Screen Reader Access Skip to main content
×

Civil works


Tender No : 3600002439
Tender Type : E-Domestic

Posted Date : 04-12-2025
Closing Date : 25-12-2025

Tenders are invited for the following work:
Name of Work Demarcation of units with Chain link fencing and Metal gates installation inside MRPL Aromatic complex
Tender Fee (in INR) -
Tender Fee (in USD) -
Tender Forms Issue-Start Date & Time 04-12-2025 09:00:00
Tender Forms Issue-Closing Date & Time: 25-12-2025 15:00:00
Prebid conference Place / Date / Time: not applicable
EMD(in INR) : 86000.00
EMD(in USD) : 0.00
Product Category: Civil Works - Others
Tender Category: Works
Form of Contract: Lump - Sum
Tenders - Bid Closing date and time: 25-12-2025 15:00:00
Tender Opening Date & Time: 25-12-2025 15:30:00
Site location: Mangaluru
Job Completion Time: Contract shall be valid for a period of 6 months from the date of placement of order.
Contact Person from MRPL: Mr. Vijendra Bhat P
Senior Manager- Civil Maintenance
Mangalore Refinery & Petrochemicals Limited. (A subsidiary of Oil & Natural Gas Corpn. Ltd – ONGC) Kuthethoor P.O., Via: Katipalla, Mangalore-575030 (India)
08242877781
vijendrabhat@mrpl.co.in
Contact Person from MRPL: From Antares Systems Limited
Mr Dilip Ranganath
Tel : +91-824-2882248
e mail : eps[at]mrpl[dot]co[dot]in
website : https://www.tenderwizard.com/MRPL

Job Description:
Demarcation of units with Chain link fencing and Metal gates installation inside MRPL Aromatic complex

Special Instructions:
Security deposit- Applicable at 10% of the order value Defect Liability- Applicable @ 10% of the Contract value or Executed value for the defect liability period. Defect Liability Period/Warranty Period: 12 months

QUALIFYING CRITERIA:

योग्यतापूर्व मानदंड / Pre-Qualification Criteria:



 



 





  1. Financial Turnover:






















a.





The Average Annual Financial turnover of the bidder during the last 3 years ending 31st March of the previous Financial year should be at least





Rs. 12.50 Lakhs





 



 





  1. Past Experience:




 



The Bidder should have experience of having successfully carried out and completed similar work during the last 7 years ending last day of the month previous to the one in which tenders are invited, which experience should be any one of the following:



 









































a





Three Similar completed works, each costing not less than





Rs. 17.00 Lakhs





b





Two Similar completed works, each costing not less than





Rs. 21.00 Lakhs





c





One Similar completed works, costing not less than





Rs. 34.00 Lakhs





 



 



Note: 1. “Similar work”: Similar work is defined as “Chain link fencing works or civil construction works or civil structures maintenance or civil modification works in any township or refinery or fertilizer or petrochemical or Govt department such as PWD, CPWD, PSU or public ltd companies or industrial establishment or private Ltd companies or large scale industrial companies, excluding- road works, grass cutting works, drain de-silting works, Plumbing works, Aluminum works & manpower supply works".



 





  1. All above indicated amounts are exclusive of Service Tax or GST.




 





  1. Relaxation to MSE/ Start-up bidder:


  2. MSE: Pre-qualification criteria with respect to Prior Turnover and Prior experience may be relaxed for Micro & Small Enterprises (to the extent of 15%) as per GOI guidelines subject to meeting of quality and technical specifications. (For example, if PQC value applicable to other than MSE bidders is Rs. 100/-, the same shall be Rs. 85/- for MSE bidders).




 



 



Start Up: Relaxation in prior Turnover and Prior experience criteria for Start-up is APPLICABLE for this tender.



 



Startups are relaxed towards the condition of prior turnover and prior experience. However Startup Company should have executed any similar works as mentioned here in any refinery or fertilizer or petrochemical companies or oil industries companies during the last 5 years ending last day of the month previous to the one in which are invited. Startup Company shall have to produce copy of Work Order and satisfactory Completion Certificate issued by the Client or Owner.



 



 





  • Other Criteria:




 





  1. Bidders who have been issued and executed orders for “similar works” in MRPL during the last 3 years shall provide satisfactory Completion Certificate from MRPL, else a declaration shall be given by the bidder that they have not executed such work orders in MRPL in the said period.




 





  1. Bidder has to quote plus or minus % (percentage) on total overall estimates value comprising all SOR line items rate as per the BOQ-SOR and this is to be confirmed in the format provided along with the technical bid.




 





  1. The bidder shall not be under Holiday list or Black List of MRPL or Ministry of Petroleum & Natural Gas (MoPNG) or should not have been debarred by orders issued by DoE. Bidder shall give a declaration to this effect.




 





  1. Joint venture or Consortium bids shall not be permitted for this tender.




 





  1. Experience of only the bidding entity shall be considered. In-house experience (where for the past experience referred for qualification, the contractor and the owner belonging to the same organization) shall not be considered as a valid experience for the purpose of qualification.




 



Note: Bidder is required to provide the following documentary proof in support of meeting Pre-Qualification Criteria along with their technical bid:





  1. Annual reports containing Audited balance sheets and Profit & Loss statement, in the first instance itself, in support of their fulfilling the qualification criteria.




(In case the last Financial 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.)



 





  1. Bidder shall furnish documentary evidence covering similar work mentioned above, but not be limited to:


  2. Copies of work orders and relevant pages of contract or SOR,


  3. Proof of Completion or completion certificate indicating value of work completed against above order, in support of their fulfilling the qualification criteria.




Note: Work order completion certificate furnishing the value as per PQC to be submitted i.e., if the contract is extended, it should be continuous & total value of the extended contract shall be considered for PQC. However, completion certificate should clearly mention the total completed value to meet as per PQC.



 





  1. Other relevant documentary evidence for all the above mentioned criteria (as applicable for the tender).




 





  1. All documents furnished by bidder in support of meeting the experience criteria of PQC shall be either “Duly certified by Statutory Auditors 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 or firm) where audited accounts are not mandatory as per law" or “Duly notarized by any Notary Public in the bidders country".


  2. MRPL reserves the right to complete the evaluation based on the details furnished without seeking any additional information.




 





  1. All the Financial documents or Reports or Certificates issued or certified by Chartered Accountants (CAs) must have Unique Document Identification Number (UDIN).




 



 



 





  1. रद्द करने संबंधी मानदंड /Rejection Criteria:




   





  1. Bids received after the due date and time of bid submission shall be summarily rejected.




 





  1. Bids without EMD: Bids received without EMD or with Insufficient EMD as on the bid closing date and time shall be summarily rejected. However, Micro and Small Enterprises (MSEs) registered with NSIC or Udyam or any other body specified by Ministry of Micro, Small & Medium Enterprises (MoMSME) or Start-up companies recognized by DIPP or PSUs or Categories mentioned as per GeM GTC are exempted from submission of EMD (In case of GeM tender). Such bidder needs to submit relevant and valid documents along with technical bid of tender.




 





  1. Offer sent without having the prescribed bidding document of MRPL, non-adherence to technical or commercial terms & conditions, Unpriced bid and Price bid not in the prescribed format, incomplete bids and bids with deviations to the tendered scope of work shall be liable for rejection.




 





  1. Non-compliance to any of PQC or BEC will be liable for rejection.




 





  1. Bidder’s failure to enter into Integrity Pact as applicable for the Tender along with the bid duly signed shall be liable for rejection.




 





  1. If technical bid & price bid are submitted together.




 





  1. Bids found to have been submitted with falsified/ incorrect information.




 





  1. If Bidder is under Holiday or Blacklist of MRPL or MoPNG or DoE during the period in which tender is invited.




 





  1. Consortium or Joint bids shall not be accepted.




 





  1. Bidder to quote for all items enlisted in the BOQ, otherwise bid shall be rejected.




 





  1. Offers not meeting statutory requirement are liable for rejection.




 





  1. The bidder from a country which shares the land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority (i.e Registration Committee constituted by Department for Promotion of Industry and Internal Trade (DPIIT)). The bidder should submit an undertaking to this effect along with the technical bid.




 



 



III. (बोली मूल्यांकन मानदंड /Bid Evaluation Criteria) / बीईसी BEC:



 





  1. The bidder should accept in Toto the Technical specification and Scope of work given in the Tender with no deviation as per clauses of the tender document.


  2. Techno commercially acceptable bids will be evaluated on overall L1 basis i.e. lowest SOR % (percentage) for all the items.




 





  1. In case of a tie in same rate being quoted by more than one bidder, then the bidder with higher turnover (3 years Average Annual turnover total as per PQC- i) will be considered as L1 bidder.