NOTICE INVITING TENDER (NIT)

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

Number of Cells 2 working 1 Stand-by

(BIDDING DOC. NO.: SK/B034-0MY-PK-TN-3003/1008) (DOMESTIC COMPETITIVE BIDDING) e-tendering

(BIDDING DOCUMENT NO.: SG/A YT-MR-2425/1322) (INTERNATIONAL COMPETITIVE BIDDING) E - Tendering

NOTICE INVITING TENDER (NIT) FOR CONVENTIONAL ITEM RATE TENDER INSTALLATION WORKS 4.9 KM FOR LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA OF

(BIDDING DOCUMENT NO.: SK/A LZ-MR-4010/1004) (INTERNATIONAL COMPETITIVE BIDDING) e-tendering

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) FOR HEATER PACKAGE FOR CCR BS-VI MS BLOCK PROJECT OF M/s BPCL KOCHI REFINERY, KOCHI, KERALA

NOTICE INVITING TENDER (NIT)

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

e-tendering Type of Tank Internal Floating Roof with Aluminium Dome Tank Size (Dia X Ht.) 36.0 m X 20.0 m

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

a) Bidding Document No. : RS/A XB-MR-0010/1050 b) Bidding Document availability on Website. : to

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

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

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

E-Tendering. 3.0 TIME SCHEDULE FOR COMPLETION Mechanical Completion in 12(Twelve) Months from the date of issue of Fax of Acceptance (FOA)

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

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

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

(BIDDING DOCUMENT NO.: SK/B034-0MN-KA-MR-5020/513) (INTERNATIONAL COMPETITIVE BIDDING) E - Tendering

GLOBAL INVITATION FOR BIDS (IFB)

CAUVERY BASIN REFINERY (CBR) PROJECT AT NAGAPATTINAM, TAMILNADU, INDIA. (BIDDING DOCUMENT NO.: AD/B LA-TN-8502/1003)

at 13:30 hrs

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

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

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

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

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) DETAILED (Domestic Competitive Bidding)

NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

GAIL (INDIA) LIMITED

SECTION - IB NTPC Tamilnadu Energy Company Limited Vallur Thermal Power Project NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding)

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

NOTICE INVITING TENDER (NIT) Bid Notification No.: WC/MIS-Website-DM/ THROUGH e-tendering PROCESS

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

GLOBAL INVITATION FOR BIDS (IFB) LP AIR COMPRESSOR AND INSTRUMENT AIR DRYERS FOR MS BLOCK PROJECT OF M/s BPCL-KOCHI REFINERY, KOCHI, KERALA, INDIA

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

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

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

NOTICE INVITING LIMITED E-TENDER

SECTION DESCRIPTION NO. OF SHEETS INVITATION FOR BIDS (DETAILED) + NDA + ANNEXURES iii) PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT 6

BHARAT HEAVY ELECTRICALS LIMITED

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-3082, Dt :

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

(Submission of Bid through online)

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-149/CS-3044, Dt : AMC for Bunkering Stream Equipment in CHP

West Bengal State Electricity Transmission Company Limited

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

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

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

E-TENDER Ref No. BPCL/CGD/ /02/PMC

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

HOOGHLY RIVER BRIDGE COMMISSIONERS

AIRPORTS AUTHORITY OF INDIA

(11:00 HRS / 14:00 HRS : Server Time)

NOTICE INVITING TENDER (NIT) E Tender No. NMRC/Stn./Housekeeping/22/2018/HK-C1. Description

PURCHASE ENQUIRY. Shall contain the price bid. This envelope shall be marked PART-B as Price Bid for NIT No. 146/1700E30260 dated (PRICE BID) PART-B:

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

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

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

NOTICE INVITING e-tender (NIT)

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

DELHI METRO RAIL CORPORATION LIMITED

EXPRESSION OF INTEREST (EOI) for

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

E-TENDER NO. CDI0430P16 OIL INDIA LIMITED (A GOVT. OF INDIA ENTERPRISE) P.O. DULIAJAN , ASSAM E-TENDER NOTICE

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

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

Notice InvitingTender (NIT)

Document Download Start Date & time (e-tender) Lac at Hrs

NOTICE INVITING E-TENDER

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

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

NOTICE INVITING TENDER (NIT) (e-tender)

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

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

Open Tender. Form Of Contract Tender Category Goods No. of Covers 2 General Technical Evaluation. ItemWise Technical Evaluation No Allowed

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

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

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

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

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

Item Wise Based on Price Not Applicable 07/01/ :00 AM 21/01/ :00 PM 22/01/ :00 PM.

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) (RFx No )

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

BHARAT PETROLEUM CORPORATION LTD KOCHI REFINERY, KOCHI, KERALA BIDDING DOCUMENT FOR TECHNO COMMERCIAL /UN-PRICED BID (TWO PACKET SYSTEM)

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

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

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

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

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

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

CITY GAS DISTRIBUTION PROJECT AT EAST & WEST GODAVARI DISTRICTS BID DOCUMENT FOR

Notice Inviting Tender (NIT)

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

Transcription:

NOTICE INVITING TENDER (NIT) 1.0 INTRODUCTION: HSD PIPELINE WORKS FOR BS-VI PROJECTS OF M/S MRPL BIDDING DOC. NO.: AS/B038-395-PK-TN-3020/1015 (DOMESTIC COMPETITIVE BIDDING) E-Tendering Mangalore Refinery and Petrochemicals Limited (MRPL), a subsidiary of Oil and Natural Gas Corporation Limited, is operating a 15.25 MMTPA fuels refinery at Mangalore. The Refinery complex is integrated to Aromatic Complex and designed to produce 900,000 TPA of Paraxylene. In view of the "Auto-fuel Vision and Policy (2014)" and mandate of the administrative ministry to produce 100% BS VI fuels from April 1, 2020, MRPL wishes to evaluate options for new process units / up grading of existing process units to comply with the specifications. Subsequently, MRPL also intends to expand its refining capacity further through low capex process unit / revamps / augmentation. Mangalore Refinery & Petrochemicals Ltd. (MRPL) have appointed Engineers India Limited (EIL) as consultant for implementation of BS-VI Project at Mangalore Refinery. Engineers India Limited (EIL) on behalf of Mangalore Refinery & Petrochemical Ltd., invites e- bids in single stage two bid system through e-tendering for subject works. 2.0 BRIEF SCOPE OF WORK: Detailed Engineering, installation, testing and construction of 30 HSD Pipeline from Downstream of metering station located in MRPL Refinery to coastal terminal location in the NMPT Port, Mangalore including connections at identified location on Jetty-10 and Jetty-11 at NMPT Port. Main pipeline work involves laying of Pipeline in MSEZ corridor and partly in buried from MSEZ Silver Jubilee Gate to Coastal Terminal. For other details, refer scope of work section in the Bidding Document. 3.0 TIME SCHEDULE FOR COMPLETION: 11 (Eleven) Months from the date of issue of Letter of Acceptance (LOA). 4.0 SALIENT DETAILS: i. Bidding Document available on Website : From 11.05.2018 to 01.06.2018 ii. Last date of Receipt of Bidder s Queries for Pre-Bid Meeting : 20.05.2018 iii. Date of Pre Bid Meeting : On 21.05.2018 at 1030 HRS at Business Centre, Tower-1, EIL Office Complex, Sector-16, Gurugram-122001, India iv. Last Date and time of Online submission of Bids (Bid Due Date) : Up to 1200 Hrs. (IST) on 01.06.2018. v. Online Opening of Technocommercial Unpriced Bid : 1400 Hrs. (IST) on 04.06.2018 (*) (01 day after the Bid Due date). vi. Earnest Money Deposit / Bid Security : INR 43,74,000/- (Rupees Forty Three Lakh Seventy Four Thousand Only). Page 1 of 8

vii. Cost of Bidding Document (Non- Refundable) : Not Applicable viii. Opening of Priced Bids : On date & time to be intimated later If dates identified as (*) above happen to be a declared holiday/closed day in EIL Gurugram, then activity shall be conducted on next working day at 1400 Hrs (IST). The complete Bidding Document is available on EIL website: http://tenders.eil.co.in; MRPL website: www.mrpl.co.in and Govt. Website: http://eprocure.gov.in/eprocure/app Bidders can view / download the document from any one of the websites mentioned above. All amendments, time extension, clarifications, etc. will be uploaded in the websites only. Bidders should regularly visit the above website(s) to keep themselves updated. Request for extension or any queries received from any bidder with less than four working days prior to bid due date shall generally be ignored, since there will not be adequate time for proper communication with Client and other Bidders. Bidders shall submit the bid directly and in their own name without involving any intermediaries. 5.0 BIDDER QUALIFICATION CRITERIA(BQC): Bidder shall fulfil the following qualification criteria in order to qualify for this work: 5.1 COMMERCIAL CRITERIA: 5.1.1. The bidder should have experience of having carried out and completed similar work(s)* during the last 7 (Seven) years ending last day of the month previous to the one in which this tender is invited, which experience should be either of the following: (i) (ii) (iii) Three similar completed works, each costing not less than 16,98,81,000/- (Rupees Sixteen Crore Ninety Eight Lakh Eighty One Thousand). OR Two similar completed works, each costing not less than INR 21,23,51,000/- (Rupees Twenty one Crore Twenty Three Lakh Fifty One Thousand) OR One similar completed work costing not less than INR 33,97,61,000/- (Rupees Thirty Three Crore Ninety Seven Lakh Sixty One Thousand) * Similar Work(s) shall mean Works involving Installation, Testing and Construction management of buried cross country hydrocarbon pipelines of minimum diameter of 24 NB and minimum length of 6 Kms, in one project in a single stretch. 5.1.2. Equipment deployment criteria: Bidder shall meet the minimum construction equipments requirements as per the list included in the Bidding document [Refer Annexure of Special Conditions of Contract (SCC)]. 5.1.3. A job executed by a bidder for its own plant/projects cannot be considered as experience for the purpose of meeting requirement of BQC of the tender. However, jobs executed for Subsidiary/Fellow subsidiary/holding company will be considered as experience for the purpose of meeting BQC subject to submission of tax paid invoice(s) duly certified by Statutory auditor of the Bidder towards payments of statutory tax in support of the job executed for Subsidiary/Fellow subsidiary/holding company. Such bidders shall submit these documents in addition to the documents specified in the bidding documents to meet BQC. 5.1.4. A job completed by a bidder as a sub-contractor shall be considered for the purpose of meeting the experience criteria of BQC(Commercial criteria) subject to submission of following documents in support of meeting the Bidder Qualification Criteria : Copy of Work order along with schedule of rates issued by main contractor. Page 2 of 8

Copies of completion certificates from the End User/ Owner/ PMC and also from the Main Contractor. The completion certificates shall have details like work order no. / date, brief scope of work, ordered & executed value of the job, completion date etc. However, in case bidder is not able to furnish the completion certificates from the End User/ Owner/PMC in his name, then he shall furnish a copy of the approval by End User/Owner/PMC for engaging the bidder as a Sub-Contractor. Note: The contract values as indicated at Clause 5.1.1 above should be exclusive of service tax/gst. In view of this, it has to be ensured that the value of job indicated by the prospective bidders is exclusive of service tax/gst. However, in case the value of completed job indicated in the completion certificates submitted by bidders do not have clarity with regard to inclusion/ exclusion of service tax/gst; the following shall apply: (i) The completion certificate submitted by the bidder shall separately indicate the service tax amount included in the value of completed job OR a separate certificate from the respective client, mentioning the service tax amount, if any, included in the value of completed job under consideration should be submitted by the bidder. (ii) In case service tax/gst amount/ component is not specified in the submitted completion certificate, then the amount equivalent to rate of applicable service tax/gst for the year of completion of subject tender shall be deducted from the value of completed job mentioned in the completion certificate to arrive at the value of completed job without service tax/gst. 5.2 FINANCIAL CRITERIA: 5.2.1. The Average Annual Financial Turnover of the Bidder during the last 3 years ending 31 st March of the previous financial year shall be atleast INR 12,74,11,000/- (Rupees Twelve Crore Seventy Four Lakh Eleven Thousand). 5.2.2. Net Worth of the Bidder shall be positive as per the immediate preceding year s Audited financial results. 5.2.3. Working Capital: The minimum working capital of the bidder as per the immediate preceding year s audited financial results shall be: INR 4,24,71,000/- (Rupees Four Crore Twenty Four Lakh Seventy One Thousand) In case bidder is unable to meet the working capital requirement as above, the bidder can supplement the working capital with a fund based line of credit from any scheduled bank in India or a commercial bank having net worth more than equivalent INR 100 crore. In such a case, bidder shall furnish a declaration from the bank (dated any date between the tender floatation and bid due date) for availability of unutilised fund based line of credit for the shortfall in working capital as mentioned above, in the format enclosed as Annexure-1. 5.3 DOCUMENTS AND DATA REQUIRED WITH BID 5.3.1. The bidder shall, in his own interest, furnish complete documentary evidence to justify that the bidder meets the Qualification criteria as given above. 5.3.2. Bidder shall complete and submit the Experience Record Proforma provided under the Proposal Forms of the Bidding Document (Along with supporting documents mentioned) to establish that the bidder meets the Bidder Qualification Criteria as per Clause No. 5.1 & 5.2 of this document. 5.3.3. Bidder shall furnish documentary proof of fulfilling the Bidder Qualification Criteria as mentioned in Clause Nos. 5.1 & 5.2 above. The documentation shall include but not limited to copies of work order(s) / contract agreements(s) / relevant pages of contract document(s), completion certificate(s), fulfilling the qualification criteria, complete annual reports containing audited balance sheets and profit & loss accounts statement etc. MRPL / EIL reserves the right to complete the evaluation based on the details furnished without seeking any additional information. 5.3.4. All supporting documents, pertaining to Bidder Qualification Criteria (Commercial & Financial) including MSE certificate shall be submitted duly authenticated as follows: Page 3 of 8

Documents shall be submitted duly certified by Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee / Director and not having any interest in the bidder s company) where audited accounts are not mandatory as per law. OR Bidder shall submit documents duly notarized by any notary public/ Apostille in the bidder s country or certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy/ High Commission in Bidder s country. OR Bidder shall submit self-certified documents in original from any one out of CEO or CFO or Company Secretary of the bidder (Limited company only) along with Self-Certification as per Annexure-2. This option shall not be applicable to Proprietorship/ Partnership firms. 5.3.5. Bidders shall be required to upload the digitally signed authenticated copies of documents for meeting BQC on the e-tendering portal only. Bidders shall not be required to submit the original authenticated documents in physical form to EIL. In addition, bidder shall also confirm that all authenticated documents submitted for meeting the BQC are certified as per the authentication requirement defined in the bidding document. 5.3.6. Wherever the bidder has not submitted the authenticated documents through e-tendering as per the requirement of bidding document, bidder shall submit the original authenticated document in a separate booklet titled as Documentation against Bidder Qualification Criteria (Commercial & Financial) with proper index in original within the bid due date 5.3.7. It is clarified that if authenticated documents are either not submitted through e-tendering or not submitted in original, in physical form, offer shall not be considered. 5.3.8. With regards to Financial documents, in case Bidder submits bound published and audited annual financial statements including balance sheet, profit & loss accounts and all other schedules for the preceding three financial years, the same shall be considered without certification of Statutory Auditor/Notarization of Notary Public as per Clause 5.3.4 above. However, in case the bidder submits either a photo copy of published statement or a translated copy of the published financial statements, the same shall be certified either by statutory auditor or Notary Public, in original as per Clause 5.3.4 above. 5.3.9. Any additional documents if deemed necessary to establish the qualifying requirements may be submitted by the Bidder. 5.3.10. In case the last financial year closing date is within 9 months of bid due date and audited annual report of immediate preceding financial year is not available, bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial details of the immediate three preceding years. 5.3.11. Submission of authentic documents is the prime responsibility of the Bidder. However, MRPL/EIL reserves the right of getting the document cross verified, at their discretion from the document issuing authority. 5.3.12. MRPL/EIL reserves the right to complete the evaluation based on the details furnished (without seeking any additional information) and / or in-house data, survey or otherwise. 5.3.13. Failure to meet the above Qualifying Criteria at 5.1 & 5.2 above will render the bid to be summarily rejected. 5.3.14. Bidders are required to submit all such past experience(s) (PTR) meeting the BQC along with relevant supporting documents in the first instance itself, along with the bid. However, Owner/EIL reserves the right to seek any additional supporting documents for meeting the BQC for only those past experience (PTR) submitted alongwith the bid. Accordingly, only such past experience(s) shall be considered for qualification, details of which are provided in the bid by the bidder and subsequently no additional past experience (PTR) shall be sought from the bidder. 6.0 PRE-BID MEETING : 6.1.1. Bidders are requested to attend a pre-bid meeting at EIL, Office Complex, Gurugram 122001, Haryana, India as per the date mentioned in Clause No. 4.0 above. Page 4 of 8

6.1.2. The bidder may send their queries, if any, on Bidding Document by e-mail to anindya.sinha@eil.co.in / amrit.kumar@eil.co.in to reach EIL prior to Pre-bid meeting. These queries shall be replied during the Pre-bid meeting. 6.1.3. The queries raised (without identifying the sources of the query) and the responses given will be transmitted to all who have been provided access to the Bidding Documents. 6.1.4. Non-attendance of the pre-bid meeting will not be a cause for disqualification of a bidder. 7.0 SUBMISSION OF BIDS & VALIDITY 7.1 Bids are required to be submitted only through Govt. of India CPP Portal at http://eprocure.gov.in/eprocure/app on or before the Bid submission date and time. Bidders are required to enroll on the e-procurement module of the Central Public Procurement Portal (URL: http://eprocure.gov.in/eprocure/app). No enrolment fee would be charged from the bidders. It may also be noted that the price details are required to be filled & submitted only on the Schedule of Price format downloaded from above e-tendering website. 7.2 Bidders in their own interest are requested to enroll on Govt. of India CPP portal and upload/submit their bid well in time. In the event of failure in bidder s connectivity with EIL/CPP Portal during the last few hours, bidder is likely to miss the deadline for bid submission. Due date extension request due to above reason may not be entertained. 7.3 Physical Bids / Offers or Bids through any other mode shall not be accepted. The Offers submitted through e-tendering system, as above shall only be considered for evaluation and ordering. 7.4 Bidders to refer Instruction to Bidders for E-Tendering Methodology provided as Annexure-I to Instructions to Bidders (ITB), in the Bidding Document. Bidders are requested to get acquainted with the E-Tendering System in advance and obtain/seek clarifications, if any from EIL and/or CPP Portal Helpdesk, whose contact information is provided in the Annexure-I to ITB. 7.5 Validity of bid shall be 4 (four) months from the final due date of submission of Bids. 8.0 EARNEST MONEY DEPOSIT (EMD) 8.1 Bidders shall submit Earnest Money Deposit (EMD) as mentioned above in the form of demand draft (in INR) or bank guarantee (as per Proforma provided in the Bidding Document) in favour of Mangalore Refinery and Petrochemicals Limited (MRPL), Mangalore. Issuance of Bank Guarantees shall be confirmed directly to the Owner / EIL. Bids not accompanied with EMD shall be rejected and bidder shall not be allowed to witness the tender opening. 8.2 Earnest Money Deposit (EMD) as mentioned above shall be submitted within the Bid Due Date. Earnest Money Deposit (EMD) if submitted in the form of Bank Guarantee, shall be valid for a period of 2 (Two) months beyond the bid validity and shall be submitted from any Scheduled Bank (Including nationalized banks, other scheduled commercial banks, schedule cooperative banks and scheduled regional rural banks as appearing in the second Schedule to the RBI Act 1934. 8.3 Exemption of EMD will be applicable for Indian CPSUs and Micro or Small Enterprises (MSEs) registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation for corresponding item/works or Directorate of Handicrafts and Handlooms or any other Body specified by Ministry of Micro, Small and Medium Enterprise provided that certificate issued by the relevant agency is valid on the date of Un-priced Bid Opening. The bidder shall submit Notary attested copy of the valid MSE registration certificate. Scanned copy of Notarized Registration certificate should be uploaded in the e-procurement website. 8.4 Bidders are required to submit the EMD (in the prescribed format) in original at the time of bid submission in sealed envelope and are required to upload the scanned copy of EMD on e- tender Portal along with e-bid. EMD in original shall be submitted in a sealed envelope titled Earnest Money Deposit for Bidding Document No.: AS/B038-395-PK-TN-3020/1015. Bidder must upload the scanned copy of EMD (in the prescribed format) on e-tender Portal along with the e-bid. Swift message/cheque/cash shall not be acceptable. In case bidder fails Page 5 of 8

to upload scanned copy of EMD on e-tender Portal by the bid due date & time, such bid shall not be considered for evaluation. 8.5 If the Bidder is unable to submit original EMD within the due date and time for Bid submission, their bid shall not be considered for opening. 9.0 GENERAL 9.1 OWNER/EIL reserves the right to carry out capacity & capability assessment of the bidder using in-house information and past performance. 9.2 The bidders who are on Holiday/Negative list of OWNER or EIL 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. If the bidding document were issued inadvertently/ downloaded from website, offers submitted by such bidders shall also be not considered for bid opening/evaluation/award. 9.3 OWNER/EIL will not be responsible or liable for cost incurred in preparation, submission & delivery of bids, regardless of the conduct or outcome of the bidding process. 9.4 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 also be debarred from bidding in future. 9.5 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their Bid. 9.6 Unsolicited clarifications to the offer and / or change in the prices during the validity period would render the bid liable for rejection. 9.7 Bidder shall not be under liquidation, court receivership or similar proceeding. 9.8 Bidders may view the Bid opening through Govt. of India CPP Portal i.e. http://eprocure.gov.in/eprocure/app or may witness the bid opening in EIL Office Complex Sector-16 Gurugram (Haryana). 9.9 OWNER/EIL reserves the right to reject any or all the bids received or annul the bidding process at any time. 9.10 Consultant for the Project or their subsidiary company or companies under the management of consultant, are not eligible to quote for the execution of the same job for which they are working as consultant. 9.11 Bids submitted on Consortium or un-incorporated Joint-Venture basis shall not be accepted. 9.12 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under the existing Govt. policy. Owner shall also follow the Public Procurement Policy on Procurement of Goods and services from Micro and Small Enterprises (MSEs) Order 2012. 9.13 For detailed specifications, terms and conditions and other details, refer complete Bidding Document. 9.14 Clarification, if any, can be obtained from following numbers: Telephone No. +91-124-380-2103/ 2168; E-mail: anindya.sinha@eil.co.in / amrit.kumar@eil.co.in Deputy General Manager (SCM) Engineers India Limited, Gurugram. Page 6 of 8

Annexure-1 to IFB (To be printed on Letter Head of bank) DECLARATION FROM THE BANK FOR AVAILABILITY OF UNUTILIZED LINE OF CREDIT Ref: Date: We, a Bank firm having our registered office address confirm that the Company M/s, having its registered office at is having account with our bank. Presently, the credit limits of the company are as follows: Fund Based Line of Credit (towards Working Capital like CC Limit) Amount in (Currency- ) Sanctioned Line of Credit Utilized Line of Credit Balance Line of Credit [Bank to specify as applicable] We declare that we are scheduled bank in India; OR We declare that we are a commercial bank having Net worth more than equivalent INR 1000 Million as per latest audited financial statements. Yours Faithfully, Signature Name & Designation e-mail ID Fax number Page 7 of 8

Annexue-2 SELF-CERTIFICATION I, S/o/D/o of, working as CEO/CFO/Company Secretary (indicate, as applicable) of the Company having its registered office at certify that all the details including documents pertaining to Bidder Qualification Criteria signed by undersigned vide our offer reference against your Enquiry document, are true, authentic, genuine and exact copy of its original. It is certified that none of the documents are false/forged or fabricated. All the documents submitted has been made having full knowledge of (i) the provisions of the Indian laws in respect of offences including, but not limited to those pertaining to criminal breach of trust, cheating and fraud and (ii) provisions of bidding conditions which entitle the Owner/EIL to initiate action in the event of such declaration turning out to be a misrepresentation or false representation. I further certify that further documents, if any, required to be submitted by our company, shall be submitted under my knowledge and those documents shall also be true, authentic, genuine, exact copy of its original and shall not be false/forged or fabricated. DECLARATION I, S/o/D/o of, working as CEO/CFO/Company Secretary (indicate, as applicable) of the Company having its registered office at with reference to our bid against your Enquiry document,declare that in case, at a later date, any of the document submitted in our bid referred above is found to be false/forged or fabricated, I, shall be held responsible for the same and EIL/Owner has every right to take action against me and my company, as deemed fit as per provisions of the bidding documents including EIL/Owner s right to put our company on Holiday/Black list for future business with EIL/Owner. Specimen Signature of authorized representative Signature Name & Designation (CEO or CFO or Company Secretary) Page 8 of 8