Professional Documents
Culture Documents
Page 1 of 1
1.1
Mumbai Port Trust (MbPT), located within Mumbai Harbour, is one of the premier ports in
India. The port has total 27 berths in Indira Dock including 4 berths along harbour wall. The
Port has two chemical berths at Pir Pau and four POL berths at Jawahar Dweep. MbPT has
an aggregate cargo handling capacity of about 44 Million Tons per Annum (MTPA).
1.2
Mumbai Port Trust intends to construct fifth oil berth to meet the additional requirements of
the Oil Companies. The project in the present workincludes one (1) no. of Crude Oil
Pipeline of 42 size with offshore length approx. 4 km & onshore length approx. 1 km from
Jawahar Dweep (JD) to Pir Pau (PP) including installation of subsea cable & associated
pipeline terminal works.
1.3
MbPT has appointed EIL as Project Management Consultant for this Project.
1.4
MbPT invites e-bids, under single stage single part bid system, on Global Competitive
Bidding basis from competent agencies with sound technical and financial capabilities
meeting the Qualification Criteria specified herein.
2.0
SCOPE OF WORK
2.1
The brief scope of work envisaged for the tender includes the following:
a)
Supply, installation and testing for 4.0 km (approx.) long offshore pipeline from land
fall point at Jawahar Dweep i.e. LFP (JD) to landfall point at Pir Pau i.e. LFP (PP) in
shallow water/ intertidal zones (maximum water depth 7 m approx. w.r.t chart datum)
including pre-engineering survey, pre-construction survey, procurement &installation,
pipeline coating works, trenching and backfilling works. Pipeline details are as under:
b)
Supply, installation and testing for 1.0 km (approx.) long onshore pipelinesection
(above ground)from LFP (PP) to proposed Pipeline Manifold (PP)at Pir Pau along
withprocurement, construction/ fabrication,testing etc. for terminal works involving
Pipeline Manifold (PP), scraper receiver, sump tank,all piping works including hookups with the existing facilities and all associated works. Pipeline details are as under:
c)
Pipeline of 42 (1067.0 mm) OD 17.5 mm wall thickness, API 5L Gr. X-60, PSL
2, three layer polyethylene (3LPE + anti slip) coated and 100 mm thick
continuous concrete weight coated.
Supply, installation and testing for 250 m (approx.) long onshore pipeline section
(buried) from proposed Pipeline Manifold (JD) to LFP(JD) along with procurement,
construction/ fabrication, testing etc. for terminal works involving Pipeline Manifold at
JD including scraper launcher,SRV skids, sump tank, all piping, hook-ups and
associated civil works. Pipeline details are as under:
Pipeline of 42 (1067.0 mm) OD 17.5 mm W.T., API 5L Gr. X-60, PSL 2, three
layer polyethylene (3LPE) coated.
d)
Page 2 of 2
Supply & installation of subsea power cable from Jawahar Dweep Terminal to Pir Pau
Terminal including trenching and backfilling.
2.2
3.0
3.1
Technical Criteria
3.1.1
3.1.2
Bidder shall either own or shall submit commitment letter from Pipelay Barge/ installation
barge supplier for deployment of shallow water pipelay/ installation barge (for the duration
as per project schedule) for installation of offshore pipeline section. The barge shall be
suitable for the installation of size 1067 mm (42) pipeline with 100 mm thick concrete
coating (overall diameter 1267 mm) in similar range of water depth or higher as per bid
requirement. Details of Marine Spread/ Pipelay barge and previous track record (PTR) shall
be submitted along with the bid for evaluation at bid stage.
3.1.3
Bidder by himself or may engage Sub-contractors for works such as power cable laying,
trenching and burial of offshore pipeline & cable, pigging and hydrostatic testing, cathodic
protection, onshore works etc. as applicable. These agencies proposed by bidder shall be
evaluated post-award of the work. Contractor shall furnish (post-award) necessary
documentary evidence of relevant proven experience forself or the proposed Subcontractors. Bidder shall confirm compliance.
3.2
FINANCIAL CRITERIA:
3.2.1
3.2.2
Networth Criteria
The networth of the bidder as per the immediate preceding years audited financial results
should be atleast Rs 30.45 Crore (USD 4.42 Million).
Note : Networth means paid up share capital, Share Application Money pending allotment* and
reserves# less accumulated losses and deferred expenditure to the extent not written
off.
Page 3 of 3
# Reserves to be considered for the purpose of networth shall be all reserves created
out of the profits and securities premium account but shall not include reserves created
out of revaluation of assets, write back of depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share
to be allotted.
Accordingly, the definition of Networth shall be as follows:
Paid up share capital
Add : Share Application Money pending allotment
Add : Reserves (As defined Above)
Less : Accumulated Losses
Less : Deferred Revenue Expenditure to the extent
not written off
Networth
3.2.3
XXXX
XXX
XXXX
XX
__XX
XXXX
3.3
SUPPORTING DOCUMENTS
The following documents are required to be submitted at the time of submitting the bid with
respect to Bidder Qualification Criteria:
3.3.1 Bidder shall furnish necessary documentary evidence along with the bid, in the form of
track records, copies of work order (un-priced/ prices blanked-off), division of
responsibilities for the work performed, completion certificate and barge ownership/ MoU/
commitment letters, previous experience of barge or any other similar documents to
establish its own including its proposed Sub-Contractor for installation of pipeline and
barges experience/ track record meeting the biddersqualification criteria for offshore
pipeline works as per clause 3.1.1 to 3.1.3 above.
3.3.2 Bidder to evidence the meeting of financial criteria shall furnish complete audited annual
report including but not limited to auditors report, Balance Sheet, Profit & Loss Account
Statement and all other schedulesfor the preceding three financial years.
3.4
General
3.4.1
For Foreign bidders annual turnover indicated in foreign currencies other than US $ shall
be converted to US $ at the exchange rate indicated in the annual report and if not
indicated in the annual report, then exchange rate as applicable on last date of the
respective accounting year shall be considered. Agency shall indicate the authenticated
exchange rate(s) obtained from bank in their Bid, as applicable.
3.4.2
In case a bidder is having wholly owned subsidiaries but only a single consolidated annual
report is prepared and audited which includes the financial details of their wholly owned
subsidiaries, consolidated audited annual report shall be considered for establishing the
Page 4 of 4
financial criteria subject to statutory auditor/ chartered accountant of the bidder certifying
that separate annual report of bidder (without the financial data of subsidiaries) is not
prepared and audited.
3.4.3
3.4.4
If the above supporting documents are not in English language, then the English translation
copy of the same shall also be furnished duly certified, stamped and signed by Local
Chamber of Commerce in addition to the certification of original documents as per 3.5.3
above.
3.4.5
3.4.6
3.4.7
A bidder who is on Holiday/ Negative list of EIL/ MbPT on due date of submission of bid /
during the process of evaluation of the bids, the offers of such bidders shall not be
considered for bid opening/evaluation/award.
4.0
4.1
: 22.02.2016 to 15.03.2016
4.2
4.3
Bid Security
4.4
4.5
: 03.03.2016
4.6
4.7
4.8
Contact Person
4.9
Last Date and Time for receipt of : 12:00 Hrs. (IST) on 15.03.2016
electronic Bids
Chief
Page 5 of 5
4.10
Last Date and Time for receipt of : 12:00 Hrs. (IST) on 15.03.2016
Bid document fee in original
4.11
4.12
5.0
6.0
Bidder submitting their bid shall not be under liquidation, court receivership or similar
proceeding. Bidder shall submit self-certificate in this regard.
7.0
Non-transferable Bidding Document can be down loaded from MBPT web site
www.mumbaiport.gov.in ; EIL website http://tenders.eil.co.in or from Govt. Website
http://eprocure.gov.in/eprocure/app. Request for sending the Document by post, courier or
any other mode shall not be entertained.
8.0
Bidders are required to pay the Document cost of INR 21,000/- (US $305) at the time of
submission of their Bid through the:
Bidders are required to submit their bids only in electronic form online through CPP portal
http://eprocure.gov.in/eprocure/app in accordance with the instructions and terms &
conditions of this Bidding Document before the final due date & time for bid submission and
opened on the same day.
Physical / Fax/ e-mail Bids shall not be accepted. However, following documents in addition
to uploading with e-bid on the e-tendering website, shall also be submitted in Original
physical form, to the address mentioned above:
a)
Document cost in crossed Demand draft / Bankers cheque/ RTGS as per cl. 8.0
above, to be submitted within due date and time, i.e., within 1200 Hrs (IST) of
15.03.2016.
b)
Page 6 of 6
Originally certified documents for meeting the Qualification Criteria (Technical &
Financial), as per cl. 3.0 of Invitation for Pre-qualification, to be submitted within 1400
Hrs (IST) of 17.03.2016.
Submission of bid online is mandatory. In case bidder furnishes the physical documents as
above, but bid is not submitted online at CPP portal http://eprocure.gov.in/eprocure/app
within the bid due date and time, then physical document as submitted shall not be
considered.
10.0
11.0
MbPT/ EIL will not be responsible for any costs or expenses incurred by the Bidder in
connection with preparation or delivery of Bids, participating in discussions etc. including
costs and expenses related with visits to the site.
12.0
MbPT/ EIL takes no responsibility for delay, loss or non-receipt of bid sent by post/Courier.
13.0
In case any bidder is found to be involved in cartel formation, his bid will not be considered
for evaluation/ placement of order. Such bidder will be debarred from bidding in future.
14.0
MbPT reserves the right to reject any or all Bids at their sole discretion without assigning
any reason whatsoever.
15.0
16.0
Canvassing in any form by the Bidder or by any other Bidder on their behalf may lead to
disqualification of their Bid.
17.0
Clarifications, if any, may be obtained from the Chief Engineer, Civil Engineering
Department, Port Bhavan, 3rd floor, Shoorji Vallabhdas Marg, Ballard Estate Mumbai 400001. Clarifications may also be obtained from:
Shri Keshav Sundar, Deputy Chief Engineer, Port House, 3rd Floor, Project Office, Civil
Engineering Department, Ballard Estate, Mumbai 400001, E-mail id :
keshav@mbptmail.com ; sunderkeshav@gmail.com; Contact no. : 022-66564033.
---------------------------------------------------------------------------------------------------------------------------
Page 7 of 7
Annexure-A
DECLARATION FROM THE BANK FOR AVAILABILITY OF LINE OF CREDIT
Amount in INR/USD as of
.
In
case
of
award
of
(Name
of
Work)
to
M/s
(Name of Bidder), We agree to provide the line of credit to meet the
working
capital
requirement
for
INR/
USD
.
for
(Name of the work and job) towards Bidding Document No.
Yours Faithfully,