You are on page 1of 14

Page 1 of 12

CHENNAI PETROLEUM CORPORATION LIMITED


(A group company of Indian Oil)



NOTICE INVITING TENDER



Coke Handling System Package



CHENNAI PETROLEUM CORPORATION LTD.
AT
MANALI REFINERY
Tender No. : 44NC-4600:OSBL:EPCC-13


PREPARED AND ISSUED BY



JACOBS ENGINEERING INDIA PRIVATE LIMITED
MUMBAI


44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 2 of 14

1.0 M/s. Chennai Petroleum Corporation Limited (CPCL), hereinafter also referred to as
OWNER intends to set up Resid Upgradation Project at Manali Refinery of CPCL, in the
state of Tamil Nadu, India. For the execution of Resid Upgradation Project, M/s. CPCL
have appointed Jacobs Engineering India Private Limited (JACOBS) as their Project
Management Consultant (PMC).

1.1 Jacobs Engineering India Private Limited has the pleasure of inviting eligible bidders to
submit their Electronic Bids in single-stage Three-Part Bidding System for the subject
item, for and on behalf, of M/s.Chennai Petroleum Corporation Limited (CPCL).

2.0 SCOPE OF WORK

The scope of work, in brief, shall include Design , detailed engineering, Site Survey
and Soil Investigation, Procurement, Supply, Fabrication, Inspection by Third Party
Inspection Agency (TPI), Expediting, Route Survey for ODCs, Transportation of all
equipment / material to worksite, Storage, Materials Management, Construction,
assembly and installation, obtaining all necessary statutory approvals, associated
Civil, Structural, Electrical & Instrumentation work, Testing, Pre-commissioning,
Commissioning and Performance Guarantee Test Runs including total Project
Management, handing over, operation and maintenance contract for two years of
the complete Coke handling system.

The scope mentioned above is indicative and subject to change which may be
incorporated in the main Tender document.

The site work shall be carried out within the operating Manali Refinery at Chennai, in the
state of Tamil Nadu, INDIA.

3.0 BIDDER PRE-QUALIFICATION CRITERIA
The bidders intending to participate shall meet the following qualification criteria and such
of those bidders shall be pre-qualified for this tender.

3.1 Experience Criteria:

3.1.1 (a) Bidder should be manufacturer of material handling equipment of capacity above
320 TPH. The Bidder on his own must have successfully executed at least one pet
coke/coal/lignite handling system meeting requirements of conveying capacity of
minimum 320 TPH in any industry. System equipment scope shall be minimum as
stacker, and conveyors. The bidders scope of work shall include Design, Detailed
Engineering, Procurement, Supply, Fabrication, Erection and commissioning on
LSTK basis as single-point responsibility during the last 20 years. The system shall
have been in satisfactory operation for at least One (1) year prior to bid
submission.



44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 3 of 14

(b) In case the above bidder had not supplied system on LSTK basis for pet
coke/lignite/coal, but has executed on EPCM basis (i.e. Engineering, procurement,
supply, supervision of erection and commissioning), then bidder should have
reference of 320 TPH minimum capacity. Bidder should submit additional
reference of executing material handling system on LSTK basis for other than pet
coke/coal/lignite as a single point responsibility. Both system shall be within last 20
years in service and is successfully commissioned for One year prior to bid
submission.

3.1.2 For below mentioned items, which are part of main scope of tender, bidder can engage
subcontractor in case he is not manufacturing these items or not meeting criteria specified.
The bidder or his subcontractor should have successfully carried out design, detail
engineering, Procurement, Supply, Fabrication, supervision of erection and commissioning
of following items in any industry. Material handled shall be pet coke / coal / lignite.
Supply shall be within last 20 years. The item shall have been in satisfactory operation for
at least 1 year prior to bid submission:

1. Pipe conveyor of minimum 500 meter single length with minimum capacity of 320
TPH
2. Circular stockpile machine with stacker and scrapper Boom type reclaimer for
minimum 24000 MT storage capacity with stacking rate of minimum 320 TPH and
reclaiming rate of 200 TPH minimum.
3. Dome type storage with metallic Aluminium roof of minimum diameter of 75 meter
with minimum storage capacity of 24000 MT.
4. Truck loading system from silo for minimum 150 MT per hour.
5. Automatic wagon loading system from Silo for open railway wagons.
6. Side wall belt conveyor for vertical and minimum lift of 40 meters and minimum
capacity of 200 TPH.

3.1.3 For RCC silo for Railway Wagon loading, Bidder can engage subcontractor in case bidder
does not have its own experience in designing and constructing silo. Engaged contractor
shall have executed RCC silo of storing crushed solid material of minimum 1200 MT and
with Bulk density between 0.6 and 1.0 Ton/m
3
. In case engaged contractor at its own is
not meeting this criteria alone. Separate contractor for design and separate contractor for
construction can be engaged, who meets above specified criteria.

3.1.4 The proposed subcontractor for items in Clauses 3.1.2 and 3.1.3 shall be identified by
bidder during bidding stage. The sub-contractors once selected will not be allowed to
change subsequently without PMC/client approval.

3.1.5 In the case of tie-up through a sub-contractor, the bidder shall furnish the Memorandum of
Understanding (MOU) / Agreement duly signed between the Bidder and the various sub-
contractors separately (as specified in clauses 3.1.2 and 3.1.3). Memorandum of
Understanding (MOU) / Agreement with these sub-contractors shall be valid till the end of
Defect Liability Period.


44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 4 of 14

3.2 Financial Criteria:
3.2.1 Annual turnover of the bidder during each of the three preceding financial years, i.e.,
financial years ending December 2012, December 2011 and December 2010 or financial
years 2012-13, 2011-12 and 2010-11 shall be equal to or more than Rs 97.50 Crore
(Rupees Ninety-seven Crore and Fifty Lakh only) for bidding.

3.2.2 The net worth of the bidder for the financial year, i.e., year ending December 2012 or
financial year 2012-2013 shall be positive.

Note:

1) Twenty (20) years of past experience shall be reckoned from the last date of the month
previous to the month of Invitation for Bids.

4.0 Other Terms and Conditions
4.1 Bidder shall complete the Experience Record Performa enclosed with the bid document to
amply prove that the Bidder meet the experience. In addition, manufacturers catalogue
and general reference list for the subject item shall also be furnished along with the
proposal.

4.2 Experience of only the bidding entity shall be considered. Bidders in-house work
experience (where for the past experience referred for qualification, the contractor and the
owner belong to the same organization) shall not be considered as valid experience for
the purpose of qualification.

4.3 The Experience and Financial turnover of the bidding entity only shall be considered.

4.4 CPCL / Jacobs reserve the right to use in-house information for assessment of capability
of bidders. The decision of CPCL / Jacobs regarding the tender will be final and
conclusive.

4.5 Bids on Consortium or Joint venture basis are not acceptable for the subject work.

4.6 Bidder submitting their bids should not be under liquidation, court receivership or similar
proceedings.

4.7 Bid submitted by the Bidder, who have been blacklisted or kept under Holiday List of
Jacobs / CPCL / any of the Public Sector Undertakings, shall not be considered for
opening and further evaluation.

4.8 There shall not be any case or charge under investigation / enquiry / trial against the
bidder, nor convicted in a court of Law nor suspended / black listed by any organization on
any grounds.

4.10 If the performance of the Bidder is / has been found to be unsatisfactory for any reasons
whatsoever, in any organization including CPCL / Jacobs, then CPCL / Jacobs reserve the
right to reject the bid submitted by such bidders.

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 5 of 14

4.11 The bidders should possess the following statutory approvals, viz., PF Registration Code
Number, ESI Registration Code Number, Income Tax PAN Number and Service Tax
Registration Certificates on their own Companys name.

4.12 Failure to meet the above Qualification criteria will render the bid to be rejected.
Therefore, the Bidder shall, in his own interest, furnish complete documentary evidence by
way of copies of work orders / purchase orders, completion certificates indicating the
details of jobs / scope executed, approved drawings for execution, final certified bills, etc.
and the Balance Sheet, including Profit & Loss Account, etc. in support of their fulfilling the
qualification criteria as given above.

4.13 General

4.13.1 Bidders meeting the technical as well as financial qualification criteria as stated above
should submit documentary evidence to substantiate above along with their quotation.
CPCL / PMC of Resid Upgradation Project reserve the right to verify the correctness of
documentary evidence furnished by the bidder.

4.13.2 In the absence of requisite documents, CPCL reserves the right to reject the Bid without
making any reference to the Bidder.

4.13.3 Bidder should have latest and valid EPF and ESI registration in their own Company name.
Proof of latest payments made to ESI & EPF authorities shall be submitted along with the
offer.

4.13.4 Bidder shall submit Proforma duly filled up for submitting details of concurrent
commitments of the bidder.

4.13.5 VIEWING & DOWNLOADING TENDER DOCUMENT

Bidding document can be viewed & downloaded from CPCL e-Tender website,
https://cpcletenders.gov.in. While submitting the bid, a crossed Demand Draft for the
requisite amount, favouring Chennai Petroleum Corporation Limited, payable at Chennai
shall be uploaded in the e-Tender website. Request for sending bidding document by
post/courier or any other mode shall not be entertained.

The bidder has to ensure that the tender document is strictly as per the order indicated in
the master index and the offer submitted so, will be considered for evaluation only if it is
accompanied with required tender document fee by way of DD.

Bidding document can be submitted free of cost in the following cases:

(i) In-line with the Government Directives, Small Scale Industrial Units registered with
National Small Scale Industries Corporation (NSIC) under the Single Point
Registration Scheme for items registered with NSIC and up to the monetary limit
specified in the registration certificate.

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 6 of 14


(ii) Central Public Sector Enterprises

5.0 BID SECURITY

50,00,000/- (Rupees Fifty Lakhs only)

5.1 Bidders will be required to submit bid security in the form of Demand Draft in favour of M/s
Chennai Petroleum Corporation Limited payable at Chennai (or) in the form of Bank
Guarantee from any Scheduled Banks in India or Branch of an International Bank situated
in India and registered with Reserve Bank of India in the prescribed proforma provided in
Tender Document, on a Stamp Paper for a value of Rs.100/- in favour of M/s Chennai
Petroleum Corporation Limited payable at Chennai. The Bank Guarantee shall be valid for
8 (Eight) months from due date of opening of technical bid. .

5.2 EMD and document fee shall not be applicable in the following cases: -
(i) In-line with the Government Directives, Small Scale Industrial Units registered with
National Small Scale Industries Corporation (NSIC) under the Single Point
Registration Scheme for items registered with NSIC and up to the monetary limit
specified in the registration certificate.

(ii) Central Public Sector Enterprises

5.3 INTEGRITY PACT

5.3.1 Chennai Petroleum Corporation Limited has entered into a Memorandum of
Understanding (MoU) with Transparency International India (TII) on 24
th
March, 2009 for
implementing an Integrity Pact programme focused on enhancing transparency in its
business transactions, contracts and procurement processes. Two independent
External Monitors (IEMs) have been nominated by CPCL to monitor the functioning of
the system. Bidder shall sign Integrity Pact as prescribed in Instructions to Bidders
(ITB). Please find the Proforma for Integrity Pact in Part-A (Mandatory Bid). Bidder is
requested to submit the same duly filled, signed and stamped on each page.

6.0 COMPLETION SCHEDULE: Please refer to Clause No. 8.9 below.

7.0 PRE-BID MEETING

7.1 The Bidder(s) or his official representative of those who have downloaded from CPCL e-
Tender website, are invited to attend a pre-bid meeting at the address stated in clause no
7.6 below).

7.2 Bidders may send their queries, if any, on the bid document by courier, E-mail or by fax to
reach PMC / CPCL latest by the date mentioned in clause no 8.4 below (Refer Form-O of
Proposal Forms). These queries shall be discussed / replied during the Pre-bid meeting.

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 7 of 14


7.3 Minutes of the Meeting, including the text of the queries raised (without identifying the
sources of the query) and the responses given will be transmitted to all who have attended
the pre-bid meeting and also will be uploaded in the e-Tender portal.

7.4 Non-attendance of the pre-bid meeting will not be a cause for disqualification of a bidder.

7.5 DATE, TIME & PLACE OF SUBMISSION
Electronic Bids shall be submitted to the above-cited CPCL e-Tender website before
11:00 Hrs. on 15.07.2014.

The hard copies of the following shall be submitted at the address cited below by Post /
courier / in person, before the due time & date for bid opening (i.e., Part-1):

a) Tender Document Fee in the form of DD (or exemption documents)
b) EMD in the form of DD or Bank Guarantee (or exemption documents)

At: : Jacobs Engineering India Private Limited
H&G House,
Sector 11, Plot No. 12,
CBD Belapur, Navi Mumbai 400 614, India
Phone: 91 22.67562000;
ATTN: Mr. K. Shivaprakash, Executive Director (Procurement)

7.6 DATE, TIME & PLACE OF BID OPENING
Electronic Opening of Part-I (Mandatory Part) shall be on the same day of bid
submission, i.e., 15.07.2014 at 14:00 Hrs. Part-II of only those bidders, who had
submitted the requisite Tender Document Fee & EMD documents in hard copy on or
before the due date & time of bid opening (Part-I) shall be opened electronically in the
presence of authorised representative of bidders (Restricted to one [1] person only) at the
following address:
Jacobs Engineering India Private Limited
H&G House,
Sector 11, Plot No. 12,
CBD Belapur, Navi Mumbai 400 614, India
Phone: 91 22.6756 2000;
ATTN: Mr. K. Shivaprakash, Executive Director (Procurement)
Part-II (Techno-Commercial Part) of only those bidders, who had met the requirements of
Part-I (Mandatory Part), shall be opened electronically on the same day of opening Part-
I, i.e., 15.07.2014 at 15:00 Hrs. in the presence of authorised representative of bidders
(Restricted to one [1] person only).

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 8 of 14

Part-III (Price Part) BoQ of only those bidders, whose offers are found techno-
commercially acceptable, shall be opened on a later date at the convenience of CPCL
after intimation to the qualified bidders.

8.0 DETAILS OF BID DOCUMENT

8.1 Bid Document No. : 44NC-4600:OSBL:EPCC-13

8.2 Bid Document downloading : From 13.06.2014

8.3 Site visit & Contact Person : 27.06.2014

1) Mr. G. Gowrisankar
Senior Engineer (Projects Contracts),
CPCL, Manali, Chennai 68.
Phone : +91 44 2594 4285
e-Fax : +91 44 2594 1467 / 73 / 74 extn. 4119
e-Mail : ggowrisankar@cpcl.co.in

OR
2) Mr. M. Kalaivanan
Chief Manager (Project Contracts)
CPCL, Manali, Chennai-68.
Tel No. : 91 44 25944336
E-Fax No. : 91 44 25941467/73/74; Extn: 2813
Email : mkalaivanan@cpcl.co.in

Communications shall be sent by the bidders at least
three days in advance to the above officials with a
copy marked to Jacobs for site visits. The site visits
shall be made by the bidders prior to pre-bid
conference.

8.4 Last date of receipt of Bidders 24.06.2014
Queries

8.5 Pre-Bid Conference to be held on 27.06.2014 at 11:30 Hrs. at CPCL, Chennai.

8.6 Due Date & Time of submission (Electronic bid to be submitted in e-tender website) -
Up to 11:00 Hrs (IST) on 15.07.2014

Submission of Documents: Hard copy of original Tender Document Fee and EMD - upto
14:00 Hrs on 15.07.2014

8.7 Opening of Mandatory Bid (Part-I) : At 14:00 Hrs. (IST) on 15.07.2014
(In the presence of bidders representatives)

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 9 of 14


Opening of Techno-commercial : at 15:00 Hrs. (IST) on 15.07.2014
Bid (Part-II) (In the presence of bidders representatives)

8.8 Price Bid (Part-III) Opening : At a date and time to be communicated later
(In the presence of bidders representatives)

8.9 Mechanical Completion : 14 (Fourteen) Months from date of issuance of Fax
of Acceptance

Commissioning & Performance
Guarantee Test Run (PGTR)
: 2 (Two) Months from the date of intimation of ready
for commissioning by Engineer-in-Charge.

8.10 Bid Document Fee : INR 20,000 (Rupees Twenty thousand only)
(Non-refundable)

Bid Security (EMD) : Refer Clause No 5.0
8.11 Validity of Bids : 6 months from the due date of Opening of
Technical bid.

9.0 GENERAL

9.1 BIDDING DOCUMENTS IN ELECTRONIC FORMATS:

1) Bidding Documents shall be uploaded to the above-cited CPCL e-Tender website only.
2) Amendments / Queries (TQ/CQ), if any, shall also be uploaded to the CPCL e-Tender
website in PDF and intimation on issuance shall only be sent to agencies by e-mails.
3) The Bids shall be submitted in electronic mode to the CPCL e-Tender website in the
following manner in the prescribed folders (already provided for the subject e-tender) :

i) Mandatory Bid (Part-I)

Scanned form of the following (as separate pdf
files)
Tender Document Fee
Earnest Money Deposit
Signed & stamped Integrity Pact
ii) Techno-commercial
Bid (Part-II)
Pre-qualification, technical and commercial (Un-
priced) details of the bid

iii) Price Bid (Part-III)

Priced MS-Excel file comprising the Schedule of
Rates / Bill of Quantities [BoQ - check all the
sheets of Excel file] duly filled in all respects


44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 10 of 14


9.3 Part I - (Mandatory Bid) shall contain the following:

a) The bidders shall upload in this part electronically, the scanned form of the following
details (as separate pdf files) in the manner stipulated under Part-I of the bid
document. Bidders to note that provision to upload only 3 pdf files has been
created for accommodating first portion of their offers, i.e., Mandatory Bid (Part-
I):

1) Tender Document Fee (in the form of DD) - (or the documents relevant to
claiming exemption from the above)
2) Earnest Money Deposit (in the form of either DD or Bank Guarantee)- (or the
documents relevant to claiming exemption from the above)
3) Signed & stamped Integrity Pact

b) The Original hard copies of the Tender Document Fee & EMD (or their exemption
certificates) shall be submitted to

Jacobs Engineering India Private Limited
H&G House,
Sector 11, Plot No. 12,
CBD Belapur, Navi Mumbai 400 614, India
Phone: 91 22.6756 2000;
ATTN: Mr. K. Shivaprakash, Executive Director (Procurement)

by Post / Courier / in Person on or before the due date & time for bid opening
(Part-I) stipulated in the NIT.

c) Bidder to note that only upon receipt of the Original hard copies of the requisite
Fee Documents (as cited in the above clauses) from the bidder, the Mandatory
Bid (Part-I) of their offer will be opened electronically on the time stipulated
above. In case of non-receipt of the hard copies of TD fee and/or EMD, the offer
of the bidder will be summarily rejected.

d) Any other conditions mentioned in Part-I shall not be taken into account and if insisted
upon, the tender shall be liable for rejection.

9.4 Part II of the bid shall contain the following:

This part shall contain pre-qualification documents, technical and commercial (Un-priced)
portions of the offer.

Bidders techno-commercial details as per instruction of relevant documents as called for
in the bidding document but not limited to the following should be submitted by the bidder
electronically in the form of pdf only. Bidders to note that provision to upload 3 pdf
files (for details at 1,2 and,3 below) and 1 WINRAR (for details at 4 below) file has

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 11 of 14

been created for accommodating second portion of their offers, i.e., Techno-
commercial Bid (Part-II)
1) Power of Attorney (in whose name DSC has been taken and the offer is being
submitted). The Power of Attorney issued should have been signed by all the
partners (in case of Partnership firm) / directors (in the case of limited company).

2) Pre-qualification - EXPERIENCE Details of Work Order, Schedule of Rates/Price,
As-built drawings, Completion Certificates and any other relevant documents
supporting the credentials meeting the stipulated pre-qualification criteria.


3) Pre-qualification - FINANCE -- Audited Balance Sheet and Profit & Loss Statement of
bidders company meeting the stipulated pre-qualification criteria.

4) Annexures & Proposal forms as listed under Instructions to Bidders and any other
relevant documents shall be contained in a single WINRAR format and shall be
uploaded

Non-availability of above required techno-commercial details may result in technical
rejection of the bid.

9.5 Part III of the bid shall contain Schedule of Price duly filled in:

This part of the offer shall contain only the Schedule of Prices file (which has been
downloaded from the CPCL e-tender website and duly filled-in) in MS-Excel format.

The Schedule of Prices file should not be modified / tampered / renamed. [BoQ -
comprises the Schedule of Prices - check all the sheets of Excel file]. In case of such
fraudulent activities, the priced offer of the bidder will summarily be rejected. Any other
conditions mentioned in Part-III shall not be taken into account and if insisted upon, the
tender shall be liable for rejection.

10.0 Downloaded Tender document is non-transferable. Bidder must use registered DSC Keys
to upload their bids ..

11.0 CPCL / PMC will not be responsible for cost incurred in preparation & delivery of bids.

12.0 CPCL / PMC reserve the right to reject any or all the bids received at its discretion without
assigning any reason whatsoever.

13.0 Hard copy of Tender Fee + EMD received after stipulated due date & time, due to any
reasons whatsoever, including postal delays will not be considered.

14.0 Time and date of opening of Price Bids shall be intimated only to qualified and techno-
commercially acceptable Bidder(s) at a later date.

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 12 of 14


15.0 In the event of poor response to the tender, JACOBS in consultation with Owner may
extend downloading date by issuing an amendment/corrigendum. JACOBS in consultation
with Owner may also extend the date of opening beyond the dates given in the NIT, in the
event of request from Bidders or in the event of poor response or for other specific
reasons. Request received from any bidder for extension of submission date up to 3 days
prior to submission of bids shall generally be ignored, since there will not be adequate
time for proper communication with owner and all the bidders.

16.0 Clarification, if any, can be obtained from the contact person of JACOBS, Telephone No.
91-22-67562591. Fax No. 022-67904680, email: Saiprasad.Rangnekar@jacobs.com

17.0 Please quote the Bidding Document No. 44NC-4600:OSBL:EPCC-13 in all your
correspondence.

18.0 PROCEDURE FOR E-TENDERING
18.1 Instructions to the Bidders for e-submission of the bids online through the e-tender
site of CPCL:

a) Bidder shall accomplish registration in the tender site, https://cpcletenders.gov.in, using
the option Click here to Enroll available therein. Then, the Digital Signature registration
has to be done with the e-token, after logging into the site. The e-token may be obtained
from one of the authorized Certifying Authorities such as SIFY / TCS / nCode / eMudhra.

b) Bidder, then needs to login the site through their user ID/ password chosen during
registration. The registered e-token should be used by the bidder only, ensuring its safety.

c) After getting the tender schedules, the Bidder should read them carefully and should
submit the documents as stipulated, failing which, the bid will be liable for rejection.

d) Clarifications, if any, may be obtained online through the tender site, or through the
contact details. Bidder should take into account of the corrigendum(s) published before
submitting the bids online.

e) Bidder, in advance, should get ready with the bid documents to be submitted as indicated
in the tender schedule. If there is more than one document, then, the documents can be
clubbed together.

f) It is construed that the bidder has read thoroughly all the terms & conditions before
submitting his offer.

g) Bidder should log on to the site well in advance for bid submission so that he submits the
bid in time, i.e., on or before the bid submission end time, thereby avoiding any delay or
problem during the submission process. If there is any delay, due to other issues, bidder

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 13 of 14

only is responsible.

h) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders.

i) The tendering system will give a successful bid updation message after uploading all the
bid documents submitted & then a bid summary will be shown with the bid No., date &
time of submission of the bid with all other relevant details.

j) After the bid submission, the acknowledgement number, given by the e-tendering system
should be printed by the bidder and kept as a record of evidence for online submission of
bid for the subject tender.

k) The bidder should ensure that the bid documents submitted are free from virus. If the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected.

l) The time settings displayed at the top of the tender site, will be valid for all actions of bid
submission, bid opening, etc., in the e-tender system. The bidders are requested to submit
the bids through online e-tendering system to the TIA well before the bid submission end
date & time (as per Server System Clock).

m) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not be viewable by
unauthorized persons during bid submission & not be viewable by any one until the time of
bid opening. Overall, the submitted tender documents become readable only after the
tender opening by the authorized individual.

n) The confidentiality of the bids will be maintained, since, the secured Socket Layer 128 bit
Encryption technology is used. Data storage encryption of sensitive fields is done.

o) Bidders should ensure that prices are not be indicated anywhere in the unpriced Techno-
commercial part. The prices should be indicated only in the Price bid (BoQ File check
all sheets) and nowhere else.

p) Bidder to note that if prices are indicated in their unpriced techno commercial part, their
offer will be rejected and NO further evaluation or communication will be entertained in
this regard.

q) Bidder to note that the very act of using DSC for downloading the bids and uploading their
offers shall be deemed to be a confirmation that they have read all sections and pages of
the bid document including General Conditions of Contract without any exception and
have understood the entire document and are clear about the requirements of the tender.

r) Deviations, if any, shall be stated neatly in the Proposal form L and submitted along with
their unpriced part of the offer.

44NC-4600 Notice Inviting Tender CPCL. Manali Refinery
EPCC-13 Coke Handling System Package Resid Upgradation Project
Revision : 0 Tender No. : 44NC-4600:OSBL:EPCC-13 Page 14 of 14

OR
s) If there are no deviations, the same shall be confirmed and submitted along with the
unpriced part of the offer.

t) For any queries regarding e-tendering procedure, the bidders are requested to contact
through the modes given below:

E-mail : cpcletenders@cpcl.co.in
Contact Telephone Numbers : 044 2594 4507 / 2594 4000; Ext.2245
In person : e-procurement Cell, Admin Block-III,
CPCL, Manali, Chennai-68.
Or
CPCL Chief Manager (Projects-Contracts &
Special Projects)
Ph.: 044 2594 4336 / 4285
e-Fax No. 044 2594 1467 / 73 / 74;
Extensions 2813 / 3159
e-mail: mkalaivanan@cpcl.co.in /
nsukumar@cpcl.co.in

18.2 Clarification on Technical or commercial portion of the tender document, if any, can be
obtained from the following, by citing NIT No. & Name of work:

Jacobs Engineering India Private Limited
H&G House,
Sector 11, Plot No. 12,
CBD Belapur, Navi Mumbai 400 614, India
Phone: 91 22.67562000;
ATTN: Mr. K. Shivaprakash, Executive Director (Procurement)





Digitally signed by C UNNIKRISHNAN
Date: 2014.06.14 15:21:23 IST
Location: CPCL e-Tendering Portal
Signature Not Verified

You might also like