166
PMC MMB - 1 - MAHARASHTRA MARITIME BOARD, MUMBAI (GOVERNMENT OF MAHARASHTRA Home Department) ( PORTS AND TRANSPORT ) CONTRACT AGREEMENT WITH GEOTECHNICAL CONSULTANT FOR GEOTECHNICAL INVESTIGATION (TAKING BORE HOLES, COLLECTION OF SAMPLES, SAMPLE TESTING, TEST REPORT AND INTERPRETATION) NAME OF PROJECT: - …………………………………………………… NAME AND ADDRESS OF GC: - …………………………………………………… PHONE NO. / MOB. NO. :- AGREEMENT NO. :- ESTIMATED COST : - START DATE OF DOWNLOADING : - LAST DATE OF SUBMISSION OF e-TENDER : - REGISTERED OFFICE ADDRESS: Maharashtra Maritime Board, Indian Mercantile Chamber,2nd floor,14 Ramjibhai kamani,marg,Ballard Estate, Mumbai-400-001 Web site: www.mahammb.com email : [email protected] Phone No. 022-22671734 Fax No- 022-22614331

MAHARASHTRA MARITIME BOARD, MUMBAIGeotechnical Consultants in any form by Maharashtra Maritime Board Mumbai (hereinafter referred to as MMB / client ), shall be subject to the terms

  • Upload
    others

  • View
    25

  • Download
    0

Embed Size (px)

Citation preview

  • PMC MMB - 1 -

    MAHARASHTRA

    MARITIME BOARD, MUMBAI

    (GOVERNMENT OF MAHARASHTRA Home Department) ( PORTS AND TRANSPORT )

    CONTRACT AGREEMENT

    WITH

    GEOTECHNICAL CONSULTANT

    FOR

    GEOTECHNICAL INVESTIGATION (TAKING BORE HOLES, COLLECTION OF SAMPLES,

    SAMPLE TESTING, TEST REPORT AND INTERPRETATION)

    NAME OF PROJECT: - ……………………………………………………

    NAME AND ADDRESS OF GC: - ……………………………………………………

    PHONE NO. / MOB. NO. :- AGREEMENT NO. :- ESTIMATED COST : - START DATE OF DOWNLOADING : - LAST DATE OF SUBMISSION OF e-TENDER : -

    REGISTERED OFFICE ADDRESS:

    Maharashtra Maritime Board, Indian Mercantile Chamber,2nd floor,14 Ramjibhai

    kamani,marg,Ballard Estate,

    Mumbai-400-001

    Web site: www.mahammb.com email : [email protected]

    Phone No. 022-22671734

    Fax No- 022-22614331

    http://www.mahammb.com/

  • PMC MMB - 2 -

    LIST OF CONTENTS

    CHAPTER

    NO.

    PARTICULARS PAGE

    NO.

    DISCLAIMER

    ABBREVATIONS

    3

    5

    1

    2

    3

    4

    5

    6

    7

    8

    9

    10

    11

    12

    13

    14

    15

    16

    17

    18

    19

    20

    DEFINATION

    e-TENDER NOTICE

    ADDITIONAL INSTRUCTIONS TO TENDERER

    SPECIAL REQUIREMENT

    CONDITION OF CONTRACT

    PROJECT CO-ORDINATION COMMITTEE

    TENDER FORM AND FORM OF OFFER

    PRICE EXCALATION CLAUSE

    ADDITIONAL GENERAL CONDITION

    LABOUR REGULATION

    SAFETY CODE

    COMMENCEMENT, COMPLETION, MODIFICATION AND

    TERMINATION OF CONTRACT

    OBLIGATION OF GC

    GC’S PERSONNEL

    OBLIGATION OF CLIENT

    GOODFAITH

    DISPUTE RESOLUTION MECHANISM

    RIGHT TO CHANGE TERMS AND CONDITION

    FORMS

    PLAN SHOWING BORE HOLE DETAILS

    7

    11

    34

    51

    78

    95

    96

    104

    104

    111

    112

    114

    116

    120

    120

    121

    121

    121

    121

    143

  • PMC MMB - 3 -

    DISCLAIMER

    The information contained in this Tender document (hereinafter referred to as “Tender”) or

    and any information pertaining to the aforesaid subject matter provided subsequently to the

    Geotechnical Consultants in any form by Maharashtra Maritime Board Mumbai (hereinafter

    referred to as MMB / client ), shall be subject to the terms and conditions to which such

    information is provided contained herein and any other terms and conditions as may be

    prescribed by Client.

    The purpose of this Tender document is to provide all bidders (GCs) with the information that

    may be useful to them in the formulation of their proposals/ bids in response to this Tender

    document. The statements and facts contained herein, which reflect various assumptions

    and assessments arrived at by Client do not purport to contain all/exhaustive information on

    the aforesaid subject matter that each applicant may require for the purposes of submitting

    their bids.

    The assumptions, assessments, statements and information contained in this Tender may

    not be complete, accurate, adequate or correct. Each bidder should, therefore, conduct its

    own due diligence, investigations analysis, interpretation and should check the accuracy,

    adequacy, correctness, reliability and completeness of the assumptions, assessments, and

    information contained in this Tender and obtain independent advice from appropriate

    sources.

    The information provided in this Tender to the GCs is on a wide range of matters, some of

    which depends upon interpretation of law. The information given is not an exhaustive

    account of statutory requirements and should not be regarded as a complete or authoritative

    statement of law. Client accepts no responsibility for the accuracy or otherwise for any

    interpretation or opinion on the law expressed herein.

    Client also accepts no liability of any nature whether resulting from negligence or otherwise

    however caused arising from reliance of any applicant/bidder upon the statements contained

    in this Tender.

    Client may in its absolute discretion, but without being under any obligation to do so, update,

    amend or supplement the information, assessment or assumption contained in this Tender

    and/or its attached documents, from time to time, before the last date for submission of the

    bids. Such deviations/amendments if any, shall be communicated to the bidders in the form

    of corrigendum or by a letter as may be considered suitable.

  • PMC MMB - 4 -

    The Tender does not imply that Client is bound to select a bidder or to appoint the selected

    bidder, as the case may be, and Client reserves the right to reject all or any of the proposals

    without assigning any reason at any time.

    The bidder shall bear any and all its costs associated with or relating to the preparation and

    submission of its proposal/ bids including but not limited to preparation, copying, postage,

    delivery fees, expenses associated with any demonstrations or presentations which may be

    required by Client or any other costs incurred in connection with or relating to its proposals.

    All such costs and expenses shall remain with the bidder and Client shall not be liable in any

    manner whatsoever for the same or any other costs or other expenses incurred by the bidder

    in preparation or submission of the proposal, regardless of the conduct or outcome of the bid

    selection process as contained herein.

  • PMC MMB - 5 -

    ABBREVIATIONS

    MMB Maharashtra Maritime Board.

    BEST Brihan mumbai Electric Supply And Transportation

    BIS Bureau of Indian Standard.

    BUA Built Up Area

    C.C. Completion Certificate

    C.I.D.CO. City Industrial Development Corporation

    C.P.W.D. Central Public Works Department

    C.R.Z Coastal Regulation Zone

    D.I.L.R. District Inspector of Land Record

    D.P. Development Plan

    D.L.P Defect Liability Period

    D.S.R. District Schedule of Rates for the particular year and area/

    Region

    E.I.R.L Extra Item Rate List

    E.M.D. Earnest Money Deposit

    ESR/GSR Elevated Storage Reservoir / Ground Storage

    Reservoir

    F.M.R. Fair Market Rate

    GC Geotechnical Investigation Consultant

    Govt. Government

    GRIHA Green rating for integrated habitat assessment

    H.T. High Tension

    ID Irrigation Department, Government of Maharashtra State

    IGBC Indian Green Building Council

    2T/ NIT Indian Institute of Technology/ National Institute of Technology

    IRC Indian Road Congress

    I.S.N.P. Indian Standard Normal Pressure.

    LEED Leadership in Energy and Environmental Design

    M.B. Measurement Book

    MCGM Municipal Corporation of Greater Mumbai

    MEP Mechanical, Electrical and Plumbing

    MGL Mahanagar Gas Limited

    M.H.A.D.A. Maharashtra Housing & Area Development Authority

    MIDC Maharashtra Industrial Development Corporation

    MJP Maharashtra Jeevan Pradhikaran, Government of Maharashtra State.

    M.M.R.D.A. Maharashtra Metropolitan Regional Development Authority

  • PMC MMB - 6 -

    MOEF Ministry of Environment and Forest (both state and Central Govt.).

    MORT Ministry of Road Transport and Highways

    M.O.U. Memorandum of Understanding

    M.S.E.D.C.L Maharashtra State Electrical Distribution Company Limited

    M.S.P.H. &

    W.C.

    Maharashtra State Police Housing and Welfare Corporation Limited

    M.S.R.D.C. Maharashtra State Road Development Corporation

    M.T. Metric Tone

    MTNL Mahanagar Telephone Nigam Limited

    NBC National Building Congress

    NDT Non Destructive Test

    NIT Notice Inviting Tender

    OHL Over Head Lines

    P.M.C. Project Management Consultant

    P.W.D. Public Works Department

    R.A. Bills Running Account Bills

    R.Mt. Running Meter

    S.D. Security Deposit

    SEZ Special Economic Zone

    T.B.M. Temporary Bench Mark

    T.D.R. Tax Deduction Receipt

    T.D.S. Tax Deduction @ Sources

    T.I.L.R. Taluka Inspector of Land Record

    USGBC United State Green Building Council

    U.T.R. Unique Transaction Reference

    V.A.T. Value Added Tax

    ZP Zilla Parishad

  • PMC MMB - 7 -

    1. DEFINATIONS :

    The “Accepting Authority” shall mean the Chief Executive Officer, Maharashtra

    Maritime Board, Mumbai as the case may be .

    The expression “Contract” as used in the tender papers shall mean the deed to

    contract together with it’s original accompaniment and those later incorporated in it

    by mutual consent. The agreement entered into between the Maharashtra

    Maritime Board, Mumbai and the GC, confirming its acceptance of the Tender,

    on the terms and conditions mentioned therein.

    The expression “Board” or “Client” or MMB. Or Maharashtra Maritime Board. in

    the tender papers shall mean the Maharashtra Maritime Board. Mumbai, having its

    office at Indian Mercantile chamber, 2nd floor, 14, Ramjibhai kamani marg,Mumbai –

    400 001

    The expression “Day” shall mean a calendar day of 24 hours from midnight to

    midnight irrespective of the number of hours worked in any day in that week.

    The expression “Department” means the Public Works Department of the Govt. of

    Maharashtra.

    The term “Detailed Estimate” as used herein shall mean the cost of work based on

    detailed drawing, design and detailed measurements and rate analysis for individual

    Items of work.

    The expression “Drawing” shall mean the drawings referred to in specifications and

    any modifications of such drawings approved in writing by the Superintendent

    Engineer and such drawing as may from time to time be furnished or approved in

    writing by the Superintendent Engineer.

    The expression “Engineer’s Representative” shall mean as Assistant of the

    Engineer In-charge/Assistant of the P.M.C., notified in writing to the GC by the

    Engineer/PMC.

    The item “Engineering College” as used herein shall mean the Collage shall be

    either Govt. College of engineering, NIT, 2T or well established private autonomous

    engineering college.

    The term “Fees” as used herein shall mean the amount to be paid to the GC or the

    services rendered to Client.

    The expression “GC“shall mean a person, firm so appointed by the Chief Executive

  • PMC MMB - 8 -

    Officer, Maharashtra Maritime Board Mumbai, for the time as Geotechnical

    consultant and shall include any person/persons duly authorized by him be

    representative of MMB having access to the site for inspection of Geotechnical

    Investigation of work and any other activity pertaining to soil investigation work.

    The expression “GC” as used in the tender papers shall mean the successful

    tenderer whose tender has been accepted and who has been authorized to proceed

    with the work at the Lump sum amount and any person / persons duly authorized by

    MMB. Mumbai having access to the site for inspection of the geotechnical

    investigation

    The expression “Government” as used in the tender papers shall mean that the

    Public Work Department of the Government of Maharashtra.

    The expressions “chief Engineer”, “Superintending Engineer”, “Executive

    Engineer” and “Deputy Engineer” used in the tender papers shall mean officers of

    Administrative/ Executive/ Engineering rank of the Maharashtra Maritime Board (by

    whatever designation he may be known) under whose control and supervision the

    work lies for time being or the officer to whom functions of the respective officers

    may be subsequently transferred

    The expression “ Institution “ as used in tender papers shall means

    i) Engineering institution like Govt. / Semi Govt. testing and consultancy

    organization / agencies.

    ii) Government of Maharashtra recognized National Assessment and

    Accreditation Council (NAAC) / National Board of Accreditation (NBA)

    accredited engineering colleges with civil Engineering Under Graduate

    (UG) and Post Graduate (PG) programs with a standing of more than 25

    years.

    iii) Proprietary / Partnership / Private / Public Ltd. Agency /registered under

    society act / section 25 companies etc. having an experience of similar

    work of at list 10 years with adequate technical staff having experience

    in the similar field as mentioned in clause no 1.8.6

    iv) Consortiums / Joint Venture : Engineering Colleges having laboratory /

    library facilities and private / proprietary firm possessing field testing

    facilities may form a consortium and jointly undertake the job of testing

    and Consultancy.

  • PMC MMB - 9 -

    The expression “The site / Site” shall mean the lands and /or other places on under in or

    through which the work is to be executed under the contract including any other land or

    places, which may be allotted by MMB or used for the purpose of contract executed in

    accordance with the contract or part (S) there of as the case may be, shall include all

    extra or additional, altered or substituted works as are required for performance of the

    contract

    The term “Services” as used herein shall mean the services to be provided by the GC as

    specified in the Agreement herein below.

    The term “Site” as used herein shall mean the place where those works / Job are to be

    carried out.

    The term “Site Staff” as used herein shall mean the Staff appointed by the GC / Client to

    inspect the works.

    The term “Specialist / Expert / Sub Consultant” as used herein shall mean a person

    or firm, other than the consultant, appointed by the GC to provide expertise, skill and

    care, involving design, in the supply or manufacture of goods, materials or components or

    in the construction of parts of the Project.

    The expression “Lump sum” amount shall mean the sum / amount in Indian

    Rupees (INR) for which the tender is accepted by the Maharashtra State Police

    Housing & Welfare Corporation Limited and at which the GC agrees to carry out the

    works.

    The expression “Chief Executive Officer” shall mean Chief Executive Officer of

    Maharashtra Maritime Board, Mumbai for the time being holding that office, and also

    his successors and shall include any other officer authorized by him.

    The expression “Project Management Consultant (P.M.C.)” shall mean a person,

    firm so appointed by the Chief Executive Officer, Maharashtra Maritime Board

    Mumbai, for the time and shall include any person/persons duly authorized by him.

    P.M.C. will be representative of MMB having access to the site for inspection of

    construction work and any other activity pertaining to construction work.

    The expression “Schedule of rates” of the Division or simply S.S.R in this tender,

    shall mean as “The Schedule of the rate of the P.W. Division in whose

    jurisdiction the work lies.

  • PMC MMB - 10 -

    The term “Tender cost” as used herein shall mean the offer submitted by the GC and

    accepted by Client.

    The expression “Tenderer” shall mean the one who has submitted its response and

    quotations to this Tender.

    The term “Timetable” as used herein shall mean the timetable for the completion of the

    services by the GC under this Agreement. The same has been mentioned in Para - 8 and

    Para - 10 of this Agreement.

    “User agency” shall mean any unit for whom work is carried out & who will be the end

    user of the work.

    “Urgent works” shall mean any measure which, in the opinion of the Client, become

    necessary during the progress of the works to obviate any risk or accident or failure or

    which become necessary for security of the work or the persons working, thereon.

    The term “Works” as used herein shall mean the works to be carried out by the GC as

    described in the Contract Document executed between the Client and GC.

    Where the context so requires, words importing the singular only also include the plural

    and vice-versa.

    Heading and marginal notes, if any, to the general conditions shall not be deemed to form

    part thereof be taken into consideration in the interpretation of the contract.

  • PMC MMB - 11 -

    MAHARASHTRA MARITIME BOARD,MUMBAI

    (Government of Maharashtra ports and transport)

    Indian mercantile chamber, 2nd floor 14 Ramjibhai kamani marg Ballard Estate, Mumbai

    400 001,

    022-22671734/22658375 Fax : 022-22614331

    Web: Mahammb.com site email : [email protected]

    2. e-TENDER NOTICE

    2.1 Maharashtra Maritime Board Mumbai, (hereinafter referred to as MMB / Client ), invites

    Online e-Tenders from the eligible Geotechnical Consultant / Institute / Engineering

    College of Maharashtra State as per eligible criteria mentioned in the tender document

    with minimum proven experience in Geotechnical Investigation and interpretation (taking

    soil sampling, Laboratory test of samples, plate load test, interpretation of testing of

    samples for the purpose to decide the Safe Bearing Capacity (SBC) of existing soil for the

    work described below.

    I Name of work

    2 Cost of Work

    2I Land Details

    IV Eligible Criteria The Eligible Criteria for tenders shall be as

    mentioned under clause 2.8.6.

    V Details of Geotechnical

    Investigation Work

    Geotechnical investigation should be done in three

    stages as mentioned under

  • PMC MMB - 12 -

    Stage I : - Undertake site inspection, surface and subsurface exploration program

    confirming to the guidelines of IS 1892 ( 1979 )

    Sr.

    No.

    Details of bore location No. of Bore Holes

  • PMC MMB - 13 -

    Stage ll: - Taking various tests on soil, rock and material obtained from the field:

    Carrying out appropriate tests on the soil samples (Disturbed / Undisturbed) collected

    from the field along with In-situ tests as per the relevant IS code / guidelines as

    shown in the following table in clause no. 4.18.2

    (Note: - Adequate number of samples shall be collected from each test location)

    Stage III: - Interpretation of test results: - After completion of stage I and 2 activities,

    Interpretation / Reports shall be provided to the Client.

    The Geotechnical Consultant shall submit detailed investigation report of comprising

    of bore hole location plan, test observations, interpretation of test results and

    provide safe bearing capacities at different levels.

    VI. Time limit for completion of work shall be ---- months from the date of issuance

    of the work order.

    The GC has to co-ordinate with PMC of the MMB for Geotechnical investigation

    under supervision of the PMC and the Executive Engineer from the MMB.

    The tenderer shall submit their offer for investigation of the said work as per the

    scope of work.

    The said investigation work shall be carried out as per the tender drawings,

    document, prevailing specifications and instructions on site including

    supplementary and explanatory drawings issued during execution along with

    obtaining necessary permissions.

    2.2 The tender document containing form of offer, site plans, specifications and relevant

    information, can be downloaded from the e-Tendering portal of MMB i.e.

    mahatenders.gov.in

    NAME OF WORK: - …………………………………………………………………………...

    ………………………………………………………………………………………

    ………………………………………………………………………………………

    http://msphc.maharashtra.etenders.in/

  • PMC MMB - 14 -

    2.3 TENDERING PROGRAMME AS MENTIONED ON e-TENDERING PORTAL:

    Sr.

    No.

    Particulars Date & Time

    1) Published Date 21.05.2018 at 10.00 AM

    2) Document Download / Sale Start Date 21.05.2018 at 10.00 AM

    3) Document Download / Sale End Date 04.06.2018 at 17.00 PM

    4) Site Visit 26.05.2018 at 10.00 AM To

    27.05.2018 at 17.00

    5) Pre Bid Meeting 28.05.2018 at 15.00 PM

    6) Bid Submission Start Date 28.05.2018 at 16.00 PM

    7) Bid Submission End Date 04.06.2018 at 17.00 PM

    8) Technical Bid Opening Date (If Possible) 06.06.2018 at 12.00 PM

    Notes:

    i) All Bidders to note that, MMB, reserves the right to extend/change the aforesaid

    dates.

    2.4 INSTRUCTION TO TENDERERS

    i) The bid document can be downloaded from the aforesaid e-tendering portal by

    the prospective Bidders by paying Rs. 5,000 /- as the Tender form fee & Rs.

    50,000/- as an Earnest Money Deposit through the payment gateway of

    Maharashtra Maritime Board Mumbai, Payment in any other mode,

    including but not limited to cash/demand draft/term deposits/pay order will not

    be accepted.

    ii) MMB. will not be responsible for any delay in submission of bids, including

    conditional bids and reserves the right to accept or reject any or all bids

    without assigning any reason thereof and incurring any liability thereof.

  • PMC MMB - 15 -

    iii) Address for Communication/queries:

    Chief Engineer,

    Maharashtra Maritime Board, Indian Mercantile chamber,2nd floor,14,

    Ramjibhai kamani marg,Ballar Estate,Mumbai-400 001

    Ph.No- (022) 22671734/22658375

    Fax – (022) 22614331.

    iv) Maharashtra Maritime Board, however reserves the right to reject any or all

    the tenders without assigning any reasons what so ever.

    v) Canvassing or lobbying in connection with tender in any form renders the

    tender liable for rejection.

    vi) All the bids shall be based on the drawings and design attached to the Tender.

    vii) The tenderer firm or company shall in their forwarding letter, mention the

    name of all the partners/directors of the firms or the company (as the case

    may be) consortium details and the name of the partner / director who holds

    the power of attorney with attested copy of registered power of attorney ,

    authorizing him to conduct transaction on behalf of the firms or company.

    viii) The tenderer whose tender is accepted will have to give an undertaking in

    writing to the effect that they will pay the Labors engaged on the work, the

    wages as per Minimum Wages Act, 1936 and amended up to date applied to

    the zone in which the work lies and act accordingly.

    ix) The successful Tenderer shall comply with the provisions of the payment of

    Wages Act, 1936, Minimum Wages Act, 1936, Employees Liability Act, 1938,

    Workmen’s Compensation Act, 1923, Industrial Disputes Act, 1947 and the

    Maternity Benefit Act, 1961, the Contract Labor (Regulation and Abolition) Act,

    1979 and any modification there of or any law relating there to and rules made

    there under from time to time.

    x) The Tenderer whose tender is accepted should note that the Corporation will

    release no foreign exchange.

    xi) The tender notice along with all the tender documents including minutes of

    pre-bid meeting shall form a part of the contract agreement.

    xii) The tenderer will have to sign the original copy of the tender papers and the

    drawings according to which the work is to be carried out. The Tenderer shall

  • PMC MMB - 16 -

    also have to give a declaration on stamp paper of Rs. 100/-, that he is

    conversant with local conditions / laws and availability of labor and materials

    and he has quoted his rates with the consideration to all these factors (Refer

    Chapter No. 19 for standard format).

    xiii) The Client reserves right to revise or amend the contract documents fully or

    part thereof, prior to the date notified or amended for the receipt to tender.

    Such deviations/amendments if any shall be communicated in the form of

    corrigendum or by a letter as may be considered suitable.

    xiv) The Client reserves the right to relocate the buildings shown in the tender

    documents (Layout) within the same site. GC shall have no objection for this

    and he will execute the work and no additional payment will be made for this.

    xv) The acceptance of tender may be communicated to the tenderer by E-mail /

    Speed Post / Courier / Personally or otherwise either by the tender Opening

    Authority or any Authority in the Maharashtra Maritime Board, Mumbai.

    xvi) The successful tenderer will be required to produce within one month (i.e. 30

    days) to the satisfaction of the specified concerned authority, a valid and

    concurrent license issued in his favor under provisions of the Contract Labor

    (Regulations & Abolition) Act 1979, before starting the work. On failure to do

    so, the acceptance of the tender is liable to be withdrawn and earnest money

    will be forfeited & submitted Bank guaranty will be en- cashed.

    xvii) All Tenderers are cautioned that the tenders containing any deviation from the

    contractual terms and conditions, specifications or other requirements and/or

    conditional tenders shall be rejected.

    2.5 CONDITIONS OF OFFER:

    2.5.1 The bidders are required to upload colored scanned copy of original documents as

    below-

    a) Eligible Consultant / Institute / Engineering College as per eligible criteria

    mentioned in the tender document and who have completed Five similar

    works as described in this tender document with minimum proven experience

    in Geotechnical Investigation and interpretation (taking and sampling the bore,

    Laboratory test for bore samples, plate load test for foundation and

    interpretation of all bore result, laboratory test and plate load test.) Details of

    organization structure should be given in Form no. I.

  • PMC MMB - 17 -

    b) Experience certificate (Work Done Certificate) of having started and

    completed at least 5 (Five) similar work of construction of geotechnical

    investigation during the last 3 (Three) years. The GC should have started and

    completed at least Five Geotechnical Investigation test including

    Interpretation.

    c) The average annual turn over of the GC for last three financial years

    shall not be less than the Estimated Cost of work put to tender. As

    regards five similar works, the work done certificates clearly stating the scope

    of the work, the date of the work order, stipulated and actual date of

    completion, levy of penalty, if any, etc, shall invariably be submitted. In case of

    the private works, the work done certificate under the hand and seal of the

    owner, PMC and structural design engineer can be submitted Details of firm

    annual financial turnover should be given in Form no. 2.

    d) The tenderer should give Original copy of Valid GST registration certificate from

    Goods and Service Tax Act.

    e) The tenderer should give all details of Technical person available with the GC

    since last five year in Form no. III. and their CV in Form no. IV.

    f) The tenderer should give all details of Manning schedule in Form V.

    g) The tenderer should give all details of the works carried out in last three

    financial years in Form no. VI.

    h) The tenderer should give all details of work in hand in Form No. V2.

    i) The tenderer should give all details of work tendered should be given in Form

    no. V2I.

    j) The tenderer should give all details of the similar work completed by him or

    her in Form no. IX. These works / Projects shall be open for inspection and

    verification by representative of the Client.

    k) The tenderer should give all details of list of plant of machinery immediately

    available should be given in Form no. X.

    l) The tenderer should give all details of Bar chart showing progressive details of

    Geotechnical investigation for stage I, 2, 2I in Form no. XI.

  • PMC MMB - 18 -

    2.5.2 In case you / your parent company / proprietor / directors / partners of company are

    black listed by any government organization, please mention the name of the

    organization who `have blacklisted and the operative period of blacklisting. If above

    information is found incorrect, the tender will be rejected at any stage even

    during consultancy period.

    2.5.3 The past experience / track records / performance of GC in MSPH & WC in view of

    quality, workmanship, punctuality and directly/ indirectly subletting of works will be

    viewed during scrutiny of tender / awarding works, even if the GC is lowest among

    the bidders.

    2.6 INSTRUCTIONS FOR PARTICIPATING IN e-TENDERS

    2.6.1 Tenders should have valid Class 2 Digital Signature Certificate (DSC) obtained from

    any Certifying Authorities. In case of requirement of DSC, interested Bidders should

    go to https://mahatenders.gov.in and follow the procedure mentioned in the

    document ‘Procedure for application of Digital Certificate’.

    2.6.2 For any assistance on the use of Electronic Tendering System, the Users may call

    the following numbers:

    : Helpdesk No. - 1800-3070-2232, e Tender Portal :- mahatenders.gov.in

    2.6.3 Tenderers should install the Mandatory Components available on the Home Page of

    https://mahatenders.gov.in and make the necessary Browser Settings provided

    under section ‘Internet Explorer Settings’

    2.6.4 Guidelines to Bidders on the operations of Electronic Tendering System of

    MAHARASHTRA MARITIME BOARD. https://mahatenders.gov.in/nicgep/app

    A. Pre-requisites to participate in the Tenders processed by MMB:

    i) Registration of GCs on Electronic Tendering System on Sub-Portal of MMB:

    The GCs interested in participating in the Tenders of MMB processed using the

    Electronic Tendering System shall be required to enroll on the Electronic Tendering

    System to obtain User ID and password on the https://mahatenders.gov.in

    Once the ID is generated the GC can login into the e-Tendering portal of

    Government of Maharashtra. The process of Enrolment is explained in Step.

    https://mahatenders.gov.in/http://msphc.maharashtra.etenders.in/https://mahatenders.gov.in/

  • PMC MMB - 19 -

    i) - Registration of New GCs.

    Registration link:

    https://mahatenders.gov.in.

    (or click on “online bidder enrolment” Link at Right side panel)

    After submission of application for enrolment on the System, the application

    information shall be verified by the Authorized Representative of the Service

    Provider. If the information is found to be complete, the enrolment submitted by the

    Vendor shall be approved.

    The GCs may obtain the necessary information on the process of enrolment either

    from Helpdesk Support Team: 1800-3070-2232 or may visit the site

    https://mahatenders.gov.in

    ii) Obtaining a Digital Certificate:

    Refer to “Bidders Manual Kit” on home page at mahatenders.gov.in or visit the

    below given direct link

    https://mahatenders.gov.in/nicgep/app;jsessionid=58E6D1F989D1A5C19DCCD376

    0DB4F790.mhspeg1?page=BiddersManualKit&service=page

    B. Instructions to the GCs/Bidders for the e-submission of the bids online

    through this tender site:

    https://mahatenders.gov.in

    (1) Bidder must register themselves on https://mahatenders.gov.in portal by clicking

    “Online Bidder Enrolment” and then map Digital Signature certificate.

    (2) Bidder then login to the site giving user id / password chosen during registration.

    (3) The e-token that is registered should be used by the bidder and should not be misused

    by others.

    (4) The Bidders can update well in advance, the documents such as certificates, purchase

    order details etc., under My Documents option and these can be selected as per tender

    requirements and then attached along with bid documents during bid submission.

    (5) After downloading / getting the tender schedules, the Bidder should go through them

    carefully and then submit the documents as asked, otherwise, the bid will be rejected.

    https://mahatenders.gov.in/https://mahatenders.gov.in/nicgep/app;jsessionid=58E6D1F989D1A5C19DCCD3760DB4F790.mhspeg1?page=BiddersManualKit&service=pagehttps://mahatenders.gov.in/nicgep/app;jsessionid=58E6D1F989D1A5C19DCCD3760DB4F790.mhspeg1?page=BiddersManualKit&service=pagehttps://mahatenders.gov.in/https://mahatenders.gov.in/

  • PMC MMB - 20 -

    (6) If there are any clarifications, this may be obtained online through the tender site, or

    through the contact details. Bidder should take into account of the corrigendum

    published before submitting the bids online.

    (7) Bidder, in advance, should get ready the bid documents to be submitted as indicated in

    the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is more

    than one document, they can be clubbed together.

    (8) Bidder should get ready the EMD as specified in the tender.

    (9) The bidder reads the terms & conditions and accepts the same to proceed further to

    submit the bids.

    (10) Bidder should read the “Announcements” and “Downloads” section of

    https://mahatenders.gov.in before proceedings.

    (11) The bidder has to submit the tender document online well in advance before the

    prescribed time to avoid any delay or problem during the submission process.

    (12) After the bid submission, the acknowledgement number, given by the e-tendering

    system should be printed by the bidder and kept as a record of evidence for online

    submission of bid for the particular tender.

    (13) Bidder has to pay EMD online using online pay mode i.e. in this stage all the GC will

    have to pay EMD online by using Net Banking Bidder will have to validate the EMD

    payment as a last stage of bid preparation. If the payment is not realized with bank, in

    that case system will not be able to validate the payment and will not allow the bidder

    to complete his Bid Preparation stage resulting in non participation in the aforesaid e-

    Tender.

    (14) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or

    the difficulties faced during the submission of bids online by the bidders.

    (15) The bidder may submit the bid documents either by online mode through the site

    (https://mahatenders.gov.in) as indicated in the tender.

    (16) The tendering system will give a successful bid up dation message after uploading all

    the bid documents submitted & then a bid summary will be shown with the bid no, date

    & time of submission of the bid with all other relevant details. The documents submitted

    by the bidders will be digitally signed using the e-token of the bidder and then

    submitted.

    (17) The bid summary has to be printed and kept as an acknowledgement as a token of the

    submission of the bid. The bid summary will act as a proof of bid submission for a

    tender floated and will also act as an entry point to participate in the bid opening date.

    (18) Bidder should log into the site well in advance for bid submission so that he submits the

    bid in time i.e on or before the bid submission end time. If there is any delay, due to

    other issues, bidder only is responsible.

    https://mahatenders.gov.in/

  • PMC MMB - 21 -

    (19) The bidder should see that the bid documents submitted should be free from virus and

    if the documents could not be opened, due to virus, during tender opening, the bid is

    liable to be rejected.

    (20) The time settings fixed in the server side & displayed at the top of the tender site, will

    be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender

    system. The bidders should follow this time during bid submission.

    (21) The bidder should logout of the tendering system using the normal logout option

    available at the top right hand corner and not by selecting the (X) option in the browser.

    (22) The bidder should upload the Technical document in .rar format single file to upload in

    Technical cover and then BOQ in .xls format single file to upload in Finance cover.

    (23) For any other queries, the bidders are asked to contact e-tender Helpdesk support

    team: - 1800-3070-2232,

    2.7 TENDER FORM FEE & EARNEST MONEY DEPOSIT :

    i) The bid document can be downloaded from the aforesaid e-tendering portal by

    the prospective Bidders by paying Rs. 5,000 /- as the Tender form fee & Rs.

    50,000/- as an Earnest Money Deposit through the payment gateway of

    Maharashtra Maritime Board Mumbai, Payment in any other mode, including

    but not limited to cash/demand draft/term deposits/pay order will not be accepted.

    ii) The said tender fee and EMD shall not carry any interest.

    iii) E.M.D. exemption certificate issued by P.W.D. or any other department will not

    be accepted.

    iv) The amount of earnest money will be refunded to the unsuccessful Tenderers

    except Lowest three tenderers, within a month from date of opening of financial

    envelope. The tenderer shall have submit the bank details for refund of EMD. If

    details of bank are not correct and the amount refunded is transferred to any

    other account, the MMB shall not be held responsible.

    v) In case of the successful tenderer, Earnest Money Deposit will be refunded on

    his/her paying the initial security deposit and completing the agreement

    formalities mentioned in the tender document or will be transferred towards a part

    of security deposit to be paid after awarding of the work.

    vi) Earnest Money Deposit of second & third lowest tenderer will be refunded on

    payment of initial security deposit and completing the agreement formalities

    mentioned in the tender document by the successful lowest one tenderer.

  • PMC MMB - 22 -

    vii) If successful tenderer does not pay the security deposit in the prescribed form,

    within time limit and does not complete the agreement formalities and / or does

    not execute the contract within prescribed time limit then his/their earnest money

    deposit will be forfeited by Maharashtra State Police Housing & Welfare

    Corporation Ltd, Mumbai.

    2.8 TENDERING PROCEDURE

    2.8.1 Blank Tender Forms:

    Blank tender forms can be downloaded online from the e-Tendering portal of MMB

    i.e. https://mahatenders.gov..in as per the schedule defined in the tender notice.

    2.8.2 Pre-Tender Conference:

    i) A Pre-Tender Conference open to all prospective tenderers will be held at

    Mumbai on 27.05.2018 at 15:00 hrs. in the Office of the Chief Executive Officer

    Maharashtra Maritime Board in Presence of the Chief Engineer, Superintending

    Engineer, the Financial Adviser and Chief Accounts Officer and the Executive

    Engineer, MMB. H.& W. C. Ltd., Mumbai, wherein the prospective tenderers will

    have an opportunity to obtain clarifications regarding the work and the tender

    conditions. Response to queries raised at the time of pre bid meeting will be

    uploaded on the e-Tendering portal of the MMB & WC Ltd. i.e.

    mahatenders.gov.in under the section ‘Press Notices / Corrigendum’

    ii) The prospective tenderers are free to ask for any additional information or

    clarification either in writing or orally and the reply to the same will be given by

    The Client MMB Mumbai, in writing. This clarification referred to as “Common

    set of deviations” shall form part of tender documents and which will also be

    common and applicable to all tenderers.

    iii) The tender submitted by tenderer shall be based on the clarification, additional

    facility issued (if any) by the MMB Ltd. and this tender shall be unconditional.

    Conditional tenders will be summarily rejected.

    iv) In case, there is any doubt/omissions regarding the wording in general

    conditions or special conditions or the scope of work or the specifications and

    drawing or any other matter concerning the contract, the same shall in good

    time be submitted to the Chief Engineer,MMB Mumbai, to reach him before

    scheduled pre-bid meeting date & time, in writing in order that such doubts may

    https://mahatenders.gov..in/http://msphc.maharashtra.etenders.in/http://msphc.maharashtra.etenders.in/

  • PMC MMB - 23 -

    be clarified authoritively before tendering. Once the tender is submitted the

    matter will be decided according to tender condition in the absence of authentic

    pre-clarification.

    2.8.3 Manner of submission of tender and its accompaniments:

    e-Tender process shall be carried out in two stages as below

    a) Envelope No.1 : Technical

    Technical Envelope shall contain the following documents.

    i) The bid document can be downloaded from the aforesaid e-tendering portal by

    the prospective Bidders by paying Rs. 5,000 /- as the Tender form fee & Rs.

    50,000/- as an Earnest Money Deposit through the payment gateway of

    Maharashtra Maritime Board Mumbai, Payment in any other mode, including

    but not limited to cash/demand draft/term deposits/pay order will not be

    accepted.

    ii) Consultant / Institute / Engineering College as per eligible criteria mentioned

    in the tender document and who have completed five similar work as

    described in this tender document with minimum proven experience in

    Geotechnical Investigation and interpretation (taking and sampling the bore,

    Laboratory test, plate load test and interpretation of all tests), (True copy

    thereof duly attested by a gazetted officer.) The tenderer should give all details

    of organization structure in Form no. I, details of Firm Annual financial turnover

    in Form no. 2.

    iii) Details of the works tendered for and in hand with the value of work unfinished

    on the last date of submission of tender. The certificates from the Head of the

    offices under whom the works are in progress should be enclosed. The

    Tenderer should give all details of work in hand in Form no. VII, and work

    tendered in Form no. VIII. In addition to this, an Undertaking declaring the

    truthfulness of the value of such works in hand to be considered for

    calculation of the bid capacity be submitted.

    Note: - Any wrong information / misinformation in this regard would invite

    disqualification. Works in hand shall be supported by certificate issued by

    agency / authority. It also includes private work if any.

    iv) List of Machinery and Plants owned or hired immediately available with the

    tenderer for use on this work. (Form No. X)

  • PMC MMB - 24 -

    v) Details of works of similar type and magnitude carried out by the Tenderer.

    (Form no. IX).

    vi) Details of Technical Personnel, consortiums with name, qualifications and

    experience in similar works, and a period of his working with organization, who

    will be working on this project as technical key persons for supervision, to

    receive technical instructions issued by the authorities from time to time.

    (Details of Technical person available with GC since last five years in Form no.

    III and their CV in Form no. IV and details of Manning schedule in Form no. V).

    vii) Details of payment received in all Geotechnical Consultancy during last three

    years certified by Chartered Accountant. (Details of work carried out in last

    three financial years in Form No. VI).

    viii) The tenderer should give all Details of Bar Chart showing progressive details of

    Geotechnical investigation for Stage I, 2, and 2I in Form no. XI.

    ix) Scanned copy of original power of attorney for signing of tender document.

    x) All certified documents in support of above requirements

    xi) Certified balance sheets under the hand seal of Chartered Accountant for last

    three financial years.

    xii) Any other additional documents / profile etc. in support of technical qualification.

    2.8.4 Envelope No.2 : Financial

    i) For quoting financial bid, download the BOQ format (.xls file) given in

    commercial bid section of website fill the details & quote price in it & upload the

    file.

    ii) If BOQ file is blank then bid of such bidder will not be considered.

    2.8.5 Submission of Tender:

    The tenderers should ensure that The Chief engineer. Maharashtra Maritime

    Board Mumbai, before the expiry of the date and time, receives their bid. No delay

    on account of any cause will be entertained for the late receipt of tender.

    In the unloadable document type of templates, the GCs are required to select the

    relevant document / compressed file (containing multiple documents) already

    uploaded in the briefcase.

  • PMC MMB - 25 -

    Notes:

    a) The GCs should upload a single document or a compressed file containing

    multiple documents against each unloadable option.

    b) The Hashes are the thumbprint of electronic data and are based on one – way

    algorithm.

    The Hashes establish the unique identity of Bid Data.

    c) The bid hash values are digitally signed using valid Class – I or Class – 2

    Digital Certificate issued any Certifying Authority. The GCs are required to

    obtain Digital Certificate in advance.

    d) After the hash value of bid data is generated, the GCs cannot make any

    change / addition in its bid data. The bidder may modify bids before the

    deadline for Bid Preparation and Hash Submission as per Time Schedule

    mentioned in the e-Tender documents.

    2.8.6 Eligibility criteria for Geotechnical Agencies

    i) Engineering institution of Govt. / Semi Govt./ Testing and consultancy

    organization / agencies

    ii) Government of Maharashtra recognized National Assessment and

    Accreditation Council (NAAC) / National Board of Accreditation (NBA)

    accredited engineering colleges having civil Engineering Under Graduate (UG)

    and Post Graduate (PG) programs with a standing of more than 25 years.

    iii) Consortium with experienced faculty of Civil Engineering not below the rank of

    Associate Professor is mandatory for partnership / proprietary / private / public

    firms.

    iv) A Geotechnical firm should have in house well equipped Laboratory to

    conduct all required tests along with necessary qualified Lab technicians.

    v) Geotechnical Engineering Department of College/ Consultancy Organization/

    Agencies should have minimum One PHD and Two post graduate faculty’s. At

    list 2 faculties have minimum 10 year experience of geotechnical consultancy

    work of govt. project. Department should also have experienced laboratory

    attendants having minimum 5 year experience of conducting lab and field tests

    vi) Proprietary / Partnership / Private / Public Ltd. Agency /registered under

    society act / section 25 companies etc. having an experience of similar work of

    at list 10 years and having national board for laboratories accreditation

    (NABL).

  • PMC MMB - 26 -

    vii) Consortiums / Joint Venture : NBA/ NAAC accredited Engineering Colleges

    having laboratory / library facilities and private / proprietary firm possessing

    field testing facilities may form a consortium and jointly undertake the job of

    testing and Consultancy.

    a) Facility Required:

    i) Laboratories with relevant testing equipments satisfying qualitative norms as

    per relevant IS codes and standards.

    ii) Field testing facilities and technically qualified and skilled staff for undertaking

    the field testing.

    iii) Library with adequate books / material in the specific area of specialization.

    b) Work Experience: The agencies must have successfully executed minimum

    five (5) similar types of work for Maharashtra Police Houing Corporation or any

    other government agency.

    c) A Geotechnical investigation firm should have expert team of Engineers and

    Geologist having following experience.

    i ) Geotechnical Engineer P.H.D. (Geotech) M.E. (Geotech) / M.

    Tech (Geotechnical Engineering) or

    equivalent having 10 years

    experience in similar field.

    ii) Geologist M.E.( Geology ) / M.Tech. ( Geology )/

    M.Sc. (Geology) having 10 years

    experience in similar field.

    iii ) Civil Engineer B.E. ( Civil ) with 10 years experience

    in Project execution and taking bore

    holes and core logging and liasoning

    with client department.

    iv ) Diploma Holder / H.S.C.

    (Science) PASS

    For Lab testing work and field

    execution having 5 years experience.

    d) Engineering Collage

    1 Collage shall be either Govt. College of engineering, NIT, 2T or well

    established private autonomous engineering college having grade A

    accreditation of NAAC/ NBA.

  • PMC MMB - 27 -

    2 Laboratory equipment :

    2.1 Soil :

    i) Tri-axial shear test machine capable of conduction UU/CU/CD/ Test

    with pore pressure measurement and constant cell pressure system.

    ii) Direct shear test machine with all accessories.

    iii) Vane shear test apparatus

    iv) Consolidation test equipment

    v) Oven of adequate capacity (large size)

    vi) Test sieves of all sizes at list 2 sets.

    vii) Sieve shaker

    viii) Attenburg apparatus, plastic limit and shrinkage limit test apparatus

    ix) Proctor test setup (Modified and standard)

    x) CBR test apparatus

    xi) Unconfined test apparatus

    xii) Permeability test apparatus

    xiii) Free swell index test setup

    xiv) Balances

    xv) Advanced CTM of adequate capacity for testing rock sample.

    xvi) Rock cutting, grinding and facing machine

    xvii) Swelling Pressure

    2.2 Rock

    i) Specific Gravity

    ii) Density, porosity, moisture content,

    iii) Young’s Modulus, Poisson’s ratio

    2.3 Field Testing equipment:

    i) Standard penetration test (SPT) setup

    ii) Static cone penetration test setup

    iii) DCPT (Dipenvanic Cone Penetration Test)

    iv) Field vane shear test setup

    v) Undisturbed samplers

    vi) Plate load test setup

    vii) Drilling machines 4 to 5 no. for drilling boreholes with all field testing

    accessories.

    viii) Service Boat

    ix) Pontoon with Anchor

    x) Two boats with platform OR Pontoon with pontoon Anchor

    All the above equipments must have valid calibration certificate of

    approved authority.

    All the above equipments must have valid calibration certificate of approved

    authority.

  • PMC MMB - 28 -

    e) The GC should have to qualify for the award of the contract, each tenderer in

    his name should have achieved the average minimum annual turnover shall

    be equal to the Estimated Cost of work during last three years . (Information

    to be certified by Chartered Accountant and to be given only in Form no 2)

    f) The GC should have Satisfactorily completed 5 similar works of Geotechnical

    Investigation during last Three years of value equal to the Estimated Cost of

    work in case of each work. (Information to be given only in Form no. VI).

    g) The work done certificates from the authority clearly stating the scope of the

    work, the date of the work order, stipulated and actual date of completion, levy

    of penalty, if any, etc, shall invariably be submitted. In case of the private

    works the work done certificate under the joint hand and seal of the owner /

    engineer shall be submitted.

    h) The Income Tax Returns for last three financial years.

    Note 1 :

    a. This is the minimum qualification applicable and if GC fail in this minimum

    qualification then he is not qualify for further evaluation criteria clause 2.8.7.1a

    b. A copy of certificates as mentioned in qualification criteria for Government works are

    required to be obtained from the officer not below the rank of Deputy / Executive

    Engineer/ Divisional Accounts officer.

    c. A copy of these certificates shall be duly attested by a Gazetted officer.

    Note 2 : Format of Form No. I to XI enclosed herewith at the end of document.

    All these forms shall be filled in and signed properly. If these forms are found

    incomplete, incorrect, kept blank or wrongly filed, tenderer’s envelope no.2 (financial

    bid) shall not be opened.

    Note 3:

    The abstract of information as per standard forms of the Corporation’s

    Form showing work done in Geotechnical Consultancy Work during last three

    financial years shall be given in Form no. VI in the proforma enclosed need to be

    signed by the tenderer or holder of his power of attorney.

  • PMC MMB - 29 -

    Note 4:

    i) The form showing the value of existing commitments and ongoing works as

    well as the stipulated period of completion remaining for each of the works

    listed should be endorsed by the bidder/ tenderer.

    ii) Although, the bidders meet the above qualifying criteria, they are subject to be

    disqualified on account of misleading or false representations in the forms,

    attachments submitted in proof of the qualification requirement. Track record

    in respect of poor performance, abandoning the works, not properly

    completing the contract, inordinate delays in completion, litigation history or

    financial failures, etc. will be viewed seriously even if the tenderer is

    lowest among the bidders.

    2.8.7 Opening of Tenders:

    On the date specified in the tender notice, following procedure will be adopted for

    opening of the tender:

    1. Envelope No. 1 : Technical

    Technical Envelope of the tender will be opened online to verify its contents as per

    requirements on stipulated in table below. If the various documents contained in this

    envelope do not satisfy the requirements of the MMB, a note will be recorded

    accordingly by the tender opening authority and the said tenderers’ Financial

    Envelopes will not be considered for further action but the same will be rejected and

    recorded by tender opening committee.

    a) Technical proposal evaluation criteria

    A successful firm shall secure minimum Marks of the total points as mentioned in

    Table below.

    Sr. No.

    Evaluation Parameter

    Maximum Marks

    Minimum Qualifying

    Marks

    Scoring Criteria Marks

    1. Engineering College/ Institute/ Firm

    30 25

    2T/NIT 30

    Govt. Engineering College 27

    Private Engineering College 25

    Any other than above 3 20

    2. Financial Capacity

    15 10

    More than 100 lakh 15

    Between 60 lakh to 100 lakh 10

    Less than 60 lakh 5

  • PMC MMB - 30 -

    3. Availability of key personnel

    10 10

    Geotechnical Engineer PHD 10

    Geotechnical Engineer Post Graduate

    5

    4. Available Required Equipment’s & facilities

    20 12

    Lab set up & testing facility 10

    Drilling Equipment 8

    Software’s, Plaxis, G slope, dips, Un-wedge etc

    2

    5. Suitability of work program for assignment (Bar chart)

    5 3

    Excellent 5

    Very good 4

    Above average 3

    Average 2

    Below average 1

    Non complying 0

    6. Experience 15 5

    More than 15 years 15

    In between 10 years to 15 years 10

    Less than 10 Years 5

    7. NABL Accreditation

    5 0

    NABL Accreditation 5

    No NABL Accreditation 0

    Total 100 65

    b) Techno-commercial evaluation criteria

    This will be a techno commercial evaluation and accordingly the Technical

    evaluation will have 60% weightage and Commercial evaluation shall have

    40% weightage. These weightages shall be taken into consideration for

    arriving at the Successful Firm. The evaluation methodologies vis-a-vis the

    weightages are as under:

    Score will be calculated for all technically qualified Firms using the following

    formula: S = (T/T High x 60) + (C Low/C x 40)

    Where:

    S = Score of the Firm

    T High = Highest Technical score among the Firms

    C = Quote as provided by the Firm

    C Low = Lowest Quote of C among the Firms

  • PMC MMB - 31 -

    The Firm securing the highest score becomes the successful Firm

    For example – There are three Bidders A, B and C.

    Technical score will be arrived at treating the marks of the Bidder scoring the

    highest marks (A) in Technical evaluation as 100. Technical score for other

    Bidders (B, C, etc.) will be computed using the formula Marks of B / Marks of

    highest scorer A*100.

    Similarly Commercial Score of all technically cleared Bidders will be arrived at

    taking the cost quoted by L1 Bidder i.e., the lowest quote from all technically

    qualified Bidder (say C) as 100. Marks for other Bidders will be calculated

    using the formula Commercial Score = Cost of L1 Bidder / Cost quoted by

    Bidder * 100.

    A “Combined score” will be arrived at, taking into account both marks scored

    through Technical Proposal evaluation and the nominal commercial quotes

    with a weightage of 60% for the Technical Proposal and 40% for the Financial

    Proposal as described below.

    The combined score is arrived at by adding Technical Score and Commercial

    Score. The successful Bidder will be the one who has highest Combined

    Score.

    Sr.

    No.

    Bidder Technical

    Evaluation

    mark (T)

    Nominal

    Bid

    Price in

    Lakh

    Technical

    Score

    Commercial

    Score

    Combined Score

    (out of 100)

    1 A 95 71 95/95*60=60.00 60/71*40=33.80 60.00+33.80=93.80

    2 B 85 65 85/95*60=53.68 60/65*40=36.92 53.68+36.92=90.60

    3 C 75 60 75/95*60=47.37 60/60*40=40.00 56.84+40.00=87.37

    In the above example Bidder A with higher score becomes the prefered

    Bidder.

    c) Eligibility cum Technical Proposal

    Eligibility criteria for the Bidder to qualify this stage are clearly mentioned in

    Eligibility Criteria Compliance to this document. The Bidder would need to

  • PMC MMB - 32 -

    provide supporting documents as part of the eligibility proof. The Technical

    Proposal will also be evaluated for technical suitability.

    During evaluation of the Tenders, the MMB, at its discretion, may ask the

    Bidder for clarification in respect of its tender. The request for clarification and

    the response shall be in writing, and no change in the substance of the tender

    shall be sought, offered, or permitted.

    The MSPHC&WC reserves the right to accept or reject any tender in whole or

    in parts without assigning any reason thereof. The decision of the MMB shall

    be final and binding on all the Bidders to this document and the MSPHC&WC

    will not entertain any correspondence in this regard.

    2.8.8 Basic requirements from Geotechnical Consultant

    a) Making judgments and advising Police Hsg. On the structural and economical

    feasibility of recommendations from stand point of subsurface investigation.

    b) Determining physical and engineering characteristics of soil / water / rock and

    their probable behavior under stress, interpreting date and recommending

    design parameters.

    c) Observing conditions during conditions and recommending when necessary

    modifications to design.

    1. Envelope No. 2 : Financial

    This envelope No. 2 shall be opened as per schedule, only if contents of Technical

    Envelope No.1 are found to be acceptable to the MMB. The lump sum amount

    quoted shall then be read out (as per 7.2 form of offer).

    2. The MMB Ltd. reserves the absolute right to accept any offer not necessarily the

    lowest.

    3. Tenderers are hereby cautioned that opening of financial envelope shall not be

    treated as acceptance of his technical qualification, financial offer & acceptance of

    bid of tenderer.

    4. Validity period: Normally, the offer of the Tenderer shall remain valid for 30 days

    (Thirty Days Only) from the date of opening of Tender. However, in exceptional

    cases, with intimation to the eligible bidder, the MMB, reserves the right to extend

    such validity maximum up to 30 more days unilaterally and the same will be binding

    on the bidder

  • PMC MMB - 33 -

    2.9 SECURITY DEPOSIT:

    I. Total Security Deposit 5 % ( Five Percent) of tender cost offered by Tenderer &

    Accepted by the MMB.

    2.

    Initial Security Deposit

    The successful tenderer shall have to pay 50% Security

    Deposit in cash (i.e. in the form of demand draft) or in form

    of Term Deposit Receipt from Nationalized Bank /

    Scheduled Bank in the name of.The Maharashtra Maritime

    Board, Mumbai or Bank Guarantees from a Nationalized

    Bank/ Scheduled Bank for the project period in the

    enclosed form and complete the contract documents

    failing which his earnest money will be forfeited to the

    Corporation.

    2I. Remaining Security Deposit The balance 50% Security Deposit will be recovered from

    the next 3 R.A. Bills.

    i) The Bank Guarantee / Term Deposit Receipt shall be kept valid for the project

    period. Before expiry of the Bank Guarantee / Term Deposit Receipt, the GC

    shall renew it or submit new Bank Guarantee / Term Deposit Receipt of

    required period well before the expiry date, if necessary, or otherwise the

    Guarantee / Term Deposit Receipt will be encashed accordingly.

    ii) In case of non renewal of Bank guarantee / Term Deposit Receipt or non-

    submission of Bank guarantee / Term Deposit Receipt well in time, a penalty

    of Rs. 5,000/- (Rupees Five thousand only) per day (after the expiry of the

    date) will be imposed till submission of renewed Bank Guarantee / Term

    Deposit Receipt or new Bank guarantee.

    iii) All compensation or other sums payable by the GC under the terms of this

    contract or any other contract or an any account may be deducted from his

    Security Deposit or from any other bill of the organization.

    iv) sums which may be due to him or may become due to him by Client on any

    account and in the event of the Security deposit being reduced by reason of

    any such above noted deductions the GC shall within ten days of receipt of

    notice of demand from the Client make good the deficit & reinstate the security

    deposits.

    v) There shall be no liability on the Client to pay any interest on the Security

    Deposit paid by or recovered from the GC.

  • PMC MMB - 34 -

    2.10 REFUND OF SECURITY DEPOSIT:

    The 50% security deposit amount will be refunded after the successful completion of

    Geotechnical Investigation along with all reports of this project on submission of

    completion certificate of PMC and Authority from Executive Engineer of MSPH &

    WC and balance 50 % security deposit will be refunded after 12 months period or

    completion of foundation whichever occurs earlier.

    3. ADDITIONAL INSTRUCTIONS TO TENDERER

    3.1 SCOPE OF WORK: The broad scope of work is as follows.

    Part I : - Taking bore and core logging

    Item

    No.

    Description of item of work. Unit Quantity

    1

    Taking trial bores for detailed investigations with 100

    mm to 150 mm diameter boring in overburden. Hard

    murum, boulders including all materials such as

    temporary casing pipes& accessories, grease, steel

    balls, drill rods, core lifter, reaming shells, core bar

    etc.

    Note :- in all type of overburden soil for 100 mm or

    150 mm diameter bore

    Rmt.

    2 Taking trial bores for detailed investigations in

    following category strata including all material such as

    temporary casing pipes & accessories, grease, steel

    balls, diamonds bits types as per requirements, drill

    rods, core lifter, reaming shells, core barrels

    impregnated diamond bits, air houses, water swivels

    etc. & other such as conveying of materials and

    shifting of machinery to site works, collecting &

    preserving the loose samples in a glass or plastic jar,

    collection of water samples, wash samples, wash core

    samples as directed, preserving samples in

    plastic/glass jars, serially numbering cores samples,

    preserving core samples properly in core boxes at site

    of work, preparation and submission of bore logs with

    soils & rocks classification, conveying samples to

    headquarter of concerned office as directed etc

    complete

    Note i) In soft rock / weathered rock

    2) With rotary diamond drilling machine by

    Rmt.

  • PMC MMB - 35 -

    using NX dril bit.

    3 Taking trial bores for detailed investigation in rock

    other than quartzite with Nx diamond drill double

    tube boring including all materials such as casing

    pipes, accessories, grease, steel boolsam and other

    such materials and or as required including conveying

    such materials and machinery to site of works,

    preserving the loose samples in glass plastic jar and

    core samples serially numbered at site of work and

    conveying the same to the head quarter of concerned

    office as directed and submission of detailed bore log

    sheet etc. complete using NX drill bit.

    Hard rock other than quartzite

    Rmt.

    4 Providing Tuntappa core boxes of jungle wood of size

    1.25 x 0.55 x 015 meter for preserving core samples

    with all fixtures and destining handles, tags, locking

    and transporting at client office etc. complete.

    No.

    If Quantity of bore drilling and core logging of above 1 to 4 items increased or

    decreased then that item will be paid or recovered as per following rates.

    Item

    No.

    Description of item of work. Unit Rate

    1

    Taking trial bores for detailed investigations with 100

    to 150 diameter boring in overburden. Hard murum,

    boulders including all materials such as temporary

    casing pipes& accessories, grease, steel balls, drill

    rods, core lifter, reaming shells, core bar etc.

    Note :- in all type of overburden soil for 100 or 150

    mm diameter bore

    Rmt.

    2 Taking trial bores for detailed investigations in

    following category strata including all material such as

    temporary casing pipes & accessories, grease, steel

    balls, diamonds bits types as per requirements, drill

    rods, core lifter, reaming shells, core barrels

    impregnated diamond bits, air houses, water swivels

    etc. & other such as conveying of materials and

    shifting of machinery to site works, collecting &

    preserving the loose samples in a glass or plastic jar,

    collection of water samples, wash samples, wash core

    samples as directed, preserving samples in

    plastic/glass jars, serially numbering cores samples,

    preserving core samples properly in core boxes at site

    Rmt.

  • PMC MMB - 36 -

    of work, preparation and submission of bore logs with

    soils & rocks classification, conveying samples to

    headquarter of concerned office as directed etc

    complete

    Note i) In soft rock / weathered rock

    2) With rotary diamond drilling machine by using NX dril bit.

    3 Taking trial bores for detailed investigation in rock

    other than quartzite with Nx diamond drill double

    tube boring including all materials such as casing

    pipes, accessories, grease, steel boolsam and other

    such materials and or as required including conveying

    such materials and machinery to site of works,

    preserving the loose samples in glass plastic jar and

    core samples serially numbered at site of work and

    conveying the same to the head quarter of concerned

    office as directed and submission of detailed bore log

    sheet etc. complete using NX drill bit.

    Hard rock other than quartzite.

    Rmt.

    4 Providing Tuntappa core boxes of jungle wood of size

    1.25 x 0.55 x 015 meter for preserving core samples

    with all fixtures and destining handles, tags, locking

    and transporting at client office etc. complete.

    No.

    Part 2 : - LABORATORY TESTS

    Item

    No.

    Description of item of work. Unit Quantity

    Carrying out various tests on sub soil & rock

    samples as directed by client complete (Note

    :- 3 sample per bore)

    A ) Soil, Hard murum and Rock

    i. Natural Moisture Content No.

    ii. Sieve Analysis No.

    iii. Hydrometer Analysis No.

    iv. Liquid and plastic Limit No.

    v. Shrinkage Limit No.

    vi. Specific Gravity No.

    vii. Relative Density No.

    viii. Unconfined Compressive Strength No.

    ix. Classification of soil (All test) No.

    x. Visual classification of soil No.

    xi. Coefficient of permeability No.

  • PMC MMB - 37 -

    B ) Triaxial shear tests

    i. Unconsilated Undrained No.

    ii Consolited Undrained No.

    iii. Consolited Drained No.

    iv. Consilidation No.

    v. Direct Shear Test No.

    vi. Standard Proctor Compaction Test No.

    vii. Swelling Pressure No.

    C ) Chemical analysis of water

    i. pH value No.

    ii. Chloride (cl) No.

    iii. Sulfate (SO3) No.

    D ) Analysis of soil

    i. Unconfined Compressive Strength No.

    ii. Dry Density No.

    iii. Porosity No.

    iv. Water Absorption No.

    v. Specific Gravity No.

    E ) Test on remolded samples

    i. Cohesive soil No.

    ii. Non Cohesive No.

    iii. Soil with admixture No.

    iv. Water Table measurement No.

    F ) Laboratory test of rock samples

    i. Conducting Physically property index text such

    as density, specific gravity, water absorption. Per

    bore

    No.

    2. Conducting UCS test Per bore No.

    G ) Plate load test

    i) Conducting plate load test for loading platform

    of 25 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete.

    No.

    ii) Conducting plate load test for loading platform

    of 50 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete..

    No.

    iii) Conducting plate load test for loading platform

    of 75 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete..

    No.

    iv) Conducting plate load test for loading platform

    of 100 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete..

    No.

    H ) STANDARD PENETRATION TEST (SPT) No.

    Conducting standard penetration test (SPT) on

  • PMC MMB - 38 -

    soil, sand by split spoon samples for a/b/c

    diameter bore hole including labor & material etc.

    complete. (Note : 3 sample per bore)

    Conducting SPT on Un disturbed soil sampling 75

    / 100 mm dia

    0-3 m depth No.

    3-6 m depth No.

    6-9 m depth No.

    Conducting SPT on Disturbed soil sampling No.

    If Quantity of Laboratory tests above items increased or decreased then that item

    will be paid or recovered as per following rates.

    Item

    No.

    Description of item of work. Unit Rate

    Carrying out various tests on sub soil & rock

    samples as directed by client complete (Note

    :- 3 sample per bore)

    A ) Soil, Hard murum and Rock

    i. Natural Moisture Content No.

    ii. Sieve Analysis No.

    iii. Hydrometer Analysis No.

    iv. Liquid and plastic Limit No.

    v. Shrinkage Limit No.

    vi. Specific Gravity No.

    vii. Relative Density No.

    viii. Unconfined Compressive Strength No.

    ix. Classification of soil (All test) No.

    x. Visual classification of soil No.

    xi. Coefficient of permeability No.

    B ) Tri-axial shear tests

    i. Un-consilated Un-drained No.

    ii. Consolited Un-drained No.

    iii. Consolited Drained No.

    iv. Consolidation No.

  • PMC MMB - 39 -

    v. Direct Shear Test No.

    vi. Standard Proctor Compaction Test No.

    vii. Swelling Pressure No.

    C ) Chemical analysis of water

    i. pH value No.

    ii. Chloride (cl) No.

    iii. Suplhate (SO3) No.

    D ) Analysis of soil

    i. Unconfined Compressive Strength No.

    ii. Dry Density No.

    iii. Porosity No.

    iv. Water Absorption No.

    v. Specific Gravity No.

    E ) Test on remolded samples

    i. Cohesive soil No.

    ii. Non Cohesive No.

    iii. Soil with admixture No.

    iv. Water Table measurement No.

    F ) Laboratory test of rock samples

    i. Conducting Physically property index text such

    as density, specific gravity, water absorption. Per

    bore

    No.

    ii. Conducting UCS test Per bore No.

    G ) Plate load test

    v) Conducting plate load test for loading platform

    of 25 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete.

    No.

    vi) Conducting plate load test for loading platform

    of 50 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete..

    No.

  • PMC MMB - 40 -

    vii) Conducting plate load test for loading platform

    of 75 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete..

    No.

    viii) Conducting plate load test for loading platform

    of 100 tone including providing all instrument,

    machinery, loading & unloading platform etc.

    complete..

    No.

    H ) STANDARD PENETRATION TEST (SPT) No.

    Conducting standard penetration test (SPT) on

    soil, sand by split spoon samples for a/b/c

    diameter bore hole including labor & material etc.

    complete. (Note : 3 sample per bore)

    Conducting SPT on Un disturbed soil sampling 75

    / 100 mm dia.

    0-3 m depth No.

    3-6 m depth No.

    6-9 m depth No.

    Conducting SPT on Disturbed soil sampling No.

    Part III : - INTERPRETATION OF SOIL SAMPLES AND TESTS

    Perform analysis and calculations based on the data obtained from the test

    borings and from field and laboratory test results to determine the following:

    1. Design bearing pressures, bearing elevations, skin friction values, rock

    socket requirements, anticipated total and differential settlements and

    any other design requirements for the recommended foundation

    systems.

    2. Any effects of the groundwater level at the project site on the proposed

    structures.

    3. Lateral earth pressures for design of below-grade walls.

    4. Presence, if any, of potentially expansive, deleterious, hazardous,

    chemically active or corrosive materials or gas.

    5. CBR.

    6. Prepare a subsurface investigation report to include the results of the

    work.

  • PMC MMB - 41 -

    3.2 ERRORS, OMISSIONS AND DISCREPANCIES :

    a) In case of errors and /or discrepancies between written and scaled

    dimension on the drawing or between drawings and specifications etc,

    the following order of preference shall apply:-

    i. Between actual scaled and written dimension or description on a

    drawing Client decision will be final.

    ii. Between the written description and dimension in the drawings and

    corresponding in the specifications the Client decision will be final.

    b) In case of discrepancy between lump sum amount quoted in figures and

    in words, the lower of the two shall be considered for acceptance of

    tender & calculation of amounts.

    c) In all cases of Omission and /or doubts of discrepancies in the

    dimensions or description of the item or specifications, a reference shall

    be made to Client, whose elucidation, elaboration or decision shall be

    considered as final. The GC shall be held responsible for any errors that

    may occur in the work through lack of such reference and precaution.

    d) The special provision in detailed scope of work and shall gain

    precedence over corresponding contradictory provision (if any) in the

    detailed item specifications & standard specifications.

    e) During execution of the work, although all the drawings are enclosed

    herewith, some require drawings for proper investigation may be issued

    later and will form a part of the drawings and the contract.

    if Anything mentioned in any of the following e.g. specification