Number of Cells 2 working 1 Stand-by

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

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

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

NOTICE INVITING TENDER (NIT)

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

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.: 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

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

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

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

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

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

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

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

GLOBAL INVITATION FOR BIDS (IFB)

NOTICE INVITING TENDER (NIT)

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

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

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

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

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

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

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

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

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

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

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

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

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

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

CRFQ No E - TENDER No. : 16507

at 13:30 hrs

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

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

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

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

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

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

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

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

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

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

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

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

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

NOTICE INVITING TENDER (e-tender)

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

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

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

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

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

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

NOTICE INVITING e-tender (NIT)

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

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

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:

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

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

INVITATION OF GLOBAL/OPEN BIDS

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION (KINFRA) (A statutory body of Govt of Kerala)

DELHI METRO RAIL CORPORATION LIMITED

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

NOTICE INVITING BID FOR

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

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

NOTICE INVITING TENDER (NIT) LIMITED TENDER NOTICE(Two Cover System) DT

West Bengal State Electricity Transmission Company Limited

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

(Submission of Bid through online)

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

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

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

Bank Note Paper Mill India Private Limited, Mysore

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

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

BRAHMAPUTRA CRACKER AND POLYMER LIMITED [A Government of India Enterprises]

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

NOTICE INVITING E-TENDER

NOTICE INVITING TENDER (NIT)

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

NOTICE INVITING TENDER (NIT) (e-tender)

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

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

ANNEXURE - A. Bank of Baroda Baroda Corporate Centre C-26, G-Block, Bandra Kurla Complex Bandra (East), Mumbai

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

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

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

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

********* EXPRESS OPEN TENDER ENQUIRY NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM)

BHARAT HEAVY ELECTRICALS LIMITED

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

CONTRACT:CC-18 J TENDER DOCUMENTS

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

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

Transcription:

INVITATION FOR BIDS (IFB) FOR RCC COOLING TOWER AND COOLING WATER TREATMENT PLANT PACKAGE FOR BS-VI MS BLOCK PROJECT OF M/s BPCL KOCHI REFINERY, KOCHI, KERALA BIDDING DOC. NO.: BM/B034-MUC-PB-TN-8700/1005 (INTERNATIONAL COMPETITIVE BIDDING) E-Tendering 1.0 INTRODUCTION: 1.1 Bharat Petroleum Corporation Ltd.-Kochi Refinery (BPCL-KR) is in the process of establishing a BS-VI MS Block Project. M/s Engineers India Limited (EIL) has been appointed as Project Management Consultant (PMC) for the project. 1.2 Engineers India Ltd. (EIL) on behalf of M/s Bharat Petroleum Corporation Limited, invites Bids under Single Stage Two Part Bid System for execution of RCC COOLING TOWER AND COOLING WATER TREATMENT PLANT (CWTP) PACKAGE from eligible bidders with sound technical and commercial capabilities meeting the Bidder Qualification Criteria stated in Cl. 5.0. 2.0 BRIEF SCOPE OF WORK: 2.1 Scope of work of Cooling Tower & CWTP Package shall cover design, detailed engineering, procurement, supply of all materials, equipment s, installation, construction, fabrication, erection, manufacture, receipt, storage, conservation and preservation of all materials at site, handling at site, assembly, painting, testing, commissioning and performance guarantee test run of the entire system within Package battery limit including trial runs, Performance Guarantee Test Run of fresh water Mechanical (induced) draft counter flow cooling tower of RCC construction for 1 number Cooling Tower and CWTP facilities, dosing system and all allied facilities as defined in the Bidding Document. Construction of RCC basin, channel & sump are not in the scope of Contractor and shall be constructed by others. The scope of work covers the following: a) Mechanical (Induced) draft Counter flow RCC Cooling Tower (MUC-CT-101A/B/C) Number of Cells 2 working 1 Stand-by Capacity (per cell) (3200) m3/hr/cell b) Cooling Water Treatment Plant (CWTP) consisting of Formulation Dosing, Polymeric Dispersant Dosing, Biocide Dosing, NaOH Dosing & Chlorine Dioxide Dosing, Side Stream Filtration system. c) All Electrical, Instrumentation and Mechanical works, Civil & Structural, Architectural works excluding Geo-Tech works within battery limit. 2.2 For detailed scope of works, refer Technical section of the Bidding Document. 3.0 TIME SCHEDULE FOR COMPLETION: Completion period for entire works shall be 16 (Sixteen) Months from the date of issue of Fax of Acceptance (FOA) and as detailed in Annexure-III to Special Conditions of Contract. B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 1 of 10

4.0 SALIENT DETAILS: a) Bidding Document on Website : From 09.01.2018 to 05.02.2018 Up to 1200 Hrs. (IST) b) Site Visit : On 16.01.2018 c) Last date of Receipt of Bidder s Queries for Pre-Bid Meeting : On 19.01.2018 d) Date of Pre Bid Meeting (#) : at 1030 Hrs. (IST) on 23.01.2018 e) Last Date and time of Online submission of Bids (Bid Due Date) f) Online Opening of Technocommercial Unpriced Bid (#) : Up to 1200 Hrs. (IST) on 05.02.2018 : 1400 Hrs. (IST) on 06.02.2018 g) Earnest Money Deposit / Bid Security : EMD AMOUNT Foreign Bidder Indigenous Bidder USD EURO INR 15,495/- 13,143/- 10,00,000/- h) Cost of Bidding Document (Non- Refundable) : For payment details refer clause no. 8.1 of this IFB Not Applicable. i) Opening of Priced Bids : On date & time to be intimated later If any of the dates identified above (#) happen to be a declared holiday/closed day(s) in EIL Gurugram, the next working day shall be considered. EIL Office working hours are from 08:30 Hours to 17:00 Hours (IST), from Monday to Friday. The complete Bidding Document is available and can be viewed / downloaded directly from Govt. e-procurement Portal: http://eprocure.gov.in/cppp. A link for the complete Bidding Document is available on EIL website: http://tenders.eil.co.in and BPCL website: www.bharatpetroleum.in. All amendments, time extension, clarifications, etc. will be uploaded in the websites only and will not be published in Newspapers. Bidders should regularly visit the above website(s) to keep themselves updated. Bids are to be submitted only on e-procurement module of the Central Public Procurement portal (CPP) i.e. http://eprocure.gov.in/cppp. Bidder to follow instructions as given in Annexure-I to ITB (E-Tendering Methodology) for registering on the CPP portal and submitting their bids online on the CPP portal. It may be noted that the price details are required to be filled & submitted only on the Schedule of Rates (SOR) format downloaded from Central Public Procurement Portal (CPPP) i.e. http://eprocure.gov.in/cppp, during the period the bidding document is available on website. 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. B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 2 of 10

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 shall fulfil the following qualification criteria in order to qualify for this work: 5.1 EXPERIENCE CRITERIA (COMMERCIAL) 5.1.1 Bidder should have executed and completed RCC Cooling Tower Work(s) in an Industrial Plant of value(s) as given below in the previous Ten (10) years period reckoned from the due date of submission of bids: DESCRIPTION INDIAN BIDDER FOREIGN BIDDER (In Million) (In Million) One Work of Value INR 111.12 USD 1.72 OR Two Works each of Value INR 69.45 USD 1.07 OR Three Works each of Value INR 55.56 USD 0.86 5.1.2 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. 5.1.3 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/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. as required for qualification of the bidder in line with BQC. 5.1.4 For Indian Bidders, Order value(s) in multiple currencies shall be converted to equivalent INR at the exchange rate of RBI reference rate as on the date of award of such proposed qualifying work(s). Similarly for Foreign Bidders, Order value(s), in multiple currencies shall be converted at the exchange rate of RBI reference rate to equivalent USD as on date of award of such proposed qualifying work(s). 5.2 EXPERIENCE CRITERIA (TECHNICAL) Bidder shall fulfil the following experience criteria in the last Ten (10) years period reckoned from the due date of submission of bids (plant should have been commissioned in last Ten (10) years period reckoned from the due date of submission of bids) : 5.2.1 Basic and detailed engineering including procurement, erection, commissioning of minimum one fresh water / raw water Mechanical (induced) draft counter flow type RCC cooling tower having per cell capacity of 1920 m 3 /hr or higher. B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 3 of 10

5.2.2 The reference cooling tower shall have completed one year of operation as on bid due date. 5.2.3 The reference Cooling Tower shall be of RCC construction with RCC basin and film type fill. 5.3 FINANCIAL CRITERIA 5.3.1 Average Annual Turnover of the Bidder during the immediate preceding 03 financial years shall not be less than INR 41.67 Million (For Indian Bidder) or USD 0.65 Million (For Foreign Bidder) as per audited annual financial results as on the due date of submission of bid. 5.3.2 Bidder s Net Worth as per latest audited financial statement shall be positive. 5.3.3 The bidder shall submit proof of having arrangements with their banker(s) for working capital requirement in the form of free line of credit for minimum value of INR 10.42 Million (For Indian Bidder) or USD 0.16 Million (For Foreign Bidder), as per format attached in the Proposal Forms Section. Notes:- (i) In case a bidder is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the 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. (iv) The bidder shall furnish the original declaration letter from the bank for availability of line of credit. Also currency for seeking the amount of line of credit from the bank shall be in the currency as per the IFB/Bidding Document. (v) In case of Foreign Bidders, if the Annual Turnover is in currency other than USD, the same shall be converted into equivalent USD considering the conversion factor indicated in Bidder s Audited Financial Report. In case the same is not indicated, the conversion rate of USD as on last date of Bidder s financial year shall be considered based on RBI rate. (vi) In case of a foreign subsidiary company who does not publish its financial results but has only a consolidated annual report, then the consolidated annual report shall be considered for evaluation provided the statutory auditor/chartered accountant certifies that separate annual report of the bidder (without the financial data of subsidiaries) is not prepared and audited and as per the laws of the country of incorporation of the subsidiary company, the parent company is obligated to financially support the subsidiary, in case of the subsidiary s inability to discharge its obligations. 5.4 DOCUMENTS AND DATA REQUIRED WITH BID B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 4 of 10

Bidder shall complete and submit the documentary evidence as below to establish that the bidders meets the Bidder Qualification Criteria as per IFB. 5.4.1 For Experience Criteria (Commercial): 5.4.1.1 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of contract/sor, completion certificate, from the end User/Owner/ Project Management Consultant (PMC) [in case of Sub-Contractor, copy of work order and completion certificate from main contractor also] of work executed in the first instance itself, in support of their fulfilling the qualification criteria. EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information. 5.4.1.2 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. 5.4.2 For Experience Criteria (Technical) 5.4.2.1 The bidder shall furnish documentary evidence as below: a. Copy of Work Order and document/ datasheet indicating the capacity of Cooling Tower cell. b. Completion Certificate. c. One Year operation Certificate from Owner. 5.4.3 For Financial Criteria: 5.4.3.1 Bidder shall furnish documentary evidence in the form of complete Audited Annual Report/ Financial Statements- Balance sheets and Profit and Loss Accounts statements of the preceding 3 (Three) financial years, Letter from their Banker(s) for working capital requirement etc. along with the Bid to establish Bidder s conformance to Financial Criteria mentioned in Cl. 5.3 above. 5.4.4 REQUIREMENT OF AUTHENTICATION AND SUBMISSION OF DOCUMENTS : 5.4.4.1 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. Authenticated Documents submission for Techno-commercial Evaluation: All documents furnished by the bidder in support of meeting the Experience Criteria (Commercial), Experience Criteria (Technical) and Financial Criteria (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 or a 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. In case of Notarization, Bidder shall also submit an affidavit in the format as per Annexure-A attached with NIT, signed by the Authorised signatory of the Bidder. OR B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 5 of 10

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, 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 5.4.4.1 (ii) above. iv. Verification of Documents of the L1 Bidder: The verification of the documents submitted by the L1 Bidder (the bidder whose total evaluated price is lowest) and used for qualification shall be done immediately after establishing L1 Bidder. On intimation, bidder shall produce the original documents at designated place/ office within the specified time period. Any failure on part of bidder may lead to rejection of the Bids / termination of the Contract, as the case may be. The first payment to the Contractor shall be released only upon completion of verification. 5.4.4.2 SUBMISSION OF DOCUMENTS i. All documents furnished by the bidder in support of meeting the Commercial, Technical and Financial criteria (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 EIL subject to confirmation by bidder on Annexure-C attached with NIT. 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 of un-priced bid opening at the address mentioned below. This section/booklet shall be titled as Documentation against Bidder Qualification Criteria (Commercial, Technical & Financial) with proper index and page numbering. The address for submission of above documents including Earnest Money Deposit, Integrity Pact, Power of Attorney is given at Clause no. 7.6 below. iii. Similar to BQC documents, Power of Attorney can be submitted Digitally Signed as per the requirement specified in the Bidding Document. 5.4.5 Bidder should submit Solvency certificate from Nationalised/ Scheduled banks. Foreign Bidders may also submit Solvency certificate from an international bank of repute having a branch in India or having correspondent banking relationship with an Indian scheduled bank, in which case the Solvency certificate shall be countersigned by their Indian Branch or by Scheduled Indian Bank as the case may be. 5.4.6 Bidders should have valid PF/GST registrations and PAN. In case any Bidder is not able to submit the same at the time of Bidding, the Bidder shall submit an undertaking that the same shall be submitted by them within 2 months of award, in case the work is awarded to them. 5.4.7 Any additional documents if deemed necessary to establish the qualifying requirements may be submitted by the Bidder. 5.5 BPCL/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. B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 6 of 10

5.6 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. 5.7 For details regarding submission of bids, refer Instructions to Bidder (ITB). 6.0 SITE VISIT & PRE-BID MEETING 6.1 Bidders are invited for site visit as per the date mentioned in Cl. 4.0 (b) above. 6.2 The Bidders are requested to attend a pre-bid meeting at 3 rd Floor, Tower-1, Engineers India Ltd., Sector-16 (On N.H.-8), Gurugram 122 001, Haryana, as per the date mentioned in Cl. 4.0 (d) above. Bidders or their authorised representatives are requested to attend the pre-bid meeting so that their, if any, related to the Bidding Document and scope of Work can be addressed during the meeting. 6.3 The bidder may send their consolidated queries/clarifications, if any, on Bidding Document by courier/e-mail to reach EIL prior to Pre-bid meeting as per format attached in the Proposal Forms Section of the Bidding Document. Queries in piece-meal basis will not be entertained. These queries shall be replied/clarified during the Pre-bid meeting. In case any bidder does not attend the Pre- Bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document. 6.4 The queries raised and the responses shall be uploaded on Govt. e-procurement Portal: http://eprocure.gov.in/cppp. Bidders should regularly visit website to keep themselves updated. 6.5 Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the Bidder. 7.0 SUBMISSION OF BIDS & VALIDITY 7.1 Bids are required to be submitted only through CPP portal (URL: http://eprocure.gov.in/cppp) using valid digital signature Certificates. Bidders are required to register themselves on the Central Public Procurement portal (URL: http://eprocure.gov.in/cppp). No registration fee would be charged from the bidders. Detailed Instructions in this regard are provided as Annexure-I to Instructions to Bidder (ITB) section of the Bidding Document. 7.2 Bidders in their own interest are requested to register on the CPP portal and upload/submit their bid well in time. Bidder will be responsible for any delay due to other issues. 7.3 Physical Bids / Offers or Bids through any other mode except e-bid shall not be accepted. The Offers submitted through e-tendering system, as above shall only be considered for evaluation and ordering. Bids sent through Fax/E-mail/Courier/Computer floppy/cd/pen Drive shall not be accepted. 7.4 Bidder to refer 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 the CPP Portal Help Desk (Contact No.. +91-120-4200462, +91-120-4001002, +91-8826246593, 1800-3070-2232 or Mobile Nos. +91-7878007972/ +91-7878007973) and E-mail: support.nic@eil.co.in. 7.5 Validity of bid shall be 4 (Four) months from the final due date of opening of Techno-commercial (Un-priced) Bids. 7.6 Earnest Money Deposit, Integrity Pact, Power of Attorney, BQC documents and any other document required to be submitted in original shall be submitted in sealed envelopes to the below mentioned address within 07 (Seven) calendar days from the date of un-priced bid opening. Scanned copy of the same to be uploaded on e-procurement portal: Kind Attention: Mr. Biswajit Mandal-DGM (C&P), 3 rd Floor, Tower-1, Engineers India Ltd., B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 7 of 10

Sector-16 (On N.H.-8), Gurugram 122 001 8.0 EARNEST MONEY DEPOSIT (EMD) 8.1 Earnest Money Deposit (EMD) as mentioned above shall be submitted within the Bid Due Date. EMD shall be submitted in the form of Bank Guarantee only (as per Proforma provided in the GCC) in favour of Bharat Petroleum Corporation Ltd. Earnest Money Deposit (EMD) shall be valid for a period of 8 (Eight) Months from the Bid Due date and shall be submitted from any Indian scheduled bank which includes Indian branch of foreign bank recognized as scheduled bank by RBI. Foreign Bidders may also submit BG from an international bank of repute having a branch in India or having correspondent banking relationship with an Indian scheduled bank, in which case the BG shall be countersigned by their Indian Branch or by Scheduled Indian Bank as the case may be. Exemption of EMD will be applicable for Micro and Small Enterprises (MSEs) as per provision mentioned in para 8.4 below. 8.2 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- Tendering website along with e-bid. EMD in original shall be submitted in a sealed envelope titled Earnest Money Deposit for Bidding Document No. BM/B034-MUC-PB-TN- 8700/1005. Bidder must upload the scanned copy of EMD (in the prescribed format) on e- Tendering website along with the e-bid. Swift message/cheque/cash shall not be acceptable. In case bidder fails to upload scanned copy of EMD on e-tendering website by the bid due date & time, such bid shall not be considered for evaluation. 8.3 If the Bidder is unable to submit original EMD within the due date and time for Bid submission, he may submit the same within 07 calendar days from the date of unpriced bid opening, provided copy of the same have been uploaded on E-Tendering website. In case the Bidder fails to submit the EMD in original within 07 calendar days, his bid shall be rejected, irrespective of their status / ranking in tender and notwithstanding the fact that a copy of EMD was uploaded earlier by the Bidder. In case the 7 th day falls on declared holiday/closed day in EIL Gurugram office, the next working day shall be considered. 8.4 EMD exemption will be applicable for 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 having Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. On opening the unpriced bid, the certificate will be verified for registration. 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 calendar days of EIL intimation, then their bid shall be rejected. The certificate shall be valid as on date of opening of unpriced bid. 8.5 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 Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or 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. B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 8 of 10

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 exemption of EMD as per Public Procurement Policy, 2012. 8.6 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government Undertakings. 9.0 GENERAL 9.1 BPCL/EIL reserves the right to carry out capacity & capability assessment of the bidder using inhouse information and past performance. 9.2 The Bidders who are on Holiday/Negative list of OWNER or EIL or MOP & NG or other oil PSE 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. Bidder to furnish Declaration/Undertaking in this regard in their un-priced offer. 9.3 BPCL/EIL will not be responsible or liable for cost incurred in preparation & submission of bids, regardless of the conduct or outcome of the bidding process. 9.4 BPCL /EIL reserves the right to disqualify any bidder during the tendering process by evaluating their current financial conditions and performance in jobs under execution by them for PDPP/other jobs under EIL and earlier jobs executed for other BPCL Projects or for any other Public Sector Undertaking. 9.5 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. 9.6 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their Bid. 9.7 Unsolicited clarifications to the offer and / or change in the prices during the validity period would render the bid liable for rejection. 9.8 Integrity Pact, duly signed & stamped on each page, shall be submitted with Techno-commercial bid, failing which the bid shall not be considered for further evaluation. 9.9 Bidder submitting their Bid shall not be under liquidation, court receivership or similar proceeding. 9.10 For detailed specifications, terms and conditions and other details, refer complete Bidding Document. 9.11 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the due date of opening of Bids. Time and date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date. Bidders may view the Bid opening status through CPP Portal at http://eprocure.gov.in/cppp after conclusion of Unpriced Bid Opening by Owner /EIL or may witness the bid opening in EIL Office, Gurugram. 9.12 Bids received after stipulated bid due date and time i.e. late bids due to any reasons whatsoever will not be considered. 9.13 Total works shall be awarded to one agency based on total lowest (L1) evaluated price as per the provision of the Bidding Document. 9.14 Bids on Consortium or unincorporated Joint-Venture basis shall not be accepted. 9.15 OWNER/EIL reserves the right to reject any or all the bids received or annul the bidding process at any time without assigning any reason whatsoever 9.16 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under the existing Indian Govt. policy. Bidders are B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 9 of 10

also allowed to avail the purchase preference linked with attaining the stipulated Local content as per provision mentioned in the Bidding Document. 9.17 No Purchase Preference to Micro and Small Enterprises/ Bidders as per Public Procurement Policy for MSEs shall be given being Works Contract 9.18 Clarifications if any, can be obtained (on working days, between 09:00 hrs to 16:00 hrs) through: Telephone Nos.: +91-124-3802332/ 3802354/ 3802447 and/or E-mail: biswajit.mandal@eil.co.in,singh.sk@eil.co.in, sk.mandal@eil.co.in 9.19 Queries / Clarifications relating to the CPP Portal / online bid submission process can be obtained from the 24 X 7 CPP Portal helpdesk at (Contact No. +91-120-4200462, +91-120- 4001002, +91-8826246593,1800-3070-2232 or Mobile Nos. +91-7878007972/ +91-7878007973) and E-mail: support.nic@eil.co.in Dy. General Manager (SCM) Engineers India Limited, Gurugram B034_T-8700-1005_IFB-DETAILED_Rev 0 Page 10 of 10