You are on page 1of 6

GrsiTL

GSPL INDIA TRANSCO LIMITED

INVITATION FOR BIDS (IFB)


FOR
PIPELINE AND ASSOCIATED WORKS FOR
MALLAVARAM BHOPAL BHILWARA VIJAIPUR GAS PIPELINE (MBBVPL) PROJECT
(BIDDING DOCUMENT NO.GITL/MBBVPL/1000/006)
(ON INTERNATIONAL COMPETITIVE BIDDING BASIS)
1.0

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

BRIEF SCOPE OF WORK AND TIME SCHEDULE

2.1

BRIEF SCOPE OF WORK


The following pipeline project under three Packages are to be executed on EPC
basis. Following shall be executed under this tender.

Package

Section

Al
I
A2

II

III

.026.t

Line

Mallavaram Dispatch Terminal


(Ch.0.00 km) to IPS-1 (Ch.
152.888 km)
Feeder pipeline from FSRU DT
to SV-4001
Pipeline from IPS-1 (Ch. 152.888
km) to IPS-3 (Ch. 421.068 km)
from IPS-3 (Ch. 0.00 km) to
Ramagundam RT (RFCL) (Ch.
29.447 km)
Pipeline from GAIL Vijaipur DT
(Ch. 211.142+2.6 km) to 039-SV3907 (Ch. 180.0111cm)
&
from 039-SV-3907 (Ch. 0.00 km)
to Bina RT (Ch. 103.636 km)

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

Commissioning & post


commissioning assistance

17 (Seventeen) Months from the date of

1 (one) Month after Pre-

LOA

commissioning

SALIENT FEATURES OF BIDDING DOCUMENT :


a)
b)
c)

Type of Enquiry
Bidding Document No.
Bidding Document on Sale

d)
e)

Site Visit
Pre-Bid Conference

f)

i)

Last date of Receipt of Bidder's


Queries for Pre-bid Conference
Last Date and time of submission : 16:00 hrs. 1ST on 27.09.2016
of Bids
: 17:00 his. 1ST on 27.09.2016
Opening of Un-priced Bids
In
presence
of
authorised
representative of attending Bidders.
Cost of Bidding Document
: INR 1,00,000 or US$ 2000

j)

Bid Validity

g)
h)

: International Competitive Bidding


GITL/MBBVPL/1000/006
: 22.08.2016 to 22.09.2016 till 18:00 Hrs
1ST
: 02.09.2016 to 03.09.2016
: 1200 hrs. 1ST on 07.09.2016 at GSPL
INDIA TRANSCO LIMITED, GSPL
Bhavan, Plot No. E-18,GIDC Electronic
Estate, Sector No.-26, Gandhinagar 382028, Gujarat, India
:
06.09.2016

: 6 Months from the last date of bid


submission

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.

3.1.4 Bids are required to be submitted through e-Tendering Web site/Portal


https://eprocure.gov.in only, on or before the specified Bid Due Date & Time. The
procedure for submission of bids is as per ITB (Instruction to Bidders).
3.1.5 Manual Bids/Offers shall not be permitted and/ or entertained. The offers submitted
through the designated e-Tendering system shall only be considered for evaluation.
Bids submitted in physical form or sent in any other form such as through Telex/
Telegraphic/ Fax/ E-mail! Computer floppy/CD/DVD/Pen Drive etc. shall not be
accepted.

4.0

BID QUALIFICATION CRITERIA ( BQC)

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

(In Single Stretch)

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

Qualification criteria for multiple packages:


Bidders are allowed to quote for multiple packages under the IFB as well as under
tenders to be floated by GITL for different sections of MBBVPL Project in future. If
bidders wish to participate in tenders for MBBVPL Project, following qualification
criteria shall be considered for evaluating award of multiple packages:
Qualifying Project

Networth

Bank Solvency

Size(Diameter) & Single stretch


Details

One package

Two Package

length

Single Qualifying Project of 24" or

Networth and Bank Solvency

higher x 125 Km will be eligible for

shall be equal to cumulative

bidding for multiple packages.

requirement for each package

Three package

4.4

Indian Bidder should be a Company registered under Companies Act 1956/2013.

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

BID SECURITY /EARNEST MONEY DEPOSIT (EMD): Amount of EMD shall be as


below:
EARNEST MONEY DEPOSIT

MBBVPL

F,ANS

For Indian Bidder (INR)

For Foreign Bidder (USD)

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

A set of Bidding Document (non-transferable) may be purchased on any working day


during the sale period from Head (Procurement), Tel. 079-23268500/600/700: GSPL
INDIA TRANSCO LIMITED, GSPL Bhavan, Plot No. E-18,GIDC Electronic Estate,
Sector No -26, Gandhinagar - 382 028 Gujarat, India on written request and upon
payment of Cost of Bidding Document (non refundable) in the form of crossed
demand draft or pay order from any Indian Scheduled Bank or any Indian branch of
an International Bank, in favour of GSPL India Transco Limited and payable at
Gandhinagar. Request for sending Bidding Document by post, courier or any other
mode shall not be entertained.

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

Bidder shall purchase Bidding Document upon submission of Non Disclosure


Agreement signed by Authorised Signatory strictly in line with format attached along
with this IFB on Rs. 200 stamp paper.

6.5

Original documents as referred in Instruction to Bidders will be received by Head


(Procurement) Tel. -079-23268500/600/700 at GSPL INDIA TRANSCO LIMITED,
GSPL Bhavan, Plot No. E-18, GIDC Electronic Estate, Sector No -26, Gandhinagar 382028, Gujarat, India.

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.

6.10 Fax / E-mail Bids shall not be accepted.


6.11

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

Signature Not Verified


Digitally signed by AMIT KUMAR GUPTA
Date: 2016.08.22 18:38:00 IST
Location: India
Page 6 of 6

You might also like