Sunteți pe pagina 1din 18

TENDER DOCUMENT

For

Marine Geotechnical Investigation in front of


Northern Waterfront of MDL for Capital Dredging

Tender No. WAP/P&H/PUNE/MDL/ MGE/2017

WAPCOS LIMITED
(A Government of India Undertaking)
Ministry of Water Resources, River Development & Ganga Rejuvenation

Project Manager
WAPCOS Limited
I & II Floor, Swastik Building,
Gulmohor Path
Near SNDT Rear Gate
Off Law College Road,
Erandawane,
PUNE - 411 004
Tel: +91 20 – 25444 796
Fax: +91 20 – 25444 600
E-mail: wapcospune@rediffmail.com
Website: www.wapcos.gov.in
1.0. Notice Inviting Tender

No: WAP/ P&H/PUNE/MDL/MGE/2017 Date 25/03/2017

Sub: Marine Geotechnical Investigation for Capital Dredging

Sealed Two-part limited tenders are invited from bonafide, eligible and reputed
companies/vendors for Marine Geotechnical Investigation for Capital Dredging (8 Marine boreholes)
as per specification defined in the tender document. The description of item of work is
described in the ‘Bill of Quantity’ section of the tender document.
The time of completion of the work is given in detail in the scope of work.
The bids are to be submitted in Two-Part system ‘Techno-Commercial Bid’ and ‘Price Bid’ in
two separate sealed covers super-scribing the “Techo-Commercial Bid” and “Price Bid”
accordingly and sealed inside a single envelope, which should be duly super-scribed with
tender notice reference number. The last date and time of submission of the tender, duly
filled in with prescribed documents and certificates etc. is –08.04.2017 up to 1400 hrs. Tenders
are to be submitted in the office of the Project Manger, WAPCOS Pune Unit at Swastik
Bhawan, IInd Floor, Gulmohar Path, Erandwane, Pune-411004. Tender will be opened at 15.00
hrs on 08/04/2017 in presence of the bidders who may like to be present.
The offers will be submitted on or before due date and time. The Project Manager will have no
responsibility for delay or non-receipt of tender documents sent by post. Offers received
late, conditional offers and incomplete offers will be summarily rejected.
Project Manager reserves the right to accept wholly or partly any tender or reject any or all of
them without assigning any reason whatsoever to the tenderers thereof.

(Bal Krishna)
Project Manager
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

2.0 INSTRUCTION TO THE TENDERERS


(Please read carefully before filling in the tender forms)

2.1 Submission of Tender Document:


The tenderers shall fill the tender documents/forms, in an appropriate and legible
manner with permanent ink and without over- w r i t i n g / white ink as far as
practicable. In case of over-writing, the tenderer will have to put in initials against all such
occurrences. All the pages of the tender document are to be signed either by the
tenderer or his authorized representative. The Tender has to be submitted in two parts:

Part-I should contain Techno-Commercial Bid along with EMD of Rs.30,000/-(Rupees


Thirty Thousand only) for the subject tender in the form of DD/Bankers Cheque/pay
order drawn in favour of “WAPCOS Limited” payable at Pune from any nationalized Bank in
India.
Techno-Commercial Bid shall be consisting of:
 Techno- Commercial Bid containing duly signed and sealed on every page
 Certified copies of all the testimonials with regard to his Pre-Qualification and
technical competence for the work
 Certified copy of Company Registration Certificate
 Certified copy of the PAN Card
 Certified copy of the Service Tax Registration
 Certified copy of PF Registration.
 Last three years Balance Sheet (F.Y. 2013-14, 2014-15, 2015-16) and Profit & Loss
Account in support of Annual Turnover
Part-II: Price Bid containing only the filled up BOQ. Without any deviation along with
covering letter )

2.2 Evaluation and Comparison of Bids:


WAPCOS reserves the right to accept price part of the offer (Part-II) of only such
bidders whose EMD, and Techno-Commercial aspects of the offer (Part-I) are
acceptable and complete. WAPCOS’s decision in this regard shall be final and binding
on the bidders. WAPCOS may not open the price part of the offer (Part-II) of those
bidders whose Technical and Commercial aspects in their offer are not acceptable or
incomplete.
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

2.3 Prequalifying Criteria:


For the purpose of the instant tender, the prequalification criteria of the tenderers will be
as follows:
a) Average annual financial turnover of the intending tenderer during the last 3 years

ending 31st March’2016 of the previous t h r e e financial year (F.Y. 2013-14, 2014-15,
2015-16) should be at least Rs 55.0 Lakhs.
b) Satisfactory Completion of:

I. The company/firm shall be in the business of soil investigation / consultancy work for
more than 7 years.
II. At least three similar works of soil investigation or consultancy wok involving soil
investigation and soil testing shall have been done in last 5 years.
III. One of the similar works as stated above shall have involved at least one marine
borehole job preferably in Mumbai region.

3.0 Techno- Commercial Bid


Applicants shall submit the techno-commercial bid in the formats at Appendix- I (the
"Techno- Commercial Bid").
While submitting, the Applicant shall, in particular, ensure that:
(a) The EMD of Rs.30,000/- (Rs. Thirty Thousand only) is provided;
(b) All forms are submitted in the prescribed formats in Appendix I and signed by the
prescribed signatories;

4.0 Price Bid


Applicants shall submit the price bid separately along with the Covering letter as at Form-1
of Appendix-II (the "Price Bid"), clearly indicating the basic cost of the Survey work
excluding service tax (Form-2 of Appendix-II) in both figures and words, in Indian Rupee
only, and signed by the Applicant's Authorized Representative. In the event of any
difference between figures and words, the amount indicated in words shall prevail. In the
event of a difference between the arithmetic total and the total shown in the Financial
Proposal, the lower of the two shall prevail.

5.0 Filling Up of Tender Forms:


Tenderers will fill up all the forms contained in the tender documents in a
comprehensive manner, no additional matter (like forwarding letter etc.) other than
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

the filled up tender forms and successful completion certificate of work experience
need be enclosed.

6.0 Enquiry:
Tenderers may contact Project Manager, WAPCOS Ltd, Pune Unit (Ph.08308689605 E-
mail: wapcospune@rediffmail.com) on any working day between 10:00 AM and 5:00 PM
for any clarification regarding the tender document and the work.

7.0 Mode Of Measurement Of Work:


The assessment of work will be on the basis of BOQ and as directed by the Project
Manager or his authorized representative. The rate may be quoted as per BOQ after
assessment of the work. The payment will be made on monthly basis.

8.0 Evaluation Criteria:


The bids will be evaluated on the basis of quoted rate by the bidders as per BOQ
considering 20m drilling in hard soil (rock) and 10 m in soft soil.

9.0 Validity Of Offer:


The offer should remain valid up to 60 days from the date of opening of price bid.

10.0 Mode of Billing And Payment:


The contractor will submit his monthly bill after successful completion of work super
scribing on the bill following information:
a ) PAN Card number (Photo-copy of the PAN Card)
b) ECS Particulars
c) Name of Centre
d) Name of Bank with code Name of Branch with code
e) Name of Contractor
f) Bank A/c. No. of the contractor
g) Type of A/c (Savings/Current/Cash Credit)
h) Service Tax Registration Number and Category of Registration
i) This is in order to enable ECS-payment of bills. Request for no other form of payment
will be entertained
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

11.0 Agreement:
The contractor will issue a letter of acceptance of the Work Order within 7 (seven) days
from receiving it and his issuance of the letter will mean his agreement to enter into the
Contract with WAPCOS as per terms and conditions expressed in the Tender Documents
and the Work order.

12.0 Disputes And Settlement Thereof:


The Contract will be guided generally as per the provisions of the General Conditions of
the Contract on all issues that may not be covered in this Tender Document.
For operating the Contract, the decision of the Project Manager or his authorized
representative will be final and guiding, in case of any dispute or non-agreement to such
decisions, the agency may appeal to the Chairman cum Managing Director (CMD),
WAPCOS for resolution. Even if, the dispute is not resolved, permission for going to
arbitration may be sought by the agency. The appointment of such arbitrators will be
made with the approval of CMD, WAPCOS from the empanelled list of arbitrators retained
with WAPCOS.

13.0 Terms Of Reference


The Mazagon Dock Limited (MDL) is India’s Premier Warship building yard under the
Ministry of Defense, Government of India. MDL has proposed to create a new navigational
channel of depth (-) 6.00 m below CD for movement of vessels from northern waterfront of
MDL to Offshore Container Terminal (OCT) of Mumbai Port Trust (MbPT) in Mumbai
Harbour.
In this regard, MDL have entrusted WAPCOS to undertake Feasibility Studies for Creation of
a new Navigational Channel from northern waterfront of MDL to Offshore Container
Terminal (OCT) of MbPT.
In view of above, WAPCOS has decided to invite Techno-financial bids for conducting
marine geotechnical survey (8 nos. marine boreholes) from suitable reputed
Contractor/Agency.
Project site is located at Mumbai harbour on the waterfront of Mazagon Dock Limited. The
coordinates of the borehole locations shall be provided at the time of survey investigation.
The specifications shall be as follows:
13.1 Soil Boring
a) The Contractor shall be responsible for the proper positioning of his rig at the selected sites.
b) The survey party shall use suitable equipment for ascertaining the depth, suitable
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

positioning system a n d suitable traversing equipment for this work.


c) The boring through the different layers of soil shall be carried out by mechanically operated
equipment using shell and auger or Rotary drilling rigs. The Boring through rock shall be
carried out by hydraulically controlled rotary drilling equipment as may be applicable or by
any other method approved by the Engineer’s Representative.
d) The minimum diameter of boreholes in the case of rock needing rotary drilling shall be 100
mm. However, the Contractor shall employ suitable rotary drilling equipment capable of
yielding continuous large diameter rock cores of preferably not less than 55 mm in
diameter. Boreholes shall normally be carried down to proven bed rock or to such greater
or lesser depth as directed by the Engineer’s Representative. The depth of boring for
purposes of payment shall always be as measured below the seabed level.
e) The survey party shall note that the quantities indicated in the financial proposal are
indicative only and may vary. The payment shall be made as per actual quantity executed
only. For calculating the total contract amount unit rates accepted by WAPCOS shall be
adopted.
f) The survey party shall be solely responsible for the safety, loss, theft, and
breakdown etc. of their equipment and safety of the manpower and shall get the same
appropriately insured.
g) Two copies of the daily boring record shall be delivered by the Contractor to the Engineer’s
Representative by not later than noon on the following day.

13.2 Rock Drilling


a) Rotary core drilling technique with continuous core recovery shall be adopted for drilling
through rock, attempt being made to achieve the highest core recovery possible. The
Contractor shall continuously and without fail record the rate of sinking of drills rods,
nature, type and sequence of rock drilled and any excessive, loss of drilling fluid during the
entire drilling operations for each borehole. The Contractor shall also determine the
percentage Rock recovery ratio and rock quality designation (RQD) from the recovered
cores for each stage of core advance and for all the boreholes.
b) Rock shall be classified in six grades I through VI in accordance with the classification made
in BS : 5930.
c) Drilling shall be continued through the rock and only be terminated at -7.0M CD or as
directed by the Engineer.
13.3 Samples
The Contractor shall take utmost care to ensure at all times that samples taken are truly
representative of the soil conditions actually existing at the levels and site noted. Should
any sample be rejected by the Engineer’s Representative for any reason connected with the
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

boring or sampling technique, equipment used or other reasons the Contractor shall take
additional samples at his own cost.
All samples shall be carefully taken, handled, placed in suitable containers, labeled, packed
and preserved in accordance with IS:1892 and sent to the laboratory immediately after
completion of each borehole. All samples shall be labeled immediately after being taken out
of the boreholes. A list of samples collected in each container shall be placed inside each
container.

13.4 Rock Cores


Where rock cores are required, the Contractor shall, as far as practicable in the opinion of
the Engineer’s Representative, ensure that continuous rock cores are obtained, even in
weathered rock.
Core samples shall be indexed and stored in properly constructed core boxes in accordance
with IS:1892 with amendments and IS:4078.
Coring in a borehole shall only commence at the depth specified or as directed by the
Employer. As a guide, coring shall be carried out only after 3 consecutive SPT at 2.0m
intervals or at other intervals specified by the Employer, consistently gives a blow count of
more than 100 for 30 cm penetration.
The object of the borings in this contract is to provide continuous cores of the foundation
stratum. The Contractor shall sink bores using rotary drilling machine and swivel type large
diameter triplets tube core barrel and diamond coring bits capable of giving rock cores not
less than 55 mm in diameter. The speed of rotation, the downward pressure on the core
barrel, the pressure at which the drilling fluid is introduced into the hole and the length of
the hole drilled (run – length) prior to the removal of the core shall all be controlled so as to
ensure maximum recovery to the satisfaction of the Engineer’s Representative.

13.5 Field Tests


The Contractor shall carry out Standard Penetration Tests inside boreholes to assess the
penetration resistance ‘N’ primarily on non-cohesive strata and weak weathered rocks at
every change of stratum and thereafter at intervals of 1.5 meters or as directed by the
Engineer’s Representative. The equipment and method to be used shall be as described in
IS:2131.
During the test, disturbed samples shall be obtained at every change of stratum and sent to
the laboratory for classification and testing. Relevant records shall be maintained in the
bore log.
In hard ground where full penetration of 30cms cannot be achieved, the test shall be
stopped at the number of blows to be decided by the Engineer’s Representative and actual
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

penetration noted. The number of blows for 30 cm penetration shall then be extrapolated.
The laboratory shall be equipped with all necessary apparatus to carry out the following
tests:
Sl. No. Name of the test No of tests per Bore hole
Tests on Rock Core Samples
1 Unit weight 1
2 Specific gravity 1
3 Porosity 1
4 Water absorption 1

The rate quoted by the tenderer shall be inclusive of the cost of transportation of rock
samples from field to the laboratory and submission of all collected samples in core boxes
and sample jars to the Engineer.

13.6 Soil Investigation Report


On completion of the work the Contractor shall supply to the Engineer a layout plan
showing the locations of all boreholes and other field tests as actually investigated, the
reclassified borehole records (borelogs) together with details of the samples taken and the
results of the field and laboratory tests taken, serially arranged, numbered and bound.
In addition to the above records in original, 1Draft Report and 2 Final Report along with soft
copy of a soil Investigation Report shall be submitted to the Employer.

14.0 Time Schedule And Deliverables


Time schedule and deliverables for said work are as follows:

Stage Particulars/ Deliverables Time Schedule


1. Mobilisation of Men and equipment including Jack- 2 weeks from the
up/pontoon date of award
2 Preparation and submission of three (3) copies of Draft 4 weeks from
report (factual and interpretation) as specified and five (5) award of work
copies of the final report (factual and interpretation) of
Geotechnical investigations with recommendations on
incorporating clients comments. The approved report shall
also be submitted on one CDs. Report shall include
photograph of rock cores / soil samples, rock exposures and
other feature, pits etc.
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

15.0 Payment Terms:


The payment terms for the above work are as follows.

1. 20% on mobilisation of men and equipment including Jack-up/pontoon at site

2. 80% against submission of Report for acceptance by Authority and Work done
certificate (WDC)

Note: Release of stage payments shall be on back to back basis.

16.0 Liquidated Damages:


In case delay in completion of survey work, liquidated damages not exceeding an amount
equal to 0.2% (Zero point two per cent) of the contract value per day, subject to a maximum
of 10% (ten percent) of appropriation from performance security or otherwise. However, in
case delay due to reasons beyond the control of the survey party, suitable extension of time
shall be granted.
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – I: Techno-Commercial
Form – 1 Letter of Proposal
(On Applicant's letter head)
(Date and Reference)
To,
Project Manager
WAPCOS Limited
I & II Floor, Swastik Apartment,
Gulmohor Path
Near SNDT Rear Gate
Off Law College Road,
Erandawane,
PUNE - 411 004
Subject: Tender No. WAP/P&H/PUNE/MDL/MGE/2017 for Marine Geotechnical
Investigation for Capital Dredging
Dear Sir,
With reference to your Tender Document dated………..2017, I/we, having examined all relevant
documents and understood their contents, hereby submit our Proposal for selection of survey
Party for Marine Geotechnical Investigation for Capital Dredging. The proposal is unconditional and
unqualified.
All information provided in the Proposal and in the Appendices is true and correct and all
documents accompanying such Proposal are true copies of their respective originals.
This statement is made for the express purpose for selection of Survey Party for the aforesaid work.
I/We shall make available to the Authority any additional information it may deem necessary or
require for supplementing or authenticating the Proposal.
I/We acknowledge the right of the Authority to reject our application without assigning any reason
or otherwise and hereby waive our right to challenge the same on any account whatsoever.
The Financial Proposal is being submitted in a separate cover. This Technical Proposal read with the
Financial Proposal shall constitute the Application which shall be binding on us.
I/We agree and undertake to abide by all the terms and conditions of the tender document. In
witness thereof, I/we submit this Proposal under and in accordance with the terms of the Tender
Document.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant)
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – I: Techno-Commercial
Form – 2 Particulars of the Applicant

1 Title of Work : Marine Geotechnical Investigation for Capital Dredging

2 State the following:


Name of Company or Firm:
Legal status (e.g. incorporated private company, unincorporated
business, partnership etc.):
Registered address:
Year of Incorporation:
Name, designation, address and phone numbers of authorized
signatory of the Applicant:
Name:
Designation:
Address:
Phone No.:
Fax No. :
E-mail address:

Note: Please attach Organization Profile


Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – I: Techno-Commercial

Form – 3 Financial Capacity of the Applicant


(Refer Clause 2.2)

Sr. No. Financial Year Annual Revenue (Rs. In Lakhs)

Certificate from the Statutory Auditor*

This is to certify that……………… (Name of the Applicant) has received the payments shown
above against the respective years on account of fees.
Name of the audit firm:
Seal of the audit firm
Date:
(Signature, name and designation of the authorized signatory)

* In case the Applicant does not have a statutory auditor, it shall provide the certificate from its
chartered accountant that ordinarily audits the annual accounts of the Applicant.
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – I: Techno-Commercial
Form – 4 Eligible Assignments of the Applicant
(Refer Clause 3.1)

Name of Applicant:

Name of Project / Assignment:

Description of Services Performed by the


Applicant firm:

Name of Client and Address:


Payment received by the Applicant (Rs. In
Lakhs)

Start date and Finish Date of the work


Brief description of the Project:

* Supporting documents (e.g. work order, completion certificate and performance certificate etc.
from client) for each assignment shall be attached.
** Use separate sheet for each eligible assignment
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – I: Techno-Commercial

Form – 5 Proposed Methodology and Work Plan

The proposed methodology and work Plan shall be described as follows:

The Applicant will submit its methodology for carrying out this work outlining its approach toward
achieving the Objectives laid down in the TOR. The Applicant will submit a brief write up on its
proposed team along with equipments and organization of personnel explaining how different
areas of expertise needed for this assignment have been fully covered by its proposal. The
Applicant should specify the sequence and locations of important activities, and provide a quality
assurance plan for carrying out the work.
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – II: Price Bid

Form – 1 Covering Letter


(On Applicant's letter head)
(Date and Reference)
To,
Project Manager
WAPCOS Limited
I & II Floor, Swastik Apartment,
Gulmohor Path
Near SNDT Rear Gate
Off Law College Road,
Erandawane,
PUNE - 411 004

Subject: Tender No. WAP/P&H/PUNE/MDL/MGE/2017 for Marine Geotechnical


Investigation for Capital Dredging
Dear Sir,
I/We, ………………….. (Applicant's name) herewith enclose the Financial Proposal for selection of
my/our firm as Survey Party for above. I/We agree that this offer shall remain valid for a period of
180 (one hundred eighty) days from the Last date of submission of Proposal or such further period
as may be mutually agreed upon.

Yours faithfully,

(Signature, name and designation of the authorized signatory)

Note:

 The sealed Financial Proposal shall be submitted separately


 The Financial Proposal is to be submitted strictly as per forms given in the document.
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Appendix – II: Price Bid

Form -2: Bill of Quantities (BoQ) for Marine geotechnical investigation (8 boreholes) in front
of Northern Waterfront of MDL, Mumbai

Unit rate Amount


Sr. No. Particulars Unit Quantities
(Rs.) (Rs.)

1 Mobilisation and Demobilisation


a). Mobilisation and Demobilisation of all LS
required equipment (Drilling rigs, Jack up
Platform, boat etc.), shifting platform with
all required components including using
DGPS and man power at project site
(Mumbai Harbour) for carrying out
Geotechnical Investigation as per technical
specification
2 Field Work
a). Boring of marine boreholes not less than Rm 15.00
100mm dia vertically below the natural
sea bed level in all types of soils up to
depth of -7 m CD meters and performing
standard penetration test at 2m interval,
collection of soil and water samples
complete including storing, transporting of
samples to laboratory all complete as
directed by the engineer in charge and as
per technical specification.
b). Core drilling in rock strata below the Rm 25.00
natural sea bed level in all types of rocks
using double tube barrel using NX size
diamond bit to a depth of -7 m CD and
collection of rock cores storing,
transporting of samples to laboratory all
complete as per technical specifications
and as per directed by engineer in charge.
3 Laboratory Test
a). Collection & analysis of rock samples and
conducting following standard tests as per
IS codes viz.
Density Nos. 8
Tender Document for Marine Geotechnical Investigation Work
In front of Northern Waterfront of MDL for Capital Dredging

Specific Gravity
Porosity
Water absorption
4 Report
a). Preparation and submission of three (3) LS
copies of Draft report (factual and
interpretation) as specified and five (5)
copies of the final report (factual and
interpretation) of Geotechnical
investigations with recommendations on
incorporating clients comments. The
approved report shall also be submitted
on one CDs. Report shall include
photograph of rock cores / soil samples,
rock exposures and other feature, pits etc.
Total in Rs. 0.00
Total in Lakhs. 0.00

Note: 1. The cost is including all duties, taxes, octroi, hiring etc. as may be applicable
2. Services tax shall be payable extra at 15% as per applicable
3. TDS shall be deducted as per applicable

(Total Rupees …………………………………………………………………………………………………..Only)

S-ar putea să vă placă și