Invitation for Pre-Qualification of Bidders for Mounded Pressurized Storage Vessels for LPG TENDER NO. : E&P:PQR:MSV/10-11/ 01 DATED

Size: px
Start display at page:

Download "Invitation for Pre-Qualification of Bidders for Mounded Pressurized Storage Vessels for LPG TENDER NO. : E&P:PQR:MSV/10-11/ 01 DATED"

Transcription

1 Invitation for Pre-Qualification of Bidders for TENDER NO. : E&P:PQR:MSV/10-11/ 01 DATED

2 Bharat Petroleum Corporation Ltd., (BPCL) a Fortune 500 Company on behalf of itself seeks Pre-qualification requests from reputed & experienced PRESSURE VESSEL FABRICATORS to carry out design, engineering, inspection, testing of materials, fabrication, erection / installation, commissioning of MOUNDED PRESSURIZED STORAGE VESSLES FOR LPG / PROPANE (as per PD-5500) and construction of civil foundations for the above ground pressure vessel / mounded pressure vessels for STORAGE OF LPG /PROPANE at its four different locations. BPCL requests interested, competent, experienced, technically sound and reputed PRESSURE VESSEL FABRICATORS to submit their Pre-Qualification Request for the above Job. 1. Bidders should meet the following qualification criteria Technical a. The established bidder shall have the experience of executing similar jobs (i.e. Mounded vessels, Bullets & spheres with their civil foundation, process columns) in India or abroad in the last five years. b. The bidders must have fabrication workshop duly approved by PESO (Chief Controller of Explosive), Nagpur and should also have the approval for manufacturing the pressure vessels at project site. c. All bidders are required to obtain approval for design/fabrication of pressure vessel at each site from CCOE. d. Bidders should have satisfactorily completed the pressure vessel with design pressure of 14Kg/cm 2 or more. e. Bidders should have adequate experience on safety & site work permits required for working in hazardous area like an operating petroleum plant. f. The successful bidder has to arrange the space for fabrication yard outside BPCL premises, incase adequate space is not available in BPCL plants Financial a) 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. b) Jobs shall be awarded based on competitive bidding for each site & maximum two location s job can be awarded.if the job is awarded for more than one site then the successful bidder shall be required to execute work simultaneously and independently for each site. c) The bidders are eligible to quote for one or more location depending on meeting the following criteria: i. Turnover The average annual turnover of the bidder during the last three years ending on & Job Order value be as given below : 2 / 13

3 S.N Tonnage Capacity Average Annual Turnover Value for last 3years (` in crores) Bidder should have executed jobs of similar nature either single order or two orders or three orders of following values (minimum values in `crores) Single Order Value Two Orders each value of Three orders each value of 1 300MT Minimum (5M dia x 37.5M ) 2 600MT Minimum (6M dia x 48.5M ) 3 2X600MT Minimum For a combination of 300MT+600MT Minimum For a combination of 300MT+2X600MT 6 For a combination of 600MT+2X600MT Minimum Minimum ii. Execution Capability AND Party should have fabricated pressure vessels of 22mm to 30mm thick BQ plates and capacity of vessel equal to 60% of proposed vessel capacity. 2. The bidder is to provide its status as to whether it is a Co-operative firm, company, a joint venture company under relevant statute and submit the supporting documents. 3. The location wise details of mounded storage vessels are as under: LOCATION TANKAGE in MT STANDARD SIZE PROPOSED 1 CHERLAPALLI X600MT(6M dia x 48.5 M ) 2 LUCKNOW 600 1X600MT(6M dia x 48.5 M ) 3 RAJKOT x 300MT ( 5M dia x 37.5M ) 4 KHURDA 300 1X300MT(5M dia x 37.5 M ) 3 / 13

4 4. Vendor shall provide details of equipment i.e. welding sets, DG sets, rolling machine, UST machine, gas cutter, SAW welding machines,rollers, Hoisting tools, hydraulic press, mobile cranes, oven etc,. 5. Vendor shall indicate their pressure vessel manufacturing capacity both at site and workshop. The details may also be furnished to show how they intend to undertake the shop fabrication/site fabrication jobs. The past and present contracts, man power, equipment details, etc. 6. Vendor should have rolling machine for minimum 2500mm width & minimum thickness as per vessel design. 7. Vendor should also provide details of site team, QAP, details of out sourcing of services / equipments. 8. Broad scope of work is as under: a. Soil investigation & design of foundation of mounded vessel. b. Cathodic protection System. c. Providing & erection of Fire Screen wall to isolate operational area and safety. d. Work permit to be followed in operating plants. e. Preparation of foundation including supply of suitable soil/sand /boulders. f. RCC retaining wall. g. Approval of vessel design from TPIA viz. BVIS/LRIS/EIL/TUV. h. Approval of vessel drawing/design from CCOE prior to fabrication and as built. i. Handling of BQ plates,identification,inspection, rolling, fabrication & welding of pressure vessels /segments, radiography of welds, hydro-testing of vessels, as per PD5500 code, j. P.U coating vessel and making mound as per detailed specifications. 9. 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. BPCL reserves the right to accept / reject any or all prequalification documents at their sole discretion without assigning any reason whatsoever. c. BPCL, at its discretion reserves the right to verify information submitted and inspect the facilities at party s work to confirm their capabilities. d. The bidder would be pre-qualified based on data and documents provided by him and also based on information available with BPCL with regard to the bidder s credentials. e. BPCL reserves the right to change the quantity (increase or decrease) to be tendered before opening the price bid. f. The main tender document shall be issued to the pre-qualified bidders only. 4 / 13

5 g. 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. h. The qualified bidder should accept the jobs if awarded, of any one location or combined. 10. Bids shall be opened location wise & region wise in the following order: i. Cherllapali ii. Lucknow iii. Rajkot iv. Khurda 11. The Pre Qualification Request should reach the below address latest by 1700 Hrs of in a sealed envelope super scribed Pre Qualification Request for /Propane, The bidders who are short listed shall be provided with balance technical details and the price bid documents for submission of final bid along with EMD. BPCL reserves the right to reject the application(s) at its sole discretion. Dy. General Manager (Engineering) Engineering & Projects - HQ, 2 nd floor Bharat Petroleum Corporation Ltd, Plot No. A5&6, Sector1, Noida (UP) India Tel: , Fax: kumard1125@bharatpetroleum.com 5 / 13

6 ANNEXURE 1 STATEMENTOF CREDENTIALS Tenderer should fill below mentioned details along with the Technical bid. Please state "NOT APPLICABLE' in case you have no positive answer. For example, if you are-not a proprietary firm, please state "NOT APPLICABLE' against item No. (B) 1 below instead of keeping the same blank. A) 1. Name and address of the Contractor 2. Telephone Nos. 3. Fax & 4. Name of Contact Person: B) 1. Sole Proprietorship : (Give name of the Proprietor) 2. Partnership firm : (i) (Give names of the partner & copy of partnership deed) (ii) (iii) (iv) 3. Private or Public Limited Company Give list of Directors. Also (1) attach copies of certificate (2) of incorporation & audited (3) Balance sheet for last (4) 3 years C) Type of works in which engaged as an independent contractor: 1 PF Code No. received vide letter No. Dt. issued by PF Commissioner /PF Department. (Copy to be enclosed ). 2 COCE approval under SMPV Rules for Pressure Vessel (Unfired), 1981 letter No. Dt. issued by (Copy to be enclosed) 3 PAN no & TAN no / 13

7 4 Details of Registration with other Govt., Semi- Government agencies, Statuary Bodies and Public Sector Undertakings I Oil Companies / reputed consultant, copies Certificates to be enclosed. SR. NO. Registration Certificate No. Date Issued by Financial Limit for single job vendor is registered for 5 Vendor to indicate how many sites can be handled by them simultaneously. Tenderer's Signature 7 / 13

8 PRE-QUALIFICATION CONDITIONS ANNEXURE-2 The tenderer should fulfill following pre-qualification requirement and submit the documents in support of the same. Sr. Requirement No. 1. Should be CCOE approved Fabricator of Pressure Vessel under SMPV Rules, 1981 Unfired). Tenderers confirmation Yes / No 2. Should have completed pressure vessels with design pressure of 14 Kg /Cm2 or more Order Ref. No. Firm/Co. Date of the Order Value Completed on Nature of work (Copy of Order-and -Control Certificate-from TPIA showing design pressure of the pressure vessels to be enclosed) 3. Completed maximum value of single contract / Order for fabrication of pressure vessels in last 5 years Order Ref. No. Firm i Co. Date of the Order Value Completed on Nature of work (Order copy to be enclosed) 4. The average annual turnover for the last 3 years should not be less than as described above in Financial Criteria. 5. Should be in possession of rolling machine having capacity of bending minimum 22 to30 mm plate of 2.5 meter width. Yes/No Annual Report for last 3 years supporting above claim to be enclosed. Capacity: Thick Width Pre-punching Facility :Yes/No. TENDERER'S SIGNATURE 8 / 13

9 ANNEXURE-3 Details of Turn over in last THREE years : YEAR WISE TURNOVER AMOUNT (`. In lacs) Copies of the audited balance sheets or income tax clearance certificates only shall be accepted as authentic document in support of above statement. Originals are to be produced if required by BPCL 9 / 13

10 ANNEXURE-4 Details of job of Single Work Order values (of same nature) carried out in last five years. S.No. Name of works & Location Name of the Party & Work Order Reference Amount (`. In lacs) As per Actual Order Completion time (in Months As per Actual Order Copies of Order, Completion Certificates in support of above to be enclosed. 10/ 13

11 Manpower: ANNEXURE-5 Attach details separately if space is insufficient S.NO. Category Name Qualification Experience Total Experience with Tenderer 1. Manager & Above 2. Engineers 3. Supervisor 4. Manpower Nos. of Engineers having past experience for similar type of job Qualified welders for ASME Sec VIII / BS 5500 / BIS 2825 No. of Experienced Fitters for similar job QC engineer/ staff Contractor shall furnish details of manpower he will employ for this work in case work is awarded to him. Proposed Organogram separately for shop and site activities should be enclosed. 11/ 13

12 ANNEXURE-6 EQUIPMENT : Contractor should furnish the details of equipments available with him for use in this work : S.No. Description of Machinery / Equipment Shop For Fabrication at Site Positioning at site by (in months from date of LOI) 1. Rolling / Bending machine and its capacity (MT) & thickness for fabrication of hemispherical dish end Owned Hired Owned Hired 2. Welding Rectifiers 3. Generating Sets & its capacity in KVA 4. Crane & its capacity in MTs 5. Oven for welding rods a) Stationary b) Mobile 6. Pug cutting Machine / Edge preparation M/c 7. Hydraulic Jack for mock assembly / site erection 8. Stress Relieving furnace & its size 9. Grinders 10. Air compressor 11. Laboratory 12/ 13

13 a) Universal testing machine b) Radiography camera & its source c) Impact testing machine d) Ultrasonic machine 12. Scaffolding material 13. Plate bending machine with capacity, Width Pre-punching facility Thickness 14. Any other equipment. 13/ 13