Grsitl: Package Section Line
Grsitl: Package Section Line
Grsitl: Package Section Line
PROJECT DETAILS
1.1
The Owner, GSPL INDIA TRANSCO LIMITED (GITL), having its registered office in
Gandhinagar, Gujarat, seeks to implement the Project for laying gas transmission
pipeline Mallavaram- Bhopal Bhilwara Vijaipur Pipeline (MBBVPL) Project
passing through states namely Andhra Pradesh, Telangana, Maharashtra, Madhya
Pradesh, Rajasthan and Gujarat as per details provided in the Bidding Document.
1.2
GITL invites e-bids on International Competitive Bidding basis for the Pipeline and
Associated Works for following section of Mallavaram Bhopal Bhilwara
Vijaipur Pipeline Project on EPC basis under single stage two Bid system from
competent Agencies with sound technical and financial capabilities and those
meeting the Bid Qualification Criteria as stated under para 4.0 for the scope of work
mentioned below.
2.0
2.1
Package
Section
Al
I
A2
II
III
.026.t
Line
Size (inch)
30"
Length (km)
154.78
18"
47.2
30"
268.18
12"
29.447
24"
31.131
12"
103.636
Pagela6
Length of pipelines given above for execution are approximate and exact lengths are
to be worked out by bidders from survey documents i.e. alignment sheets etc.
available in bid document.
The detailed Scope of Work is defined in the Technical Part of Bidding Document.
2.2
TIME SCHEDULE:
Duration in Months
Mechanical Completion including PreCommissioning
3.0
LOA
commissioning
Type of Enquiry
Bidding Document No.
Bidding Document on Sale
d)
e)
Site Visit
Pre-Bid Conference
f)
i)
j)
Bid Validity
g)
h)
3.1
The Bid will be submitted in two parts as per the provisions of Instruction to Bidder
(ITB) as follows:
3.1.1
PART-I (UN-PRICED Bid):- Un-priced Bid must be complete with all technical details
along with all other required documents including price schedule WITH PRICE
BLANKED OUT.
3.1.2
PART-II (PRICED Bid):- Price Bid should contain only the prices, without any
condition whatsoever.
3.1.3 Bids complete in all respects in two PARTs as above should be submitted on or
before last date and time of Bid submission.
4.0
4.1
TECHNICAL CRITERIA
4.1.1 The bidder shall have successfully completed in last seven years from the date of
issue of this IFB at least one single buried cross country hydrocarbon steel pipeline
project in India, under a single contract involving Residual engineering,
procurement(excluding or including line pipe and valves), installation, testing and
construction management for pipeline laying and station works of minimum diameter
and length as given below
II
III
Diameter (Inch)
24"
24"
24"
Length (Km)
125
125
125
Package
4.2
FINANCIAL CRITERIA
4.2.1 Bidder should have Minimum net worth of Bidder as per following table as per
audited accounts as on 31.03.2016 (for Indian entities) or 31.12.2015(for foreign
entities). Net worth for this purpose to be considered as sum of equity share paid up
capital & reserves and surpluses. Revaluation reserve, miscellaneous expenditures
and share application money shall not be considered as part of Net Worth. Certificate
from a Chartered Accountant / statutory auditor of the Company should also be
submitted to this effect.
Package
Networth(INR)
(Rs. Crores)
Networth(USD)
(Million USD)
II
III
250
250
250
50
50
50
Page 3 of 6
4.2.2 The bidder shall have to provide bank solvency certificate of minimum amount as per
following table.
Package
Solvency(INR)
(Rs. Crores)
Solvency(USD)
(Million USD)
II
III
100
100
100
20
20
20
The bank solvency certificate should not be earlier than 6 months from the date of bid
submission.
4.3
Networth
Bank Solvency
One package
Two Package
length
Three package
4.4
4.5
Foreign bidder should be a incorporated entity as per applicable statutory laws in its
country of origin.
4.6
Indian bidders can use experience at Point no. 4.1 of their parent company if they are
100% Owned subsidiaries. The relationship should remain same throughout the
duration of the project.
4.7
The bidder shall state their proposed source of equipment either owned or hired by
them in the prescribed format
4.8
Consortium bids are not acceptable. Also the bidders shall be qualified based on the
work order directly awarded by the Owner and completed as an individual entity.
Work executed jointly or by consortium or as a sub-contractor shall not be
considered. Work order and completion certificate should be in the name of bidder
only
The Bidder should not be on holiday or blacklisted by GSPL or its group Companies
or IDOL or BPCL or HPCL, on due date of submission of bid
4 of 6
4.10 The overall lowest combination (resulting in least cost to GITL) among all
combinations, will be considered for award, keeping in view the number of Packages
an individual bidder is qualified. If a bidder happens to be lowest (L1) bidder for more
number of Packages but meets qualification criteria for lesser number of Packages,
then the Packages shall be awarded in a way to result in least cost to GITL. GITL
reserves right to negotiate with next lowest bidder to ensure least cost to GITL.
5.0
MBBVPL
F,ANS
5 Crores
(Indian Rupees Five Crores)
1 Million
(US Dollar One Million)
Per Package
Per Package
5.1
The EMD shall be in the form of Demand Draft in favour of GSPL India Transco
Limited payable at Gandhinagar or an irrevocable Bank Guarantee in favour of GSPL
India Transco Limited as per format given under Forms and Procedure Chapter of
Commercial Volume. GITL shall not be liable to pay any bank charges, commission
or interest on the amount of Bid security.
5.2
In case, Bid security is in the form of irrevocable Bank Guarantee the same shall be
from the bank listed in the Bid data sheet.
5.3
The Bid security shall be valid for Two (02) months beyond the validity of the Bid as
specified in the Bidding Document i.e. Eight (08) months beyond deadline for Bid
submission.
5.4
Bids without Earnest Money Deposit (EMD) / Bid Security will not be considered and
will be summarily rejected.
6.0
GENERAL
6.1
6.2
Foreign Bidders will be required to remit the cost of Bidding Document in Indian
Rupees or in US dollar. Authorised Indian representative of foreign Bidders shall be
permitted to purchase the Bidding Document on behalf of foreign Bidder on payment
of Bidding Document fee.
6.3
Bidder shall purchase the Bidding Document in his own name and submit the Bid
directly. The Bidding Document is non-transferable. Bids submitted by Bidder who
have not purchased the Bidding Document either directly or through their authorised
agent will be rejected.
6.4
6.5
6.6
GITL reserve the right to assess Bidder's capabilities and capacity to execute the
work using in-house information and by taking into account other aspects such as
concurrent commitments.
6.7
No extension in the Bid due date / time shall be considered on account of delay in
receipt of any document by mail.
6.8
Bids received after the due date and time shall be rejected and representative of
such Bidders shall not be allowed to attend the Bid opening.
6.9
GITL shall not be responsible for any expenses incurred by Bidders in connection
with the preparation & delivery of their Bids, site visit and other expenses incurred
during Bidding process.
GITL reserve the right to reject any or all Bids without assigning any reason,
whatsoever, and without incurring any liability to the Bidders.
6.12 Clarification, if any can be obtained from Head (Procurement) on Fax and Telephone
numbers of GITL, Gandhinagar are: Fax: 91-079-23268875,Telephone: 07923268500/600/700, E-mail gitlepc1002@gspc.in
This Invitation of Bids (IFB) is an integral and inseparable part of Bidding Document
Author
Signatory
GSPL INDIA ANSCO LIMITED