NOTICE INVITING TENDER (NIT) FOR MARINE RELATED CIVIL WORKS AND INSTALLATION OF MARINE GANGWAY AND CELL FENDER ASSEMBLY ON JETTY FOR LNG TERMINAL OF M/S RATNAGIRI GAS AND POWER PRIVATE LIMITED, AT DABHOL (MAHARASHTRA) BIDDING DOCUMENT NO. 6724/T-02/08-09/SPL/20 (DOMESTIC COMPETITIVE BIDDING) Engineers India Limited (EIL) on behalf of M/s GAIL (India) Limited (GAIL) (Engineer of M/s Ratnagiri Gas and Power Private Limited) invites sealed bids for the following works: Name of work Cost of Bidding Document Sale Period of Bid Document Bid Due Date / Time Marine related civil works and installation of marine gangway and cell fender assembly on jetty for LNG terminal Rs. 1500/- (Rupees one thousand five hundred only) by Demand Draft in favour of M/s Ratnagiri Gas and Power Private Limited payable at NOIDA, (Uttar Pradesh) From 17.06.2008 to 17.07.2008 (13:00 Hrs to 16:00 Hrs) Upto 12:00 Hrs on 18.07.2008 Contact person: AGM (C&P), Engineers India Limited, EI Annexe-4 th floor, 1, Bhikaiji Cama Place, New Delhi-110066. Telephone: +91-11-26194708(D), 26102121 Extn. 2121 / 2116, Telefax: +91-11-26194722. Email sp.laumas@eil.co.in / pankaj.bisht@eil.co.in For detailed NIT and Bid Documents, visit EIL website www.indianprocessplants.com or GAIL website www.gailonline.com ASSTT. GENERAL MANAGER (C& P) ENGINEERS INDIA LIMITED, NEW DELHI 5-6724-20-Nit-Short
NOTICE INVITING TENDER (NIT) FOR MARINE RELATED CIVIL WORKS AND INSTALLATION OF MARINE GANGWAY AND CELL FENDER ASSEMBLY ON JETTY FOR LNG TERMINAL OF M/S RATNAGIRI GAS AND POWER PRIVATE LIMITED, AT DABHOL (MAHARASHTRA) BIDDING DOCUMENT NO. 6724/T-02/08-09/SPL/20 (DOMESTIC COMPETITIVE BIDDING) 1.0 PROJECT DETAILS 1.1 Government of India had entrusted the revival and restructuring of the Dabhol Project to GAIL and NTPC (both are Government of India Undertakings). GAIL and NTPC formed a Joint Venture Company, named Ratnagiri Gas and Power Private Limited (RGPPL) which has taken over the assets of the Dabhol Project and shall complete the balance works at the LNG Terminal and Power Plant, commission the same and thereafter, operate the facilities. The balance works of completion at the LNG Terminal are being looked after by GAIL as Owner s Engineer to RGPPL.GAIL has appointed Engineers India Limited (EIL), a Government of India undertaking as their primary project management consultant for completion of balance works of the marine facilities of the LNG terminal. 1.2 EIL on behalf of Owner's Engineer i.e. GAIL invites sealed bids in single stage two envelope bidding for Marine related Civil Works and Installation of Marine Gangway and Cell Fender Assembly on Jetty from competent Indian agencies with sound technical and financial capabilities and meeting the qualifying requirements as stated under Para 7.0 below. 2.0 BRIEF SCOPE OF WORK Brief Scopes of works under this tender comprises of. Installation of timber fenders, ladders at the Jetty head and Navigational dolphins using steel clamps on the piles at the jetty head and navigational dolphins. Installation of Hydraulic Gangway at the jetty head Installation of Bridgestone cell fender and fender frame Installation of safety chains at navigational dolphins. Fabrication and fixing of Tubular handrails at navigational dolphins. Platform, safety ladder and timber fenders at Navigational dolphin ND4. Fabrication and fixing of steel gratings for the steel walkways. Fabrication and installation of structural items Supply and installation of timber fenders. The detailed scope of work is given in the Bidding Document. 4-6724-20-Nit Page 1 of 4
3.0 TIME SCHEDULE: 4 (Four) Months from the date of Letter / Fax of Intent 4.0 SALIENT FEATURES OF BIDDING DOCUMENT a) Bidding Document No. : 6724/T-02/08-09/SPL/20 b) Sale Period From 17.06.2008 to 17.07.2008 (13:00 Hrs. IST to 16:00 Hrs. IST) c) Bid Security : Rs. 7,00,000/- (Rupees Seven Lakhs only) d) Last date of Receipt of Bidder's Queries for Pre-bid e) Last Date and time of submission of Bids f) Opening of Unpriced Bids : 12:00 Hrs. IST on 08.07.2008 : 12:00 Hrs. IST on 18.07.2008 : 14:30 Hrs. IST on18.07.2008 In presence of authorised representative of attending bidders. g) Document Fee : Rs. 1500/- (Rupees One thousand five hundred only) 5.0 Bidding Document can be purchased by interested agencies on any working day (Monday to Friday) during sale period from Sale counter, Engineers India Ltd., EI Annexe building, 1, Bhikaiji Cama Place, R.K Puram, New Delhi- 110066 on written request and upon payment of non-refundable Document Fee payable through crossed demand draft/bankers cheque in favour of Ratnagiri Gas and Power Private Limited, NOIDA. Request for sending Bidding Document by Post/ Courier or any other mode shall not be entertained. (If any of the day identified above happen to be EIL holiday, the next working day shall be implied). 6.0 Bidding Document can also be downloaded from the web site of GAIL (www.gailonline.com) or EIL (www.indianprocessplants.com). Agencies who have downloaded the Bidding Document from the GAIL/EIL web site are required to pay the cost of Bidding Document by Demand Draft/Banker s cheque along with the bid. Bid submitted on downloaded documents shall not be considered for opening without requisite fee of the Bidding document, such Bids shall be returned to the Bidders and the representatives of such Bidders shall not be allowed to attend the Bid opening. For Bid submitted on downloaded document, the Bidder in whose name the Bid and the EMD is submitted shall be considered for Evaluation. During downloading of the Bidding Documents, if any Agency does not provide proper address, phone no., fax no., email address etc. then in such a case any communication with respect to Addendum, extension in bid submission date etc. shall not be sent to them. Bidders desirous to submit their Bids on downloaded document shall also visit the website subsequently for updating themselves with the issue of any Amendment/ Addendum/ Corrigendum/ 4-6724-20-Nit Page 2 of 4
extension of date of sale period or Bid submission date prior to last date of submission of their Bids. 7.0 BID EVALUATION CRITERIA 7.1 EXPERIENCE CRITERIA The bidder must have successfully completed at least one job consisting of Fabrication & Installation of Structural Units (Concrete or Steel) and /or Installation of Equipments in marine environment on berth / jetty /offshore platforms/port / Marine facilities during the last 7 years from the last date of submission of bid. 7.2 FINANCIAL CRITERIA 7.2.1 The annual turnover of the Bidder shall be minimum Rs 175 Lakhs (Rupees One Hundred Seventy Five Lakhs only) as per the audited financial results in any of the three preceding financial years. 7.2.2 The financial net worth and return on equity of the Bidder in the last financial year shall be positive. 7.2.3 The bidder should have minimum working capital of Rs. 35 Lakhs (Rupees Thirty Five Lakhs Only) in the last financial year. If the bidder s working capital is inadequate, the bidder shall supplement the shortfall with letter issued by his Banker, having net worth not less than Rs. 100 Crore, confirming the availability of line of credit to meet the specified working capital requirement. 8.0 The Bidder shall furnish documentary evidence by way of copies of work order, completion certificate, and Balance Sheet or Audited Financial Statements including Profit & Loss Account etc. along with the Bid to establish his experience and track record meeting qualification criteria. Bidders should ensure submission of complete information/ documentation in the first instance itself. Qualification may be completed based on the details so furnished without seeking subsequent additional information. 9.0 Bidder submitting their bids should not be under liquidation, court receivership or similar proceedings. 10.0 Bids from consortium/joint venture shall not be accepted. 11.0 RGPPL or its authorized representative reserves the right to use in-house information for bidder s qualification. 12.0 RGPPL or its authorized representative reserve the right to assess bidder s capability to execute this work by taking into account various aspects such as concurrent commitments and performance during evaluation of bids. 13.0 Bidder shall purchase bidding document in their own name and submit the bids directly. The bidding document is non-transferable. 14.0 Bids must be accompanied with the bid security as mentioned above in the form of Bank Guarantee. Bids not accompanied with requisite bid security or 4-6724-20-Nit Page 3 of 4
bid security not in the requisite form specified above, shall be considered as non responsive and such Bids shall be rejected. 15.0 Bids will be received at Receipt Section, Engineers India Ltd., EI Annexe, 1, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066. Time and date of opening of Price Bids shall be intimated only to qualified and technocommercially acceptable Bidder(s) at a later date. Bid for fractional part shall not be considered for evaluation. 16.0 RGPPL or its authorized representative shall not be responsible for any costs or expenses incurred by Bidder in connection with the preparation or delivery of Bids, including costs and expenses related with visits to the site. 17.0 Bids sent through Fax/ E-Mail shall not be accepted. 18.0 Bids received late due to any reason, what so ever shall be rejected. 19.0 RGPPL or its authorized representative reserve the right to reject any or all Bids received without assigning any reason. 20.0 Contact person: AGM (C&P), Engineers India Limited, EI Annexe-4 th floor, 1, Bhikaiji Cama Place, New Delhi-110066. Telephone: +91-11-26102121 Extn. 2121 / 2116, +91-11- 26194708 (D) Telefax: +91-11-26194722, Email sp.laumas@eil.co.in / pankaj.bisht@eil.co.in ASSTT. GENERAL MANAGER (C& P) ENGINEERS INDIA LIMITED, NEW DELHI 4-6724-20-Nit Page 4 of 4