Capital Dredging Tender Document

download Capital Dredging Tender Document

of 195

Transcript of Capital Dredging Tender Document

  • 8/18/2019 Capital Dredging Tender Document

    1/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    TENDER NO. KPL/OP/CD-PH-III/2015

    CAPITAL DREDGING PHASE-III AT

    KAMARAJAR PORT

    The General Manager

    (Corporate Strategy and Business Development)

    KamarajarPort Limited

     Trade Facilitation Centre,

    No.23, RajajiSalai

    Chennai – 600 001

     T: +91-44 25251666 – 70

    F: +91-44 25251665

    M:[email protected]

    [email protected] 

    W: www.ennoreport.com

    Date: 23-01-2015 Document Price Rs. 52,000/ 

    Consultants:

    K-001 Bannerghatta Road

    Bangalore – 560038Karnataka India 

    Kamarajar Port Limited(A Mini RatnaGovt. of India Undertaking)

  • 8/18/2019 Capital Dredging Tender Document

    2/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    Cover – 1Pre-Qualification cum

     Technical Bid

  • 8/18/2019 Capital Dredging Tender Document

    3/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    Section – I ...................................................................................................121. 0 NOTICE INVITING TENDER .................................................................. 13

    Section – II INTRODUCTION ......................................................................... 16

    1.0 GENERAL INFORMATION ..................................................................... 17

    1.01  Present status ................................................................................ 17 1.02  Port Expansion Proposal ................................................................. 18 

    2.0 BRIEF BACKGROUND OF PROJECT: ................................................... 18

    3.0 SITE INFORMATION ............................................................................. 19

    3.01 General .............................................................................................. 19 

    3.02 Location of Port .................................................................................. 19 

    3.03 Tides .................................................................................................. 19 

    3.04 Wind .................................................................................................. 19 

    3.05 Currents and Waves ........................................................................... 19

    3.06 Meteorology........................................................................................20

    3.07 Rainfall .............................................................................................. 20 

    3.10 Visibility............................................................................................. 20 

    3.11 Shipping Traffic Details ...................................................................... 20 

    4.0 PURPOSE OF THIS BID DOCUMENT .................................................... 21

    5.0 STRUCTURE OF BID DOCUMENT ........................................................ 21

    6.0 CONFIDENTIALITY ............................................................................... 21

    7.0 DISCLAIMER ........................................................................................ 21

    Section – III INSTRUCTIONS TO BIDDERS ................................................... 221.0 BRIEF DESCRIPTION OF WORK ............................................................. 23

    1.01 Brief Scope of work: ........................................................................... 23 

    1.02 Dredging Depths ................................................................................ 23 

    1.03 Disposal Locations ............................................................................. 23 

    1.04  Equipment Capability for Dredging and Reclamation works ............ 24 

    1.05 Others ............................................................................................... 24 

    2.0 MINIMUM ELIGIBILITY CRITERIA ........................................................ 25

    2.3 Equipment and Experience .................................................................. 25 

    2.4 Conflict of Interest................................................................................26 

    2.5 Black listed Companies ........................................................................ 29 

    3.0 BIDS BY JOINT VENTURE/CONSORTIUM ........................................... 29

    4.0 BIDDING PROCESS: ............................................................................. 31

    4.3  Deadline for Submission of Bids ........................................................ 34 

    4.4  Modification and Withdrawal of Bids .................................................. 35 

  • 8/18/2019 Capital Dredging Tender Document

    4/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    5.0 BID PROPOSAL REQUIREMENTS ........................................................... 35

    5.1 General ................................................................................................ 35 

    6.0 TENDER FEE AND EARNEST MONEY DEPOSIT ...................................... 37

    7.0  PERFORMANCE SECURITY ............................................................... 38 

    8.0  RETENTION MONEY .......................................................................... 38 

    9.0  BID SCHEDULE ................................................................................ 38 

    9.1 Pre-Bid Meeting: .................................................................................. 39 

    9.2 Bid Submission and opening of Technical Bid ...................................... 39 

    9.3 Commercial Bid opening ...................................................................... 40 

    10.0 INSTRUCTIONS FOR ONLINE BID SUBMISSION ................................... 40

    10.1 COVER – 1 DETAILS: TECHNICAL BID .............................................. 40 

    10.2 COVER – 2 DETAILS: FINANCIAL BID – Price Schedule ...................... 41 

    11.0 DETERMINATION OF RESPONSIVENESS OF BIDS: .............................. 4112.0 CLARIFICATION .................................................................................... 42

    13.0 PRICING OF BID ................................................................................... 42

    14.0 CURRENCIES OF QUOTATION .............................................................. 42

    15.0 BID VALIDITY ....................................................................................... 43

    16.0 DUTIES AND TAXES ............................................................................. 43

    17.0 INFORMATION TO BE FURNISHED BY BIDDER ................................... 43

    17.1 Cover 1 Technical Bid ........................................................................ 43 

    17. 2 Cover 2 - Price bid ............................................................................. 45 

    18.0 EVALUATIONS AND COMPARISON OF BIDS ......................................... 45

    General ...................................................................................................... 45 

    19.0 EVALUATION CRITERIA ........................................................................ 45

    20.0 RIGHT OF FIRST REFUSAL ................................................................... 45

    21.0 SIGNING OF THE CONTRACT ............................................................... 46

    Section – IV GENERAL CONDITIONS OF CONTRACT ................................. 487

    1.0 GENERAL PROVISIONS ........................................................................ 48

    1.1 Definitions ........................................................................................... 48 

    1.2  Interpretation .................................................................................... 52 

    1.3  Communications ............................................................................... 52 

    1.4 Law and Language ............................................................................... 53 

    1.5 Priority of Documents .......................................................................... 53 

    1.6 Contract Agreement ............................................................................. 54 

    1.7 Assignment .......................................................................................... 54 

  • 8/18/2019 Capital Dredging Tender Document

    5/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    1.8 Employer's Use of Contractor's Documents .......................................... 54 

    1.9 Drawings or Instructions ...................................................................... 54 

    1.10 Employer's Use of Contractor's Documents ........................................ 55 

    1.11 Contractor's use of Employer's Documents ......................................... 55 

    1.12 Confidential Details ............................................................................ 56 

    1.13 Compliance with Laws........................................................................ 56 

    1.14 Joint and Several Liability .................................................................. 56 

    1.15 Details to be Confidential ................................................................... 57 

    2.0 THE EMPLOYER ..................................................................................... 57

    2.1 Right of Access to the Site .................................................................... 57 

    2.2 Permits, Licenses or Approvals ............................................................. 58 

    2.3 Employer's Personnel ........................................................................... 58 

    2.4 Employer's Claims ............................................................................... 58 3.0 ENGINEER .............................................................................................. 59

    3.1 Engineer's Duties and Authority ........................................................... 59 

    3.2 Delegation by the Engineer................................................................... 59 

    3.3 Instructions of the Engineer ................................................................. 60 

    3.4 Determinations .................................................................................... 61 

    3.5 Management Meetings ......................................................................... 61 

    4.0 THE CONTRACTOR ................................................................................. 61

    4.1 Contractor's General Obligations .......................................................... 61 

    4.2 Performance Security ........................................................................... 62 

    4.3 Contractor's Representative.................................................................. 63 

    4.4 Subcontractors .................................................................................... 64 

    4.5 Assignment of Benefit of Subcontract ................................................... 64 

    4.6 Co-operation ........................................................................................ 65 

    4.7 Setting out ........................................................................................... 65 

    4.8 Safety Procedures ................................................................................ 66 

    4.9 Quality Assurance ................................................................................ 66 

    4.10 Site Data ............................................................................................ 67 

    4.11 Sufficiency of the Accepted Contract Amount ..................................... 67 

    4.12 Unforeseeable Physical Conditions ..................................................... 68 

    4.13 Rights of Way and Facilities ............................................................... 69 

    4.14 Avoidance of Interference ................................................................... 69 

    4.15 Access Route ...................................................................................... 69 

    4.16 Transport of Goods ............................................................................ 70 

  • 8/18/2019 Capital Dredging Tender Document

    6/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    4.17 Contractor's equipment ...................................................................... 70 

    4.18 Protection of Environment .................................................................. 71 

    4.19 Site facilities ...................................................................................... 72 

    4.20 Progress Reports ................................................................................ 72 

    4.21 Security of the Site ............................................................................. 73 

    4.22 Contractor's Operations on Site .......................................................... 73 

    4.23 Fossils ............................................................................................... 74 

    5.0 STAFF AND LABOUR ............................................................................ 74

    5.1  Engagement of Staff and Labour ........................................................ 74 

    5.2  Rates of Wages and Conditions of Labour .......................................... 74 

    5.3  Persons in the Service of Employer .................................................... 74 

    5.4  Labour Laws ...................................................................................... 74 

    5.5  Working Hours .................................................................................. 75 5.6  Facilities for Staff and Labour ............................................................ 75 

    5.7  Health and Safety .............................................................................. 75 

    5.8  Contractor's Superintendence ............................................................ 76 

    5.9  Contractor's Personnel....................................................................... 77 

    5.10  Records of Contractor's Personnel and Equipment .......................... 77 

    5.11  Disorderly Conduct ......................................................................... 78 

    6.0 PLANT, MATERIALS AND WORKMANSHIP ............................................ 78

    6.1 Manner of Execution ............................................................................ 78 

    6.2  Samples ............................................................................................ 78 

    6.3  Inspection ......................................................................................... 78 

    6.4   Testing .............................................................................................. 79 

    6.5  Rejection ........................................................................................... 79 

    6.6  Remedial Works ................................................................................. 80 

    6.7  Royalties ........................................................................................... 80 

    7.0 COMMENCEMENT, DELAYS AND SUSPENSIONS ................................ 80

    7.1  Commencement of work .................................................................... 80 

    7.2   Time of Completion, Compensation for Delay to Contractor’s

    Negligence......................................................................................... 80 

    7.2.1 Reduction of Liquidated Damages ...............................................81

    7.3  Programme ........................................................................................ 81 

    7.4  Extension of Time for Completion ...................................................... 82 

    7.5  Delays caused by Authorities ............................................................. 83 

    7.6  Rate of Progress ................................................................................. 83 

  • 8/18/2019 Capital Dredging Tender Document

    7/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    7.7  Contractor’s responsibility ................................................................. 84 

    7.8  Suspension of Work ........................................................................... 84 

    7.9  Consequences of Suspension ............................................................. 84 

    7.10  Payment for Equipment and Materials in Event of Suspension ........ 84 

    7.11  Prolonged Suspension..................................................................... 85 

    7.12  Resumption of Work ....................................................................... 85 

    8.0 TESTS ON COMPLETION ........................................................................ 85

    8.1 Contractors obligation .......................................................................... 85 

    8.2 Delayed Test ........................................................................................ 85 

    8.3 Retesting .............................................................................................. 86 

    8.4 Failure to Remedy Defects .................................................................... 86 

    9.0 EMPLOYER'S TAKING OVER .................................................................. 86 

    9.1 Taking over of the Works and Sections ............................................ 86 9.2 Taking Over of Parts of the Works ................................................... 87 

    9.3 Interference with Tests on Completion ............................................ 88 

    10.0 DEFECTS LIABILITY ............................................................................. 89

    10.1 Completion of Outstanding Work and Remedying Defects ................... 89 

    10.2 Cost of Remedying Defects ................................................................. 89 

    10.3 Extension of Defects Notification Period .............................................. 90 

    10.4 Failure to Remedy Defects .................................................................. 90 

    10.5 Removal of Defective Work ................................................................. 91 

    10.6 Further Tests ..................................................................................... 91 

    10.7 Right of Access ................................................................................... 91 

    10.8 Contractor to Search .......................................................................... 91 

    10.9 Performance Certificate ...................................................................... 91 

    10.10 Unfulfilled Obligations ...................................................................... 92 

    10.11 Clearance of Site .............................................................................. 92 

    11.0 MEASUREMENT AND EVALUATION ..................................................... 92

    11.1  Works to be measured .................................................................... 92 

    11.2  Method of Measurement ................................................................. 93 

    11.3  Evaluation ...................................................................................... 93 

    11.4  Omissions ...................................................................................... 94 

    12.0 VARIATIONS AND ADJUSTMENTS ....................................................... 94

    12.1 Right to Vary ...................................................................................... 94 

    12.2 Variation procedure ........................................................................... 95 

    12.3 Price adjustment ................................................................................ 96 

  • 8/18/2019 Capital Dredging Tender Document

    8/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    12.4 Payment in Applicable Currencies ...................................................... 96 

    12.5 Adjustments for Changes in Legislation .............................................. 96 

    13.0 CONTRACT PRICE AND PAYMENT ....................................................... 97

    13.1 The Contract Price ............................................................................. 97 

    13.2 Advance Payment ............................................................................... 97 

    13.3 Application for Interim Payment Certificates ....................................... 97 

    13.4 Schedule of Payments ........................................................................ 98 

    13.5 Issue of Interim Payment Certificates ................................................. 98 

    13.6 Payment ............................................................................................. 99 

    13.7 Delayed Payment ............................................................................... 99 

    13.8 Retention Money ................................................................................ 99 

    13.9 Statement at Completion .................................................................. 100 

    13.10 Application for Final Payment Certificate ........................................ 100 13.11 Discharge ....................................................................................... 100 

    13.12 Issue of Final Payment Certificate .................................................. 101 

    13.13 Cessation of employer's Liability ..................................................... 101 

    13.14 Currencies of Payment ................................................................... 101 

    14.0 TERMINATION BY EMPLOYER ........................................................... 102

    14.1 Notice to Correct .............................................................................. 102 

    14.2 Termination by Employer ................................................................. 102 

    14.3 Valuation at Date of Termination...................................................... 104 

    14.4 Payment after Termination ............................................................... 104 

    14.5 Employer’s Entitlement to Termination ............................................ 104 

    15.0 SUSPENSION AND TERMINATION BY CONTRACTOR ......................... 104

    15.1 Contractor's Entitlement to Suspend Work ....................................... 104 

    15.2 Termination by Contractor ............................................................... 105 

    15.3 Cessation of Work and Removal of Contractor's Equipment .............. 106 

    15.4 Payment on Termination .................................................................. 106 

    16.0 RESPONSIBILITY ................................................................................ 106

    16.1 Indemnities ...................................................................................... 106 

    16.2 Contractor's Care of the Works ......................................................... 107 

    16.3 Intellectual and Industrial Property Rights ....................................... 108 

    16.4 Limitation of Liability ....................................................................... 108 

    17.0 INSURANCE ........................................................................................ 109

    17.1 General Requirements for Insurances ............................................... 109 

    17.2 Insurance for Contractor’s equipment .............................................. 110 

  • 8/18/2019 Capital Dredging Tender Document

    9/195

  • 8/18/2019 Capital Dredging Tender Document

    10/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    2.3 Duties of the EMPLOYER’s Representative/ Engineer ......................... 127 

    3.0 THE SITE .............................................................................................. 127

    3.1 General Site information. ................................................................... 127 

    4.0 SURVEYS AND LEVELS TO BE AGREED .............................................. 127

    5.0 SETTING OUT THE WORKS ............................................................... 128

    6.0 ORDER OF WORKS ............................................................................... 128

    7.0 CO-ORDINATION AND INSPECTION OF WORKS ................................... 129

    8.0 GENERAL CONDITIONS OF CONSTRUCTION AND ERECTION WORK... 129

    9.0 Working in Monsoon ............................................................................. 129

    10.0 CONTRACTOR'S WORKING AREA ....................................................... 129

    11.0 TEMPORARY WORKS, OFFICE, JETTY, ETC. ..................................... 129

    12.0 OPERATIONS OF THE EMPLOYER AND OTHERS ............................... 130

    13.0 PORT RULES ...................................................................................... 13014.0 EXISTING SERVICES. ........................................................................ 131

    15.0 ENTRY ON PRIVATE OR OTHER PROPERTY ....................................... 131

    16.0 NOTICE OF OPERATIONS .................................................................. 131

    17.0 SECURITY AND SAFETY..................................................................... 132

    18.0 RETURNS AND DRAWINGS ................................................................ 132

    19.0 POSSESSION PRIOR TO COMPLETION .............................................. 132

    20.0 COMPLETION DOCUMENTS .............................................................. 133

    21.0 WATER AND POWER SUPPLY ............................................................ 133

    22.0 DISPUTE IN MODE OF MEASUREMENT ............................................ 133

    23.0 INCOME TAX...................................................................................... 133

    24.0 FACITITIES TO BE PROVIDED BY CONTRACTOR .............................. 133

    25.0 ENVIRONMENTAL MONITORING ........................................................ 134

    26.0 HEALTH SAFETY AND ENVIRONMENT, RISK & HAZARD ................... 135

    27.0 CODES, STANDARDS AND SPECIFICATIONS...................................... 135

    Section – VI TECHNICAL SPECIFICATIONS……………………………………… 136

    1.0 WORKS .............................................................................................. 137

    1.1 Scope of work:.................................................................................... 137 

    1.2 Dredging Depths ................................................................................ 137 

    1.3 Disposal Locations ............................................................................. 137 

    1.4 Works ................................................................................................ 138 

    1.5 Associated Works ............................................................................... 138 

    1.6 Tolerance and side Slopes .................................................................. 138 

  • 8/18/2019 Capital Dredging Tender Document

    11/195

  • 8/18/2019 Capital Dredging Tender Document

    12/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    10.2.3 Procedure for Dry Filling…………………………………………………. 150

    10.3 Reclamation at Designated areas ...................................................... 151 

    10.4 Back Wash Water Management ........................................................ 152 

    10.5 Onshore Pumping /Offtake Point ..................................................... 15310.6 Offshore disposal .............................................................................153

    SECTION – VII APPENDIX .......................................................................... 154

    APPENDIX TO TENDER (1 of 3) ................................................................... 155

    APPENDIX TO TENDER (2 of 3) ................................................................... 156

    APPENDIX TO TENDER (3 of 3) ................................................................... 157

    Section – VIII ANNEXURES ....................................................................... 158

    ANNEXURE-1 EXCEPTIONS AND DEVIATIONS ........................................... 159

    ANNEXURE-2 PROFORMA OF POWER OF ATTORNEY ................................ 160ANNEXURE-3 AGREEMENT ........................................................................ 162

    ANNEXURE-4 PROFORMA OF BANK GUARANTEE FOR PERFORMANCESECURITY .................................................................................................. 164

    ANNEXURE–5 PROFORMA FOR BANK GUARANTEE FOR EARNESTMONEYDEPOSIT ......................................................................................... 167

    ANNEXURE-6 DETAILS OF PAST EXPERIENCE OF CONTRACTOR FOR

    SIMILAR DREDGING WORK .................................................. 169

    ANNEXURE -7 CONCURENT COMMITMENTS OF THE BIDDER .................. 170

    ANNEXURE-8 LIST OF DREDGERS AND OTHER MAJOR EQUIPMENT

    PROPOSED FOR THE WORK ................................................ 171

    ANNEXURE-9 COMPANY GENERAL INFORMATION ................................... 172

    ANNEXURE–10 METHOD STATEMENT ....................................................... 173

    ANNEXURE-11 PROPOSED SITE ORGANIZATION...................................... 174

    ANNEXURE-12 WORK SCHEDULE & HISTOGRAM .................................... 175

    ANNEXURE–13 Format for Pre bid queries by Bidders ................................ 176

    ANNEXURE-14 UNDERTAKING.................................................................. 177

    ANNEXURE-15 Security Clearance ............................................................. 178

    ANNEXURE-16 Bid Submission Letter ....................................................... 181

    ANNEXURE-17 Financial Turnover of the Firm / Company ........................ 184

    ANNEXURE-18 LIST OF DRAWINGS .......................................................... 185

    ANNEXURE-19 Checklist for Technical Bid (Cover 1) & Price Bid (Cover 2)..186

    DRAWINGS………………………………………………………………………………….187

    REPORT ON SOIL INVESTIGATION.........................................................................188

  • 8/18/2019 Capital Dredging Tender Document

    13/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    Section – I

    Notice Inviting Tenders 

  • 8/18/2019 Capital Dredging Tender Document

    14/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    KAMARAJAR PORT LIMITED 

    (A Govt. of India Undertaking.)

    1. 0 NOTICE INVITING TENDER

    Online Global tenders through e-procurement mode are invited by Kamarajar

    Port Limited (EMPLOYER) for executing the work of “Capital Dredging Phase-

    III at Kamarajar Port” under Single Stage Two Cover System (Cover 1 – Pre-

    Qualification cum Technical and Cover II – Price Bid) from the experienced

    Dredging Contractors with proven Technical and Financial capabilities for

    executing Capital Dredging and Reclamation works of approximately 9.00

    Million cubic metres, details as in the bid reference table below  

    Tender No: KPL/OP/CD-PH-III/2015

    Name of the workCapital Dredging Phase III atKamarajar Port

    Fees of tender paper (non-refundable in INR)Rs.52,000/-(Rupees Fifty Two

     Thousand Only)

    Estimated value of work put to tender (inINR)

    Rs.405,00,33,000/- (RupeesFour hundred Five Crores Thirtythree Thousand only)

    Period of contract including mobilisation anddemobilisation

    20 months

    EMD (in INR)Rs.4,05,00,330/- (Rupees FourCrore Five Lakhs Three Hundredand Thirty only)

    Period of Online issue of tender documents 23.01.2015 to 13.02.2015Last date of Receiving Queries / Clarifications 02.02.2015

    Anticipated date of Authority responses toqueries

    06.02.2015

    Pre-bid Meeting, time and Place

    06.02.2015 at 11:30 Hrs at theKamarajar Port Limited, TradeFacilitation Centre, Rajaji SalaiChennai

    Last date & time for online submission of Bid 14.02.2015 at 15:00 Hrs

    Date, time and Place of opening of Technical

    Bid

    16.02.2015 at 15:30 Hrs atPort Administrative Building,

    Kamarajar Port Limited, VallurPost, Chennai - 600120.

    Date, Time, and Place of opening of Price Bid Shall be intimated to the bidders

    1.01 

     The complete tender document including drawings can be downloaded

    from KPL website: www.ennoreport.gov.inand e-procurement portal link

    and submit online as tender offer on or before the due date and time of

    submission. The tenderer shall pay Rs.52,000/-inclusive of VAT (Rupees

  • 8/18/2019 Capital Dredging Tender Document

    15/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    Fifty Two thousand only), towards the cost of tender in the form of

    Demand Draft (DD) /Bankers Cheque (BC) / Pay Order (PO). The

     Tenderer shall upload the scanned copy of the DD/BC/PO towards the

    cost of tender set as proof of payment in the tender document i.e.

     Technical bid while submitting the tender electronically in the e-

    procurement Portal. The DD / BC / PO in original shall be forwarded

    along with EMD amount to reach EMPLOYER before opening the

    technical bid. Mere uploading of proof of DD / BC / PO towards cost in

    the e-procurement portal and non-submission in original to EMPLOYER

    may lead to rejection of bids.

    1.02 

    1.02 One set of tender document consists of two volumes (Volumes-I &

    II). Volume-I (Pre-Qualification cum Technical Bid) comprises all

     Technical offer documents including drawings and other data and

    Volume-II (Financial Bid) comprises of Price bid documents.

    1.03 

     The EMD of Rs.4,05,00,330/- (Rupees Four Crores, Five Lakhs Three

    Hundred and Thirty only) shall be paid as described in the Tender

    Document.

    ● 

     The EMD shall be submitted in the form of BG/DD/BC/PO from

    Nationalized Bank/Scheduled bank in favour of “Kamarajar Port Limited”

    payable at Chennai.

    ● 

     The proof of EMD shall be uploaded as a scanned copy of the instrument

    through e-procurement mode under the Tender Document i.e. Technical

    Bid while submitting tender electronically in the e-procurement portal. The original EMD must reach Kamarajar Port Limited in the

    corresponding address before opening of Technical Bid as per the date

    and time given in this tender. Mere uploading of EMD document in the

    portal and non-submission of the original EMD at the address given

    below before the Technical Bid opening date & time will lead to rejection

    of bids. 

    The General Manager

    (Corporate Strategy and Business Development)

    Kamarajar Port Limited

    No.23, Rajaji Salai

    Chennai – 600 001

    ● 

     The original EMD instrument (BG/DD/BC/PO should be sealed in an

    envelope) can also be dropped in the Tender Box kept at the above

    address.

  • 8/18/2019 Capital Dredging Tender Document

    16/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    ● 

     The tender (offer) should be submitted by the Tenderer, only through e-

    procurement mode as explained in the Tender Document in section

    “INSTRUCTIONS FOR ONLINE BID SUBMISSION”. 

    1.04 

     The offer (both Techno-Commercial & Price) must be valid for a minimum

    of 180 days from the last date of online submission of offer; otherwise theoffer shall be rejected as non-responsive.

    1.05 

    First preference shall be given to the lowest commercial offer. However

    the Employer do not bind themselves to accept the lowest or any tender

    and reserve the right to accept any tender in full or part or to reject any

    tender without assigning any reason there for.

    1.06 

    Pre-bid meeting will be conducted at Trade Facilitation Centre of

    Kamarajar Port Limited, RajajiSalai, Chennai – 600 001 on the date and

    time indicated in the bid reference table.

    1.07 

     The Prospective Bidders, who need clarifications on any specific issue, if

    any, shall submit the same addressed to the General Manager 

    (Corporate Strategy and Business Development), Kamarajar Port

    Limited, Chennai-600120  before the date and time indicated in bid

    reference table. No queries / clarifications shall be entertained after the

    date and time indicated in Online bid reference. The bidders queries will

    be clarified through e-procurement portal and notification in this regard

    will be issued through www.ennoreport.gov.in  and e-procurement portal

    link.

    1.08 

     The due date and time of online submission of offers will be as indicated

    in the Online Bid Reference, unless otherwise notified. In the event of

    changes in the schedules, the General Manager (Corporate Strategy and

    Business Development), Kamarajar Port Limited shall notify the same

    only through www.ennoreport.gov.in and e-procurement portal link.

    1.09 

    If the offers are not received according to the instructions detailed here

    above, they shall be liable for rejection.

    The General Manager

    (Corporate Strategy and Business Development)Kamarajar Port LimitedNo.23, RajajiSalai

    Chennai – 600 001T: +91-44 25251666 – 70F: +91-44 25251665M: [email protected] [email protected] W: www.ennoreport.com 

  • 8/18/2019 Capital Dredging Tender Document

    17/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    Section – II

    Introduction

  • 8/18/2019 Capital Dredging Tender Document

    18/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    1.0  GENERAL INFORMATION

    Kamarajar Port Ltd, formerly known as Ennore Port Ltd, the 12th Major Port of

    India is located about 11 nautical miles to the north of Chennai port along the

    Coromandel Coast in the State of Tamil Nadu at latitude 13º50.50’ North and

    longitude 80º20.25’ East. The Port was incorporated as a corporate entity,

    Kamarajar Port Limited (EMPLOYER), under the Indian Companies Act of1956

    on 11th October, 1999.

     The Port is connected to the National Highways NH 4, NH 5 and NH

    45.Kamarajar Port is connected to the trunk routes of Indian railways at

    Attipattu and Attipattu Pudunagar Stations located in the Chennai-Guntur

    section of the Southern Railway on the Chennai-Delhi/Kolkata routes.

    1.01 

    Present status

    EMPLOYER is operating the Port as a landlord port limiting its functions to

    over all planning for development, mobilization of investment for development,

    conservancy of the port, regulatory aspects, environment monitoring, dredging

    the berth areas, port basin and approach channel to provide adequate water

    depths for the safe navigation of ships, installation of navigational aids/fire-

    fighting facilities, road and rail connectivity and facilitating supply of water and

    electricity. The development and operation of individual cargo terminals are

    entrusted to private operators/ captive users.

    Kamarajar Port consists of a harbour basin protected by two breakwaters onthe northern/eastern side and the southern side. The north/east break water

    is 3080 m long while the south breakwater is 1070 m long and Kamarajar Port

    has 6 berths as of now, capable of serving the varied needs of the maritime

    industry. During the first phase of the Port development two coal wharves to

    accommodate two Panamax size vessels. Of late, the Port has expanded its

    capacity by developing a Liquid Cargo handling Terminal, Common User Coal

     Terminal and Iron Ore Terminal on BOT under PPP mode and developed with

    its own investment, a General Cargo Berth for handling automobile exports and

    general merchandise. The present capacity of the port is 30Million Metric

     Tonnes per Annum (MTPA).

    Recently, to cater to the deep draught vessels at EMPLOYER, the port has

    carried out the Capital Dredging Phase-II at an investment cost of Rs.200

    crores i.e., the outer approach channel of (-) 20.00m CD, inner channel of (-)

    19.00mCD and basin of (-) 18.50m CD.

  • 8/18/2019 Capital Dredging Tender Document

    19/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    1.02 

    Port Expansion Proposal

     To meet the growing demand in the hinterland and trade, and based on

    availability of water front and land, EMPLOYER has initiated action for

    developing the following terminals through BOT / Captive basis.

    1.02.1 Development of Container terminal of 16.8 MTPA:

    Kamarajar Port has initiated action for development of Container Terminal on

    DBFOT basis of berth length of 730 m in phased manner (Phase I, 400mlength

    and phase II, 330 m length). Concession Agreement was signed with

    M/s. Adani Ports & Special Economic Zone Private Limited. The Schedule of

    commissioning the terminal is by January 2017. However, the concessioner

    has planned to operate the terminal by June 2016.

    1.02.2 Development of Multipurpose Cargo Terminal of 2 MTPA:

     The port has awarded the project to M/s Chettinad Builders Pvt. Ltd for the

    development of Multi Cargo Terminal on DBFOT basis with a capacity of

    2MTPA at an investment cost if Rs. 151 Crores. The construction of the

    terminal activities will commence by February 2015

    1.02.3 Additional two coal berths for TNEB: 

    Considering the expansion of the existing thermal power plants of TNEB and

    new TNEB - NTPC JV project, TNEB had requested EMPLOYER to establish

    additional two coal berths, i.e., CB No.3 & CB No.4. The contract for

    construction of berth has been awarded and the terminals scheduled to be

    operational 2017.

    1.02.4 Liquefied Natural Gas (LNG) Import Terminal of 5 MTPA:

    IOCL has initiated action for development of LNG Terminal with regasification

    terminal. IOCL has planned to commission the project by2017-18.

    2.0 

    BRIEF BACKGROUND OF PROJECT:

     This project is taken up as a part of the capacity addition plan of Kamarajar

    Port, it is proposed to dredge in front of the proposed Container berth Phase - I,

    Multi Cargo berth and Coal Berth-3 & 4 and approaches to the referred berths

    by expanding the basin through Capital Dredging and reclamation at an

    estimated quantity of about 9.0 Million Cubic Meter.

  • 8/18/2019 Capital Dredging Tender Document

    20/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    3.0  SITE INFORMATION

    3.01 General

    Site information is given as guidance and EMPLOYER is not responsible for the

    accuracy thereof. The Contractor shall conduct necessary studies and satisfy

    himself regarding meteorological, oceanographic, hydrographic conditions.

    3.02 Location of Port

    Kamarajar Port is situated at 24 kms North of Chennai Port at Latitude 13° 15’

    N and Longitude 80° 20’ E. The Navigable area consists of an approach

    channel of about 5.10 km. with a width of 270 mtrs and scheduled depth is –

    20 m CD at channel, –18.5m CD at basin, and some of the existing berth is at – 15.0m CD.

    3.03 Tides

     The tides at Ennore are very similar to the tides at Chennai, where the tides

    are semi-diurnal with a tide range, relative to the Chart Datum (CD) as follows:

    Highest High Water Level (HHWL) + 1.50 m

    Mean High Water Springs (MHWS) + 1.10 m

    Mean High Water Neaps (MHWN) + 0.80 m

    Mean Sea Level (MSL) + 0.65 m

    Mean Low Water Neaps (MLWN) + 0.40 m

    Mean Low Water Springs (MLWS) + 0.10 m

    Lowest Low Water Level (LLWL) - 0.10 m

    3.04 Wind

     The site is located on the East Coast, exposed to Southwest and Northeast

    monsoon. The wind is predominantly Southwest direction during SW monsoon

    from June to September and from NE to NW during NE monsoon from October

    to January.

    3.05 Currents and Waves

    During the northeast monsoon, the current is directed southwards and in

    southwest monsoon the current is directed northwards. The currents in the

  • 8/18/2019 Capital Dredging Tender Document

    21/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    coastal zone are approximately 0.15 to 0.25 m/s. The basin is well protected

    from the wave action and the maximum wave height in the basin is limited to

    0.50 m only.

    3.06 Meteorology

     The wind rose shows the largest frequencies of occurrence from north eastern

    and south western directions. This corresponds with the monsoon season and

    is in accordance with more general data of the western part of the Bay of

    Bengal. Southern to south eastern wind directions also occur rather

    frequently, mainly during the transition period between the two monsoons.

    3.07 Rainfall

    More than 60% of the annual rainfall takes place during the NE monsoon

    (October to December). The average monthly rainfall in the period 1972 – 1983varied from 1mm in March / April to 416 mm in November. The total annual

    rainfall shows considerable variation over the years, from 550 mm in 1982 to

    1522 mm in 1975.

    3.08 Air temperature

     The average monthly air temperature varies between 37°C in May and June to

    about 29°C during December and January. The average minimum

    temperatures vary between 28°C in May and June and 21°C in January and

    February.

    3.09 Relative humidity

    Ennore generally experiences high humidity. The average maximum values of

    the relative humidity remain high throughout the year (above 90%). The

    average minimum monthly values are between 25% in May and 48% in

    November.

    3.10 Visibility

     The visibility at Ennore area is more than 20 km for most part of the year,

    occasionally extending to 50 km. On an average, visibility is between 4 and 10

    km for 40 days in a year, and less than 4 km for 4 days in a year.

    3.11 Shipping Traffic Details

    At present the number of vessels calling the Port is around 22 ships per

    month. The port mainly handles coal, POL vessels at berth and car carriers.

  • 8/18/2019 Capital Dredging Tender Document

    22/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

     Table showing no. of vessels visited Kamarajar Port for the past five years is

    listed below for guidance.

    SL.NoYear (April –

    March)Coal TNEB

    CoalCICTPL

    Automobiles MLT

    1 2009-10 172 - - 77

    2 2010-11 165 10 22 87

    3 2011-12 172 69 52 92

    4 2012-13 174 100 80 121

    5 2013-14 240 154 120 175

    4.0 

    PURPOSE OF THIS BID DOCUMENT

     The purpose of this Bid Document is to, inter alia:

    ● 

    Provide an overview of the brief detail of Project, set out the terms and

    conditions of the Contract and the Scope of Work;

    ● 

    Specify the terms and procedures governing the process for submission

    of Technical cum PQ Bid and Price Bid and selection of the sound

    &capable Bidders; and

    ● 

    Outline the eligibility and evaluation criteria.

    5.0 

    STRUCTURE OF BID DOCUMENT

    1. Cover – 1 Pre-Qualification Cu.m Technical Bid

    2. Cover – 2 Price Bid

    6.0  CONFIDENTIALITY

    Any and all information or data provided in this Bid Document and shared

    with the Bidder pursuant hereto is and must be treated by the Bidder and their

    respective JV/Consortium Members and their employees, consultants, agents

    and other representatives as confidential information. Moreover, any suchinformation may not be reproduced or distributed by the recipient to third

    parties (other than in confidence to the recipient's professional advisors).

    7.0  DISCLAIMER

     This bid document is property of Kamarajar Port Limited. The same shall not

    be reproduced and used for any other purpose without necessary permission.

  • 8/18/2019 Capital Dredging Tender Document

    23/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    Section – III

    Instruction to Bidders

  • 8/18/2019 Capital Dredging Tender Document

    24/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    1.0 BRIEF DESCRIPTION OF WORK

    EMPLOYER (Kamarajar Port Limited) proposes works as indicated below under

    this scope of this tender:

    1.01 Brief Scope of work:

      Capital Dredging of Container and Multi Cargo Berths and its

    approaches

      Capital Dredging of Coal berth 3 & 4 and its approaches

      Removal of onshore boulders and transporting to designated area

      Removal of offshore boulders and transporting to designated area

     

    Removal of offshore identified debris / wrecks and any other

    obstructions. 

      Environmental Monitoring. 

    1.02 Assured Dredging Depths

    DescriptionFrom Existing Depth To

    Assured Designed Depth.

    Container Berth -16.0 M CD

    Multi-Cargo Berth -16.0 M CD

    Approaches to Multi-cargo & Container berths -16.5M CD

    Coal Berth No. 3 &No. 4 -18.0 M CD

    Approaches to Coal Berths 3 & 4 -18.5 M CD

    1.03 Disposal Locations

     The excavated / dredged material to be disposed in locations as indicated

    below:

    Description AreaDisposal

     Volume (Cu.m)

    Dry excavated material for

    reclamation and compaction.Area A 300,000

    Bund formation from dry

    excavated material

    Area B, C& D

    400,000Balance of dry excavated

    material

    Area E, Low Lying area /

    North Beach area (average

    lead distance of five Kms)

    Hydraulic fill with dredged

    material & StockpileArea B, C& D 2,500,000

    Sea Dumping Off Shore Disposal 5,800,000

  • 8/18/2019 Capital Dredging Tender Document

    25/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

     The work involves Capital Dredging at Container Berths, Multi-cargo Berth and

    Coal Berths No.3&No.4and their approaches with an approximate quantity of

    9.0Million Cubic Metres with a variation of ± 25%. This quantity includes an

    approximate quantity of 0.70 Million Cubic Metres of dry excavation upto CD

    0.00 level. Around 300,000 Cubic Metres of this dry excavated material is to be

    filled in reclamation area “A” as marked in drawing no. KPL-DS-CD-PH-043-

    2015-004. Balance quantity of about 400,000 cubic meter of the dry excavated

    material is to be disposed as directed by the ENGINEER / EMPLOYER for the

    formation of bunds, filling of Area E, low lying areas inside the Port premises

    and adjoining North beach in the drawing no. KPL-DS-CD-PH-043-2015-003,

    with average lead distance of five kilometres

    Reclamation area “B”, “C”& “D” are to be hydraulically reclaimed which can

    retain an approximate quantity of 2.5 Million Cubic Metres including stock

    piling. The remaining quantity of approximately 5.8Million Cubic Metres is to

    be dumped in the designated off shore dump area as marked in the drawing

    no.KPL-DS-CD-PH-043-2015-003

    1.04 

    Equipment Capability for Dredging and Reclamation works

      Dredger(s) capable of dredging to a depth of at least 22 meters as specified

    along with compatible equipment and associated marine spread

      Survey spread for carrying out the hydrographic and topographic surveys

    for monitoring and measurement of the dredging works.

     

    Dredging and transporting the dredged material to the onshore landfill /reclamation area with a lead of about 5.0 km from the dredging area and

    capable of height of about 10 m for stockpiling.

      Dredging and transporting the dredged material to the designated offshore

    disposal location with a lead of about 4.0 Nautical Miles from the tip of

    north breakwater to the central point of disposal ground measuring 5.0 km

    x 5.0 Km. 

    1.05 Others

     The material to be dredged mainly consists of sand, silt and clay and its

    mixtures. Bidder to mobilise equipment required for the capital dredging

    including dry excavation, reclamation and offshore disposal, pre, interim and

    post dredging and reclamation / topographic survey. The bidder shall also

    mobilize equipment for removal of boulders and debris both off shore and

    onshore.

  • 8/18/2019 Capital Dredging Tender Document

    26/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

     The bidder shall take all reasonable steps to protect the environment including

    monitoring.

    2.0  MINIMUM ELIGIBILITY CRITERIA

    2.1Average annual financial turnover of the tenderer during the latest three

    audited years (2011-12, 2012-13, 2013-14) shall be at least

    Rs.1275.0Million. For this purpose last three occurring financial years will

    be considered. (The Audited Balance Sheet shall be enclosed).

    2.2Similar Works successfully completed by the Bidder during the last seven

    years: (Completion Certificates issued by the Client / Employer shall

    be enclosed for each eligible project.)

    ● 

    At least one dredging work of not less than Rs.324,00,26,400/- or 7.20Million Cu.m. 

    OR

    ● 

    At least two dredging works not less than Rs. 202,50,16,500/- or 4.50

    Million Cu.m each.

    OR

    ● 

    At least three dredging works not less than Rs.162,00,13,200/- or 3.60

    Million Cu.m each. 

    Definition of Similar Work:

    Similar dredging works means successfully completed dredging and

    reclamation works in large scale and capability of offshore disposal of dredged

    soil using suitable dredging equipment.

    2.3 Equipment and Experience

     The bidder should mobilise suitable dredging and reclamation spread capable

    of executing the dredging work within the time schedule. The documentary

    evidence about the capability, experience in the relevant field and financial

    status to be furnished along with the offer are:-

    ● 

    Details of dredging work executed in last 7 years, type of dredging work

    executed, details of dredgers deployed, quantity, scheduled period of

    execution, date of commencement and date of completion and

    certificate/testimonials from the concerned clients regarding successful

    completion of the job. (Ref: Annexure – 6)

  • 8/18/2019 Capital Dredging Tender Document

    27/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    ● 

    Details of dredger(s) and other supporting crafts and facilities including

    discharge pipeline etc. available and proposed to be deployed and their

    mobilisation time to this site. (Ref: Annexure –8)

    ● 

    Capability of the firm in carrying out pre, progressive and post

    topographic and bathymetric surveys.

    ● 

    Name and curriculum vitae of dredging team and surveyors proposed to

    be deployed.

    ● 

    Registration details of the firm, name of bankers, company profile,

    solvency certificate and financial position of the firm during the last five

     years.

    2.4 Conflict of Interest

    2.4.1 Tenderer shall not have a conflict of interest that may affect the Selection

    Process or the Contract (the “Conflict of Interest”). Any tenderer foundto have a Conflict of Interest shall be disqualified. In the event of

    disqualification, the Authority shall forfeit and appropriate the Bid

    Security as mutually agreed genuine pre-estimated compensation and

    damages payable to the Authority for, inter alia, the time, cost and effort

    of the Authority including consideration of such Applicant’s Proposal,

    without prejudice to any other right or remedy that may be available to

    the Authority hereunder or otherwise.

    2.4.2 The Authority requires that the Contractor provides professional,

    objective, and impartial advice and at all times hold the Authority’sinterests paramount, avoid conflicts with other assignments or its own

    interests, and act without any consideration for future work. The

    Contractor shall not accept or engage in any assignment that would be in

    conflict with its prior or current obligations to other clients, or that may

    place it in a position of not being able to carry out the assignment in the

    best interests of the Authority.

    2.4.3 Tenderer shall be deemed to have a Conflict of Interest affecting the

    Selection Process, if:

    a) 

    the tenderer its consortium member (the “Member”) or Associate (or

    any constituent thereof) and any other Applicant, its consortium

    member or Associate (or any constituent thereof) have common

    controlling shareholders or other ownership interest; provided that

    this disqualification shall not apply in cases where the direct or

    indirect shareholding or ownership interest of an tenderer, its

    Member or Associate (or any shareholder thereof having a

  • 8/18/2019 Capital Dredging Tender Document

    28/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    shareholding more than 5 per cent of the paid up and subscribed

    share capital of such tenderer, Member or Associate, as the case

    may be) in the other tenderer, its consortium member or Associate is

    less than 5% (five per cent) of the subscribed and paid up equity

    share capital thereof; provided further that this disqualification shall

    not apply to any ownership by a bank, insurance company, pension

    fund or a public financial institution referred to in Section 4A of the

    Companies Act, 1956 For the purposes of this Clause 2.4.3(a),

    indirect shareholding held through one or more intermediate

    persons shall be computed as follows: (aa) where any intermediary is

    controlled by a person through management control or otherwise,

    the entire shareholding held by such controlled intermediary in any

    other person (the “Subject Person”) shall be taken into account for

    computing the shareholding of such controlling person in the

    Subject Person; and (bb) subject always to sub-clause (aa) above,

    where a person does not exercise control over intermediary, which

    has shareholding in the Subject Person, the computation of indirect

    shareholding of such person in the Subject Person shall be

    undertaken on a proportionate basis; provided, however, that no

    such shareholding shall be reckoned under this sub-clause (bb) if

    the shareholding of such person in the intermediary is less than

    26% (twenty six per cent) of the subscribed and paid up equity

    shareholding of such intermediary; or

    b) 

    a constituent of such tenderer is also a constituent of another

    tenderer; or

    c) 

    such tenderer or its Associate receives or has received any direct or

    indirect subsidy or grant from any other tenderer or its Associate; or

    d) 

    such tenderer has the same legal representative for purposes of this

    tender as any other tenderer; or

    e) 

    such tenderer has a relationship with another tenderer, directly or

    through common third parties, that puts them in a position to have

    access to each others’ information about, or to influence the tender

    of either or each of the other tenderer; or

    f) 

    there is a conflict among this and other contract assignments of the

    tenderer (including its personnel and Sub-contractor) and any

    subsidiaries or entities controlled by such tenderer or having

    common controlling shareholders. The duties of the Consultant will

    depend on the circumstances of each case. While providing Contract

    services to the Authority for this particular contract, the tenderer

  • 8/18/2019 Capital Dredging Tender Document

    29/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    shall not take up any contract that by its nature will result in

    conflict with the present contract; or

    g) 

    a firm which has been engaged by the Authority to provide goods or

    works or services for a project, and its Associates, will bedisqualified from providing contract services for the same project

    save and except as provided in Clause 2.4.4; conversely, a firm hired

    to provide contract services for the preparation or implementation of

    a project, and its Members or Associates, will be disqualified from

    subsequently providing goods or works or services related to the

    same project; or

    h) 

    the tenderer, its Member or Associate (or any constituent thereof),

    and the tenderer or Concessionaire, if any, for the Project, its

    contractor(s) or sub-contractor(s) (or any constituent thereof) have

    common controlling shareholders or other ownership interest;

    provided that this disqualification shall not apply in cases where the

    direct or indirect shareholding or ownership interest of a tenderer,

    its Member or Associate (or any shareholder thereof having a

    shareholding of more than 5% (five per cent) of the paid up and

    subscribed share capital of such tenderer, Member or Associate, as

    the case may be,) in the tenderer or Concessionaire, if any, or its

    contractor(s) or sub-contractor(s) is less than 5% (five per cent) of

    the paid up and subscribed share capital of such Concessionaire or

    its contractor(s) or subcontractor(s); provided further that this

    disqualification shall not apply to ownership by a bank, insurance

    company, pension fund or a Public Financial Institution referred to

    in section 4A of the Companies Act, 1956. For the purposes of this

    sub-clause (h), indirect shareholding shall be computed in

    accordance with the provisions of sub-clause (a) above

    For purposes of this tender, Associate means, in relation to the tenderer,

    a person who controls, is controlled by, or is under the common control

    with such tenderer (the “Associate”). As used in this definition, the

    expression “control” means, with respect to a person which is acompany or corporation, the ownership, directly or indirectly, of more

    than 50% (fifty per cent) of the voting shares of such person, and with

    respect to a person which is not a company or corporation, the power to

    direct the management and policies of such person by operation of law or

    by contract.

  • 8/18/2019 Capital Dredging Tender Document

    30/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    2.4.4 A tenderer eventually appointed to provide contract for this Project, and

    its Associates, shall be disqualified from subsequently providing goods or

    works or services related to the construction and operation of the same

    Project and any breach of this obligation shall be construed as Conflict of

    Interest; provided that the restriction herein shall not apply after a period

    of 5 (five) years from the completion of this assignment or to contract

    assignments granted by banks/ lenders at any time; provided further

    that this restriction shall not apply to contract services performed for the

    Authority in continuation of this contract or to any subsequent contract

    services performed for the Authority in accordance with the rules of the

    Authority. For the avoidance of doubt, an entity affiliated with the

    tenderer shall include a partner in the contract firm or a person who

    holds more than 5% (five per cent) of the subscribed and paid up share

    capital of the Contract, as the case may be, and any Associate thereof.

    2.5 Black listed Companies

    Contractors who have been black listed or banned still in force by any

    Major Port Trust, Central or State Government agencies shall not be

    eligible to take part in this tender.

    3.0  BIDS BY JOINT VENTURE/CONSORTIUM

     Two or more bidders but not more than three may form a “Joint Venture

    or a consortium” among themselves or by including some other firms

    having required expertise/ experience and submit the offer in the nameof “Joint Venture” company.

    Bids submitted by a Joint venture / Consortium shall comply with the

    following requirements:

    a) 

     The Bid, and in case of a successful Bid, the Form of Agreement, shall be

    signed so as to be legally binding on all partners;

    b) 

    A member of JV firm shall not be permitted to participate either in

    individual capacity or as a member of another JV firm in the same Bid.

    c) 

    In case of JV, the Bid shall be submitted only in the name of the JV firm

    and not in the name of any constituent member

    d) 

    One of the partners shall be nominated as being in charge(lead partner);

    and this authorization shall be evidenced by submitting a power of

    attorney signed by legally authorized signatories of all the partners.

  • 8/18/2019 Capital Dredging Tender Document

    31/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    e) 

    the partner in charge (lead partner) shall be authorized to incur liabilities

    and receive instructions for and on behalf of any or all of the partners of

    the joint venture and the entire execution of the contract including

    payment shall be done exclusively with the partner in charge;

    f) 

    all partners of a joint venture shall be jointly and severally liable forexecution of the contract in accordance with the contract terms, and a

    relevant statement to this effect shall be included in the authorization

    mentioned under (b) above as well as in the Bid Form and the Form of

    Agreement (in case of a successful Bid);

    g) 

    A scanned copy of certified copy of the agreement entered into by the

     joint venture partners shall be attached in the online Bid. Bidder shall

    produce original copy of agreement whenever demanded by the

    Employer. The complete details of the members of the JV firm, their

    share and responsibility in the JV firm etc. particularly with reference to

    financial technical and other obligations shall be furnished in the

    agreement.

    h) 

    Once the bid is submitted the agreement shall not be

    modified/altered/terminated during the validity of the bid. In case the

    bid fails to observe/comply with this stipulation, the full bid security

    shall be forfeited. In case of successful/qualified bidder, the validity of

    this agreement shall be extended until the contract expires.

    i) 

    In case of successful bidder, the validity of the bid security shall be

    extended until the contract expires.

     j) 

    In case of JV/consortium, lead partner must satisfy minimum eligibility

    criteria of similar work of the estimated cost put to Bid as per clause 2.0

    of this section (Ref: Clause 2.2 of Section – IV GCC )

    k) 

    One of the members of the JV firm shall be the lead members of the JV

    firm who shall have a majority (at least 51%) share of interest in the JV

    firm. The other members shall have a share of not less than 20% each in

    case of JV firms.

    l) 

    Documents to be enclosed by the JV firm along with the Bid

    i. 

    Notary certified copy of the Partnership Deed.

    ii. 

    Consent of all the partners to enter into the Joint Venture Agreement

    on a stamp paper of appropriate value (in original).

    iii. 

    Power of Attorney (duly registered as per prevailing law) in favour of

    one of the partners to sign the MOU and JV Agreement on behalf of

    the partners and create liability against the firm.

  • 8/18/2019 Capital Dredging Tender Document

    32/195

  • 8/18/2019 Capital Dredging Tender Document

    33/195

  • 8/18/2019 Capital Dredging Tender Document

    34/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    (xii) 

     The bidder should read the terms & conditions and accept the same

    to proceed further to submit the bids.

    (xiii)   The Bidder has to select the payment option as offline to pay the EMD

    and tender document cost as applicable.

    (xiv) 

     The details of the DD instrument / any other accepted instrument,

    physically sent, should tally with the details available in the scanned

    copy and the data entered during bid submission time. Otherwise the

    bid submitted will not be acceptable.

    (xv)   The bidder has to enter the password of the DSC / e-token and the

    required bid documents have to be uploaded one by one as indicated.

    (xvi)   The bidder has to submit the relevant files required as indicated in

    the cover content. In case of any irrelevant files, the bid will be

    rejected / will not be accepted by the system.

    (xvii) 

     The tendering system will give a successful bid updating message and

    then a bid summary will be shown with the bid no., the date and time

    of submission of the bid and all other relevant details. The bidder has

    to submit the relevant documents required as indicated in the cover

    content. In case of any irrelevant files, the bid will be rejected.

    (xviii) 

     The bid summary has to be printed and kept as an acknowledgement

    as a token of the submission of the bid.

    (xix)   The bid summary will act as a proof of bid submission for the subject

    tender and will also act as an entry point to participate in the bid

    opening date.

    (xx)  For any clarifications regarding the Tender, the bid number can be

    used as a reference.

    (xxi) 

    Bidder should log into the site well in advance for bid submission so

    as to submit the bid in time (i.e.) on or before the bid submission

    time. If there is any delay, due to other issues, bidder only is

    responsible.

    (xxii)  Each document to be uploaded online for the tenders should be less

    than 2 MB. If any document is more than 2MB, it can be reduced by

    scanning at low resolution and the same can be uploaded.

    (xxiii)  The time settings fixed in the server side & displayed at the top of the

    tender site, will be valid for all actions of requesting, bid submission,

    bid opening etc., in the e-tender system. The bidders should follow

    this time during bid submission.

    (xxiv)  All the data being entered by the bidders would be encrypted using

    PKI encryption techniques to ensure the secrecy of the data. The data

  • 8/18/2019 Capital Dredging Tender Document

    35/195

  • 8/18/2019 Capital Dredging Tender Document

    36/195

  • 8/18/2019 Capital Dredging Tender Document

    37/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    e. 

    Bidders are advised to visit the site of the work, review the drawings,

    and acquaint themselves of all site conditions prior to submission of

    their bid. Failure to visit the site will in no way relieve the successful

    bidder of any of the obligations in performing the work in accordance

    with this Bid Document within the quoted price.

    f. 

    If the bidders find discrepancies in or omission from the drawings,

    specifications, or other documents, or have any doubts as to the

    meaning or intent of any part thereof, they shall at once inform

    EMPLOYER/Engineer who may send a written instruction or

    explanation to all bidders. No oral interpretations shall be made by any

    bidder as to the meaning of any of the provisions of the bid documents.

    Every request for an interpretation shall be in writing addressed and

    forwarded to the General Manager (Corporate Strategy and Business

    Development)

    g. 

    In formulating their bid, bidders shall have full regard to the contents of

    the Bid Documents since the bid will be deemed to have been made after

    taking into account all the provisions thereof. The agreement as finally

    executed will include the Employer’s Bid Documents, the Bidder’s offer

    as finally accepted by the EMPLOYER together with Addenda, bid

    clarification and all correspondences exchanged between Kamarajar Port

    and the bidder, if any.

    h. 

     The bidders may please note that the EMPLOYER/Engineer will not

    entertain any correspondence or queries on the status of the offers

    received against this Bid. Bidders are also requested not to depute any

    of their personnel or Agents to visit the Employer’s offices for making

    such enquiries till finalisation of the bid.

    i. 

     The bidders shall give an undertaking that they have not made any

    payment or illegal gratification to any person / authority connected with

    the bid process so as to influence the bid process and have not

    committed any offence under the Prevention and Corruption Actin

    connection with the bid. (Ref: Annexure –14)

     j. 

     The bidders shall disclose any payments made or proposed to be made

    to any intermediaries (agents etc.) in connection with the bid.

    k. 

    Canvassing in any form by the bidder or by any other agency acting on

    behalf of the bidder after submission of the bid may disqualify the said

    bidder. The Employer’s decision in this regard shall be final and binding

    on the bidder.

    l. 

     The EMPLOYER may reject, accept or prefer any bid without assigning

    any reason whatsoever. The EMPLOYER also reserves to himself the

  • 8/18/2019 Capital Dredging Tender Document

    38/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    right to accept any bid in part or parts only with such conditions as he

    may prescribe.

    m. 

    EMPLOYER will not be liable for any financial obligation in connection

    with the work until such time the EMPLOYER has communicated to the

    successful bidder in writing his decision to award the Work (covered bythe bid document issued to him).

    n. 

     Telex/Telegraphic offers will not be considered. Bidders should prepare

    their bid themselves. Bids submitted by agents will not be recognized.

    o. 

    Bids received after the due date and time and any change in quotation

    after the specified date will be rejected. EMPLOYER will not be

    responsible for the loss of the bid document or for the delay in postal

    transit for the documents prescribed to be submitted physically

    p. 

    In case of an unscheduled holiday on the prescribed closing/opening

    day of the bid, the next working day will be treated as the scheduledprescribed day of closing/opening of the bid.

    q. 

    Bidders to note that the bids shall first be evaluated for minimum

    eligibility criteria given in the tender call notice. Bidders not meeting the

    eligibility criteria do not qualify.

    r. 

     The word “Shall” indicates requirement and the work “Should” indicates

    recommendation

    6.0 TENDER FEE AND EARNEST MONEY DEPOSIT

    a. 

     The tender fee of Rs. 52,000/- (Rupees Fifty Two Thousand Only) to be

    submitted in form of Banker’s Cheque / Demand Draft in favour of

    “Kamarajar Port Limited” Payable at Chennai.

    b. 

     The EMD of Rs. 4,05,00,330/- (Rupees Four Crore Five Lakhs Three

    Hundred and Thirty only) shall be paid as described in the Tender

    Document. The EMD shall be submitted in the form of BG/DD/BC/PO

    from Nationalized Bank/Scheduled bank in favour of “Kamarajar Port

    Limited” payable at Chennai.

    c. 

     The proof of Tender Fee and EMD shall be uploaded as a scanned copy ofthe instrument through e-procurement mode under the Tender

    Document i.e. Technical Bid while submitting tender electronically in the

    e-procurement portal. The original Tender Fee and EMD must reach

    Kamarajar Port Limited in the corresponding address before opening of

     Technical Bid as per the date and time given in this tender. Mere

    uploading of Tender Fee and EMD document in the portal and non-

    submission of the original Tender Fee and EMD at the address given

  • 8/18/2019 Capital Dredging Tender Document

    39/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    below before the Technical Bid opening date & time will lead to rejection

    of bids.

    d. 

     The original EMD instrument (BG/DD/BC/PO should be sealed in an

    envelope) can also be dropped in the Tender Box kept at the address of

    General Manager (Corporate Strategy and Business Development).

    e. 

    Previous dues / deposits with Kamarajar Port Limited shall not be

    accounted / adjusted towards Tender Fee and EMD.

    f. 

    If any Bidder withdraws bid after EMPLOYER has accepted their bid than

    this will be considered as default and accordingly EMD will be forfeited.

    g. 

    EMD of all unsuccessful bidders shall be released within 30 days from

    the issue date of Letter of Award to the successful bidder and submission

    of requisite Performance Security by the successful bidder

    7.0 

    PERFORMANCE SECURITY

    a. 

     The successful bidder shall furnish the Performance Security in the

    prescribed Format (Annexure 4) equivalent to 5% of the contract price in

    the form of Bank Guarantee from a Nationalized / Scheduled Bank

    acceptable to the EMPLOYER encashable at Chennai valid till the end of

    scheduled completion date plus one month. In the event completion of

    works is delayed beyond the scheduled completion date for any reasons

    whatsoever, the contractor shall extend the validity of the bank

    guarantee suitably to cover the period mentioned above.

    b. 

    During the execution of the works In case of positive variation in thescope of work the Bidder maybe asked to provide additional Performance

    Security amount of 5% against the additional scope of work but not vice-

    versa.

    8.0 

    RETENTION MONEY

    a. 

    Retention money @ 10% of running account bill shall be deducted

    subjected to maximum 5 % of Contract Amount.

    9.0 

    BID SCHEDULE

    Bid schedule and procedure shall be followed as per the NIT, however the

    schedule is merely indicative in nature and EMPLOYER hereby reserves the

    right, at its sole discretion and, from time to time and at any time to revise or

    modify the aforesaid schedule (or any part thereof) by the issuance requisite

    notice.

  • 8/18/2019 Capital Dredging Tender Document

    40/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    9.1 Pre-Bid Meeting:

    Pre bid meeting will be conducted at Kamarajar Trade Facilitation Centre on

    06.02.2015 at 11:30hrs at the address given below:

    KAMARAJAR PORT LTD.,

     Trade Facilitation Centre,

    #23, Rajaji Salai, Chennai - 600 001,

    Ph: +91-44- 25251666-70

    Fax: +91-44- 25251665

     The bidders who seek clarifications shall inform in writing at the address

    mentioned below latest by 02.02.2015. No queries /clarifications shall be

    entertained after 02.02.2015.

     The General Manager

    (Corporate Strategy and Business Development),

    Kamarajar Port Limited,

    No 23 Rajaji Salai (Near GPO)

    Chennai – 600 001.Ph: +91-44-25251666-70, Fax: +91-44-25251665.

    9.2 Bid Submission and opening of Technical Bid

    a. 

     The last date for submission of tender is 15:00 hrson 14.02.2015. The

     Technical bids will be opened on the next working day ie. 16.02.2015 at15:30 hrs. Any change in the bid submission and opening date shall be

    intimated in advance through web site or individually to the interested

    bidders

    b. 

    At the time of Bid opening the EMPLOYER will permit one authorized

    representative of each Bidder to be present provided such representative

    presents to the EMPLOYER at that time, a letter duly signed by the Bidder

    authorizing him to be present on behalf of the Bidder.

    c. 

    Late bids/ bids delayed received after the stipulated last date and time for

    receipt of bids, due to any reasons whatsoever will not be considered.

    Kamarajar Port reserves the right to reject any or all the tenders without

    assigning any reason thereof.

    d. 

    Since bid opening is in the e-procurement mode, presence of bidder’s

    representative is not mandatory.

    e. 

  • 8/18/2019 Capital Dredging Tender Document

    41/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    9.3 Commercial Bid opening

     The Price bid shall be opened online. Date and time of opening of commercial

    bid shall be intimated to the technically qualified bidders.

    Price Bids of only those Bidders whose Technical proposals are complete and

    acceptable shall be opened in the presence of Bidders or their authorized

    representatives on a suitable day to be intimated separately later.

    Since bid opening is in the e-procurement mode, presence of bidder’s

    representative is not mandatory.

    10.0 INSTRUCTIONS FOR ONLINE BID SUBMISSION

    10.1 COVER – 1 DETAILS: TECHNICAL BID

     This shall contain the following:-

    i) 

    Bid Submission Letter (On letter head of the bidding firm as per

    Annexure - 16)

    ii) 

    Exceptions and Deviations (Annexure – 1)

    iii) 

    Power of Attorney for Authorised Signatory of the firm (Annexure - 3)

    iv) 

    EMD amount (If in BG as per Annexure – 5)

    v) 

    Abstract of Experience as Dredging Contractor during the last seven

    (7) years (Annexure – 6). Eligibility Assignment

    vi) 

    Concurrent works (Annexure – 7)

    vii) 

    List of Dredger and Equipment Proposed to be Deployed (Annexure- 8)

    viii) 

    Company Information (Annexure – 9)

    ix) 

    Method Statement (Annexure – 10)

    x) 

    Site Organization, CV (Annexure – 11)

    xi) 

    Proposed schedule, Equipment & Manpower Histogram (Annexure-12)

    xii) 

    Undertaking by Bidder (Annexure – 14)

    xiii) 

    Security clearance Details (Annexure – 15)

    xiv) 

    Scanned copy of the Demand Draft towards bid document cost shall

    be uploaded.

    xv) 

    Scanned copy of DD / Banker Cheque / Pay Order towards EMD shall

    be uploaded.

  • 8/18/2019 Capital Dredging Tender Document

    42/195

  • 8/18/2019 Capital Dredging Tender Document

    43/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    k) 

     The Port reserves the right to reject any tender which in its opinion is

    non-responsive and no request for alteration, modification, substitution

    or withdrawal shall be entertained by the Port in respect of such

     Tenders.

    l) 

     The EMPLOYER would have the right to review the Technical

    Qualification and seek clarifications wherever necessary.

    12.0 CLARIFICATION

    Since the tender involves selection based on pre-qualification criteria, the

    General Manager (Corporate Strategy and Business Development) or his

    authorized officials of EMPLOYER will examine and seek clarification if any and

    list out the firms, which are found technically suitable and Online Cover-2

    Price Bid of such tenders only will be opened and EMD will be returned to the

    disqualified tenderers.

    a) 

     The date and time will be intimated to tenderers whose offers are found

    suitable and Online Cover – 2 of such tenderers will be opened on the

    specified date and time.

    b) 

     The Fax/E-Mail offers will be treated as defective, invalid and rejected.

    Only detailed complete offers received through online prior to closing

    time and date of the tenders will be taken as valid.

    13.0 PRICING OF BID

     The offer shall include planning, mobilisation and demobilisation of suitable

    Dredgers/Suitable machinery with floating/ shore pipeline and other required

    crafts/ land based equipment including all items/materials, labour, tools,

    fabrication, transportation, insurance, taxes, duties, consumables, overhead,

    profit etc. necessary for execution of dredging / excavation and reclamation

    works as described in the Bid Document.

    14.0 CURRENCIES OF QUOTATION

    All payments shall be in Indian Rupees. The Bidder’s shall quote the rates in

    Indian Rupees. The Bidder shall not quote in any currency other than Indian

    Rupees.

    In case the bidder intends repatriating amounts to his home country, this shall

    be as per the RBI guidelines. EMPLOYER will provide NO OBJECTION

    CERTIFICATE for the same.

  • 8/18/2019 Capital Dredging Tender Document

    44/195

  • 8/18/2019 Capital Dredging Tender Document

    45/195

     

    Capital Dredging Phase – III Tender No: KPL/OP/CD-PH-III/2015

    attached to this Bid Document. The current estimated siltation is about

    2.0 lakhs cu.m per year

    d) 

    If require