You are on page 1of 6

BID QUALIFICATION CRITERIA

JOB : “PROJECT MANAGEMENT CONSULTANCY SERVICES (EPCM) FOR


PROPOSED IRUGUR (COIMBATORE) DEVANGONTHI (BANGALORE) MULTI
PRODUCT PIPELINE OF BPCL”

1. Project Description:

To meet the growing demand of Petroleum products in state of Karnataka, M/s BPCL envisages
laying of 16” size, approx. 355 KM long, API 5L grade cross-country pipeline for the movement
of MS/SKO/HSD/ATF mainly along ROW of NH/SH/ODR in Tamil Nadu and in private ROU
from Irugur (Coimbatore) Dispatch Terminal to existing Terminal at Devangonthi (Bangalore),
with intermediate Tap off point at Sankari Depot and Intermediate pigging station with provision
for future pumping station.

2. Brief Scope of work and Completion period :

The main scope of work envisaged for current EPCM tender is carrying out Basic Engineering,
Detailed Engineering & finalization of the same, Detailed and residual engineering till
commissioning, Procurement of goods and services, Inspection & expediting, Construction
Supervision (from Office/ Site), Project Monitoring, Project Management, Pre commissioning
checks, Commissioning assistance, Post commissioning support such as Site acceptance test of
different systems, PCP surveys, Handing over of facilities along with final documentation,
Contract/PO closures, Submission of Project closure, Arbitration (if any).

The scope of work is divided as office works (Part-A ), Detail Engg (Part-B) and Site works
Part-C as per the details covered in scope of work ( Bidder shall refer the tender documents
for complete scope of work).

The Completion schedule for the Project : 32 months and details as given below :

DESCRIPTION COMPLETION PERIOD


Part-A (office works) Basic Engineering
(consisting of Process Design Basis, Process
design Package, all Engg. Design basis
(Piping, Mechanical, Civil, Electrical, 11 months from date of LOA of Part-A
Instrumentation etc.) P&IDs, HAZOP, & B or from date of intimation of start of
HAZID, Pipeline optimization study, surge work by Engg In-Charge whichever is
later.
analysis etc. and acceptance from owner).

Part B
Detailed engineering, finalization of MR and
tender package, floating of tender, evaluation,
award and issue of LOA, Placement of PO/
DLOA. Residual engineering, Inspection &
expediting (directly/ indirectly procured
material) after award of the job till
commissioning and all services required from
PMC HQ during / post project completion.

Page 1 of 6
Part-C (Site works) Construction
Management Mechanical Completion:
Part C is comprised of four cadre wise man 18 months from LOA of Part C or
month rate of staff to be deployed as plan. from date of intimation of start of
work by Engg In-Charge whichever is
Scope of works for Part C involves, later.
overall Project monitoring till
commissioning, construction supervision, Commissioning:
mechanical completion, commissioning 3 months from mechanical completion
assistance, post commissioning
Stabilization and closure of project.

Order Shall be placed as per following:

I. Order for Part A&B combined shall be placed at first instance.


II. Order for Part-C will be issued separately at later stage within 12 months from date of LOA
of Part A&B.

Validity of Price:

a) Validity of bid shall be six (6) months for Part-A &B .

b) Validity of bid for placement of order for Part C shall be for a period of 12 month from
LOA of Part-A & B. Any further extension beyond 12month if required, same shall be
done based on the mutual agreement.

3. BID-QUALIFICATION CRITERIA

BPCL would qualify vendors for undertaking the above work as indicated in the brief scope.
The detailed bid qualification criteria for short listing vendors shall be as follows:

I. Technical Criteria:

Bidder should have successfully carried out Design, Engineering, Procurement of Goods &
services, Project Management & Construction management of minimum one cross country
Multiproduct / Crude Oil Petroleum pipeline of at least 12” diameter and minimum length of 178
KMs, including pumping station, pipeline dispatch / receipt manifold facilities and successfully
completed & commissioned the project in India or abroad through single order, during the last Ten
(10) years ending on the last day of the month previous to the one in which the tender is invited.
The said consultancy job should have been completed as direct bidder from the owner and not as
a sub-contractor.

Document required:

The following documents should be submitted in support of the Technical Criteria requirement as
mentioned above:

Page 2 of 6
a. Signed Agreement/PO copy/Work order/LOI or any other document which shows value
of awarded works.

b. Completion Certificate by the client or any other document which conclusively proves
completion and commissioning of the awarded work.

Conditions:

(i) In case where Bidder does not meet above BQC, then bidder can submit the credentials of
their Parent Foreign Company/Foreign Affiliate/ Foreign Group Company, to meet the above
criteria, subject to the bidder meeting the following conditions :

a) The bidder should be an engineering consultant in the field of Petroleum Oil & Gas
sector and shall be in existence in India for a period of at least 3 years.

Document required:
Bidder shall submit proof of having completed at least one consultancy work executed
in Petroleum Oil & Gas sector in India

b) Parent Foreign Company/Foreign Affiliate/Foreign Group Company shall support the


bidding entity for participating in this tender.

Document required: Bidder shall submit an undertaking by their Parent Foreign


Company/Foreign Affiliate/Foreign Group Company supporting the bidding entity for
participating in this tender. The undertaking shall be signed by the authorized signatory
for the performance of the contract.

c) The entity (Parent Foreign company / Foreign Group company/Foreign affiliate) whose
credentials have been used by the bidder for meeting the technical qualification criteria
shall provide a proper back to back continuing guarantee for successful completion of
job. They shall directly (and not through the bidder) be responsible for following
activities described below as minimum, which shall be covered in the guarantee:

i. Approval of Process & other Engineering design basis documents including


pipeline, Piping, Mechanical equipment’s, Civil, Electrical, Instrumentation,
SCADA & Telecom etc.

ii. Approval of all technical specifications including data sheets/Drawings etc. of


Material requisitions including Main line Pumps, Booster pumps, Pipeline,
piping/Valves/Pipe fittings, mechanical equipment’s, electrical, Instrumentation,
SCADA & Telecom, PCMS etc.

iii. Approval of Technical specifications including data sheets, Drawings etc. for
service contracts namely pipeline laying, HDD works, Civil works, Composite
mechanical & electrical works, EGP etc.

iv. Providing assistance during technical evaluation of bids (Goods & Services) and
during residual engineering, other technical services during progress of the job.

(ii) A job executed by the bidder for its own plant/projects cannot be considered as experience
for the purpose of meeting the requirement of BQC. However, jobs executed for Parent
company / Group company/Affiliate /Subsidiaries/JV Companies will be considered as
experience for the purpose of meeting BQC subject to submission of tax paid invoice(s)/

Page 3 of 6
Proof of statutory tax payments duly certified. Such bidders to submit these documents in
addition to the documents specified in the bidding document to meet BQC.

(iii) BPCL reserves the right to verify the successful operation and performance of qualifying
projects and bidder shall arrange permissions for visiting these installations

II. Financial Criteria:

a. The average annual turnover of the Bidder for the last three accounting years should be equal
to or more than Rs. 6.90 Crores.

b. The bidders should have positive net worth as per the latest audited financial statement.

Documents required:

Bidder shall furnish Annual Report/ audited balance sheets including Profit and Loss Accounts
for previous three financial years along with the Bid to establish Bidder's conformance to
financial criteria and prove existence since three years.

In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a single
consolidated annual report is prepared and audited which includes the financial details of their
wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing
the financial criteria subject to statutory auditor of the bidder certifying that separate annual report
of bidder (without the financial data of subsidiaries) is not prepared and audited.

Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not
prepared & audited, but only a consolidated annual report of the Parent Company is available,
consolidated audited annual report shall be considered for establishing the financial criteria subject
to statutory auditor of the parent company certifying that separate annual report of bidder is not
prepared and audited.
In case the financial year closing date is within 6 months of original 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.
In case the financial year closing date is within 6 – 9 months of original 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
provided Bidder submits a letter from CA stating the reasons of non-preparation/furnishing of the
latest year’s Audited Financial Statements.
In case the financial year closing date is beyond 9 months of original bid due date, it is compulsory
to submit the financial details of the immediate three preceding financial years.
Example, in case, audited annual report of immediately preceding financial year (year ending
31st March) is not available and where bid closing date is up to 31st 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: All the above documents as mentioned in point no : II above, should be in the name of
bidder.

III. Declarations By the Bidder:

Page 4 of 6
a) Bidder is not under liquidation, court receivership or similar proceeding.
b) Bidder is not serving any Holiday Listing orders issued by BPCL or MOPNG debarring
them from carrying on business dealings with BPCL/MOPNG or serving a banning order
by another Oil PSE,
c) Compliance of Restrictions for Countries which share land with India { Restrictions under
Rule 144(xi) of the General Financial Rules, 2017–Reference OM no. 6/18/2019 – PPD
dtd. 23.07.2020 (read along with any subsequent clarifications/amendments thereof) issued
by Ministry of Finance, Public Procurement Division (https://doe.gov.in/procurement-
policy-divisions)}.
d) Acceptance to Social Media Guidelines.
e) Integrity pact( IP).
f) Public Procurement (Preference to Make in India) Order, 2017 (PPP-MII) as amended time
to time shall be applicable in the place of Purchase Preference (linked with local content)
(PP_LC)
Note: Bidders not furnishing above declarations in tender will not be considered for evaluation
and ordering.
IV. Bids may be submitted by:

a) An entity (domestic bidder) that has completed 3 financial years of existence as on original
due date of tender since date of commencement of business.

b) “JV/Consortium bids will not be accepted (i.e Qualification on the strength of the JV
Partners/Consortium Members will not be accepted)”.

V. General:

a. Bidder shall furnish necessary documentary evidence as mentioned above along with the bid.
In absence of such documents, BPCL reserve the right to reject the Bid without making any
reference to the Bidder or assigning any reason what-so-ever.
b. Document Verification: The L1 bidder shall submit all the bidding documents related to Bid
Qualification, Technical and Commercial Qualification Criteria duly certified with
comments “Verified from Originals w.r.t. all the documents”, by any one of the TPIAs which
are registered under “NABCB (National Accreditation Board for Certification Bodies)
accredited bodies as per requirement of ISO/IEC 17020 as Type A”in QCI
NABCB website (http:/nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php) as on
date of verification of documents. Valid accreditation certificate of the TPI under “NABCB
accredited bodies as per requirement of ISO/IEC 17020 as Type A” in QCI’s NABCB website,
should also be furnished by the bidder.
c. 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.Charges of TPIA Verification & CA
Certificate: All charges for the third party verification and CA certificate shall be borne by the
bidder.

d. In case of BPCL work order/P.O., certification by TPIA is not mandatory. Completed value in
such case will be cross checked from our SAP system and completion certificate/other
documents to satisfy completed value is not mandatory.

Page 5 of 6
e. The bidders who are already registered with BPCL should also submit all documents as per the
BQC.

f. BPCL reserves the right to accept / reject any or all bid- qualification documents at their sole
discretion without assigning any reason whatsoever.

g. BPCL, at its discretion reserves the right to verify information submitted and inspect the
facilities at party’s work to confirm their capabilities. BPCL also reserves the right to
independently assess the capability and capacity of the bidder for execution of the project.

h. BPCL decision on any matter regarding short listing of bidders shall be final.

i. Failure to meet the above Qualification Criteria will render the Bid liable to be rejected.
Therefore, the bidder shall in his own interest furnish complete documentary evidence in the
first instance itself, in support of their fulfilling the Qualification Criteria as given above. BPCL
reserves the right to complete the evaluation based on the details furnished without seeking any
additional information.

j. All documents submitted should be in English only. 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.

4. EVALUATION METHODOLOGY:

This Tender will be invited through open tender (domestic) on GEM Portal as two-part bid. The
bid qualification evaluation of the received bids will be done as per the above bid qualification
criteria and the technical bid of only the pre - qualified bidders will be evaluated subsequently.
Only the price bids of the techno-commercially qualified bidders will be opened and evaluated.

Order shall be placed in 2 parts i.e. Order for Part A&B combined shall be placed at first instance
& Order for Part-C will be issued separately at later stage within 12 months from date of LOA of
Part A&B. Over all L1 for the GEM tender will be considered and order shall be placed on the
lowest successful bidder for the complete job.

5. EMD Amount:
Earnest money deposit(EMD) is applicable for this tender.Bidder shall submit the EMD
amount 10.00 Lakhs.

Bidders who are quoting as Micro/ Small Enterprise, shall upload scanned copy of
valid“Udyam Registration Certificate” along with scanned copy of “CA certificate” as per the
standard format . The CA certificate should be dated after the date of floating of tender and
shall be specific to the tender for which bid is being submitted.

Page 6 of 6

You might also like