures, ope
rating timings of the plant etc. Extended hours on regular days and workin
g on holidays are NOT possible due to operational / security / safety reason
s.
.

2. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

7/8
in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

8/8

You might also like