LETTER INVITING BID

Ref: BPCL / P&CS(MR)/ N11/MOT

To,

Dear Sirs,

SUBJECT: REPAIRING OF 22 KV SUBMARINE CABLE TO MOT

( TENDER DOCUMENT NO. BPCL / P&CS (MR)/N11/MOT)

1. INTRODUCTION:

Bharat Petroleum Corporation Limited (BPCL) intends to Award Contract for repairing of 22KV Submarine Cable to MOT

2. BID SUBMISSION:

Please submit your competitive offer in strict conformity to the entire Tender documents enclosed herewith as per Index. Please read carefully the Instructions to bidders regarding method of Bids submission.

Bids in hard copy shall be received on or before 21st October 2011, 11.30 A.M. at the following address:

Shri P.K. Bhowmick

Chief Manager ( P& CS)

Bharat Petroleum Corporation Limited,

Refinery Division, Admin Bldg. (P&CS Dept.)

Mahul Village,

Mumbai- 400074,

INDIA

Bids sent through Telex, Telegram, Fax, or Computer soft copy shall not be accepted. BPCL takes no responsibility for delay, loss or non-receipt of bids sent by post or courier.

Thanking you,

Yours sincerely,

______

P.K. BHOWMICK

CHIEF MANAGER ( P& CS)

TENDER NO: BPCL / P&CS (MR)/N11/ MOT ____

FOR

REPAIRING OF 22 KV SUBMARINE CABLE

INDEX

SR. NO. / CONTENTS / PAGE NO.
1 / LETTER INVITING BID / 1
2 / INDEX / 2
3 / SECTION –I INSTRUCTIONS TO BIDDERS AND BIDDERS QUALIFICATION CRITERAI (BQC) / 3 - 7
4 / SECTION –II : SCOPE OF WORK / 8 - 11
5 / SECTION-III : SCHEDULE OF RATES / 12
6 / ATTACHMENTS
A / BPCL INTEGRITY PACT – 5 PAGES
B / EMD BANK GUARANTEE FORMAT – 1 PAGE
C / FINANCIAL DETERRENT FOR VIOLATION OF HSE –
2 PAGES
D / GENERAL TERMS AND CONDITIONS – 2 PAGES
E / MEMORANDUM OF AGREEMENT – 6 PAGES
F / SPECIAL SAFETY CONDITIONS -8 PAGES
G / ANNEXURE-I:-TECHNICAL PARTICULAR OF SUB-MARINE CABLE- 7 PAGES
H / ANNEXTURE-II: - ROUTE OF THE SUB-MARINE (MARKED IN RED COLOUR) CABLE IN SEA- 2 PAGES
I / ANNEXURE- III:- BPCL drawing no 37561 /1 & 37561/2 Cable route drawing- 2 PAGES

SECTION – I

INSTRUCTION TO BIDDERS & BIDDERS QUALIFICATION CRITERIA (BQC)

1.0 Introduction :

The job involves repairing of 22 KV Submarine cable to MOT

BPCL invites sealed bids on Three Bid basis [ Part 1 –Pre-Qualification Bid (PQ) , Part 2 –Un-priced Technical & Commercial Bid and Part 3 - Priced Bid] from experienced & reputed contractors having sound financial standing and fulfilling the PQ bid Criteria stated as below.

The details are given in attached Scope of work. Bidders to note that Attachments as indicated in the Index are also part of Tender Document and shall be read along with tender document.

2.0 Bidding instructions:

Bidders are requested to download the entire tender document from BPCL website and take print-out for the submissions of bids. Bidders shall enclose a declaration in their bids that no terms and conditions / wordings / sentences have been changed or modified by them, in the tender document.

Bidders shall stamp and sign each and every page of tender document as token of their acceptance of the terms and conditions mentioned therein. The bids shall be signed by bidder’s authorized representative and his name and designation shall be mentioned on the bid document. Power of attorney for authorization to sign and submit bid document on behalf the bidder shall be provided, for the bidder’s authorized representative.

Your quotation shall be forwarded in described format only. Bids received in format other than the described format are liable to be rejected.

Your quotation should comprise of one copy of price bid, two copies of un-priced techno-commercial bid and Prequalification bid and an envelope of EMD. All the four items shall be put in four sealed envelopes and the envelopes should be superscribed with appropriate captions. I.e. tender no. ______due on ______and subject ( techno-commercial , priced, Pre- qualification bid, EMD etc. as the case may be).

Above mentioned four envelopes shall be put in common sealed envelop marked with appropriate captions. I.e. tender no. ______due on ______and subject ( title of the tender).

The priced and unpriced bid shall be identical in all aspects except that the priced bid alone shall contain the price/s. All other terms and conditions appearing on our invitation to tender shall apply. Non compliance shall result in rejection of offers.

Please mention your quoted rates both in words and figures in schedule of rates in the price bid. In case of discrepancy in words and figures, the rate mentioned in words shall be considered for evaluation.

Your offer should reach BPCL on or before 21st October 11.30 A.M. on the due date mentioned in the covering letter at the following address :

Shri P.K. Bhowmick

Chief Manager ( P& CS)

Bharat Petroleum Corporation Limited,

Refinery Division, Admin Bldg. (P&CS Dept.)

Mahul Village,

Mumbai- 400074,

INDIA

Phone – 2553 3298 / 2553 3285

Your offer can be sent by courier / post or hand delivered. In case of hand delivery, tenders shall be deposited in P&CS tender box installed at Refinery main gate, Mahul, BPCL refinery or in the tender box installed at P&CS department at second floor in south block , Admin Building of Refinery. Tenders shall not be handed over to any other person or deposited at any other place. Bids received after Bid due date and time shall not be considered

The bidder shall bear all cost associated with the preparation and submission of his bid, and BPCL will in no case be responsible and liable for these costs.

Earnest Money Deposit (EMD)

The bid must be accompanied by Earnest Money Deposit of Rs. 3.20 lakhs (Rs. Three lakhs and twenty thousand only) in the form of crossed demand draft / pay order / non-revocable bank guarantee in favour of Bharat Petroleum Corporation Limited, Mumbai. Bank guarantee shall be on non-judicial stamp paper of value not less than Rs. 100 from any scheduled bank (other than co-operative bank) as per proforma enclosed. Validity of the bank guarantee shall be minimum 6 months from the bid due date. EMD shall be submitted in separate sealed envelope in techno-commercial bid. Any bid not accompanied by earnest money deposit (EMD) as stated above shall be rejected.

Only bidders registered with Bharat Petroleum Corporation Ltd and bidders registered with National Small Scale Industrial Corporation Limited (NSIC) for Jobs under mentioned clause no. 3 (Bidders Qualification Criteria ) are exempted from furnishing EMD. Bidder(s) claiming exemption from EMD for being registered with BPCL / NSIC for the said job Jobs, shall submit documentary proof of their registration with BPCL. If required, such bidders can write to Chief Mgr. (P&CS) – Bharat Petroleum Corporation Ltd on the above mentioned address for confirmation for their registration, at least one week prior to due date.

EMD will be forfeited if the bidder -

a) Modifies / withdraws the offer during the validity period of 120 days from the due date or extended due date of the tender OR

b) Does not produce acceptance of LOI or purchase order within 7 days time from the date of issue by the owner OR

c) Does not execute the job in line with tender condition and agreed terms.

BPCL shall return the EMD to all unsuccessful bidders without any interest. EMD of successful bidder may be converted in to security deposit.

No interest shall be paid on earnest money deposit.

Bid Opening :

Pre–qualification Bid will be opened on the bid due date at 2.00 PM in Admin. Building, II Floor, P&CS Dept, BPCL office, Mahul, Mumbai - 400 074.

One of your representatives can witness the bid opening in our office. You are requested to inform us the name of the person who will be attending the bid opening in advance, to enable us to prepare a welcome slip.

Deviations

Bidder is requested to adhere to technical specifications as well as commercial terms of the entire tender documents. Bidders are requested to have all their queries clarified before bidding. However, if you still have deviations on BPCL Tender Documents including attachments, please indicate deviations in your offer under a separate title 'deviations' giving reference to Tender clause no. Deviations appearing under clause 'deviations' shall be considered while evaluating the offer. In case your offer does not contain a separate title "deviations", it will be considered that you are accepting all the clauses and specification in toto.

Validity :

Your offer shall be valid for a period of 120 days from the due date / extended due date.

Taxes & Duties :

Your quoted rates for ITEM 10 & ITEM 30 shall be inclusive of all applicable taxes and duties except VAT and service tax which shall be quoted separately if applicable.

FORM-A to be attached with the price bid. Your rates shall remain firm till completion of work. The applicability of service tax and VAT with amount shall be clearly mentioned in the offer. If the information is not provided, it will be assumed that service tax and VAT is not applicable. No claim for the service tax and VAT will be entertained subsequently. Kindly provide Service Tax registration number.

For ITEM 20 , supply of submarine cable , taxes and duties applicable should be clearly mentioned.

Kindly ensure to state name and designation of the authority signing the offer.

NEFT Payment:

Payments to all contractors / consultants shall be made by national electronic fund transfer (NEFT) only. Payment by cheque will be made only to those bidders whose bank is located in the city where NEFT payment facility is presently not available. Bids received from vendors who are not accepting the NEFT payment are likely to be rejected.

For further details/clarification if any, you may please contact – Mr P.K. Bhowmick, Chief. Manager (P&CS) Phone No. 2553 3298 or Mr Rakesh Shettigar , Dy Manager (P & CS) – Phone 2553 3285 , fax nos. 25541718 / 25545978.

3.0 BIDDERS QUALIFICATION CRITERIA:

Offers of bidders fulfilling all the pre- qualification criteria as mentioned below will only be considered for further technical & commercial evaluation.

Criteria for similar job:

The bidders or their principal should have executed either laying of submarine

cable at a depth of minimum 0.5 metre in sea bed with a sea water depth of minimum 5 metres or repairing of sub marine cable fault inside the sea on identical cable in the last seven years. Documentary proof in the form of Purchase Order or Agreement or completion certificate shall be provided.

Financial criteria of the bidders:

i) Average Annual financial turnover during the last 3 years , ending 31st March

of the previous financial year , should be at least Rs. 48.00 lakhs

ii) Experience of having successfully completed similar jobs as mentioned above during the last 7 years ending last day of August 2011 should be either of the following :

a. Three completed works costing not less than Rs 64.00 lakhs each

or

b. Two completed works costing not less than Rs 80.00 lakhs each

or

c. One completed works costing not less than Rs.1.28 crores

Failure to meet the above Qualification Criteria will render the Bid 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.

Bidder shall submit following documents in unpriced technical bids:

a)  Registration certificate of company / partnership deed, as applicable.

b)  Service Tax registration certificate.

c)  Permanent Account Number (PAN)

d)  Audited Balance Sheets including Profit and Loss Statement for

Last three financial year.

e)  Declaration that bidder has not been banned or delisted by Indian

government or quasi-Indian government agency or Indian PSU.

f)  Copies of earlier Purchase Orders/Client Certificate as proof for meeting

bidder’s qualification criteria.

5.0 BID EVALUATION CRITERIA

Bids of only those bidders fulfilling the Bidder’s qualification criteria as mentioned above will be evaluated.

BPCL intends to award this contract on overall lowest quote basis.

SECTION II - SCOPE OF WORK

1.0 Introduction:-

M/s Bharat Petroleum Corporation Limited, Mumbai Refinery had laid one no 22 KV grade, 3 x 120 sq.mm copper conductor, XLPE insulated submarine cable in the year 1985 (specifications as per attached annexure 1) in the sea for feeding the power supply to Butcher Island. Apart from power, fiber optic core (4 fibers) is also available in this cable for communication purpose. Cable route image & overview image drawing is attached in annexure 2. Cable route drawing of this submarine cable is attached in annexure 3. Presently the cable has developed fault in sea area, and all the three power core are showing zero megger value. Fiber optic core present in the cable is also faulty.

The length of the submarine cable is approx 4.3 Km from TATA side overhead structure to Butcher island side overhead structure. Approx route section length is as follows:-

a) Route section length onshore TATA side --- approx 200 - 250 meter

b) Route section length onshore on Butcher Island side--- approx 50-60 meter