Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
Expression of Interest
For
Short listing the prospective competent bidders for Survey, design, Planning, site preparation,
supply, installation, testing, commissioning, operations & maintenance of rain water harvesting
system for 5 years (1 year warranty + 4 years AMC) for complete ACTREC campus located at
Kharghar, Navi Mumbai.
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
EXPRESSION OF INTEREST NOTICE
Director, Advanced Centre For Treatment, Research & Education In Cancer(ACTREC), Tata memorial Centre, (An autonomous grant in aid Institute under the
Department of Atomic Energy (DAE), Govt. of India), Sector 22, Kharghar, Navi Mumbai - 410210 (India) invites sealed envelope from contractor/consultant either
Individual or in group for expression of Interest for providing optimal solution for design, site preparation, execution, supply, installation, testing, commissioning, operations
and maintenance of proposed rain water harvesting system on item rate basis at ACTREC campus, Navi Mumbai.
Expression of Interest (EOI) documents with details can be obtained from Engineering Section of the Institute or can be downloaded from Institute’s website.
Last date of submission of EOI at ACTREC : 08/04/2019
Opening of Envelope (Expression of Interest): 10/04/2019
Date of discussion presentation meeting: Bidders will be informed about the suitable day and venue of the presentation later.
The Institute reserves the right to reject any or all tenders without assigning any reason thereof. For details please visit ACTREC website http://actrec.gov.in
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
Introduction-
The Advanced Centre for Treatment, Research and Education in Cancer (ACTREC) is the state-of-the-art R&D satellite of the Tata Memorial Centre (TMC), which
also includes under its umbrella the Tata Memorial Hospital (TMH), the largest cancer hospital in Asia. ACTREC has the mandate to function as a national centre for
treatment, research and education in cancer. TMC is an autonomous grant-in-aid institution of the Department of Atomic Energy (DAE), Government of India.
ACTREC comprises of 2 arms - one for basic research and another for clinical research. ACTREC also has a 120-bed hospital fully equipped with state-of-the-art diagnostic
and therapeutic facilities. It is envisaged that in the future, ACTREC will play a greater role in drug development and emerging therapies for treatment and prevention of
cancer. Moreover it will expand its capabilities as hospital for cancer patients from all over the India.
On the said background, to function effectively as a hospital and research institute; adequate and consistent water supply to the institution is of paramount importance. But due
to irregular water supply and depleting ground water sources, there is an urgent need for rain water harvesting system in campus. This will not only help in sustainability of
wells but also will help in decreasing the pollution and salinity of ground water.
ACTREC, Navi Mumbai, in view of this, invites Expression of Interest (EOI) from reputed firms, of India to provide optimal solution for design, site preparation, execution,
supply, installation, testing, commissioning, operations and maintenance of proposed rain water harvesting system on item rate basis at ACTREC campus, Navi Mumbai.
Brief requirements
In order to meet the requirements of water supply for the whole campus including for horticulture work ACTREC is planning to set up roof top rain water harvesting system
for entire campus so that the nearby open wells, tube wells & bore wells as well as the aquifers beneath the campus are recharged through infiltration of rain water. An
optimal rain water storage solution should also be provided which can be used for flush system and horticulture work in campus during rainy season and subsequent spring
season. The solution should include adequate filtration and recharge pits to be provided attached with pumping machinery for automatic storage of water.
Scope of work -
The purpose of this EOI is to shortlist the prospective competent bidders, either individual or in consortium, for the issue of RFP (Request for proposal) based on their
suggested comprehensive solutions for design, site preparation, execution, supply, installation, testing, commissioning, operations and maintenance of proposed rain water
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
harvesting system on item rate basis. The resultant finalized RFP would be based on the best suitable technology/design proposed by Bidders, supported by the
assessment of ACTREC technical committee. ACTREC reserves the right to modify, expand restrict the EOI solutions to form resultant RFP based on the
suitability/economy/efficiency/usability etc. Response to the EOI is essential to participate in the further tendering process.
ACTREC is inviting comprehensive technical proposal from bidders for the various rain harvesting & storage system which are integral part of the proposed infrastructure
detailed in the below.
The following table shows the indicative scope of work in broader perspective. The bidder should submit their technical solutions at least in line with or with better
improvised version having required justifications ---
Sr.No. Work head Scope of work
1 Survey & Data
Collection
The Bidder has to perform detail survey of the campus to collect data relevant to design of rain water collection system. All the clarifications
and doubts can be cleared by Officer-in-charge, Engineering services or any person appointed by him. Prior permission to be taken in writing
through mail to [email protected] & [email protected] before visiting and survey of the campus.
2 Design &
Drawings
Preliminary design to be prepared on the collected data and drawings to be presented during the submission of the EOI presentation. ACTREC
Master Plan with well location is attached with this tender. Any other drawing will be provided on demand as per the discretion of ACTREC.
The drawings provided are to be assessed to calculate the catchment area and distribution of water to the nearest well location.
3 Rain water
harvesting system.
The solution to be submitted such that storage & filtration system is provided. The water collected from roof top to connect by the
pipeline/distribution system and can be sent in the recharge pits which are to be cleaned by back water cleaning through pumps. Inlet, outlet,
drain pipes, platform for storage to be provided.
4 Maintenance work Solution to be provided for low cost maintenance for at least 15 years.
5 Water Quality
analysis
Analysis of water to be done after the installation of system. Effective Filtration strategy to be devised to accommodate safe drinking of the
water.
6 BOQ Preparation Complete item wise BOQ to be prepared along with the proposal to include all the items such as inspection chambers, encasing works,
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
fabrication works, pipeline works, filtration system, Design, distribution system, storage system. The makes of each item also to be proposed
with it.
General terms and conditions –
1) The Expression of Interest must be accompanied with dully filled information sheets and sufficient documentary evidence. Expression of Interest without complete
information or sufficient documentary evidence shall be rejected.
2) ACTREC reserves the right to modify, expand restrict scrap and refloat the expression of Interest.
3) Formal Tender/Bid (technical and financial bids) will be invited later from the eligible/qualifying firms based on the EOI submitted and presentation done by the firm.
Physical presence of the firm shall be mandatory at the time of presentation of solution in response to EOI submitted before the committee. No EOI shall be
considered, in absence of detailed technical presentation and complete solution in front of the committee on the dates decided by the Institute.
4) Clarification: Clarification, if any, about the requirement can be obtained by visiting Engineering section with prior information within the due date mentioned above
in the document. Queries can be emailed to [email protected] / [email protected] and can be addressed to Officer-in-charge, Engineering Services.Queries
received after the due date will not be entertained.
5) Any further drawing requirement can be addressed to above mentioned email Id and will be provided at the discretion of ACTREC.
6) It will be the sole discretion of ACTREC to or not to incorporate any changes in the requirement based on feedbacks/inputs/suggestions received during the
presentation/discussion sessions of EOI. The decision of ACTREC committee regarding acceptability of any suggestion shall be final in this regard. ACTREC
reserves the right to modify, expand restrict the EOI solutions to form resultant RFP based on the performance benchmark/latest
technology/efficiency/plan, etc.
7) Disputes, if any, shall be resolved mutually or shall be referred for arbitration to the Director, ACTREC and his decision shall be final and binding on the firms. If
arbitration fails, the dispute arising out of this shall be subjected to jurisdiction- courts of Mumbai only.
8) Only shortlisted vendor who has participated in the EOI will be allowed to finally submit their quotation (technical and financial). Those who have not been
shortlisted in EOI will not be allowed to submit their quotation and quotation received from such vendor will be rejected. Hence all prospective bidders are requested
to participate in EOI.
9) The firm is required to do the site survey and submit the complete solution with EOI including detailed design, drawings and detailed BOQ along with
specifications for all the segments of the solution. The survey shall be carried out with prior permission of the institute authorities.
10) ACTREC requires that there be a single point of contact (SPOC) from firm who is responsible for all the issues between ACTREC and firm.
11) All necessary catalogue/drawing literature/data and the details of the items, detailed BOQ shall accompany the EOI as these are considered to be essential for full and
correct evaluation of the bid.
12) The bidder should submit the detail estimated schedule for the completion of work project for the proposal submitted, and hence completion period for the entire
project.
13) 1 year warranty is required for all the equipment’s proposed in the total solution.
14) The EOI is not an offer and is issued with no commitment. ACTREC reserves the right to withdraw the EOI and change or vary any part thereof at any stage.
ACTREC also reserves the right to disqualify any bidder, should it be so necessary at any stage.
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
15) Short listed bidders would be issued formal tender enquiry/Request for proposal inviting their technical and commercial bids at a later date.
16) Timing and sequence of events resulting from this EOI shall ultimately be determined by ACTREC.
17) The covering letter and the Proforma given in this document should be submitted on bidder’s company Letter Head, along with the technical proposal.
18) Bidder must mandatorily have a full-fledged service center at MUMBAI. The Bidder must submit details of their office and also the responsible officer. There must
be an independent technical person to support installation and post maintenance.
19) Bidders shall submit a list of clients for whom they have carried out similar type of projects. This list should clearly enunciate the address of the premises, with phone
nos./fax nos./email and the names of the contact persons. ACTREC technical committee shall visit these sites, if required, interact with the end users to establish the
creditability of the bidder.
20) “Past experience of the bidder/tenderer in terms of full filling contract terms and conditions, timely completion of job, awarded contracts, quality of the work, delayed
of the work and application support will be taken in to consideration while evaluation of the bids. Bidders who has unsatisfactory past experience in last 5 years in
respect to the above, bid of such bidders may liable to be rejected”.
NB: During evaluation, the committee may summon bidders and seek clarification/ information or additional documents or original hard copy of any of the
documents already submitted. If these are not produced within the stipulated time frame, the bid may be liable for rejection.
Prequalification criteria –
The evaluation committee will carry out a detailed evaluation of the EOI proposals, only those who qualifies all pre-qualifications criteria, are eligible for evaluation
of EOI proposals. The firm must possess the requisite experience, strength and capabilities in providing the services necessary to meet the requirements, as described
in the document. The bidder must possess the technical knowhow and financial wherewithal that would be required to successfully provide the data centre and support
services sought for the entire period of the contract. The invitation of the EOI is open for all bidders who qualify for the eligibility criteria as follows –
Sr.no. Basic
requirement
Criteria Documents required
1 Legal Entity The bidder should be a private/Public Limited company registered under the
companies Act, 1956 or a registered firm. The company should be in existence
for more than 5 years as on 31.12.2018.
The firm should also have their registered office in India preferably in
Mumbai/Navi Mumbai. The company must be registered with appropriate
authorities for all applicable statutory duties/taxes.
Valid documentary proof:- Certificate of
Incorporation.
Central sales tax number.
GST number.
Income tax registration/PAN number.
Audited P/L copies of last 3 years
2 Mandatory
requirement
The bidder should have executed at least two similar comprehensive project
using relevant expertise and latest technologies similar to those being proposed
in their EOI proposal. In addition, the following condition should also be
satisfied.
PO copies of all such orders have to be
enclosed.
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
3. Net worth The bidder should be a profit making organization for at least three years
during the last five years. The average annual turnover of the BIDDER in the
preceding three financial years as on the date of bid opening shall not be less
than Rs. 12 Lakhs. The bidder shall have to submit their audited balance sheet
for the last 3 fiscal years. Should not have incurred any loss in more than 2
years during last 5 years ending 31.03.18 (last Financial year).
Certified copy from the C.A has to be
enclosed.
4. Technical man
power capability
The bidder must have on its roll at least 3 technically qualified professionals –
B.E or equivalent in mechanical /Electrical and Civil with an experience in rain
water harvesting works.
All Technical staff to be engaged on the project should have at least 3 years’
experience in installation, commissioning & Maintenance of rain water
harvesting system.
Should have at least one staff with Mtech or equivalent in Environmental
Engineering or has degree with course experience in ground water
management/rain water harvesting.
Supporting documents should be enclosed
5. Relevant
Experience
requirement
The bidder should have 7 years’ experience in successful installation of water
management system and 5 years’ experience in successful installation of rain
water harvesting system and its subsequent management.
Relevant project completion certificate to be
enclosed.
6. Blacklisting Bidder should not been blacklisted during last 3 years by any Central /
State government Department/Organization.
Self-Declaration to be submitted.
Evaluation criteria –
The BIDDERS are required to give presentation to ACTREC committee members of their proposed solution in details. During the presentation the complete
compliance statement, elaborate layout diagrams, BOQ and details of quoted products along with product brochures and drawings shall be available in softcopy
format which can be displayed using a projector. The presentation shall be a complete walk through of the proposed solution and shall not deviate from the submitted
bid. The technical team of the Bidder shall be present during the presentation to answer the queries regarding their quoted solution. The BIDDER will be informed
about the date of presentation three days in advance. Evaluation of the bids shall be based on the technical compliance given by the vendor along with Technical
presentation as per the eligibility criteria given above. Bidder arranged site visit assessment that includes parameters like past experience of the
bidder/tenderer in terms of full filling contract terms and conditions, timely completion of job, awarded contracts, quality of the work, delayed of the work
and application support will be taken in to consideration while evaluation of the EOI.
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
Annexure I
Date:
To, The Director, TATA MEMORIAL CENTRE- ADVANCED CENTRE FOR TREATMENT, RESEARCH AND EDUCATION (ACTREC), Plot no. 1 & 2, Sector-22, Kharghar, Navi Mumbai-410 210.
Ref: Invitation for EOI no. TMC/ACTREC/ENGG/PG-009/ET-41/2019
We, the undersigned, declare that:
A) We have examined and have no reservations to the EOI Documents, including Addenda (if any) issued in accordance with Instructions to Bidders.
B) We offer to execute in conformity with the EOI Documents for providing “Rain water Harvesting Solutions in totality AT TATA MEMORIAL CENTRE- ADVANCED
CENTRE FOR TREATMENT, RESEARCH AND EDUCATION for the Director, Plot no. 1 & 2, Sector-22, Kharghar, Navi Mumbai-410210.
C) We also declare that Government of India or any other Government body has not declared us ineligible or black listed us on charges of engaging in corrupt,
fraudulent, collusive or coercive practices or any failure/lapses of serious nature.
D) We also accept all the contents, terms and conditions of this EOI document and undertake to abide by them, including the condition that you are not bound to
accept the bid that does not fulfill criteria specified in EOI.
Yours sincerely,
(Authorised Signatory)
Note: Authorized person shall attach a copy of Authorization for signing on behalf of bidding company.
Full Name and Designation
(To be printed on Bidder’s letterhead)
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
Annexure II
Non- Black listing Self Certificate
This is to certify that M/s. __________________________________ has not been blacklisted by any Central / State Government Department / organization in
last 3 years.
Authorised Signatory
Name: ______________________
Designation: __________________
Note: Authorized person shall attach a copy of Authorization for signing on behalf of bidding company.
Full Name and Designation
(To be printed on Bidder’s letterhead)
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
Annexure III
Undertaking
This is to certify that I have gone through all the pages of the document. The applicant company undertakes to abide by all the terms & conditions mentioned in the
EOI tender document. It is further certified that the information furnished in the EOI documents is true and correct.
In the Event of any of above information found to be false, we understand that our EOI proposal can be rejected and not considered.
Date: Signatures:
Place: Name:
Seal Designation:
Note: Authorized person shall attach a copy of Authorization for signing on behalf of bidding company.
Full Name and Designation
(To be printed on Bidder’s letterhead)
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
AGENCY CHECKLIST AT THE TIME OF SUBMISSION OF EOI
Sl
No
Information Sought Information Provided
1 Name of the Agency
2 Name of Parent/Partner Organization
3 Legal Status of Agency
4
Year of Incorporation
Agency/Parent/Partner
5 Local Address
6 Number of years of Operation
7
Document and Duration of
Association(Parent / Partner)
8
Name of Chief Functionary and Contact
Details
9 No of employees in the Agency
EOI No. : TMC/ACTREC/ENGG/PG-009/ET-41/2019
11 Income Tax Registration No
12 PAN No/GST No
13
Experience in the relevant field > 5 years
14
Description and Value of Works executed
(Copies of previous Purchase Orders
relevant to package)
15
Annual Turnover (please provide audited
Balance Sheets for previous 3 financial
years)
16 Site Visit and Review of Plans
17 Concept Plan