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

Similar documents
Number of Cells 2 working 1 Stand-by

NOTICE INVITING TENDER (NIT)

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

(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

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)

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

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

NOTICE INVITING TENDER (NIT)

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

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

GLOBAL INVITATION FOR BIDS (IFB)

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

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

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

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

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

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

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

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

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

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

at 13:30 hrs

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

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

CRFQ No E - TENDER No. : 16507

BHARAT HEAVY ELECTRICALS LIMITED

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

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

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

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

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

DELHI METRO RAIL CORPORATION LIMITED

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)

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

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

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

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

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

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

ZONAL OFFICE - SILIGURI, 3RD FLOOR SKY STAR BUILDING, SEVOKE ROAD, SILIGURI E-TENDER NOTICE FOR

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant.

(Submission of Bid through online)

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

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

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

NOTICE INVITING TENDER (NIT)

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

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

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

NOTICE INVITING BID FOR

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

TENDER FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /BATTERY

KINFRA Export Promotion Industrial Parks (KEPIP) (A Govt of Kerala undertaking owned by KINFRA)

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

STATE BANK OF INDIA ZONAL OFFICE, SILIGURI 3RD FLOOR, SKY STAR BUILDING SEVOKE ROAD, SILIGURI WEST BENGAL

E-REVERSE AUCTION. TENDER NO. SBI/LHO/KOL/P&E/ /ET-46&49 dtd 05/ DATE:

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

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

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

BASTAR VISHWAVIDYALAYA

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

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

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

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

INVITATION OF GLOBAL/OPEN BIDS

Notice InvitingTender (NIT)

Navodaya Vidyalaya at Patan, Distt- Sikar (Rajasthan)

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

Tender notice. CWC, RO, Bengaluru. Last date and time of online bid From Physical submission or by courier

LIFE INSURANCE CORPORATION OF INDIA ENGINEERING DEPARTMENT

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

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

STATE BANK OF INDIA REGIONAL BUSINESS OFFICE: V (GROUND FLOOR) JEEVAN SUDHA BUILDING, J. L. NEHRU ROAD, ZONAL OFFICE: SOUTH 24 PGS, KOL

NOTICE INVITING TENDER (NIT)

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /ET-

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

0 TENDER DOCUMENT 6 0 TENDER FOR JETTY BACKUP AREA CIVIL & STRUCTURAL 608 WORK 2 SCOPE OF WORK 621

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL

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

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

SAMRIDDHI BHAVAN, BLOCK B, 1, STRAND ROAD, KOLKATA, WEST BENGAL TENDER NOTICE FOR E-REVERSE AUCTION TENDER NO. SBI/LHO/KOL/P&E/ /LIFT-

GAIL (INDIA) LIMITED

TENDER NOTICE FOR E-REVERSE AUCTION

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

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:

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

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

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

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

Transcription:

NOTICE INVITING TENDER (NIT) FOR MECHANICAL/PIPING WORKS FOR REFINERY & IREP AREA OF MS BLOCK PROJECT OF M/s BPCL AT KOCHI REFINERY, KOCHI, KERALA (INDIA). (BIDDING DOC. NO.: SK/B034-0MY-PK-TN-3003/1008) (DOMESTIC 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), Gurugram on behalf of M/s Bharat Petroleum Corporation Limited, Kochi Refinery, Kerala (India) (BPCL-KR), invites Bids under Single Stage Two Part Bid System for execution of MECHANICAL/PIPING WORKS FOR REFINERY & IREP AREA OF MS BLOCK PROJECT, KOCHI REFINERY OF M/S BPCL 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 The scope of work under this tender shall include the following but shall not be limited to: 2.1.1 All piping works (including Transportation of all piping items from BPCL/Project warehouse to fabrication yard, complete fabrication & erection of piping items ( pipe, fittings, flanges & valves etc.) as well as erection of online instruments like control valve, restriction orifice, rupture disc, de-super heaters, corrosion probes, magnetic flow meter, ultrasonic flow meter, Rotameter, Coriolis mass flow meters, venture, PG/PT/ Flow transmitter, ejectors, oxygen mixing device, static mixers etc., Fabrication and erection of pipe supports, Hardness/PWHT and stress relieving of weld joints, NDT/DPT/MPT of weld joints, completion of piping loop in all respect including hydrostatic test / pneumatic test ETC, if any.), Painting (Surface preparation, Painting / coating etc) and Insulations works including weather protection of the insulation etc. 2.1.2 Erection of Fuel oil pumps and associated piping system near existing fuel oil tankage. 2.1.3 Fire Proofing, Platforms, ladders, handrails, Tee Supports, brackets 2.1.4 Fire water system piping including supply of fire hydrant and monitors (Pipes and valves shall be supplied as free issue). 2.1.5 Modification in existing structure of pipe rack as required. 2.1.6 Minor Civil foundations and any other misc. work including barricading as required 2.1.7 Coordination for gate pass & permits 2.1.8 Mechanical completion including Pre commissioning (Format IV) 2.2 For Detailed Scope of Work, Refer Technical Section of the Bidding Document. 3.0 TIME SCHEDULE FOR COMPLETION: Time Schedule for completion of entire work shall be 14 (Fourteen) Months for Mechanical completion including Pre-Commissioning from the date of issue of Fax / Letter of Acceptance. NIT-DETAILED Rev. 0 Page 1 of 11

4.0 SALIENT DETAILS: a) Bidding Document on Website : From 17.04.2018 to 08.05.2018 The Detailed NIT along with Qualification Criteria and Bidding Document can be viewed/ downloaded from the website: http://eprocure.gov.in/cppp. A link for downloading the Bidding Document is given on EIL website: http://tenders.eil.co.in and BPCL website www.bharatpetroleum.in. b) Site Visit # : All amendments, time extension, clarifications, etc. will be uploaded in the web sites only and will not be published in Newspapers. Bidders should regularly visit websites to keep themselves updated. On 23.04.2018 c) Last date of Receipt of Bidder s Queries for Pre-Bid Meeting : On 25.04.2018 (Bidder shall submit consolidated Pre-Bid queries; queries on piecemeal basis may not be acceptable). d) Date of Pre Bid Meeting # : at 1030 Hrs. (IST) on 27.04.2018 e) Last Date and time of Online submission of Bids (Bid Due Date) f) Online Opening of Technocommercial Unpriced Bid # g) Opening of Priced Bids h) Earnest Money Deposit (EMD) / Bid Security : Up to 1200 Hrs. (IST) on 08.05.2018 : 1400 Hrs. (IST) on 09.05.2018 : On date & time to be intimated later : Rs. 10.00 Lakh EMD shall be submitted as per clause no. 8.0 below. i) Cost of Bidding Document : Not Applicable If the date # identified above happens to be a declared holiday / closed day in EIL Gurugram, the next working day shall be considered. EIL office working hours are 0830 Hrs. (IST) to 1700 Hrs. (IST) from Monday to Friday. Bids are to be submitted only on e-procurement module of the Central Public Procurement Portal (CPPP) 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. e-bids uploaded in Government e- procurement portal http://eprocure.gov.in/cppp are only acceptable. Physical Bids and Bid through any other mode shall not be acceptable. It may be noted that the.rar format for NIT-DETAILED Rev. 0 Page 2 of 11

Schedule of Rates (SOR) is required to be filled & submitted only in the Schedule of Rates format downloaded from e-procurement portal http://eprocure.gov.in/cppp. Request for extension or any queries received from any bidder within 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. 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 at least one / two / three Contracts of minimum value(s) of work(s) as indicated below, during the last 7 (seven) years reckoned from the final bid due date for submission of bids a) Mechanical and Piping Works including Equipment erection in Hydrocarbon Sector (Refineries/Petrochemicals/Gas Processing-Onshore/Fertilizers). or b) Composite works involving Mechanical and Piping works including erection of equipment, Civil & Structural works in process unit/offsite/utilities of Hydrocarbon Sector (Refineries/Petrochemicals/Gas Processing-Onshore/Fertilizers). Description One work of value Two works each of value Three works each of value or or Minimum Value of Works Rs. 19.00 Crore Rs. 11.90 Crore Rs. 9.50 Crore 5.1.2 In case Bidder does not possess experience of execution of Civil & Structural works on their own, the successful Bidder shall engage a sub-contractor for execution of such work(s) after obtaining prior approval from the Engineer-in-charge within 15 days of award of contract after submission of relevant details of their proposed Sub-contractor/ Agency as per the format provided elsewhere in the Bidding Document. Bidder shall submit an undertaking w.r.t. Engagement of Sub-contractor for such work(s) after obtaining prior approval from Engineer-in-charge, along with their Bid. 5.1.3 In case Bidder has executed composite works which include any of the qualifying work(s) as stated in 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. 5.1.4 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. NIT-DETAILED Rev. 0 Page 3 of 11

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. 5.1.5 In case, Order value(s) are in multiple currencies or other than INR then same 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). 5.2 FINANCIAL CRITERIA 5.2.1 Annual Turnover: The average annual turnover of the bidder during the immediate preceding 03 (Three) financial years shall not be less than Rs. 7.10 Crore as per the audited annual financial results as on final due date of submission of bid. 5.2.2 Networth: Bidder s Net Worth as per latest audited financial statement shall be positive. 5.2.3 Working Capital: 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 Rs. 2.00 Crore as per the format attached in the Proposal Forms Section of Bidding document. (i) Notes:- 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 31 st 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 31 st 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. NIT-DETAILED Rev. 0 Page 4 of 11

5.3 DOCUMENTS AND DATA REQUIRED WITH BID The bidder shall furnish documentary evidence as below: 5.3.1 For Experience Criteria (Commercial): 5.3.1.1 Bidder shall furnish documentary evidence i.e. copies of work orders/ relevant pages of contract/sor, completion certificate, from the Owner/ Consultant (in case of subcontractor, 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. Owner / EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information. 5.3.1.2 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. 5.3.2 For Financial Criteria: 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 immediate 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. 5.2 above 5.3.3 REQUIREMENT OF AUTHENTICATION AND SUBMISSION OF DOCUMENTS : 5.3.3.1 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 / directly interact with the Bidder s Clients / document issuing authority. ii. All documents furnished by the bidder in support of meeting the Experience Criteria (Commercial) and Financial Criteria (5.1 and 5.2 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, b) Bidder shall submit documents 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. 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 A attached with IFB. 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. OR OR NIT-DETAILED Rev. 0 Page 5 of 11

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 5.3.3.1 (ii) above. iv. In addition to above requirement, 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 Vendor shall be released only upon completion of verification. 5.3.3.2 SUBMISSION OF DOCUMENTS i. All documents furnished by the bidder in support of meeting the Commercial and Financial criteria (5.1 and 5.2 above) of BQC as per NIT shall be Digitally Signed authenticated copies and submitted in e-tendering website along with their offer. ii. 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-B attached with NIT. iii. 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 unpriced-bid opening at the address mentioned below. This section/booklet shall be titled as Documentation against Bidder Qualification Criteria (Commercial & Financial) with proper index and page numbering. The address for submission of above documents including Earnest Money Deposit, Integrity Pact and Power of Attorney is given at Clause no. 7.5 below. iv. Similar to BQC documents, Power of Attorney can be submitted Digitally Signed as per the requirement specified in the Bidding Document. 5.3.4 Bidder should submit Solvency certificate from Nationalised/ Scheduled banks. 5.3.5 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. 5.3.6 Any additional documents if deemed necessary to establish the qualifying requirements may be submitted by the Bidder. 5.4 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. 5.5 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. 5.6 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 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), Gurgaon 122 001, Haryana, as per the date mentioned in Cl. 4.0 above. 6.3 The bidders are requested to send consolidated queries/clarifications, if any, by e-mail to reach EIL at least four days before the pre-bid meeting as per the format attached in the NIT-DETAILED Rev. 0 Page 6 of 11

Proposal Forms Section of Bidding document. Queries in piece-meal basis may not be entertained. The clarifications shall be provided during the pre-bid meeting. 6.4 Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder. 7.0 SUBMISSION OF BIDS 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 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 opening of unpriced bids. Scanned copy of the same to be uploaded on e-procurement portal: Kind Attention: Mr. S.K. Singh-DGM (C&P), 3 rd Floor, Tower-1, Engineers India Ltd., 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 (as per Proforma provided in the GCC) in favour of Bharat Petroleum Corporation Ltd. payable at Kochi. Earnest Money Deposit (EMD) shall be valid for a period of 6 (Six) months from the due date of opening of Techno-commercial Bids and shall be submitted from any Indian Scheduled Commercial Bank / Indian Branch of Foreign Bank recognised as scheduled bank by RBI. 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. SK/B034-0MY-PK-TN- 3003/1008. Bidder must upload the scanned copy of EMD (in the prescribed format) on e- Tendering website along with the e-bid. Swift message/demand Draft/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 NIT-DETAILED Rev. 0 Page 7 of 11

was uploaded earlier by the Bidder. In case the 7th day falls on declared holiday / closed day in EIL Gurugram, the next working day shall be considered. 8.4 Exemption of EMD will be applicable for Micro and Small Enterprises (MSEs) registered as per provision mentioned below: As per the OM No. F.5/4/2018-PPD dated 28th February, 2018, Ministry of Finance, Department of Expenditure, Public Procurement Division, Government of India, MSE bidders are mandatorily required to declare their Udyog Aadhar Memorandum (UAM) on the Central Public Procurement Portal (CPPP) with effect from 01.04.2018, to avail benefits under Public Procurement Policy for MSEs order, 2012. Accordingly, for MSE Bidder claiming benefits under Public Procurement Policy for MSEs order, 2012 (including EMD / Bid Security exemption), the UAM number shall be mandatorily uploaded on CPPP and it shall be ensured that UAM No. of such bidder is available on the CPPP at the time of submission of bid, failing which no MSE benefits shall be extended. If UAM No. is not available on the CPPP at the time of unpriced bid opening and such bidder has also not submitted EMD and availed EMD exemption, then such bid shall be rejected. In case the MSE bidder submits the UAM No. in their bid, but same is not declared on the CPPP, such bidder will also not be eligible to claim any benefits applicable to MSE Bidders as per extant Government policy. 8.5 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government Undertakings. 9.0 GENERAL 9.1 Validity of bid shall be 4 (Four) months from the final due date of opening of Technocommercial (Un-priced) Bids. 9.2 BPCL/EIL reserves the right to carry out capacity & capability assessment of the bidder using in-house information and past performance. 9.3 If the Bidder/Bidder s proposed sub-contractor 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. 9.4 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. 9.5 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. 9.6 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 IREP/other jobs under EIL and earlier jobs executed for other BPCL Projects or for any other Public Sector Undertaking. 9.7 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. 9.8 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their Bid. 9.9 Unsolicited clarifications to the offer and / or change in the prices during the validity period would render the bid liable for rejection. NIT-DETAILED Rev. 0 Page 8 of 11

9.10 Integrity Pact, duly signed & stamped on each page, shall be submitted with Technocommercial bid, failing which the bid shall not be considered for further evaluation. 9.11 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the due date for opening of Bids. Time and date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date. 9.12 Bidder shall not be under liquidation, court receivership or similar proceeding. Bidder shall submit self-certificate in this regard. 9.13 For detailed specifications, terms and conditions and other details, refer complete Bidding Document. 9.14 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. 9.15 Total work shall be awarded to one agency based on total lowest (L1) evaluated price as per the provisions of the Bidding Document. 9.16 Bids on Consortium or unincorporated Joint-Venture basis shall not be accepted. 9.17 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 9.18 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. 9.19 The tender being works contract, there will be no purchase preference to Micro and Small Enterprises/Bidder as per Public Procurement Policy for MSEs in this tender. 9.20 Clarifications if any, can be obtained (on working days, between 09:00 hrs to 16:00 hrs) through: Telephone Nos.: +91-124-380 2332 / 2354 / 2453 and/or e-mail: biswajit.mandal@eil.co.in, singh.sk@eil.co.in, lalit.sharma@eil.co.in. 9.21 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 NIT-DETAILED Rev. 0 Page 9 of 11

Annexure A 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-DETAILED Rev. 0 Page 10 of 11

Annexure B to NIT NAME OF WORK: MECHANICAL/PIPING WORKS FOR REFINERY & IREP AREA OF MS BLOCK PROJECT OF M/s BPCL AT KOCHI REFINERY, KOCHI, KERALA (INDIA). BIDDING DOCUMENT NO. SK/B034-0MY-PK-TN-3003/1008 COMPLIANCE TO AUTHENTICATION REQUIREMENT We hereby confirm that all authenticated documents submitted for meeting the qualification criteria are certified as per the authentication requirement defined in the bidding document. NAME & DESIGNATION (HOLDING THE POWER OF ATTORNEY) : SIGNATURE OF POWER OF ATTORNEY HOLDER: NAME OF COMPANY/FIRM : COMPANY/FIRM SEAL : NIT-DETAILED Rev. 0 Page 11 of 11