pmc-2 services for bs-vi ms block project (msbp) at bpcl kochi … · 2019-09-26 · 1247 6-78-0002...

24
PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi Refinery TENDER DOCUMENT (Document No : B034-TENDER_DOC-B034-0MY-81-41-CC-T-8106) Page 1 of 1770

Upload: others

Post on 17-Mar-2020

44 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi

Refinery

TENDER DOCUMENT

(Document No : B034-TENDER_DOC-B034-0MY-81-41-CC-T-8106)

Page 1 of 1770

Page 2: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

Number

B034-TENDER_DOC-B034-0MY-81-41-CC-T-8106

A TENDER DOCUMENT 7

B034-0MY-81-41-CC-T-8106

A MICRO GRADING WORK 642

B034-0MY-81-41-SOW-8106

A SCOPE OF WORK & SUPPLY 651

B034-0MY-16-50-SP-8106

A JOB SPECIFICATION- MICROGRADING WORKS 669

B034-000-16-50-SP-0081

A JOB SPECIFICATION- FIRE PROOFING 683

B034-000-79-41-PLS-01

0 JOB SPECIFICATION FOR SURFACE PREPARATION ANDPROTECTIVE COATING

689

B034-000-79-41-PLS-02

0 JOB SPEC FOR ANTIFUNGAL PAINT 745

B034-000-79-41-WSC-01

1 Welding Specification 748

6-68-0001 4 Standard specification civil and structural works - general scope. 768

6-68-0002 5 Standard specification civil & structural works materials. 772

6-68-0003 5 Standard specification civil & structural works earthwork. 788

6-68-0004 7 Standard specification civil & structural works plain & reinforcedcement concrete

801

6-68-0006 6 Standard specification civil & structural works structural steelworks.

831

6-68-0007 6 Standard specification civil & structural works structural steelworks (tubular/ hollow sections)

855

6-68-0008 7 Standard specification civil & structural works miscellaneous steelworks

871

6-68-0009 4 Standard specification - civil & structural works - brick masonary. 883

6-68-0012 4 Standard specification civil & structural works demolition anddismantling.

892

6-68-0013 4 Standard specification - civil & structural works - miscellaneousitems.

899

6-68-0014 1 Standard specification civil & structural works precast concrete 908

6-68-0016 1 Standard specification civil & structural works concrete blockmasonry

914

6-68-0056 3 Standard specification civil & structural works bonding freshconcrete to old concrete by epoxy resin bonding system.

923

6-65-0053 4 Standard specification for plumbing & building drainage. 929

6-44-0012 4 Standard specification for fabrication and erection of piping 937

6-44-0013 5 Standard specification for inspection, flushing and testing of pipingsystems.

952

6-65-0006 4 Standard specification for earthwork for underground piping. 961

6-65-0011 5 Standard specification for barbed wire fencing. 968

6-65-0019 4 Standard specification for concrete pavement. 974

6-66-0004 1 Standard specification for portable fire extinguisher 984

6-65-0011 4 Standard specification for barbed wire fencing. 989

6-65-0013 3 Standard specification for chain link fencing. 995

6-65-0014 1 Standard specification for roads and flexible pavements (uptoWMM layer)

1002

6-65-0016 4 Standard specification for classification of soil for Earth Work insite grading

1013

6-65-0017 5 Standard specification for site grading and rock cutting for sitegrading

1019

Page 2 of 1770

Page 3: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

Number

6-65-0018 7 Standard specification for road & flexible pavements. (upto WBMlayer).

1031

6-65-0019 3 Standard specification for concrete pavement. 1042

6-65-0020 3 Standard specification for flexible pavements with bitumen premixcarpet.

1052

6-65-0021 4 Standard specification for pipe culverts & ERC / IRC crossing. 1061

6-65-0027 5 Standard specification for underground and above ground G.I.pipeline system (water services)

1066

6-65-0030 5 Standard specification for fabrication and Laying of Undergroundpiping.

1071

6-65-0035 3 Standard specification for misc. civil & structural works for U/Gpiping & other civil works

1082

6-65-0050 4 Standard specification for random rubber pitching. 1089

6-66-0038 4 Standard specification for safety shower and eye wash. 1094

6-75-0001 6 Standard specification for architectural works general. 1099

6-75-0002 6 Standard specification for floor finishing. 1106

6-75-0003 6 Standard specification for wood works 1121

6-75-0004 7 Standard specification for steel / aluminium doors, windows andventilators.

1129

6-75-0005 6 Standard specification for plastering and pointing. 1142

6-75-0006 6 Standard specification for roof treatment. 1151

6-75-0007 6 Standard specification for white / colour washing, distempering,painting and polishing

1160

6-75-0009 6 Standard specification for sanitary fittings and fixtures. 1175

6-75-0010 6 Standard specification for false ceiling, false flooring underdeckinsulation & partitioning

1181

6-51-0081 4 Specification for electrical equipment installation. 1192

6-51-0082 5 Specification for cable installation. 1207

6-51-0083 5 Specification for lighting installation. 1218

6-51-0084 5 Specifications for earthing installation. 1231

6-51-0087 3 Specification for field inspection, testing and commissioning ofelectrical installations

1239

6-78-0001 1 Specification for quality management system requirements frombidders

1247

6-78-0002 1 Specification for documentation requirement from contractors 1254

6-78-0003 1 Specification for documentation requirement from suppliers 1263

6-82-0001 8 Standard specification for health, safety & environment (HSE)management at construction sites

1272

6-82-6100 3 Standard QA plan (for item rate contracts) 1374

6-82-3100 1 Inspection & test plan (ITP) for civil, structural & architecturalworks (item rate contracts - with categorization)

1387

6-82-3500 1 Inspection & test plan (ITP) for electrical works (item rate contracts- with categorization)

1452

7-65-0101 6 Standard sections of storm water drains. 1540

7-67-0011 5 Flooring details for buildings. 1541

7-65-0008 4 Pipe sleeve details 1543

7-68-0051 6 Standard lifting hooks in precast slabs & chequered plates. 1544

7-67-0012 3 Short sliding pipe supports on existing RCC pavements. 1545

7-68-0056 7 Metal insert plates. 1546

7-68-0052 7 Details for MS rungs for concrete structures. 1553

7-68-0062 6 Typical cranking detail of rebar at beam & col. junctions. 1554

7-68-0104 6 Reinforcement details at Sq/Rect. cutout in slab. 1555

Page 3 of 1770

Page 4: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

Number

7-68-0106 6 Standard lap lengths for rebars. 1556

7-68-0417 8 MS anchor bolt assemblies 1557

7-68-0202 7 Typical grating support. 1564

7-68-0203 7 Typical chequered plate support. 1565

7-68-0207 4 Welded column splice (unequal joist section). 1566

7-68-0686 0 Welded Shear Connection Details for Parallel Flange Beam withParallel Flange Beam

1568

7-68-0687 0 Details of Moment Connection for Parallel Flange Beams withParallel Flange Columns

1570

7-68-0688 0 Welded Shear Connection Details for Parallel Flange Beam withParallel Flange Column

1572

7-68-0689 3 Shear connections welded type - beam to beam 1574

7-68-0208 6 Splicing detail for rolled sections 1578

7-68-0501 7 Handrails 1585

7-68-0506 6 Steel stairs 1593

7-68-0507 7 Details of steel ladder 1599

7-68-0509 6 Steel ladder joint details 1602

7-68-0562 5 Small operating platforms on grade / RCC elevated structure 1606

7-68-0654 3 Detail of moment connection for MC [ ] column to [ ] beam 1609

7-68-0660 2 Typ. detail of moment connection with MB col. / MC box col. to MBbeam

1611

7-68-0201 6 Standard lugs. 1615

7-68-0563 4 Pipe sleepers crossover 1616

7-68-0211 5 Beam to beam and beam to column connection details. 1620

7-68-0626 4 Cable trench 1621

7-67-0008 7 Pedestal for stair/ladder. 1638

7-68-0627 1 Precast cable trench and joint detail 1639

7-68-0697 4 Electroforged grating type-I & type-II 1641

7-65-0001 4 Abbreviations, legends and equipment symbols. 1649

7-65-0006 4 Cable crossings under road (PVC pipes). 1653

7-65-0009 4 Cable crossings under road (RCC pipes). 1654

7-65-0010 5 Road curves and crossing. 1655

7-65-0103 4 Pipe culvert for storm water drainage. 1656

7-65-0104 5 Box culvert type I, II, III and IV. 1658

7-65-0216 5 Septic tank type I, II, III & IV 1659

7-65-0217 5 Details of soak pit. 1660

7-65-0206 4 Grating detail for catch basin (for both steel & galvanized material). 1661

7-65-0207 3 Valve pit (RCC) type-V for dia 2" to dia 6" valve 1662

7-65-0102 4 Concrete trapezoidal storm water drain (height (h) 3.0m 1663

7-65-0405 3 Paver brick footpath 1664

7-65-0208 3 Valve pit (RCC) type-VI for 8" >= to <= 16" valve 1665

7-65-0211 4 Details of rungs for manholes, valve pits, tanks, etc. 1666

7-65-0212 4 Standard miscellaneous details for manholes. 1667

7-65-0402 4 Detail of barbed wire fencing (with conc. post ) 1668

7-65-0403 4 Details of barbed wire fencing (with angle iron post). 1669

7-65-0404 4 RCC pavement details. 1670

7-65-0442 3 Detail for rain water harvesting (catchment area ~ 500 sq.m.) 1671

7-65-0213 5 Conc. bedding and encasement for pipes. 1672

7-65-0214 5 Gully trap chamber. 1673

Page 4 of 1770

Page 5: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

Number

7-65-0224 2 Chequered plate details (for masonry valve pit type-I, type-II, type-III & type-IV)

1674

7-65-0307 4 Valve pit outside tank farm dyke wall 1675

7-65-0310 4 Detail of neutralization pit. 1677

7-65-0400 4 Standard detail of chain link fencing (with conc. post) 1678

7-75-0002 5 Skirting detail (with brick wall). 1679

7-75-0062 5 European type W.C. (fixing detail). 1680

7-75-0003 5 Skirting detail (with RCC column). 1682

7-75-0004 5 Dado detail (with brick wall and RCC col.) 1683

7-75-0064 5 Wash basin fixing detail. 1684

7-75-0012 5 Wooden flush door (with wooden frame). 1686

7-75-0065 5 Plinth protection (with building drain) 1687

7-75-0014 5 Glazed aluminium door. 1689

7-75-0015 5 Glazed aluminium window. 1690

7-75-0063 5 Urinal fixing detail. 1691

7-75-0066 5 Wooden panel door (toilet door). 1692

7-75-0068 5 Roof drainage and water proofing. 1693

7-75-0093 0 Stainless steel tubular handrail 1696

7-51-0101 5 Typical earth electrode for earthing system. 1700

7-51-0102 7 Typical earth electrode in test pit. 1701

7-51-0103 6 Typical earth plate and fixing details. 1702

7-51-0212 5 Typical installation of fluorescent / led fixture mounting in exposedwiring system.

1703

7-51-0219 5 Typical installation of dispersive reflector fixture. 1704

7-51-0224 5 Typical installation of weather proof light fixture. 1705

7-51-0226 5 Typical installation of lighting / power panel wall (surface)mounted.

1706

7-51-0230 5 Typical installation of lighting / power panel flush mounted. 1707

7-51-0305 5 Installation details for conduit or cable support on wall/ slab/ beam. 1708

7-51-0315 5 Installation details for socket/ receptacle mounted on wall/ column(cable below ground).

1709

7-51-0316 5 Installation details for socket/ receptacle mounted on column(cable in tray).

1710

7-51-0332 3 Safety measures for electrical installations during construction 1711

B034-000-17-44-0-0001

F OVERALL PLOT PLAN 1713

B034-0MY-81-41-12122

A Operator Cabin Plan, Elev, Sec & Details 1714

B034-000-16-50-04100

0 GENERAL NOTES FOR CABLING 1715

B034-000-16-50-04200

0 General Notes For Lighting System 1718

B034-000-16-50-04300

0 General Notes For Earthing and Lightning Protection 1721

B034-000-17-44-DS-4017

A DATA SHEET of 9 Kg DCP Portable Fire Extinguisher 1724

B034-0MY-16-50-VR-8106

A VENDOR DATA REQUIREMENTS-MICROGRADING WORKS 1725

B034-000-81-41-LL-8106

A APPROVED VENDOR LIST 1728

B034-000-81-41-LL-8106A

A APPROVED VENDOR LIST 1731

Page 5 of 1770

Page 6: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

Number

B034-6-44-0005-8106

A PIPING MATERIAL SPECIFICATION 1741

Page 6 of 1770

Page 7: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

BHARAT PETROLEUM CORPORATION LIMITED

BS-VI MS BLOCK PROJECT (MSBP) OF

BPCL-KOCHI REFINERY, KOCHI, KERALA (INDIA)

(BIDDING DOCUMENT NO. SG/B034-0MY-CC-TN-8106 /1017)

BIDDING DOCUMENT

FOR

MICRO GRADING WORKS

Prepared & Issued by:

Page 7 of 1770

Page 8: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Page 1 of 2

MASTER INDEX

NAME OF WORK : MICRO GRADING WORKS FOR BS-VI MS BLOCK PROJECT AT KOCHI

REFINERY OF M/S BPCL AT KOCHI, KERALA, INDIA.

BIDDINGDOCUMENT NO. : SG/B034-0MY-CC-TN-8106 /1017

PART-I: COMMERCIAL

SL.

NO.

DESCRIPTION NO. OF

SHEETS

1.0 COVER PAGE 01

2.0 MASTER INDEX 01

3.0 NOTICE INVITING TENDER (NIT) 13

4.0 ACKNOWLEDGEMENT CUM CONSENT LETTER 02

5.0 INSTRUCTIONS TO BIDDERS (ITB) + ANNEXURES TO ITB 29

6.0 PROPOSAL FORMS 29

7.0 GENERAL CONDITIONS OF CONTRACT (GCC)+ ITS AMENDMENT AND SAFETY REGULATIONS OF BPCL-KOCHI REFINERY

71

8.0 SPECIAL CONDITIONS OF CONTRACT (SCC) 36

9.0 ANNEXURES TO SCC

i) Scope of Work& Supply 03

ii) Time Schedule 02

iii) Measurement of Work 10

iv) Terms of Payment 15

v) Minimum Required Equipment, Tools &Tackles 03

vi) Minimum Key Construction Manpower 02

vii) Qualification & Experience requirements of Manpower to be deployed at Site 06

viii) Quality Management System 22

ix) Spec. for Health, Safety and Environment Management,

Safety Measures for Electrical Installations during Construction, OISD.

196

x) Approval of Sub-Contractor 02

xi) Conditions for Issue and Reconciliation of Materials 10

xii) Integrity Pact 07

xiii) Financial Deterrent for Violation of Safety norms by Contractors 14

xiv) Methodology for procurement of structural steel, TMT bars & cement by contractors 02

xv) Calibration requirement of monitoring and measuring devices at construction sites 06

xvi) Release of Front to the Contractor 02

xvii) Purchase Preference Linked With Local Content 09

xviii) Policy For Providing Preference To Domestically Manufactured Iron & Steel

Products In Government Procurement. 18

10.0 SCHEDULE OF RATES (SOR) 117

Page 8 of 1770

Page 9: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Page 2 of 2

PART-II: TECHNICAL SECTION

SL. NO. DESCRIPTION NO. OF SHEETS

1.0 SCOPE OF WORK AND SPECIFIC REQUIREMENTS, SPECIFICATIONS, STANDARDS, ITP’S AND DRAWINGS AS PER MASTER INDEX OF TECHNICAL DOCUMENT.

AS PER MASTER INDEX OF TECHNICAL DOCUMENT.

Page 9 of 1770

Page 10: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 1 of 13

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 e-Bids under Single Stage Two Part Bid System for execution of “ MICRO GRADING WORKS” 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 brief scope of work under this tender shall include the following but shall not be limited to the following:

2.1.1 The scope of the work in general shall include the construction of all Civil & Structural works as per the detailed scope of work, scope of Material Supply, Schedule of Rates, Specifications, Standards and drawings included in the Tender Document (including addendums/ amendments) as per the directions of Engineer-In-Charge.

2.1.2 Earthwork excavation including dewatering, if required, below ground level for all types of soils including soft and hard rock. Refer tech. part for details.

2.1.3 Backfilling at all depths with selected and approved earth available from excavated soil and transportation & disposal of surplus earth. Refer tech. part for details.

2.1.4 Transportation & Disposal keeping BPCL indemnified of any liability and/or complaint from local authorities /municipal bodies etc. PCC work including lean concrete at all depths below foundations of all types, plinth beams, walls, non-suspended slabs, trenches, pits etc., and in screed at all depths below plinth level.

2.1.5 PCC works including lean concrete in screed at all heights above plinth level.

2.1.6 RCC works in sub-structures for foundation of all types, plinth beams, walls, non-suspended floor slabs, etc. at all heights, trenches etc. at all depths.

2.1.7 Curing of RCC works at all depths below plinth level and all heights above plinth level as per specification.

2.1.8 Dismantling/ Demolishing of PCC/ RCC, masonry work, structural steel works etc. for all depths below & above plinth level. Demolishing/ Dismantling of brick work items shall be read as block work items in SOR.

2.1.9 Miscellaneous works for Sand filling, DPC etc. at all locations as specified.

2.1.10 Civil/ Structural/ Architectural and Electrical work in Operator Cabin (1 no)

For detailed scope of work, refer Technical Section of the Bidding Document.

NOTICE INVITING TENDER (NIT)

FOR

MICRO GRADING WORKS FOR BS-VI MS BLOCK PROJECT AT KOCHI REFINERY OF M/S BPCL

AT KOCHI, KERALA, INDIA.

(BIDDING DOC. NO.: SG/B034-0MY-CC-TN-8106 /1017)

(DOMESTIC COMPETITIVE BIDDING)

e-Tendering

Page 10 of 1770

Page 11: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 2 of 13

3.0 TIME SCHEDULE FOR COMPLETION:

Time Schedule for completion of entire work shall be 06 (SIX) Months from the date of issue of Fax / Letter of Acceptance.

4.0 SALIENT DETAILS:

a) Bidding Document on Website : From 26.09.2019 to 17.10.2019

b) Site Visit # : On 01.10.2019

c) Last date of Receipt of Bidder’s Queries for Pre-Bid Meeting

: On 03.10.2019.

(Bidder shall submit consolidated Pre-Bid queries.)

d) Date of Pre Bid Meeting # : at 1030 Hrs. (IST) on 04.10.2019

e) Last Date and time of Online submission of Bids (Bid Due Date)

: Up to 1200 Hrs. (IST) on 17.10.2019

f) Online Opening of Techno-commercial Unpriced Bid #

: 1400 Hrs. (IST) on 18.10.2019

g) Opening of Priced Bids : On date & time to be intimated later

h) Earnest Money Deposit (EMD) / Bid Security

:

INR 10.00 LAKH

EMD shall be submitted as per clause no. 8.0 below.

i) Bidding Document Fee : Not Applicable

If any of the dates “#” 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.

The Detailed NIT along with Qualification Criteria and Bidding Document is available

and can be viewed/ downloaded from the website: https://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.

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.

Bids are to be submitted only on e-procurement module of the Central Public Procurement Portal (CPPP) i.e. https://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 https://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 “.xls” format for Schedule of Rates (SOR) is required to be

Page 11 of 1770

Page 12: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 3 of 13

filled & submitted only in the Schedule of Rates format downloaded from e-procurement portal https://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.

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 similar works* of minimum value(s) as indicated below, during the last 7 (seven) years reckoned from the Final Due Date for submission of Bid.

i. One work of value not less than INR 638.77 Lakh. OR

ii. Two works each of value not less than INR 399.23 Lakh. OR

iii. Three work each of value not less than INR 319.39 Lakh

*Similar works shall mean either i) Civil and Structural Works and/ or ii) Micro grading

works or Site grading and road works.

5.1.2 In case the Bidder has executed and completed the qualifying value for works as specified in 5.1.1 i), ii) or iii) above for Civil & Structural Work, their Bid will be considered if in addition to Civil & Structural Work, the Bidder furnishes another executed and completed order for Micro grading or Site grading and road works, during the last 7 (seven) years reckoned from the Final Due Date for submission of Bid. However, in case the Bidder has executed and completed the qualifying value for works as specified in 5.1.1 i), ii) or iii) above for Micro grading or Site grading and road works, their Bid will be considered if in addition to Micro grading or Site grading and road works, the Bidder furnishes another executed and completed order for Civil & Structural Works, during the last 7 (seven) years reckoned from the Final Due Date for submission of Bid.

5.1.3 In case the Bidder has executed and completed Composite Works which includes 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 Work(s) shall be considered for the purpose of qualification. The clauses 5.1.1 and 5.1.2 shall be read in conjunction.

Page 12 of 1770

Page 13: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 4 of 13

5.1.4 A job executed and 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”: i. Copy of work order along with SOR issued by main Contractor. ii. Copies of Completion Certificate(s) from the main Contractor. iii. In addition, copies of Completion Certificate(s) from the end User/ Owner/ Project Management Consultant (PMC) mentioning that the work has been executed by bidder as a sub-contractor or a copy of approval by end User/ Owner for engaging the bidder as Sub-contractor.

The Completion Certificate(s) 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 a). In case Bidder does not possess experience of execution of Civil / Structural

works / Building works/ Electrical works on their own, the successful Bidder shall engage a sub-contractor for execution of such work(s). In case Bidder engages a sub-contractor for execution of Civil/ Structural/ Building works, the Bidder shall furnish along with their Bid an MOU/ Letter of Agreement/ Letter of Consent with their proposed Sub-contractor confirming the scope of works as per Bidding Document. This MOU/ Letter of Agreement/ Letter of Consent must remain in force at least till the pendency of the Contract. b). The successful Bidder shall obtain 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.

5.2 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 INR 239.54 Lakh as per the audited annual financial results as on 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 should meet the requirement of minimum working capital of INR 79.85 Lakh as per their financial statement for immediate preceding year. If the bidder’s working capital is inadequate, the bidder shall supplement the shortfall with letter issued by his Banker as per the format attached in the Proposal Forms Section of the Bidding Document, confirming the availability of line of credit to meet the specified working capital requirement or may tie up with financial institution for

Page 13 of 1770

Page 14: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 5 of 13

the particular tender for meeting the above specified working capital requirement and shall submit proof of document / certificate in this regard from the Financial Institution. Notes:-

(i) In case a bidder is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor/ chartered accountant of the bidder certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited.

(ii) In case the financial year closing date is within 9 months of bid due date and audited annual report of immediate preceding financial year is not available, Bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year. Otherwise, it is compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not available and where bid closing date is up to 31st December, the financial details of the three previous years immediately prior to the last financial year may be submitted. However, in case the bid closing date is after 31st December, it is compulsory to submit the financial details of the immediate three preceding financial years only.

(iii) The bidder shall furnish the original declaration letter from the bank for availability of line of credit or original proof of document / certificate from the Financial Institution w.r.t. working capital requirement.

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 end User/Owner/ Project Management Consultant (PMC) [in case of Sub-Contractor, documents as mentioned in 5.1.4] of work executed in the first instance itself, in support of their fulfilling the qualification criteria. EIL/BPCL reserve the right to complete the evaluation based on the details furnished (without seeking any additional information) and / or in-house data, survey or otherwise.

5.3.1.2 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 / magnitude 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) / Financial Institution for working capital requirement, along with the Bid to establish Bidder’s conformance to Financial Criteria mentioned in Cl. 5.2 above.

Page 14 of 1770

Page 15: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 6 of 13

5.3.3 REQUIREMENT OF AUTHENTICATION, VERIFICATION 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,

In case of Indian Bidders, their Statutory Auditor / practicing Chartered Accountants (as applicable), shall mandatorily mention Unique Document Identification Number (UDIN) on all certificates/reports issued/attested by Statutory Auditor / practicing Chartered Accountants from 01-Jul-2019, as stipulated by ICAI at its 379th Council Meeting held on 17th - 18th December, 2018.

OR

b) Bidder shall submit documents duly notarized by any notary public in the Bidder’s country.

OR

c) Bidder shall submit self-certified documents from any one out of CEO or CFO or Company Secretary or any member of the Board of Directors in case of limited companies (Private/ Public Limited). This option shall not be applicable to Proprietorship/ Partnership Firm.

CEO or CFO or Company Secretary or any member of the Board of Directors can either sign all the pages of the documents or submit a certificate signed by them, listing out all the BQC Documents submitted in the bid along with basic details, duly referenced in Annexure-A attached with NIT.

iii. With regard to financial documents, if Bidder submits bound original printed booklet of complete published and audited annual financial statements including balance sheet, profit & loss accounts and all other schedules for the preceding three financial years, the same shall be considered without certification as mentioned above.

However, in case the bidder submits either a photo copy of Audited Financial Statement or a translated copy of the published financial statements, the same shall be certified as per 5.3.3.1 (ii) above.

iv. VERIFICATION:

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 Contractor shall be released only upon completion of verification.

5.3.3.2 SUBMISSION OF DOCUMENTS

Page 15 of 1770

Page 16: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 7 of 13

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 and other authenticated documents like the proof of being MSEs for availing preference under Public Procurement Policy-2012 for MSEs can be submitted Digitally Signed as per the requirement specified in the Bidding Document.

5.3.4 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.

5.3.5 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 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 local Chamber of Commerce of Bidder’s country shall be submitted by the Bidder. In absence of requisite document(s), BPCL/EIL reserves the right to reject the bid without making any reference to the Bidder.

5.7 For details regarding submission of bids, refer Instructions to Bidder (ITB).

6.0 SITE VISIT & PRE-BID MEETING

6.1 Bidders are invited for site visit as per the date mentioned in Cl. 4.0 above.

6.2 The Bidders are requested to attend a pre-bid meeting at 2nd Floor, Tower-1, Engineers India Ltd., Sector-16 (On N.H.-8), Gurgaon–122 001, Haryana (India), 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 two days before the pre-bid meeting as per the format attached in the Proposal Forms Section of Bidding document. Queries in piece-meal

Page 16 of 1770

Page 17: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 8 of 13

basis may not be entertained. The clarifications shall be provided during the pre-bid meeting.

In case any bidder does not attend the Pre- Bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document.

6.4 The queries raised and the responses shall be uploaded on Govt. e-procurement

Portal: https://eprocure.gov.in/cppp. Bidders should regularly visit website to keep

themselves updated.

6.5 Non-attendance of the pre-bid meeting shall not be a cause of disqualification of the Bidder.

7.0 SUBMISSION OF BIDS

7.1 Bids are required to be submitted only through CPP portal (URL: https://eprocure.gov.in/cppp) using valid digital signature Certificates. Bidders are required to register themselves on the Central Public Procurement portal (URL: https://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: [email protected].

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: Ms. Sangitta Ghuliani - GM (C&P), 2nd Floor, Tower-1, Engineers India Ltd., Sector-16 (On N.H.-8), Gurugram–122 001

8.0 EARNEST MONEY DEPOSIT (EMD)

8.1 Bids must be accompanied with the Earnest Money Deposit (EMD) as mentioned above. EMD shall be submitted in favour of “Bharat Petroleum Corporation Ltd.” in the form of crossed Demand Draft/ Pay order (payable at Kochi) or non-revocable Bank Guarantee (BG) in prescribed format from any Indian Scheduled Commercial Bank / Indian Branch of Foreign Bank recognised as scheduled bank by RBI. Bank Guarantee (BG) shall be valid for a period of 6 (Six) Months from final bid due date for submission of bids.

Page 17 of 1770

Page 18: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 9 of 13

However, submission of EMD is exempted for the Bidder(s) as per clause 8.4 below.

Swift message/ Cheque/ Cash in lieu of EMD shall not be acceptable.

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. SG/B034-0MY-CC-TN-8106 /1017”. Bidder must upload the scanned copy of EMD (in the prescribed format) on e- Tendering website along with the e-bid. 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 from the date of unpriced bid opening, his bid shall be rejected, irrespective of their status / ranking in tender and notwithstanding the fact that a copy of EMD was uploaded earlier by the Bidder. In case the 7th day falls on declared holiday / closed day in EIL Gurugram, the next working day shall be considered.

8.4 EMD exemption will be applicable for Micro and Small Enterprises (MSEs) registered with District Industries Centres (DIC) or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation (NSIC) or Directorate of Handicraft and Handloom or MSEs 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. The certificate shall be valid as on date of opening of unpriced bid. 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 calendar days of EIL intimation, then their bid shall be rejected. In case the bidder falls under “Medium Enterprise”, they are required to submit EMD as per clause 8.1, failing which such bid shall not be considered for evaluation.

8.5 Documents to be submitted by MSEs along with un-priced bid :

a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries 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 authenticated as per clause 5.3.3.1 (ii) above.

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 EMD exemption admissible as per Public Procurement Policy, 2012.

8.6 There will be no waiver of EMD for Public Sector Undertaking of Central/State Government Undertakings.

Page 18 of 1770

Page 19: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 10 of 13

8.7 Details of beneficiary for issuance of bank guarantees

CLIENT NAME & ADDRESS

BHARAT PETROLEUM CORPORATION LTD, KOCHI REFINERY, AMBALAMUGAL, ERNAKULAM-682302

ACCOUNT NAME BPCL, KOCHI REFINERY

BANK NAME HDFC BANK LTD.

ACCOUNT NUMBER 00200110000048

IFSC CODE HDFC0000520

SWIFT CODE HDFCINBB

BRANCH NAME & ADDRESS

M/S HDFC BANK LTD., GROUND FLOOR,ELMAR SQUARE, 39/4157, MG ROAD, RAVIPURAM, COCHIN, KERALA

9.0 GENERAL 9.1 Validity of bid shall be 4 (Four) months from the final due date of opening of Techno-

commercial (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 Bidder shall submit a declaration as per the format attached in the Proposal Forms that they are not currently serving any Black-listing / Holiday Listing / Negative Listing /Suspension / Banning List orders issued by BPCL or MOPNG or other oil PSE debarring them from carrying on business dealings with BPCL or MOPNG or other oil PSE. Offers not accompanied with this declaration or any wrong declaration in this context shall lead to rejection of bid. Any wrong declaration in this context shall make the Bidder liable for action under Holiday listing procedure of company.

If the Bidder is on Black-listing / Holiday Listing / Negative Listing /Suspension / Banning List of BPCL or EIL or MOP&NG or other Oil PSE as 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.

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.

Page 19 of 1770

Page 20: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 11 of 13

9.10 Integrity Pact duly filled with the name of the work and Bidding Document Number signed & stamped on each page by the Power of Attorney holder, shall be submitted with Techno-commercial 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 date for opening of Un-priced Bids. Bidders may view the Bid opening through

Government e-procurement portal https://eprocure.gov.in/cppp. Time and date of

opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date.

9.12 Bidders may view the Bid opening status through CPP Portal at https://eprocure.gov.in/cppp after conclusion of Unpriced Bid Opening by Owner /EIL or may witness the bid opening in EIL Office, Gurugram

9.13 Bidder shall not be under liquidation, court receivership or similar proceeding. Bidder shall submit self-certificate in this regard.

9.14 For detailed specifications, terms and conditions and other details, refer provision of the Bidding Document.

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. Bidders are also allowed to avail the Purchase Preference linked with attaining the stipulated Local content as per provision mentioned in Bidding Document.

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 2197 / 2217 / 2252 and/ or e-mail: [email protected], [email protected], [email protected]

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: [email protected].

General Manager (SCM)

Engineers India Limited, Gurugram

Page 20 of 1770

Page 21: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 12 of 13

Annexure-A to NIT

SELF-CERTIFICATION

NAME OF WORK: MICRO GRADING WORK FOR BS-VI MS BLOCK PROJECT AT KOCHI REFINERY OF M/s BPCL AT KOCHI, KERALA, INDIA.

BIDDING DOCUMENT NO.: SG/B034-0MY-CC-TN-8106 /1017

I, _____________________ S/o/D/o of _________________________________, working as

CEO/CFO/Company Secretary / member of the Board of Directors (indicate, as applicable) of

the Company _______________________________ having its registered office at

_________________________________________________________ certify that all the details

including documents pertaining to Bidder Qualification Criteria as enlisted below and signed by

undersigned submitted against your above referred Bidding document, are true, authentic, genuine

and exact copy of its original.

Sr. No. Document Reference no. &

date

Document subject Issuing Authority

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/ member of the Board of Directors (indicate, as applicable) of

the Company _______________________________ having its registered office at

_________________________________________________________ with reference to our bid

submitted against your above referred Bidding 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 or member of the Board of Directors)

Page 21 of 1770

Page 22: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

B034-TN-8106-1017-NIT Rev. 0 Page 13 of 13

Annexure – B to NIT

NAME OF WORK: MICRO GRADING WORK FOR BS-VI MS BLOCK PROJECT AT KOCHI REFINERY OF M/s BPCL AT KOCHI, KERALA, INDIA.

BIDDING DOCUMENT NO.: SG/B034-0MY-CC-TN-8106 /1017

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 : _______________________

Page 22 of 1770

Page 23: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Page 1 of 2

ACKNOWLEDGEMENT CUM CONSENT LETTER To M/s ENGINEERS INDIA LTD., EIL Office Complex, Tower-1, 2nd Floor, Sector-16, Gurugram–122 001, Haryana, India TEL. NO.: 0124 - 3802197, 380227, 3802224 E-Mail: [email protected], [email protected] & [email protected] ATTN.: Ms. Sangitta Ghuliani, GM (SCM) NAME OF WORK: MICRO-GRADING WORK FOR BS-VI MS BLOCK PROJECT AT KOCHI

REFINERY OF M/S BPCL AT KOCHI, KERALA, INDIA. (BIDDING DOCUMENT NO.: SG/B034-0MY-CC-TN-8106 /1017)

Dear Sir, We hereby acknowledge receipt of a complete set of Bidding Document along with enclosures for subject work as per the Master Index, for our use in preparing the Bid. We undertake that the contents of the above Bidding Document shall be kept confidential and further that the drawings, specifications and documents shall not be transferred and that the said documents are to be used only for the purpose for which they are intended. A) We intend to bid as requested for the subject work and furnish following details with respect to

our quoting office: (i) POSTAL ADDRESS : ________________________

________________________ ________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) TELEFAX NUMBER : ________________________

(iv) CONTACT PERSON : ________________________

(v) E-MAIL ADDRESS : ________________________ (vi) MOBILE NO. : ________________________

B) Contact person at Delhi, if any:

(i) POSTAL ADDRESS : ________________________

________________________

________________________

(ii) TELEPHONE NUMBER : ________________________

(iii) TELEFAX NUMBER : ________________________

Page 23 of 1770

Page 24: PMC-2 Services for BS-VI MS Block Project (MSBP) at BPCL Kochi … · 2019-09-26 · 1247 6-78-0002 1 Specification for documentation requirement from contractors 1254 6-78-0003 1

Page 2 of 2

(iv) CONTACT PERSON : ________________________ (v) E-MAIL ADDRESS : ________________________

(vi) MOBILE NO. : ________________________

C) We are unable to bid for the reasons given below and we are returning back the entire set of Bidding Documents.

Reasons for non-submission of Bid:

___________________________________________________________________

___________________________________________________________________

___________________________________________________________________

BIDDER'S NAME : _________________________

SIGNATURE : _________________________

NAME : _________________________

DESIGNATION : _________________________

DATE : _________________________

NOTE: Bidder is requested to furnish the details mentioned at (A) and (B) or (C) immediately

after receipt/download of Bidding Document.

(SIGNATURE OF BIDDER)

Page 24 of 1770