Capital Dredging Tender Document
-
Upload
leilani-johnson -
Category
Documents
-
view
215 -
download
0
Transcript of Capital Dredging Tender Document
-
8/18/2019 Capital Dredging Tender Document
1/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
TENDER NO. KPL/OP/CD-PH-III/2015
CAPITAL DREDGING PHASE-III AT
KAMARAJAR PORT
The General Manager
(Corporate Strategy and Business Development)
KamarajarPort Limited
Trade Facilitation Centre,
No.23, RajajiSalai
Chennai – 600 001
T: +91-44 25251666 – 70
F: +91-44 25251665
W: www.ennoreport.com
Date: 23-01-2015 Document Price Rs. 52,000/
Consultants:
K-001 Bannerghatta Road
Bangalore – 560038Karnataka India
Kamarajar Port Limited(A Mini RatnaGovt. of India Undertaking)
-
8/18/2019 Capital Dredging Tender Document
2/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Cover – 1Pre-Qualification cum
Technical Bid
-
8/18/2019 Capital Dredging Tender Document
3/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Section – I ...................................................................................................121. 0 NOTICE INVITING TENDER .................................................................. 13
Section – II INTRODUCTION ......................................................................... 16
1.0 GENERAL INFORMATION ..................................................................... 17
1.01 Present status ................................................................................ 17 1.02 Port Expansion Proposal ................................................................. 18
2.0 BRIEF BACKGROUND OF PROJECT: ................................................... 18
3.0 SITE INFORMATION ............................................................................. 19
3.01 General .............................................................................................. 19
3.02 Location of Port .................................................................................. 19
3.03 Tides .................................................................................................. 19
3.04 Wind .................................................................................................. 19
3.05 Currents and Waves ........................................................................... 19
3.06 Meteorology........................................................................................20
3.07 Rainfall .............................................................................................. 20
3.10 Visibility............................................................................................. 20
3.11 Shipping Traffic Details ...................................................................... 20
4.0 PURPOSE OF THIS BID DOCUMENT .................................................... 21
5.0 STRUCTURE OF BID DOCUMENT ........................................................ 21
6.0 CONFIDENTIALITY ............................................................................... 21
7.0 DISCLAIMER ........................................................................................ 21
Section – III INSTRUCTIONS TO BIDDERS ................................................... 221.0 BRIEF DESCRIPTION OF WORK ............................................................. 23
1.01 Brief Scope of work: ........................................................................... 23
1.02 Dredging Depths ................................................................................ 23
1.03 Disposal Locations ............................................................................. 23
1.04 Equipment Capability for Dredging and Reclamation works ............ 24
1.05 Others ............................................................................................... 24
2.0 MINIMUM ELIGIBILITY CRITERIA ........................................................ 25
2.3 Equipment and Experience .................................................................. 25
2.4 Conflict of Interest................................................................................26
2.5 Black listed Companies ........................................................................ 29
3.0 BIDS BY JOINT VENTURE/CONSORTIUM ........................................... 29
4.0 BIDDING PROCESS: ............................................................................. 31
4.3 Deadline for Submission of Bids ........................................................ 34
4.4 Modification and Withdrawal of Bids .................................................. 35
-
8/18/2019 Capital Dredging Tender Document
4/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
5.0 BID PROPOSAL REQUIREMENTS ........................................................... 35
5.1 General ................................................................................................ 35
6.0 TENDER FEE AND EARNEST MONEY DEPOSIT ...................................... 37
7.0 PERFORMANCE SECURITY ............................................................... 38
8.0 RETENTION MONEY .......................................................................... 38
9.0 BID SCHEDULE ................................................................................ 38
9.1 Pre-Bid Meeting: .................................................................................. 39
9.2 Bid Submission and opening of Technical Bid ...................................... 39
9.3 Commercial Bid opening ...................................................................... 40
10.0 INSTRUCTIONS FOR ONLINE BID SUBMISSION ................................... 40
10.1 COVER – 1 DETAILS: TECHNICAL BID .............................................. 40
10.2 COVER – 2 DETAILS: FINANCIAL BID – Price Schedule ...................... 41
11.0 DETERMINATION OF RESPONSIVENESS OF BIDS: .............................. 4112.0 CLARIFICATION .................................................................................... 42
13.0 PRICING OF BID ................................................................................... 42
14.0 CURRENCIES OF QUOTATION .............................................................. 42
15.0 BID VALIDITY ....................................................................................... 43
16.0 DUTIES AND TAXES ............................................................................. 43
17.0 INFORMATION TO BE FURNISHED BY BIDDER ................................... 43
17.1 Cover 1 Technical Bid ........................................................................ 43
17. 2 Cover 2 - Price bid ............................................................................. 45
18.0 EVALUATIONS AND COMPARISON OF BIDS ......................................... 45
General ...................................................................................................... 45
19.0 EVALUATION CRITERIA ........................................................................ 45
20.0 RIGHT OF FIRST REFUSAL ................................................................... 45
21.0 SIGNING OF THE CONTRACT ............................................................... 46
Section – IV GENERAL CONDITIONS OF CONTRACT ................................. 487
1.0 GENERAL PROVISIONS ........................................................................ 48
1.1 Definitions ........................................................................................... 48
1.2 Interpretation .................................................................................... 52
1.3 Communications ............................................................................... 52
1.4 Law and Language ............................................................................... 53
1.5 Priority of Documents .......................................................................... 53
1.6 Contract Agreement ............................................................................. 54
1.7 Assignment .......................................................................................... 54
-
8/18/2019 Capital Dredging Tender Document
5/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
1.8 Employer's Use of Contractor's Documents .......................................... 54
1.9 Drawings or Instructions ...................................................................... 54
1.10 Employer's Use of Contractor's Documents ........................................ 55
1.11 Contractor's use of Employer's Documents ......................................... 55
1.12 Confidential Details ............................................................................ 56
1.13 Compliance with Laws........................................................................ 56
1.14 Joint and Several Liability .................................................................. 56
1.15 Details to be Confidential ................................................................... 57
2.0 THE EMPLOYER ..................................................................................... 57
2.1 Right of Access to the Site .................................................................... 57
2.2 Permits, Licenses or Approvals ............................................................. 58
2.3 Employer's Personnel ........................................................................... 58
2.4 Employer's Claims ............................................................................... 58 3.0 ENGINEER .............................................................................................. 59
3.1 Engineer's Duties and Authority ........................................................... 59
3.2 Delegation by the Engineer................................................................... 59
3.3 Instructions of the Engineer ................................................................. 60
3.4 Determinations .................................................................................... 61
3.5 Management Meetings ......................................................................... 61
4.0 THE CONTRACTOR ................................................................................. 61
4.1 Contractor's General Obligations .......................................................... 61
4.2 Performance Security ........................................................................... 62
4.3 Contractor's Representative.................................................................. 63
4.4 Subcontractors .................................................................................... 64
4.5 Assignment of Benefit of Subcontract ................................................... 64
4.6 Co-operation ........................................................................................ 65
4.7 Setting out ........................................................................................... 65
4.8 Safety Procedures ................................................................................ 66
4.9 Quality Assurance ................................................................................ 66
4.10 Site Data ............................................................................................ 67
4.11 Sufficiency of the Accepted Contract Amount ..................................... 67
4.12 Unforeseeable Physical Conditions ..................................................... 68
4.13 Rights of Way and Facilities ............................................................... 69
4.14 Avoidance of Interference ................................................................... 69
4.15 Access Route ...................................................................................... 69
4.16 Transport of Goods ............................................................................ 70
-
8/18/2019 Capital Dredging Tender Document
6/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
4.17 Contractor's equipment ...................................................................... 70
4.18 Protection of Environment .................................................................. 71
4.19 Site facilities ...................................................................................... 72
4.20 Progress Reports ................................................................................ 72
4.21 Security of the Site ............................................................................. 73
4.22 Contractor's Operations on Site .......................................................... 73
4.23 Fossils ............................................................................................... 74
5.0 STAFF AND LABOUR ............................................................................ 74
5.1 Engagement of Staff and Labour ........................................................ 74
5.2 Rates of Wages and Conditions of Labour .......................................... 74
5.3 Persons in the Service of Employer .................................................... 74
5.4 Labour Laws ...................................................................................... 74
5.5 Working Hours .................................................................................. 75 5.6 Facilities for Staff and Labour ............................................................ 75
5.7 Health and Safety .............................................................................. 75
5.8 Contractor's Superintendence ............................................................ 76
5.9 Contractor's Personnel....................................................................... 77
5.10 Records of Contractor's Personnel and Equipment .......................... 77
5.11 Disorderly Conduct ......................................................................... 78
6.0 PLANT, MATERIALS AND WORKMANSHIP ............................................ 78
6.1 Manner of Execution ............................................................................ 78
6.2 Samples ............................................................................................ 78
6.3 Inspection ......................................................................................... 78
6.4 Testing .............................................................................................. 79
6.5 Rejection ........................................................................................... 79
6.6 Remedial Works ................................................................................. 80
6.7 Royalties ........................................................................................... 80
7.0 COMMENCEMENT, DELAYS AND SUSPENSIONS ................................ 80
7.1 Commencement of work .................................................................... 80
7.2 Time of Completion, Compensation for Delay to Contractor’s
Negligence......................................................................................... 80
7.2.1 Reduction of Liquidated Damages ...............................................81
7.3 Programme ........................................................................................ 81
7.4 Extension of Time for Completion ...................................................... 82
7.5 Delays caused by Authorities ............................................................. 83
7.6 Rate of Progress ................................................................................. 83
-
8/18/2019 Capital Dredging Tender Document
7/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
7.7 Contractor’s responsibility ................................................................. 84
7.8 Suspension of Work ........................................................................... 84
7.9 Consequences of Suspension ............................................................. 84
7.10 Payment for Equipment and Materials in Event of Suspension ........ 84
7.11 Prolonged Suspension..................................................................... 85
7.12 Resumption of Work ....................................................................... 85
8.0 TESTS ON COMPLETION ........................................................................ 85
8.1 Contractors obligation .......................................................................... 85
8.2 Delayed Test ........................................................................................ 85
8.3 Retesting .............................................................................................. 86
8.4 Failure to Remedy Defects .................................................................... 86
9.0 EMPLOYER'S TAKING OVER .................................................................. 86
9.1 Taking over of the Works and Sections ............................................ 86 9.2 Taking Over of Parts of the Works ................................................... 87
9.3 Interference with Tests on Completion ............................................ 88
10.0 DEFECTS LIABILITY ............................................................................. 89
10.1 Completion of Outstanding Work and Remedying Defects ................... 89
10.2 Cost of Remedying Defects ................................................................. 89
10.3 Extension of Defects Notification Period .............................................. 90
10.4 Failure to Remedy Defects .................................................................. 90
10.5 Removal of Defective Work ................................................................. 91
10.6 Further Tests ..................................................................................... 91
10.7 Right of Access ................................................................................... 91
10.8 Contractor to Search .......................................................................... 91
10.9 Performance Certificate ...................................................................... 91
10.10 Unfulfilled Obligations ...................................................................... 92
10.11 Clearance of Site .............................................................................. 92
11.0 MEASUREMENT AND EVALUATION ..................................................... 92
11.1 Works to be measured .................................................................... 92
11.2 Method of Measurement ................................................................. 93
11.3 Evaluation ...................................................................................... 93
11.4 Omissions ...................................................................................... 94
12.0 VARIATIONS AND ADJUSTMENTS ....................................................... 94
12.1 Right to Vary ...................................................................................... 94
12.2 Variation procedure ........................................................................... 95
12.3 Price adjustment ................................................................................ 96
-
8/18/2019 Capital Dredging Tender Document
8/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
12.4 Payment in Applicable Currencies ...................................................... 96
12.5 Adjustments for Changes in Legislation .............................................. 96
13.0 CONTRACT PRICE AND PAYMENT ....................................................... 97
13.1 The Contract Price ............................................................................. 97
13.2 Advance Payment ............................................................................... 97
13.3 Application for Interim Payment Certificates ....................................... 97
13.4 Schedule of Payments ........................................................................ 98
13.5 Issue of Interim Payment Certificates ................................................. 98
13.6 Payment ............................................................................................. 99
13.7 Delayed Payment ............................................................................... 99
13.8 Retention Money ................................................................................ 99
13.9 Statement at Completion .................................................................. 100
13.10 Application for Final Payment Certificate ........................................ 100 13.11 Discharge ....................................................................................... 100
13.12 Issue of Final Payment Certificate .................................................. 101
13.13 Cessation of employer's Liability ..................................................... 101
13.14 Currencies of Payment ................................................................... 101
14.0 TERMINATION BY EMPLOYER ........................................................... 102
14.1 Notice to Correct .............................................................................. 102
14.2 Termination by Employer ................................................................. 102
14.3 Valuation at Date of Termination...................................................... 104
14.4 Payment after Termination ............................................................... 104
14.5 Employer’s Entitlement to Termination ............................................ 104
15.0 SUSPENSION AND TERMINATION BY CONTRACTOR ......................... 104
15.1 Contractor's Entitlement to Suspend Work ....................................... 104
15.2 Termination by Contractor ............................................................... 105
15.3 Cessation of Work and Removal of Contractor's Equipment .............. 106
15.4 Payment on Termination .................................................................. 106
16.0 RESPONSIBILITY ................................................................................ 106
16.1 Indemnities ...................................................................................... 106
16.2 Contractor's Care of the Works ......................................................... 107
16.3 Intellectual and Industrial Property Rights ....................................... 108
16.4 Limitation of Liability ....................................................................... 108
17.0 INSURANCE ........................................................................................ 109
17.1 General Requirements for Insurances ............................................... 109
17.2 Insurance for Contractor’s equipment .............................................. 110
-
8/18/2019 Capital Dredging Tender Document
9/195
-
8/18/2019 Capital Dredging Tender Document
10/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
2.3 Duties of the EMPLOYER’s Representative/ Engineer ......................... 127
3.0 THE SITE .............................................................................................. 127
3.1 General Site information. ................................................................... 127
4.0 SURVEYS AND LEVELS TO BE AGREED .............................................. 127
5.0 SETTING OUT THE WORKS ............................................................... 128
6.0 ORDER OF WORKS ............................................................................... 128
7.0 CO-ORDINATION AND INSPECTION OF WORKS ................................... 129
8.0 GENERAL CONDITIONS OF CONSTRUCTION AND ERECTION WORK... 129
9.0 Working in Monsoon ............................................................................. 129
10.0 CONTRACTOR'S WORKING AREA ....................................................... 129
11.0 TEMPORARY WORKS, OFFICE, JETTY, ETC. ..................................... 129
12.0 OPERATIONS OF THE EMPLOYER AND OTHERS ............................... 130
13.0 PORT RULES ...................................................................................... 13014.0 EXISTING SERVICES. ........................................................................ 131
15.0 ENTRY ON PRIVATE OR OTHER PROPERTY ....................................... 131
16.0 NOTICE OF OPERATIONS .................................................................. 131
17.0 SECURITY AND SAFETY..................................................................... 132
18.0 RETURNS AND DRAWINGS ................................................................ 132
19.0 POSSESSION PRIOR TO COMPLETION .............................................. 132
20.0 COMPLETION DOCUMENTS .............................................................. 133
21.0 WATER AND POWER SUPPLY ............................................................ 133
22.0 DISPUTE IN MODE OF MEASUREMENT ............................................ 133
23.0 INCOME TAX...................................................................................... 133
24.0 FACITITIES TO BE PROVIDED BY CONTRACTOR .............................. 133
25.0 ENVIRONMENTAL MONITORING ........................................................ 134
26.0 HEALTH SAFETY AND ENVIRONMENT, RISK & HAZARD ................... 135
27.0 CODES, STANDARDS AND SPECIFICATIONS...................................... 135
Section – VI TECHNICAL SPECIFICATIONS……………………………………… 136
1.0 WORKS .............................................................................................. 137
1.1 Scope of work:.................................................................................... 137
1.2 Dredging Depths ................................................................................ 137
1.3 Disposal Locations ............................................................................. 137
1.4 Works ................................................................................................ 138
1.5 Associated Works ............................................................................... 138
1.6 Tolerance and side Slopes .................................................................. 138
-
8/18/2019 Capital Dredging Tender Document
11/195
-
8/18/2019 Capital Dredging Tender Document
12/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
10.2.3 Procedure for Dry Filling…………………………………………………. 150
10.3 Reclamation at Designated areas ...................................................... 151
10.4 Back Wash Water Management ........................................................ 152
10.5 Onshore Pumping /Offtake Point ..................................................... 15310.6 Offshore disposal .............................................................................153
SECTION – VII APPENDIX .......................................................................... 154
APPENDIX TO TENDER (1 of 3) ................................................................... 155
APPENDIX TO TENDER (2 of 3) ................................................................... 156
APPENDIX TO TENDER (3 of 3) ................................................................... 157
Section – VIII ANNEXURES ....................................................................... 158
ANNEXURE-1 EXCEPTIONS AND DEVIATIONS ........................................... 159
ANNEXURE-2 PROFORMA OF POWER OF ATTORNEY ................................ 160ANNEXURE-3 AGREEMENT ........................................................................ 162
ANNEXURE-4 PROFORMA OF BANK GUARANTEE FOR PERFORMANCESECURITY .................................................................................................. 164
ANNEXURE–5 PROFORMA FOR BANK GUARANTEE FOR EARNESTMONEYDEPOSIT ......................................................................................... 167
ANNEXURE-6 DETAILS OF PAST EXPERIENCE OF CONTRACTOR FOR
SIMILAR DREDGING WORK .................................................. 169
ANNEXURE -7 CONCURENT COMMITMENTS OF THE BIDDER .................. 170
ANNEXURE-8 LIST OF DREDGERS AND OTHER MAJOR EQUIPMENT
PROPOSED FOR THE WORK ................................................ 171
ANNEXURE-9 COMPANY GENERAL INFORMATION ................................... 172
ANNEXURE–10 METHOD STATEMENT ....................................................... 173
ANNEXURE-11 PROPOSED SITE ORGANIZATION...................................... 174
ANNEXURE-12 WORK SCHEDULE & HISTOGRAM .................................... 175
ANNEXURE–13 Format for Pre bid queries by Bidders ................................ 176
ANNEXURE-14 UNDERTAKING.................................................................. 177
ANNEXURE-15 Security Clearance ............................................................. 178
ANNEXURE-16 Bid Submission Letter ....................................................... 181
ANNEXURE-17 Financial Turnover of the Firm / Company ........................ 184
ANNEXURE-18 LIST OF DRAWINGS .......................................................... 185
ANNEXURE-19 Checklist for Technical Bid (Cover 1) & Price Bid (Cover 2)..186
DRAWINGS………………………………………………………………………………….187
REPORT ON SOIL INVESTIGATION.........................................................................188
-
8/18/2019 Capital Dredging Tender Document
13/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Section – I
Notice Inviting Tenders
-
8/18/2019 Capital Dredging Tender Document
14/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
KAMARAJAR PORT LIMITED
(A Govt. of India Undertaking.)
1. 0 NOTICE INVITING TENDER
Online Global tenders through e-procurement mode are invited by Kamarajar
Port Limited (EMPLOYER) for executing the work of “Capital Dredging Phase-
III at Kamarajar Port” under Single Stage Two Cover System (Cover 1 – Pre-
Qualification cum Technical and Cover II – Price Bid) from the experienced
Dredging Contractors with proven Technical and Financial capabilities for
executing Capital Dredging and Reclamation works of approximately 9.00
Million cubic metres, details as in the bid reference table below
Tender No: KPL/OP/CD-PH-III/2015
Name of the workCapital Dredging Phase III atKamarajar Port
Fees of tender paper (non-refundable in INR)Rs.52,000/-(Rupees Fifty Two
Thousand Only)
Estimated value of work put to tender (inINR)
Rs.405,00,33,000/- (RupeesFour hundred Five Crores Thirtythree Thousand only)
Period of contract including mobilisation anddemobilisation
20 months
EMD (in INR)Rs.4,05,00,330/- (Rupees FourCrore Five Lakhs Three Hundredand Thirty only)
Period of Online issue of tender documents 23.01.2015 to 13.02.2015Last date of Receiving Queries / Clarifications 02.02.2015
Anticipated date of Authority responses toqueries
06.02.2015
Pre-bid Meeting, time and Place
06.02.2015 at 11:30 Hrs at theKamarajar Port Limited, TradeFacilitation Centre, Rajaji SalaiChennai
Last date & time for online submission of Bid 14.02.2015 at 15:00 Hrs
Date, time and Place of opening of Technical
Bid
16.02.2015 at 15:30 Hrs atPort Administrative Building,
Kamarajar Port Limited, VallurPost, Chennai - 600120.
Date, Time, and Place of opening of Price Bid Shall be intimated to the bidders
1.01
The complete tender document including drawings can be downloaded
from KPL website: www.ennoreport.gov.inand e-procurement portal link
and submit online as tender offer on or before the due date and time of
submission. The tenderer shall pay Rs.52,000/-inclusive of VAT (Rupees
-
8/18/2019 Capital Dredging Tender Document
15/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Fifty Two thousand only), towards the cost of tender in the form of
Demand Draft (DD) /Bankers Cheque (BC) / Pay Order (PO). The
Tenderer shall upload the scanned copy of the DD/BC/PO towards the
cost of tender set as proof of payment in the tender document i.e.
Technical bid while submitting the tender electronically in the e-
procurement Portal. The DD / BC / PO in original shall be forwarded
along with EMD amount to reach EMPLOYER before opening the
technical bid. Mere uploading of proof of DD / BC / PO towards cost in
the e-procurement portal and non-submission in original to EMPLOYER
may lead to rejection of bids.
1.02
1.02 One set of tender document consists of two volumes (Volumes-I &
II). Volume-I (Pre-Qualification cum Technical Bid) comprises all
Technical offer documents including drawings and other data and
Volume-II (Financial Bid) comprises of Price bid documents.
1.03
The EMD of Rs.4,05,00,330/- (Rupees Four Crores, Five Lakhs Three
Hundred and Thirty only) shall be paid as described in the Tender
Document.
●
The EMD shall be submitted in the form of BG/DD/BC/PO from
Nationalized Bank/Scheduled bank in favour of “Kamarajar Port Limited”
payable at Chennai.
●
The proof of EMD shall be uploaded as a scanned copy of the instrument
through e-procurement mode under the Tender Document i.e. Technical
Bid while submitting tender electronically in the e-procurement portal. The original EMD must reach Kamarajar Port Limited in the
corresponding address before opening of Technical Bid as per the date
and time given in this tender. Mere uploading of EMD document in the
portal and non-submission of the original EMD at the address given
below before the Technical Bid opening date & time will lead to rejection
of bids.
The General Manager
(Corporate Strategy and Business Development)
Kamarajar Port Limited
No.23, Rajaji Salai
Chennai – 600 001
●
The original EMD instrument (BG/DD/BC/PO should be sealed in an
envelope) can also be dropped in the Tender Box kept at the above
address.
-
8/18/2019 Capital Dredging Tender Document
16/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
●
The tender (offer) should be submitted by the Tenderer, only through e-
procurement mode as explained in the Tender Document in section
“INSTRUCTIONS FOR ONLINE BID SUBMISSION”.
1.04
The offer (both Techno-Commercial & Price) must be valid for a minimum
of 180 days from the last date of online submission of offer; otherwise theoffer shall be rejected as non-responsive.
1.05
First preference shall be given to the lowest commercial offer. However
the Employer do not bind themselves to accept the lowest or any tender
and reserve the right to accept any tender in full or part or to reject any
tender without assigning any reason there for.
1.06
Pre-bid meeting will be conducted at Trade Facilitation Centre of
Kamarajar Port Limited, RajajiSalai, Chennai – 600 001 on the date and
time indicated in the bid reference table.
1.07
The Prospective Bidders, who need clarifications on any specific issue, if
any, shall submit the same addressed to the General Manager
(Corporate Strategy and Business Development), Kamarajar Port
Limited, Chennai-600120 before the date and time indicated in bid
reference table. No queries / clarifications shall be entertained after the
date and time indicated in Online bid reference. The bidders queries will
be clarified through e-procurement portal and notification in this regard
will be issued through www.ennoreport.gov.in and e-procurement portal
link.
1.08
The due date and time of online submission of offers will be as indicated
in the Online Bid Reference, unless otherwise notified. In the event of
changes in the schedules, the General Manager (Corporate Strategy and
Business Development), Kamarajar Port Limited shall notify the same
only through www.ennoreport.gov.in and e-procurement portal link.
1.09
If the offers are not received according to the instructions detailed here
above, they shall be liable for rejection.
The General Manager
(Corporate Strategy and Business Development)Kamarajar Port LimitedNo.23, RajajiSalai
Chennai – 600 001T: +91-44 25251666 – 70F: +91-44 25251665M: [email protected] [email protected] W: www.ennoreport.com
-
8/18/2019 Capital Dredging Tender Document
17/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Section – II
Introduction
-
8/18/2019 Capital Dredging Tender Document
18/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
1.0 GENERAL INFORMATION
Kamarajar Port Ltd, formerly known as Ennore Port Ltd, the 12th Major Port of
India is located about 11 nautical miles to the north of Chennai port along the
Coromandel Coast in the State of Tamil Nadu at latitude 13º50.50’ North and
longitude 80º20.25’ East. The Port was incorporated as a corporate entity,
Kamarajar Port Limited (EMPLOYER), under the Indian Companies Act of1956
on 11th October, 1999.
The Port is connected to the National Highways NH 4, NH 5 and NH
45.Kamarajar Port is connected to the trunk routes of Indian railways at
Attipattu and Attipattu Pudunagar Stations located in the Chennai-Guntur
section of the Southern Railway on the Chennai-Delhi/Kolkata routes.
1.01
Present status
EMPLOYER is operating the Port as a landlord port limiting its functions to
over all planning for development, mobilization of investment for development,
conservancy of the port, regulatory aspects, environment monitoring, dredging
the berth areas, port basin and approach channel to provide adequate water
depths for the safe navigation of ships, installation of navigational aids/fire-
fighting facilities, road and rail connectivity and facilitating supply of water and
electricity. The development and operation of individual cargo terminals are
entrusted to private operators/ captive users.
Kamarajar Port consists of a harbour basin protected by two breakwaters onthe northern/eastern side and the southern side. The north/east break water
is 3080 m long while the south breakwater is 1070 m long and Kamarajar Port
has 6 berths as of now, capable of serving the varied needs of the maritime
industry. During the first phase of the Port development two coal wharves to
accommodate two Panamax size vessels. Of late, the Port has expanded its
capacity by developing a Liquid Cargo handling Terminal, Common User Coal
Terminal and Iron Ore Terminal on BOT under PPP mode and developed with
its own investment, a General Cargo Berth for handling automobile exports and
general merchandise. The present capacity of the port is 30Million Metric
Tonnes per Annum (MTPA).
Recently, to cater to the deep draught vessels at EMPLOYER, the port has
carried out the Capital Dredging Phase-II at an investment cost of Rs.200
crores i.e., the outer approach channel of (-) 20.00m CD, inner channel of (-)
19.00mCD and basin of (-) 18.50m CD.
-
8/18/2019 Capital Dredging Tender Document
19/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
1.02
Port Expansion Proposal
To meet the growing demand in the hinterland and trade, and based on
availability of water front and land, EMPLOYER has initiated action for
developing the following terminals through BOT / Captive basis.
1.02.1 Development of Container terminal of 16.8 MTPA:
Kamarajar Port has initiated action for development of Container Terminal on
DBFOT basis of berth length of 730 m in phased manner (Phase I, 400mlength
and phase II, 330 m length). Concession Agreement was signed with
M/s. Adani Ports & Special Economic Zone Private Limited. The Schedule of
commissioning the terminal is by January 2017. However, the concessioner
has planned to operate the terminal by June 2016.
1.02.2 Development of Multipurpose Cargo Terminal of 2 MTPA:
The port has awarded the project to M/s Chettinad Builders Pvt. Ltd for the
development of Multi Cargo Terminal on DBFOT basis with a capacity of
2MTPA at an investment cost if Rs. 151 Crores. The construction of the
terminal activities will commence by February 2015
1.02.3 Additional two coal berths for TNEB:
Considering the expansion of the existing thermal power plants of TNEB and
new TNEB - NTPC JV project, TNEB had requested EMPLOYER to establish
additional two coal berths, i.e., CB No.3 & CB No.4. The contract for
construction of berth has been awarded and the terminals scheduled to be
operational 2017.
1.02.4 Liquefied Natural Gas (LNG) Import Terminal of 5 MTPA:
IOCL has initiated action for development of LNG Terminal with regasification
terminal. IOCL has planned to commission the project by2017-18.
2.0
BRIEF BACKGROUND OF PROJECT:
This project is taken up as a part of the capacity addition plan of Kamarajar
Port, it is proposed to dredge in front of the proposed Container berth Phase - I,
Multi Cargo berth and Coal Berth-3 & 4 and approaches to the referred berths
by expanding the basin through Capital Dredging and reclamation at an
estimated quantity of about 9.0 Million Cubic Meter.
-
8/18/2019 Capital Dredging Tender Document
20/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
3.0 SITE INFORMATION
3.01 General
Site information is given as guidance and EMPLOYER is not responsible for the
accuracy thereof. The Contractor shall conduct necessary studies and satisfy
himself regarding meteorological, oceanographic, hydrographic conditions.
3.02 Location of Port
Kamarajar Port is situated at 24 kms North of Chennai Port at Latitude 13° 15’
N and Longitude 80° 20’ E. The Navigable area consists of an approach
channel of about 5.10 km. with a width of 270 mtrs and scheduled depth is –
20 m CD at channel, –18.5m CD at basin, and some of the existing berth is at – 15.0m CD.
3.03 Tides
The tides at Ennore are very similar to the tides at Chennai, where the tides
are semi-diurnal with a tide range, relative to the Chart Datum (CD) as follows:
Highest High Water Level (HHWL) + 1.50 m
Mean High Water Springs (MHWS) + 1.10 m
Mean High Water Neaps (MHWN) + 0.80 m
Mean Sea Level (MSL) + 0.65 m
Mean Low Water Neaps (MLWN) + 0.40 m
Mean Low Water Springs (MLWS) + 0.10 m
Lowest Low Water Level (LLWL) - 0.10 m
3.04 Wind
The site is located on the East Coast, exposed to Southwest and Northeast
monsoon. The wind is predominantly Southwest direction during SW monsoon
from June to September and from NE to NW during NE monsoon from October
to January.
3.05 Currents and Waves
During the northeast monsoon, the current is directed southwards and in
southwest monsoon the current is directed northwards. The currents in the
-
8/18/2019 Capital Dredging Tender Document
21/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
coastal zone are approximately 0.15 to 0.25 m/s. The basin is well protected
from the wave action and the maximum wave height in the basin is limited to
0.50 m only.
3.06 Meteorology
The wind rose shows the largest frequencies of occurrence from north eastern
and south western directions. This corresponds with the monsoon season and
is in accordance with more general data of the western part of the Bay of
Bengal. Southern to south eastern wind directions also occur rather
frequently, mainly during the transition period between the two monsoons.
3.07 Rainfall
More than 60% of the annual rainfall takes place during the NE monsoon
(October to December). The average monthly rainfall in the period 1972 – 1983varied from 1mm in March / April to 416 mm in November. The total annual
rainfall shows considerable variation over the years, from 550 mm in 1982 to
1522 mm in 1975.
3.08 Air temperature
The average monthly air temperature varies between 37°C in May and June to
about 29°C during December and January. The average minimum
temperatures vary between 28°C in May and June and 21°C in January and
February.
3.09 Relative humidity
Ennore generally experiences high humidity. The average maximum values of
the relative humidity remain high throughout the year (above 90%). The
average minimum monthly values are between 25% in May and 48% in
November.
3.10 Visibility
The visibility at Ennore area is more than 20 km for most part of the year,
occasionally extending to 50 km. On an average, visibility is between 4 and 10
km for 40 days in a year, and less than 4 km for 4 days in a year.
3.11 Shipping Traffic Details
At present the number of vessels calling the Port is around 22 ships per
month. The port mainly handles coal, POL vessels at berth and car carriers.
-
8/18/2019 Capital Dredging Tender Document
22/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Table showing no. of vessels visited Kamarajar Port for the past five years is
listed below for guidance.
SL.NoYear (April –
March)Coal TNEB
CoalCICTPL
Automobiles MLT
1 2009-10 172 - - 77
2 2010-11 165 10 22 87
3 2011-12 172 69 52 92
4 2012-13 174 100 80 121
5 2013-14 240 154 120 175
4.0
PURPOSE OF THIS BID DOCUMENT
The purpose of this Bid Document is to, inter alia:
●
Provide an overview of the brief detail of Project, set out the terms and
conditions of the Contract and the Scope of Work;
●
Specify the terms and procedures governing the process for submission
of Technical cum PQ Bid and Price Bid and selection of the sound
&capable Bidders; and
●
Outline the eligibility and evaluation criteria.
5.0
STRUCTURE OF BID DOCUMENT
1. Cover – 1 Pre-Qualification Cu.m Technical Bid
2. Cover – 2 Price Bid
6.0 CONFIDENTIALITY
Any and all information or data provided in this Bid Document and shared
with the Bidder pursuant hereto is and must be treated by the Bidder and their
respective JV/Consortium Members and their employees, consultants, agents
and other representatives as confidential information. Moreover, any suchinformation may not be reproduced or distributed by the recipient to third
parties (other than in confidence to the recipient's professional advisors).
7.0 DISCLAIMER
This bid document is property of Kamarajar Port Limited. The same shall not
be reproduced and used for any other purpose without necessary permission.
-
8/18/2019 Capital Dredging Tender Document
23/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
Section – III
Instruction to Bidders
-
8/18/2019 Capital Dredging Tender Document
24/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
1.0 BRIEF DESCRIPTION OF WORK
EMPLOYER (Kamarajar Port Limited) proposes works as indicated below under
this scope of this tender:
1.01 Brief Scope of work:
Capital Dredging of Container and Multi Cargo Berths and its
approaches
Capital Dredging of Coal berth 3 & 4 and its approaches
Removal of onshore boulders and transporting to designated area
Removal of offshore boulders and transporting to designated area
Removal of offshore identified debris / wrecks and any other
obstructions.
Environmental Monitoring.
1.02 Assured Dredging Depths
DescriptionFrom Existing Depth To
Assured Designed Depth.
Container Berth -16.0 M CD
Multi-Cargo Berth -16.0 M CD
Approaches to Multi-cargo & Container berths -16.5M CD
Coal Berth No. 3 &No. 4 -18.0 M CD
Approaches to Coal Berths 3 & 4 -18.5 M CD
1.03 Disposal Locations
The excavated / dredged material to be disposed in locations as indicated
below:
Description AreaDisposal
Volume (Cu.m)
Dry excavated material for
reclamation and compaction.Area A 300,000
Bund formation from dry
excavated material
Area B, C& D
400,000Balance of dry excavated
material
Area E, Low Lying area /
North Beach area (average
lead distance of five Kms)
Hydraulic fill with dredged
material & StockpileArea B, C& D 2,500,000
Sea Dumping Off Shore Disposal 5,800,000
-
8/18/2019 Capital Dredging Tender Document
25/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
The work involves Capital Dredging at Container Berths, Multi-cargo Berth and
Coal Berths No.3&No.4and their approaches with an approximate quantity of
9.0Million Cubic Metres with a variation of ± 25%. This quantity includes an
approximate quantity of 0.70 Million Cubic Metres of dry excavation upto CD
0.00 level. Around 300,000 Cubic Metres of this dry excavated material is to be
filled in reclamation area “A” as marked in drawing no. KPL-DS-CD-PH-043-
2015-004. Balance quantity of about 400,000 cubic meter of the dry excavated
material is to be disposed as directed by the ENGINEER / EMPLOYER for the
formation of bunds, filling of Area E, low lying areas inside the Port premises
and adjoining North beach in the drawing no. KPL-DS-CD-PH-043-2015-003,
with average lead distance of five kilometres
Reclamation area “B”, “C”& “D” are to be hydraulically reclaimed which can
retain an approximate quantity of 2.5 Million Cubic Metres including stock
piling. The remaining quantity of approximately 5.8Million Cubic Metres is to
be dumped in the designated off shore dump area as marked in the drawing
no.KPL-DS-CD-PH-043-2015-003
1.04
Equipment Capability for Dredging and Reclamation works
Dredger(s) capable of dredging to a depth of at least 22 meters as specified
along with compatible equipment and associated marine spread
Survey spread for carrying out the hydrographic and topographic surveys
for monitoring and measurement of the dredging works.
Dredging and transporting the dredged material to the onshore landfill /reclamation area with a lead of about 5.0 km from the dredging area and
capable of height of about 10 m for stockpiling.
Dredging and transporting the dredged material to the designated offshore
disposal location with a lead of about 4.0 Nautical Miles from the tip of
north breakwater to the central point of disposal ground measuring 5.0 km
x 5.0 Km.
1.05 Others
The material to be dredged mainly consists of sand, silt and clay and its
mixtures. Bidder to mobilise equipment required for the capital dredging
including dry excavation, reclamation and offshore disposal, pre, interim and
post dredging and reclamation / topographic survey. The bidder shall also
mobilize equipment for removal of boulders and debris both off shore and
onshore.
-
8/18/2019 Capital Dredging Tender Document
26/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
The bidder shall take all reasonable steps to protect the environment including
monitoring.
2.0 MINIMUM ELIGIBILITY CRITERIA
2.1Average annual financial turnover of the tenderer during the latest three
audited years (2011-12, 2012-13, 2013-14) shall be at least
Rs.1275.0Million. For this purpose last three occurring financial years will
be considered. (The Audited Balance Sheet shall be enclosed).
2.2Similar Works successfully completed by the Bidder during the last seven
years: (Completion Certificates issued by the Client / Employer shall
be enclosed for each eligible project.)
●
At least one dredging work of not less than Rs.324,00,26,400/- or 7.20Million Cu.m.
OR
●
At least two dredging works not less than Rs. 202,50,16,500/- or 4.50
Million Cu.m each.
OR
●
At least three dredging works not less than Rs.162,00,13,200/- or 3.60
Million Cu.m each.
Definition of Similar Work:
Similar dredging works means successfully completed dredging and
reclamation works in large scale and capability of offshore disposal of dredged
soil using suitable dredging equipment.
2.3 Equipment and Experience
The bidder should mobilise suitable dredging and reclamation spread capable
of executing the dredging work within the time schedule. The documentary
evidence about the capability, experience in the relevant field and financial
status to be furnished along with the offer are:-
●
Details of dredging work executed in last 7 years, type of dredging work
executed, details of dredgers deployed, quantity, scheduled period of
execution, date of commencement and date of completion and
certificate/testimonials from the concerned clients regarding successful
completion of the job. (Ref: Annexure – 6)
-
8/18/2019 Capital Dredging Tender Document
27/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
●
Details of dredger(s) and other supporting crafts and facilities including
discharge pipeline etc. available and proposed to be deployed and their
mobilisation time to this site. (Ref: Annexure –8)
●
Capability of the firm in carrying out pre, progressive and post
topographic and bathymetric surveys.
●
Name and curriculum vitae of dredging team and surveyors proposed to
be deployed.
●
Registration details of the firm, name of bankers, company profile,
solvency certificate and financial position of the firm during the last five
years.
2.4 Conflict of Interest
2.4.1 Tenderer shall not have a conflict of interest that may affect the Selection
Process or the Contract (the “Conflict of Interest”). Any tenderer foundto have a Conflict of Interest shall be disqualified. In the event of
disqualification, the Authority shall forfeit and appropriate the Bid
Security as mutually agreed genuine pre-estimated compensation and
damages payable to the Authority for, inter alia, the time, cost and effort
of the Authority including consideration of such Applicant’s Proposal,
without prejudice to any other right or remedy that may be available to
the Authority hereunder or otherwise.
2.4.2 The Authority requires that the Contractor provides professional,
objective, and impartial advice and at all times hold the Authority’sinterests paramount, avoid conflicts with other assignments or its own
interests, and act without any consideration for future work. The
Contractor shall not accept or engage in any assignment that would be in
conflict with its prior or current obligations to other clients, or that may
place it in a position of not being able to carry out the assignment in the
best interests of the Authority.
2.4.3 Tenderer shall be deemed to have a Conflict of Interest affecting the
Selection Process, if:
a)
the tenderer its consortium member (the “Member”) or Associate (or
any constituent thereof) and any other Applicant, its consortium
member or Associate (or any constituent thereof) have common
controlling shareholders or other ownership interest; provided that
this disqualification shall not apply in cases where the direct or
indirect shareholding or ownership interest of an tenderer, its
Member or Associate (or any shareholder thereof having a
-
8/18/2019 Capital Dredging Tender Document
28/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
shareholding more than 5 per cent of the paid up and subscribed
share capital of such tenderer, Member or Associate, as the case
may be) in the other tenderer, its consortium member or Associate is
less than 5% (five per cent) of the subscribed and paid up equity
share capital thereof; provided further that this disqualification shall
not apply to any ownership by a bank, insurance company, pension
fund or a public financial institution referred to in Section 4A of the
Companies Act, 1956 For the purposes of this Clause 2.4.3(a),
indirect shareholding held through one or more intermediate
persons shall be computed as follows: (aa) where any intermediary is
controlled by a person through management control or otherwise,
the entire shareholding held by such controlled intermediary in any
other person (the “Subject Person”) shall be taken into account for
computing the shareholding of such controlling person in the
Subject Person; and (bb) subject always to sub-clause (aa) above,
where a person does not exercise control over intermediary, which
has shareholding in the Subject Person, the computation of indirect
shareholding of such person in the Subject Person shall be
undertaken on a proportionate basis; provided, however, that no
such shareholding shall be reckoned under this sub-clause (bb) if
the shareholding of such person in the intermediary is less than
26% (twenty six per cent) of the subscribed and paid up equity
shareholding of such intermediary; or
b)
a constituent of such tenderer is also a constituent of another
tenderer; or
c)
such tenderer or its Associate receives or has received any direct or
indirect subsidy or grant from any other tenderer or its Associate; or
d)
such tenderer has the same legal representative for purposes of this
tender as any other tenderer; or
e)
such tenderer has a relationship with another tenderer, directly or
through common third parties, that puts them in a position to have
access to each others’ information about, or to influence the tender
of either or each of the other tenderer; or
f)
there is a conflict among this and other contract assignments of the
tenderer (including its personnel and Sub-contractor) and any
subsidiaries or entities controlled by such tenderer or having
common controlling shareholders. The duties of the Consultant will
depend on the circumstances of each case. While providing Contract
services to the Authority for this particular contract, the tenderer
-
8/18/2019 Capital Dredging Tender Document
29/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
shall not take up any contract that by its nature will result in
conflict with the present contract; or
g)
a firm which has been engaged by the Authority to provide goods or
works or services for a project, and its Associates, will bedisqualified from providing contract services for the same project
save and except as provided in Clause 2.4.4; conversely, a firm hired
to provide contract services for the preparation or implementation of
a project, and its Members or Associates, will be disqualified from
subsequently providing goods or works or services related to the
same project; or
h)
the tenderer, its Member or Associate (or any constituent thereof),
and the tenderer or Concessionaire, if any, for the Project, its
contractor(s) or sub-contractor(s) (or any constituent thereof) have
common controlling shareholders or other ownership interest;
provided that this disqualification shall not apply in cases where the
direct or indirect shareholding or ownership interest of a tenderer,
its Member or Associate (or any shareholder thereof having a
shareholding of more than 5% (five per cent) of the paid up and
subscribed share capital of such tenderer, Member or Associate, as
the case may be,) in the tenderer or Concessionaire, if any, or its
contractor(s) or sub-contractor(s) is less than 5% (five per cent) of
the paid up and subscribed share capital of such Concessionaire or
its contractor(s) or subcontractor(s); provided further that this
disqualification shall not apply to ownership by a bank, insurance
company, pension fund or a Public Financial Institution referred to
in section 4A of the Companies Act, 1956. For the purposes of this
sub-clause (h), indirect shareholding shall be computed in
accordance with the provisions of sub-clause (a) above
For purposes of this tender, Associate means, in relation to the tenderer,
a person who controls, is controlled by, or is under the common control
with such tenderer (the “Associate”). As used in this definition, the
expression “control” means, with respect to a person which is acompany or corporation, the ownership, directly or indirectly, of more
than 50% (fifty per cent) of the voting shares of such person, and with
respect to a person which is not a company or corporation, the power to
direct the management and policies of such person by operation of law or
by contract.
-
8/18/2019 Capital Dredging Tender Document
30/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
2.4.4 A tenderer eventually appointed to provide contract for this Project, and
its Associates, shall be disqualified from subsequently providing goods or
works or services related to the construction and operation of the same
Project and any breach of this obligation shall be construed as Conflict of
Interest; provided that the restriction herein shall not apply after a period
of 5 (five) years from the completion of this assignment or to contract
assignments granted by banks/ lenders at any time; provided further
that this restriction shall not apply to contract services performed for the
Authority in continuation of this contract or to any subsequent contract
services performed for the Authority in accordance with the rules of the
Authority. For the avoidance of doubt, an entity affiliated with the
tenderer shall include a partner in the contract firm or a person who
holds more than 5% (five per cent) of the subscribed and paid up share
capital of the Contract, as the case may be, and any Associate thereof.
2.5 Black listed Companies
Contractors who have been black listed or banned still in force by any
Major Port Trust, Central or State Government agencies shall not be
eligible to take part in this tender.
3.0 BIDS BY JOINT VENTURE/CONSORTIUM
Two or more bidders but not more than three may form a “Joint Venture
or a consortium” among themselves or by including some other firms
having required expertise/ experience and submit the offer in the nameof “Joint Venture” company.
Bids submitted by a Joint venture / Consortium shall comply with the
following requirements:
a)
The Bid, and in case of a successful Bid, the Form of Agreement, shall be
signed so as to be legally binding on all partners;
b)
A member of JV firm shall not be permitted to participate either in
individual capacity or as a member of another JV firm in the same Bid.
c)
In case of JV, the Bid shall be submitted only in the name of the JV firm
and not in the name of any constituent member
d)
One of the partners shall be nominated as being in charge(lead partner);
and this authorization shall be evidenced by submitting a power of
attorney signed by legally authorized signatories of all the partners.
-
8/18/2019 Capital Dredging Tender Document
31/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
e)
the partner in charge (lead partner) shall be authorized to incur liabilities
and receive instructions for and on behalf of any or all of the partners of
the joint venture and the entire execution of the contract including
payment shall be done exclusively with the partner in charge;
f)
all partners of a joint venture shall be jointly and severally liable forexecution of the contract in accordance with the contract terms, and a
relevant statement to this effect shall be included in the authorization
mentioned under (b) above as well as in the Bid Form and the Form of
Agreement (in case of a successful Bid);
g)
A scanned copy of certified copy of the agreement entered into by the
joint venture partners shall be attached in the online Bid. Bidder shall
produce original copy of agreement whenever demanded by the
Employer. The complete details of the members of the JV firm, their
share and responsibility in the JV firm etc. particularly with reference to
financial technical and other obligations shall be furnished in the
agreement.
h)
Once the bid is submitted the agreement shall not be
modified/altered/terminated during the validity of the bid. In case the
bid fails to observe/comply with this stipulation, the full bid security
shall be forfeited. In case of successful/qualified bidder, the validity of
this agreement shall be extended until the contract expires.
i)
In case of successful bidder, the validity of the bid security shall be
extended until the contract expires.
j)
In case of JV/consortium, lead partner must satisfy minimum eligibility
criteria of similar work of the estimated cost put to Bid as per clause 2.0
of this section (Ref: Clause 2.2 of Section – IV GCC )
k)
One of the members of the JV firm shall be the lead members of the JV
firm who shall have a majority (at least 51%) share of interest in the JV
firm. The other members shall have a share of not less than 20% each in
case of JV firms.
l)
Documents to be enclosed by the JV firm along with the Bid
i.
Notary certified copy of the Partnership Deed.
ii.
Consent of all the partners to enter into the Joint Venture Agreement
on a stamp paper of appropriate value (in original).
iii.
Power of Attorney (duly registered as per prevailing law) in favour of
one of the partners to sign the MOU and JV Agreement on behalf of
the partners and create liability against the firm.
-
8/18/2019 Capital Dredging Tender Document
32/195
-
8/18/2019 Capital Dredging Tender Document
33/195
-
8/18/2019 Capital Dredging Tender Document
34/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
(xii)
The bidder should read the terms & conditions and accept the same
to proceed further to submit the bids.
(xiii) The Bidder has to select the payment option as offline to pay the EMD
and tender document cost as applicable.
(xiv)
The details of the DD instrument / any other accepted instrument,
physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the
bid submitted will not be acceptable.
(xv) The bidder has to enter the password of the DSC / e-token and the
required bid documents have to be uploaded one by one as indicated.
(xvi) The bidder has to submit the relevant files required as indicated in
the cover content. In case of any irrelevant files, the bid will be
rejected / will not be accepted by the system.
(xvii)
The tendering system will give a successful bid updating message and
then a bid summary will be shown with the bid no., the date and time
of submission of the bid and all other relevant details. The bidder has
to submit the relevant documents required as indicated in the cover
content. In case of any irrelevant files, the bid will be rejected.
(xviii)
The bid summary has to be printed and kept as an acknowledgement
as a token of the submission of the bid.
(xix) The bid summary will act as a proof of bid submission for the subject
tender and will also act as an entry point to participate in the bid
opening date.
(xx) For any clarifications regarding the Tender, the bid number can be
used as a reference.
(xxi)
Bidder should log into the site well in advance for bid submission so
as to submit the bid in time (i.e.) on or before the bid submission
time. If there is any delay, due to other issues, bidder only is
responsible.
(xxii) Each document to be uploaded online for the tenders should be less
than 2 MB. If any document is more than 2MB, it can be reduced by
scanning at low resolution and the same can be uploaded.
(xxiii) 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.
(xxiv) All the data being entered by the bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data
-
8/18/2019 Capital Dredging Tender Document
35/195
-
8/18/2019 Capital Dredging Tender Document
36/195
-
8/18/2019 Capital Dredging Tender Document
37/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
e.
Bidders are advised to visit the site of the work, review the drawings,
and acquaint themselves of all site conditions prior to submission of
their bid. Failure to visit the site will in no way relieve the successful
bidder of any of the obligations in performing the work in accordance
with this Bid Document within the quoted price.
f.
If the bidders find discrepancies in or omission from the drawings,
specifications, or other documents, or have any doubts as to the
meaning or intent of any part thereof, they shall at once inform
EMPLOYER/Engineer who may send a written instruction or
explanation to all bidders. No oral interpretations shall be made by any
bidder as to the meaning of any of the provisions of the bid documents.
Every request for an interpretation shall be in writing addressed and
forwarded to the General Manager (Corporate Strategy and Business
Development)
g.
In formulating their bid, bidders shall have full regard to the contents of
the Bid Documents since the bid will be deemed to have been made after
taking into account all the provisions thereof. The agreement as finally
executed will include the Employer’s Bid Documents, the Bidder’s offer
as finally accepted by the EMPLOYER together with Addenda, bid
clarification and all correspondences exchanged between Kamarajar Port
and the bidder, if any.
h.
The bidders may please note that the EMPLOYER/Engineer will not
entertain any correspondence or queries on the status of the offers
received against this Bid. Bidders are also requested not to depute any
of their personnel or Agents to visit the Employer’s offices for making
such enquiries till finalisation of the bid.
i.
The bidders shall give an undertaking that they have not made any
payment or illegal gratification to any person / authority connected with
the bid process so as to influence the bid process and have not
committed any offence under the Prevention and Corruption Actin
connection with the bid. (Ref: Annexure –14)
j.
The bidders shall disclose any payments made or proposed to be made
to any intermediaries (agents etc.) in connection with the bid.
k.
Canvassing in any form by the bidder or by any other agency acting on
behalf of the bidder after submission of the bid may disqualify the said
bidder. The Employer’s decision in this regard shall be final and binding
on the bidder.
l.
The EMPLOYER may reject, accept or prefer any bid without assigning
any reason whatsoever. The EMPLOYER also reserves to himself the
-
8/18/2019 Capital Dredging Tender Document
38/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
right to accept any bid in part or parts only with such conditions as he
may prescribe.
m.
EMPLOYER will not be liable for any financial obligation in connection
with the work until such time the EMPLOYER has communicated to the
successful bidder in writing his decision to award the Work (covered bythe bid document issued to him).
n.
Telex/Telegraphic offers will not be considered. Bidders should prepare
their bid themselves. Bids submitted by agents will not be recognized.
o.
Bids received after the due date and time and any change in quotation
after the specified date will be rejected. EMPLOYER will not be
responsible for the loss of the bid document or for the delay in postal
transit for the documents prescribed to be submitted physically
p.
In case of an unscheduled holiday on the prescribed closing/opening
day of the bid, the next working day will be treated as the scheduledprescribed day of closing/opening of the bid.
q.
Bidders to note that the bids shall first be evaluated for minimum
eligibility criteria given in the tender call notice. Bidders not meeting the
eligibility criteria do not qualify.
r.
The word “Shall” indicates requirement and the work “Should” indicates
recommendation
6.0 TENDER FEE AND EARNEST MONEY DEPOSIT
a.
The tender fee of Rs. 52,000/- (Rupees Fifty Two Thousand Only) to be
submitted in form of Banker’s Cheque / Demand Draft in favour of
“Kamarajar Port Limited” Payable at Chennai.
b.
The EMD of Rs. 4,05,00,330/- (Rupees Four Crore Five Lakhs Three
Hundred and Thirty only) shall be paid as described in the Tender
Document. The EMD shall be submitted in the form of BG/DD/BC/PO
from Nationalized Bank/Scheduled bank in favour of “Kamarajar Port
Limited” payable at Chennai.
c.
The proof of Tender Fee and EMD shall be uploaded as a scanned copy ofthe instrument through e-procurement mode under the Tender
Document i.e. Technical Bid while submitting tender electronically in the
e-procurement portal. The original Tender Fee and EMD must reach
Kamarajar Port Limited in the corresponding address before opening of
Technical Bid as per the date and time given in this tender. Mere
uploading of Tender Fee and EMD document in the portal and non-
submission of the original Tender Fee and EMD at the address given
-
8/18/2019 Capital Dredging Tender Document
39/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
below before the Technical Bid opening date & time will lead to rejection
of bids.
d.
The original EMD instrument (BG/DD/BC/PO should be sealed in an
envelope) can also be dropped in the Tender Box kept at the address of
General Manager (Corporate Strategy and Business Development).
e.
Previous dues / deposits with Kamarajar Port Limited shall not be
accounted / adjusted towards Tender Fee and EMD.
f.
If any Bidder withdraws bid after EMPLOYER has accepted their bid than
this will be considered as default and accordingly EMD will be forfeited.
g.
EMD of all unsuccessful bidders shall be released within 30 days from
the issue date of Letter of Award to the successful bidder and submission
of requisite Performance Security by the successful bidder
7.0
PERFORMANCE SECURITY
a.
The successful bidder shall furnish the Performance Security in the
prescribed Format (Annexure 4) equivalent to 5% of the contract price in
the form of Bank Guarantee from a Nationalized / Scheduled Bank
acceptable to the EMPLOYER encashable at Chennai valid till the end of
scheduled completion date plus one month. In the event completion of
works is delayed beyond the scheduled completion date for any reasons
whatsoever, the contractor shall extend the validity of the bank
guarantee suitably to cover the period mentioned above.
b.
During the execution of the works In case of positive variation in thescope of work the Bidder maybe asked to provide additional Performance
Security amount of 5% against the additional scope of work but not vice-
versa.
8.0
RETENTION MONEY
a.
Retention money @ 10% of running account bill shall be deducted
subjected to maximum 5 % of Contract Amount.
9.0
BID SCHEDULE
Bid schedule and procedure shall be followed as per the NIT, however the
schedule is merely indicative in nature and EMPLOYER hereby reserves the
right, at its sole discretion and, from time to time and at any time to revise or
modify the aforesaid schedule (or any part thereof) by the issuance requisite
notice.
-
8/18/2019 Capital Dredging Tender Document
40/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
9.1 Pre-Bid Meeting:
Pre bid meeting will be conducted at Kamarajar Trade Facilitation Centre on
06.02.2015 at 11:30hrs at the address given below:
KAMARAJAR PORT LTD.,
Trade Facilitation Centre,
#23, Rajaji Salai, Chennai - 600 001,
Ph: +91-44- 25251666-70
Fax: +91-44- 25251665
The bidders who seek clarifications shall inform in writing at the address
mentioned below latest by 02.02.2015. No queries /clarifications shall be
entertained after 02.02.2015.
The General Manager
(Corporate Strategy and Business Development),
Kamarajar Port Limited,
No 23 Rajaji Salai (Near GPO)
Chennai – 600 001.Ph: +91-44-25251666-70, Fax: +91-44-25251665.
9.2 Bid Submission and opening of Technical Bid
a.
The last date for submission of tender is 15:00 hrson 14.02.2015. The
Technical bids will be opened on the next working day ie. 16.02.2015 at15:30 hrs. Any change in the bid submission and opening date shall be
intimated in advance through web site or individually to the interested
bidders
b.
At the time of Bid opening the EMPLOYER will permit one authorized
representative of each Bidder to be present provided such representative
presents to the EMPLOYER at that time, a letter duly signed by the Bidder
authorizing him to be present on behalf of the Bidder.
c.
Late bids/ bids delayed received after the stipulated last date and time for
receipt of bids, due to any reasons whatsoever will not be considered.
Kamarajar Port reserves the right to reject any or all the tenders without
assigning any reason thereof.
d.
Since bid opening is in the e-procurement mode, presence of bidder’s
representative is not mandatory.
e.
-
8/18/2019 Capital Dredging Tender Document
41/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
9.3 Commercial Bid opening
The Price bid shall be opened online. Date and time of opening of commercial
bid shall be intimated to the technically qualified bidders.
Price Bids of only those Bidders whose Technical proposals are complete and
acceptable shall be opened in the presence of Bidders or their authorized
representatives on a suitable day to be intimated separately later.
Since bid opening is in the e-procurement mode, presence of bidder’s
representative is not mandatory.
10.0 INSTRUCTIONS FOR ONLINE BID SUBMISSION
10.1 COVER – 1 DETAILS: TECHNICAL BID
This shall contain the following:-
i)
Bid Submission Letter (On letter head of the bidding firm as per
Annexure - 16)
ii)
Exceptions and Deviations (Annexure – 1)
iii)
Power of Attorney for Authorised Signatory of the firm (Annexure - 3)
iv)
EMD amount (If in BG as per Annexure – 5)
v)
Abstract of Experience as Dredging Contractor during the last seven
(7) years (Annexure – 6). Eligibility Assignment
vi)
Concurrent works (Annexure – 7)
vii)
List of Dredger and Equipment Proposed to be Deployed (Annexure- 8)
viii)
Company Information (Annexure – 9)
ix)
Method Statement (Annexure – 10)
x)
Site Organization, CV (Annexure – 11)
xi)
Proposed schedule, Equipment & Manpower Histogram (Annexure-12)
xii)
Undertaking by Bidder (Annexure – 14)
xiii)
Security clearance Details (Annexure – 15)
xiv)
Scanned copy of the Demand Draft towards bid document cost shall
be uploaded.
xv)
Scanned copy of DD / Banker Cheque / Pay Order towards EMD shall
be uploaded.
-
8/18/2019 Capital Dredging Tender Document
42/195
-
8/18/2019 Capital Dredging Tender Document
43/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
k)
The Port reserves the right to reject any tender which in its opinion is
non-responsive and no request for alteration, modification, substitution
or withdrawal shall be entertained by the Port in respect of such
Tenders.
l)
The EMPLOYER would have the right to review the Technical
Qualification and seek clarifications wherever necessary.
12.0 CLARIFICATION
Since the tender involves selection based on pre-qualification criteria, the
General Manager (Corporate Strategy and Business Development) or his
authorized officials of EMPLOYER will examine and seek clarification if any and
list out the firms, which are found technically suitable and Online Cover-2
Price Bid of such tenders only will be opened and EMD will be returned to the
disqualified tenderers.
a)
The date and time will be intimated to tenderers whose offers are found
suitable and Online Cover – 2 of such tenderers will be opened on the
specified date and time.
b)
The Fax/E-Mail offers will be treated as defective, invalid and rejected.
Only detailed complete offers received through online prior to closing
time and date of the tenders will be taken as valid.
13.0 PRICING OF BID
The offer shall include planning, mobilisation and demobilisation of suitable
Dredgers/Suitable machinery with floating/ shore pipeline and other required
crafts/ land based equipment including all items/materials, labour, tools,
fabrication, transportation, insurance, taxes, duties, consumables, overhead,
profit etc. necessary for execution of dredging / excavation and reclamation
works as described in the Bid Document.
14.0 CURRENCIES OF QUOTATION
All payments shall be in Indian Rupees. The Bidder’s shall quote the rates in
Indian Rupees. The Bidder shall not quote in any currency other than Indian
Rupees.
In case the bidder intends repatriating amounts to his home country, this shall
be as per the RBI guidelines. EMPLOYER will provide NO OBJECTION
CERTIFICATE for the same.
-
8/18/2019 Capital Dredging Tender Document
44/195
-
8/18/2019 Capital Dredging Tender Document
45/195
Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015
attached to this Bid Document. The current estimated siltation is about
2.0 lakhs cu.m per year
d)
If require