TWAD Tuticorin Tender Documents

Embed Size (px)

DESCRIPTION

TWAD Tuticorin Tender Documents

Citation preview

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 1 -

    THOOTHUKUDI CITY MUNICIPAL CORPORATION

    NAME OF WORK: IMPROVEMENTS TO WATER SUPPLY SCHEME TO THOOTHUKUDI CMC-PACKAGE- I - CONSTRUCTION OF RAW WATER INTAKE WELL-CUM-PUMP HOUSE, PROVIDING RAW WATER PUMPING MAIN WITH SWMS PIPE SIZE OF 1100 MM DIA FROM INTAKE WELL TO WTP WITH LENGTH OF 10.85 KMS, CONSTRUCTION OF 84 MLD CAPACITY WATER TREATMENT PLANT AND PROVIDING SCADA SYSTEM FOR THOOTHUKUDI WSIS.

    VOLUME- I

    GENERAL SPECIFICATION

    PACKAGE - I

    Last date of submission : Up to 1500 hrs on 30.01.2013

    (2012-13)

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 2 -

    Contents 1. NOTICE INVITING TENDERS (NIT) ................................................................................................................. 1 2. INVITATION FOR BIDS-IFB ............................................................................................................................... 3 3. INSTRUCTIONS TO BIDDERS-ITB ................................................................................................................ 10 A.GENERAL ............................................................................................................................................................ 11

    1. Scope of the Bid ......................................................................................................................................... 11 2. Method of Bidding ...................................................................................................................................... 12 3. One Bid per Bidder .................................................................................................................................... 13 4. Cost of Bidding ........................................................................................................................................... 13 5. Site Visit ...................................................................................................................................................... 13

    B. ELIGIBILITY / QUALIFICATION CRITERIA .......................................................................................... 14 6. Eligible Bidders ...................................................................................................................................... 14 7. Qualification of the Bidder ................................................................................................................... 15

    C. BID DOCUMENTS ............................................................................................................................................ 21 8. Contents of Bid Documents ................................................................................................................. 21 9. Clarification of Bid Documents. ........................................................................................................... 21 10. Amendment to Bid Documents............................................................................................................ 21

    D. PREPARATION OF BIDS ................................................................................................................................ 22 11. Language of the Bid .............................................................................................................................. 22 12. Documents comprising the Bid............................................................................................................ 22 13. Bid Prices ............................................................................................................................................... 23 14. Currencies of Bid and Payment .......................................................................................................... 24 15. Bid Validity .............................................................................................................................................. 24 16. Bid Security ............................................................................................................................................ 24 17. Compliance to Technical Design and Specifications. ...................................................................... 25 18. Format and Signing of Bid ................................................................................................................... 25 19. Pre Bid Meeting: .................................................................................................................................... 25

    E. SUBMISSION OF BIDS .................................................................................................................................... 26 20. Sealing and Marking of Bids ................................................................................................................ 26 21 Deadline for Submission of the Bids .................................................................................................. 27 22 Late Bids .................................................................................................................................................... 28 23 Modification, Substitution and Withdrawal of Bids ............................................................................... 28

    F. BID OPENING AND EVALUATION ................................................................................................................ 29 24. Bid Opening ........................................................................................................................................... 29 25. Process to be Confidential ................................................................................................................... 29 26. Clarification of Bids. .............................................................................................................................. 29 27. Examination of Bids and Determination of Responsiveness ...................................................... 29 28. Correction of Errors ............................................................................................................................... 30 29. Evaluation, Comparison and Negotiation of Bids ............................................................................. 30

    G. AWARD OF CONTRACT ................................................................................................................................ 32 30. Award Criteria. ....................................................................................................................................... 32 31. Employers Right to accept any Bid and to reject any or all Bids ................................................... 32 32. Notification of Award ............................................................................................................................. 32 33. Registration ............................................................................................................................................ 32 34. Performance Security ........................................................................................................................... 32 35. Signing of Agreement ........................................................................................................................... 33 36. Forfeiture of Performance Security and Additional Security. .......................................................... 33 37. Advance Payment and Security .......................................................................................................... 33 38. Adjudicator ............................................................................................................................................. 33 39. Corrupt or Fraudulent Practices: ......................................................................................................... 34

    H. FORMS OF BID, QUALIFICATION INFORMATION. .......................................................................... 35 A. LIST OF ANNEXURES ............................................................................................................................. 48 B. LIST OF CERTIFICATES ......................................................................................................................... 60

    4. CONDITIONS OF CONTRACT ........................................................................................................................ 61 A.GENERAL ............................................................................................................................................................ 62

    1. Definitions ................................................................................................................................................... 62 2. Interpretation .............................................................................................................................................. 63 3. Language and Law .................................................................................................................................... 64 4 Engineers Decisions ................................................................................................................................. 64

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 3 -

    5 Delegation ................................................................................................................................................... 64 6 Communications ........................................................................................................................................ 64 7 Sub-contracting .......................................................................................................................................... 64 8 Other Contractors ...................................................................................................................................... 64 9. Personnel .................................................................................................................................................... 64 10 Employers and Contractors Risks ......................................................................................................... 65 11 Employers Risks ...................................................................................................................................... 65 12 Contractors Risks .................................................................................................................................... 65 13 Insurance .................................................................................................................................................... 65 14 Site Investigation Reports ........................................................................................................................ 65 15 Queries about the Contract Data ............................................................................................................. 66 16 Contractor to Construct the Works .......................................................................................................... 66 17 The Works to be completed by the Intended Completion Date ...................................................... 66 18 Approval by the Engineer ......................................................................................................................... 66 19 Safety ......................................................................................................................................................... 66 20 Discoveries ................................................................................................................................................ 66 21 Possession of the Site .......................................................................................................................... 66 22 Access to the Site .................................................................................................................................. 67 23 Instructions ............................................................................................................................................. 67 24 Disputes ..................................................................................................................................................... 67 25 Procedure for Disputes ......................................................................................................................... 67 26 Replacement of Adjudicator ..................................................................................................................... 67

    B.TIME CONTROL ................................................................................................................................................. 67 27 Program .................................................................................................................................................. 67 28 Extension of the Intended Completion Date .......................................................................................... 68 29 Deleted ........................................................................................................................................................ 68 30 Delays Ordered by the Engineer ............................................................................................................. 68 31 Management Meetings ............................................................................................................................. 68 32 Early Warning ............................................................................................................................................. 68

    C.QUALITY CONTROL ......................................................................................................................................... 69 33 Identifying Defects ..................................................................................................................................... 69 34 Tests ............................................................................................................................................................ 69 35 Correction of Defects ................................................................................................................................ 69 36 Uncorrected Defects.................................................................................................................................. 69

    D. COST CONTROL .............................................................................................................................................. 70 37 Bill of Quantities ......................................................................................................................................... 70 38 Change in the Quantities .......................................................................................................................... 70 39 Variations .................................................................................................................................................... 70 40 Payment for Variations .............................................................................................................................. 70 41 Cash flow forecasts ................................................................................................................................... 70 42 Payment Certificates ................................................................................................................................. 70 43 Payments .................................................................................................................................................... 71 44 Deleted ........................................................................................................................................................ 71 45 Tax ............................................................................................................................................................... 71 46 Currencies................................................................................................................................................... 72 47 Price Adjustment ........................................................................................................................................ 72 48 Retention ..................................................................................................................................................... 72 49 Liquidated Damages ................................................................................................................................. 72 50 Deleted ........................................................................................................................................................ 73 51 Advance Payment...................................................................................................................................... 73 52 Securities .................................................................................................................................................... 73 53 Deleted ........................................................................................................................................................ 73 54 Cost of Repairs .......................................................................................................................................... 73

    E. FINISHING THE CONTRACT .......................................................................................................................... 74 55 Completion .................................................................................................................................................. 74 56 Taking Over ................................................................................................................................................ 74 57 Final Account .............................................................................................................................................. 74 58 As Built Drawings / Operating and Maintenance Manuals ................................................................ 74 59 Termination ................................................................................................................................................. 74

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 4 -

    60 Payment upon Termination ...................................................................................................................... 75 61 Property ....................................................................................................................................................... 75 62 Release from Performance ...................................................................................................................... 75 63 Recovery of Dues. ..................................................................................................................................... 75 64 Fraud and Corruption ................................................................................................................................ 76

    5. SPECIAL CONDITIONS OF CONTRACT .................................................................................................. 77 A. Labour ......................................................................................................................................................... 78 B. Compliance with Labour Regulations ..................................................................................................... 78 C. Arbitration .................................................................................................................................................... 80 D. Protection of Environment .................................................................................................................... 81 E. Third Party Inspection ............................................................................................................................... 82

    6. SPECIAL CONDITIONS OF CONTRACT - OPERATION AND MAINTENANCE ................................... 83 7. FORMS OF SECURITY .................................................................................................................................... 94

    Annexure A-Bank Guarantee for Bid Security ................................................................................................ 96 Annexure B-Performance Bank Guarantee .................................................................................................... 98 Annexure C-Bank Guarantee for Additional Security Deposit ..................................................................... 99 Annexure D-Bank Guarantee for Advance Payment ................................................................................... 100 Annexure E-Indemnity Bond ........................................................................................................................... 101 Annexure F-Indemnity Bond- (In lieu of water tightness and structural stability) .................................. 103

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 1 -

    1. NOTICE INVITING TENDERS (NIT)

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 2 -

    THOOTHUKUDI CITY MUNICIPAL CORPORATION

    COMPETITIVE BIDDING

    (WATER SUPPLY WORKS) (Two Cover System)

    CONTRACT NO. TENDER NOTICE No: E3/22751/2008

    NAME OF WORK: Improvements to Water Supply Scheme to Thoothukudi CMC-Package-1- Construction of raw intake well-cum-pump house, providing raw water pumping main with SWMS pipe size of 1100 mm dia from intake well to WTP with length of 10.85 Kms, construction of 84 MLD capacity water treatment plant and providing SCADA system for Thoothukudi WSIS..

    TYPE OF CONTRACT : ITEM RATE

    PERIOD OF SALE OF BID DOCUMENT FROM 21-12-2012 to 1500 hrs on 30.01.2013.

    TIME AND DATE OF : DATE 31-12-2012 TIME 1100 hours PRE-BID MEETING

    LAST DATE AND TIME FOR : DATE 30.01.2013 TIME 1500 hours RECEIPT OF BIDS

    TIME AND DATE OF OPENING : DATE 30.01.2013 TIME 1530 hours OF BIDS (First Cover)

    PLACE OF OPENING OF BIDS : OFFICE OF THE COMMISSIONER, THOOTHUKUDI CITY MUNICIPAL CORPORATION, 113, PALAI ROAD, THOOTHUKUDI. 628 002

    ADDRESS FOR COMMUNICATION : THE COMMISSIONER, THOOTHUKUDI CITY MUNICIPAL CORPORATION, 113, PALAI ROAD,

    THOOTHUKUDI. 628 002 .

    OFFICER INVITING BIDS : THE COMMISSIONER, THOOTHUKUDI CITY MUNICIPAL CORPORATION, 113, PALAI ROAD

    THOOTHUKUDI. 628 002.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 3 -

    2. INVITATION FOR BIDS-IFB

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 4 -

    NAME OF THE SCHEME: : Improvements to Water Supply Scheme to Thoothukudi CMC-Package-1- Construction of raw intake well-cum-pump house, providing raw water pumping main with SWMS pipe size of 1100 mm dia from intake well to WTP with length of 10.85 Kms, construction of 84 MLD capacity water treatment plant and providing SCADA system for Thoothukudi WSIS.

    LAST DATE OF SUBMISSION OF BID: Up to 1500 Hrs on 30.01.2013.

    Tender Notice No: E3/22751/2008

    1. For and on behalf of City Municipal Corporation of Thoothukudi, sealed (wax sealing) bids (in Two Cover System) are invited by the Commissioner, Thoothukudi City Municipal Corporation under Item-war Tender System for Improvements to Water Supply Scheme to Thoothukudi CMC-Package-1- Construction of raw intake well-cum-pump house, providing raw water pumping main with SWMS pipe size of 1100 mm dia from intake well to WTP with length of 10.85 Kms, construction of 84 MLD capacity water treatment plant and providing SCADA system for Thoothukudi WSIS..

    . TABLE -1

    Sl. No.

    1

    Name of work

    2

    Approximate value of work

    (Rs.)

    3

    Bid Security

    (Rs.)

    4

    Period of completion excluding period for testing &

    commissioning

    6

    Basis of Rates

    7

    1

    Improvements to Water Supply Scheme to Thoothukudi CMC-Package-1- Construction of raw intake well-cum-pump house, providing raw water pumping main with SWMS pipe size of 1100 mm dia from intake well to WTP for length of 10.85 Kms, construction of 84 MLD capacity water treatment plant and providing SCADA system for Thoothukudi WSIS..

    4599.00 lakhs

    46.00 lakhs

    24 months with 3 months trial run and 9

    months performance

    run,

    Item Rate Basis

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 5 -

    2. The bidder should satisfy the following criteria and have the financial status within the last 5 years (i.e.) from the financial year 2007 - 2008 to 2011 - 2012.

    TABLE - 2 `

    Description

    Requirement as per Bid document

    Particulars as furnished by the bidder

    Page No. with Ref. no., if any, where the particulars are furnished by bidder.

    Financial Turnover & Cash flow. Lead Partners/Joint Ventures:

    1. Annual Turnover during any one year during the last five financial years Rs. in Crores ( 2007-08 , 2008-09, 2009-10, 2010-11 & 2011-2012 )

    46.00 Crores

    2 Minimum Net worth 23.00 Crores 3 Minimum cash flow required in Rs. in

    Crores 23.00 Crores

    4 The bidder should have satisfactorily completed and commissioned a water supply scheme of value not less than (Rs. in Crores) under a single agreement in any one of the last five years 2007-08 to 2011-12

    23.00 Crores

    5 Physical (Work Experience) Minimum aggregate during last five years 2007-08 to

    2011-12 Lead Partners/Joint Ventures:

    5.a Minimum completion and commissioning one project of pumping main during the last 5 years in km supply, laying, jointing and testing of SWMS/DI pipes of 600 mm and above up to 1500 mm.

    5.00 KM

    5.b Minimum completion and commissioning one project of construction of intake well/intake well cum pump house during the last 5 years in MLD capacity. .

    50 MLD/ min. 7.50 mts dia.

    5.c Minimum experience should have constructed pipe carrying bridge of length during the last 5 years

    30 mts

    5.d Minimum capacity of one pump set supplied, erected and commissioned with HT power supply during the last 5 years

    300 HP/150 KW

    5.e The tenderer or its associates shall have executed and commissioned one water treatment plant with required capacity. .

    40 MLD

    6. Bid capacity Assessed available bid capacity = (A*N*1.5) B

    46.00 Crores

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 6 -

    Where A = Maximum value of civil engineering works executed in any one year during the last three financial years [updated to 2012-13 (current) price level @ 6% per annum] taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited i.e.2,0 years. B = Value of existing commitments and on-going works to be completed during the next 2.0 years. [Updated to 2012-13 (current) price level]

    3. This procurement and construction contract will follow the procedure prescribed under The Tamil Nadu Transparency in Tenders Act, 1998 and Rules 2000 and subsequent amendments there on.

    4. Bidding documents in English may be purchased by interested bidders on submission of written application accompanied with a separate Demand Draft from any Nationalized/ Scheduled bank drawn in favour of Commissioner, Thoothukudi City Corporation, Thoothukudi..

    5. Cost of tender document for this Package is Rs.15,000 + 5% VAT. (For off-line submission)

    6. Bids from Joint Ventures are accepted (as per clause 6.5 of ITB).

    7. The bidding document can be down loaded from the websites, https://tntenders.gov.in, http://thoothukudicorporation.tn.gov.in on free of cost.

    8. The Bidding will be conducted through National Competitive Bidding. All payments will be made in Indian Rupees only.

    9. A two cover bidding procedure will be adopted. First cover will be opened in the presence of bidder's authorized representatives who choose to attend at the address given below at 1530 hours on 30.01.2013.

    The first bid cover will consist of bid security and a technical bid without any reference to prices and the second cover will consist of price bid only. After ensuring of the availability of bid security, the Employer will evaluate each Bidder who meets the minimum acceptable qualification criteria and who has submitted a technically responsive bid. The price bids of only those bidders whose bids are found technically responsive and acceptable will be opened in the presence of responsive bidders representatives who choose to attend on the date and time to be intimated later.

    Bids containing separately sealed (1) Technical Bid envelope and (2) Price Bid envelope must be delivered to the address below on or before at 15.00 hours office time on 30.01.2013.

    All bids must be accompanied by a bid Security as stated in the Table-1 above, in a separate cover kept in the technical bid envelope. The mode of payment of bid security and bid submission are detailed in the bid document. The bid should be addressed to the Commissioner, City Municipal Corporation of Thoothukudi at the address below:

    The Commissioner, Thoothukudi City Municipal Corporation, 113, Palai Road, Thoothukudi, Tamil Nadu 628 002 Email ID: [email protected] Phone: 0461- 2326901-903. Fax-0461- 2320357, 2320457

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 7 -

    Late Bids will be summarily rejected.

    10. Validity of Tender: To be valid up to 150 days after the dead line date for bid submission.

    11. A Pre-bid meeting for the above tender will be held on 31-12-2012 at 11.00 hours in the Conference Hall, of City Municipal Corporation of Thoothukudi. .

    12. Interested bidders may obtain further information and inspect the bidding documents at the office of the Commissioner, Thoothukudi City Corporation on all working days from 10.00 hours to 17.45 hours.

    INSTRUCTIONS TO BIDDERS FOR ONLINE-BID SUBMISSION

    1. (a) The Tender Notice is also available for download free of cost at https://tntenders.gov.in up to 1500 hours on 30.01.2013.

    (b) The Bidders should download the documents which is digitally singed from this website https://tntenders.gov.in

    2. The intending Bidder shall submit their completed tenders/ completed Bid documents through the website within the stipulated date and time.

    3. The Bidders are instructed to digitally sign the Bid document using their e-token.

    4. The Bidders are also instructed to use their Digital Signature (e-token) for e-submission through the website www.tntenders.gov.in /www.tenders.tn.gov.in

    5. The following of documents are to be uploaded by the bidder at the time of submission of bids through the website after converting the documents into PDF form.

    a. Scanned Copy of EMD b. Conditions of contract. c. Filled in BOQ.

    Any clarifications regarding e-tendering you may contact the Commissioner at the following address:-

    The Commissioner, Thoothukudi City Municipal Corporation, 113, Palai Road, Thoothukudi, Tamil Nadu 628 002 Email ID: [email protected] Phone: 0461- 2326901-903. Fax-0461- 2320357, 2320457

    The following instructions are to be followed for online submission of bids:-

    1. The Bidder should do the necessary registration in the tender site using the option available. Then the Digital Signature Registration has to be done with the e-token, after logging into the site. The e-token (DSC) may be obtained from one of the authorized Certifying Authorities Mentioned in the website https://tntenders.gov.in.

    2. The Bidder could login to the site through their user ID and password chosen during registration.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 8 -

    3. The e-token that has been registered should only be used by the bidder and should not be misused by others.

    4. After downloading the tender documents, the Bidder should go through them carefully and then submit the documents duly filled in as required for otherwise, the bid will be summarily rejected. Incomplete bids will also be rejected summarily.

    5. If there are any clarifications, the same may be obtained on line through the tender site or from the authorized officers of the Corporation. The Bidder should take into account of any corrigendum issued before submitting the bids online.

    6. The Bidder shall in advance prepare the bid documents that are to be submitted as indicated in the tender schedule and they should be only in the prescribed format.

    7. The Bidder should remit the prerequisite EMD as specified in the tender documents. The original should be sent by post/courier/hand over in person to the Tender Inviting Authority namely the Commissioner within the bid submission due date and time of tender.

    8. The bidder should carefully read all the terms and conditions before submitting their bids.

    9. The bidder has to submit the tender document online well in advance before the prescribed time to avoid any delay or unforeseen problems.

    10. The details of the Earnest Money Deposit has to be submitted physically before the opening the tenders. The scanned copies furnished at time of e-submission and the original EMD and other documents instrument should be dropped in the Tender box otherwise the Tender will be summarily rejected.

    11. The Commissioner, Thoothukudi Corporation will not be responsible for any sort of delay or the difficulty faced in the submission of tenders online by the bidders.

    12. The bidder should submit the bid documents either through online mode at the website https://tntenders.gov.in or off-line two cover system.

    13. The tendering system will give a successful bid update message after uploading all the bid documents submitted and then a bid summary will be shown with the bid number, the date and time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed with the e-token of the bidder and then submitted.

    14. 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.

    15. The Bidder should login to the website well in advance for bid submission so that the bidder submits the bid in time i.e., on or before the bid submission time. If there is any delay due to other issues the bidders only is responsible.

    16. Each documents to be uploaded through on line for the tenders should be less than 2 MB. If any document is more than 2 MB, it should be reduced through win zip and the same shall be uploaded. However if the file size is less than 1 MB the transaction uploading time will be very fast.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 9 -

    17. The time settings fixed in the server side and displayed at the top of the tender site will be valid for all actions or requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

    18. All the data being entered by the bidders will be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission and will not be viewable by anyone until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized persons of the Corporation.

    19. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used and Data storage encryption of sensitive fields is done.

    20. The bidders are instructed to furnish the tenders through e-tendering online system to the tender inviting authority before 1500 hrs (as per Server System Clock) on 30.01.2013.

    Commissioner Thoothukudi Corporation.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 10 -

    3. INSTRUCTIONS TO BIDDERS-ITB

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 11 -

    INSTRUCTIONS TO BIDDERS-ITB

    A.GENERAL

    1. Scope of the Bid This is a Procurement, Construction Contract and the contractor is responsible for the execution of the sewerage scheme works including the supply and installation of all materials, machineries, equipment etc in accordance with the specifications stipulated in the Bid Document and in conformity with the Quality Parameters laid down in the relevant BIS, TNBP, Bid Documents etc and completing the entire works in all respects satisfactorily and commissioning within the stipulated period and maintaining the scheme for the specified period

    1.1 The Commissioner, Thoothukudi City Corporation (hereinafter referred as Employer in these documents) invites bids for the construction of works (as defined in these documents and referred as the works) as detailed in the Bill of Quantities. The bidder shall offer their/his price for all the items of works detailed in the Bill of Quantities.

    Improvements to Water Supply Scheme to Thoothukudi CMC-Package-1- Construction of raw intake well-cum-pump house, providing raw water pumping main with SWMS pipe size of 1100 mm dia from intake well to WTP with length of 10.85 Kms, construction of 84 mld capacity water treatment plant and providing SCADA system for Thoothukudi WSIS.

    Salient Details in brief: A) Intake cum pump house. 14 meters diameter and 7-00 meters high in concrete structure with pump house with 4 Vertical Turbine 3.3 KV pump sets with required discharge and head over well, with gantry crane and panel boards and starters. B) 210 meters long 5 meter wide pipe Line Bridge connecting the pump house and the

    Left bank bund of Thamirabarani River. C) Supplying, erection and commissioning of 1800 KVA 11KV/3.3 KV transformer with

    all switch gear and accessories on the bank of River.. D) Supplying, laying, jointing and testing 1100 mm spirally welded mild steel (SWMS)

    pipes including cost of welding/jointing materials, 12 mm thick inside and 20 mm thick outside lining with cement mortar conforming to relevant BIS for below ground level pipes and external epoxy coating to above ground level pipes where ever necessary conforming to IS 5504/1997 for pumping main for a ;length of 10.58 Kms including fixing the pipes over the bridge on supports (cradles).

    E) Water treatment plant of 84 MLD with provisions for future expansion to 97 MLD, with the following components. 1. 9.0 m dia cascade aerator 2. 4.0 m dia x 4.2 m deep Flash mixer 3. 30.0 m dia x 4.2 m Clarifloculator 4 nos.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 12 -

    4. 5.5 m x 4.5 m Rapid sand filters 15 nos. 5. 35.0 m x17.5 m x 3.8 m Chlorine contact tank 6. 14.0 m dia x 3.2 m 10.0 m staging Wash water OH reservoir 7. 9.0 dia x 3.5 m deep Used water tank 8. Sludge tank and sludge thickener 9. Sludge centrifuge 10. 35.0 m x 17.5 m x 3.8 m Clear water reservoir.- 2 nos. 11. Supply and providing SCADA system for WTP and raw water pumping station

    monitoring. Period of completion :- 24 Months- excluding 3 months trail run and 9 months

    performence run. MAINTENANCE

    1.2 Maintenance of the raw water intake pumping and water treatment plant for a period of 1 year after commissioning. (3 months trial run and 9 months performance run.).

    1.3 The successful bidder will be expected to complete the works within the period stipulated for completion in the programme schedule.

    1.4 In these bidding documents, the terms bid and tender and their derivatives (bidder/ tenderer, bid/tender, bidding/tendering etc) are synonymous.

    1.5 Down loading the documents from web site.

    The documents can be down loaded free of cost from the web site www.tenders.tn.gov.in by the tenderer. Tender should, thereafter be submitted duly filled and signed along with all required documents to the tender inviting authority as notified in the IFB subject to the

    Bidder shall furnish a certificate to the effect that no correction/ alteration on the bid document as found in the web site was made by him and he shall abide by all the terms, conditions and specifications contained in the bid document.

    No cost towards bid document shall be required to be paid by the bidders who are using the forms downloaded from the designated website.

    The bidder shall submit the tender to the tender inviting authority as prescribed in the IFB.

    The Bid Document can also be purchased from Thoothukudi City Corporation by remitting the required cost of Bid Document as stipulated in Invitation for Bid.

    2. Method of Bidding 2.1 If the bid is made by an individual by off-line, the bid documents shall be signed by the individual with his full name and current address.

    2.2 If the bid is made by a proprietary concern, the bid documents shall be signed by the proprietor with his full names as well as the name of the firm and full address. In the case of an authorized person holding power of attorney signing the bid documents, a certified copy of the

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 13 -

    registered power of attorney should accompany the bid documents. The signature of the proprietor shall be attested by a notary public and enclosed as documentary evidence.

    2.3 If the bid is made by a partnership firm, the bid documents shall be signed by all the partners of the firm along with their full names and current address with specific mention on the registered address of the firm. In the case of a partner holding power of attorney signing the bid documents, a certified copy of the registered power of attorney should accompany the bid. It is also mandatory to furnish a certified copy of the registered partnership deed, current address of the partners, and registered address of the firm along with the bid. The signature of all the partners/ power of attorney shall be attested by a notary public and enclosed as documentary evidence.

    2.4 If the bid is made by a limited company or a limited corporation, it shall be signed by a duly authorized person holding power of attorney for signing the bid documents in which case a certified copy of the registered power of attorney shall accompany the bid. Such limited company or corporation may be required to enclose satisfactory evidence of its existence along with the bid.

    2.5 The bids from the contractors / firms shall be accompanied by an attested copy of the Income Tax Clearance Certificate and Sales Tax Verification Certificate relating to the previous financial year.

    3. One Bid per Bidder 3.1 Each bidder shall be permitted to submit only one bid either off-line or E-tendering. A bidder who submits or participates in more than one bid (other than sub contractors) will be disqualified.

    4. Cost of Bidding 4.1 The bidder shall bear all the costs associated with the preparation and submission of his bid. The Employer will in no case be responsible for those costs, regardless of the conduct or the outcome of the bidding process.

    5. Site Visit 5.1 The bidder, at the Bidders own responsibility and risk is advised to visit and examine the site of works and its surroundings and obtain on his own all information that may be necessary for preparing the bid and entering into contract for the construction of the works. The costs of visiting the site and its surroundings shall be at the bidders expense. Site levels, soil data made available are only for the information of bidder and the Employer is not responsible for their correctness.

    5.2 The bidder and any of his personnel or agents will be granted permission by the Employer to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the bidder, his personnel or agents, will release and indemnify the Employer and his personnel or agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs and expenses incurred as a result of the inspection.

    5.3 The bidder should carefully inspect the site to assess the prevalence of differing soil classifications and quote the rate for trench excavation for laying pipeline taken into account of all soil classifications that are likely to be encountered and no extra rate will be paid for excavation of trench on account of any variation in the classification of soil met with during actual execution.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 14 -

    5.3 The Employer will arrange a site visit for the bidders on 30-12-2012 to enable the bidders to have an understanding of the site conditions and to clarify any issues relating to the site conditions in the pre bid meeting.

    B. ELIGIBILITY / QUALIFICATION CRITERIA

    6. Eligible Bidders 6.1 The Invitation to Bid is open to any bidder meeting the following requirements:

    6.2 A bidder shall not be associated nor has been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications and other documents for the project.

    6.3 A bidder shall not be associated directly or indirectly with the firm engaged by the Commissioner, Thoothukudi City Corporation for providing consultancy services for the preparation and supervision of the works and any of its affiliates.

    6.4 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer as the Employer shall reasonably request.

    6.5 Joint Ventures will be accepted

    I. For this Package costing more than Rs.50.00 Crores and up to Rs.100.00 Crores, the lead partner with One Joint Venture (1 + 1) as partner may be permitted.

    II. Joint Venture shall be allowed whenever any special natures of works like , Water Treatment Plant, Micro tunnelling, etc., which need specialised agencies, form a substantial portion of the main work.

    III. Joint Venture may be permitted for value not less than 50% of value of work put to tender and for a value less than 50% sub contracting may be permitted.

    IV. The Joint Venture partner should separately satisfy the physical and financial qualification criteria for their participation in the proposed Joint Venture.

    6.5.1 The bid shall include all the information listed in the Bid Document clause 7 - Qualification of the Bidder,7.1 ,General 7.1.2 to 7.1.14

    6.5.2 The bid and in case of a successful bid, the agreement, shall be signed so as to be legally binding on all the partners

    6.5.3 One of the partners shall be nominated as the lead partner, and his authorization shall be evidenced by submitting a power of attorney signed by the legally authorized signatories of all the partners

    6.5.4 A copy of the Joint Venture Agreement shall be submitted along with the bid. The Joint Venture Agreement entered in to between the Joint Venture Partners should be registered and submitted within 15 days from the date of Letter of Acceptance (LoA) or before concluding agreement whichever is earlier.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 15 -

    Physical Qualification criteria 6.5.5 Joint Venture Partner's experience for a particular work to be given to a Partner

    / Partners shall be taken in to account for arriving at the eligibility of the contractor / firm.

    Financial Qualification criteria 6.5.6 In respect of Annual Turnover as per clause 7.2.1, 7.2.2, the lead partner should

    meet not less than 50% of the qualifying criteria and other partner/partners should meet individually not less than 25% of the qualifying criteria and all the partners should collectively meet 100% of the qualifying criteria.

    6.5.7 In respect of qualification criteria under clause 7.2.4, the bidder on his own or any one of the partner/partners of the Joint Venture should have completed successfully the works specified, as stipulated in the bid document for which necessary documentary evidence should be produced to the satisfaction of the Commissioner, Thoothukudi City Corporation.

    6.5.8 The Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all Partner/Partners of the Joint Venture and the entire execution of the contract, including payment, shall be done exclusively with the Lead Partner. The Employer will have correspondences only with the Lead partner.

    6.5.9 All the partners of the Joint Venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms, and statement to this effect shall be included in the authorization mentioned under 6.5.8 above, and registered authorisation in the Agreement ( in case of a successful bid ).

    7. Qualification of the Bidder 7.1 General 7.1.1 Bidders shall provide the following as part of their bid in the prescribed formats.

    7.1.2 A registered Power of Attorney authorizing the signatory of the bid to commit on behalf of the bidder should be enclosed.

    7.1.3 Proof of registration of the firm/company under Companies Act should be enclosed.

    7.1.4 Total monetary value of civil engineering works performed during each of the last five financial years should be furnished in Annexure-I.

    7.1.5 Annual turnover (Civil Engineering works) for the past five financial years (Audited balance sheet for the last five financial years) should be enclosed. Annual turnover for the past three financial years should be certified by a registered Chartered Accountant. The certificate should be affixed with the seal of the office of the Chartered Accountant with the registration number legibly in Annexure-II.

    7.1.6 Experience in works of similar nature and magnitude during each of the previous five financial years, the details of works on hand and works for which

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 16 -

    bids are already submitted should be furnished in the Annexure-III, IV and V respectively.

    7.1.7 List of equipments available with the bidder for deployment in the project should be furnished in Annexure-VI.

    7.1.8 Technical, administrative and managerial personnel proposed to be employed for key site management in this work with their qualification details should be furnished in Annexure VII.

    7.1.9 Evidence of access to lines of credit and availability of other financial resources, credit line certificates from financial institutions should be enclosed in the prescribed Annexure-VIII.

    7.1.10 Litigation details of the bidder with the details of the parties concerned and the amount involved should be furnished in Annexure-IX.

    7.1.11 The bidder should declare clearly whether the bidder has been black listed, banned or debarred in Central Government Department/Under-taking/Organization or any State/Union Territory/Department Undertaking/ Organization in Annexure-X.

    7.1.12 Income Tax Clearance Certificate in Indian currency as proof of having remitted the income tax for the previous financial year (with reference to the year in which the bid is opened)

    7.1.13 Sales Tax Verification Certificate as proof of having remitted the sales tax. In the case of not liable to the Sales Tax Department, a valid certificate issued by the competent authority to this effect.

    Conditions to be satisfied:

    7.2 Performance Eligibility: a) Financial & Physical capacity:

    Sl. No.`

    Description

    Requirement as per Bid document

    Particulars as furnished by

    the bidder

    Page No. with Ref. no., if any,

    where the particulars are furnished by

    bidder. Financial Turnover & Cash flow.

    Lead Partners/Joint Ventures: 1. Annual Turnover during any one year

    during the last five financial years Rs. in Crores ( 2007-08 , 2008-09, 2009-10, 2010-11 & 2011-2012 )

    46.00 Crores

    2 Minimum Net worth 23.00 Crores 3 Minimum cash flow required in Rs. in

    Crores 23.00 Crores

    4 The bidder should have satisfactorily completed and commissioned a water supply scheme of value not less than (Rs. in Crores) under a single agreement in any one of the last five

    23.00Crores

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 17 -

    Sl. No.`

    Description

    Requirement as per Bid document

    Particulars as furnished by

    the bidder

    Page No. with Ref. no., if any,

    where the particulars are furnished by

    bidder. years 2007-08 to 2011-12

    5 Physical (Work Experience) Minimum aggregate during last five years 2007-08 to 2011-12 Lead Partners/Joint Ventures:

    5.a Minimum completion and commissioning one project of pumping main during the last 5 years in km supply, laying, jointing and testing of SWMS pipes of 600 mm and above up to 1500 mm.

    5.00 KM

    5.b Minimum completion and commissioning one project of construction of intake well/intake well cum pump house during the last 5 years in MLD capacity. .

    50 MLD/ min. 7.50 mts dia.

    5.c Minimum experience should have constructed pipe carrying bridge of length during the last 5 years

    30 mts

    5.d Minimum capacity of one pump set supplied, erected and commissioned with HT power supply during the last 5 years

    300 HP/150 KW

    5.e The tenderer or its associates shall have executed and commissioned one water treatment plant with required capacity. .

    40 MLD

    6. Bid capacity Assessed available bid capacity = (A*N*1.5) B

    46.00 Crores

    Note: in addition to the above requirements the following criteria also to be satisfied.

    b) Bid capacity: Bidders who meet the minimum qualification criteria will be qualified only if their available bid

    capacity is more than the total bid value. The available bid capacity will be calculated as under: Assessed available Bid Capacity = [A*N*1.5-B] Where A = Maximum value of civil engineering works executed in any one year during the last three financial years [updated to 2012-13 (current) price level @ 5% per annum] taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited i.e.2.0 years. B = Value of existing commitments and on-going works to be completed during the next 2.0 years. [Updated to 2012-13 (current) price level] In the case of the Bidder / Joint Venture partner who formed part of Joint Venture in the past including for ongoing works, the references A & B would be determined based on the details for such partner/partners who undertook / proposed to undertake physical execution of the works and in proportion to their participation in such Joint Ventures.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 18 -

    The assessed bid capacity of each of the Joint Venture partner/partners should be more than the required bid capacity. The required bid capacity for Joint Venture partner/partners would be determined on the basis of their participation in the Joint Venture for the purpose of this agreement.

    However, to qualify for the Bid Capacity requirement, the Lead Partner should meet not less than 50% of the required Bid Capacity and other partner/partners should meet individually not less than 50% of the Bid Capacity requirement. However, all the partners should collectively meet 100% of the Bid Capacity requirement.

    Unless otherwise stated in the Contract, the Accepted Contract Amount covers the entire Contractors works under the Contract (including those under provisional sums, if any) and all things necessary for the proper design, installation, testing, commissioning, trial run and operation and maintenance of the Works. The Accepted Contract Amount shall cover the completion of all Sections of the Works and the re-modifying of any defects.

    Note:

    i. The performance eligibility shall pertain to the similar works executed by the tenderer in any of the Central/State Government Departments/Quasi Government Organizations and Government Undertakings. The performance experience for Central/State Government Department/Undertaking/ Quasi Government Organization should be supported by performance certificates issued by the concerned organization by an officer not less than the rank of Executive Engineer. The experience certificates issued by an officer below the rank of Executive Engineer or on behalf of Executive Engineer will not be considered.

    ii. For the experience certificates furnished by the bidders which are obtained from the Departments outside the State, clarification will be obtained by the Employer from the concerned Department whenever felt necessary as to whether the details furnished in the certificates are genuine, before finalization of evaluation.

    iii. The bills / claims should be prepared by the contractor as per Agreement and in accordance with the agreement executed and submitted to the Department

    iv. Sub contractors experience for the particular works to be sublet shall not be taken into account for arriving at the eligibility of the contractor/firm.

    v. The tenderer should enter into proper agreement with sub contractor proposed to be sub let and furnish the documentary evidence along with bid.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 19 -

    7.3 Each bidder should further demonstrate:

    (a) Availability (either owned or leased or by procurement against mobilization advances) of the following key and critical equipment for this work:

    Sl. No. Equipments Capacity No.

    1. Concrete mixer machine 8 / 10 T 10 nos. 2. Shuttering materials / Shoring & strutting As required 3. Front end loader/poclain 0.5M3 each 10 nos. 4. Tipper lorry 6 / 10 T 10 nos. 5. Dewatering pump sets 7.5 Hp 10 nos. 6. Hydraulic mobile crane Boom 6-10 MT 3 nos. 7. Trucks 6 / 10 T 6 nos. 8. Leveling Instruments Latest sets 6 nos. 9. Compactor / Roller 8 / 10 T 5 nos. 10. Mobile DG set 100 KVA 4nos. 11. T & P for jointing pipes - 5 sets 12. Mechanical Vibrators 40mm dia needle 10 Nos. 13. Pipe cutting machinery - 5 Nos 14. Rock breaker machine - 5 nos. .

    NOTE : Based on the studies, carried out by the Engineer the minimum suggested major equipment to

    attain the completion of works in accordance with the prescribed construction schedule are shown in the above list. The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and to allow the employer to review their proposals. The numbers, types and capacities of each plant / equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.

    7.4.Special Condition:

    In case, if a contractor/firm worked as sub contractor previously, then their experience in those particular components of work will be considered only if their sub contract/sublet work was properly approved by the User Department. A certified copy to that effect from Engineer in charge (not below the rank of Executive Engineer) must be produced for arriving at the performance eligibility for the particular work. .

    7.5. Disqualification:

    Even though the bidders meet the above qualifying criteria, they are subject to be disqualified at any point of time if they have

    i) made misleading or false representation in the form statements and attachments submitted and/or

    ii) record of poor performance during the last 5 years as on the date of application such as abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the Contractor, inordinate delays in completion, consistent history of litigation awarded against the applicant or any of its constituents or financial failure due to bankruptcy etc.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 20 -

    iii) been debarred / blacklisted as on the date of application by any Central/State Government Department/Undertaking/Organization and their bid will not be taken up for evaluation.

    7.6 SPECIAL ATTENTION TO BIDDERS.

    I. Copies of experience certificates and all other certificate obtained from the Officer not below the rank of Executive Engineer of respective user departments must be attested by Notary Public and produced.

    II. These Certificates should contain the following details

    1) Name of Scheme (Name of the : State also to be specified) 2) Contract No. and date : 3) Value of Contract : Rs. 4) Name of Contractor with full : address 5) Period of completion as : specified in the Contract 6) Date of commencement of work : 7) Actual date of completion/

    commissioning : 8) Reason for the delay if any : 9) Full details of components : executed under this contract

    10) Performance of the work should contain the following details:- Component Performance

    i) In case of SWMS/ DI pumping main work length whether completed and commissioned satisfactorily (length/type/class/.) must be given. ii) In case of intake /intake cum pump house work whether completed and commissioned (capacity & dia) must be given. iii) In case water treatment plant whether constructed and commissioned. Capacity/type nos. may be given)

    Signature of Officer with Seal

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 21 -

    C. BID DOCUMENTS

    8. Contents of Bid Documents

    8.1 The Bid Documents will comprise the following documents & addenda issued in accordance with clause 10 below:

    Invitation for Bids Instruction to Bidders Eligibility/Qualification Criteria Forms of Bid Programme Schedule and Financial Milestone Payment Schedule General Conditions of the Contract Special Conditions Technical Specifications

    Bill of Quantities Drawings Forms of Agreement

    Indemnity Bond

    9. Clarification of Bid Documents. 9.1 A prospective bidder requiring clarification may raise the same at the time of Pre-bid

    meeting in writing or by cable (hereinafter the term cable is deemed to include telex and facsimile) at the Employers address indicated in the invitation for bid. The Employer will respond to any clarification sought for.

    10. Amendment to Bid Documents 10.1 At any time prior to 48 hours to the deadline for submission of bids, the Employer may

    amend the bid documents by issuing addenda.

    10.2 Any addendum thus issued shall be part of the bid documents and shall be communicated in writing or by cable to all purchasers of the bid documents. Prospective bidders shall promptly acknowledge the receipt of each addendum by cable to the Employer.

    10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Clause 21.2 of Submission of Bids.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 22 -

    D. PREPARATION OF BIDS

    11. Language of the Bid

    11.1 The bid, and all correspondences and supporting documents related to the bid exchanged by the bidder and the Employer shall be written in English. Supporting documents and printed literature furnished by the bidder may be in other language provided they are accompanied by an accurate translation of the relevant passages in either English or Tamil language, in which case, for purpose of interpretation of the bid, the translation shall prevail.

    12. Documents comprising the Bid 12.1 The bid submitted by the bidder shall comprise the following:

    Cover 1 (Technical Bid) (a) Bid Security (b) Technical Bid (c) Qualification information form and documents (d) The Bid (in the format indicated in section 3

    The Bid Documents duly filled and signed

    List of Annexure a) Performance of the Bidder showing value of Civil Engineering work for the

    past five financial years (7.1.4) Annexure-I

    b) Average Annual Construction Turnover of last five financial years (7.1.5) Annexure-II

    c) Experience in works of similar nature and magnitude within a period of 5 financial years (7.1.6) Annexure-III

    d) Commitment of works on hand (7.1.6) Annexure-IV

    e) Works for which Bids are already submitted (7.1.6) Annexure-V f) List of equipments available with Bidder (7.1.7) Annexure-VI g) Qualification/experience of key personnel proposed for technical and

    administrative functions under this contract (7.1.8) Annexure-VII

    h) Sample format for evidence of access to or availability of credit facilities (7.1.9) Annexure-VIII

    i) Details of Litigation (7.1.10) Annexure-IX j) Declaration by the Bidder (7.1.11) Annexure-X k) Technical staff to be employed (Para 10 of General Conditions)

    Annexure-XII

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 23 -

    iii. List of Certificates. a) Signature of the Proprietor or Proprietress attested by the Notary

    Public (2.2)

    b) Signature of all the Partners/Power of Attorney attested by the Notary Public (2.3)

    c) Registration of the firm, signature of the authorized person attested by the Notary Public (2.4)

    d) A copy of the listed Power of Attorney authorizing the signatory of the bidder (7.1.2)

    e) Proof of Registration of firm/Company (7.1.3) f) Audited Balance Sheets (7.1.5) g) Credit line Certificate from Financial Institutions (7.1.9) (Format-VIII) h) Income Tax Clearance Certificate (7.1.12) i) Sales Tax Verification Certificate (7.1.13) j) Certificate of performance issued by not less than the rank of Executive

    Engineer of the organization concerned/responsible person of the private organization (Note on Page No:20)

    iv. Bid Security

    v. Any other material required to be completed and submitted by the bidders in accordance with these instructions.

    Cover II (Price Bid) 12.2 Priced Bill of Quantity duly signed.

    12.3 The Bid should be submitted only in the original documents as issued by the Employer or as downloaded from the website. No alteration or correction should be made under any circumstances in the Bid Documents issued by the Employer.

    12.4 Conditional tenders are liable for rejection

    13. Bid Prices 13.1 The contract shall be for the whole works as described in sub clause (1.1), based on

    the priced bill quantities submitted by the bidder.

    13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 24 -

    13.3 All duties, taxes and other levies payable by the contractor, under the contract or for any other cause shall be included in the rates, prices and total bid price submitted by the bidder.

    13.4 The Bidder shall quote the rates after considering the Excise Duty exemptions provided by Government of India as on date of bid. The rates quoted shall be excluding such exemptions.

    13.5 The rates and prices quoted by the bidder are subject to adjustment during the performance of the contract in accordance with the provisions of Contract. clause 51.

    14. Currencies of Bid and Payment 14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

    15. Bid Validity 15.1 Bids shall remain valid for a period not less than 150 days from the date of opening of

    Technical Bid. A bid valid for a shorter period shall be rejected by the Employer as non responsive.

    15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request the bidders to extend the period of validity for a specific additional period. The request and the bidders response shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend his bid security for the period of extension.

    16. Bid Security The bidder shall furnish, as part of his bid, as bid security of Rs. 46,00,000/- (Rupees Forty-six Lakhs) in the following forms.

    16.1 The bid security duly pledged in favour of Commissioner, Thoothukudi City Municipal Corporation in any one of the following forms

    Unconditional Bank Guarantee in the prescribed format for the bid security issued by a Nationalized/Scheduled Bank, approved by RBI payable at Thoothukudi & valid for 45 days after the end of the validity period of the bid.

    16.2 Any bid not accompanied by bid security in stipulated form shall be rejected by the Employer as non responsive

    16.3 The bid security of the unsuccessful bidders will be returned as promptly as possible, but not later than 30 days either after the expiration of the period of bid validity or after finalizations of the bid, whichever is later.

    16.4 The bid security of the successful bidder will be returned after the bidder has furnished the required performance security and signed the agreement. No interest is payable on Bid security by the Employer.

    16.5 The bid security shall be forfeited. In the case of bidder withdrawing or modifying his bid during the period of bid validity If the bidder does not accept the corrections of the bid price, pursuant to clause 28 of

    Bid Opening and Evaluation

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 25 -

    In the case of a successful bidder failing to furnish the performance security in the specified form within the stipulated time.

    In the case of successful bidder failing to enter into agreement within the stipulated time.

    In the case of the bidder severing the conditions after intimation of the acceptance of the bid.

    17. Compliance to Technical Design and Specifications. 17.1 Bidders shall submit their offers that comply with the requirements of the bidding

    documents including the basic technical design as indicated in the drawing and specifications.

    18. Format and Signing of Bid 18.1 The bid document submitted to the Employer shall be typed or written in indelible ink

    and shall be signed by a person duly authorized to sign on behalf of the bidder in accordance with Instructions to Bidders. All pages of the bid and where entries or corrections have been made shall be initialed by the person signing the bid.

    18.2 The bid shall contain no alteration or additions, except those to comply with the instructions issued by the Employer and wherever necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person signing the bid.

    18.3 The technical and price bids (BOQ) as issued by the Employer should be submitted duly signed at the bottom of each page, failing which the bids will be summarily rejected.

    19. Pre Bid Meeting:

    19.1 The bidder or his authorized representative, who are desirous, may attend the pre bid meeting which will take place at Thoothukudi City Municipal Corporation, 113.Palai Road, Thoothukudi -628 002 on 30-12.2012 at 11.00 A.M.

    19.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter than may be raised at that stage.

    19.3 The bidder is requested, as far as possible, to submit the questions in writing or by cable, to reach the Employer not later than one week before the meeting. It may not be practicable at the meeting to answer questions received late.

    19.4 Minutes of the meeting, including the text of the questions (without identifying the source of enquiry) and the responses given together with any responses prepared after the meeting, will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents which may become necessary as a result of the pre bid meeting shall be made by the Employer exclusively through the issue of an addendum pursuant to clause 10 of the Bid Document and not through the minutes of the pre bid meeting. Then will be hosted on www.tenders.tn.gov.in / www.tntenders.gov.in

    19.5 Attendance at the pre bid meeting is not mandatory and non attendance will not be a cause for disqualification of the bidder.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 26 -

    E. SUBMISSION OF BIDS

    20. Sealing and Marking of Bids Two cover system shall be adopted for submission of bids.

    20.1 The first cover shall contain the technical bid documents, supporting material relating to the eligibility criteria, Bid Security in the proper form and other connected Certificates.

    20.2 No indication direct or indirect, implicit or explicit regarding the rates and prices should be made in the technical bid or any other documents submitted in the first cover.

    20.3 The second cover shall contain the Price Bid alone.

    20.4 The bids should be submitted in the original bid documents as issued by the Employer.

    20.5 The bid documents, under no circumstances, are transferable.

    20.6 The first cover containing the Technical Bid and Bid Security and the second cover containing the Price Bid, should be pasted properly, sealed and super scribed indicating clearly the name of work and marking specifically as under:

    Cover I - Technical Bid (a) Bid Security (b) Technical Bid (c) Qualification information form and documents (d) The Bid (in the format indicated in section 3

    Cover II - Price Bid Priced Bill of Quantity duly signed.

    Both the covers containing the Technical Bid and Price Bid should be placed in a common envelope, pasted, sealed and super scribed properly.

    20.7 Format and signing of Tender 20.7.1 The Tenderer shall submit one original and one copy (hard) and one draft copy of

    technical bids comprising of Tender as described in the Instruction to Tenderer, bound in a format as stipulated.

    20.7.2 All bidders will be provided with an electronic copy of the schedule of prices. Cells that contain permanent information and are not to be changed by the Bidder will be protected.

    20.7.3 Cells into which the bidder can enter rates and amount (where these may vary), will be left unprotected. However, the Employer will not enter any formulae in the spread sheets.

    20.7.4 The Bidder is entirely responsible to ensure that the calculations presented in the Schedule of Prices are correct, and that the Bidders offer is complete in all respects. The Price Bid completed in computerized printout, adopting the format of the Bid document in total and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder.

  • Water Supply Improvement Scheme to Thoothukudi City Municipal Corporation-Package-I. Vol-I/ General Conditions

    Tenderer

    BID DOCUMENT. - 27 -

    20.7.5 The Tenderer shall submit the Price Bid in duplicate, one in hard copy and another in soft copy. The BOQ in the Excel format is uploaded. The Bidder will need to submit the completed Schedule of Prices together with the bound copy of the Price Proposal which has been issued by the Employer along with the separate Priced Schedule of Prices, and to affix his signature on all pages of his submittal. The Bidder shall give an undertaking that the content of the CD and the content of hard copies are identical. In the case of discrepancy between the soft copy and hard copy (print out) furnished by the bidder, the hard copy (print out) will prevail. If there is discrepancy between the hard/soft copy furnished by the bidder and the hard copy issued by the Employer, the hard copy issued by the Employer will prevail.

    20.7.6 The Tender shall contain no alternations, omissions or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Tenderer, in which case such corrections shall be initialed by the person or persons signing the Tender.

    20.8 All the envelopes shall be addressed to the Employer Commissioner, Thoothukudi C