TENDER NO. : E&P (W) : PQR : AUTOMATION DATED

Size: px
Start display at page:

Download "TENDER NO. : E&P (W) : PQR : AUTOMATION DATED"

Transcription

1 Global Invitation for Pre-Qualification of Bidders for the Terminal Automation related jobs at Bhitoni Depot, Jabalpur / Sewree KC Installation, Mumbai / Manglia Receipt Terminal, Indore. 1. INTRODUCTION : TENDER NO. : E&P (W) : PQR : AUTOMATION DATED Bharat Petroleum Corporation Ltd., a Fortune 500 Company seeks Pre-Qualification Requests from reputed vendors of Terminal Automation Systems for design, engineering, supply site, installation & commissioning of Terminal Automation Systems required for their various petroleum Terminals & depots in India. BPCL operates various such terminals / depots across various regions in India. These terminals & depots are having facilities for receipt, storage and dispatch of various liquid petroleum products viz. Motor Spirit (max. 5 grades), High speed diesel (max. 5 grades), Superior Kerosene Oil (SKO), Furnace Oil, LDO, Ethanol, Aviation turbine fuel (ATF), Naphtha etc.). The product receipt & dispatches are carried out by road tankers / Rail wagons / Pipelines & coastal tankers. The storage is primarily done in above ground cone roof & external floating roof tanks In general, the brief scope of work to be covered under this tender would be as follows but not limited to the following: a. Tank Lorry filling gantry (TLF ) automation (field & control room instrumentation) b. Tank Wagon filling gantry (TWF) automation (field & control room instrumentation) c. Tank Farm Automation System (TFMS) d. Safety PLC based Automation System as per MBL Recommendation. e. Integration with existing automation sub-systems / components of TLF / TWF / TFMS etc f. Integration of dyke drain valve position indicators/ Hydrocarbon detectors/ ROSOV s g. Integration with existing / new MOV s h. ESD system Page 1 of 8

2 This notice is being issued to shortlist vendors for the purpose of tender enquiries to be floated by regional Engineering & Projects Setup at Mumbai for The Terminal Automation related Jobs at Bhitoni depot, Jabalpur/ Sewree KC Installation, Mumbai/ Manglia Receipt Terminal, Indore. The shortlisted vendors shall be considered while floating tender by the Western Region (WR) for the job of The Terminal Automation related Jobs at Bhitoni depot, Jabalpur/ Sewree KC Installation, Mumbai/ Manglia Receipt Terminal, Indore. The address of site is mentioned below: SR NO NAME OF LOCATION ADDRESS OF LOCATION NAME OF SITE POJECT LEADER CONTACT NO 1 Bhitoni Bhitoni POL Depot, Bharat Petroleum Corporation Limited, NH-12, Shahpura, Jabalpur, Bhitoni Madhya Pradesh. Mr. Anil Agrawal Sewree K/C Installation 3 Mangalia Receipt Terminal Sewree Khaucreek Installation, Bharat Petroleum Corporation Limited, Sewree Fort Road, Sewree (East), Mumbai Maharastra. Mangalia Receipt Terminal, Bharat Petroleum Corporation Limited, Manglia Sanver Road, Village Mangalia, Indore , Madhya Pradesh. Mr. Manoj Dutta Mr. Rajat Sengupta Page 2 of 8

3 2. PRE QUALIFICATION CRITERIA: Vendors need to meet following pre-qualification criteria to qualify for short-listing as a successful vendor, who would be considered for tendering process for the job of The Terminal Automation related Jobs at Bhitoni depot, Sewree KC Installation & Manglia Receipt Terminal 2.1 Technical criteria : I. Past Experience: Vendor should have executed successfully at-least 1 project of Terminal automation system at Petroleum oil terminals / depots handling Petroleum products viz. MS, HSD & SKO in the preceding past 10 years reckoned from date of this notice in India or abroad. Such systems should be operating successfully for at least three consecutive years at the time of bid due date. The past experience shall be of handling turnkey responsibilities including Project Management, Design, Engineering, Integration, Testing, Supply, Installation and Commissioning of complete automation system consisting of a. Tank Lorry filling (TLF) and Tank Wagon filling (TWF) automation system comprising of Load Rack Computers (LRCs), Flow Meters, batch controllers etc. for at-least 1 2 loading points for TLF and Full rake for TWF, employing programmable logic controllers (PLC) or DCS systems. AND/OR Experience in supply, erection & successful commissioning of Safety PLC (SIL2 or SIL3) systems. Such safety PLC systems must have been provided for Safety / Emergency Shutdown Operations (monitoring & control) with or without Fire & Gas (Monitoring & Control) at Liquid Hydrocarbon Industries [e.g. Oil Installations handling receipt, storage & dispatch of liquid hydrocarbons (MS/ HSD/ SKO/ LPG etc.)/ Refineries/ Petrochemical plants] in India or abroad. b. The past experience shall also include integration of Tank Farm Management system (TFMS) for at-least 6 nos. Petroleum product tanks with terminal automation system. II. Bidders who do not meet the criteria specified in Clause I above shall be acceptable provided they meet the criteria as specified below a) Bidders who are the Indian subsidiary of foreign Principal or have Technical tie Up with a Collaborator subject to meeting the following Requirements: i. The Principal or Collaborator shall meet the criteria as per clause I above. Page 3 of 8

4 ii. Bidder shall have successfully executed along with the Principal or with the Collaborator at least one Terminal Automation project for Petroleum industry with at least same division of responsibilities as being proposed for this job, in the last 10 years, operating successfully for at least 3 consecutive years at the time of bid due date. iii. Provided Principal or Collaborator assumes complete responsibility for the following, as a minimum; Carrying out design and basic engineering of the complete Terminal Automation System including system architecture, system sizing, system loading, network design, basic database structure, basic hardware and software specification. Supply of basic Terminal Automation Software. Approve QA/ QC programs conforming to their own standards for carrying out the activities proposed to be carried out by the bidder. Either carry out system engineering, system integration, testing and factory acceptance of the complete system or approve design drawings and documents, participate in system integration, testing and factory acceptance with bidder in case bidder is qualified to carry out any or all such activities in line with Clause I above. Participate in commissioning and site acceptance of complete System. Provide logistic support to the bidder, as applicable. III. Bidder shall have experience of having successfully comp leted similar works during last 10 years ending last day of month previous to the one in which applications are invited for either of the following: - Three Similar completed works each costing not less than Rs. 4.5 Cr (USD 0.8 million)) - Two Similar completed works each costing not less than Rs Cr (USD 1.07 million) Or Page 4 of 8

5 - One Similar completed work costing not less than Rs. 9 Cr (USD 1.67 million) Or Bidder shall submit the following documents in support of full filling the above criteria:- - PO copy for the similar works done in the past, indicating value of work. - Completion Certificate indicating P.O No & Date from User. IV. All equipment / subsystems as offered shall be from manufacturing facilities /locations from where similar equipments/ subsystems have been supplied earlier and have completed 3 years of successful continuous operation at the time of issue of this notice. V. Bidder m u s t be having a service centre in India for supporting the terminal automation system for last one year (as a minimum) for taking care of post comprehensive maintenance warranty. VI. Following documents shall be provided by the bidder along with the bid against PQC requirements: a. Proven Track Record of having successfully completed one number of Terminal Automation System in the last 10 years and in operations for last three years. b. Technical tie-up agreement as mentioned above. c. Proof of execution of at least one job of Terminal Automation System by the bidder along with the Principal or Collaborator as mentioned above. d. A certificate of assurance from the Principal / Collaborator, as applicable, highlighting the responsibilities defined. Page 5 of 8

6 2.2 Financial criteria a) Bidder shall have minimum average annual turnover of Rs. 11Cr (USD 2.05 million) as per audited financial results in the preceding three financial years. Turnover shall mean Consolidated Turnover in case of a Bidder having wholly owned subsidiaries b) The bidders should have positive net worth as per the latest audited financial statement. However bidders having negative net worth will also be considered, provided all their annual reports for last three financial years indicate profit after tax. 2.4 General: Besides above mentioned pre-qualification criteria, the following general conditions will also form a part of pre-qualification: a) The contractors who are already enlisted with BPCL should also apply fresh. b) Bidder should have latest and valid PF, Sales Tax Registration Number (CST / VAT) and Service Tax Registration Number. The bidder shall have PAN & TIN Registration Number for WCT. A copy of all such documents should be submitted for records. c) Bidder registered with SSI / NSIC / MSME shall furnish a Xerox copy of the valid certificate for the same. d) Bidder shall meet the technical as well as financial qualification criteria as stated above. Bidder shall furnish necessary documentary evidence, along with the Bid, to establish their meeting of the above Qualification Criteria such as purchase order, completion certificate, client s certificates for satisfactory operation, reference list of previous supplies as applicable, copies of Annual Report, audited Balance Sheet etc. in support of above. e) Bidder shall not be under liquidation, court receivership or similar proceeding. f) BPCL reserves the right to carry out capability assessment of the bidder using in-house information or by seeking information from the users of the terminal automation system supplied by the bidders. Bids of bidders on Holiday as per BPCL records shall not be considered for evaluation and ordering. BPCL reserve the right to access the capability and capacity of the bidder for execution of the project. g) The bidder would be pre-qualified based on data and documents provided by him and Page 6 of 8

7 also based on information available with BPCL with regard to the bidder s credentials. h) The main tender document shall be issued to the pre-qualified bidders only. i) BPCL, at its discretion reserves the right to verify information submitted and inspect the facilities at party s work to confirm their capabilities. j) BPCL decision on any matter regarding short listing of bidders shall be final and any applicant shall not enter into any correspondence with BPCL unless asked for. k) The qualified bidder should accept the jobs if awarded, of any one location or combined. l) BPCL reserves the right to accept / reject any or all pre-qualification documents at their sole discretion without assigning any reason whatsoever. m) In case of Indian bidder, all the bidding document related to Pre-Qualification Criteria should be duly verified and certified by any one of the following independent third party inspection agency viz. SGS/ GLIS Pvt. Ltd./ IRS/ DNV/ LRIS/ EIL/ TATA Projects/ PDIL/ UIPL/ RITES Ltd./ ITSIPL/ Intratek. All charges of the third party for attestations and verification shall be borne by the Bidders for document verification. Bidder has to enclose the TPI verification certificate duly signed & stamped by Authorized signatory of TPI. n) In case of Foreign bidder, all the supporting documents pertaining to Pre- Qualification criteria submitted as evidence shall be certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy / High Commission in Bidder s country. And if duly audited Balance Sheet, Annual Report etc., are not in English language, then the English translation copy of the same shall be furnished duly certified, stamped and signed by Local Chamber of Commerce along with the original Balance Sheet, Annual Report etc., with the PQ bid. 3. SUBMISSION OF PRE-QUALIFICATION REQUEST: The generic information required by the bidders for submitting their pre-qualification bid is provided on Govt. of India web site and our web site It may please be noted that sort-listed bidder(s) shall have to register themselves in our e-tender portal since the main tender (two Part bid) will be floated through e-tender portal. Bidder shall meet the technical as well as financial qualification criteria as stated above. Bidder shall furnish necessary documentary evidence, along with the Bid, to establish their meeting the above Qualification Criteria such as purchase order, completion certificate, client s certificates for satisfactory operation, reference list of previous supplies as applicable, copies of Annual Report, audited Balance Sheet etc. in support of above. Page 7 of 8

8 BPCL reserves the right to carry out capability assessment of the bidder using in-house information or by seeking information from the users of the terminal automation system supplied by the bidders. Bids of bidders on Holiday as per BPCL records shall not be considered for evaluation and ordering. BPCL reserve the right to access the capability and capacity of the bidder for execution of the project. The Pre-Qualification Request should be submitted in the Tender Box kept at below mentioned address latest by 1500 Hrs of in a sealed envelope super scribed The Terminal Automation related Jobs at Bhitoni depot, Jabalpur/ Sewree KC Installation, Mumbai/ Manglia Receipt Terminal, Indore. Tender No - E&P (W) : PQR : AUTOMATION DATED The PQR document shall consist of all the supporting documents required to meet the Qualification Criteria. Dy. General Manager (Engineering), West Engineering & Projects Dept, West Bharat Petroleum Corporation Ltd, A-Installation, Sewree Fort Road, Sewree (E), Mumbai GOVERNING LAWS / JURISDICTION The laws of Union of India shall govern all matters relating to the Pre-Qualification and selection procedure. Only Courts at Mumbai (with exclusion of all other Courts) shall have the jurisdiction to decide or adjudicate on any matter, which may arise out of or in connection with the Pre-Qualification and selection process. Page 8 of 8