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

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

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

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

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

GLOBAL INVITATION FOR BIDS (IFB)

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

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

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

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

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

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

NOTICE INVITING TENDER (NIT)

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

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

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

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

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

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

at 13:30 hrs

CRFQ No E - TENDER No. : 16507

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

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

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

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

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

NOTICE INVITING TENDER (NIT)

West Bengal State Electricity Transmission Company Limited

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

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

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

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

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

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

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

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

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

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

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

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

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

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

(Submission of Bid through online)

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

BHARAT HEAVY ELECTRICALS LIMITED

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

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

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

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

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

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

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

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

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD. (A Govt. of India Enterprise)

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

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

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

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

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

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

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

NOTICE INVITING TENDER (NIT) (e-tender)

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

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

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

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

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

NOTICE INVITING e-tender (NIT)

CONSTRUCTION OF 132/33 KV GIS SUB-STATION AT DINHATA, DISTRICT COOCHBEHAR. (Packge-38)

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

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

Bharat Heavy Electricals Limited

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

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

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

INDIAN INSTITUTE OF SCIENCE BENGALURU

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

TENDER DOCUMENT FOR HIRING OF COURIER SERVICES FOR BANK OF BARODA. Regional Office. Dehradun

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

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

INDIAN INSTITUTE OF TECHNOLOGY BOMBAY MATERIALS MANAGEMENT DIVISION

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

DELHI METRO RAIL CORPORATION LIMITED

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

T-032/ Dt: INVITATION: 2. TENDER DETAILS: TPS-I The bidder should. KV or. KV or. Sector (OR) in case

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

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

TENDER NOTICE (LTE) Tender value. (in Rs.) ,96,000/- of site under CSR

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

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

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

TENDER NOTICE FOR SUPPLY OF DC MAGNETRON SPUTTERING UNIT (THROUGH E-PROCUREMENT MODE)

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

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

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

Transcription:

1.0 INTRODUCTION: DETAILED NOTICE INVITING BID FOR 33 KV GAS INSULATED SWITCHGEAR FOR CDU-4 PROJECT OF M/s BHARAT PETROLEUM CORPORATION LIMITED AT MAHUL, MUMBAI BIDDING DOC. NO.: RS/A269-000-XB-MR-0010/1050 (INTERNATIONAL COMPETITIVE BIDDING) 1.1 Bharat Petroleum Corporation Limited (BPCL) has been one of the leading petroleum refining and marketing company in India since its inception in 1956. BPCL with its refinery located at Mahul, Mumbai has a capacity to process a wide variety of crude oils. 1.2 BPCL through its Refinery Modernization Project have enhanced its capacity to 12 MMTPA by installing Crude & Vacuum Distillation Unit, Hydrocracker Unit (HCU), Hydrogen Generation Unit (HGU), Sulphur block along with Utilities / Off sites facilities. 1.3 Engineers India Limited (EIL) on behalf of Bharat Petroleum Corporation Ltd. (BPCL), invites e-bids for 33 KV GAS INSULATED SWITCHGEAR under single stage two bid system from competent bidders with sound technical and financial capabilities fulfilling the Qualification Criteria stated in paragraph 6.0 below. 2.0 BRIEF SCOPE OF WORK Design, detail engineering, manufacturing, procurement of materials and bought out components, assembly at shop, inspection, testing at manufacturer s works, packing, delivery, Installation, testing & commissioning at site of 33KV Double Bus Gas Insulated Indoor Switchboard along with Numerical relays. Detailed scope of supply and works is given in the material requisition. 3.0 DELIVERY / COMPLETION PERIOD 3.1 FOR SUPPLY : : 8 (Eight) Months from the date of issue of Fax of Acceptance on FOT site Basis. Date of receipt of material at site shall be considered as date of delivery. : 7 (Seven) months on FOB International Sea Port of Exit (as per Incoterm 2010) from the date of Fax of Acceptance. Date of Clean bill of Lading shall be the date of delivery. 3.2 FOR SITE WORK : 2 (Two) month from the date of site readiness. However 2 (Two) weeks advance intimation shall be given to vendor for site readiness. 4.0 SALIENT FEATURES OF THE BIDDING DOCUMENT ARE AS FOLLOWS: a) Bidding Document No. : RS/A269-000-XB-MR-0010/1050 b) Bidding Document availability on Website. : 11.03.2013 to 09.04.2013 The complete Bidding Document including detailed NIT and along with Qualification Criteria can be viewed/ downloaded from EIL s website: http://tenders.eil.co.in, www.tenderwizard.com/eil or BPCL s website www.bharatpetroleum.in or Government website http://eprocure.gov.in/cppp. FINAL DNIT07.03.2013-CL Page 1 of 7

c) Last date for submission of pre-bid queries : 21.03.2013 d) Date of Pre-bid Meeting : At 1000 Hrs. (IST) on 22.03.2013 at EIL Office, New Delhi e) Last Date and time of submission of Bids : Up to 1200 Hrs. (IST) on 09.04.2013 f) e-bid submission through E-tendering : Only e-bids uploaded in EIL s Authorized Service Provider (ASP s) website www.tenderwizard.com/eil are acceptable. Physical Bids and Bid through any other mode / any other form shall not be acceptable. g) Bid Document Fee & EMD : Bidders must upload the scanned copy of both Bid Document Fee as well as EMD on E- Tendering website along with their e-bids. Bids which are not accompanied with requisite Bid Document Fee as well as EMD will be rejected summarily. However, Bidders are required to submit the Bid Document Fee & EMD (in the prescribed format) in original as per the manner prescribed in the RFQ/ Bidding Document at the time of bid submission in sealed envelope superscripted with EMD & Bid Documents Fee for Bidding Document No. RS/A269-000-XB-MR- 0010/1050. If the Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced bid opening, provided scanned copy of the same have been uploaded along with e-bid on E-Tendering Website. In case the bidder fails to submit the same in original within 7 days, then their bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD was earlier uploaded by the bidder. h) Opening of Technocommercial (Un priced) Bids i) Cost of Bidding Document (Non- Refundable) j) Bid Security / Earnest Money Deposit (EMD) : 1400 Hrs. (IST) on 09.04.2013 (In presence of authorized representatives of attending Bidders) : For Foreign Vendor: US$ 95 (US Dollar Ninety Five only) or 70 (Euro Seventy only) or INR 5,000/- (Rupees Five Thousand only) For Indigenous Vendor: INR 5,000/- (Rupees Thousand only) Five To be submitted in the form of Crossed DD in favour of M/s Bharat Petroleum Corporation Limited payable at Mumbai. : s In Lakh 6945.00 9260.00 5.00 In the form of Crossed DD in favour of M/s Bharat Petroleum Corporation Limited payable at Mumbai or Bank Guarantee in the prescribed Pro-forma from Scheduled Commercial Bank in India or Indian Branch of Foreign Bank. FINAL DNIT07.03.2013-CL Page 2 of 7

k) Opening of Priced Bids : To be intimated later, after evaluation and short listing of Un-priced techno-commercial Bids. l) Post Bid Meeting : Shall be conducted within 10 days from the date opening of un-priced bids. Exact date, time and venue shall be intimated later. 4.1 Cost of Bidding Document fee and EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with National Small Industries Corporation (NSIC) as per guidelines (for similar work and monetary limit). On opening the unpriced bid, the NSIC registration certificate will be verified for the monitory limit of registration and category. If the bidder meets both the requirements, i.e. Monitory limit and category, the bid will be processed further. If not, the bidder will be asked to submit EMD. In case the bidder does not submit the EMD, then their bid shall be rejected. The bidder shall submit Notary attested copy of the valid NSIC registration certificate indicating that their registration includes the item/works under tender. The certificate issued by NSIC shall be valid as on the date of opening of Un-priced Bid. 4.2 There will be no waiver of Bidding Document fee for Public sector undertakings of central / state Government undertakings. 4.3 Bidder shall download the Bidding Document in his own name and submit the bid directly. The Bidding Document is non-transferable. Bids submitted by Bidder who have not downloaded the Bidding Document will be rejected. 5.0 EARNEST MONEY DEPOSIT (EMD) / BID SECURITY 5.1 Bids must be accompanied with Earnest Money Deposit/ Bid Security of value mentioned against 4.0 (j). 5.2 EMD/ Bid Security shall be in favour of Bharat Petroleum Corporation Limited, Mumbai in the form of crossed demand draft or non-revocable Bank Guarantee (as format attached in the bidding documents) on non-judicial stamp paper of value not less than Rs.100.00 and in the prescribed pro-forma, from any Scheduled Commercial Bank in India/Indian Branch of Foreign Bank recognized as scheduled bank by RBI. Foreign Bidder may also submit BG from an International bank of repute having 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 any scheduled Indian Bank. 5.3 Earnest Money Deposit/Bid Security shall be valid for a period of 08 (Months) from the due date of submission of Bids. 5.4 EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with National Small Industries Corporation (NSIC) as per guidelines and also Small Scale Units registered with NSIC (for similar work and monetary limit). On opening the unpriced bid, the NSIC registration certificate will be verified for the monitory limit of registration and category. If the bidder meets both the requirements, i.e. Monitory limit and category, the bid will be processed further. If not, the bidder will be asked to submit EMD. In case the bidder does not submit the EMD, then their bid shall be rejected. The bidder shall submit Notary attested copy of the valid NSIC registration certificate indicating that their registration includes the item/works under tender. The certificate issued by NSIC shall be valid as on the date of opening of Un-priced Bid. 5.5 If the Bank Guarantee towards EMD is not in the required proforma, but acceptable otherwise (considering amount & issuing bank) the Bidder would be asked to resubmit the same in the required proforma. Such Bids would however, be taken up for evaluation. 5.6 There will be no waiver of EMD for Public sector undertakings of central / state Government undertakings. FINAL DNIT07.03.2013-CL Page 3 of 7

6.0 BIDDER QUALIFICATION CRITERIA (BQC) : 6.1 EXPERIENCE CRITERIA - TECHNICAL (i) (ii) (iii) (iv) (v) (vi) Bidder shall be an established manufacturer of 33KV, Double Bus Gas Insulated Indoor switchboards with Vacuum circuit breakers. OR Bidder shall be an Indian counterpart of a foreign manufacturer (fully owned or majority share holding company of foreign manufacturer) of 33KV Gas Insulated Double bus switchboards with vacuum circuit breakers having design, engineering, manufacturing facilities in India for LV portion (ie relay, control & metering chamber) along with complete assembly,wiring & testing facilities for the GIS switchboards. Bidder on its own or along with his principals/foreign counterpart (as mentioned in (i) above) shall have designed, engineered, manufactured, tested and supplied, in the last 7 years reckoned from the bid due date, at least One set of 33KV Double Bus Gas Insulated Indoor Switchboard with vacuum circuit breaker rated minimum 33KV, 1600A, 40 KA (for 3 sec.) comprising not less than 10 panels. The same switchboard as mentioned at (ii) above must have been in service and operating satisfactorily for at least a period of one year as on bid due date. The offered HV GIS panels and LV control, metering & protection chambers shall be manufactured from the works from where these have been supplied for the reference job/order meeting the criteria specified at (ii) above. Offered design of GIS switchboard shall meet the criteria specified at (ii) & (iii) above and must have been type tested as per IS/IEC from reputed testing laboratory such as CPRI or equivalent independent test laboratory. Bidder shall have following type test certificates for offered type of switchboard and circuit breaker: a) Short time current withstand test. b) Temperature rise test c) Breaker duty cycle test d) Internal arc test e) Power frequency and Impulse voltage withstand test Bidder shall have necessary infrastructure in India with respect to availability of spares, personnel, equipment etc. to provide support for supervision of installation, testing & commissioning, post order support services including supply of spares and for repair & maintenance of 33KV Gas Insulated Indoor switchboards. Bidder shall have carried out such after sales support services from his Indian establishment for at least one 33KV Gas Insulated Indoor switchboard installed in India having minimum 10 panels and the switchboard shall have satisfactorily operated for minimum one year as on bid due date. 6.1.1 DOCUMENTS TO BE SUBMITTED FOR EVALUATION 6.1.1.1 Bidder shall furnish all necessary details along with supporting documents to satisfy the bidder s qualification criteria as specified above. 6.1.1.2 EIL/Client reserves the right to complete evaluation based on the details furnished (without seeking any additional information) and / or in-house data, survey or otherwise. 6.2 EXPERIENCE CRITERIA COMMERCIAL The bidder should have executed and completed purchase order / orders for supply of 33 KV Gas Insulated Switchboard in last seven years from the bid due date (BDD) with each order having minimum order value as given below: In case of single Order: 556.00 741.00 400.00 FINAL DNIT07.03.2013-CL Page 4 of 7

In case of 2 (Two) Orders: 348.00 463.00 250.00 In case of 3 (Three) Orders: 278.00 371.00 200.00 6.3 FINANCIAL CRITERIA 6.3.1 Annual Turn Over : 695.00 926.00 500.00 The annual turnover of the Bidder shall not be less than above mentioned value as per the audited financial results, in at least one of the immediate preceding three financial years up to the due date of submission of bid. 6.3.2 The financial net worth of the Bidder as per the latest audited financial results shall be positive. 6.4 The Bidder must furnish all necessary documents such as copies of work order/purchase order/contract agreement clearly indicating scope of supplies / work and value of the contract, completion certificates or Final Inspection Release Note (IRN), Annual Report including audited Balance Sheets or Audited Financial Statements, Audited Profit & Loss Account etc. along with the Bid in support of their meeting technical, experience & financial Bidder s Qualification Criteria. BPCL / EIL reserve the right to complete the evaluation based on the details furnished by the bidder in the first instance along with their bid without seeking any additional information. 6.5 All supporting documents furnished by the bidder in support of meeting the experience criteria of BQC shall be duly certified by 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. Bidder to furnish the same in formats A, B & D enclosed as Annexure-1 along with their offer. 6.6 Bidders shall submit the required documents for meeting Bidder Qualification Criteria (BQC) in a separate booklet along with their offer. This booklet shall be titled as Documentation against Bidder Qualification Criteria (Technical & Commercial) with proper index and page numbering. 6.7 Submission of authentic documents is the prime responsibility of the bidder. 6.8 In case of Foreign Bidder, if any of the documents in support of meeting BQC are not in English language, then the English translation copy of the same duly certified, stamped and signed preferably by statutory auditor in original. However, in view of formats A, B & D as per Annexure-1 being certified by statutory auditor, these documents may be accepted even if certified by the signatory of the bid and submitted alongwith the original document (in language other than English) in the unpriced bid. 6.9 Wherever BPCL/EIL has concern or apprehension regarding the authenticity/correctness of any document, BPCL/EIL reserves the right of obtaining the documents cross verified from the document issuing authority. 7.0 SUBMISSION OF BIDS 7.1 Bids are required to be submitted through EIL s Authorised Service Provider s Electronic system / portal at www.tenderwizard.com/eil only, on or before the Bid submission date and time. Bidders are required to register themselves at www.tenderwizard.com/eil. No registration fee would be charged from the bidders. 7.2 No manual Bids / Offers shall be permitted. The Offers submitted through e-tendering system shall only be considered for evaluation and ordering. Fax/e-mail/Physical Bids shall be rejected. 7.3 Bidders to refer Instruction to Bidders for E-Tendering mentioned in the Bidding document. FINAL DNIT07.03.2013-CL Page 5 of 7

7.4 Validity of bid shall be 4 (four) months from the final due date of opening of Techno-commercial (Un-priced) Bids. 8.0 GENERAL 8.1 The domestic bidder should submit Solvency certificate from Nationalized / Scheduled Bank and in case of foreign bidder, they should submit Solvency certificate from their bank. 8.2 The bidder should have valid PF/VAT & Service Tax registration (in case of only Indian Bidder) and Indian PAN (In case of both Indian & foreign bidder) 8.3 Only E-bids acceptable. Bids through any other mode shall not be acceptable. 8.4 Bids not received by the due date and time shall be rejected and representative of such bidders shall not be allowed to attend the bid opening. 8.5 BPCL/EIL shall not be responsible for any expense incurred by bidders in connection with the preparation & delivery of their bids, site visit and other expenses incurred during bidding process. 8.6 BPCL/EIL reserve the right to assess bidder s capability and capacity to execute the work using in-house information and by taking into account other aspects such as concurrent commitments and past performance etc. 8.7 Bidder submitting his bid should not be under liquidation, court receivership or similar proceedings. 8.8 Canvassing in any other form by the bidder or by any other agency on their behalf may lead to disqualification of their bid. 8.9 Unsolicited clarifications to the offer and/or change in the prices during its validity period would render the bid liable for outright rejection. 8.10 Bids from Consortium/Unincorporated Joint-Venture shall not be accepted 8.11 Bids received by way of Fax or Telex or Telegram or email or in open condition shall not be considered. 8.12 Late bids (bids received after the bid due date and time) and unsolicited bids shall not be opened and shall not be considered for evaluation. 8.13 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. Purchase preference to a PSE shall be decided based on the price quoted by PSE as compared to L1 Vendor at the time of evaluation of the price bid. Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid. 8.14 Bid submitted by the bidder, who is on Holiday list of EIL/any BPCL Group Company, shall not be considered for opening and further evaluation. 8.15 BPCL /EIL reserve the right to reject any or all the bids without assigning any reason. 8.16 Bid Due Date shall mean the last date for submission of Bid as mentioned above under Para 4.0. 8.17 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. 8.18 For detailed specifications, terms and conditions and other details, refer complete Bidding Document. 8.19 Techno-commercial part of the Bids shall be opened at 14:00 Hrs. (IST) on the due date for submission of Bids, in the presence of authorized representatives of bidders. Bidders may also view the Bid opening through e-tendering portal at www.tenderwizard.com/eil. Time and date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date FINAL DNIT07.03.2013-CL Page 6 of 7

8.20 Bidder must quote for entire scope as per MR, otherwise Bidder s offer shall not be considered for evaluation. All items of MR, as one group shall be awarded to one agency based on total lowest (L1) evaluated price. 8.21 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. 8.22 Telephone No., Fax No and e-mail address of AGM (C&P)/ Dy. Manager (C&P) EIL, New Delhi are as under: Telephone 011-26763068 / 26762109, Fax 011 26167664/26191714, E-mail r.somanth@eil.co.in / amitkr.gupta@eil.co.in ASSTT. GENERAL MANAGER (C&P) ENGINEERS INDIA LIMITED, NEW DELHI FINAL DNIT07.03.2013-CL Page 7 of 7