NOTICE INVITING TENDER (NIT)

Similar documents
Number of Cells 2 working 1 Stand-by

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

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

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)

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

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

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

(BIDDING DOCUMENT NO.: SK/A LZ-MR-4010/1004) (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

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

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

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

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

GLOBAL INVITATION FOR BIDS (IFB)

NOTICE INVITING TENDER (NIT)

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

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

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

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

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

CRFQ No E - TENDER No. : 16507

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

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

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

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

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

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

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

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

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

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

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)

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

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

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

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

at 13:30 hrs

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

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

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

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

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

Oil India Limited (A Govt. of India Enterprise)

MULTI-YEAR MAINTENANCE PROGRAM (MMP) FOR GAS TURBINES AT BPCL-MUMBAI REFINERY, BPCL- KOCHI REFINERY AND NUMALIGARH REFINERY

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

BHARAT HEAVY ELECTRICALS LIMITED

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

ANNEXURE-A INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING) Name of Line

NOTICE INVITING LIMITED E-TENDER

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

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

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

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

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

NOTICE INVITING BID FOR

BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI LIMITED TENDER

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

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

Notice InvitingTender (NIT)

(Submission of Bid through online)

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

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

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

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

Bank Note Paper Mill India Private Limited, Mysore

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

Procurement of Licences of Business Objects BI Platform

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

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

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

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

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

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

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

INDIAN INSTITUTE OF SCIENCE BENGALURU

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

GAIL Gas Limited (A wholly owned subsidiary of GAIL (India) Ltd)

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

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

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

DELHI METRO RAIL CORPORATION LIMITED

GAIL (INDIA) LIMITED

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

TENDER NO. SSG7289P16 DATE: INVITATION TO e-bid UNDER OPEN TWO BID SYSTEM

NOTICE INVITING e-tender FOR TRANSPORTATION OF LSHS EX OUR MUMBAI REFINERY

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

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:

SRCASW/ e Tender/ Annual Rate Contract/ / 003 CONTENTS

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

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

OPEN TENDER NOTICE NO: , Date:

NIT FOR TENDER NO. CGI 0949 P19

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India)

NOTICE INVITING E-TENDER

Transcription:

BPCL-Mumbai Refinery Notice Inviting Tender (NIT) 7601/1003 Project : GTU EIL Job No. A918 NOTICE INVITING TENDER (NIT) NIT Page 1 of 14

NOTICE INVITING TENDER (NIT) FOR HEATER WORKS FOR GASOLINE HYDROTREATMENT UNIT (GTU) PROJECT OF M/S BHARAT PETROLEUM CORPORATION LTD. (BPCL) MUMBAI REFINERY (DOMESTIC COMPETITIVE BIDDING) (BPCL E-TENDER NO. 29085 / CRFQ1000288453) & EIL BIDDING DOCUMENT NO.: SK/A918-160-MC-TN-7601/1003 1.0 INTRODUCTION: 1.1 Bharat Petroleum Corporation Limited-Mumbai Refinery (MR) proposes to implement Gasoline Hydro treating Unit (GTU) of 0.9 MMTPA capacity at BPCL-MR, to meet the government mandate of producing 100% BS-VI MS w.e.f. 1st April 2020. GTU would hydro treat cracked Gasoline ex CCU/FCCU and the Gasoline product from new GTU will conform to BS-VI specification of max. 8 ppmw sulphur. Implementation of a GTU is necessary for meeting the proposed specifications of 100% BS-VI MS for the entire country. 1.2 BPCL invites e-bids through e-tendering, under single stage two bid system on Domestic Competitive Bidding basis for execution of HEATER WORKS from eligible Bidders with sound technical and commercial capabilities meeting the Bidder Qualification Criteria as stated under para 5.0 below. Bids submitted online shall only be considered for processing. 2.0 BRIEF SCOPE OF WORK: 2.1 Project management, residual design & detail engineering including preparation of fabrication drawings, procurement & supply of Heater System components / auxiliaries, shop fabrication (modularization as applicable), site construction & erection and inspection / construction supervision / quality assurance activities. 2.2 Major parameters of the Heaters are as follows: Item No. Unit / Title Type 160-F-0001 160-F-0002A 160-F-0002B SPLITTER HEATER 1ST STAGE HDS HEATER 2ND STAGE HDS HEATER Vertical cylindrical heater with outboard APH System and Heater top Mounted Stack Coil MOC: A335 Gr P5 Vertical cylindrical heater with outboard APH System and Heater top Mounted Stack Coil MOC:A312 TP 347H Vertical cylindrical heater with outboard APH System & Stack common with 160-F-0002A Coil MOC:A312 TP 347H Absorbed Design Duty (MMKCal/hr) 11.64 2.05 8.26 2.3 For detailed scope of works, refer Technical section of the Bidding Document. 3.0 TIME SCHEDULE FOR COMPLETION: 3.1 Completion period for entire work shall be 13 (Thirteen) Months from the date of issue of Fax of Acceptance (FOA). 4.0 SALIENT DETAILS: NIT Page 2 of 14

a) Type of Enquiry : Notice Inviting Tender (NIT) b) Bidding Document No. : BPCL e-tender no. 29085/ CRFQ1000288453 (Corresponding EIL s Bidding Document no. SK/A918-160-MC-TN-7601/1003) (To be referred in all future correspondence) c) Bidding Document availability on Website : 01.09.2017 to 22.09.2017 d) Site Visit (*) : On 12.09.2017 e) Last date for submission of pre-bid queries f) Date / Venue of Pre-Bid Meeting (*) : : One day before pre-bid meeting through e- mail 10:00 Hrs. (IST) on 12.09.2017 at Bharat Petroleum Corporation Limited, Room 325A, Administrative Building, Mahul, Mumbai-400074. Contact Person: Mr. K. Naveen Chander, DGM Projects (GTU), BPCL-Mumbai Refinery, Tel. No. :- (022) 2553 3339 E-mail :- naveenck@bharatpetroleum.in g) Last Date and time for submission of e-bids h) E-Bid submission through E- tendering i) Cost of Bidding Document / Bidding Document Fee j) Bid Security / Earnest Money Deposit (EMD) : Refer E-tender : Only E-bids uploaded in BPCL s E- Tendering website https://bpcleproc.in is acceptable. Physical Bids and Bid through any other mode shall not be acceptable. : Not Applicable. : Rs. 10,00,000/- (Rupees Ten Lakh only) The EMD shall be submitted by the bidder as mentioned at Cl. No.10.0 of NIT. k) Opening of Techno-commercial (Un priced) Bids (*) : 12.01 Hrs. (IST) on 22.09.2017 (on-line Opening shall be done) NIT Page 3 of 14

l) Contact person for any query/ clarifications for this tender : Queries to be addressed to: Engineers India Limited, 3rd Floor, Tower-1, Sector-16 (on NH-8), Gurugram (India), Contact Person: Mr. B. Mandal, DGM (SCM-C&P)/Mr. S. K. Mandal, Manager (SCM-C&P) (Tel No. : +91-124-380-2332/2447 & E-mail: biswajit.mandal@eil.co.in / sk.mandal@eil.co.in Queries to be also marked to Queries to be also marked to Mr. K. Naveen Chander, DGM Projects (GTU), BPCL-Mumbai Refinery, Tel. No. :- (022) 2553 3339 E-mail :- naveenck@bharatpetroleum.in Mr. Perumal Samy S., Chief Manager Projects (P&CS), BPCL-Mumbai Refinery, Tel. No. :- (022) 2553 3212 E-mail :- perumalss@bharatpetroleum.in m) Opening of Priced Bids : The Owner will open price bids online. The bidder s who qualify pursuant to bid evaluation shall be able to view online the prices of all other bidder s who qualify pursuant to bid evaluation at their respective windows, after price bid opening by Owner. If any of the dates (*) identified above happen to be a declared holiday/closed day in BPCL-Mumbai Refinery, the next working day shall be considered. BPCL-Mumbai Refinery Office working hours are from 07:45 Hours to 16:15 Hours, from Monday to Friday. Request for extension or any queries received from any bidder with less than one working days prior to bid due date shall generally be ignored, since there will not be adequate time for proper communication with other Bidders. Bidders shall submit the bid directly and in their own name without involving any intermediaries. The Bidding Document is non-transferrable. Bidder shall download the Bidding Document in their own name and submit bid directly. 5.0 BIDDER QUALIFICATION CRITERIA(BQC): Bidder should be a Proprietorship / Partnership firm in India or a Company registered in India under Indian Companies Act and shall fulfil the following qualification criteria in order to qualify for this work: 5.1 EXPERIENCE CRITERIA (COMMERCIAL) 5.1.1 The Bidder should have executed and completed Heater works in Hydrocarbon service / Steam Reformer / Steam Cracker of minimum value(s) as indicated below, during the last seven (07) years reckoned from the original due date of submission of bids. i) One work of value not less than Rs. 2760 Lakh only ii) OR Two works each of value not less than Rs. 1725 Lakh only NIT Page 4 of 14

iii) OR Three works each of value not less than Rs. 1380 Lakh only 5.1.2 In case Bidder has executed and completed Composite Works which includes the qualifying work(s) stated in Cl. No. 5.1.1 above, then value of such qualifying work(s) out of the total value of Composite Works shall be considered for the purpose of qualification. 5.1.3 A job completed by a bidder as a sub-contractor shall be considered for the purpose of meeting the experience criteria of BQC subject to submission of following documents in support of meeting the Bidder Qualification Criteria : a) Copy of work order along with SOR issued by main contractor. b) Copies of Completion Certificates from the end User/ Owner/Consultant 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. as required for qualification of the bidder in line with BQC. 5.2 EXPERIENCE CRITERIA (TECHNICAL) 5.2.1 Experience criteria in order to qualify for this job shall be as under: 5.2.1.1 Bidder shall have completed one Fired Heater in Hydrocarbon service / Steam Reformer / Steam Cracker including carrying out residual engineering, procurement, fabrication and erection (or erection supervision) of total absorbed heat duty of at least 5 MM Kcal/hr in the last 7 years, reckoned from the original bid due date. 5.2.1.2 In case the qualifying job as above does not include procurement / procurement-engineering of burners and procurement of pressure parts as a minimum, the experience of the same can be accepted in some other Fired Heater / Steam Reformer / Steam Cracker job executed by the Bidder. 5.2.1.3 The reference qualifying Fired Heater / Steam Reformer / Steam Cracker and burner as above, shall have completed minimum 1 year of operation as on original bid due date. 5.2.1.4 The above clauses for bidder qualification shall be read in conjunction. / mentioned in the above clauses means either/or 5.2.2 GENERAL 5.2.2.1 Client / 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. 5.2.2.2 Period of experience for the reference qualifying job as per Clause No 5.2.1.1 above shall be reckoned from the Mechanical completion date OR from commissioning date (if commissioning was part of Bidder scope). 5.3 FINANCIAL CRITERIA 5.3.1 The average annual turnover of the bidder during the immediate preceding 03 (Three) financial years shall not be less than Rs. 1035 Lakh as per the audited annual financial results as on due date of submission of bid. 5.3.2 The financial net worth of the Bidder as per the latest audited annual report shall be positive. NIT Page 5 of 14

(i) The calculation of net worth shall be as per attached Annexure-A to this NIT Notes:- In case a bidder (a parent company) is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor/ chartered accountant of the bidder certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited. (ii) Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not published, but only a consolidated annual report of the Parent Company is available, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor/ chartered accountant of the bidder certifying that separate annual report of bidder is not prepared and audited. (iii) In case the 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 financial years. Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not available and where bid closing date is up to 31st December, the financial details of the three previous years immediately prior to the last financial year may be submitted. However, in case the bid closing date is after 31st December, it is compulsory to submit the financial details of the immediate three preceding financial years only. 6.0 DOCUMENTS AND DATA REQUIRED WITH BID The bidder shall furnish documentary evidence as below: 6.1 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 & 5.3 of this document. 6.1.1 For Experience Criteria (Commercial): 6.1.1.1 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of contract/sor, completion certificate, from the Owner/ Consultant (in case sub contractor, copy of work order and completion certificate from main contractor and Owner/Consultant) of work executed in the first instance itself, in support of their fulfilling the qualification criteria. BPCL/EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information. 6.1.1.2 For Composite Works, in the event the value of the qualifying work(s) cannot be ascertained from the Work Order/Completion Certificate submitted by Bidder, Copy of Schedule of Rates (SOR) as per Contract, relevant pages of Contracts, Copy of relevant pages of Final Bill certified by Owner for establishing requirement of BQC or written letter from their Client specifying the nature of work with quantities and values can be submitted for qualification. 6.1.2 For Experience Criteria (Technical): 6.1.2.1 Bidder shall complete and submit the Experience Record Proforma enclosed with the bid document (along with supporting documents mentioned therein) to establish that the bidder meets the Bidder Qualification Criteria as per clause no. 5.2 of this document. 6.1.3 For Financial Criteria: NIT Page 6 of 14

6.1.3.1 Bidder shall furnish documentary evidence in the form of Complete Annual Report/ Financial Statements- Balance sheets and Profit and Loss Accounts statements including its all Schedules of the preceding 3 (Three) financial years etc., along with the Bid to establish Bidder s conformance to Financial Criteria mentioned in Cl. 5.3 above. 7.0 REQUIREMENT OF AUTHENTICATION AND SUBMISSION OF DOCUMENTS : 7.1 AUTHENTICATION: i. Submission of authentic documents is the prime responsibility of the bidder. Wherever BPCL/EIL has concern or apprehensions regarding the authenticity/correctness of any document, BPCL/EIL reserve the right to get the documents cross-verified from the document issuing authority. ii. All documents furnished by the bidder in support of meeting the Experience Criteria (Commercial), Experience Criteria (Technical) and Financial Criteria(as per clause no. 5.1 5.2 & 5.3 above) of BQC shall be: a. 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 b. Duly notarized by any notary public 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 c. Bidder shall submit self-certified documents from any one out of CEO or CFO or Company Secretary of the Bidder (Limited company only) along with Self- Certification as per Annexure B attached with NIT. This option shall not be applicable to Proprietorship/ Partnership firms. iii. With regard to financial documents, if Bidder submits bound original printed booklet of complete 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 as mentioned above. However, in case the bidder submits either a photo copy of audited financial statement or a translated copy of the published financial statements, the same shall be certified as per 7.1 (ii) above. (iv) Failure to meet the above Qualification Criteria will render the Bid to be summarily rejected. Therefore, the bidder shall in his own interest furnish complete documentary evidence in the first instance itself along with their bids, in support of their fulfilling the Qualification Criteria as given above. 7.2 SUBMISSION OF DOCUMENTS: i. All documents furnished by the bidder in support of meeting the Experience Criteria (Commercial), Experience Criteria (Technical) and Financial Criteria (as per clause no. 5.1 5.2 & 5.3 above) of BQC as per NIT shall be Digitally Signed authenticated copies and submitted in e-tendering website along with their offer. In case of submission of digitally signed authenticated copies of documents for meeting BQC, bidder shall not be required to submit the original authenticated documents in physical form to BPCL subject to confirmation by bidder on Annexure-C attached with NIT. NIT Page 7 of 14

ii. In case bidder is not able to submit the authenticated documents through e-tendering website as per the requirement of bidding document, bidder shall submit the hard copy of authenticated copies of documents for meeting BQC, as above in a separate section/ booklet within 07 (Seven) calendar days from the date of Un-priced bid opening, at the address mentioned below. In case 7 th day happens to be a closed day/holiday in BPCL, Mumbai, next working day shall be considered as 7 th day. This section/booklet shall be titled as Documentation against Bidder Qualification Criteria (Experience and Financial) with proper index and page numbering. 7.3 The following documents in addition to uploading the bid on the BPCL s e-tendering website shall also be submitted in Original in physical form within 07 days from the bid due date and scanned copies of the same shall be uploaded in e-tender by the bidder within the due date and time indicated in the e-tender. i) EMD/Bid security (MSE Certificate in case of exemption) ii) In case digitally signed authenticated documents not submitted along with unpriced bid for following documents: a) Power of Attorney. b) Integrity Pact. c) Authenticated Documents. In case the bidder fails to submit the original EMD/Bid Security within 7 calendar days from the due date of opening of unpriced bids, BPCL reserves the right to reject such bids, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder. Provisions of the ITB stand modified to the above extent. Above document in original shall be submitted to the following address: Shri Perumal Samy Chief Manager Project (P&CS) P&CS Dept. 2nd floor, Room 212, South Block Admin Bldg, BPCL, Mahul, Mumbai -400 074, India Email id: perumalss@bharatpetroleum.in iii. Similar to BQC documents, Power of Attorney and other authenticated documents like proof of being MSEs for availing preference under Public Procurement Policy-2012 for MSEs can be submitted Digitally Signed as per the requirement specified in the Bidding Document. 7.4 In the event of submission of any document/ certificate by the bidder in a language other than English, the bidder shall get the same translated into English and submit the same after getting the translation duly authenticated by local Chamber of Commerce of bidder s country or Indian Embassy in bidder s country or their Embassy in India. 7.5 Bidder should ensure submission of complete information/documentation in the first instance itself, in support of their fulfilling the qualification/eligibility criteria. BPCL/EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information. Subsequent to the submission of bid, bidders are not allowed to change the price or substance of the bid. 8.0 SITE VISIT & PRE-BID MEETING 8.1 Bidders are invited for site visit as per the date mentioned in Cl.4.0 (d) above. 8.2 The Bidders are requested to attend a pre-bid meeting as per the date & venue mentioned in Cl. 4.0 (f) above. 8.3 The bidder may send their queries, if any, on Bidding Document by courier/e-mail to reach BPCL/EIL prior to Pre-bid meeting. These queries shall be replied during the Pre-bid meeting. NIT Page 8 of 14

8.4 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 bid documents and submitted their intent to quote. 9.0 SUBMISSION OF BIDS 9.1 Bids to be submitted on BPCL s E-Tendering website (https://bpcleproc.in). Price Schedule Formats are attached (as an excel attachment) in Bidding Document. Bidders are requested to download the same and quote their prices strictly as per the format without altering the content of it. The bid will be submitted in three parts as follows: 9.2 PART-I :- (EARNEST MONEY DEPOSIT): Bidder shall upload scanned copy of Earnest Money Deposit/ MSE Valid Certificate (as applicable). In addition, original copy of EMD shall also be submitted. 9.3 PART-II :- (UN-PRICED Bid):-To be submitted on Technical Document/ Collaboration Folders of e-tendering system. Un-priced bid must be complete with all technical details along with all other required documents including price schedule WITH PRICE BLANKED OUT, and replaced with QUOTED or NOT QUOTED, as applicable, Compliance to Bid requirement, Forms & Formats etc., duly filled in and signed & stamped. In addition, documents as mentioned under Clause 7.3 shall also be submitted in physical form. 9.4 PART-III :- (PRICED Bid):- To be submitted in the respective folder assigned for submission of price bid in BPCL s e-tender portal. Price bid should contain only the prices, without any condition whatsoever. Bids complete in all respects should be submitted on or before last date and time of Bid submission. 9.5 No physical Bids/ Offers shall be permitted. The Bids submitted online in BPCL s e- tendering system shall only be considered for evaluation and ordering. Bids submitted through Fax/e-mail/courier/Post/CD/Pen Drive will not be accepted. 10.0 BIDDING DOCUMENT FEE, EARNEST MONEY DEPOSIT (EMD), POWER OF ATTORNEY & INTEGRITY PACT 10.1 Bidding Document Fee Payment of Bidding Document fee shall not be applicable. 10.2 Earnest Money Deposit (EMD) 10.2.1 Bids must be accompanied with the Earnest Money Deposit (EMD). EMD shall be submitted in the form of crossed Demand Draft/Pay Order in favour of Bharat Petroleum Corporation Limited payable at Mumbai or Bank Guarantee (BG). BG shall be submitted from any Indian scheduled bank which includes Indian branch of foreign bank recognized as scheduled bank by RBI. Bids without the requisite EMD as mentioned above shall be rejected. 10.2.2 EMD exemption will be applicable to the following Bidders: i) Micro and Small Enterprises (MSEs) registered with District Industries Centres (DIC) or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation (NSIC) or Directorate of Handicraft and Handloom or MSEs who are having Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. On opening the un-priced bid, the certificate will be verified for registration and validity. If the bidder meets this requirement, their bid will be processed further. If not, the bidder will be asked to submit EMD. In case the bidder does not submit the EMD within 07 (Seven) calendar days of BPCL/EIL intimation, then their bid shall be rejected. The certificate shall be valid as on date of opening of un-priced bid. 10.2.3 Documents to be submitted by MSEs along with un-priced bid : a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries NIT Page 9 of 14

Corporation or Directorate of Handicrafts and Handloom or MSEs who are having Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. b) The above document submitted by the bidder shall be duly certified (in original) by Notary or the Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder s company/firm) where audited accounts are not mandatory as per law or duly notarized by any Notary Public in the bidder s country. c) If the bidder does not provide the appropriate document or any evidence to substantiate the above, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy, 2012. 10.2.4 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government Undertakings. 10.2.5 EMD shall be valid for a period of 08 (Eight) months from the final bid due date for submission of Bids. 10.3 Power of attorney The Bidder shall upload the Power of Attorney with the unpriced bid in favour of person(s) signing the bid that such person(s) is/are authorised to sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder. 10.4 Integrity Pact The Bidder shall upload the Integrity Pact duly signed by the same person who has signed the bid. Bidder not submitting the Integrity Pact duly filled, signed and sealed shall be liable for rejection. 11.0 GENERAL 11.1 BID VALIDITY:- Validity of bid shall be 120 (One Hundred Twenty) days from the date of opening of Techno-commercial (Un-priced) Bids. 11.2 Bidder should not be on Holiday / Negative list of BPCL/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 downloaded from website, offers submitted by such bidders shall also be not considered for bid opening/evaluation/award. 11.3 Bidder submitting their bids should not be under liquidation, court receivership or similar proceedings. Bidder shall submit self certificate in this regard, 11.4 Unincorporated Joint Venture (JV) / Consortium bids shall not be accepted. 11.5 The complete Bidding Document (including NIT along with Qualification Criteria) is available on BPCL website and on Central Public Procurement Portal website: http://eprocure.gov.in/cppp. NIT shall be uploaded on EIL s website http://tenders.eil.co.in also. However, bidders have to submit their bids only through e- tendering website of BPCL. 11.6 Bidder shall download the Bidding Document in their own name and submit the bid directly. The Bidding Document is non-transferable. 11.7 All amendments, time extension, clarifications, etc. (if any) will be uploaded in the BPCL websites only and will not be published in newspapers. Bidders should regularly visit the above websites to keep themselves updated. No extension in the bid due date/ time shall be considered on account of delay in receipt of any document by mail. 11.8 BPCL reserve the right to complete the evaluation based on the details furnished (without seeking any additional information) and in-house data, survey or otherwise. 11.9 Bidders to note that downloading and submission of bid document does not imply that bidder is pre-qualified. The documents in support of Bidder Qualification Criteria and NIT Page 10 of 14

other relevant details, submitted along with the bid, shall be reviewed in detail during the course of techno commercial evaluation of bid. 11.10 BPCL reserves the right to assess bidder s capability & capacity to execute the work using in-house information. 11.11 Experience of only the bidding entity shall be considered. A job executed by a bidder for its own plant/projects cannot be considered as experience for the purpose of meeting the requirement of BQC of the Bidding Document/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/ Chartered Accountant of the bidder or duly notarized towards payments of statutory tax in support of the job executed for Subsidiary/Fellow subsidiary/holding company. Such bidders to submit these documents in addition to the documents specified in the bidding document to meet BQC. 11.12 BPCL shall not be responsible for any expense incurred by bidders in connection with the preparation & delivery of their bids, site visit, participating in the discussion and other expenses incurred during the bidding process. 11.13 BPCL will follow Purchase Preference Policy as per prevailing guidelines of Government of India. Purchase preference as per Public Procurement Policy 2012 shall not be applicable to MSE Bidder as this tender being indivisible works contract. 11.14 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their Bid. 11.15 BPCL reserves the right to reject any or all Bids at the bids received or annual the bidding process at any time without assigning any reason whatsoever. 11.16 In case any bidder is found to be involved in cartel formation, his bid will not be considered for further evaluation/ placement of order. Such bidder s EMD will be enchased & also debarred from bidding in future for BPCL/EIL. 11.17 A bidder may seek clarifications regarding the bidding document provisions, bidding process and/or rejection of his bid. BPCL shall respond to such requests within a reasonable time. 11.18 Unsolicited clarifications to the offer and/or change in the prices during its validity period would render the bid liable for outright rejection. 11.19 If a bidder is on Holiday/Negative List of EIL/BPCL on due date of submission of bids/ during the process of evaluation of the bids, the offer of such a bidder shall not be considered for bid opening/ evaluation/ award. 11.20 The Contents of this NIT shall prevail in case of any contradiction with the clauses mentioned elsewhere. 11.21 For detailed specifications, terms and conditions and other details, refer complete Bidding Document. 11.22 Clarification, if any, be obtained from 0900 Hrs (IST) to 1600 Hrs (IST) on any working days through: Telephone No. +91-22 2553 3339/3298 or E-mail: naveenck@bharatpetroleum.in & perumalss@bharatpetroleum.in. This Invitation of Bids (IFB) is an integral and inseparable part of Bidding Document. For & on behalf of BPCL Perumal Samy S. Chief Manager Projects (P&CS) NIT Page 11 of 14

ANNEXURE-A TO NIT Net worth means paid up share capital, Share Application Money pending allotment and reserves # less accumulated losses and deferred expenditure to the extent not written off. # Reserves to be considered for the purpose of networth shall be all reserves created out of the profits and securities premium account but shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation. *Share Application Money pending allotment will be considered only in respect of share to be allotted. Accordingly, the definition of Net worth shall be as follows: Paid up share capital XXXX Add : Share Application Money pending allotment XX Add : Reserves (As defined Above) XX Less : Accumulated Losses XX Less : Deferred Revenue Expenditure to the extent not written off XX Networth XXXX NAME OF THE BIDDER: NIT Page 12 of 14

Annexure B to NIT 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. Signature Specimen Signature of authorized representative Name & Designation (CEO or CFO or Company Secretary) NIT Page 13 of 14

Annexure- C to NIT COMPLIANCE TO AUTHENTICATION REQUIREMENT We hereby confirm that all authenticated documents submitting for meeting Bidder s qualification criteria are certified as per the authentication requirement defined in Bidding Document. Signature of Bidder: Name of Bidder: Company Seal: NIT Page 14 of 14