Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
Expression of Interest
For
Short listing the prospective competent bidders for Survey, design, Planning, BOQ preparation,
consultancy & monitoring/inspection for a comprehensive water management system in
ACTREC campus located at Kharghar, Navi Mumbai.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET-15/2019
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
EXPRESSION OF INTEREST NOTICE
Director, Advanced Centre For Treatment, Research & Education In Cancer(ACTREC), Tata memorial Centre, (An autonomous grant in aid Institute under the
Department of Atomic Energy (DAE), Govt. of India), Sector 22, Kharghar, Navi Mumbai - 410210 (India) invites sealed envelope from consultant either Individual or
in group for expression of Interest for providing comprehensive solution by surveying, designing, Planning, BOQ preparation, consultancy & monitoring/inspection for a
water management system in ACTREC campus located at Kharghar, Navi Mumbai.
Expression of Interest (EOI) documents with details can be obtained from Engineering Section of the Institute or can be downloaded from Institute’s website or
viewed on tenderwizard.com/dae website.
Last date of submission of EOI at ACTREC : 31/05/2019, 3.30pm
Opening of Envelope (Expression of Interest): 06/06/2019, 3pm
Date of discussion presentation meeting: Bidders will be informed about the suitable day and venue of the presentation later.
The Institute reserves the right to reject any or all tenders without assigning any reason thereof.
For details please visit ACTREC website http://actrec.gov.in and http://tenderwizard.com/dae.
Agencies have to register on the website - http://tenderwizard.com/dae in order to apply and submit their bids. Detailed instructions to the agencies for application on website
are mentioned subsequently. It may please be noted that online submission of tender is compulsory for participation in the EOI and the uploaded submission of tender
alongwith all the relevant data should be provided in hard copy signed and stamped to ACTREC.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
Introduction-
The Advanced Centre for Treatment, Research and Education in Cancer (ACTREC) is the state-of-the-art R&D satellite of the Tata Memorial Centre (TMC), which
also includes under its umbrella the Tata Memorial Hospital (TMH), the largest cancer hospital in Asia. ACTREC has the mandate to function as a national centre for
treatment, research and education in cancer. TMC is an autonomous grant-in-aid institution of the Department of Atomic Energy (DAE), Government of India.
ACTREC comprises of 2 arms - one for basic research and another for clinical research. ACTREC also has a 120-bed hospital fully equipped with state-of-the-art diagnostic
and therapeutic facilities. It is envisaged that in the future, ACTREC will play a greater role in drug development and emerging therapies for treatment and prevention of
cancer. Moreover it will expand its capabilities as hospital by increasing the current bed strength from 120 beds to 930beds and also there will be tenfold increase in out-
patient visit to cater patients from all over India.
On the said background, to function effectively as a hospital and research institute; adequate and consistent water supply to the institution is of paramount importance. But due
to irregular water supply and depleting ground water sources, there is an urgent need to design comprehensive water management system for the campus such that we can
assess the actual requirement and consumption of water in the campus and use that data to design storage and recharging capabilities of the campus to achieve ‘zero discharge
facility’.
ACTREC, Navi Mumbai, in view of this, invites Expression of Interest (EOI) from reputed firms, of India to provide optimal solution by surveying, designing, Planning,
BOQ preparation, consultancy & monitoring/inspection for a comprehensive water management system in ACTREC campus located at Kharghar, Navi Mumbai.
Brief requirements
In order to meet the requirements of water supply for the whole campus including for horticulture work ACTREC is requires a complete water conservation solution which
will include
1. Thorough water audit.
2. Natural/artificial water resource management.
3. Advance water pumping infrastructure/technology.
4. Measurement and monitoring mechanism/BMS compatibility.
5. Short term and long term corrective action.
6. Design for building a sustainable water consumption control mechanism.
7. Water saving/conservation mechanism at user end.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
8. Design for pipelines of STP to provide water to chillers and pipelines as and when required.
Scope of work -
The purpose of this EOI is to shortlist the prospective competent bidders, either individual or in consortium, for the issue of RFP (Request for proposal) based on their
suggested comprehensive solutions for Survey, design, Planning, BOQ preparation, consultancy & monitoring/inspection for a water management system. The resultant
finalized RFP would be based on the best suitable technology/design proposed by Bidders, supported by the assessment of ACTREC technical committee. ACTREC
reserves the right to modify, expand restrict the EOI solutions to form resultant RFP based on the suitability/economy/efficiency/usability etc. Response to the EOI is
essential to participate in the further tendering process.
ACTREC is inviting comprehensive technical proposal from bidders for the consultancy services required for water management system which are integral part of the
proposed infrastructure detailed in the below.
The following table shows the indicative scope of work in broader perspective. The bidder should submit their technical solutions at least in line with or with better
improvised version having required justifications ---
Sr.No. Work head Scope of work
1 Survey & Data
Collection
The Bidder has to perform detail survey of the campus to collect data relevant to design of water management system. All the clarifications and
doubts can be cleared by Officer-in-charge, Engineering services or any person appointed by him. Prior permission to be taken in writing
through mail to [email protected] & [email protected] before visiting and survey of the campus.
2 Design &
Drawings
Preliminary design to be prepared on the collected data and drawings to be presented during the submission of the EOI presentation. Drawing
will be provided on demand as per the discretion of ACTREC. The drawings provided are to be assessed to calculate the catchment area and
distribution of water to the building and general planning for water management system.
3 Rain water
harvesting system.
The solution to be submitted for storage & filtration system. The water collected from roof top or storm water drains are to be connected by the
pipeline/distribution system and to be sent in the recharge pits/filtration media which are to be cleaned by appropriate mechanism. Inlet, outlet,
drain pipes, storage to be provided as mentioned in point 5. Estimate for consultancy to be quoted accordingly to include design and estimate.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
4 Water Audit
Consultant has to propose a plan and expenditure for water audit for all buildings in the campus to assess the plumbing fixtures and pipes for
any leakages and to assess the consumption of water in each building. Consultant has to explain all the procedures undertaken for the same.
Accordingly long term and short term corrective action is to be proposed such that water is conserved. Expenditure for survey, design and BOQ
preparation is to be submitted.
5 Water Storage
Solution for Water Storage is to be provided so that water is available during 4months of entire summer season. The storage should preferably
be underground and modular tanks can be suggested, designed and estimated. Consultancy charges are to be estimated accordingly. Any open
storages to be avoided due to stagnancy, contamination and vector related diseases.
6 Water purification
plant
Consultant to propose, plan, design and estimate water purification plant wherever required. For e.g. the water storage in the underground tank
or artificial lakes need to be purified for potable/drinking purpose.
7 Potable pipeline
laying works
Potable Water Pipeline from all pumphouses are to be designed and should be over the ground besides the fire pipe line and complete
consultancy, design and estimation charges to be considered.
8 BOQ Preparation
Complete item wise BOQ to be prepared along with the proposal to include all the items such as inspection chambers, encasing works,
fabrication works, pipeline works, filtration system, Design, distribution system, storage system. The makes of each item also to be proposed
with it.
9 Consultancy
period
The consultancy period which is inclusive of survey, design, BOQ preparation and monitoring shall be proposed by the consultant such that
complete master plan for water management is prepared and phase manner execution is proposed. The consultant has to do the inspection of the
works and provide the completion certificate for the work executed in the campus which was designed by him. This period shall not be more
than 5 years.
10
Measurement and
monitoring
mechanism
Automated digital water level meter for all pumphouses required. Accordingly designed and BOQ estimated.
11
Other water
management
works
Any other work related water management not mentioned above can be provided as a solution for the campus.
General terms and conditions –
1) The Expression of Interest must be accompanied with dully filled information sheets and sufficient documentary evidence. Expression of Interest without complete
information or sufficient documentary evidence shall be rejected.
2) ACTREC reserves the right to modify, expand restrict scrap and refloat the expression of Interest.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
3) Formal Tender/Bid (technical and financial bids) will be invited later from the eligible/qualifying firms based on the EOI submitted and presentation done by the firm.
Physical presence of the firm shall be mandatory at the time of presentation of solution in response to EOI submitted before the committee. No EOI shall be
considered, in absence of detailed technical presentation and complete solution in front of the committee on the dates decided by the Institute.
4) Clarification: Clarification, if any, about the requirement can be obtained by visiting Engineering section with prior information within the due date mentioned above
in the document. Queries can be emailed to [email protected] / [email protected] and can be addressed to Officer-in-charge, Engineering Services.Queries
received after the due date will not be entertained.
5) Any further drawing requirement can be addressed to above mentioned email Id and will be provided at the discretion of ACTREC.
6) It will be the sole discretion of ACTREC to or not to incorporate any changes in the requirement based on feedbacks/inputs/suggestions received during the
presentation/discussion sessions of EOI. The decision of ACTREC committee regarding acceptability of any suggestion shall be final in this regard. ACTREC
reserves the right to modify, expand restrict the EOI solutions to form resultant RFP based on the performance benchmark/latest
technology/efficiency/plan, etc.
7) Disputes, if any, shall be resolved mutually or shall be referred for arbitration to the Director, ACTREC and his decision shall be final and binding on the firms. If
arbitration fails, the dispute arising out of this shall be subjected to jurisdiction- courts of Mumbai only.
8) The firm is required to do the site survey and submit the complete solution with EOI including detailed design, drawings and detailed BOQ along with
specifications for all the segments of the solution. The survey shall be carried out with prior permission of the institute authorities.
9) ACTREC requires that there be a single point of contact (SPOC) from firm who is responsible for all the issues between ACTREC and firm.
10) All necessary catalogue/drawing literature/data and the details of the items, detailed BOQ shall accompany the EOI as these are considered to be essential for full and
correct evaluation of the bid.
11) The bidder should submit the detail estimated schedule for the completion of work project for the proposal submitted, and hence completion period for the entire
project.
12) The EOI is not an offer and is issued with no commitment. ACTREC reserves the right to withdraw the EOI and change or vary any part thereof at any stage.
ACTREC also reserves the right to disqualify any bidder, should it be so necessary at any stage.
13) Short listed bidders would be issued formal tender enquiry/Request for proposal inviting their technical and commercial bids at a later date.
14) Timing and sequence of events resulting from this EOI shall ultimately be determined by ACTREC.
15) The covering letter and the Proforma given in this document should be submitted on bidder’s company Letter Head, along with the technical proposal.
16) Bidder must mandatorily have a full-fledged service center at MUMBAI. The Bidder must submit details of their office and also the responsible officer. There must
be an independent technical person to support installation and post maintenance.
17) Bidders shall submit a list of clients for whom they have carried out similar type of projects. This list should clearly enunciate the address of the premises, with phone
nos. /fax nos. /email and the names of the contact persons. ACTREC technical committee shall visit these sites, if required, interact with the end users to establish the
creditability of the bidder.
18) “Past experience of the bidder/tenderer in terms of full filling contract terms and conditions, timely completion of job, awarded contracts, quality of the work, delayed
of the work and application support will be taken in to consideration while evaluation of the bids. Bidders who has unsatisfactory past experience in last 5 years in
respect to the above, bid of such bidders may liable to be rejected”.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
NB: During evaluation, the committee may summon bidders and seek clarification/ information or additional documents or original hard copy of any of the
documents already submitted. If these are not produced within the stipulated time frame, the bid may be liable for rejection.
Detailed instructions to the tenderer:
1. Tender Documents can be viewed on our web site www.actrec.gov.in and www.tenderwizard.com/dae
2. Registered contractors only can purchase / download & submit / upload tenders documents.
3. Interested agencies may visit www.tenderwizard.com for registration.
4. Contact for assistance/ clarifications/registration (24x7) on 09969458639/ 022-25487363 (Shri. Rudresh), e-mail: [email protected]
5. Information and Instructions for tenderers posted on website shall form the tender document.
6. Hard copy of General Bid shall be submitted in ACTREC before due date and time. Hard copy should have all the documents as uploaded online.
7. In the case of bids in three stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not
submitted then the bid submitted earlier shall become invalid.
8. The Department reserves the right to accept / reject any prospective application without assigning any reason thereof.
9. Short listing of the agencies shall be subject to thorough verification of their credentials and inspection of works carried out by them, through a Technical
Evaluation Committee of experts, constituted by ACTREC
10. IF ANY INFORMATION FURNISHED by the applicant is found to be incorrect at a later stage, they shall be liable to be debarred from tendering / taking
up works in TMC.
11. PROSPECTIVE AGENCIES SHALL SATISFY THEMSELVES OF FULFILLING ALL THE NIT CRITERIA BEFORE SUBMISSION OF
TENDER. Department reserves the right of non-consideration of tender of the agencies not fulfilling the stipulated criteria.
12. TMC-ACTREC does not guarantee opening of the tender immediately after the closing date and time due to reasons beyond its control and hence tenders can
be opened after the due date and time also. It will however will be ensured that no offers are submitted after tender closing date and time. Vendors cannot
submit/modify any offer or attach any file to it after closing date and time as stipulated in the tender notice. System does not permit any alternation,
modification, deletion of any entry or condition, offered by the tenderer in the e-tender, after closure of the virtual date and time.
13. ACTREC will not be responsible for any kind of technical problem at Vendor's end in case of difficulty in up loading of tender. Agencies are adviced to
finish the uploading of tender well before time. No tender will be accepted by ACTREC at later stage that could not be uploaded because of unforeseen
technical problems.
14. Agencies who have successfully up loaded the tender documents and forwarded physical (hard) copy of the Technical Bid before due date and time will only
be considered. Please note that vendor will have to finish both the activities to proceed further. Otherwise vendor will be disqualified.
15. All papers submitted with the tender should bear the signature of the tenderer on every page.
16. All information in this tender shall be in English only.
17. Rate quoted should be in Indian currency only.
18. Tender containing clerical errors, typographical error/ arithmetical mistake may be liable to be rejected.
19. All the rates quoted shall be inclusive of all taxes.
20. Only one rate shall be offered for the Item. Multiple rates against one item shall be rejected.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
21. The tenderers shall quote rates which shall remain valid for acceptance by ACTREC for a period of 12 months or stipulated time limit as mentioned in the
tender documents.
22. Submission of more than one Tender by a particular Tenderer under different names is strictly prohibited. In case it is detected later that this condition has
been violated all the tenders submitted by Tenderer would be rejected or cancelled in addition to such legal action as may be deemed fit and proper.
23. Awarding work order will be strictly as per departmental norms/policies as decided by Competent Authority of TMC-ACTREC.
Prequalification criteria –
The evaluation committee will carry out a detailed evaluation of the EOI proposals, only those who qualifies all pre-qualifications criteria, are eligible for evaluation
of EOI proposals. The firm must possess the requisite experience, strength and capabilities in providing the services necessary to meet the requirements, as described
in the document. The bidder must possess the technical knowhow and financial wherewithal that would be required to successfully provide the data centre and support
services sought for the entire period of the contract. The invitation of the EOI is open for all bidders who qualify for the eligibility criteria as follows –
Sr.no. Basic
requirement
Criteria Documents required
1 Legal Entity The bidder should be a private/Public Limited company registered under the
companies Act, 1956 or a registered firm. The company should be in existence
for more than 5 years as on 31.12.2018.
The firm should also have their registered office in India preferably in
Mumbai/Navi Mumbai. The company must be registered with appropriate
authorities for all applicable statutory duties/taxes.
Valid documentary proof:- Certificate of
Incorporation.
Central sales tax number.
GST number.
Income tax registration/PAN number.
Audited P/L copies of last 3 years
2 Mandatory
requirement
The bidder should have executed at least two similar comprehensive project
using relevant expertise and latest technologies similar to those being proposed
in their EOI proposal. In addition, the following condition should also be
satisfied.
PO copies of all such orders have to be
enclosed.
3. Net worth The bidder should be a profit making organization for at least three years
during the last five years. The average annual turnover of the BIDDER in the
preceding three financial years as on the date of bid opening shall not be less
than Rs. 20 Lakhs. The bidder shall have to submit their audited balance sheet
for the last 3 fiscal years. Should not have incurred any loss in more than 2
years during last 5 years ending 31.03.18 (last Financial year).
Certified copy from the C.A has to be
enclosed.
4. Technical man The bidder must have on its roll at least 3 technically qualified professionals – Supporting documents should be enclosed
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
power capability B.E or equivalent in mechanical /Electrical and Civil with an experience in
water management works.
All Technical staff to be engaged on the project should have at least 3 years’
experience in installation, commissioning & Maintenance of water
management system.
Should have at least one staff with Mtech or equivalent in Environmental
Engineering or has degree with course experience in ground water
management/rain water harvesting.
Expert consultant with Mtech or equivalent with more than 15 years’
experience in water management works is required.
5. Relevant
Experience
requirement
The bidder should have 5 years’ experience in successful installation of water
management system. Previous experience of Campus more than 20 Acres will
be preferred.
Relevant project completion certificate to be
enclosed.
6. Blacklisting Bidder should not been blacklisted during last 3 years by any Central /
State government Department/Organization.
Self-Declaration to be submitted.
Evaluation criteria –
The BIDDERS are required to give presentation to ACTREC committee members of their proposed solution in details. During the presentation the complete
compliance statement, elaborate layout diagrams, BOQ and details of quoted products along with product brochures and drawings shall be available in softcopy
format which can be displayed using a projector. The presentation shall be a complete walk through of the proposed solution and shall not deviate from the submitted
bid. The technical team of the Bidder shall be present during the presentation to answer the queries regarding their quoted solution. The BIDDER will be informed
about the date of presentation three days in advance. Evaluation of the bids shall be based on the technical compliance given by the vendor along with Technical
presentation as per the eligibility criteria given above. Bidder arranged site visit assessment that includes parameters like past experience of the
bidder/tenderer in terms of full filling contract terms and conditions, timely completion of job, awarded contracts, quality of the work, delayed of the work
and application support will be taken in to consideration while evaluation of the EOI.
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
Annexure I
Date:
To, The Director, TATA MEMORIAL CENTRE- ADVANCED CENTRE FOR TREATMENT, RESEARCH AND EDUCATION (ACTREC), Plot no. 1 & 2, Sector-22, Kharghar, Navi Mumbai-410 210.
Ref: Invitation for EOI no. TMC/ACTREC/ENGG/PG-023/ET-15/2019
We, the undersigned, declare that:
A) We have examined and have no reservations to the EOI Documents, including Addenda (if any) issued in accordance with Instructions to Bidders.
B) We offer to execute in conformity with the EOI Documents for providing “Survey, Design, Planning, BOQ preparation, Consultancy & monitoring/inspection for a
comprehensive water management system AT TATA MEMORIAL CENTRE- ADVANCED CENTRE FOR TREATMENT, RESEARCH AND EDUCATION” for the Director,
Plot no. 1 & 2, Sector-22, Kharghar, Navi Mumbai-410210.
C) We also declare that Government of India or any other Government body has not declared us ineligible or black listed us on charges of engaging in corrupt,
fraudulent, collusive or coercive practices or any failure/lapses of serious nature.
D) We also accept all the contents, terms and conditions of this EOI document and undertake to abide by them, including the condition that you are not bound to
accept the bid that does not fulfill criteria specified in EOI.
Yours sincerely,
(Authorised Signatory)
Note: Authorized person shall attach a copy of Authorization for signing on behalf of bidding company.
Full Name and Designation
(To be printed on Bidder’s letterhead)
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
Annexure II
Non- Black listing Self Certificate
This is to certify that M/s. __________________________________ has not been blacklisted by any Central / State Government Department / organization in
last 3 years.
Authorised Signatory
Name: ______________________
Designation: __________________
Note: Authorized person shall attach a copy of Authorization for signing on behalf of bidding company.
Full Name and Designation
(To be printed on Bidder’s letterhead)
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
Annexure III
Undertaking
This is to certify that I have gone through all the pages of the document. The applicant company undertakes to abide by all the terms & conditions mentioned in the
EOI tender document. It is further certified that the information furnished in the EOI documents is true and correct.
In the Event of any of above information found to be false, we understand that our EOI proposal can be rejected and not considered.
Date: Signatures:
Place: Name:
Seal Designation:
Note: Authorized person shall attach a copy of Authorization for signing on behalf of bidding company.
Full Name and Designation
(To be printed on Bidder’s letterhead)
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
AGENCY CHECKLIST AT THE TIME OF SUBMISSION OF EOI – AGENCY TO PROVIDE WITH
PROPOSAL.
Sl
No
Information Sought Information Provided
1 Name of the Agency
2 Name of Parent/Partner Organization
3 Legal Status of Agency
4
Year of Incorporation
Agency/Parent/Partner
5 Local Address
6 Number of years of Operation
7
Document and Duration of
Association(Parent / Partner)
8
Name of Chief Functionary and Contact
Details
Tender No. : TMC/ACTREC/ENGG/PG-023/ET- 15/2019
9 No of employees in the Agency
11 Income Tax Registration No
12 PAN No/GST No
13
Experience in the relevant field
14
Description and Value of Works executed
(Copies of previous Purchase Orders
relevant to package)
15
Annual Turnover (please provide audited
Balance Sheets for previous 3 financial
years)
16 Site Visit and Review of Plans
17 Concept Plan