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

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

Number of Cells 2 working 1 Stand-by

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

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

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

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

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

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

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

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

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

NOTICE INVITING TENDER (NIT)

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

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

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

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

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

GLOBAL INVITATION FOR BIDS (IFB)

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):

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

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

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

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

MANGALORE REFINERY AND PETROCHEMICALS LIMITED

at 13:30 hrs

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

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

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

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

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

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

CRFQ No E - TENDER No. : 16507

Cost of Tender document. Equiv. US $

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

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

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

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

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

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

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

DELHI METRO RAIL CORPORATION LIMITED

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

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

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

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

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

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

Bank Note Paper Mill India Private Limited, Mysore

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

BHARAT HEAVY ELECTRICALS LIMITED

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Bank Note Paper Mill India Private Limited, Mysore

GAIL (INDIA) LIMITED

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

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

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)

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

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

OIL INDIA LIMITED (A Government of India Enterprises) PO : Duliajan Assam (India) TENDER NO. SSG9727P19/04 DATE:

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

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

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

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

NOTICE INVITING e-tender (NIT)

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:

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

DELHI INSTITUTE OF TOOL ENGINEERING. (Govt. of NCT of Delhi)

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

NOTICE INVITING TENDER (NIT) (e-tender)

INDIAN INSTITUTE OF SCIENCE BENGALURU

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

(Submission of Bid through online)

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

MSEZL/TTP-Membrane Replacement/ INVITATION FOR PROPOSALS

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

E-TENDERS NOTICE INVITING (NATIONAL COMPETITIVE BIDDING) Online bids are invited on single stage two bid system for Probe Sonicator

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

EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF INSURANCE BROKERS FOR GROUP PERSONAL ACCIDENT & GROUP TERM LIFE INSURANCE POLICIES

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

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

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

Special Instructions:- To,

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

TECHNICAL OFFER (ENVELOPE I)

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

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

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

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

PUNJAB ENGINEERING COLLEGE CHANDIGARH (DEEMED TO BE UNIVERSITY)

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

INDIRA GANDHI NATIONAL OPEN UNIVERSITY REGIONAL CENTRE, VIJAYAWADA

BHARAT COKING COAL LIMITED

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

Procurement of Licences of Business Objects BI Platform

Transcription:

GLOBAL INVITATION FOR BIDS (IFB) FOR MARINE LOADING ARM FOR LAYING OF HEAT TRACED PIPELINES AND ASSOCIATE FACILITY OF M/s BPCL-KOCHI REFINERY,KOCHI, KERALA(INDIA) (BIDDING DOCUMENT NO.: SK/A764-007-LZ-MR-4010/1004) (INTERNATIONAL COMPETITIVE BIDDING) e-tendering 1.0 INTRODUCTION: 1.1 M/s BPCL proposes to lay a 20 OD approx.11 km long skin effect heat traced pipeline for transportation of HSVR/LSHS/VGO between Kochi refinery and South Tanker Berth jetty (STB) at Cochin port in the state of Kerala. 1.2 Engineers India Limited. (EIL), Gurugram on behalf of M/s Bharat Petroleum Corporation Limited, Kochi Refinery, Kerala (India) (BPCL-KR), invites e-bids under Single Stage Two Part Bid System for MARINE LOADING ARM, from eligible bidders with sound technical and commercial capabilities meeting the Bidder Qualification Criteria stated in Cl. 6.0 below. 2.0 BRIEF SCOPE: 2.1 Design, engineering, manufacture, procurement of materials and bought out components, assembly at shop, inspection, testing at manufacturer's works, painting, electric heat tracing, insulation, packing, supply and supervision of erection, hookup, commissioning, performance guarantee testing at site and training of Owner s personnel at site for Marine Loading Arms with following major design parameters: Tag No. Service Size of Liquid Loading Arm Flow rate (Design) Operating Pressure Operating Temperature Design Pressure Design - Temperature Allowable Pressure Drop Material of construction For Complete details refer Bidding Document. 007-L-101 HSVR/LSHS/VGO 12 dia 860 m3/hr for VGO (Loading case) 575 785 m3/hr for HSVR/LSHS/ VGO (Unloading case) 0-2 kg/cm2 g for VGO (Loading case) 8 kg/cm2 g for HSVR/LSHS/ VGO (Unloading case) 80 C for VGO (Loading case) 70 C for HSVR/LSHS/VGO (Unloading case) 30 kg/cm2 g 100 C 1 kg/cm2 (Max.) Carbon steel 3.0 DELIVERY PERIOD: 3.1 FOR INDIAN BIDDERS: Within 09 (Nine) Months on FOT Despatch Point Basis from the date of Fax / Letter of Acceptance. The date of LR/GR shall be considered as the date of delivery. 3.2 FOR FOREIGN BIDDERS: Within 08 (Eight) Months on FOB International Sea Port of Exit Basis from the date of Fax / Letter of Acceptance. The date of clean bill of lading shall be considered as the date of delivery. Page 1 of 8

4.0 SALIENT DETAILS: a) Bidding Document No. : SK/A764-007-LZ-MR-4010/1004 b) Bidding Document on website : From 23.03.2017 to 20.04.2017 The Detailed IFB along with Qualification Criteria and Bidding Document can be viewed / download from government e-procurement portal: https://eprocure.gov.in/eprocure/app and a link for complete Bidding document has been uploaded on EIL website http://tenders.eil.co.in/ & BPCL e-tendering website https://bpcleproc.in. 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 website to keep themselves updated. However, bidders have to submit their bids only through Government e-procurement portal. c) Pre-Bid Conference : At 1030 Hrs. (IST) on 30.03.2017 d) Last date of Receipt of Bidder s 29.03.2017 : Queries for Pre-Bid Conference e) Last Date and time of submission : 1200 Hrs. IST on 20.04.2017 of Bids (Bid Due Date) f) Opening of Un-priced Bids : 1400 Hrs. IST on 21.04.2017 In presence of authorised representative of attending bidders. g) Opening of Priced Bids : To be intimated later, to the techno-commercial acceptable bidders. h) e-bid submission through e- : Bidders are required to upload their e-bid only on tendering Government e-procurement portal https://eprocure.gov.in/eprocure/app. e-bids uploaded in Government e-procurement portal https://eprocure.gov.in/eprocure/app are only acceptable. Physical Bids and Bid through any other mode shall not be acceptable. i) Cost of Bidding Document : Not Applicable j) Bid Security / EMD : EMD AMOUNT Foreign Bidder Indigenous Bidder EURO USD INR 1,436/- 1,526/- 1,00,000/- The EMD shall be submitted as per Clause No. 5.0 of IFB. Page 2 of 8

k) Earnest Money Deposit (EMD) (Mode of submission) l) Contact Persons for any query / clarification for this Tender : Bidder must upload the scanned copy of valid EMD (in the prescribed format for this specific Bidding Document) 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 (in the prescribed format for this specific Bidding Document) on e-tendering website, such bid shall not be considered for evaluation. Bidder must submit original EMD in a sealed envelope titled Earnest Money Deposit for Bidding Document No. SK/A764-007-LZ-MR- 4010/1004 within 7 (Seven) calendar days from the date of Un-priced bid opening provided copies of the same have been uploaded on e-tendering Website. In case the bidder fails to submit the same in originals within 7 (Seven) calendar days, then their bid shall be rejected, irrespective of the fact that a copy of EMD was earlier uploaded by the bidder. : Mr. B. Mandal,DGM(SCM-2)/Mr. SK Singh,AGM(SCM-2)/ Mr. Jadunandan Nandi, Engineer (SCM-2) EIL, Gurugram Tel.No.: 91-124-3802332/3802354/3802452 e-mail: biswajit.mandal@eil.co.in, singh.sk@eil.co.in, j.nandi@eil.co.in If any of the dates identified above happen to be a declared holiday/closed day in EIL Gurugram, the next working day shall be considered. EIL office working hours is 0830 Hrs (IST) to 1700 Hrs (IST) from Monday to Friday. Bids are to be submitted only on Government e-procurement portal https://eprocure.gov.in/eprocure/app. It may be noted that the.rar format for price schedule is required to be filled & submitted only on the Schedule of Price format downloaded from the https://eprocure.gov.in/eprocure/app. 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. The Bidding Document is non-transferrable. Bidder shall download the Bidding Document in their own name and submit bid directly. 5.0 EARNEST MONEY DEPOSIT (EMD) 5.1 Bids must be accompanied with the Earnest Money Deposit (EMD) as mentioned above. EMD shall be submitted in the form of crossed Demand Draft or non-revocable Bank Guarantee 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 final due date of opening of Techno-commercial Bids and shall be submitted from any Indian Scheduled Commercial Bank / Indian Branch of Foreign Bank. Foreign Bidder may submit BG from an International Bank of repute having a branch in India or having correspondent banking relationship with an Indian Schedule bank, in which case BG shall be countersigned by their Indian Branch or by Scheduled Indian Bank as the case may be. Cost of Bidding Document shall be submitted in the form Demand Draft, in favour of Bharat Petroleum Corporation Ltd., payable at Kochi. 5.2 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 who are having Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. On opening the un-priced bid, the certificate will be verified for registration and validity. If the bidder meets this requirement, their bid will be processed further. If not, the bidder will be asked to submit EMD. In case the bidder does not submit the EMD within 7 (Seven) calendar days of EIL intimation, then their bid shall be rejected. The certificate shall be valid as on date of opening of unpriced bid. 5.3 Documents to be submitted by MSEs along with un-priced bid : Page 3 of 8

a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or MSEs who are having Udyog Aadhaar Memorandum or any other body specified by Ministry of Micro, Small and Medium Enterprises. b) The above document submitted by the bidder shall be duly certified (in original) by Notary or the Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder s company/firm) where audited accounts are not mandatory as per law or duly notarized by any Notary Public in the bidder s country. c) If the bidder does not provide the appropriate document or any evidence to substantiate the above, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy, 2012. 5.4 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government Undertakings. 6.0 BIDDER S QUALIFICATION CRITERIA (BQC): 6.1 BIDDER QUALIFICATION CRITERIA (TECHNICAL) 6.1.1 The bidder shall be a manufacturer of Marine loading Arm and shall be the Single Point Responsibility Vendor (SPRV) for the complete package. 6.1.2 Bidder shall have designed, engineered, manufactured and supplied at least One (1) no. Marine Loading Arm in liquid hydrocarbon service having minimum diameter of 12 inch, which shall have been commissioned within the period not exceeding 7 (seven) years and not less than 1 (one) year as on bid due date. 6.1.3 For qualification, above clauses shall be read in conjunction. 6.2 FINANCIAL CRITERIA 6.2.1 Annual Turnover: For Foreign Bidders: Annual Turnover of the Bidder shall not be less than USD 6,67,400/- as per audited annual financial results in at least one of the preceding 3 (Three) financial years up to the due date of submission of bids. For Indian Bidders: Annual Turnover of the Bidder shall not be less than INR 437.24 Lakh as per audited annual financial results in at least one of the preceding 3 (Three) financial years up to the due date of submission of bids. Notes: (i) 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. (ii) 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 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. In view of this, foreign subsidiary company has to submit a declaration from CEO/CFO of parent company clearly indicating that the parent company is obligated and shall financially support the subsidiary, in case of the subsidiary s inability to discharge its obligations for the execution/performance of work. (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 31 st March) is not available and where bid closing date is up to 31 st December, the financial details of the Page 4 of 8

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. 6.2.2 Bidder s Net Worth as per latest audited financial statement shall be positive. The calculation of networth shall be as per attached Form-I to this IFB. 6.2.3 Working Capital: For Foreign Bidders: 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 USD 66,740/- as per attached Form-II to this IFB. For Indian Bidders: 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 44 Lakh as per attached Form-II to this IFB. Notes: 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 requirement. 6.2.4 DOCUMENTS REQUIRED WITH BID: 6.2.4.1 For Experience Criteria (Technical) Bidder shall complete and submit the Proven Track Record Proforma as per Annexure-D to this IFB to establish that the bidder meets the Bidder Qualification Criteria as per clause no. 6.1 above. 6.2.4.2 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 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. 6.2 above. 6.3 REQUIREMENT OF AUTHENTICATION AND SUBMISSION OF DOCUMENTS : 6.3.1 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 from the document issuing authority. ii. All documents furnished by the bidder in support of meeting the Experience Criteria (Technical) and Financial Criteria (6.1 & 6.2 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, 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/IFB, signed by the Authorised signatory of the Bidder. OR c) Bidder shall submit self-certified documents from any one out of CEO or CFO or Company Secretary of the Bidder (Limited company only) along with Self-Certification as per Annexure B attached with NIT/IFB. This option shall not be applicable to Proprietorship/ Partnership firms. iii. With regard to financial documents, in case 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. Page 5 of 8

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 6.3.1 (ii) above. 6.3.2 SUBMISSION OF DOCUMENTS i. All documents furnished by the bidder in support of meeting the Technical and Financial criteria (6.1 & 6.2 above) of BQC as per NIT shall be Digitally Signed authenticated copies and submitted in e- tendering website along with their offer. In case of submission of digitally signed authenticated copies of documents for meeting BQC, bidder shall not be required to submit the original authenticated documents in physical form to BPCL subject to confirmation by bidder on Annexure-C attached with NIT. 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 7 (Seven) calendar days from the Bid Due Date at the address mentioned below. This section/booklet shall be titled as Documentation against Bidder Qualification Criteria (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. 8.6 below. iii. Similar to BQC documents, Power of Attorney can be submitted Digitally Signed as per the requirement specified in the Bidding Document. 6.3.3 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. 6.3.4 In the event of submission of any document/ certificate by the Bidder in a language other than English, the English translation of the same duly authenticated by Chamber of Commerce of Bidder s country shall be submitted by the Bidder. 7.0 PRE-BID CONFERENCE / MEETING 7.1 Pre-bid Conference / Meeting shall be held at Engineers India Ltd., R&D Complex, Tower-1, 3rd Floor, Sector-16 (On N.H.-8), Gurugram 122 001, Haryana, India as per the date mentioned in Cl. 4.0 (c) above. Bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so that their queries, if any, related to the Bidding document and Scope of Work can be addressed during the meeting. 7.2 The bidders are requested to send queries/clarifications, if any, by e-mail to reach EIL at least two days before the pre-bid meeting. The clarifications shall be provided during the pre-bid meeting. However the clarification to bidder s queries shall also be uploaded in Government e-procurement portal http://eprocure.gov.in/eprocure/app 7.3 Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder. 8.0 SUBMISSION & OPENING OF BIDS 8.1 Bids are required to be submitted through Government e-procurement portal http://eprocure.gov.in/eprocure/app only, on or before the Bid submission date and time. Bidders are required to register themselves at Government e-procurement portal http://eprocure.gov.in/eprocure/app.no registration fee would be charged from the bidders. 8.2 Manual Bids / Offers shall not 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. 8.3 Bidders to refer Instruction to Bidders for E-Tendering mentioned in the Bidding Document. 8.4 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the due date for opening of Bids. Bidders may view the Bid opening status through Government e-procurement portal http://eprocure.gov.in/eprocure/app Time and date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date. 8.5 Validity of bid shall be 4 (Four) months from the final due date of opening of Techno-commercial (Un-priced) Bids. 8.6 Earnest Money Deposit, Integrity Pact, Power of Attorney and BQC documents (if applicable as per clause no. 6.3.1(ii) or (iii)) in original shall be submitted in sealed envelopes to the below mentioned address. Scanned copy of the same to be uploaded on e-procurement portal: Kind Attention: Mr. Biswajit Mandal-DGM (SCM), Page 6 of 8

Engineers India Ltd., R&D Complex, Tower-1, 3rd Floor, Sector-16 (On N.H.-8), Gurugram 122 001, Haryana, India 9.0 GENERAL 9.1 For detailed specifications, terms and conditions and other details, refer complete Bidding Document. 9.2 Evaluation and Ordering shall be carried out on bottom line basis for all items. Hence bidder must quote for all items of Material Requisition. 9.3 BPCL/EIL reserves the right to carry out capacity & capability assessment of the bidder using in-house information and past performance. 9.4 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. 9.5 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. 9.6 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. 9.7 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/PDPP/other jobs under EIL and earlier jobs executed for other BPCL Projects or for any other Public Sector Undertaking. 9.8 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. 9.9 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their Bid. 9.10 Unsolicited clarifications to the offer and / or change in the prices during the validity period would render the bid liable for rejection. 9.11 Bidder shall not be under liquidation, court receivership or similar proceeding. 9.12 Integrity Pact, duly signed & stamped on each page, shall be submitted with Techno-commercial bid, failing which the bid may not be considered for further evaluation. 9.13 Techno-commercial part of the Bids shall be opened at 1400 Hrs. (IST) on the due date for submission of Bids. Time and date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date. 9.14 Bidders may view the Bid opening status through Government e-procurement portal http://eprocure.gov.in/eprocure/app after conclusion of Unpriced Bid Opening by Owner /EIL or may witness the bid opening in EIL Office, Gurugram. 9.15 Bids received after stipulated bid due date and time i.e. late bids due to any reasons whatsoever will not be considered. 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 Govt. policy and MSE bidders shall be allowed purchase preference as per Public Procurement Policy, 2012. The Certificate will be verified for registration and its validity. Page 7 of 8

9.19 Clarifications if any, can be obtained (on working days, between 09:00 hrs to 16:00 hrs) through: Telephone Nos.: +91-124-3802332/3802354/3802452 and/or E-mail: biswajit.mandal@eil.co.in / singh.sk@eil.co.in /j.nandi@eil.co.in 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. 1800-3070-2232 or Mobile Nos.+91-7503193242/ +91-7878007972/ +91-7878007973 and E-mail: support.nic@eil.co.in Dy. General Manager (SCM-2) Engineers India Limited, Gurugram Page 8 of 8

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

FORM-II TO IFB To be issued by Bank on Letterhead Date Bidder Address [Our Ref : - Dear Sirs, Sub: Working Capital Requirement for the job,..(name of Job). Ref. :. (Account Number) We refer to your letter dated on the above subject and confirm the following: Sanctioned Line of Credit Description Amount in INR/USD/EURO as of Utilized Line of Credit Unutilized Line of Credit Cash/Bank Balance and Fixed Deposit In case of award to M/s..(Name of Bidder), we agree to provide the line of credit to meet the working capital requirement for the job upto INR/USD/EURO for the job, (Name of the job). This letter if issued at your request without any risk or responsibility on the part of the Bank or its officers. Yours Faithfully, For and on behalf of [Bank]

AFFIDAVIT ANNEXURE A TO IFB AFFIDAVIT OF... S/o D/o..., resident of... EMPLOYED AS... WITH... HAVING OFFICE AT... PIN... I, the above named deponent do hereby solemnly affirm and state as under :- 1. That I am the authorized representative and signatory of M/s.. 2. That the document (s) submitted, as mentioned hereunder, by M/s. Along with the Bid document submitted under Covering Letter No... dated.. towards Tender No. for. (Project) has / have been submitted under my knowledge. Sl. No. Document Reference No. & Date Document Subject Issuing Authority 3. That the document(s) submitted, as mentioned above, by M/s.. along with the Bid Document for meeting the Bidder Qualification Criteria thereunder, vide Covering Letter No. dated, towards Tender No. for. (Name of Work) are authentic, genuine, copies of their Originals and have been issued by the Issuing Authority mentioned above and no part of the document(s) is/are false, forged or fabricated. 4. That no part of this Affidavit is false and that this Affidavit and the above declaration in respect of genuineness of the documents has been made having full knowledge of (i) the provisions of the Indian Penal Code 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. 5. I depose accordingly, VERIFICATION DEPONENT I,... the deponent above named, do hereby verify that the factual contents of this Affidavit are true and correct. No part of it is false and nothing material has been concealed there from. Verified at... on this... day of... 20... DEPONENT

Annexure B to IFB NAME OF WORK: MARINE LOADING ARM FOR LAYING HEAT TRACED PIPELINE WITH ASSOCIATED FACILITIES AT KOCHI REFINERY (KR) OF M/S BHARAT PETROLEUM CORPORATION LTD. (BPCL) KOCHI REFINERY, KOCHI, KERALA (INDIA) RFQ NO.: SK/A764-007-LZ-MR-4010/1004 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 Name & Designation (CEO or CFO or Company Secretary) Specimen Signature of authorized representative

ANNEXURE-C TO IFB COMPLIANCE TO AUTHENTICATION REQUIREMENT We hereby confirm that all authenticated documents submitted for meeting the BQC 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 :

ANNEXURE-D TO IFB PROVEN TRACK RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LAYING OF HEAT TRACED PIPELINE AND ASSOCIATE FACILITY CLIENT - M/s BPCL- KOCHI EIL JOB NO - A764 VENDOR - ITEM/ PACKAGE- MARINE LOADING ARM ITEM /PACKAGE TAG NO. 007-L-101 SL. NO. PARAMETER 1.0 Is the bidder a manufacturer of Marine Loading Arms? - Yes/No 2.0 3.0 Is the Bidder, a Single Point Responsibility Vendor (SPRV) for the complete Marine Loading Arm Package? -Yes/No Has the bidder designed, engineered, manufactured and supplied at least One (1) no. Marine Loading Arm in liquid hydrocarbon service having minimum diameter of 12 inch, which shall have been commissioned within the period not exceeding 7 (seven) years and not less than 1 (one) year as on bid due date? -Yes/No INFORMATION ON PROPOSED EQUIPMENT INFORMATION ON REFERRED EXISTING INSTALLATIONS Reference.- 1 Reference- 2 3.0 Further to authenticate the above statement, Details furnished are as under: 3.1 Quantity 3.2 Liquid Handled 3.3 Liquid loading Arm Size (inch) 3.4 Date of Supply of Marine loading Arm ----- 3.5 Date of Commissioning of Marine loading Arm ----- 3.6 Has the Marine Loading Arm commissioned within the period not exceeding 7 (seven) years and not less than 1 (one) year as on bid due date? - Yes/No ----- 3.7 End User s Details 3.7.1 Name of (Company / Organization) ----- 3.7.2 Name of Contact Person ----- 3.7.3 Address Including Telephone No/ Fax No/ Email-ID ----- 3.8 Are duly endorsed supporting documents attached as specified in RFQ/IFB? Yes/No ----- Page 1 of 2 Place: Date: [Signature of Authorized Signatory]* Name: Designation: Seal: * Note-9

PROVEN TRACK RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/WORKS/SERVICES PROJECT - LAYING OF HEAT TRACED PIPELINE AND ASSOCIATE FACILITY CLIENT - M/s BPCL- KOCHI EIL JOB NO - A764 VENDOR - ITEM/ PACKAGE- MARINE LOADING ARM ITEM /PACKAGE TAG NO. 007-L-101 INSTRUCTIONS TO BIDDERS: 1. This proforma duly filled-in, stamped and signed shall be submitted along with the Bid for each experience separately. 2. To establish, bidder meeting qualification criteria, following documents are to be submitted along with bid. i. Copies of Letter of Awards or Purchase Order or Work Orders ii. IRN/Proof of delivery (Bill of lading) from works of the Bidder iii. Other technical documents viz. data sheet, drawing etc. to establish that the Bidder meets BQC requirements. 3. The Supply/Work/Services completed beyond 7 years need not be indicated here. 4. The list of Supply/Work/Services, not of similar nature shall not be indicated here. Failing to comply aforementioned instructions may lead to rejection of bid. 5. Since the information requested in this proforma shall be utilized to assess the Bidder s capability, it is in the interest of the Bidder to pick those cases out of total list of references which most closely match with the Bid requirement. The Bidder shall also ensure that all information asked for is furnished and the same is correct and complete in all respects. Incomplete information could lead the bid being considered ineligible for further evaluation. 6. Incorrect information furnished in this proforma shall render the bid/order liable for rejection at any stage of evaluation/ work execution, at the risk and cost of the bidder and the bidder shall be blacklisted. 7. For the referred installations, the bidder shall indicate the name of the User s contact person (along with his address, telephone no., fax no., e-mail id etc.) who may be contacted by the Purchaser/his representative, if felt necessary. 8. The Bidder shall also furnish along with the bid his standard Reference list for the Marine Loading Arm. 9. For certification requirement, refer commercial part. Place: Date: [Signature of Authorized Signatory]* Name: Designation: Seal: * Note-9