section - i notice inviting e-tender
TRANSCRIPT
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.
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.
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.
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
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,
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.
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.
9
• Environmental Management and monitoring Plan (EMP).
• Risk Assessment Report and Disaster Management Plan,
• HTL<L 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
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
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
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
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.
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
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.
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.
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
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.
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.
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
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.