MANGALORE REFINERY AND PETROCHEMICALS LIMITED

Similar documents
CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to

INVITATION OF GLOBAL/OPEN BIDS

at 13:30 hrs

The bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

2.2 TIME SCHEDULE: 20 (Twenty) months from the date of issue of Fax of Acceptance. 3.0 SALIENT FEATURES OF BIDDING DOCUMENT

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

for SUPPLY OF HP TONER CARTRIDGE

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

(INTERNATIONAL COMPETITIVE BIDDING)

TENDER NOTICE GUJARART NARMADA VALLEY FERTILISERS & CHEMICALS LIMITED. 1 Department Name

Gujarat Electricity Regulatory Commission

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

CONSTRUCTION OF BOUNDRAY WALL (ON WEST SIDE OF TDI-II PLOT) AT TDI-II DAHEJ TENDER NOTICE. 3 Months

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

e-tendering Item No. Unit/Title Type Absorbed Design Duty (MMKCal/hr)

Industrial Extension Bureau

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

MAHARASHTRA NATURAL GAS LTD (A joint venture of GAIL(India) Ltd & BPCL)

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

BID DOCUMENT FOR. OPEN INTERNATIONAL COMPETITIVE BIDDING Bid Document No.: MEC KU/001

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Procurement of Licences of Business Objects BI Platform

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

एन.एल.स इ डय ल मट ड NLC India Limited (Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

West Bengal State Electricity Transmission Company Limited

NSIC ISO 9001:2008 The National Small Industries Corporation Ltd. III-B/118, Sector-18, Shopping Complex Noida

TENDER NOTICE. Dang on (i) quaterly visit (ii) As and when required basis for Two. years. Rs Months. Indian Rupee (INR) Rs

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

Other terms & conditions of Tender for Supply of Software Licenses dated August 31, 2016 remains the same.

एन.एल.स इ डय ल मट ड NLC India Limited Formerly Neyveli Lignite Corporation Limited) Navratna Government of India Enterprise

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

NOTICE INVITING TENDER (NIT)

Page 1 of 9 E-TENDER NO / CRFQ (INTERNATIONAL COMPETITIVE BIDDING) E-Tendering 1.0 INTRODUCTION

TENDER DOCUMENT FOR UNPRICED BID PART I. Tender No.: ROFS/2K10/05/ENQ/15. Tender Date : : UPTO 15:00 HOURS

Bank Note Paper Mill India Private Limited, Mysore

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi

STANDARD BIDDING DOCUMENT (SBD)

GAIL (India) Limited (A Govt. of India Undertaking) NEW DELHI, INDIA

NOTICE INVITING TENDER (NIT)

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

GSFC AGROTECH LIMITED [GATL]

MAHARASHTRA NATURAL GAS L TD (A joint venture of GAIL(India) Ltd & BPCL)

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

Ref. No. P&S/F.2/OR/198/ Date:

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

KARNATAKA STATE INDUSTRIAL AND INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (KSIIDC) NOTICE INVITING E-BIDDING FOR INVESTMENT OF

NOTICE INVITING TENDERS

DOMESTIC COMPETITIVE BIDDING Under Two Bid System 3. Name of Work

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

INDIAN INSTITUTE OF SCIENCE BENGALURU

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

Tender No 18 / GM / CARD / ENVT / LTE / Dt

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

CRFQ No E - TENDER No. : 16507

ONGC Petro-additions Limited 4th Floor, 35, Nutan Bharat Co-operative Housing Society Limited, R.C Dutt Road, Alkapuri, Vadodara

OIL INDIA LIMITED ( A Govt. of India Enterprise ) 4, India Exchange Place, Kolkata

Bharat Petroleum Corporation Limited (A Govt. of India Enterprise)

NOTICE INVITING TENDER

NOTICE INVITING BID FOR

Notice Inviting Tender (NIT)

NOTICE INVITING e-tender (NIT)

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

NTPC-SAIL POWER COMPANY (PVT.) LIMITED

Brief Scopes of works under this tender comprises of. The detailed scope of work is given in the Bidding Document.

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

NOTICE FOR EMPANELMENT OF VENDORS FOR SUPPLY OF CURRENCY NOTE SHRINK WRAPPING MACHINES.

BHAGYANAGAR GAS LIMITED (A JOINT VENTURE OF HPCL & GAIL)

NOTICE INVITING TENDER (NIT)

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

TENDER NOTICE No. PGVCL/GPRD/008

12 NB Dabka - Dhuvaran CS Gas Pipeline

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

Vendor Name: M/s RFQ No. : Vendor s Offer Ref No. : Tel. No. Fax No. Contact Person:

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

Tender for Supply of ISI Make Black Cotton / Friction Insulation Tape Roll and Brown Tape Roll for City Division office-1, Rajkot.

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

Bharat Petroleum Corporation Limited (A Govt. of India Enterprise)

Aland Road, Kadaganchi Kalaburagi CENTRAL UNIVERSITY OF. Phone: KARNATAKA

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

(BIDDING DOCUMENT NO HD-10129) (EIL REFERENCE No. S.M/A LZ-MR-4050/1024)

ICSI HOUSE, C-36, Sector-62, Noida

CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI (M.P.) TENDER DOCUMENT FOR

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

Tender Fee Rs.1000/- plus GST 18% Last date and time for submission of Sealed Tenders up to 2.30pm

Transcription:

NOTICE INVITATION FOR BIDS (IFB) FOR CAPACITY PLATFORMER-2 / CCR-2 / PSA-2 / AT MANGALURU, KARNATAKA Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery and Petrochemicals Limited (MRPL), under Single Stage Two Bid System from eligible Indian suppliers for FIRED HEATER for CAPACITY ENHANCEMENT / REVAMP OF NHT-2 / RSU Project at Mangaluru, Karnataka. 1. DETAILS OF BID DOCUMENT: SL. NO DESCRIPTION DETAILS 1 Bid Document No. MCCR-OC-ZH-B1-009 (to be referred in all future correspondence) 2 Bid Issue Date 25-MAY-2017 3 Last date for receipt of bidders queries for prebid conference 4 Pre-bid Conference Upto 15:30 Hrs. (IST) on 31-MAY-2017 At 11:00 Hrs. (IST) on 02-JUN-2017 at MRPL, Mangaluru 5 Bid Due Date Upto 15:00 Hrs. (IST) on 23-JUN-2017 6 Un-priced Bid Opening At 15:30 Hrs. (IST) on 23-JUN-2017 7 Bid Document Fee (Nonrefundable) INR 5,000/- (Indian Rupees Five Thousand Only) in the form of crossed Demand Draft on Mangalore Refinery and Petrochemicals Limited, payable at Mangaluru. 2. For further details including EMD, Bid Qualification Criteria, etc please refer L&T-CHIYODA LIMITED website https://epic.lntchiyoda.com/mccr (however, the bidder has to contact the undersigned, for credentials such as user-id & password, for accessing the website) ; Govt. website http://eprocure.gov.in/cppp ; MRPL website www.mrpl.co.in 3. All corrigendum, amendments, time extensions, clarifications shall be uploaded in the websites only and will not be published in the Newspapers. Bidders should regularly visit the above websites to keep themselves updated. Sr DGM (OPERATIONS CONTROL), VADODARA PH. NO: 0265-244 2550 (DIRECT) / FAX NO: 0265-244 2999 E-mail: AKANAMADI@LNTCHIYODA.COM MCCR-OC-ZH-B1-009/IFB Page 1 of 14 Tenderer s Signature with seal:

NOTICE INVITATION FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING BID DOCUMENT NO. MCCR-OC-ZH-B1-009 FOR CAPACITY ENHANCEMENT / REVAMP OF NHT-2 / AT MANGALURU, KARNATAKA. Tenders are invited by L&T-Chiyoda Limited, Vadodara (LTC), for and on behalf of M/s Mangalore Refinery and Petrochemicals Limited (MRPL), under Single Stage Two Bid System eligible Indian contractors for FIRED HEATER for CAPACITY RSU Project at Mangaluru, Karnataka as per specification given in the Bid Document : 1. SCOPE OF WORK AND OTHER INFORMATIONS: 1.1 BRIEF SCOPE OF WORK Revamp of existing heaters for NHT-2/CCR-2/ Platformer Revamp project, including project management, structural design, detailed / residual engineering, preparation of fabrication drawings, procurement and supply of Heater System components / auxiliaries, fabrication / subassemblies and erection of heater coils (pressure parts) and steelwork, engineering / detailing, supply and application of refractory, construction supervision at shop / site and Inspection / Quality assurance activities & Performance Guarantee. The Bidder s scope also includes providing assistance in the form of skilled and unskilled manpower, tools & tackles, material handling & heavy equipment, pre commissioning and commissioning activities and handing over to the satisfaction of Engineer In-Charge. For detailed scope of work refer technical volume of tender & drawings. Refer to Scope Table attached as Table-1 to Scope of Work & Supply, in Technical Volume II of II (Refer Document no. MCCR-MES-QE-F1-001, Rev 0.). For detailed scope of work refer technical volume of tender & drawings. 1.2 OTHERS (A) HEALTH, SAFETY & ENVIRONMENT (HSE) MRPL considers HSE on highest priority. Therefore, a detailed write-up on HSE is mentioned at Annexure-VI to Special Conditions of Contract (SCC) of the Tender document. However BIDDER to ensure that the necessary costing has been done while preparing the bid. CONTRACTOR needs to comply with the requirements stipulated in HSE document as enclosed in this bid document. CONTRACTOR to PARTICIPATE in various studies, along with SUPPLIERS, like HAZOP (HAZard and OPerability study) and any other applicable studies Any recommendations coming-out of above studies shall be taken care by CONTRACTOR without any time & cost implications to OWNER. All the above special studies shall include MCCR-OC-ZH-B1-009/IFB Page 2 of 14 Tenderer s Signature with seal:

the packages procured by the OWNER (viz., Free Issue Materials) and packages supplied by the CONTRACTOR. SUPPLIERs of Packages shall participate in above studies. (B) FIRE PROTECTION FACILITIES For more details, on Fire Protection Facilities, bidders may please refer document titled as Design Basis for Construction Safety 2. QUALIFICATION CRITERIA 2.1 The Bidders who qualify as per the following criteria are only eligible to quote and Bidders who meet these criteria and submit supporting documents as detailed in the Tender Document shall only be accepted. Proposals submitted by the Bidders who qualify as per the following criteria shall be technically and commercially evaluated. All other proposals are liable to be rejected. Therefore, Bidders are requested to carefully read the Qualification Criteria and furnish authentic and complete information in support of the same. 2.2 Bid Qualification Criteria: 2.2.1 Work Experience: Bidders shall have carried out and completed Residual Design, Engineering, Procurement, Erection, Installation, Pre-Commissioning & Commissioning, of a FIRED HEATER, in a process plant / revamp of a process unit in Petrochemicals Plant / Petroleum Refineries / Onshore Gas Processing Unit / Fertilizers Plant in the last 7 years ending with the last day of the month previous to the month in which applications are invited, on supply with services / composite / LSTK tender works basis. At least one of such supply with services / composite / LSTK works tender referred above should have completed minimum one year of successful operation within the last 7 years ending last day of the month previous to the one in which applications are invited. Satisfactory operation certificates from the client for the location shall be enclosed. 2.2.2 Previous Order Value: shall meet the minimum prescribed pre-qualification requirements as follows: Bidders during the last 7 years reckoned from the bid due date should have successfully completed, at least one single order of similar nature, value of not less than INR 5 Crores (INR Five Crores Only). MCCR-OC-ZH-B1-009/IFB Page 3 of 14 Tenderer s Signature with seal:

Definition of Similar Nature of Work: Similar nature of work shall mean: Residual Design, Engineering, Procurement, Erection, Installation, Pre-Commissioning & Commissioning of a FIRED HEATER, in a process plant / revamp of a process unit in Petrochemicals / Refineries / Onshore Gas Processing Unit / Fertilizers. In case the Order comprises of work for multiple locations, only the value of works of the locations completed shall be considered. In Case the Bidder is unable to provide supporting documents such as Completion Certificates, Work Order copies, etc., notarised Self-declaration letter containing the PO / work order No, Name of job, PO Value & the value of executed Jobs, date of commencement and date of completion as per Tender shall be submitted along with Documentary Evidence. A job executed by a bidder for its own plant / projects / Sister concern cannot be considered as experience for the purpose of meeting requirement of Bid Qualification Criteria under Sl. No. 2.2.1 and 2.2.2 of the tender. 2.2.3 Annual Turnover The Annual Turnover of the Bidder shall be more than INR 10.42 Crores (INR Ten Crores and Forty two Lakhs Only) in any one of the preceding three years. 2.2.4 Net Worth: Bidder s Net Worth as per their latest Audited Financial Statement shall be positive. 2.2.5 Bidder should not be in Holiday list of any Ministries of Government of India/ Public Sector Units. An undertaking with regard to the same shall be submitted.. 2.2.6 Only those bidders whose bids are technically and commercially acceptable shall be called for opening of Priced bid at a later date. 2.3 Joint Venture (JV) or Consortium is not permitted for this tender. 2.4 Pre-qualification shall be carried out based on the document submitted by the bidders for past performance, technical and financial capability, available resources and shall be subject to verification, if required, of all statements submitted by applicant to establish his capacity to execute the work. 3.0 GENERAL: 3.1 Bidders shall have sufficient experienced and specialized man power to ensure work of best quality and workmanship and bidders shall furnish their organizations man power details to support their claim. MCCR-OC-ZH-B1-009/IFB Page 4 of 14 Tenderer s Signature with seal:

3.2 The bidder should be in sound financial position. Statements/documents submitted to establish his capacity to execute the work shall be subject to verification of all documents, if required. 3.3 Bidder shall meet the technical as well as commercial qualification criteria as stated above. Bidder shall furnish necessary documentary evidence, along with the Bid, to justify meeting the stipulated Qualification Criteria, such as work orders, completion certificate of relevant previous works, reference list of previous supplies, inspection and testing facilities, Annual Report, Balance Sheet etc. In the absence of requisite documents L&T-CHIYODA LIMITED / OWNER reserves the right to reject the Bid without making any reference to the Bidder. 4.0 EARNEST MONEY DEPOSIT (EMD) 4.1 Amount of EMD shall be INR 15.00 Lakhs (INR Fifteen Lakhs Only) in the form of Demand Draft (in favour of Mangalore Refinery and Petrochemicals Limited, payable at Mangalore) / Bank Guarantee issued by scheduled bank (other than Cooperative Bank) in the format enclosed in Section 4, Appendix-V. The EMD should be valid for a period of 120 days from the final bid due date, with an additional 60 days as claim period. 4.2 An unsuccessful Bidder s Bid Security will be discharged or returned, as promptly as possible upon award of Contract to successful Bidder. The successful Bidder s Bid Security will be discharged or returned upon the Bidder s executing the Contract, and furnishing the Bank Guarantee towards Performance as elsewhere specified in the tender / contract documents. 4.3 The Bank Guarantee by way of Bid Security shall be correspondingly extended if the validity of the Bid is extended. 5.0 COMPLETION SCHEDULE: Please refer Section-8 Completion Schedule. 6.0 DETAILS OF BID DOCUMENT: 6.1 Bid Document No. : MCCR-OC-ZH-B1-009 (to be referred in all future correspondence) 6.2 Bid Issue Date : 25-MAY-2017 6.3 Bid Due Date : Upto 15:00 Hrs. (IST) on 23-JUN-2017 6.4 Unpriced Bid Opening : At 15:30 Hrs. (IST) on 23-JUN-2017 MCCR-OC-ZH-B1-009/IFB Page 5 of 14 Tenderer s Signature with seal:

6.5 Bid Document Fee (Non- : INR 5,000/- (Indian Rupees Five Refundable) Thousand Only) in the form of crossed Demand Draft on Mangalore Refinery and Petrochemicals Limited, payable at Mangalore 6.6 Site-Visit cum Pre-bid Meeting : At 11:00 Hrs. (IST) on 02-JUN-2017 at MRPL, Mangaluru 6.7 Last date for receipt of bidders : Upto 15:30 Hrs. (IST) on 31-MAY-2017 queries for pre-bid conference 6.8 Bid Validity : 120 Days from the final bid due date. 7.0 Small Scale Industries and Central Government PSU are exempted from submission of Cost of Tender subject to submission of valid SSI / NSIC Certificate. 8.0 No extension in the bid due date shall be considered on account of delay in receipt of bid document by mail. 9.0 Bidder can download the Bid Document from website https://epic.lntchiyoda.com/mccr (however, the bidder has to contact the undersigned, for credentials such as user-id & password, for accessing the website); govt. website http://eprocure.gov.in/cppp ; MRPL website www.mrpl.co.in. The bidder shall enclose the requisite bid document fee by Crossed Bank Draft as below, along with the bid. The payment of requisite Document Fee shall be by way of Crossed Bank Draft from a Indian Nationalised / Scheduled Bank / any Indian Branch of an International Bank, in favour of Mangalore Refinery and Petrochemicals Limited, payable at Mangaluru. 10.0 OWNER / will not be responsible for cost incurred in preparation and delivery of bids, regardless of the conduct of outcome of the bidding process. 11.0 OWNER / reserve the right to reject any or all the bids received at their discretion without assigning any reason whatsoever. The opinion / decision of OWNER / in this regard shall be final and conclusive. OWNER / shall neither be held liable for such action nor be under any obligation to inform the bidder of the reasons for the same. 12.0 Bids received after stipulated due date and time due to any reasons whatsoever including postal delays will not be considered. 13.0 shall not be responsible for delay due to any reason including Postal delays in receiving the Bidder's request. 14.0 Bidders are adviced to visit the site and familiarize themselves with the site conditions existing before quoting. All efforts have been made to provide maximum information in this tender. However, if bidder requires further clarifications or deviations, the bidders will be given opportunity in the pre-bid conference. The bidders shall send their clarifications or deviations to reach, Vadodara office on or before the date MCCR-OC-ZH-B1-009/IFB Page 6 of 14 Tenderer s Signature with seal:

specified. Acceptable deviations will be made applicable to all bidders. Thereafter, no bidder shall make any deviation in payment terms, terms and conditions and specifications. 15.0 It shall be the responsibility of the prospective bidders to ensure that the Bids have been submitted in the formats and as per the terms and conditions prescribed in the website and no change is made therein. The documents placed in website forms the complete bidding document. All the documents as placed in the website is final including clarification, drawings, corrigendum, addendum, pre-bid meetings, if any. On verification, at any time, whether the Bidder is successful or not, if any of the documents submitted by the Bidder including the documents downloaded from above mentioned websites/ issued are found tampered / altered / incomplete, they are liable for rejection, cancellation & termination of the Contract, debarring, etc. as per the rules of the Company. In case of any discrepancies between Tender documents downloaded from the website and the hard copy available with OWNER / L&T-Chiyoda Limited, the hard copy shall be considered authentic and shall be binding on the Bidder. No claim on this account from the Bidders will be entertained. 16.0 It is firmly stated that in the event of any deviation being included in the tender and the same is not withdrawn during technical evaluation, the offer of such bidders will be rejected without any further reference. 17.0 For Pre-bid meeting at site, MRPL Refinery, Mangalore, the Tenderers may contact Mr Prasanth Poduval, GM (Projects), prashanthp@mrpl.co.in, Ph. 0824-2882302 / Mr. Surya Narayana, Sr Manager(Projects), suri@mrpl.co.in Ph. 0824-2882026 18.0 Address for correspondence: ANIL KANAMADI, Sr Dy General Manager (Operations Control), L&T Knowledge City Campus, West Block-1, Fifth Floor, N. H. No. 8, Ajwa-Waghodia Crossing, Vadodara 390 019 GUJARAT Fax: 0265-244 2999, Telephone 0265-244 2550 (DIRECT) Email: AKANAMADI@LNTCHIYODA.COM MCCR-OC-ZH-B1-009/IFB Page 7 of 14 Tenderer s Signature with seal:

REQUEST FOR QUOTATION RFQ.No. MCCR-OC-ZH-B1-009 25-MAY-2017 To: Owner MANGALORE REFINERY AND Project Capacity Enhancement / Revamp of NHT-2/Platformer-2/CCR-2/PSA-2/RSU Project at Mangaluru,, Karnataka. Item FIRED HEATER TENDER Bid Due Date 23-JUN-2017 UPTO 15.00 HRS (IST) Pre-bid Conference Unpriced Bid Opening Priced Bid Opening At 11.00 Hrs. on 02-JUN-2017 at Site, MRPL Refinery, Mangaluru At 15.30 Hrs. on 23-JUN-2017 at L&T CHIYODA LIMITED, L&T Knowledge City, N. H. No. 8, Ajwa-Waghodia Crossing Vadodara 390 019 PUBLIC OPENING DATE, TIME AND VENUE SHALL BE INTIMATED LATER Gentlemen, L&T-Chiyoda Limited on behalf of MRPL invites you to submit bid under National competitive bidding for the above work in complete accordance with the Bid Documents / Attachments. 1.0 SEALING & MARKING OF BIDS Bidders shall submit their bids in THREE SEPARATE PARTS in sealed envelopes pasted with corresponding cut-out slips enclosed. Four sets (Original + 3 copies) of UNPRICED BID complete with all PART-I : technical and commercial details other than prices i.e. with prices blanked out. PQ including documentary evidence in support of meeting the pre-qualification criteria. PART-II : Three sets (1 Original and 2 copies ) of PRICED BID WITH FULL PRICE DETAILS PART-III : Three sets (1 Original and 2 copies ) of EARNEST MONEY DEPOSIT / BID SECURITY and BID DOCUMENT FEE MCCR-OC-ZH-B1-009/IFB Page 8 of 14 Tenderer s Signature with seal:

IMPORTANT: If EMD is not enclosed as above, the Bid shall be liable for rejection. SPECIAL NOTES : The envelopes containing Part-I,Part-II and Part -III shall be enclosed in a larger envelope duly sealed and pasted with the corresponding CUT-OUT Slips enclosed and also bear the name and address of the bidder. i. The Bid shall be submitted in three parts in THREE separately sealed envelopes. ii. Part - I shall contain the technical portion of the bid along with all commercial conditions except prices, which shall be left blank. This part shall be submitted in 1 (One) Original PLUS 3 (Three) Copies. Further, all the Bidders shall enclose the duly filled-in exactly as per the following formats, enclosed elsewhere in the Tender Document: (a) Offer Covering Letter for Bidders (to be submitted on letterhead without any modification) (b) AGREED TERMS & CONDITIONS QUESTIONNAIRE (c) Duly filled-in Signed & Stamped INTEGRITY PACT which is enclosed elsewhere in the Tender Document. This part shall be submitted in 1 (One) Original PLUS 1 (One) Copy. The envelope containing this part shall be marked as PART-I UNPRICED QUOTATION iii. Part-II shall contain only the prices duly filled in. This part shall be submitted in 1 (One) Original PLUS 2 (Two) Copies. The envelope containing this part shall be marked as PART-II PRICED QUOTATION iv. Part-III shall contain Earnest Money Deposit and Bid Document Fee. This part shall be submitted in 1 (One) Original PLUS 2 (Two) Copies. The envelope containing this part shall be marked as PART-III EARNEST MONEY DEPOSIT and BID DOCUMENT FEE v. All the THREE sealed envelopes i.e. UNPRICED QUOTATION, PRICED QUOTATION and EARNEST MONEY DEPOSIT and BID DOCUMENT FEE shall be enclosed in an outer envelope and sealed. vi. All the THREE inner envelopes as well as the outer envelope shall be pasted with the cut-out slip enclosed herewith, duly filled-up. MCCR-OC-ZH-B1-009/IFB Page 9 of 14 Tenderer s Signature with seal:

vii. The bid, complete in all respect, shall be addressed and sent to the below mentioned address, so as to reach on or before 15:00 Hrs of Bid Closing Date. MR. ANIL KANAMADI, SR DEPUTY GENERAL MANAGER (OPERATIONS CONTROL), L&T KNOWLEDGE CITY CAMPUS, WEST BLOCK-1, FIFTH FLOOR, N.H. #8, AJWA-WAGHODIA CROSSING, VADODARA-390 019, GUJARAT TEL : 0091-265-2442550 MAIL-ID : AKANAMADI@LNTCHIYODA.COM viii. ix. Bids received late shall be liable to be rejected. Bid not containing above strictly in the required manner may be liable for rejection. x. Bids received by any other mode than hardcopy shall not be considered. 2.0 Bids complete in all respects should reach L&T-Chiyoda Limited office on or before the BID DUE DATE and TIME. FAX/Telex/Telegraphic bids/ E-Mail bids shall be rejected. 3.0 The LoA will be issued by the Owner. 4.0 LTC / OWNER reserve the right to reject any or all the bids. THIS IS NOT AN ORDER Yours faithfully, for and on behalf of Mangalore Refinery and Petrochemicals Limited (Anil Kanamadi) SR DEPUTY GENERAL MANAGER (OPERATIONS CONTROL), L&T KNOWLEDGE CITY CAMPUS, WEST BLOCK-1, FIFTH FLOOR, N.H. #8, AJWA-WAGHODIA CROSSING, VADODARA-390 019, GUJARAT TEL : 0091-265-2442550 MAIL-ID : AKANAMADI@LNTCHIYODA.COM IMPORTANT: Please specify Bid Document Number in all your correspondence. MCCR-OC-ZH-B1-009/IFB Page 10 of 14 Tenderer s Signature with seal:

CUT - OUT SLIPS <OUTER COVER> Tender Number : MRPL-OC-ZH-B1-009 Item Name : Fired Heater From : Name of Bidder, Detailed Postal Address. To, Mr. ANIL KANAMADI Sr DGM (Operations Control) L&T-Chiyoda Limited L&T Knowledge City Campus, West Block-1, Fifth Floor, N.H. #8, Ajwa-Waghodia Crossing, Vadodara-390 019 GUJARAT, INDIA Tel : 0091-265-2442550 Mail-id : AKANAMADI@LNTCHIYODA.COM MCCR-OC-ZH-B1-009/IFB Page 11 of 14 Tenderer s Signature with seal:

Envelope No. - I: Part- I Techno-Commercial / Unpriced Bid Tender Number : MRPL-OC-ZH-B1-009 Item Name : Fired Heater From : Name of Bidder, Detailed Postal Address. To, Mr. ANIL KANAMADI Sr DGM (Operations Control) L&T-Chiyoda Limited L&T Knowledge City Campus, West Block-1, Fifth Floor, N.H. #8, Ajwa-Waghodia Crossing, Vadodara-390 019 GUJARAT, INDIA Tel : 0091-265-2442550 Mail-id : AKANAMADI@LNTCHIYODA.COM MCCR-OC-ZH-B1-009/IFB Page 12 of 14 Tenderer s Signature with seal:

Envelope No. - II : Part- II Priced Bid Tender Number : MRPL-OC-ZH-B1-009 Item Name : Fired Heater From : Name of Bidder, Detailed Postal Address. To, Mr. ANIL KANAMADI Sr DGM (Operations Control) L&T-Chiyoda Limited L&T Knowledge City Campus, West Block-1, Fifth Floor, N.H. #8, Ajwa-Waghodia Crossing, Vadodara-390 019 GUJARAT, INDIA Tel : 0091-265-2442550 Mail-id : AKANAMADI@LNTCHIYODA.COM MCCR-OC-ZH-B1-009/IFB Page 13 of 14 Tenderer s Signature with seal:

Envelope No. - III : Part- III EARNEST MONEY DEPOSIT and BID DOCUMENT FEE Tender Number : MRPL-OC-ZH-B1-009 Item Name : Fired Heater From : Name of Bidder, Detailed Postal Address. To, Mr. ANIL KANAMADI Sr DGM (Operations Control) L&T-Chiyoda Limited L&T Knowledge City Campus, West Block-1, Fifth Floor, N.H. #8, Ajwa-Waghodia Crossing, Vadodara-390 019 GUJARAT, INDIA Tel : 0091-265-2442550 Mail-id : AKANAMADI@LNTCHIYODA.COM MCCR-OC-ZH-B1-009/IFB Page 14 of 14 Tenderer s Signature with seal: