Академический Документы
Профессиональный Документы
Культура Документы
PROPOSAL DOCUMENT
FOR
CONSULTANCY SERVICES
FOR
"PREPARATION OF A DETAILED PROJECT REPORT FOR
DEVELOPMENT OF A SATELLITE PORT OFF VADHAVAN POINT
SOUTH OF DAHANU"
OCTOBER 2015
ISSUED TO :_____________________________________________
_____________________________________________
_____________________________________________
*********************************************************************
PROPOSAL DOCUMENT WILL BE ISSUED BETWEEN 28/10/2015 TO 17/11/2015
AT A COST TOOF Rs. 10,000/- (NON REFUNDABLE). COMPLETED PROPOSAL
IS TO BE SUBMITTED UP TO 15:00 HRS. ON 02/12/2015 AND ENVELOPE ONE
WILL BE OPENED AT 15:30 HRS. ON SAME DAY.
*********************************************************************
Proposal Document issued by:
Chief Manager (PPD)
Jawaharlal Nehru Port Trust
Administration Building,
Sheva, Navi Mumbai - 400 707.
Tel. Phone: +91-22 27244156/4157
E-mail: cmppd@jnport.gvo.in
Fax No: +91-22-27244178
PPD/
Date :
October 2015
To,
_________________________
___________________________
___________________________
SUBJECT : CONSULTANCY SERVICES FOR PREPARATION OF A DETAILED
PROJECT REPORT FOR DEVELOPMENT OF A SATELLITE PORT OFF
VADHAVAN POINT SOUTH OF DAHANU
TENDER No PPD/M/Satellite-P/T-19/2015
Dear Sir,
1
You have applied for issue of proposal document for the subject work.
2.
3.
You are strongly advised to read the whole document carefully and submit
your proposal/ bid strictly meeting with the requirements spelt out in the
proposal document.
4.
5.
Please note that if your submission is found deficient with reference to the
requirements spelt out in the proposal document, it may be rejected.
6.
Please note that you must read clause no.2.6.2 of proposal document and
submit all relevant information required strictly. Avoid submission of irrelevant
papers and vague information. All the required information shall be selfexplainable.
7.
Please note that if you are furnishing work experience certificate of works
executed in private agencies to qualify for the work, you should submit TDS
Certificate along with work order and completion certificate.
Thanking you,
Yours faithfully,
CHIEF MANAGER (PP & D)
Description
Page No.
Cover page
Index
5 - 17
18 - 21
General Conditions
22 - 42
Site Information
50
10
51 - 52
11
53 - 55
12
56 - 57
13
58 59
14
60 - 61
15
Annex-VIII Undertaking
16
17
65
18
66
19
Appendix D - Drawing
67
2-4
43
44 - 49
62
63 - 64
JN Port invites sealed proposal in two cover formats from experienced parties for
Consultancy Services for preparation of a Detailed Project Report (DPR) for
Development of a Satellite Port off Vadhavan Point South of Dahanu
The salient features are as under.
1.
THE PORT:
Jawaharlal Nehru Port, located in Mumbai harbour is one of the thirteen Major
Ports of India. Commissioned in the year 1989, it is a fast growing Port with
dedicated facility for handling Container and Liquid Cargo.
2.
THE PROJECT:
2.2
3.
b)
The tenderer should have an average annual turnover of at least Rs.10 crore
from consultancy assignments during the last three financial years
Note: The party must submit, with its Technical Proposal, the documentary
evidence regarding fulfillment of all the above criteria. In case the applicant is a
Joint venture / consortium it is to be limited to three members subject to each of
them satisfying some part or all Minimum Eligibility Criteria. The experience of
Joint Venture / Consortium partners will be considered for evaluation and
experience of a sub-consultant will not be considered for fulfilling minimum
eligibility. The party who has purchased the "Proposal Document" must be a
partner of J.V./ Consortium.
4.
VALIDITY:
The proposals shall be valid for a period of 120 days from the due date of
submission of proposal document.
5.
6.
7.
The blank proposal can also be viewed and downloaded from JNP website
www.jnport.gov.in(Tender section, Tender JNPT Tenders e-Publish Tenders ) ,
such parties shall submit the cost of the document in a separate envelop
in the manner specified in the document on or before due date of
submission. The downloading of document is permitted upto due date of
submission. No editing / addition / deletion of proposal document shall be
permitted. If such incident is observed at any stage, such proposal
document shall be liable for outright rejection
8.
NOTE
INTRODUCTION:
1.1.1. Background:
Jawaharlal Nehru Port (JNP) located within the Mumbai Harbour, is one of
the fastest growing major ports in India. The Port is handling upto 14 draft
vessels by using tidal window. The draft in front of the berths is 16.50
metres below CD. The Port has dedicated facilities for handing containers,
liquid bulk & dry bulk cargo. JNPT has an aggregate cargo handling capacity
of about 55 million tones per annum (mtpa). At present, JNP has three
container terminals and Liquid Cargo terminal.
ii)
iii)
1.3
1.3.1
The consultants or his official representative is advised to attend a Preproposal/ Tender meeting which will be convened at the office of the Chief
Manager (PPD), Administration Building, Sheva, Navi Mumbai hereof on
17/11/2015 at 11.30 hours.
1.3.2 The purpose of the meeting will be to clarify issues and to answer queries
on any matter that may be raised at that stage.
1.3.3 Consultant requiring a clarification of the proposal document must notify the
Employer in writing, not later than 16/11/2015. Any request for clarification
in writing must be sent to the Employers address indicated above by
facsimile /Post/Courier. The Employer will respond by facsimile /registered
post /courier/email to such requests and copies of the response will be sent
to all invited bidder
5
1.3.4 The compilation of questions raised and answers given shall be furnished
expeditiously to all bidders. Any modification of the tender documents which
may become necessary as a result of the pre-tender meeting shall be made
by the Employer exclusively through the issuance of an addendum and not
through the minutes of the pre-tender meeting.
1.3. 5 At any time before the submission of proposals, the Employer may, for any
reasons, whether at its own initiative or in response to a clarification
requested by an invited consulting firm, modify the documents by
amendment. The amendment will be notified in writing or facsimile
/registered post / courier / email to all invited consulting firm and will be
binding on them. The Employer may at its discretion extend the deadlines
for the submission of proposals.
1.4
1.5
1.5.1 JNPT intends to follow two cover bidding process for selection of the
successful party/ies for providing the services :
Step 1 :Technical Proposal Evaluation
Step 2 : Financial Proposal Evaluation
1.5.2 For the purpose of the Technical Bid Stage, the Bidders are required to
submit documents listed in Clause- 2.6.2 as Technical Proposal. The Technical
Proposal of the Bidders will be evaluated to compute the Total Technical Score.
The Bidders are required to submit their Technical Proposals as specified in Clause
3. The envelopes containing the Financial Proposal of the Bidders who do not meet
the criteria stipulated in Clause- 2.6.2 and Clause- 3, will be returned unopened to
such Bidders.
1.5.3. Price Bid Stage, the Financial Proposal of Bidders who qualify in Technical
Stage will be opened and evaluated to establish the financial status of the bids.
The Financial Proposal shall be submitted as per the format given in Annexe-III.
1.5.4 The Proposal shall be ranked as first lowest, second lowest and so on, based
on the total amount quoted in Financial Proposal.
1.6
Eligible Bidders:
1.6.1 The Bidder may be a single entity or a group of entities (hereinafter referred
to as Consortium), coming together for providing the Services. The term
6
Bidder used hereinafter would therefore apply to both a single entity and a
consortium.
1.6.2 The Tenderer shall satisfy the Minimum Eligibility Criteria as under;
a)
b)
Note: The party must submit, with its Technical Proposal, the documentary
evidence regarding fulfillment of all the above criteria.
1.7
PROPOSALS BY CONSORTIUM:
In case the applicant is a Joint venture / consortium it is to be limited to three
partners subject to each of them satisfying some part or all Minimum
Eligibility Criteria. The Proposal shall be accompanied by a certified copy
of legally binding Joint Venture agreement (format prescribed in Annex-VI)
signed by all firms to the joint venture/consortium confirming the following:
1.7.7 The Power of Attorney authorizing one of the member of the Joint Venture
/ Consortium as Lead Member or in charge or signatory of the application
shall be submitted in the format prescribed in Annex-VII (A) and VII (B).
The party who has purchased the "Proposal Document" must be a
member of J.V./ Consortium
1.7.8 The annual turnover of all Joint Venture/ consortium members who have
related experience (as per the Minimum Eligibility Criteria) either in full or
in part only will be considered for the purpose of determining the total
financial eligibility criteria.
Note: In case of Joint Venture (JV) / consortium, there should not be any change of partner
after award of work till the completion of assignment in all respect. The experience of Joint
Venture / Consortium partners will be considered for evaluation and experience of a subconsultant will not be considered for fulfilling minimum eligibility. The party who has
purchased the "Proposal Document" must be a partner of J.V./ Consortium. Joint venture
agreement (if applicable), entered in to by the joint venture partners shall be submitted in
original with the proposal (in technical bid) as per format of joint venture agreement
provided at Annexe- VI. The joint venture agreement and Power of Attorney shall be
executed on a stamp paper of value not less than Rs. 100/- and the same shall be
notarized or legally registered.
2.
2.1.
2.2
2.3
Currency :
All payments by the Employer under this contract will be made only in
Indian Rupees (INR)
In case of the Technical Proposal submitted by the Bidders, the conversion
to Rupees shall be based on the closing exchange rate published by the
Reserve Bank of India (RBI) as on 31.03.2015 or the nearest prior date for
which the RBI rate is available. In all such cases, the original figures in the
relevant foreign currency and the INR equivalent thereof must be given.
The exchange rate(s) applied shall be clearly stated. JNPT reserves the
right to use any other suitable exchange rate for the purpose of uniformly
evaluating all Bidders.
2.4
Format of Proposal:
2.4.1 Bidders would provide all the information as per this Proposal Document
and in the specified formats. JNPT reserves the right to reject any Proposal
that is not in the specified formats.
2.4.2
The bidder shall submit one original proposal as described in Clause 2.6.2.
2.4.3
If the Proposal consists of more than one volume, Bidder must clearly
number the volumes and provide index table of contents.
2.4.4
The Proposal shall be typed or printed or prepared in indelible ink and the
Bidder shall initial each page. The authorization to sign the document must
be confirmed by a written power of attorney accompanying the proposal.
10
2.6
2.6.1 The Proposal and all related correspondence and documents should be
written in the English language. Supporting documents and printed literature
furnished by Bidder with the Proposal may be in any other language
provided that they are accompanied by appropriate translations of the
pertinent passages in the English language. Supporting documents, which
are not translated into English, may not be considered. For the purpose of
interpretation and evaluation of the Proposal, the English
language translation shall prevail.
2.6.2
b)
c)
d)
e)
f)
11
g)
h)
i)
j)
k)
l)
m)
n)
12
in order to meet the objectives of the assignment. The Employer will pay
prevalent service tax to consultant separately.
Note :
a)
b)
2.7
2.7.1
2.7.2
JNPT, at its sole discretion, may extend the Proposal Due Date by
issuing an Addendum if any.
2.8.
Late Proposal :
Any Proposal received by JNPT after 15:00 hours IST on 02/12/2015
(Proposal Due Date) will not be accepted and shall be returned
unopened to the Bidder.
2.9
2.10
Validity of Proposal :
The proposal shall be valid for a period of 120 days from the Due
Date of submission of the Proposal Document.
13
2.11
2.12
2.13
2.13.1
2.13.2
Responsiveness of Proposals :
The proposals received on time, accompanied by the requisite and
proper Proposal Security shall thereafter be examined for
responsiveness. A responsive proposal is one which conforms to all
requirements of the Proposal Document. A proposal shall be treated
non-responsive for any or all of the following reasons:-
14
2.15
2.15.1
2.15.2
15
2.16
2.17
Confirmation of receipt:
Consultants shall acknowledge the Employer by facsimile/
post/courier the receipt of Letter of award and confirm the acceptance
of the proposal.
2.18
Performance Security:
Within 21 days of issue of letter of award from the Employer, the
successful party/ies shall furnish to the Employer a Performance
Security in the form of a Bank Guarantee of a scheduled /
nationalized bank having branch at Mumbai for an amount equivalent
to 10% of the award cost of assignment as per the draft annexed (
Annexe - IV) to the Proposal Document. Failure of the successful
party to lodge the required bank guarantee shall constitute sufficient
grounds for the termination of contract and enforcement of Bank
Guarantee towards Proposal Security. The performance security
shall remain in force until six months from the date of issue of
completion certificate of assignment and will be released thereafter.
The obtaining of such guarantee (and the cost of guarantee), shall
be at the expense of the party/ies.
2.19
Signing of Agreement :
Within one month of date of issue of Letter of Award and after
submission of Bank Guarantee towards performance security ( as
per clause 2.18), successful party shall simultaneously sign formal
agreement as prescribed in Annexe-V of Proposal Document
2.20
2.20.1
2.20.2
2.20.3
2.21
17
3.1
JNPT would evaluate the Technical Proposal in order to qualify Bidders for
Technical Stage. Bidders who qualify the minimum eligibility criteria as
brought out in the Notice inviting Proposal and as detailed in clause 2.6
only will be considered for Price Bid stage evaluation namely, Financial
Proposal evaluation.
3.1.3 If the bidder is a consortium, evaluation will be made in line with stipulations
in clause 1.7 and 1.8.
3.1.4 A two stage procedure will be adopted in evaluating the proposals: (i) a
Technical evaluation, which will be carried out prior to opening any financial
proposal and (ii) a financial evaluation. On each of the parameters, the
Bidder would be required to achieve a minimum of 60% of the Technical
Score assigned to that parameter so as to get included in the computation
of the Total Technical Score for the Bidder and to be qualified. The
maximum achievable Total Technical Score for every Bidder would be 100.
The party/ies who have secured minimum Total Technical score of 70 points
will be declared as qualified for opening of Financial Proposal.
3.1.5 The evaluation committee appointed by the Employer will carry out its
evaluation applying the evaluation criteria and point system specified
below:
Each responsive proposal will be attributed a technical score.
Sl.
No.
1
Parameters
Maximum
score
Technical
60
30
05
05
3.1.5.1The weightage points given for evaluation of sub-criteria of above table are
as under.
18
Parameter
Maximum
Technical
Score
60
30
v)
3.1.5.2 The consultant shall submit the required credentials along with his technical
submission for fulfilling the minimum Eligibility Criteria specified in the
document.
In addition, the consultants shall be asked to make a
presentation to the Employer during evaluation of technical submissions as
and when on request of the Employer if required. The consultant in his
presentation shall prove their fulfillment of minimum eligibility criteria
(financial and experience) and shall explain the capability of the proposed
deployment of manpower resources along with their academic qualification
and experience taking into consideration the various parameters specified
in the document so as to facilitate Employer for the assessment of technical
scoring. The Consultant shall bring key personnel/experts during the
meeting with the Employer.
3.2
20
21
4.1
General Provisions
4.1 .1
Definitions
Unless the context otherwise requires, the following terms whenever used
in this Contract have the following meanings:
(a)
(b)
"Applicable Law" means the laws and any other instruments having
the force of law in India, as they may be issued and in force from time
to time;
(c)
(d)
"Effective Date" means the date on which this Contract comes into
force and effect pursuant to Clause General Condition 4.2.1;
(e)
(f)
(g)
(h)
(i)
(j)
"Personnel " means persons hired by the Consultants or by any Subconsultant as employees and assigned to the performance of the
Services or any part thereof; "Foreign Personnel" means such
persons who at the time of being so hired had their domicile outside
India; "Local Personnel" means such persons who at the time of
being so hired had their domicile inside India; and "Key Personnel"
means the personnel referred to the in Clause General Condition
4.4.2 (a);
22
(k)
"Party" means the Employer or the Consultants, as the case may be,
and Parties means both of them;
(l)
(m)
(n)
"Third Party" means any person or entity other than the Government,
the Employer, the Consultants or a Sub-consultant.
(o)
(p)
Language
This Contract has been executed in the language English, which shall be
the binding and controlling language for all matters relating to the meaning
or interpretation of this contract.
4.1.5
Headings
The headings shall not limit, alter or affect the meaning of this Contract.
4.1.6
Notices
4.1.6.3
4.1.7
(a)
(b)
(c)
(d)
Location
The Services shall be performed at such locations are specified in Annexe I hereto and, where the location of a particular task is not so specified, at
such locations, whether in India or elsewhere, as the Employer may
approve.
4.2
Force Majeure
4.2.7.1 Definition
25
(a) For the purposes of this Contract, "Force Majeure" means an event
which is beyond the reasonable control of a Party, and which makes a
Party's performance of its obligations hereunder impossible or so
impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action (except
where such strikes, lockouts or other industrial action are within the
power of the Party invoking Force Majeure to prevent), confiscation or
any other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party's subconsultants or agents or employees, nor (ii) any event which a diligent
Party could reasonably have been expected to both (A) take into account
at the time of the conclusion of this Contract and (B) avoid or overcome
in the carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make
any payment required hereunder.
4.2.7.2
No Breach of Contract
The failure of a Party to fulfill any of its obligations hereunder shall not
be considered to be a breach of, or default under, this Contract insofar
as such inability arises from any event of Force Majeure, provided that
the Party affected by such an event has taken all reasonable
precautions, due care and reasonable alternative measures, all with the
objective of carrying out the terms and conditions of this Contract.
4.2.7.3
4.2.7.4
(b)
(c)
which such Party was unable to perform such action as a result of Force
Majeure.
4.2.7.5
Payments
During the period of their inability to perform the Services as a result of
an event of Force Majeure, the Consultants shall be entitled to be
reimbursed for additional costs reasonably and necessarily incurred by
them during such period for the purposes of the Services and in
reactivating the Services after the end of such period.
4.2.7.6
Consultation
Not later than thirty (30) days after the Consultants, as the result of an
event of Force Majeure, have become unable to perform a material
portion of the Services, the Parties shall consult with each other with a
view to agreeing on appropriate measures to be taken in the
circumstances.
4.2.8
Suspension
The Employer may, be written notice of suspension to the Consultants,
suspend all payments to the Consultants hereunder if the Consultants
fail to perform any of their obligations under this Contract, including
carrying out of the Services, provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request the
Consultants to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.
4.2.9
Termination
4.2.9.1
By the Employer
The Employer may, by not less than thirty (30) days written notice of
termination to the Consultants for the occurrence of any of the events
specified hereunder of this Clause General Condition 4.2.9.1, terminate
this Contract.
(a)
(b)
(c)
(d)
(e)
(f)
If the Employer, in its sole discretion and for any reason whatsoever,
decides to terminate this contract.
(g)
4.2.9.2
By the Consultants
The Consultants may, by not less than thirty (30) days' written notice to
the Employer, such notice to be given after the occurrence of any of the
events specified hereunder of this Clause General Condition 4.2.9.2,
terminate this Contract;
(a) If the Employer fails to pay and money due to the Consultants pursuant
to this Contract and not subject to dispute pursuant to Clause 4.8 hereof
within forty-five (45) days after receiving written notice from the
Consultants that such payment is overdue;
28
ii)
iii)
any right which a Party may have under the Applicable Law.
4.2.9.4 Cessation of Services
Upon termination of this Contract by notice of either Party to the other
pursuant to Clauses General Condition 4.2.9.1 or General Condition
4.2.9.2 hereof, the Consultants shall, immediately upon dispatch or
receipt of such notice, take all necessary steps to bring the Services
to a close in a prompt and orderly manner and shall make every
reasonable effort to keep expenditures for this purpose to a minimum.
With respect to documents prepared by the Consultants and
equipment and materials furnished by the Employer, the Consultants
shall proceed as provided, respectively, by Clause General Condition
4.3.9 or General Condition 4.3.10 hereof.
4.2.9.6
ii)
iii)
4.3.
4.3.1
General
4.3.1.1
Standard of Performance
The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted professional techniques and practices, and shall
observe sound management practices, and employ appropriate
advanced technology and safe and effective equipment, machinery,
materials and methods. The Consultants shall always act, in respect of
any matter relating to this Contract or to the Services, as faithful advisers
to the Employer, and shall at all times support and safeguard the
Employer's legitimate interest in any dealings with sub-consultants or
Third Parties.
4.3.1.2
4.3.2
Conflict of Interests
4.3.2.1
4.3.2.3
4.3.2.4
4.3.3
31
(ii)
for any direct loss or damage that exceeds (A) the total
payments for Professional Fees and Reimbursable
Expenditures made or expected to be made to the
Consultants hereunder, or (B) the proceeds the Consultants
may be entitled to receive from any insurance maintained by
the Consultants to cover such a liability, whichever of (A) or
(B) is higher.
(b) This limitation of liability shall not affect the Consultants liability, if
any, for damage to Third Parties caused by the Consultants or any
person or firm acting on behalf of the Consultants in carrying out the
Services.
4.3.5
(b)
(c)
(b)
(c)
Personnel which the Consultants propose to use in the carrying out of the
Services, the Consultants shall submit to the Employer for review and
approval a copy of their biographical data. If the Employer does not object
in writing (stating the reasons for the objection) within twenty-one (21)
calendar days from the date of receipt of such biographical data such Key
Personnel shall be deemed to have been approved by the Employer.
4.4.4 Working Hours, Overtime, Leave, etc.
(a)
Working hours and holidays for Key Personnel are set forth in
Appendix B hereto.
(b)
The Key Personnel shall not be entitled to be paid for overtime nor to
take paid sick leave or vacation leave. The Consultants
remuneration shall be deemed to cover these items. All leave to be
allowed to the Personnel shall be outside the staff-months of service
set for in Appendix A. Any taking of leave by Personnel on account
of unforeseen circumstances shall be with prior approval of the
Employer and the Consultants shall ensure that absence for leave
purposes will not delay the progress and adequate supervision of the
Services. Further, no fee shall be payable to the Consultant for such
leave periods and suitable deductions from the bills shall be made on
this account.
(b)
If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employers written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer.
(c)
(b)
(c)
(d)
(e)
36
(f)
(g)
(b)
Currencies of Payment
a)
All payments by the Employer under this contract will be made only
in Indian Rupees. If any overseas bidder wants to transfer to his
country a portion ie; as permitted by Reserve Bank of India time to
time, the contract price he wants to repatriate, the Employer will give
such assistance as a certificate or a letter to Reserve Bank of India
as will help the consultant to convert that part of Indian Rupees into
foreign exchange. It is for the bidder to obtain requisite clearances
from all the concerned authorities in India for repatriation.
38
b)
The transfer may be done from time to time; but very time, the
certificate by the Employer will be for the actual amount payable by
the Employer as per the terms of the contract - up to the stage of
payment multiplied by the maximum permitted limit or requirement of
consultant whichever is less.
c)
i)
ii)
iii)
iv)
v)
(b)
As soon as practicable and not later than fifteen (15 days) after the
end of each calendar month during the period of the Services, the
Consultants shall submit to the Employer, in duplicate, itemized
statements and other appropriate supporting materials, of the
amounts payable pursuant to clauses General Condition 4.6.3 for
such month. This monthly payment is applicable only for supervision
and management as per the stage (d) of Financial Proposal (
Annexe-III) or otherwise for all other stages, the payment shall
become due and payable as and when the task assigned in such
stages completed in all respect.
(c)
The payment for the interim running account bills ( R.A. Bill) shall be
made to the Consultant within 15 days of date of certification of the
bill by the Employer. For the final bill, the payment shall be made
within 45 days of the day of certification of the bill by the Employer
provided that there should not be any disputed item. If bills are in
order and there are no disputed items, the bills shall be certified by
the Employer within seven working days of the receipt of the bill by
the Employer. In case Employer feels the submitted bill is not in line
39
The final payment under this Clause shall be made only after the final
report and a final statement, identified as such, shall have been
submitted by the Consultants and approved as satisfactory by the
Employer. The Services shall be deemed completed and finally
accepted by the Employer and the final report and final statement shall
be deemed approved by the Employer as satisfactory forty five (45)
calendar days after receipt of the final report and final statement by
the Employer unless the Employer, within such forty five (45) day
period, gives written notice to the Consultants specifying in detail
deficiencies in the Services, the final report or final statement. The
Consultants shall thereupon promptly make any necessary
corrections, and upon completion of such corrections, the foregoing
process shall be repeated. Any amount which the Employer has paid
or caused to be paid in accordance with this Clause in excess of the
amounts actually payable in accordance with the provisions of this
Contract shall be reimbursed by the Consultants to the Employer
within thirty (30) days after receipt by the Consultants of notice
thereof.
Any such claim by the Employer for reimbursement must be made
within twelve (12) calendar months after receipt by the Employer of
a final report and a final statement approved by the Employer in
accordance with the above.
Liquidated damages:
Scheduled time
of Preliminary Within 1 month after award of
assignment and excluding first 15
days as mobilization period.
b) Submission of Report on 3 months after activity (a) above
Topographic Survey
c) Submission of Report on Soil 4 months after activity (a) above
Investigation
d)
Report
on
Real
Time 4.5 months after activity (a) above
Navigational Simulation
e) Draft Detailed Project Report ( Within 1.5 months after completion
including detailed engineering)
of services (d)
f) Submission of Final Detailed Within 01 month after completion of
Project Report
services (e)
g) Submission of Draft Tender Along with Final DPR
Documents
Note: 08 months period excludes the time taken by the Employer and
various Government Authorities for approvals.
ii)
The consultant will indemnify for any direct loss or damage which
accrue due to deficiency in services in carrying out consultancy services.
********
42
5. SITE INFORMATION
5.1
Party's Responsibility
The information supplied hereinafter and provided elsewhere is given in
good faith but the party shall satisfy himself regarding all aspects of
weather, metrological, wind, waves, tides, currents, geological and other
relevant data site conditions and no claim will be entertained due to any
error or deficiency on the plea that the information supplied by the
Employer is erroneous or insufficient.
5.2
Datum:
The datum to which all levels shall be referred for the purpose of the works
is the Chart Datum (0.00). The Mean Sea Level has to be arrived at after
Tidal observations under the scope of the work.
5.3
The Site:
The site for the proposed satellite port is located of Vadhavan
Point south of Dahanu with in the Port limits with Geographical
co-ordinates of (A) Lat 190 54 26.0 N and Long. 720 40 30.0 E
along the coast northward to (B) Lat. 19 0 57 58.0 N, Long. 720
42 15.0 E into the sea westward to (C) Lat 20 0 0 0.0 N Long
72030 0.0 E southward to (D) Lat 190 54 5.0 N Long 720 30 0
E and back to coordinate (A) on the coast.
43
Annexe - I
1.2
The Port has 3 Container Terminals, one liquid Cargo Terminal and a
shallow water berth. The entire channel is widened and deepened to handle
6,000TEU capacity vessels by using tidal window. Two projects namely, 4th
container Terminal of 2000 m quay length and a stand-alone container
handling facility with a wharf length of 330 mts has already been awarded
concession on DBFOT basis. Additional Liquid cargo terminal is also being
developed. In order to have a smooth flow of traffic from to the Port the Road
infrastructure in the form of widening Highways/ Expressways has been
planned to take up. In addition to the present Rail Connectivity with the
National Network, development of DFC is in advance stage. In addition to
this, the port has constructed Mooring Dolphins on either side of the existing
liquid Cargo terminal so as to increase the berth length to handle even
vessels of LOA 300mts.
1.3
Some of the special features of the Port is that it is an all-weather port which
is operated 24X7 and having a vessel Traffic Management System (VTMS)
and computerized operations with single window operation system
1.4
1.5
44
A pre-feasibility study has been carried out by the port and a location has
been selected for construction of a satellite port off Vadhavan Point near
Dahanu. The layout of the port and location of the port facilities for the
proposed port at vadhavan has been selected with due reference to the site
data collected in terms of hydrography, topography, geotechnical, wave
climate duly supported by mathematical model studies.
2.
Objectives of assignment:
The objective of the proposed assignment is to prepare a Detailed Project
Report (DPR) for development of Greenfield Port at vadhavan,
Maharashtra.
3.1
3.2
(i)
(ii)
(iii)
(iv)
drains, railway network, buildings etc, and to submit survey data with
drawings in soft and hard copies(sets) incorporating the Co-ordinates with
latitude and longitude. The work includes installation of survey pillars at
intervals and strategic locations mentioning their co-ordinates and Reduced
Levels.
3.3
Sub-soil Investigations:
Carry out boreholes upto 40 m depth below bed level (or 10 m into the rock
strata, whichever is at higher elevation) at the proposed locations of
breakwaters, berths, approach channel and maneuvering basin. Minimum 15
boreholes shall be carried out at the locations suggested by client. SPT,
taking disturbed and undisturbed samples, carrying out laboratory field tests
etc. shall be conducted as per the guideline provided in relevant IS codes.
3.6
3.7
3.8
46
Detailed Engineering:
Detailed engineering of the following components of the port, so as to arrive
at +-10% cost estimates:
a. Breakwaters and bunds
b. Dredging in Channel and harbor
c. Reclamation
3.10
3.11
3.12
Local resources :
The existing and proposed quarries shall be identified for the proposed
facilities. Also, the Water and power for the proposed facilities and
construction purpose. The details of reclamation along with the sources of
material and its quality and quantity may be indicated.
3.13
Construction Scedule:
Preparation of realistic construction schedule and estimated cost of
development and O&M for the port facilities indicating the sequence of
activities duly considering the site conditions.
3.14
Estimated Cost:
Estimated cost of development should be realistic and based on local
schedule of rates/market rate and their basis/documentary proof should be
included in the DPR with necessary details.
3.15
3.17
The consultant shall study other aspects like community oriented business
plan, appliocable regulations including safety regulations and compliances
associated with handling of various cargo/vessels and other facilities
3.18
(ii)
4.
Reports
All reports and documents prepared by the Consultants shall be
professional, precise and objective. The report formats shall be finalised in
Consultation with the Technical Adviser appointed by JNPT and Employer
officials. The consultant shall make power point presentations to JNPT
officials or Ministry of shipping if required and should assist JNPT for
seeking approval from the Government.
The
Consultants
shall
provide
the
following
reports
to
JNPT:
48
i.
ii.
iii.
iv.
v.
vi.
5.
49
ANNEXE-II
APPLICATION LETTER
(On the Letter head of the Bidder)
Date :
To,
The Chief Manager,
Port Planning & Development (PP&D),
Jawaharlal Nehru Port Trust,
Administration Building,
Sheva,
Navi Mumbai 400 707. ( Fax. 022 27244178)
50
ANNEX- III
FINANCIAL PROPOSAL
From :
______________________
_______________________
_______________________
_______________________
To
The Chief Manager (PP&D),
Jawaharlal Nehru Port Trust,
Sheva, Navi Mumbai - 400 707.
Consultancy Services for preparation of Detailed Project Report
(DPR) for Development of a Satellite Port off Vadhavan South of
Dahanu.
I/We have perused the Proposal Document for subject assignment containing
Terms of Reference in Annexe-I and other details and am/are willing to undertake
and complete the assignments as per terms and conditions stipulated in the
'Proposal Document'.
Sub :
1.
2.
Our price offer is inclusive of all taxes, incidentals, overheads, traveling
expenses, printing and binding of reports, expenditure related to presentation to be
made during the execution of the dredging assignment, sundries and all other items
involving expenditure for execution of this assignment covering scope of work as
stipulated in "Terms of Reference" (enclosed as Annexe-I to the Proposal
Document)
and
excluding
prevalent
service
tax
is
Rs.___________________________________ (i.e.
in
Words
Rupees
______________________________________ only). This offer is valid for a
period of 120 days from the due date of submission of the proposal document.
3.
I/We also agree to accept the stage-wise and percentage-wise payments as
detailed below.
3.1
Description of services
10%
ii)
Submission of Report
Topographic Survey
iii)
15%
iv)
15%
10%
30%
51
v)
vi)
vii)
15%
5%
NOTE: 1. All the payment under this contract will be made only in Indian Rupees. The
fees/price may be quoted in Indian Rupees only. The consultants shall be paid
for the services rendered as per the TOR as per payment schedule given above.
The Service Tax prevalent will be paid extra to the consultant.
2. Consultant shall provide assistance /services if any required for obtaining
necessary Statutory clearances from the Government and other concerned
authorities and the expenditure towards traveling outstation and back by economy
class air fare and accommodation in three star hotel will be reimbursed to the
consultant as per the actuals.
Witness's
Signature ______________
Name__________________
Address________________
________________________________
________________________________
________________________
Signature ________________
Name ___________________
Designation_______________
for
and
on
behalf
of________
___________________________________
___________
Address_________________
_______________________
*****
52
ANNEXE-IV
FORM OF BANK GUARANTEE FOR PERFORMANCE SECURITY
exceed
**********
55
ANNEXE-V
FORM OF AGREEMENT
b)
a)
Acceptance
letter
issued
by
the
Employer
vide
No.____________________dated__________and
all
correspondence exchanged between the Employer and the
consultant upto the date of issue of acceptance letter as
specifically referred to in the said acceptance letter.
56
By the said
_______________________
Name___________________
on behalf of the Employer
in the presence of:
________________________
Name____________________
Address__________________
________________________
*******
57
ANNEXURE VI
FORMAT IN CASE OF CONSORTIUM
58
4.
5.
First Party:
Second Party:
The turn over and experience of each party is as under:
First Party:
Second Party:
6.
Subject to Cluase-4, the parties shall depute their experienced staff as
required for the works and plants, equipments, machinery etc. as required for
execution of works, will be deployed by each Joint Venture partners for
execution of the contract.
7.
In the event of default by any partner in the execution of the part of the
contract, the Lead Partner will have the authority to assign the work to any other
party acceptable to the Employer(Port) to ensure the satisfactory execution of
that part of the contract.
8.
9.
The Joint Venture shall regularly maintain in the ordinary course of
business a true and correct account of all its incoming and outgoing and also of
its assets and liabilities in proper books of accounts which shall ordinarily be
kept at place of business and after Completion of above mentioned work all
account shall be taken.
10.
Annexure-VII (A)
POWER OF ATTORNEY
Dated: ------------
60
Annexure-VII (B)
POWER OF ATTORNEY
(IN CASE OF JOINT VENTURE/CONSORTIUM)
know all men by these presents that we,-------------------------------------------,------ -----------------------------------------------,-------------------------------------------------- and ----------------------------------(herein after collectively referred to as the Joint Venture/ Consortium) hereby
appoint and authorise ----------------------------------------------------- Ltd. as our
Attorney.
Whereas the Board of Trustees of Jawaharlal Nehru Port (hereinafter referred to
as the Port Trust) have invited applications from interested parties for the ----------------------------- (herein after referred as the project).
Whereas the members of the Joint Venture/ Consortium are interested in biding
for the Project and execution of the Project in accordance with the Conditions of
Contract and other related documents.
And whereas, it is necessary under the document for the members of the Joint
Venture/Consortium to appoint and authorise one of them to do all acts, deeds
and things in connection with the aforesaid Project.
We hereby nominate and authorise ------------------------------------------------------- --as our Lead Member and constituted attorney in our name and on our behalf to
do or execute all or any of the acts or things in connection with the making an
application to the Jawaharlal Nehru Port Trust, to follow up with the Port Trust
and thereafter to do all acts, deeds and things related to the execution of the
Project, on our behalf.
And we hereby agree that all the acts, deeds and things done by our said attorney
shall be construed as acts, deeds and things done by us and we undertake to
ratify and conform all and whatsoever that my said attorney shall do or cause to
be done for us by virtue of the power hereby given.
In witness hereof we have signed this deed on this the ----------- day of -----------For and
For and
For and
For and
on behalf
on behalf
on behalf
on behalf
of
of
of
of
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
61
ANNEXURE VIII
Consultancy services for preparation of Detailed Project Report (DPR) for
Development of a Satellite Port off Vadhavan south of Dahanu
UNDERTAKING
We hereby give an undertaking that I/We 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 offense
under the Prevention of Corruption Act in connection with the above
subject bid.
62
APPENDIX - A
KEY PERSONNEL AND SUB-CONSULTANT
Financial Expert :
Minimum
of CA/ICW or equivalent
qualification from any
university/institution. He shall have minimum experience of 15 years in
financial modelling including knowledge of PPP.
3. Geotechnical Expert:
Minimum of Bachelor degree in civil engineering or Geo-technical
engineering with overall experience of 15 years.
4.
63
*******
64
APPENDIX - B
HOURS OF WORK FOR KEY PERSONNEL
Working hours of key personnel shall normally be 8 hours a day and six
days a week. Hours of key personnel should broadly match with those of Client.
However, the consultant has to complete the job in prescribed time frame and
client shall not make any payment for any overtime except in case of work
arising from our variation orders.
65
APPENDIX - C
DUTIES OF THE EMPLOYER
D1
1.
2.
3.
Water charges
4.
The residential units shall be allotted on its availability and request from
consultants. If any increase in above charges, the same shall be paid by
the Consultant as per the prevailing notified rates as applicable. All other
facilities like furniture, interiors, office equipment, stationary,
communication facilities, Vehicles shall be arranged by consultant.
Consultants financial offer deemed to include expenditure involved for
arranging such things.
D2
66
APPENDIX D (DRAWING)
67