BID QUALIFICATION CRITERIA TERMINAL AUTOMATION SYSTEM AT BARAUNI TOP

Size: px
Start display at page:

Download "BID QUALIFICATION CRITERIA TERMINAL AUTOMATION SYSTEM AT BARAUNI TOP"

Transcription

1 BID QUALIFICATION CRITERIA TERMINAL AUTOMATION SYSTEM AT BARAUNI TOP BHARAT PETROLEUM CORPORATION LIMITED BHARAT BHAVAN, PLOT NO. 31, KIT SCHEME NO. 118, PRINCE GULAM Md. SHAH ROAD, GOLF GREEN KOLKATA

2 BID QUALIFICATION CRITERIA BID QUALFICATION CRITERIA AND PUBLICATION OF GLOBAL PRESS ADVERTISEMENT FOR THE JOB OF CONVENTIONAL TERMINAL AUTOMATION SYSTEM ALONG WITH MB LAL RELATED SAFETY PLC AUTOMATION SYSTEM AT BARAUNI TOP A. OBJECTIVE This is a Bid Qualification criteria and publication of Global Press advertisement for invitation of bids under three part bid system for the Subject job. B. BACKGOUND It has been decided to provide conventional Terminal Automation system with MB Lal related safety PLC automation at Barauni TOP. The subject tender is floated by Engineering & Projects Department, Eastern Regional office under three part bid system viz. i) Pre-qualification bid, ii) Techno-commercial bid and iii) Price bid. C. BRIEF SCOPE OF WORK INCLUDING CONVENTION TERMINAL AUTOMATION SYSTEM WITH SAFETY PLC SYSTEM AT BARAUNI : Design and system engineering of complete Terminal Automation system along with Safety PLC based Automation System as per given System Architecture. Supply of Conventional & safety PLC along with all necessary cabinets. Dynamic & static graphic representation of all the operating facilities in installation on the basis of system architecture as well as site survey/study by vendor is required at Operator Interface Consoles. Manufacture, Supply, Installation, Cable laying, Field Testing, Commissioning, Trial Run, Site Acceptance and Stabilization of the complete system of complete conventional & Safety PLC System (hardware and software) consisting of sub systems as per enclosed System Architecture Drawing : Emergency shutdown sub-system [based on SIL2 (or better) certified Programmable Logic controller] as per system architecture enclosed. Supply, installation and commissioning of Radar Level Gauges and interface with existing Servo Level gauges including supply of Computer Interface Unit for Page 2 of 10

3 both Radar Level gauges and Servo level gauges following standard of Tank Farm Management System. Supply, installation, testing and commissioning of Batch Controllers, pulse transmitters, digital control valves and installation of existing flow metering system at TLF gantry, including supply, testing, commissioning of online master meters and proving tanks. Terminal Server system, LRC, OIC, TTES and SAP TAS computer for Control Room and Planning Room. Establishment of network connectivity between Planning and Control Room. SAP TAS interface. Data Entry terminal, Electronic Display Unit for Tank Lorry Management at entry Gate and inside TLF Gantry. Access Control system, including supply of Turnstile and Boom Barriers at Licensed and De- Licensed Premises. Interface cabling of conventional PLC with existing MOV. Auto sequencing of TLF Pumps based on pump demand. Hi-Hi Level Switch on Product Tanks. ESD PB Station FLP /WP Hooter FLP Junction Boxes (Power / Control Signal) Uninterrupted Power supply system Supply, Laying / Glanding / Termination / Loop Checking of signal / power / control cables. Cabling (Supply & laying), Field Testing, Commissioning, Integration (hardwiring/ digital interface with PLC), Site Acceptance Test of following instrumentation/ sub-systems [to be provided by BPCL as Free issue items; protocol details (open/ proprietary) wherever applicable, will be provided by BPCL], with the proposed Automation System including development & successful implementation of serial interface as well as supply/ laying/ termination of signal/ communication cables. ROSOVs (Remote Operated Shut-Off Valves to be installed by BPCL) to be hardwired with safety PLC. Page 3 of 10

4 Hydrocarbon Detectors / Transmitters (to be installed by vendor) - to be hardwired with safety PLC. Existing & to be supplied Tank Farm Management system (Analog Level measurement O/P and Hi Level Contact O/P) - to be hardwired with safety PLC Existing Fire Fighting system (Pr.switches/ MCPs/ FW pumps / MCC starter panels)- to be hardwired/serially interfaced ( MODBUS RTU) with safety PLC. Existing MOVs (ESD ports ) to be hardwired with safety PLC as applicable. HVLR System( to be provided by BPCL) - interfaced(modbus RTU) with safety PLC to be hardwired / serial Existing On-line Blending systems -serial interfaced (MODBUS RTU) through its PLC/ VFD/ ] Existing MCC panels / VFD control panels ( of Product Pumps ) are to be modified for provision of ESD ports. Such ESD ports are to be hardwired with safety PLC to stop these pumps on actuation of ESD Push Button. NOTE: Protocol details for proprietary/open protocols will be arranged by BPCL. However software drivers are to be developed by automation Vendor D. BID QUALIFICATION CRITERIA The bid qualification criteria are as follows: 1. TECHNICAL CRITERIA : 1.1 Past Experience: Vendor should have executed successfully at-least 1 project of Terminal automation system using their own Terminal Automation Software Package, 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 one year at the time of bid due date. i) 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) automation system comprising of Load Rack Computers (LRCs), Flow Meters, batch controllers etc. for at-least 12 loading points for TLF Gantry, employing programmable logic controllers (PLC) or DCS systems. AND Page 4 of 10

5 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. ii) 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. 1.2 Bidders who do not meet the criteria specified in Clause1.1 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 1.1 above. 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 1 year 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 1.1 above. Participate in commissioning and site acceptance of complete System. Provide logistic support to the bidder, as applicable. Page 5 of 10

6 1.3 All equipment / subsystems as offered shall be from manufacturing facilities / locations from where similar equipments/ subsystems have been supplied earlier and have completed 1 year of successful continuous operation at the time of bid due date. 1.4 Bidder (applicable to OEMs of TAS system & Safety PLC systems) must be having a service centre in India for supporting the terminal automation system & safety PLC system for last one year (as a minimum) at the time of bid due date for taking care of post comprehensive maintenance warranty. 1.5 Bidder (applicable to OEM of TAS system supplying Safety PLC systems as bought-out item) must meet following requirements- Availability of service centre in India as an OEM for supporting the terminal automation system for last one year (as a minimum) at the time of bid due date for taking care of post warranty comprehensive maintenance. Availability of service centre in India for Safety PLC system by its OEM for supporting the Safety PLC systems for last one year (as a minimum) at the time of bid due date for taking care of post warranty comprehensive maintenance. 1.6 Experience of having successfully completed similar works during last 10 years ending at the time of bid due date should be either of the following : Three similar completed works each costing not less than INR 4.03 Crores ( USD 0.73 Million) OR Two similar completed works each costing not less than INR 5.04 Crores (USD 0.92 Million) OR One similar completed work costing not less than INR 8.06 Crores (USD 1.46 Million) Bidder shall submit the following documents (as a minimum) 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. - User s Feedback about successful operation of the Terminal Automation System/s with Safety PLC System for at least one year at the time of bid due date. Page 6 of 10

7 2. FINANCIAL CRITERIA : 2.1 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 / calendar years indicate profit after tax. 2.2 Bidder shall have following minimum average annual turnover as per audited financial results in the preceding three financial / calendar years ending before the bid due date as under: Indian Bidder : INR Crores Foreign Bidder : USD 1.82 Million Turnover shall mean Consolidated Turnover in case of a Bidder having wholly owned subsidiaries. 2.3 Bidder shall not be under liquidation, court receivership or similar proceeding. (An undertaking for same needs to be submitted). Bidders shall furnish annual report/audited balance sheet including profit & loss a/c along with the Bid to establish bidder s conformance to qualification criteria. 3. GENERAL Besides above mentioned bid- qualification criteria, the following general conditions will also form a part of bid- qualification criteria: a. The contractors who are already enlisted with BPCL should also apply fresh. b. Bidder who is on Holiday List as per BPCL records, need not to apply. c. BPCL reserves the right to accept / reject any or all bid- qualification documents at their sole discretion without assigning any reason whatsoever. d. BPCL, at its discretion reserves the right to verify information submitted and inspect the facilities at party s work to confirm their capabilities. e. The bidder would be short-listed based on data and documents provided by them and also based on information available with regard to bidder`s credentials. f. Bidders are required to submit their offers in three part bid system i) Pre- Qualification bid (BQC), ii)techno-commercial bid and iii) Price Bid by the due date and time as given in the Tender on e-platform. However, the tender document shall be displayed in BPCL Website and Govt. portal (CPPP) also. Page 7 of 10

8 g. On the due date, Pre-qualification bid shall be opened. After evaluation of the pre-qualification bid based on the set qualification criterion, the technocommercial bid of qualified bidders shall be opened. After evaluating the bidders techno-commercially, the price bid of techno-commercial qualified bidders shall be opened and evaluated. h. 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. i. Bidder should have latest and valid PF, Sales Tax Registration Number (CST / VAT) and Service Tax Registration Number, PAN & TIN Registration Number for WCT, if applicable. j. Bidder registered with SSI / NSIC / MSME shall furnish a Xerox copy of the valid certificate for the same. k. BPCL reserves the right to carry out capability assessment of the bidder using inhouse information or by seeking information from the users of the terminal automation system supplied by the bidders. BPCL reserve the right to access the capability and capacity of the bidder for execution of the project. l. 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 for last 3 years etc. in support of above and 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 m. In case of Indian bidder, all the bidding document related to bid-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 Bid- 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 bid. Page 8 of 10

9 E. TIME LINE FOR SUBMISSION OF BIDS 1. Bids must be submitted by the time and date mentioned in the Detailed Invitation for bid. 2. The Owner, BPCL may, at its discretion, extend the deadline for submission of bids by issuing an amendment, in which case all rights and obligations of the Owner and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended. 3. Any bid received by the BPCL after the deadline for submission of bids will be declared "Late" and rejected and representative of such Bidders shall not be allowed to attend the Bid opening. Unopened bids shall be returned to the Bidder. 4. Unsolicited bids or bids submitted at address other than one specifically stipulated in the bid document shall not be considered for opening/evaluation. 5. Bids received by way of Fax or Telex or Telegram or or in open condition shall not be considered. 6. The Bidder may modify or withdraw its bid after the bid submission, provided that written notice of the modification or withdrawal is received by the BPCL prior to the deadline prescribed for submission of bids. 7. The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of procedure for submission of bids. A withdrawal notice may also be sent by or fax but must be followed by signed confirmation copy. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder. 8. No bid shall be modified after the deadline for submission of bids. F. OWNER S RIGHT 1. Owner BPCL reserves its right to call for original of the supporting document for verification, if so deemed fit and also to cross check for any details as furnished by the Bidder from their previous clients/consultants etc. Bidder shall have no objection whatsoever in this regard. 2. Owner BPCL reserves the right to make use of available in-house data also for short-listing of Bidders who have submitted Bids. Page 9 of 10

10 3. Owner BPCL reserve the right to assess Bidder s capability and capacity to execute the work using in-house information including taking into account other aspects such as concurrent commitments, past performance etc. 4. No Bidder shall contact the Owner on any matter relating to its Bid from the time of submission of Bid, unless requested so in writing. 5. Bidder to note that non-submission of relevant supporting documents may lead to rejection of their Bid. It is to be ensured that all relevant supporting documents shall be submitted along with their Bid in the first instance itself. Evaluation of Bid may be completed based on the details so furnished without seeking any subsequent additional information. G. EVALUATION METHODOLOGY 1. The tender will be floated under three part bid system viz. i) Pre-qualification bid, ii) techno-commercial bid and iii) price bid. On the due date, Pre-qualification bid shall be opened. After evaluation of the pre-qualification bid based on the set qualification criterion, the techno- commercial bid of qualified bidders shall be opened. After evaluating the bidders techno-commercially, the price bid of techno-commercial qualified bidders shall be opened and evaluated. The tender will be an e tender and tender document including bid-qualification criteria would be provided on our e procurement portal BPCL Website and CPP Portal The vendors who have responded in the past to our Automation jobs will be intimated over s also along with press advertisement. 2. A Pre-Bid meeting before submission of bid shall be held with prospective bidders. 3. Techno-commercial bids/commercial evaluation / TEC approvals shall be taken as per BPCL guidelines for contracts: Works & Services as applicable. 4. Commercial evaluation (Price Bid) will be done on overall basis for the job of conventional terminal automation system along with M B Lal related safety plc automation system at BARAUNI TOP. 5. The technical and financial inputs provided by the prospective bidders against bid-qualification criteria may be used for registering them as regular vendors/ contractors for subject job in E&P- ER in line with the Guideline for Registration of Contractors. Page 10 of 10