You are on page 1of 19

INVITATION FOR BIDS (IFB)

FOR
OFFSHORE PIPELINE LAYING WORKS FOR MAHUL-
RASAYANI PIPELINE PROJECT OF M/s BPCL

BIDDING DOCUMENT NO.: SM/B795-000-MK-T-9510/1004


(INTERNATIONAL COMPETITIVE BIDDING)
(e-Tendering in BPCL E-PROCUREMENT PORTAL)

1.0 INTRODUCTION:
M/s Bharat Petroleum Corporation Ltd. (BPCL), a Maharatna Company owns and operates
Refinery at Mahul village, Mumbai. In order to de-bottleneck, expand / add value added
products, BPCL envisages laying of multiproduct and Lube/base Oil & De-Aromatized
Solvents (DAS) pipeline to Rasayani (District Raigad) Maharashtra. The proposed pipeline
route encompasses offshore & onshore portions.

Two (2 nos.) cross country pipelines of sizes 22” & 10” for transportation of Multiproduct and
Lube/base Oil & De-Aromatized Solvents (DAS) respectively are proposed to be installed.
These pipelines shall originate from Pipeline Dispatch Terminals at BPCL Mumbai Refinery
and shall terminate at Receipt Terminals in Rasayani Complex of BPCL at Raigad district of
Maharashtra. The 22” size multiproduct pipeline is intended to carry Motor Spirit (MS) &
High Speed Diesel (HSD) with Pipeline Compatible Kerosene (PCK) & Aviation Turbine Fuel
(ATF), while the 10” size Lube oil pipeline is intended to carry Lube/base Oil & De-
Aromatized Solvents (DAS) product. In addition, one (1 no.) 8” pipeline is proposed to
transport Lube / Base Oil & De-Aromatized Solvents (DAS) from Dispatch Terminal at
Rasayani complex to Receipt Terminal at Lube Blending Plant.

Engineers India Ltd. (EIL), New Delhi has been appointed the Engineering, Procurement,
and Construction Management (EPCM) Consultant for this project. EIL, invites e-bids under
Single Stage Two Part Bid System, for the subject enquiry from eligible bidders with sound
technical and Financial capabilities meeting the Bidder’s Qualification Criteria stated in Cl.
5.0 below:

2.0 BRIEF SCOPE OF SUPPLY:


As per Annexure-I
For complete details, refer Technical Section of Bidding Document.

3.0 TIME SCHEDULE FOR DELIVERY:


The Time Schedule for this work shall be 10 Months for Mechanical Completion (which shall
include Hydro testing, restoration, EGP and repair work (if any) and 1 Month for (pre
commissioning (Box up and making the system ready for commissioning) and 1 month for
commissioning Assistance, from the date of issue of Letter of Acceptance (LOA). PRS
applicability shall be up to Mechanical Completion .

4.0 SALIENT DETAILS:

a) Bidding Document & : The complete Bidding Document can be


subsequent Amendment (if viewed and downloaded from BPCL Tender
any) available on Website for Portal having URL
viewing & downloading, and https://bpcltenders.eproc.in/
its fee Tender details are also available in EIL website
http://tenders.eil.co.in
Cost of Bidding Document: NIL

Page 1 of 18

Page 7 of 1281
b) Bidding Document available : From 01.04.2024 to 29.04.2024
on Website
c) Last date of Receipt of : On 15.04.2024
Bidder’s Queries for Pre-Bid
Meeting
d) Date of Pre Bid Meeting : at 1100 Hrs. (IST) on 16.04.2024 (*) at
BPCL Mumbai refinery.
Meeting can also be joined online through
Microsoft Teams conferencing the following
link (Join from the meeting link):
https://teams.microsoft.com/l/meetup-
join/19%3abb1c377221db483bb7a106ecba0c867
5%40thread.tacv2/1711959321073?context=%7b
%22Tid%22%3a%226d8d019c-084b-4eb0-8615-
09848b9a7d64%22%2c%22Oid%22%3a%22547b
6814-c113-4813-9290-97723bd1811e%22%7d

Join by meeting number


Meeting ID: 470 001 452 777
Meeting password: b38P9d
Non-attendance of the pre-bid meeting shall
not be a cause of disqualification of the
bidder.
e) Last Date and time of Online : Up to 1200 Hrs. (IST) on 29.04.2024
submission of Bids (Bid Due Online submission (e-Bids) through BPCL e-
Date) and Mode of Bid Procurement portal)
Submission Bid submitted through any other mode shall
not be acceptable.
f) Online Opening of Techno- : 1500 Hrs. (IST) on 29.04.2024 (*)
commercial Unpriced Bid (on same day of Bid due date)
g) Earnest Money Deposit : INR 10,00,000/- (INDIAN RUPEES TEN LAKH
(EMD) ONLY)
OR
USD 11953 (USD Eleven Thousand Nine
Hundred Fifty-Three only).
h) Date of Opening of Priced Bids : Date & time shall be intimated later.
i) Reverse Auction (RA) : Not Applicable
j) Contact details of dealing : Name : Ms. Sunita Mitra
officer Designation: Sr. GM (SCM)
Phone No. & Extn :+91-11-2676
8186/ 2239 / 3504
E-mail :anil.dubey@eil.co.in ;
vikrant.kumar@eil.co.in; s.mitra@eil.co.in;
k) Communication address for : Engineers India Ltd,
submission of documents, in EI Bhawan,
hard copy (if applicable) 1, Bhikaji Cama Place,
New Delhi – 110066
Ms Sunita Mitra – Sr.GM (SCM)

Page 8 of 1281
(Job no. B795)
l) Site Visit Contact Person of BPCL:- Mr. Bipin Kumar /
Mr. Neeraj Jain
Contact No:- 9999058807/9414047253
Email Id:- bipinkumar@bharatpetroleum.in;
Date of site visit:-15.04.2024

If dates identified as (*) above happen to be a declared holiday in EIL New Delhi, the next
working day shall be considered.
All amendments, time extension, clarifications, etc. will be uploaded in the BPCL e
Procurement portal https://bpcltenders.eproc.in/ only. There will not be any publication of the
same through newspapers or any other media. Bidders should regularly visit the BPCL e
Procurement portal to keep themselves updated and submit their Bids based on the latest
information/instructions hosted in the BPCL e Procurement portal.
Time and date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
Request for extension or queries received from any bidder on a date which is less than four
days prior to the bid due date may be ignored, since there will not be adequate time for
proper communication with Client and other Bidders.

5.0 BIDDER QUALIFICATION CRITERIA(BQC):


The Bidder shall either be

 A sole bidder or
 a Consortium (including an unincorporated Joint Venture) having a maximum of 2
(two) members (Lead Mendber and one Member) or
 An incorporated JV
The Bidder shall meet the minimum qualification criteria stipulated in the section ahead:

5.1 Technical Criteria shall be as per Annexure -I

5.2 FINANCIAL QUALIFICATION CRITERIA


5.2.1 Turnover:
Bidder {In case of sole Bidder (including an incorporated JV) or Lead Member of the
Consortium or member of consortium (in case the bidder is a consortium)} shall meet the
following: -
The minimum average annual turnover during three preceding financial years of the Bidder
as per the audited annual financial results shall be as under:
for Indian Bidder for Foreign Bidder
INR 2329.32 Million USD 27.84 Million.
Turnover (for the Financial Statement pertaining to post GST regime): Turnover shall
be taken as Revenue from operation (excluding GST) as stated in Financial Statement of
the Bidder, excluding other Income.

5.2.2 Net-worth:
The financial Net-worth of the Bidder {Sole Bidder (including an incorporated JV) or Lead
Member of the Consortium and other member of consortium (in case the bidder is a
consortium)} should be positive as per the audited annual financial results of immediate
preceding year’s Audited Financial Statements.

Page 3 of 18

Page 9 of 1281
Calculation of Net-worth:
Net worth means paid up share capital, Share Application Money pending allotment* and
reserves# less accumulated losses and deferred expenditure to the extent not written off.
# Reserves to be considered for the purpose of net worth shall be all reserves created out
of the profits and securities premium account but shall not include reserves created out of
revaluation of assets, write back of depreciation and amalgamation.

*Share Application Money pending allotment will be considered only in respect of share to
be allotted.

Accordingly, the definition of Net-worth shall be as follows:

Paid up share capital XXXX


Add : Share Application Money pending allotment XXX
Add : Reserves (As defined Above) XXXX
Less : Accumulated Losses XX
Less : Deferred Revenue Expenditure to the extent
not written off XX

Net worth XXXX

5.2.3 Working Capital:


Working Capital of the Bidder {Sole Bidder (including an incorporated JV) or Lead Member
of the Consortium or member of consortium (in case the bidder is a consortium)} as per the
immediate preceding year’s audited annual financial results should be at least:

for Indian Bidder for Foreign Bidder


INR 776.44 Million USD 9.28 Million

Working Capital shall be Current Assets minus Current Liabilities.

i. Where Current assets means asset when it satisfies any of the following criteria:
(a) it is expected to be realised in, or is intended for sale or consumption in, the company’s
normal operating cycle*;
(b) it is held primarily for the purpose of being traded;
(c) it is expected to be realised within twelve months after the reporting date; or
(d) it is cash or cash equivalent unless it is restricted from being exchanged or used to settle
a liability for at least twelve months after the reporting date.

ii. Where Current Liabilities means liabilities when it satisfies any of the following criteria:—
(a) it is expected to be settled in the company’s normal operating cycle*;
(b) it is held primarily for the purpose of being traded;
(c) it is due to be settled within twelve months after the reporting date; or
(d) the company does not have an unconditional right to defer settlement of the liability for at
least twelve months after the reporting date. Terms of a liability that could, at the option of
the counterparty, result in its settlement by the issue of equity instruments do not affect its
classification.

iii. *An operating cycle is the time between the acquisition of assets for processing and their
realisation in cash or cash equivalents. Where the normal operating cycle cannot be
identified, it is assumed to have a duration of twelve months.

Page 4 of 18

Page 10 of 1281
If the bidder’s working capital is negative or inadequate, then the bidder shall submit
a letter from their bank having net worth not less than Rs.100 crores (or equivalent in
USD), confirming the availability of line of credit for working capital mentioned herein
above.

In such a case, Bidder shall furnish a declaration from the bank for availability of unutilized
fund based line of credit for the required value as explained above in the format (enclosed
as Appendix-IV to this IFB). The letter shall provide the status of Fund based Line of
Credit as on any date between the date of Enquiry and final Bid Due Date.

Notes to working capital:


a) Currency for seeking the amount of line of credit from the bank shall be as stipulated
in IFB/NIT.
b) If the bank letter submitted in the bid is carrying certain shortcomings, then the
bidder shall be asked to clarify or make simple corrections in the language of the
bank letter only if techno-commercial clarifications on other issues are being sought
from the bidders. In case of such clarifications/ corrections, the same shall be
submitted as a supplementary letter from the bank.
c) However, the following changes shall not be allowed in the bank’s letter:
 The amounts given in the letter submitted along with the bid, shall not be
permitted to be altered by any subsequent letter from the same bank or any
other bank.
 Replacement of the letter by another letter from the same or different bank.
d) In case of non-submission of required letter from bank in the bid, bidder shall not be
given another opportunity to submit the letter even if techno-commercial
clarifications are being sought from the bidders and this may become a cause of
disqualification.
e) Declaration letter for the working capital shall be from a single bank only. Letters
from multiple banks will not be acceptable. However, banking syndicate will also be
allowed wherein a group of banks can jointly underwrite and jointly lend money to
the bidder. In case of banking syndicate also, declaration letter for meeting the
working capital shall be from a single bank only.
f) In case a Bidder submits Letters from multiple banks, the highest WC amongst all
the Banks shall only be considered for BQC evaluation.
g) Line of Credit towards Working Capital shall also be submitted in Original
besides uploading a copy of the same along with the unpriced bid.

iv. Bidders (Other than companies such as Partnership/Proprietorship firms) are required to
submit the following details from their Statutory Auditor/Chartered accountant.

Table 1

Page 5 of 18

Page 11 of 1281
S.no. Particulars Value as on Balance Amount Receivable/
(1) (2) sheet date (INR) Due within 12 months
(3) from balance sheet
date or as per above
definition of current
assets and current
liabilities
(4)
A Assets which are not
classified as current assets in
the Balance sheet.
a. Loans and Advances XXXXX XXXXX
b. Investments (Including XXXXX XXXXX
Fixed Deposits)
c. Other asset which are not XXXXX XXXXX
classified as current assets
TOTAL (a+b+c) (X) XXXXX

B Liabilities which are not


classified as current liabilities
in the Balance sheet.

a. Secured Loans XXXXX XXXXX


b. Unsecured Loans XXXXX XXXXX
c. Provisions XXXXX XXXXX
d. Other Liabilities which are XXXXX XXXXX
not classified as current
Liabilities.
TOTAL (a+b+c+d) (Y) XXXXX

Table 2
WORKING CAPITAL

S.no. Particulars Amount

A Current Assets as per Balance sheet XXXXX


B Add:- Amount as per (X) of Table 1. XXXXX
C Total Current Assets (A+B) XXXXX
D Current Liabilities as per Balance sheet XXXXX
E Add:- Amount as per (Y) of Table 1. XXXXX
F Total Current Liabilities (D+E) XXXXX
Working Capital (C-F) XXXXX
5.2.4 Financial years/ previous period as above shall be reckoned from the original bid due
date of submission of bids.
5.2.5 Financial BQC parameters shall be calculated after giving effect to the impact of
quantified and qualified Auditor’s opinion (if any) given in the Statutory Auditor’s
Report.

5.3 CURRENCY CONVERSION FACTOR FOR FINANCIAL CRITERIA:

In case, Audited Financial Statement submitted by the bidder towards qualification of


Financial Criteria is other than USD, the value of Bidder’s Financial shall be converted into
equivalent USD considering the conversion factor indicated in Bidder’s Audited Financial

Page 6 of 18

Page 12 of 1281
Report. In case the same is not indicated, the conversion rate of USD as on last date of
Bidder’s financial year shall be considered based on State Bank of India TT selling rate.

In case, the SBI Bill Selling rate is not available as on the date of conversion as specified
above, the currency conversion rate shall be taken from the Internet, such as:
https://www.xe.com/currencyconverter,
https://www.oanda.com/currency/converter,
https://economictimes.indiatimes.com/markets/forex/currency-converter

5.4 DOCUMENTS AND DATA REQUIRED WITH BID


Bidders are required to submit all such past experience (s) (PTR) meeting the BQC along
with relevant supporting documents in the first instance itself, along with the bid to justify
that the bidder meets the Qualification criteria as given above. Accordingly, only such past
experience (s) shall be considered for qualification, details of which are provided in the bid
by the bidder and subsequently no additional past experience (PTR) shall be sought from
the Bidder.

5.4.1 DOCUMENTS TO BE SUBMITTED BY THE BIDDER FOR MEETING TECHNICAL BQC

The Bidder to furnish documentary proof for all the information required for the Bidder
Qualifications Criteria as per sl. no. 5.0 of Annexure I (BQC-Technical)

The following documents shall be accepted as documentary proof of the pre-qualification


requirements:
a) Experience of only the Bidding entity shall be considered. A job executed by a Bidder
for its own plant/projects shall not be considered as experience for the purpose of
meeting the Qualification Criteria of the Enquiry document. However, Jobs executed for
Subsidiary/ Fellow Subsidiary / Holding company shall be considered as experience for
the purpose of meeting BQC, subject to submission of additional document towards
“tax paid invoice(s) duly certified by Statutory Auditor of the Bidder or consolidated
statement issued by Statutory Auditor of the Bidder towards payments of statutory tax”
in support of the job executed for Subsidiary/ Fellow subsidiary / Holding company .In
case referred Project falls under “No Tax Area” (like SEZ), Bidder can submit certificate
from their Statutory Auditor to this effect in place of Tax paid invoice. Chartered
Accountant (CA) (in place of Statutory Auditor) is acceptable where audited accounts
are not mandatory as per law for latest financial year. Also CA shall not be an
employee/ Director and not having any interest in the Bidder’s company/Firm.

5.4.2 Documents towards Financial BQC:


Bidder shall submit Complete Audited Standalone Financial Statement (which includes
‘Balance Sheet’ and ‘Profit & Loss Account’ along-with all the Schedules, Notes referred to
therein and the Auditor’s report) of the preceding 3 (Three) financial years to substantiate
the Financial BQC.
In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a single
consolidated annual financial year statements is prepared and audited which includes the
financial details of their wholly owned subsidiaries, consolidated audited annual financial
year statements shall be considered for establishing the financial criteria subject to Statutory
Auditor/ CEO/ CFO/ Company Secretary or any member of the Board of Directors of the
bidder certifying that standalone Financial Statements of bidder (without the financial data of
subsidiaries, etc.) is not separately prepared and audited.
Further, in case a bidder is a Subsidiary Company and separate Financial Statements of the
Bidder is not prepared & audited, but only a consolidated audited Financial Statements of
Page 7 of 18

Page 13 of 1281
their Parent Company/Holding Company are available, consolidated audited Financial
Statement shall be considered for establishing the financial criteria subject to Statutory
Auditor/ CEO/ CFO/ Company Secretary or any member of the Board of Directors of the
Parent/Holding company (whose Audited Financial Statements are submitted for
qualification) certifying in their letterhead that Financial Statements of Bidder are not
separately prepared and audited.

In case of a foreign subsidiary company who does not publish its financial results but has
only a consolidated annual report, then the consolidated annual report shall be considered
for evaluation provided the statutory auditor/chartered accountant certifies that separate
annual report of the bidder (without the financial data of subsidiaries) is not prepared and
audited and as per the laws of the country of incorporation of the subsidiary company, the
parent company is obligated to financially support the subsidiary, in case of the subsidiary’s
inability to discharge its obligations.
Further, Bidding company which is a wholly owned subsidiary of a foreign or Indian
company can be qualified based on the financials of its parent company provided the parent
company declares under a memorandum of understanding with the Indian subsidiary
(bidding company) that it would be jointly and severally responsible for all the jobs being
carried out by the bidding company.

In case the financial year closing date is within 9 months of final bid due date and audited
annual report of immediate preceding financial year is not available, Bidder has the option to
submit the financial details of the three previous years immediately prior to the last financial
year. Otherwise, it is compulsory to submit the financial details of the immediate three
preceding financial years.
For example, in case audited annual report of immediate preceding financial year (year
ending 31st March) is not available and where bid closing date is up to 31 st December, the
financial details of the three previous years immediately prior to the last financial year may
be submitted. However, in case the bid closing date is after 31st December, it is compulsory
to submit the financial details of the immediate three preceding financial years only.

Note:
For meeting the Financial Criteria, bidders shall be required to submit the Audited
Annual Reports / Financial Statements of the Company as per the provision
mentioned above, duly audited and issued till the original bid due date. Bidder shall
be evaluated based on the Financial Statements of the Company submitted in the bid.

5.4.3 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.
5.4.4 Bidder shall ensure that any certificate / reports issued / attested by a practicing chartered
accountant in India and submitted in the bid shall mandatorily include the UDIN number.
Certificate / reports issued / attested without UDIN number of practicing Chartered
accountant in India shall not be considered for evaluation.

5.4.5 GENERAL:

5.4.5.1 Fulfillment of Bidder’s Qualification Criteria and certain additional conditions in respect of
each type of bidders as per clause 5.0 are stated below, respectively:

5.4.5.2 Sole bidder or incorporated JV:

Page 8 of 18

Page 14 of 1281
The sole bidder or incorporated JV shall fulfill each Bidder’s Qualification Criteria
(Financial and General) on their own against Financial BQC and for Technical
Qualification as per Technical BQC.

5.4.5.3 Consortium:
In case the bidder is a Consortium (including an unincorporated JV), then the bidder shall
fulfill Technical Qualification in line with Qualification Criteria and Terms and conditions
stipulated in Technical BQC and for Financial Qualifications as per Financial BQC.

5.4.6 Authentication of Bidder’s BQC documents


a) It is Bidder’s prime responsibility to submit genuine and authentic documents. No
amount of checking or verification by EIL/BPCL shall absolve Bidder from his
responsibility.
b) All supporting documents, pertaining to “Bidder’s Qualification Criteria (Technical as
well as Financial)” shall be duly verified and certified by TPIA which is registered under
“NABCB accredited bodies as per requirement of ISO/IEC/170202 as Type A” in QCI
NABCB https://nabcb.qci.org.in/inspection-body/ as on date of verification of
documents and shall be submitted alongwith the unpriced bid.Valid accreditation
certificate of the TPI under “NABCB accredited bodies as per requirement of
ISO/IEC/170202 as Type A” in QCI’s NABCB website, should also be furnished by the
bidder.
c) All charges of the Third Party Verification shall be borne by the Bidders.
d) In case of BPCL/EIL work order, P.O, certification by TPIA is not mandatory (for
documents pertaining to technical criteria).
e) BPCL/EIL reserves the right to accept / reject any or all bid- qualification documents at
their sole discretion without assigning any reason whatsoever.
f) BPCL/EIL, at its discretion reserves the right to verify information submitted and
inspect the facilities at party’s work to confirm their capabilities. BPCL/EIL also
reserves the right to independently assess the capability and capacity of the bidder for
execution of the project.
g) Submission of Original TPIA Verified Documents:
Hard copies of the TPIA certificate and its supporting documents as mentioned above
with original stamp certified with comment ‘Verified from Originals’, shall be
submitted only by the L1 bidder(s) (on whom the award of job is proposed) to EIL
Office (address is mentioned at sl. no. 4.0 above).
5.4.7 Language of Documents:
In case any of the supporting documents (either technical or financial) are not in English
language, then the English translation copy of the same shall also be furnished duly
certified, stamped and signed by local Chamber of Commerce or Indian embassy in their
country or their embassy in India.
5.4.8 Verification of BQC documents:
a) Bidders to note that verification of BQC credentials shall be taken up with issuing
Authorities for L1 Bidder. The verification procedure would be initiated immediately
upon establishing L1.
b) This may be carried out by EIL through e-mail / letter or visit. Bidder shall provide
complete assistance towards the same. It shall also be the responsibility of the bidder
to assist EIL in carrying out this exercise.
Accordingly, bidder shall ensure that bidder shall submit those executed works
meeting the qualification criteria for which they can arrange such verification from their
respective Clients/issuing authorities.
c) Project progress shall continue including releasing the LOA / PO. However, first
payment to the Bidder shall be released only on completion of verification.

Page 9 of 18

Page 15 of 1281
d) Failure of cross verification shall entitle EIL/BPCL to reject the bid or terminate the
Purchase Order / Contract, if issued.
e) In case the BQC documents have already been verified by EIL for any other enquiry/
tender for this specific Project of BPCL, the same may also be considered verified on
strength of previous verification and accepted by EIL. However, in such case, bidder
shall indicate in their bid that PTR documents submitted in this bid has already been
verified by EIL from Bidder’s Client in tender no. for Project.
f) In case bidder’s supporting documents are not in English language and bidder also
submits duly certified translated documents, verification from document issuing
authority shall be carried out only for the original documents issued by the Client.

6.0 AWARD METHODOLOGY:

6.1 The Technically & Commercially acceptable qualified bid with the lowest evaluated price will
be considered for award.

6.2 BPCL reserves the right to conduct price negotiation with L1 bidder.

7.0 PRE-BID MEETING

7.1 Bidders are requested to attend a pre-bid meeting as per the date and information
mentioned in Cl. 4.0 above.

7.2 The bidder may send their queries, if any, on Bidding Document by e-mail
anil.dubey@eil.co.in ; vikrant.kumar@eil.co.in; s.mitra@eil.co.in;; to reach EIL by the cut-
off date specified in the IFB after which BPCL/EIL shall reserve the right not to entertain any
queries. The queries received within cut-off date 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 Bidding Documents.

7.3 Bidder to ensure that authorized representatives attending the pre-bid meeting should be
competent to discuss and conclude the technical and commercial issues, so that they are
able to submit a ‘Zero Deviation Bid’.

7.4 Bidders are requested to bring their qualification documents for review and get their
qualification status evaluated so that on submission of these documents in the bid, faster
processing of the tender is facilitated.

7.5 Bidder should clearly understand the requirement of submission of documents / data along
with the bid during pre-bid meeting itself so that bids received are in compliant with
requirement of Bidding Document / RFQ.

7.6 It is to be noted that if bidders fail to attend the pre-bid meeting and submit their bid, they
shall be considered for evaluation in the same manner if their bid is acceptable and their
offer is in line with the bid requirement. Non-attendance of the pre-bid meeting will not be a
cause for disqualification of a bidder.

8.0 INTEGRITY PACT:

8.1 Proforma of Integrity Pact (IP) attached with the bidding document shall be returned by the
Bidder along with the bid, duly signed by the same signatory who is authorized to sign the
bid. All the pages of the Integrity Pact shall be duly signed by a Bidder {Sole Bidder
(including an incorporated JV) or Lead Member of the Consortium & other member of
consortium (in case the bidder is a consortium)}. Non-submission of IP shall lead to
rejection of offer.

Page 10 of 18

Page 16 of 1281
8.2 If the Bidder has been disqualified from the tender process prior to the award of the contract
in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand
and recover from Bidder, Liquidated Damages amount by forfeiting the EMD/Bid Security as
per provisions of the Integrity Pact.

8.3 If the contract/PO has been terminated according to the provisions of the Integrity Pact, or if
BPCL is entitled to terminate the contract/PO according to the provisions of the Integrity
Pact, BPCL shall be entitled to demand and recover from Contractor Liquidated Damages
amount by forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of
the Integrity Pact.

8.4 The bidder confirms that all declarations made in this Integrity Pact are true and correct. In
case of any declaration turning out to be false, the bidder shall not be allowed to take the
defence that the correct declaration is given elsewhere in the offer. For example, any and all
cases of transgression as defined in the Integrity Pact must be reflected in the Integrity Pact
itself or attached as an appendix to the Integrity Pact with a corresponding reference
marked in the transgression provision in the Integrity Pact so that Integrity Pact remains a
single and unified document with regard to the objective of Integrity Pact.

In this regard, Bidder {Sole Bidder (including an incorporated JV) or Lead Member of the
Consortium & other member of consortium (in case the bidder is a consortium)} shall
submit an undertaking w.r.t section V of Integrity Pact as per PROPOSAL FORM-E of
ITB.
Non- submission of same shall lead to rejection of the offer.

8.5 In case of partnership firm, Integrity Pact must be signed by all partners.

8.6 In case Bidder engages Sub-contractor, then Integrity Pact shall also be signed by that Sub-
contractor and shall be submitted in the bid. However, undertaking w.r.t section V of
Integrity Pact shall be submitted by the Principal Bidder {Sole Bidder (including an
incorporated JV) or Lead Member of the Consortium & other member of consortium (in case
the bidder is a consortium)} only, including the confirmation of transgression status of sub-
contractor/Manufacturer as per Format enclosed in Bidding document.
In case bidder engages sub-Contactor(s) after award of work, then Integrity Pact shall also
be signed by the sub -Contractor(s).

8.7 Bidders may raise disputes/complaints, if any, with the Independent External Monitor, as
nominated from time to time.

9.0 EARNEST MONEY DEPOSIT (EMD):

9.1 Bids must be accompanied with Earnest Money Deposit / Bid Security as mentioned above.
Bids not accompanied with requisite Earnest Money deposit / Bid Security shall be
considered as non-responsive and such Bids shall be summarily rejected.
9.2 Foreign bidders shall submit EMD in USD or Euros.

9.3 In case of Consortium bid, the EMD may be submitted by the Leader or any member, on
behalf of Consortium as follows:

a. Consortium bid involving at least one Indian and one foreign entity- USD or Euro or
Indian Rupees.
b. Indian Consortium (i.e., Consortium formed by Indian companies only)- Indian Rupees

Page 11 of 18

Page 17 of 1281
9.4 EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand
Draft or in the form of a Bank Guarantee in the prescribed pro-forma enclosed as
APPENDIX-I to this IFB, from Scheduled Commercial banks in India/ Indian Branch of
Foreign Bank recognized as scheduled bank by RBI or Electronic Fund Transfer made to
BPCL account. The B.G. shall be valid for a period of 6 months from the final Bid due
date.
9.5 The EMD / Bid Security from foreign bidders shall be in the form of Crossed Demand Draft
(DD) or a Bank Guarantee (BG) from any Indian scheduled bank which includes Indian
branch of foreign bank recognized as scheduled bank by RBI or Electronic Fund Transfer
made to BPCL account. In case of NEFT, the amount transferred shall also be inclusive of
the Bank commission charges. Foreign Bidders may also submit BG from an international
bank of repute having a branch in India or having correspondent banking relationship with
an Indian scheduled bank, in which case the BG shall be counter guaranteed by their Indian
Branch or by any Scheduled Indian Bank. Standard Bank Guarantee format of BPCL shall
be used. Nominated Indian agent of foreign bidder can submit EMD on behalf of foreign
bidder in equivalent INR.
9.6 Bidder shall upload the scanned copy of EMD / Proof of Electronic Fund Transfer to BPCL
on BPCL e-Tendering website along with the e-bid. SWIFT payment acknowledgement
message/ Cheque/ Cash shall not be acceptable. In case bidder fails to upload scanned
copy of EMD on e-tendering website by the bid due date & time, such bid shall not be
considered for evaluation.
If the Bidder is unable to submit EMD in original within the due date and time for Bid
submission, bidder may submit the original EMD within 5 calendar days from the date
of un-priced bid opening, provided copy of the same have been uploaded on E-
Tendering website. In case the Bidder fails to submit the same in original within 5
calendar days, the bid shall be rejected, irrespective of bidder status / ranking in
tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the
Bidder. The date of issuance of EMD shall be on or before the final due date of bid
submission.
9.7 In case the bidder opts for electronic fund transfer in lieu of EMD, the bidder shall upload the
proof of electronic fund transfer to BPCL account for the amount of EMD as per the bidding
document along with Bank Commission Charges, if any, before the due date and time of
submission of un-priced bid along with the bank mandate form duly certified by bidder’s
banker from where the electronic fund transfer has been executed. Such bids shall be
opened on the bid due date and the scanned copy of proof of fund transfer and bank
mandate form uploaded by the bidder shall be forwarded to BPCL for confirmation.
However, such bids shall be considered for further evaluation only on receipt of confirmation
of receipt of funds by BPCL. If the same is not received within 7 days of the bid due date,
such bids are liable to be rejected.
BPCL’s Bank Account details are as under:

Beneficiary Name Bharat Petroleum Corporation Limited


Name of Bank ICICI Bank
IFSC Code ICIC0000106
Type of Account Current Account
Virtual ID (Account No) BPCLSSGEM66496850

9.8 If the Bidder, after submission, revokes the bid or modifies the terms and conditions thereof
during the validity of bid except where BPCL/EIL has given opportunity to do so, the earnest
money shall be liable to be forfeited. BPCL/EIL may at any time cancel or withdraw the
Invitation to Bid without assigning any reason and in such cases the earnest money
submitted by Bidder will be returned to him.
9.9 EIL/ BPCL shall return EMD to unsuccessful Bidders if it is submitted in the form of BG.
BPCL shall return the EMD submitted in the form of DD / Electronic Funds Transfer directly
Page 12 of 18

Page 18 of 1281
to unsuccessful Bidders. In the case of successful Bidder, the EMD shall be returned to
them after the order / contract is effective and Contract Performance Bank Guarantees
submitted as per tender conditions. No interest shall be payable by BPCL on the EMD at the
time of returning the same.
9.10 Exemption of EMD:
a) There will be no waiver of EMD for Public sector undertakings of central / state Government
undertakings.
b) There will be no waiver of EMD to MSE Bidder.

10.0 OTHER POINTS:

10.1 Zero Deviation Bidding


This Enquiry has been issued on zero deviation basis. Accordingly, bid to be submitted on
zero deviation basis and in strict compliance with the terms & conditions, scope,
specifications and other stipulations contained in the enquiry and without any deviations.

10.2 POWER OF ATTORNEY:


Bidder shall be required to submit the Power of Attorney in the name of authorized signatory
signing the bid. However, in case of General Power of Attorney, photocopy duly notarized /
signed by CEO/ CFO/ Company Secretary or any member of the Board of Directors shall be
submitted.

10.3 Bid should be valid for 04 (Four) months from the date of Unpriced bid opening.
11.0 GENERAL
11.1 EIL/Owner reserves the right to evaluate the Bids using in-house information.
11.2 Procurement from a Bidder from a Country Sharing Land Border with India

11.3 Department of Expenditure (Ministry of Finance) of Government of India through OM no.


6/18/2019-PPD dated 23.07.2020 & 24.07.2020 (Public procurement no. 1, 2 & 3) has
issued the guidelines regarding procurement from bidders from a country or countries
sharing Border with India. These guidelines are available on the website of DoE
(https://doe.gov.in/). Refer attached Annexure-III to ITB.
11.4 Provision for Sub-Contracting in Works Contracts
Bidders shall not be allowed to sub-contract works to any contractor from a country which
shares a land border with India unless such contractor is registered with the competent
authority. Bidders shall be required to submit a certificate in the enclosed Annexure-III to ITB

11.5 Bidder should not be under liquidation, court receivership or similar proceedings. Bidder
shall submit an undertaking in Company’s letterhead as per the format enclosed in the
bidding document [refer proposal Form-B of ITB in this regard].
11.6 The Bidders/ Agencies who are on Holiday/Negative list/Suspension/Banning list of
BPCL/EIL/MoPNG on final due date of submission of bid/date of unpriced bid opening/
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.
In case a Bidder/an Agency is put on holiday/ negative list/suspension/ banning List
of BPCL/EIL/MoPNG after issue of the enquiry / bid / tender but before opening of the un-
priced bid, the un-priced bid of the Bidder(s) shall not be opened and BG/EMD, if submitted
by the Bidder(s)/ Agencies shall be returned.
If a Bidder / an agency is placed on holiday/ negative list/suspension/ banning list
of BPCL/EIL/MoPNG after opening of unpriced bids but before opening of priced bids,

Page 13 of 18

Page 19 of 1281
further evaluation shall be stopped and the corresponding priced bid will not be opened and
BG/EMD, if submitted by the ‘Bidder/Agency’ shall be returned.
Similarly, if a bidder is qualified based on engaging a sub-Contractor/ sub-vendor who
meets stipulated qualification criteria, in case such a sub-Contractor is on Holiday/ Negative
list/suspension/banning of BPCL/EIL/MoPNG on due date of submission of bid / during the
process of evaluation of the bids, the offer of such a bidder shall not be considered for bid
opening/evaluation/Award.
If a supplier/ an agency is placed on holiday/ negative list/suspension/banning list
of BPCL/EIL/MoPNG after opening of priced bids but before finalization of the tender, the
offer of the ‘Bidder/Agency’ shall be ignored and will not be further evaluated and the
BG/EMD if any submitted by the ‘Bidder/Agency’ shall be returned, the ‘Bidder/Agency’ will
not be considered for issue of order even if the ‘Bidder/Agency is the lowest (L1). In such
situation next lowest shall be considered as L1.
In case, any debarred firms have submitted the bid, the same will be ignored. In case such
firm is lowest (L-1), next lowest firm shall be considered as L-1. Bid security submitted by
such debarred firms shall be returned to them.
For details and other provisions, refer BPCL Holiday listing policy attached with Bidding
document.
11.7 In addition to above, bidders shall submit a declaration of Holiday Listing order issued by
BPCL / MOPNG debarring bidder to carrying on business dealings with BPCL/ MOPNG as
per the Format available under BPCL HOLIDAY LISTING POLICY FOR VENDORS -NOV
2022 [refer Proposal Form-H of ITB in this regard].
Further, any wrong declaration in respect of holiday listing shall render the vendor liable for
action under the holiday listing policy of BPCL/EIL.
11.8 BPCL / EIL shall not be responsible or liable for cost incurred in preparation, submission &
delivery of Bids, site visit, participating in discussions and other expenses incurred during
the Bidding process, regardless of the conduct or outcome of the Bidding process.
11.9 In case, any Bidder is found to be involved in cartel formation, their Bid shall not be
considered for evaluation/placement of order. Such Bidder shall be put on Holiday /
blacklisted / debarred from Bidding in future for BPCL/EIL.
11.10 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their Bid.
11.11 EIL/BPCL reserves the right to reject any/or all the Bids received or annul the Bidding
process at any time at their sole discretion without assigning any reason thereof.
11.12 Unsolicited clarifications to the offer and/ or change in the prices during the Bid validity
period would render the bid liable for rejection.
11.13 Bidders to note that “Purchase Preference (linked with Local Content) (PP-LC) Make in
India Policy” for the procurement of goods and /services/ works is applicable as per the
prevailing Government policy.
11.14 Bidders to note that “Purchase Preference under Public Procurement Policy, 2012 for
MSEs” is not applicable, being Works Contract Services.
11.15 Bidder should have minimum prescribed domestic value addition requirement in line
with the Domestically Manufactured Iron & Steel Policy (DMI&SP) for the Iron & Steel
products involved in execution of the contract. Bidder shall submit affidavit from the
domestic manufacturers of such Iron & Steel products as per the Format enclosed in
ANNEXURE – I to ITB with the policy document.

11.16 Eligibility and Conditions:


The subject enquiry is issued on Global basis. Class-I local supplier and Class-II local
supplier (for definition, refer order) and Non-local suppliers are eligible to bid for this
Tender. However, Purchase preference against PPLC Policy shall be applicable for
Class I Local supplier.

Page 14 of 18

Page 20 of 1281
11.17 No BQC relaxation is applicable for Start-ups.
11.18 For terms and conditions and other details/Specifications, refer complete Bidding document
and subsequent Amendment(s), if any.
11.19 Clarification, if any, can be obtained from Mr. Anil Dubey / Mr. Vikrant Kumar Ms.
Sunita Mitra / through following number.
Telephone No. +91-11-2676 3695 /3366 /3634 E-mail: anil.dubey@eil.co.in ;
vikrant.kumar@eil.co.in; s.mitra@eil.co.in;;

This is not an Order.


For & on behalf of BPCL
(Authorized Signatory)

Name: Sunita Mitra


Designation: Sr. GM (SCM-C&P)
E-mail : s.mitra@eil.co.in;

Page 15 of 18

Page 21 of 1281
Annexure-I
BIDDER QUALIFICATION CRITERIA (BQC) – TECHNICAL
FOR INSTALLATION OF SUBMARINE PIPELINE FOR MAHUL – RASAYANI PIPELINE
PROJECT OF M/s BPCL

1.0 BRIEF PROJECT DETAILS

M/s Bharat Petroleum Corporation Ltd. (BPCL), a Maharatna Company owns and operates
Refinery at Mahul village, Mumbai. In order to de-bottleneck, expand/ add value added
products, BPCL envisages laying of multiproduct and Lube/base Oil & De Aromatized
Solvents (DAS) pipeline to Rasayani (District Raigad) Maharashtra. The proposed pipeline
route encompasses offshore & on-shore portion.
Two (2 nos.) cross country pipelines of sizes 22” & 10” for transportation of Multiproduct and
Lube/base Oil & De-Aromatized Solvents (DAS) respectively are proposed to be installed.
These pipelines shall originate from Pipeline Dispatch Terminals at BPCL Mumbai Refinery
and shall terminate at Receipt Terminals in Rasayani Complex of BPCL at Raigad district of
Maharashtra. The 22” size multiproduct pipeline is intended to carry Motor Spirit (MS) &
High Speed Diesel (HSD) with Pipeline Compatible Kerosene (PCK) & Aviation Turbine
Fuel (ATF). While the 10” size Lube oil pipeline is intended to carry Lube/base Oil & De
Aromatized Solvents (DAS) product. In addition, one (1 nos.) 8” pipeline is proposed to
transport Lube/base Oil & De-Aromatized Solvents (DAS) from Dispatch Terminal at
Rasayani complex to Receipt Terminal at Lube blending plant.
It is proposed to install 22” & 10” submarine pipelines in the offshore section of pipeline
route. In this regard M/s BPCL intend to invite bids for the scope of work described below.

2.0 SCOPE OF WORK

The brief scope of work envisaged for the tender includes the following:

 Installation and testing for 13.5 km (approx.) long submarine pipeline, entirely buried in
trench, from LFP-1 to LFP-2 including shallow water/ intertidal zones (maximum water
depth of approximately 7 m w.r.t chart datum) including pre-construction survey,
installation, trenching and backfilling works, pre-commissioning, commissioning
assistance. Pipeline details are as under:

- Pipeline of 559 mm (22” inch) OD x 12.7 mm wall thickness, API 5L Gr. X-60, PSL 2,
three-layer polyethylene (3LPE + anti slip) coated and 75 mm thick continuous
concrete weight coated.

- Pipeline of 273 mm (10” inch) OD x 12.7 mm wall thickness, API 5L Gr. X-60, PSL 2,
three-layer polyethylene (3LPE + anti slip) coated and 50 mm thick continuous
concrete weight coated.

 Installation of two (2 nos.) submarine armored OFC cables from LFP-1 to LFP-2

Page 16 of 18

Page 21 of 1281
3.0 BIDDER QUALIFICATION CRITERIA

3.1 Single bidder

a) The bidder shall possess experience of installation of hydrocarbon submarine pipeline


of size 273 mm (10” bare pipe size) or higher diameter and length 7.0 km or more (in
single stretch). The Experience of Installation shall be with Last twenty five (25) years
form the Original Bid due date.

b) Incorporated Joint Venture Company: In case the bidder is an Incorporated Indian


Joint venture company, registered in India and incorporated under the Companies Act
and any amendments there under, then The technical experience criteria shall be met
as under:

(i) The Joint Venture Company by itself shall meet the experience criteria as per
clause 3.1 a) above

Or

(ii) The Joint Venture Partner (who can be either an Indian or a foreign company)
having a stake of at least 26% in the Joint Venture Company shall meet the
technical experience criteria as per clause 3.1 a) above, on its own and cannot rely
on any other arrangement such as Consortium/ Unincorporated Joint Venture or
Supporting Company of the JV Partner for meeting the bidder qualification criteria
as defined in clause no. 3.1 a) above. Documentary evidence in support of the
above shall be submitted along with the bid.

(iii) In case of (ii) above, an undertaking from the Joint Venture partner, based on
whose experience the JV seek qualification, shall be submitted with the bid stating
they shall maintain minimum 26% shareholding in the JV till the execution of the
contract.

(iv) Members of the JV are not allowed to quote separately / independently against this
tender. All the bids received in such case shall be summarily rejected. Further, all
bids from parties with technical support from the same Principal shall be rejected.

3.2 Consortium bid (Consortium/ Unincorporated Joint Venture)

Bidder can also bid as Consortium/ Unincorporated Joint Venture, provided it meets the
following:

a) The consortium/ unincorporated joint venture shall comprise of not more than two
members i.e. one leader and one partner.

b) Either the Leader or member of the consortium/ unincorporated joint venture shall meet
the criteria indicated in clause 3.1 (a) above.

c) The overall responsibility of the Project Management lies with the Leader of the
consortium/ unincorporated joint venture. The distribution of work between Leader of
the consortium/ unincorporated joint venture and the Partner shall be identified and
submitted along with the bid and shall not change thereafter. The division of scope

Page 17 of 18

Page 23 of 1281
between consortium/ unincorporated joint venture members shall commensurate with
their past experience.

d) Both leader & partner of Consortium/ Unincorporated Joint Venture shall be jointly &
severally liable to the owner for any kind of obligation and responsibility arising out of
the contract.

e) The consortium bid meeting clause 3.2 of Bidder Qualification Criteria (technical) shall
submit their bid in compliance with guidelines as per Appendix-I (attached herewith).

f) Exclusivity/ Non-exclusivity

Any member (i.e. Leader or Partner) of the consortium/ unincorporated joint venture
shall not be permitted to participate either in an individual capacity as “a sole bidder”
OR as “a member of another consortium/ unincorporated joint venture”.

3.3 Bidder by himself or may engage Sub-contractors for works such as submarine OFC cable
laying, trenching and backfilling of offshore pipeline & cable, pigging and hydrostatic testing,
pre-commissioning etc. as applicable. These agencies proposed by bidder shall be
evaluated post-award of the work. Contractor shall furnish (post-award) necessary
documentary evidence of relevant proven experience for self or the proposed Sub-
contractors. Bidder shall confirm compliance.

4.0 Equipment Qualification Criteria: Not applicable

5.0 Documentation
The bidder shall furnish the following documents in support of his meeting the qualification
criteria stated in clause no. 3.1, 3.2 & 3.3:

a) Copies of Work order, Completion certificate/ Execution certificate from Client/ Client
authorized supervisory agency of qualifying job(s) in the name of the bidder.

b) Bidder’s experience acquired as a Sub-Contractor shall not be considered for meeting


Bidder Qualification Criteria (BQC).

c) In case of incorporated joint venture, bidder shall furnish certificate of incorporation


including memorandum of association (MOA)/article of association (AOA) of the joint
venture and other documentation clearly defining the scope and responsibility till the
execution of the project.

d) In case of consortium/ unincorporated joint venture bid, leader and partner of the
Consortium/ unincorporated joint venture shall meet the relevant experience criteria.
Leader and partner of the consortium/ unincorporated joint venture shall submit the
Memorandum of Understanding (MOU)/ Consortium/ Unincorporated Joint Venture
agreement clearly defining the scope and responsibility of each member along with
nomination of leader.

Page 18 of 18

Page 24 of 1281
APPENDIX-I TO TECHCNIAL BQC
Page 25 of 1281

You might also like