Sei sulla pagina 1di 10

SAUNI Yojana - Phase: II, Link - 2, Package - 4

Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,


Procurement and Construction (EPC) Contract for Supplying and
laying MS Pipeline of 3000mm dia. (ID) for Length of MS Twin
Pipeline 27.711 Km (Total Length – 55.422 Km) from Bhimdad at
Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc.
complete including Operation and Maintenance of the
commissioned project for 10 years.

Tender Document, Vol. III (D) - Technical Bid

NWRWS&KD

Multi Mantech International Pvt. Ltd. i


SAUNI Yojana - Phase: II, Link - 2, Package - 4

GOVERNMENT OF GUJARAT
NARMADA, WATER RESOURCES, WATER SUPPLY
& KALPSAR DEPARTMENT

Tender Cost
Name of the Work Time limit for the Work
(In Crores)
Sauni Yojna - Phase: II, Link - 2, Package - 4: 676.06 Time Limit 24 months for
Engineering, Procurement and Construction Construction and 10 years
(EPC) Contract for Supplying and laying MS for Operation &
Pipeline of 3000mm dia. (ID) for Length of MS Maintenance after
Twin Pipeline 27.711 Km (Total Length – commissioning
55.422 Km) from Bhimdad at Ch. 0.0 Km to
Kalubhar at Ch. 27.711 Km with all allied
works etc. complete including Operation and
Maintenance of the commissioned project for
10 years

VOLUME III (D): TECHNICAL BID

VOLUME – I PRE – QUALIFICATION BID AND TECHNICAL DATA-SHEETS FOR


CIVIL, MECHANICAL AND INSTRUMENTATION WORKS

VOLUME – II CONDITIONS OF CONTRACT

VOLUME – III(A) TECHNICAL SPECIFICATIONS FOR CIVIL WORKS

VOLUME – III(B) TECHNICAL SPECIFICATIONS FOR MECHANICAL AND


INSTRUMENTATION WORKS

VOLUME – III(C) DRAWINGS

VOLUME – III(D) TECHNICAL BID

VOLUME – III(E) OPERATION & MAINTENANCE – SCOPE & SPECIFICATIONS

VOLUME – IV PRICE BID

Multi Mantech International Pvt. Ltd. ii


SAUNI Yojana - Phase: II, Link - 2, Package - 4

CONTENT

Sr. No. Description Page No.

1. Schedules
Letter for Technical Bid 1
1.1 Schedule-I – Deviation from Technical Specifications 4
1.2 Schedule-II – Deviation from Conditions of Contract 5
1.3 Schedule-III – Deviation from the list of recommended mandatory 6
spares
1.4 Schedule-IV – Contractor’s Functional Guarantees 7

Multi Mantech International Pvt. Ltd. iii


SAUNI Yojana - Phase: II, Link - 2, Package - 4

LETTER FOR TECHNICAL BID

To,

Executive Engineer
Bhavnagar Irrigation Project Division
Bhavnagar,

Sub: “Technical Bid” Sauni Yojna - Phase: II, Link - 2, Package - 4: Engineering,
Procurement and Construction (EPC) Contract for Supplying and laying MS Pipeline of
3000mm dia. (ID) for Length of MS Twin Pipeline 27.711 Km (Total Length – 55.422 Km) from
Bhimdad at Ch. 0.0 Km to Kalubhar at Ch. 27.711 Km with all allied works etc. complete
including Operation and Maintenance of the commissioned project for 10 years

With reference to above subject it is to submit that we have carefully examine the
Drawings, Conditions and Specification of work and fully acquainted with all details of
the site, Quarry site for materials, Geology and Hydrological condition of river flow and
weather characteristics, position with regards to labour and all other such necessary
information

1. I/We hereby state that there is not any other condition/deviation under Technical
Bids.
Or
2. I / We are submitting Technical Deviations (along with necessary
calculations/financial implications) as attached herewith.

(Signature of Contractor)

* (Strike out whichever is not applicable)

Multi Mantech International Pvt. Ltd. 1


SAUNI Yojana - Phase: II, Link - 2, Package - 4

TECHNICAL BID:-(should be submitted online with contractor’s signature


1. It is not desirable or expected to make alternation or suggest changes in the works
specified, specifications or conditions stipulated in the said tender, including the time
allowed for carrying out the work. If however necessary the tenderer may submitted
such of his conditions of difference with the matters specified in sealed “Technical Bid”.
2. The bidders shall in Technical bid clearly indicate deviation from specifications or the
tender conditions fully explaining the difference, involved necessity & consequences
otherwise. The technical bid shall be restricted by the tenderer only to technical
matters and stipulation of condition, if any, having financial implication. The technical
bid and price bid shall contain adequate cross-reference whenever necessary. The
prices of the main tender should not be disclosed in the technical bid.
3. The technical bid of only pre-qualification bidders will be opened first (before price bids)
in presence of intending (pre-qualified) bidders concerned on the date and at time to
be intimated after finalization of prequalification by the competent authority. The time
and date of opening of price bids will be determined by the officer who opens the
tender and the same will be intimated to the bidders, if required, after the technical bid
proposals are opened and analyzed and all clarifications / price variations, if any are
obtained.
4. The condition specified in the technical bid should invariably be accompanied by
proper financial evaluation with mode of calculations specifying assumptions
quantities, rate and ceiling amounts for each conditions and shall also accompanied
by the information in the Schedules – I, II & III
5. Ceiling amount shall be binding on the contractor and are liable to be added to the
tender amount.
6. It is necessary that the contractor or his authorized representative remain present at
the time of opening of technical bid as specified in para 1.03 above so that wanting
details for clarification in respect of condition can be furnished by him on the spot. If
the technical bid is incomplete in respect of any of the details referred to in sub-clause
4 above and the contractor does not furnish the wanting details as require above on
the spot in the presence of other bidders after opening the technical bid, The tender
would be liable to rejection.
7. The evaluation as given by the contractor with the ceiling limit will then be intimated to
all the bidders who remain present and those if convenient the price bid of the qualified
bidders shall be opened on the same day and the combined evaluation of the tender of
price bid and the technical bid would be worked out. No further opportunity shall be
given to the contractor to modify, withdraw conditions at the state as the price bid

Multi Mantech International Pvt. Ltd. 2


SAUNI Yojana - Phase: II, Link - 2, Package - 4

would be known to all, government, however, reserves the right to negotiate about the
tender further with any or all the contractors. If the technical bid is not evaluated by the
bidders, the same shall be evaluated by the officer who opens the bid of his own and
his evaluation shall be binding to the bidder. Due to such evaluation if there are any
implications on the price bid, the same shall be binding to the bidders & the price – bid
evaluation shall be done considering technical bid evaluation & its financial implication.
In case the price bids cannot be opened on the same day, then another date will be
intimated to the tenderer.
8. The condition Proposed / Suggested by the bidder, in technical bid, shall only be
accepted after the same is approved by the Government.
9. The envelopes containing condition would be opened first before opening price bids,
their financial evaluation would be done and the signature of the contractor should be
obtained before opening the enclosures of basic offers.

Executive Engineer
Contractor’s Signature. Bhavnagar Irrigation Project Division
Bhavnagar,

Multi Mantech International Pvt. Ltd. 3


SAUNI Yojana - Phase: II, Link - 2, Package - 4

1. Schedules
SCHEDULE - I

DEVIATIONS FROM TECHNICAL SPECIFICATIONS

All deviations from Technical Specifications shall be filled in by the Bidder with reference
clause in this Schedule. If deviations are discussed in any letter / document, the reference to
the same shall be made below:

Sr. Specification Item / Reference to Justification Amount in


Deviation
No. No. Clause letter / document for Deviation Rs.
1 2 3 4 5 6 7

The bidder hereby certifies that the above mentioned are the only deviations from Technical
Specifications of the Bid.

SIGNATURE: ______________________

NAME: ____________________________

DESIGNATION: ______________________

COMPANY: _________________________

DATE: ____________________________

COMPANY SEAL

Note:

 Acceptance or rejection of any deviation from technical specifications is the only


authority of the department & the decision shall be final & binding to the bidder. The
financial implications of the accepted items shall only be considered as per the rate
quoted above for price evaluation. This amount shall be considered to arrive the total
lump sum contract price during evaluation.

Multi Mantech International Pvt. Ltd. 4


SAUNI Yojana - Phase: II, Link - 2, Package - 4

SCHEDULE - II

DEVIATIONS FROM CONDITIONS OF CONTRACT


Any Deviation from Conditions of Contract with the view of the bidder required to be carried
out for successful completion / operation of the system / plant shall be filled in by the Bidder in
this Schedule. If such deviations required are discussed in any separate letter / document, the
reference to the same shall be made below :

Reference letter /
Sr. Deviation required form Justification
document / Amount in Rs.
No. Conditions of Contract for item
Clause No.
1 2 3 4 5

The Bidder hereby certifies that the above mentioned are the only deviations which are
required to be carried out for successful completion / operation of the system / plant.

SIGNATURE: ______________________

NAME: ____________________________

DESIGNATION: ______________________

COMPANY: _________________________

DATE: ____________________________

COMPANY SEAL

Note :

* Acceptance or rejection of any deviation is the only authority of the department & the
decision shall be final & binding to the bidder. The financial implications of the
accepted deviation shall only be considered as per the rate quoted above for price
evaluation. This amount shall be considered to arrive the total lump sum contract price
during evaluation.

Multi Mantech International Pvt. Ltd. 5


SAUNI Yojana - Phase: II, Link - 2, Package - 4

SCHEDULE - III

DEVIATION FROM THE LIST OF RECOMMENDED MANDATORY PARTS

The Bidder shall give below a list of spare parts recommended for three years trouble - free
performance of the Equipment offered by him.

Sr. Reference letter Deviation required form Justification Amount in Rs.


No. / document / recommended mandatory for item
clause No. spares
1 2 3 4 5

SIGNATURE: ______________________

NAME: ____________________________

DESIGNATION: ______________________

COMPANY: _________________________

DATE: ____________________________

COMPANY SEAL

* All unused spare parts shall become Employer's property at the end of Operation and
Maintenance period.

** Prices of all above items are deemed to be considered in prices quoted in Volume– IV
– Price Bid – Annexure – M2 and E2 and no separate payment shall be made.

*** Any additional spare parts required for O & M but not covered in the above list shall be
supplied by the Contractor free of cost to the Employer.

Multi Mantech International Pvt. Ltd. 6


SAUNI Yojana - Phase: II, Link - 2, Package - 4

SCHEDULE - IV

CONTRACTOR’S FUNCTIONAL GUARANTEES


1. General

This document sets out the functional guarantees required during Tests after Completion.

2. Functional Guarantees

The Contractor guarantees the performance of the works in the Tests after Completion as
per Chapter No. 3, Special Condition of Contract of Volume – II (Condition of Contract):

2.1 Works Output

Works output guarantee Brief Scope of Work


The maximum continuous Works output Engineering, Procurement and
achieved during the Tests After Construction (EPC) Contract for Supplying
Completion is guaranteed to be : and laying MS Pipeline of 3000mm dia.
As per design mentioned in Volume – II
(ID) for Length of MS Twin Pipeline 27.711
(Condition of Contract), Project
Introduction, Para – 3, Clause – d(ii) and Km (Total Length – 55.422 Km) from
Chapter no. 3, Special Condition of Bhimdad at Ch. 0.0 Km to Kalubhar at Ch.
Contract 27.711 Km with all allied works etc.
complete including Operation and
Maintenance of the commissioned project
for 10 years - L2P4

SIGNATURE: _________________________

NAME: ______________________________

DESIGNATION: ______________________

COMPANY: _________________________

DATE: _______________________________

COMPANY SEAL

Multi Mantech International Pvt. Ltd. 7

Potrebbero piacerti anche