section - i notice inviting e-tender

21
SECTION - I NOTICE INVITING e-TENDER

Upload: others

Post on 15-Oct-2021

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SECTION - I NOTICE INVITING e-TENDER

SECTION - I

NOTICE INVITING e-TENDER

Page 2: SECTION - I NOTICE INVITING e-TENDER

2

Bhabha Atomic Research Centre

(Department of Atomic Energy, Government of India)

Research Reactor Services Division Trombay,

Mumbai, Maharashtra – 400 085

Website: http://www.barc.gov.in & www.tenderwizard.com/DAE

NOTICE INVITING e-TENDER

TENDER NOTICE NO: BARC/ RRSD /TN- 168 /2021-22 dt. 09-03-2021

Background: Bhabha Atomic Research Centre (BARC) is a research and development

organisation under the Department of Atomic Energy, Government of India. BARC intends

to upgrade sea-water intake structure by creating new structure near by the existing one to

augment the need of sea water to Dhruva Reactor. The existing intake facility is very old,

commissioned in 1955 and it has become difficult to maintain it due to aging of structures

and accumulation of silt in pump suction chamber as well as blocking of water flow path to

suction chamber. Over the years coastline migration toward pump caisson results in

accumulation of silt in the suction chambers, demanding intermittent desilting and local

dredging. To address the issues of siltation and aging, preliminary feasibility study was

conducted based on the secondary data in order to suggest a suitable option for the intake

system so as to extend the life of Dhruva reactor by 30 years (approx.). Accordingly, after

conducting preliminary study and deliberations, and also with due considerations to

sustainability, location, ease in construction, operation and maintenance, BARC has

finalized the most suitable option comprising an Open Channel Direct Intake type system

protected by the submerged Groynes, as shown section VI of this tender documents.

1. NIT Details

On line tender in Three parts i.e. (i) PART A1– Prequalification bid, (ii) PART A2 -

Technical bid, and (iii) PART B – Financial Bid are hereby invited through e-Tendering

mode on behalf of the President of India by Associate Director, Reactor Group, Bhabha

Atomic Research Centre, Trombay, Mumbai-400085 for “Consultancy for Detailed

Engineering Design of Civil, Mechanical, Electrical Works and assisting in obtaining

Statutory Clearances of Sea Water Intake System for Dhruva Reactor, Trombay, Mumbai”

from eligible consultants having adequate experience and capability in executing similar

works of such magnitude.

Page 3: SECTION - I NOTICE INVITING e-TENDER

3

1.1. DATA SHEET

Interested Parties may download the tender document from the site

www.tenderwizard.com/DAE and Detailed NIT is also available on the website

www.barc.gov.in for view only. E-payment of Tender Processing fee Rs. 5900/ is through

electronic mode (Non-returnable) in favour of M/s ITI Limited, New Delhi.

(i) Name of Work “Consultancy for Detailed Engineering Design of Civil,

Mechanical, Electrical Works and assisting in obtaining Statutory

Clearances of Sea Water Intake System for Dhruva Reactor,

Trombay, Mumbai –85”

(ii) Estimated Cost of the

Works

₹ 450 Lakhs- (Rupees Four Hundred Fifty Lakh Only)

(iii) Bid Security (known as

BSD)

Bid Security Declaration (refer Annexure 1)

(iv) Tender Processing Fee ₹ 5,900/- (Rupees Five Thousand Nine Hundred only) by e-

payment through electronic mode (Non-returnable) in favour of

M/s ITI Limited, New Delhi.

(v) Period of completion PART 1: Eighteen Months (18 months) for detailed studies &

Engineering Design including Statutory Clearances,

Detailed estimate, Preparation of Tender Documents

and awarding the work order for construction.

PART2: Twenty-four Months (24 months) or till final

completion for design support during construction,

procurement, installation, testing & commissioning of

the project.

(vi) Bidding procedure THREE PART BID PROCEDURE

1. PART A1: Prequalification bid (PQ), Refer SECTION II.

2. PART A2: Technical Bid, Refer SECTION III.

Evaluation of Technical Bids will be carried out to only those

Bids which qualifies in PQ evaluation.

3. PART B: Financial Bid, Refer SECTION IV.

Evaluation of Financial Bid will be carried out to only those

Bids which qualifies in Technical proposal evaluation.

Page 4: SECTION - I NOTICE INVITING e-TENDER

4

Online Submission of PART A1, PART A2 and PART B shall be

done altogether.

(vii) Method of Selection Evaluation of PQ Bids (PART A1) will be carried out based on

eligibility criterion given in PQ Bid documents. Thereafter,

evaluation of Technical Bids (PART A2) of qualified bidders will

be carried out based on details given in technical Bid documents.

Final selection of technically qualified bidders will be based on

Quality and Cost Based (QCBS) Selection Method (75:25). The

successful bidder will be selected, based on evaluation by a

committee constituted by Competent Authority. The bid obtaining

the highest total combined score in evaluation of quality and cost-

based selection will be ranked as H-1 followed by the bids securing

lesser marks as H-2, H-3 etc.

Refer para 1.9 of the NIT and SECTIONs II, III & IV for methods

of evaluation & selection of the bids.

(viii) Dates for Request for

purchase / Download of

Tender Document

(excel / word formats)

From 11.03.2021 (10:00 Hrs.) to 01.04.2021 (15:00 Hrs.)

To Download – please visit www.tenderwizard.com/DAE. To

view NIT – please visit www.barc.gov.in or

https://eprocure.gov.in/cppp/relatedlinks/Tenderrelated links

BARC.

(ix) Date of Pre-Bid

Meeting/ clarification

The Consultants are requested to send their Pre-bid queries by

email not later than 21.04.2021.

Pre-bid meeting will be held on 07.05.2021 at 10.30 hrs in

Dhruva, Conference room. Necessary request for entry inside

BARC should be furnished at least 2 working days in advance to

arrange entry permit. COVID-2019 Guidelines issued by

Government shall be followed. The request should be sent to Shri

R. P. Singh (Phone No 02225594678 (O), Mobile No:

9869489489, email [email protected]); Shri L. S. Patel (Phone

No.02225592915 (O), Mobile No: 9969303387, emails

[email protected]) mentioning the company address & name,

designation of the persons who shall attend pre-bid meeting. The

Pre-Bid clarifications shall be uploaded in Tender-wizard website

by 18.05.2021.

Page 5: SECTION - I NOTICE INVITING e-TENDER

5

(x) Closing date & time for

online submission of

bids.

27.05.2021 (15:00 Hrs.)

(xi) Date & time of online

opening of PART A1

Bid

01.06.2021 (14:30 Hrs.)

(xii) Date of opening PART

A2 for PQ qualified

bidders

Will be notified later *

(xiii) Date of opening PART

B Bids for qualified

bidders

Will be notified later. *

(xiv) Estimated cost of the

Project/work for which

consultancy is required

(Approximate)

₹ 150 Crores

‘*’ Refer Annexure ‘A’ for Stipulated Dates of Tendering Activities

1.2. BRIEF SCOPE OF THE WORK

Feasibility studies, Finalization of Alignment, Statutory Clearances, Detailed engineering

design of Civil, Mechanical, Process, C & I and Electrical Systems, including preparation of

detailed estimates, specifications, tender drawings & documents, assistance in selection of

contractor for execution of works, good for construction drawings and design support during

Construction and Commissioning of Sea Water Intake System for a flow of 180 kilolitres per

minutes. The work shall include details given in general as per Term of References and as

applicable for the subject assignment.

The scope of the work mentioned here is indicative and may not be limited to the items

mentioned here.

Item

No. ENGINEERING CONSULTANCY

A

• Feasibility Studies for Finalization of Alignment, Survey and investigations,

field data collection & reports for Statutory Clearances:

• Bathymetric Survey & Profile Survey;

• Tide, Current, Water sample, Bed sample data collection, and analysis,

• Sub-bottom seismic profiling around the sea-bed.

• Study of temperature Profile

Page 6: SECTION - I NOTICE INVITING e-TENDER

6

• Geo-technical Investigation

• Mathematical model for Hydrodynamics & Siltation Model Study

• Study for dredging and disposal of the dredged materials/silt.

• Wave Flume Study,

• Pump-Sump Study

• Remote sensing studies for coast line changes

• Necessary Satellite Imageries, Admiralty Chart, Topo sheets, maps etc. for

feasibility alignment and statutory clearances.

• Any other Surveys and investigations, field data collection & reports etc.

specifically not mentioned here but required for detailed feasibility, finalization

of alignment, engineering design, required in statutory clearances are considered

included in the scope of works.

Design of civil structure, Electrical and Mechanical System and components,

Process and C&I Systems: -

B

Civil Structures:

Preparation of design basis report and detailed engineering design with construction

drawings for the followings:

• Intake Channel, Dredging Works

• Protective Groynes or any other Structure for intake channel,

• Pump House including sump & cofferdam and all other civil components of intake

system,

• Approach Trestle (Jetty),

• Civil Structure for Electrical, Mechanical and Process systems

• Operator cabin and Plant monitoring station (at Jetty)

• Other utilities like security posts, Toilets etc.

• Preparation of detailed engineering design, drawing, specifications, cost estimate

for Civil works structures and assistance in floating of tender and evaluation of

bidders for construction of Sea Water Intake System. Design Support during

construction of the project.

• Any other civil structure specifically not mentioned here but required for sea water

intake system are considered included in the scope of works.

C

Mechanical Design:

Detailed engineering design with fabrication drawings for mechanical system

including:

• Design of VT Pumps,

• Pipe & Pipe fittings with supports, Protective lining inside pipe,

• Crane & Hoists etc. mechanical handling facilities,

• Stop log gates,

Page 7: SECTION - I NOTICE INVITING e-TENDER

7

• Coarse and fine filtration in intake path including travelling water screen with

arrangements for its cleaning and disposal of wastes, Design of trash racks for

intakes.

• Online filtration of Sea Water: Design, Installation and Maintenance provisions

of Pipeline Strainers.

• All other mechanical components of sea water intake system.

• Preparation of design basis Report, drawing, specifications, cost estimate for

Mechanical system & components and assistance in floating of tender and

evaluation of bidders for Mechanical components and machinery of Sea Water

Intake System. Design Support during fabrication, installation and commissioning

of mechanical components of Sea Water Intake System.

• Any other mechanical components specifically not mentioned here but required

for sea water intake system are considered included in the scope of works.

D

Electrical Systems:

Detailed engineering design with drawings and selection of equipment for Electrical

System & its components including:

• Motor, Switch Gear and Transformer and all other electrical components required

for sea water intake system.

• Relays for equipment protection

• Lighting,

• Earthing

• Lightning protection

• Emergency lighting

• Preparation of design basis Report, drawing, specifications, cost estimate for

electrical system & its components, assistance in floating of tender and evaluation

of bidders for electrical system & its components for Sea Water Intake System.

Design Support during fabrication, installation and commissioning of electrical

system & its components of Sea Water Intake System.

• Any other electrical system & its components specifically not mentioned here but

required for sea water intake system are considered included in the scope of works.

E

Control & Instrumentation Systems: Detailed engineering design with drawings:

• Control and instrumentation shall cover all parameters pertaining to sea water

system (viz. PPs & Motor bearing temperature monitoring, condition monitoring

instruments, flow & pressure instruments, Chlorination system C&I, Chamber

level monitoring, cathodic protection, windsock system etc.

• Control instrumentation,

• Cabling, panels associated flow/level etc. measuring devise,

• Alarm annunciator,

• CCTV Surveillance System.

Page 8: SECTION - I NOTICE INVITING e-TENDER

8

• Cathodic protection system,

• Preparation of design basis Report, drawing, specifications, cost estimate for

Control & Instrumentation Systems, assistance in floating of tender and

evaluation of bidders for C& I for Sea Water Intake System. Design Support

during fabrication, installation and commissioning of Control &

Instrumentation Systems of Sea Water Intake System.

• Any other components of C & I Systems specifically not mentioned here but

required for sea water intake system are considered included in the scope of works.

F

Process Systems: -

• Chlorination system (Cl2 or ClO2) based and Chlorine leak detection/absorption

system if it is Cl2 based)

• Local exhaust system

• Breathing Air system

• Preparation of Design Basis Report, drawing, specifications, cost estimate and

Detailed Design Report on Process system and tendering of components for

construction of Sea Water Intake System. Design Support during execution of the

project

• Any other components of C & I Systems specifically not mentioned here but

required for sea water intake system are considered included in the scope of works.

G

Fire Alarm & Public Address Systems: -

• Fire alarm system

• Public Address system.

• Any other components specifically not included but needed for intake system.

• Preparation of design basis report, drawing, specifications, cost estimate and

Detailed Engineering Design Report on Fire Alarm & Public Address Systems

and assistance in floating of tender and evaluation of bidders for Fire Alarm &

Public Address Systems for Sea Water Intake System. Design Support during

fabrication, installation, integration with the existing systems at Dhruva and

commissioning of Fire Alarm & Public Address Systems of Sea Water Intake

System.

• Any other components of Fire Alarm & Public Address Systems specifically

not mentioned here but required for sea water intake system are considered

included in the scope of works.

H

Statuary Clearance: -

• Preparation of TOR, DPR and Other necessary document required for uploading

on online SCZMA Portals for CRZ+EC Clearance and getting CRZ+EC Clearance

Detailed Project Report on:

• Environment Impact Assessment (EIA) studies.

Page 9: SECTION - I NOTICE INVITING e-TENDER

9

• Environmental Management and monitoring Plan (EMP).

• Risk Assessment Report and Disaster Management Plan,

• HTL&LTL demarcation on CRZ map,

• Project layout superimposed on the CRZ map duly indicating the project

boundaries on approved Coastal Zone Management Plan.

• NOC from State pollution control Boards.

• Rapid Environment Impact Assessment (EIA) Report including marine and

terrestrial component.

Any other investigations, reports, studies, drawings, data, maps etc specifically not

mentioned here but required for statutory clearances are considered included in the

scope of works.

I

DESIGN SUPPORT: -

Design support during construction, procurement, installation, testing &

commissioning of Sea Water Intake System.

1.3. INITIAL ELIGIBILITY (PRE-QUALIFICATION) CRITERIA:

The bidder should meet the following criteria & submit documentary evidence of the same

with PART A1 bids.

a) Registration as a consultant.

b) Bank Solvency Certificate of a Nationalized Bank / Scheduled Bank for a minimum of

₹180 Lakhs Estimated cost and should not be older than one year from the date of opening

of tender.

c) Average Annual Financial Turnover should be at least ₹450 Lakhs of Estimated Cost

during the immediate last 3 consecutive financial year ending 31st March 2020. This

should be duly audited by a registered Chartered Accountant.

d) Should not have incurred any loss in more than two years during last five years ending

31st March 2020.

e) The consultants should have satisfactorily completed, works mentioned below, (based on

certification of performance by client of the works) during last 7 (Seven) years ending

previous day of the last date of submission of tender in which the tender is invited (either

part of above works or separate one) in Central Government / State Government / Public

Sector Undertaking of Central or State Governments / Central autonomous bodies/City

Development Authorities / Reputed Private Sector Organizations/Municipal Corporation

of City formed under any Act by Central / State Government and published in Central /

State Gazette:

i) at least 3 (Three) similar work / assignments each with cost of assignment not

less than ₹180 Lakhs.

or

ii) at least 2 (Two) similar works / assignments each with cost of assignment not

less than ₹270 Lakhs

Page 10: SECTION - I NOTICE INVITING e-TENDER

10

or

iii) at least 1 (one) similar work / assignment each with cost of assignment not less

than ₹360 Lakhs

If the eligible similar works / assignments are not carried out in Central Government /

State Government / Public Sector Undertaking of Central or State Governments / Central

Autonomous bodies, then TDS certificates should be produced by bidder for the same.

f) Bidder or his associate should have accredited Environment Impact Assessment (EIA)

Consultant for EIA and EMP studies. Accredited Environment Impact Assessment Con-

sultant is an organization that is accredited with the National Accreditation Board for

Education and Training (NABET) of Quality Council of India (QCI).

g) Key personnel of required qualification and experience as mentioned in section-II, PART

A1 shall be available with the bidder.

h) SIMILAR WORKS / ASSESSMENT

• Similar work / assessment’ means Consultancy for detailed engineering design of

Civil, Mechanical & Electrical works of Sea Water Intake System. The similar works

/ assignments should have been executed in India.

• Consultant should also have experience of the followings works in the qualifying

works as per above definition of similar works or any other works of any values:

1) Consultancy Services CFD for intake system,

2) Hydrodynamics and Siltation studies,

3) Environmental clearance

4) Design of pump house

5) Design of Caisson or jetty

6) Design of Open channel Sea water intake

• Cost of work’ shall mean gross value of the cost of assignment of completed work.

The value of executed works shall be brought to the current costing level by enhancing

the actual value of work at simple interest of 7 % per annum, calculated from the date

of completion to last date of submission of bids indicated in tender.

• Assessment period’ means the last 7 (Seven) years ending on the last day of the month

previous to the one in which the applications submitted to e-tender wizard.

1.4. PRE-BID MEETING.

Pre-bid meeting for clarification required prior to submission of PQ Bid, Technical Bid and

Financial Bid. A meeting will be held on the date indicated in para 1.2 of NIT at tendering

office with those bidders who has downloaded NIT, PART A1, PART A2 & excel format

of PART B from the Home page of the website www.tenderwizard.com/DAE with their

User ID / Password & Class III Digital Signature Certificate. The bidders shall submit their

Page 11: SECTION - I NOTICE INVITING e-TENDER

11

queries in writing to the tendering office within period indicated in NIT. The minutes of

this meeting shall be issued and same shall also be the integral part of tender document. The

bidders shall intimate to the tendering office the name of their authorized representative to

participate in this meeting at least two days before stipulated date of meeting. Minutes of

this meeting shall be considered to be acceptable by the bidders who even fail to attend the

meeting.

1.5. PREPARATION AND SUBMISSION OF BIDS.

The bidders are required to submit the PART A1 (Pre-Qualification), PART A2 (Technical

Proposals) and PART B (Financial proposals) bids through online e-tendering system to

the Tender Inviting Authority (TIA) well before the Bid submission end Date & Time (as

per Server System Clock) refer para 1.2 of NIT. In the event of the specified date for the

submission of bids being declared a holiday for BARC, the Bids can be submitted at the

appointed time and location on the next working day. The TIA will not be held responsible

for any sort of delay or the difficulties faced during the online submission of Bids by the

Consultants at the eleventh hour.

Bidders must familiarize themselves with the local conditions and take these into account

while preparing the proposals. To obtain first-hand information on the Assignment and on

the local conditions, Bidders are encouraged to pay a visit to the site before submitting the

bid. Bidders should contact the officials named in the Data Sheet to arrange for their visit

or to obtain additional information.

While submitting the bid, the Bidder shall, in particular, ensure that:

a) The Bid Security is provided;

b) All forms are submitted in the prescribed formats and signed by the prescribed signatories;

c) Power of Attorney, if applicable, is executed as per Applicable Laws;

d) CVs of all Professional Personnel have been included;

e) Key Personnel have been proposed only if they meet the Conditions of eligibility laid

down in this document.

f) No alternative proposal for any Key Personnel is being made and only one CV for

each position has been furnished;

g) The CVs have been recently signed and dated in blue ink by the respective Personnel

and countersigned by the Bidder. Photocopy or unsigned /countersigned CVs shall be

rejected;

h) The CVs shall contain an undertaking from the respective Key Personnel about his/her

availability for the duration specified in the tender;

i) Professional proposed have good working knowledge of English language;

j) Key Personnel would be available for entire period of the consultancy in the event of

an order.

k) No Key Personnel should have attained the age of 75 (seventy-five) years at the time of

submitting the proposal

Page 12: SECTION - I NOTICE INVITING e-TENDER

12

l) The proposal is responsive

m) Bid processing fee has been submitted and

n) All relevant documents have been submitted

1.6.1 While submitting the Financial Proposal, the Bidder shall ensure the following:

i. All the costs associated with the assignment shall be included in the Financial bid.

These shall normally cover remuneration for all the Personnel, accommodation, air fare,

equipment, printing of documents, surveys, etc. including cost of participating in meet-

ings with Govt. officers / statutory bodies, if any shall be covered in the financial bid.

The total amount indicated in the Financial bid shall be without any condition attached

or subject to any assumption, and shall be final and binding. In case any assumption or

condition is indicated in the Financial bid, it shall be considered non-responsive and liable

to be rejected.

ii. The Financial bid shall take into account all expenses and tax liabilities. For the avoid-

ance of doubt, it is clarified that all taxes shall be deemed to be included in the costs

shown under different items of the Financial bid. Further, all payments shall be subject

to deduction of taxes at source as per Applicable Laws.

iii. Payment of fees to Government / statutory bodies towards obtaining the environmental

clearance, if any shall be made by the consultant and the same will be reimbursed by

BARC on production of documentary evidence.

iv. The quoted rate shall be inclusive of GST, shall be payable by the bidder and BARC will

not entertain any claim whatsoever in this respect.

1.6. NUMBER OF BIDS: A bidder can submit one bid only. In case a bidder submits or

participates in more than one bid, all the bids of the bidder shall be rejected summarily.

1.7. BID EVALUATION:

Bid evaluation will be carried out in the following three stages.

(i) PART A1- Pre-Qualification.

(ii) PART A2 -Technical evaluation of pre-qualified bids and assigning technical score.

(iii) PART B- Opening of financial bids of technically qualified bids and assigning

financial score.

First Pre-Qualification (PQ) bid will be opened and evaluated. Only PQ qualified bidder will

be allowed to participate in Technical Bid and only those bidders qualified in Technical bids

evaluation will be allowed to participate in Financial Bid.

1st Stage: Evaluation of PART A1 (PQ)

A bid is considered responsive for PART A1 evaluation if:

• Valid PQ, Technical and Financial bids are received on or before the due date and time

• Tender processing fees is submitted

• Bid security declaration is submitted

Page 13: SECTION - I NOTICE INVITING e-TENDER

13

• The bid is not non-responsive due to any other reason.

Bids that are found responsive will be evaluated for further processing

The evaluation committee or team appointed by the competent authority will evaluate the

PQ bids under PART A1. Method of evaluation of PART A1 and criteria for pre-

qualification are given in detail under clause 2.2 of PART A1 (Section II). To pre-qualify,

the bidders must obtain at least Fifty per cent marks in each criterion and Sixty per cent

marks in aggregate Maximum eight top scoring bids will be qualified for further evaluation.

However, if the No. of pre-qualifying bids are less than three, Competent Authority may

suitably lower the criteria for pre-qualification. The Department however reserves the right

to verify the particulars furnished by the bidder independently and reject any application

without assigning any reason and to restrict the list of pre-qualified Consultants to any

number deemed suitable in case too many applications are received satisfying the basic Pre-

Qualification criteria. The list of bidders who are qualified for further evaluation will be

made available at tender wizard portal.

2nd Stage: Evaluation of PART A2 (Technical Bid)

PART A2 (Technical Bid) evaluation will be done to only to those offers which have

qualified in PART A1 evaluation. The evaluation committee or team appointed by the

competent authority will evaluate the Technical bids under PART A2 evaluation (Refer

Section III for details) by applying the evaluation criteria, sub-criteria and point system

specified in the NIT. (Presentation to be made by consultant, if required) Each responsive

proposal will be attributed a technical score (T) as per the details and marking scheme

mentioned under clause # 3.12 and 3.13 of Section-III (PART A2). A bid shall be rejected

at this stage if it does not respond to important aspects of the tender requirements or if it

fails to achieve the minimum technical score set out in the SECTION III. However, if the

No. of qualifying bids are less than two, Competent Authority may suitably lower the

criteria for qualification of technical bids. The qualified bidders shall be intimated.

3rd Stage: Evaluation of PART B (Financial bid)

The Financial bid (PART B) of only qualified bidders (Qualified in Technical bid, PART

A2) shall be opened online on the stipulated date and time which will be informed online to

qualified bidders.

The evaluation committee or team will determine if the Financial bids are complete and are

without computational errors and prices (₹) in specified in para 4.1 SECTION IV. The

evaluation shall include those taxes, duties, levies and such other charges applicable under

the law. Bid with lowest cost may be given a financial score of 100 (hundred) and other

proposals given financial scores that are inversely proportional to their prices w.r.t. the

lowest offer. Incomplete bids shall be liable for rejection.

Page 14: SECTION - I NOTICE INVITING e-TENDER

14

1.8. METHOD OF SELECTION: Quality and Cost Based Selection methodology

The technical score (T) will be allotted weightage of 75% while the financial score (C) will

be allotted weightages of 25%. Bid with lowest cost will be given a financial score of 100

(hundred) and other proposals given financial scores that are inversely proportional to their

prices w.r.t. the lowest offer. Similarly, proposal with the highest technical marks (as

allotted by the evaluation committee) shall be given a score of 100 (hundred) and other

proposals be given technical score that are proportional to their marks w.r.t. the highest

technical marks. The total score, both technical and financial, shall be obtained by weighing

the quality and cost scores and adding them up. Based on the combined weighted score for

quality and cost, the consultant shall be ranked in terms of the total score obtained. The bid

obtaining the highest total combined score in evaluation of quality and cost will be ranked

as H-1 followed by the bids securing lesser marks as H-2, H-3 etc. The bid securing the

highest combined marks and ranked H-1 will be invited for negotiations, if required and

shall be recommended for award of contract. In the event two or more bids have the same

score in final ranking, the bid with highest technical score will be H-1.

Evaluated Bid Score (B) will be calculated for each responsive Bid using the following

formula, which permits a comprehensive assessment of the Bid price and the Technical

merits of each Bid. The Proposals will finally be ranked according to their combined

Technical (T) and Financial scores using the weights method indicated below.

B= (C-Low/C) x WF + (T/T-High) x WT

Whereas,

C = Evaluated Bid Price

C-Low = Lowest of all Evaluated Bid Prices among responsive Bids

T = Total Technical Score awarded to the Bid

T-High = Technical Score achieved by the Bid that was scored best among all responsive

Bids

WF = Weightage (C %) for the Financial Proposal= (25%)

WT = Weightage (T %) for the Technical Proposal= (75%)

1.9. PLACEMENT OF WORK ORDER

The bid securing the highest combined marks and ranked H-1 will be invited for

negotiations, if required and shall be recommended for award of contract

Technical & Financial Proposals shall be evaluated on Quality and Cost based selection

method (QCBS) and approved by the competent authority before placement of work order

to the bidder getting the highest bid score. On award of the Contract, the Consultant shall

commence the Assignment on the date and at the location specified in NIT. A co-ordination

Page 15: SECTION - I NOTICE INVITING e-TENDER

15

procedure shall also be established and name of the accredited representative of the

Consultant who would be responsible for taking instructions from the Client shall be

communicated.

1.10. FINAL DECISION-MAKING AUTHORITY

The employer reserves the right to accept or reject any application and to annul the pre-

qualification process and reject all applications at any time, without assigning any reason

or incurring any liability to the consultants.

1.11. PARTICULARS OF WORK ARE PROVISIONAL

The particulars of the work given are provisional. These are liable to change and shall be

considered only as advance information to assist the consultant to apply for Pre-

qualification for the proposed work.

1.12. SITE VISIT

The consultant is advised to visit the site of work, at his own cost, and examine it and its

surroundings by himself, collect all information that he considers necessary for proper

assessment of the prospective assignment. He may contact Engineer in Charge Shri R. P.

Singh 022-25594678 (O), Mobile No. 09869489489, or Shri L. S. Patel 25592915 (O),

Mobile 9969303387 for fixing appointment prior to visit the site.

1.13. AWARD CRITERIA

(i) The department reserves the right, without being liable for any damages or obligation

or inform the consultant to:

a. Amend the scope and value of contract.

b. Reject any or all of the bids without assigning any reason.

(ii) Any effort on the part of the consultant or his agent to exercise or to pressurize the

departmental staff / officer would result in rejection of his application. Canvassing of any

kind is strictly prohibited.

1.14. CONDITIONS:

(i) As per the security procedure in force in Bhabha Atomic Research Centre, the successful

bidder shall be vetted by the Security Section of BARC before award of the work.

(ii) No modifications in the bid shall be allowed after opening PART ‘A1’.

(iii) Limitations on sub-contracting: Sub-contracting is generally not preferred, however for

special activities it may be permitted, subject to approval of the BARC.

(iv) Tenders with any condition including conditional rebate shall be rejected. However, ten-

ders with unconditional rebate will be accepted.

Page 16: SECTION - I NOTICE INVITING e-TENDER

16

(v) If any information furnished by the consultant is found to be incorrect at a later stage,

they shall be liable to be debarred from tendering / taking up works in BARC in future

forever. Also, if such a violation comes to the notice of Department before start of work,

the Engineer-in-charge shall be free to forfeit the entire amount of Performance Guaran-

tee.

(vi) The time allowed for carrying out the work will be reckoned from the 15th day after date

of written order to commence the work or from the first day of handing over of the site,

whichever is later, in accordance with the phasing, if any, indicated in the tender docu-

ments.

(vii) Bids will be kept valid for 180 (One Hundred Eighty) days from the last date of closing

of online submission of bids.

(viii) In case the last date of receipt of original document towards Tender Processing Fee and

opening of tender are declared as holiday, the respective date shall be treated as postponed

to the next working day, correspondingly.

(ix) Bid Security Declaration (BSD) shall be submitted, otherwise bid are liable to be rejected

and will not be processed further.

(x) The bidder whose bid is accepted will be required to deposit an amount equal to 3% of

the tendered value of the contract as performance security deposit before commencement

of work, but not later than the stipulated date of commencement. The maximum time

allowed for submission of Performance Guarantee by the bidder will be 15 days from

issue of the letter of acceptance. This period can be further extended at the written request

of the bidder by the Engineer-in-Charge for a maximum period ranging from 1 to 15 days

with late fee @ 0.1% per day of Performance security deposit amount. Performance Se-

curity of 3% can also be accepted in the form of Bank guarantees (in case Performance

Security exceeds Rs. 1.00 Lakh), fixed deposit receipts of Scheduled Banks or in the form

of Government Securities.

(xi) Security Deposit will be collected by deducting @ 2.5% of the gross amount of the run-

ning bill of the bidder till the total security deposit recovered becomes 2.5% of the ten-

dered value of work. The Security deposit will also be accepted in the form of Govern-

ment Securities, Fixed Deposit Receipts of Scheduled Bank and Nationalized Bank.

These shall be endorsed in favour of the Accounts Officer, BARC, Mumbai.

(xii) If the successful bidder, fails to furnish the prescribed performance security deposit on or

before stipulated date of commencement, the department (BARC) shall without prejudice

to any other right or remedy, be at liberty to declare the wilful violation of Bid Security

Declaration.

Page 17: SECTION - I NOTICE INVITING e-TENDER

17

(xiii) Acceptance of bid shall rest with department which does not bind itself to accept the bid

with highest bid score and reserves rights to itself the authority to reject any or all of the

bids received, without assigning any reason. All bids in which any of the prescribed con-

ditions are not fulfilled or incomplete (in any respect) are liable to be rejected.

(xiv) The successful bidder will not be allowed to quote for the subsequent tendering proce-

dures for constructions, procurement, installation, commissioning of the subject work.

(xv) Canvassing in connection with bids is strictly prohibited and the tenders submitted by the

bidders who resort to canvassing will be liable for rejection.

(xvi) On acceptance of the bid, the name of the accredited representative(s) of the bidder who

would be responsible for communicating with the Engineer-In-charge.

(xvii) The department reserves the right to accept the whole or only part of the tender and the

tenderer shall be bound to perform the same at the rates quoted.

(xviii) LEVY /TAXES Payable by Bidder

• Bidder should be registered under Goods & Services Tax (GST) and GST as

applicable shall be paid by the bidder to concerned tax authorities.

• The quoted rate shall be inclusive of GST, shall be payable by the bidder and

BARC will not entertain any claim whatsoever in this respect.

• Income tax and cess as applicable shall be deducted from each bill paid to the

bidder

• Any other taxes/cess as per Government directives shall be deducted from each

bill paid to the bidder from time to time.

(xix) Modifications / withdrawals prior to the due date of bid shall be permitted as per the terms

and conditions of the bid. Any modification or withdrawal after due date will not be

acceptable to the department, then the Government shall without prejudice to any right or

remedy, be at liberty to declare the wilful violation of Bid Security Declaration by bidder.

(xx) After award of work to the successful bidder, the bidder shall submit time schedule &

cash flow statement for approval of Competent Authority which will form part of Agree-

ment.

(xxi) In case of receipt of any adverse charter and antecedent remarks/notification against the

Bidder/Company/Firm/Proprietor and/or his contract Personnel, consequent to the secu-

rity vetting, BARC reserves absolute right to terminate the contract forthwith without

assigning reason/show cause notice. Under the circumstance the Bidder will have no

right to claim good any losses/liability that may be incurred as consequence to the above

action initiated by BARC. Department also reserves right to forfeit in part/full perfor-

mance security and/or security deposit in possession of the Government for failure on the

Page 18: SECTION - I NOTICE INVITING e-TENDER

18

part of the bidder to abide/adhere to the Security instruction issued by DAE/BARC from

time to time.

(xxii) Foreign company having Joint venture with Indian agency can not apply for this tender.

(xxiii) In case difference between wordings of English and Hindi version of NIT, the English

version will prevail.

1.15. GENERAL CONDITIONS AND INSTRUCTIONS: -

a. Letter of transmittal and forms for Pre-qualification for the eligible category are given in

subsequent paras.

b. All information called for in the enclosed forms should be furnished against the relevant

columns in the forms. Even if no information is to be provided in a column, a “Nil” or “no

such case” entry should be made in that column. If any particulars /queries are not applica-

ble in case of the bidder, it should be stated as “Not Applicable”. The consultants may

please note that giving incomplete/ unclear information called for in the tender forms, or

making any change in the prescribed forms, or deliberately suppressing any information,

may result in disqualification of the bidder summarily

c. References, information and certificates from the respective clients certifying suitability,

technical know-how or capability of the bidder should be signed by an officer not below

the rank of Executive Engineer or equivalent.

d. The bidder may furnish any additional information, which he thinks is necessary to estab-

lish his capabilities to successfully complete the envisaged work. He is, however, advised

not to furnish superfluous information. No information shall be entertained after submis-

sion of pre-qualification document unless it is called for by the Employer.

e. Any information furnished by the bidder found to be incorrect either immediately or at a

later date, would render him liable to be debarred from tendering/taking up of work in this

Department.

f. Prospective bidders may request for clarification of the project requirements and pre-qual-

ification documents.

g. Confidentiality Clauses: -

• Confidentiality: No party shall disclose any information to any ‘Third party'

concerning the matters under this contract generally. In particular, any information

identified as" Proprietary" in nature by the disclosing party shall be kept strictly

confidential by the receiving party and shall not be disclosed to any third party

without the prior written consent of the original disclosing party.

This clause shall apply to the sub-bidders, consultants, advisors or the employees

engaged by a party with equal force.

Page 19: SECTION - I NOTICE INVITING e-TENDER

19

• "Restricted information" categories under Section 18 of the Atomic Energy Act, 1962

and "Official Secrets" Under Section 5 of the Official Secrets Act, 1923: -

• Any contravention of the above-mentioned provisions by any bidder, sub-bidder,

consultant, adviser or the employees of a bidder, will invite penal consequences

under the above said legislation.

• Prohibition against use of BARC's name without permission for publicity purposes

The bidder or Sub-bidder, consultant, adviser or the employees engaged by the bidder

shall not use BARC's name for any publicity purpose through any public media like

Press, Radio, TV or Internet without the prior written approval of BARC.

h. Work shall be executed according to General Conditions of Contract, Special Instructions

to tenderers, Specifications, Drawings, Schedule of Quantities etc. of BARC, which will

be enclosed in tender documents.

1.16. METHOD OF SUBMISSION OF THE BID:

i. If the bidder is an individual, the bid shall be signed by him above his full name and

current address.

ii. If the bidder is a proprietary firm, the bid shall be signed by the proprietor above his full

name and full name of his firm with its current address.

iii. If the bidder is a firm in partnership, the bid shall be signed by all the partners of the firm

above their full names and current addresses or alternatively by a partner holding power

of attorney for the firm. In the latter case, a certified copy of the power of attorney should

accompany the application. In both cases a certified copy of the partnership deed and

current address of all the partners of the firm should accompany the application.

iv. If the bidder is a limited company or corporation, the bid shall be signed by a duly au-

thorized person holding power of attorney for signing the application accompanied by a

copy of the power of attorney. The consultant should also furnish a copy of the Memo-

randum of Articles of Association duly attested by a Public Notary.

1.17. INSTRUCTIONS:

a) The bidder should be registered with www.tenderwizard.com/DAE. Those bidders not

registered on the website mentioned above, are required to get registered. If needed, they

can be imparted training for online bidding process as per details available on the website.

b) The intending bidder must have valid class-III digital signature for Request for purchase

/ Download of Tender Document (excel / word formats).

c) The bidder should ensure that the bid documents submitted are free from virus. If the

documents could not be opened, due to virus, during Tender opening, the Bid is likely or

liable to be rejected.

Page 20: SECTION - I NOTICE INVITING e-TENDER

20

d) After the Bid submission, the acknowledgement number, generated by the e-tendering

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

mission of Bid for the particular Tender and will also act as an entry pass to participate in

the Bid opening date.

e) The bidder can login and see the status of bids after tender opening date.

f) Bidder must ensure to quote rate of each item. The column meant for quoting rate in

figures appears in YELLOW colour and the moment rate is entered, it turns SKY BLUE.

In addition to this, while selecting any of the cells a warning appears that if any cell is left

blank the same shall be treated as “0”. Therefore, if any cell is left blank and no rate is

quoted by the bidder, rate of such item shall be treated as “0” (ZERO).

g) Documents required for submission of Part A1 (PQ Bid), PART A2 (Technical Bid) and

PART B (Financial bid) shall be scanned from original & uploaded within the period of

bid submission by bidder:

Notes:

(a) Registered bidders can only purchase/download & submit/upload tenders after pay-

ing requisite fees.

(b) Interested agencies may visit website www.tenderwizard.com/DAE for registration.

(c) Contact for assistance/ clarifications Shri R. P. Singh (022) 25594678, email:

[email protected], or Shri L S Patel 25592915, email: [email protected].

(d) Contact for assistance for registration and participation in e-Tendering:

• Shri Rudresh : 09969395522 or email: [email protected]

• Shri Mrutyunjaya : 09969313423 or email: [email protected]

• Tender Wizard Help Desk – 080 40482000 (9 am to 6pm – Mon to Sat)

(e) Email Ids for sending pre-bid queries: [email protected]; / [email protected]

(f) BARC reserves the right to accept or reject any or all Tenders without assigning

any reason and no correspondence shall be entertained in this regard.

Sd/-

(C. G. Karhadkar)

Associate Director, Reactor Group,

Bhabha Atomic Research Centre, Mumbai- 400085

For and on behalf of President of India

Page 21: SECTION - I NOTICE INVITING e-TENDER

21

Annexure-‘A’

Name of Work: Consultancy for Detailed Engineering Design of Civil, Mechanical, Electrical

Works and assisting in obtaining Statutory Clearances of Sea Water Intake System for Dhruva

Reactor, Trombay, Mumbai.

Tender Notice No. BARC/ RRSD /TN- 168 /2021-22 dt. 09-03-2021

STIPULATED DATES OF TENDERING ACTIVITIES:

Sr.

No.

Description of tendering activities Dates and time

From To

1. Request for purchase/ download of Tender Documents 11.03.2012 01.04.2021

2. Last date of submission of PQ queries by bidders to be

clarified in Pre-bid meeting

21.04.2021

3. Pre- bid meeting 07.05.2021(14:30 Hrs.)

4. Reply to Pre-bid Queries 18.05.2021

5. Last date and time for closing of Online submission of

tenders

27.05.2021 (Up to 15:00Hrs.)

6. Last date for submission of original documents towards

Receipt of e-payment towards Tender Processing Fee and

Original Bid Security Declaration Form

31.05.2021(Up to 15:30Hrs.)

7. Online Opening of PQ bid 01.06.2021(15:30 Hrs.)

8 Intimation to PQ qualified bidders* Will be intimated later

9 Online Opening of Technical bid (PART A1 Bid) * Will be intimated later

10 Intimation to Technically qualified bidders* Will be intimated later

11 Opening of Financial Bid (PART ‘B’) * Will be intimated later

12. Issue of Work order * Will be intimated later

Note1: In case if any of the dates falls on a holiday of BARC then next working day shall be

considered for the same.

Note2: ‘*’ indicates, the dates shall be intimated later during tendering activities.