TENDER REFERENCE NO. 02/19
REQUEST FOR PROPOSAL (RFP) FOR THE SELECTION OF
CONSULTANCY FOR DETAILED ENGINEERING
SUPERVISION BY OWNERS ENGINEER (THIRD PARTY) FOR
THE EXECUTION OF BASIC INFRASTRUCTURE WORK AT
POLYMER INDUSTRIES PARK IN
VOYALUR AND PUZHUDIVAKKAM VILLAGES,
THIRUVALLUR DISTRICT, TAMIL NADU
Date of Release of Tender 10.07.2019
Prebid Meeting 22.07.2019 at 3.30 PM
Last Date for Submission of Bid 31.07.2019 till 3.00 PM
Date of Opening of Bid 31.07.2019 at 3.30 PM
Cost of Bid Document: Rs.1,180/- (Including GST)
Tamil Nadu Polymer Industries Park Limited 19-A, Rukmani Lakshmipathy Road, Egmore, Chennai - 600 008
CONTENTS
Clause Topic Page No.
1. PREAMBLE ................................................................................................................. 1
2. SCOPE OF WORK ...................................................................................................... 1
3. QUALIFICATION CRITERIA ................................................................................... 2
4. LANGUAGE OF THE TENDER ................................................................................ 4
5. PURCHASE OF TENDER DOCUMENT ................................................................... 5
6. PREBID MEETING ..................................................................................................... 5
7. CLARIFICATION ON THE TENDER DOCUMENT ............................................... 5
8. AMENDMENT OF TENDER DOCUMENT.............................................................. 5
9. AUTHORISATION OF THE BIDDER ....................................................................... 6
10. SUBMISSION OF TENDER IN TWO COVER SYSTEM ........................................ 6
11. EARNEST MONEY DEPOSIT .................................................................................. 6
12. VALIDITY ................................................................................................................... 7
13. OPENING AND EVALUATION OF THE TENDER ................................................ 7
14. PRICE OFFER ............................................................................................................. 8
15. EVALUATION OF THE PRICE ................................................................................. 8
16. AWARD OF CONTRACT ......................................................................................... .8
17. SECURITY DEPOSIT ................................................................................................ .9
18. AGREEMENT ............................................................................................................. 9
19. ISSUE OF WORK ORDER ......................................................................................... 9
20. EXECUTION OF WORK ORDER ............................................................................. 9
21. PAYMENT TERMS .................................................................................................. 10
22. PENALTY .................................................................................................................. 10
23. TERMINATION OF CONTRACT ............................................................................ 11
24. GENERAL CONDITIONS ........................................................................................ 11
25. ARBITRATION ......................................................................................................... 11
26. JURISDICTION OF THE COURT............................................................................ 12
ANNEXURES
I. SALIENT FEATURES OF PROPOSED DEVELOPMENT WORKS ........................... 13
II. PART-I (COVERING LETTER) ..................................................................................... 17
III. DETAILS OF THE BIDDER ........................................................................................... 19
IV. ANNUAL TURNOVER STATEMENT .......................................................................... 20
V. DECLERATION OF NOT HAVING BLACKLISTED .................................................. 21
VI. DECLERATION OF NOT HAVING TAMPERED THE TENDER DOCUMENT ....... 22
VII. FORMAT FOR FIRMS RELEVANT EXPERIENCE .................................................... 23
VIII. CLARIFICATION OF TENDER DOCUMENT FORMAT............................................ 24
IX. PART-II (COVERING LETTER) .................................................................................... 25
X. PRICE BID ....................................................................................................................... 26
XI. CHECKLIST OF DOCUMENTS .................................................................................... 27
TAMILNADU POLYMER INDUSTRIES PARK LIMITED (A Joint Venture of TIDCO and SIPCOT)
Tender Inviting Authority Tender Notice No: 02/19
The Managing Director, Tamil Nadu Polymer Industries Park Limited, 19-Rukmani LakshmipathySalai, Egmore, Chennai - 600 008.
Name of the Work
Request for Proposal (RFP) for selection of Consultancy for Detailed Engineering Supervision by Owners Engineer (Third party) for the execution of basic infrastructure work at Polymer Industries Park in Voyalur and Puzhudivakkam Villages, Thiruvallur District, Tamil Nadu
Tender Documents can be downloaded from www.tenders.tn.gov.in, www.tidco.com&www.tnpolymerpark.com and also purchased at above address directly.
Cost of tender document Rs.1,180/- (Including GST)
Earnest Money Deposit: Rs.60,000/-
Last Date of submission of tender: 31.07.2019 upto 3:00 PM
Managing Director Tamil Nadu Polymer Industries Park Limited
IMPORTANT NOTICE
This tender procedure is governed by the Tamil Nadu Transparency in
Tenders Act, 1998 and the Tamil Nadu Transparency in Tender
Rules, 2000 as amended from time to time. In case of any conflict
between the terms and conditions in the tender document and the
Tamil Nadu Transparency in Tenders Act, 1998 and The Tamil Nadu
Transparency in Tender Rules, 2000 the Act and Rules shall prevail.
Signature of the bidder with seal 1 | P a g e
RFP FOR THE SELECTION OF CONSULTANCY FOR DETAILED
ENGINEERING SUPERVISION BY OWNERS ENGINEER (THIRD
PARTY) FOR THE EXECUTION OF BASIC INFRASTRUCTURE
WORKS AT POLYMER INDUSTRIES PARK IN VOYALUR AND
PUZHUDIVAKKAM VILLAGES, THIRUVALLUR DISTRICT,
TAMIL NADU
1. 1.
2. PREAMBLE
3.
Government of Tamil Nadu has granted Tamilnadu Industrial Development Corporation
(TIDCO) and State Industries Promotion Corporation of Tamilnadu Ltd (SIPCOT) as a joint
venture for the formation of Special Purpose Vehicle (SPV) in the name of “Tamilnadu
Polymer Industries Park Ltd (TPIPL)” for setting up of the Polymer Industries Park under
centrally sponsored “Scheme for setting up of Plastic Parks” by Department of Chemicals
and Petrochemicals (DC&PC), Government of India. TPIPL has identified land in Voyalur
and Puzhudivakkam Villages, Thiruvallur District close to Ennore Port which is in possession
of TIDCO for the establishment of the park.
TPIPL has proposed to develop the park in two phases. Accordingly, TPIPL is in the process
of selecting an Engineering, Procurement and Construction (EPC) contractor for the
development of Phase - 1 of the project admeasuring 180.91 acres at a cost of about Rs.60.00
crores. The development works include site grading, development of road network including
pavement, drainage, pipe culverts, road furniture & appurtenances and water storage &
distribution system. The salient features of the proposed development works is enclosed as
Annexure-I.
In this context, TPIPL invites sealed tenders from eligible consultancy agencies for third
party monitoring of the development works carried out by the EPC contractor in “Two Cover
System” through transparent bidding process. The Tender notification has been published
fixing the date of opening of tender as 31.07.2019.
2.
SCOPE OF WORK
The scope of work would inter-alia involve the following:
(a) Review of project implementation schedule, level of completion of the project in
terms of sub-activities, physical progress achieved and overall monitoring of project
implementation through detailed site inspection.
(b) Periodical ascertainment of the physical progress of the project with reference to the
stipulated milestones and submission of progress reports to TPIPL on bi-monthly
basis.
(c) Ensuring site grading, laying of roads, water storage & distribution system are being
carried out in accordance with the approved designs, drawings & specifications and
reporting the same to TPIPL. In case of any discrepancy, the same has to be notified
to TPIPL and the EPC contractor and ensure that remedial action in a time bound
manner.
(d) Arranging for testing of samples as per the norms through approved institutions and
ensuring compliance.
Signature of the bidder with seal 2 | P a g e
(e) The designs submitted by the EPC contractor and drawings have to be perused by the
consultancy agency and comments and observations should be submitted within 5
days of submission of design and drawings.
(f) Any delay in progress of work, any defective construction practices employed, any
deviation from good engineering practices are noticed, a notice should be issued by
consultancy agency to the EPC contractor with a copy to TPIPL.
(g) Ensuring the Compliance of Statutory approvals / Clearances / Standards relevant to
the project by the EPC contractor.
(h) Proof checking and certification of invoices/bills submitted by EPC contractor against
milestone activities to TPIPL for payment to EPC Contractor.
(i) Reporting of Specific problems or issues faced along with reasons thereof, during the
implementation process and assistance for corrective actions for the timely
completion of the project.
(j) Coordination with TPIPL and EPC contractor to facilitate timely execution of the
project.
(k) To make presentations to TPIPL/Industries Department as may be required from time
to time.
(l) Any additional input / information relevant to the implementation of the project that
may be required by TPIPL.
(m) As part of the contract, the agency should deploy the following qualified and
experienced manpower on full time basis, for which a temporary site office may be
erected at the cost of the tenderer.
S.No Designation No. of
persons
Minimum Qualification
i) Project Manager 1 Degree in Civil engineering with minimum 15
years experience in Project Management /
Third party Monitoring / Lenders Engineer /
Owners Engineer services for Infrastructure /
construction projects
ii) Site Engineers 2 Degree/Diploma in Civil Engineering with
minimum of 5 years experience in Project
Management / Third party Monitoring /
Lenders Engineer / Owners Engineer services
for Infrastructure / construction projects
iii) Quantity Surveyors 2 Degree/diploma in Civil Engineering with
minimum 5 years experience related to quantity
survey in infrastructure projects
* The tenderer should enclose the CV’s for the personnel to be deployed
Signature of the bidder with seal 3 | P a g e
3.
QUALIFICATION CRITERIA
Clause Qualification Criteria Supporting Documents/Remarks
3(a) The bidder should be a registered
legal entity
(i) In case of Private / Public Limited
Companies,
Copy of Incorporation Certificate
issued by the Registrar of
Companies
Copy of Memorandum and
Articles of Association
(ii) In case of Partnership Firm,
Registered Partnership deed
(iii)In case of Proprietorship Firm,
Copy of GST Registration
Certificate
3(b) The bidder should have reported
an Average Annual Turnover of
Rs.3 Crores in the last three
consecutive financial years i.e.
2015-16, 2016-17 and 2017-18
(or) 2016-17, 2017-18 and 2018-
19
(i) The average annual turnover
statement duly certified by Chartered
Accountant as per Annexure IV
(ii) The Annual Report/ certified copies
of Balance Sheet, Profit & Loss
statement for the last 3 consecutive
financial years
3(c) The bidder should have positive
networth as on 31st Mar 2019.
Net worth certificate duly certified by
Chartered Accountant as per Annexure IV
3(d) The bidder should have
minimum 10 years of experience
(as on 30th
Jun 20m19) in the
field of offering Project
Management / Third party
Monitoring / Lenders Engineer /
Owners Engineer services for
Infrastructure projects like Ports,
Roads, Railways, Airports, Real
Estate, Power Plants in India
Work orders and Completion certificates
issued by clients
3(e) The bidder should have
successfully completed Project
Management / Third party
Monitoring / Lenders Engineer /
Owners Engineer services for
development of land and laying
of internal roads in SEZ /
Industrial Parks / Industrial
Estates / Logistics Park,
Development of Other
(i) Work orders and Completion
certificates issued by clients
(ii) Duly filled in form for each projects
as per Annexure-VII
Signature of the bidder with seal 4 | P a g e
Infrastructure projects like Ports,
Roads, Railways, Airports, Real
Estate, Power Plants undertaken
during the last 10 years (as on
30th
Jun 2019).
The bidder shall demonstrate
experience in either of the below
categories:
a. Three similar works having a
construction/development
Cost not less than Rs. 24.00
crores each or,
b. Two similar works having a
construction/development
Cost not less than Rs. 30.00
crores each or,
c. One similar work having a
construction/development
Cost not less than Rs. 48.00
crores
3(f) The bidder should have full-
fledged permanent office in
Chennai
Chennai Office Address (or) the bidder
should give an undertaking to setup office
at Chennai within 15 days from the date of
issue of LoI if selected
3(g) The bidder should have
minimum 15 full time permanent
employees with Engineering /
qualification on their roll.
List of full time employees along with
designation and qualification duly
certified by the authorized signatory.
3(h) The bidder should not have been
blacklisted as on the date of
tender opening for providing
services to TPIPL or
Central/State Government
departments and Quasi
Government Organizations
(i) The declaration form as per
Annexure V should be enclosed
(ii) Any adverse/not satisfactory remarks
on the performance of previous
supplies will entail disqualification
(iii)Further, if the bidder is found
blacklisted in India before award of
contract by any Government agency,
the bid will be rejected
4.
LANGUAGE OF THE TENDER
The Tender prepared by the bidder as well as all correspondences and documents relating to
the Tender shall be in English language only. If the supporting documents are in a language
other than English/Tamil, the notarized translated English version of the documents should
also be enclosed. Tender received without such translation copy will be rejected.
Signature of the bidder with seal 5 | P a g e
5.
PURCHASE OF TENDER DOCUMENTS
a) The tender document shall be obtained from Tamil Nadu Polymer Industries Park
Limited, 19-Rukmani Lakshmipathy Salai, Egmore, Chennai 600 008 on payment of
Rs.1,180/- (Including GST) payable in the form of Demand Draft drawn on any Indian
Nationalized/ Scheduled Commercial Bank in favour of “Tamil Nadu Polymer
Industries Park Limited” payable at Chennai or it can be downloaded from
www.tenders.tn.gov.in at free of cost. For the downloaded tender document, the bidder
has to be submit the tender document cost of Rs.1,180/- (Including GST) in the form of
Demand Draft drawn on any Indian Nationalized/ Scheduled Commercial Bank in
favour of “Tamil Nadu Polymer Industries Park Limited” payable at Chennai and
should give a declaration for not having tampered the Tender document downloaded (as
per Annexure VI).
b) The tender document can be purchased on all working days from 10.07.2019 to
31.07.2019 during office hours.
6.
PREBID MEETING
There will be a pre-bid meeting on 22.07.2019 at 3.30 P.M. in the Head Office of Tamil Nadu
Polymer Industries Park Limited, 19-Rukmani Lakshmipathy Salai, Egmore, Chennai
600 008 during which the prospective bidders can get clarifications about the tender. The
bidders shall send their queries in writing if any so as to reach the Head Office at least two
days prior to the pre-bid meeting date. The bidders are advised to check
www.tenders.tn.gov.in, www.tidco.com, www.tnpolymerpark.com for up-to-date information
like change in date / venue etc., of pre-bid meeting as TPIPL may not be able to identify and
communicate with the prospective bidders at this stage. Non attending of pre-bid meeting is
not a disqualification.
7.
CLARIFICATION ON THE TENDER DOCUMENT
Any discrepancies, omissions, ambiguities or conflicts in the tender document or any doubts
as to their meaning and any request for clarification may be sent in writing to “The Managing
Director, Tamil Nadu Polymer Industries Park Limited, 19-Rukmani Lakshmipathy Salai,
Egmore, Chennai 600 008” or through e-mail to [email protected] as per
Annexure-VIII. The Managing Director, will review the same and where information sought
is not clearly indicated or specified in the tender documents, will issue a clarifying bulletin to
all those who have purchased the tender documents and will also upload such clarification on
www.tenders.tn.gov.in, www.tidco.com, www.tnpolymerpark.com. The Managing Director
will neither make nor be responsible for any oral instructions. Request for clarification should
be brought to the notice of the Managing Director, in writing, before 48 hours of the opening
of the tender.
8.
AMENDMENT OF TENDER DOCUMENT
TPIPL whether on its own initiative or as a result of a query, suggestion or comment of an
Applicant or a Respondent, may modify the tender document by issuing an addendum or a
corrigendum at any time before the opening of the tender. Any such addendum or
corrigendum will be communicated through mail to all the bidders who had purchased the
tender documents and also will be uploaded on www.tenders.tn.gov.in, www.tidco.com,
www.tnpolymerpark.com and the same will be binding on all Applicants or Respondents or
Bidders, as the case may be.
Signature of the bidder with seal 6 | P a g e
9.
AUTHORISATION OF THE BIDDER
(a)
The Tender should be signed on each page by the bidder or by the person who is duly
authorized for the same by the bidder.
10. (b)
SUBMISSION OF TENDER IN TWO COVER SYSTEM
(c)
(a) Every page of the terms and conditions of the tender document should be signed and
enclosed with the tender, in token of having accepted the tender conditions. Failing
which the tender will be rejected summarily.
(b) Tenders should be submitted in two parts:
i. Part I will cover technical bid and
ii. Part II will cover price bid
(c) Bidders should ensure submission of all documents along with Part-I and Part II
proposal as per the Check list given in Annexure -XI.
(d) Bidders are requested to submit Part I and Part II in a separate sealed cover
superscripting as Part I and Part II respectively. These two Parts namely Part I and Part
II must be placed in a separate sealed cover superscripted as “Tender for the selection of
consultancy for Detailed Engineering Supervision by Owners Engineer (Third party) for
the execution of basic infrastructure works at Polymer Industries Park in Voyalur and
Puzhudivakkam villages, Thiruvallur district, Tamil Nadu” and addressed to “The
Managing Director, Tamil Nadu Polymer Industries Park Limited, 19-Rukmani
Lakshmipathy Salai, Egmore, Chennai 600 008”, containing the name and address of
the Bidder. Tenders submitted with unsealed cover would summarily be rejected.
(e) Tenders should be dropped only in the tender box kept at “Tamil Nadu Polymer
Industries Park Limited, 19-Rukmani Lakshmipathy Salai, Egmore, Chennai 600 008”
on or before 3.00 PM on 31.07.2019”. Tenders will not be received by hand.
(f) Alternatively, the tenders can be submitted through registered post so as to reach the
above address on or before 3.00 PM on 31.07.2019. Tenders received after the specified
time will not be considered and TPIPL will not be liable or responsible for any postal
delays.
(g) A tender once submitted shall not be permitted to be altered or amended.
11.
EARNEST MONEY DEPOSIT
(a) The Tender should be accompanied by an Earnest Money Deposit (EMD) to the value
of Rs.60,000/- (Rupees Sixty Thousand Only) in the form of a Demand Draft or
Banker’s cheque drawn on any Indian Nationalized/Scheduled Commercial Bank in
favor of “Tamil Nadu Polymer Industries Park Limited”, payable at Chennai. The EMD
in any other form will not be accepted. The Earnest Money Deposit will be returned to
the unsuccessful bidders.
(b) The Earnest Money Deposit will be retained in the case of successful bidder and it will
not earn any interest and will be dealt with, as provided in the terms and conditions of
the tender.
Signature of the bidder with seal 7 | P a g e
(c) Any request of the bidder, under any circumstances claiming exemption from payment
of EMD will be rejected and their Part II price offer will not be opened.
(d) The amount remitted towards EMD is liable to be forfeited in case the bidder fails to
execute the contract after submission of the tender or after acceptance of the offer
(LoA) by TPIPL or fail to sign the Agreement or to remit the Security Deposit.
12. (e)
(f) VALIDITY
(g)
The rate quoted in the Tender should be valid for the acceptance by TPIPL for a minimum
period of 90 days from the date of opening of the Tender. Escalation in the rates will not be
entertained under any circumstances.
13. (h)
OPENING AND EVALUATION OF THE TENDER
(a) The tenders received up to 3.00 PM as per the office clock on 31.07.2019 will be taken up
for opening. Tenders received after specified date and time will not be accepted. The
Tender will be opened by the Managing Director or by the Person/Committee authorized
by him at 03.30 PM on the same day in the presence of the available Bidders/
representatives of the Bidders who choose to be present. The Bidders or their authorized
agents are allowed to be present at the time of opening of the tenders.
(b) The Managing Director or Person/Committee authorized by him will inform the attested
and unattested corrections, before the Bidders and sign all such corrections in the
presence of the Bidders. If any of the Bidders or agents not present then, in such cases the
Person/Committee will open the tender of the absentee Bidder and take out the unattested
corrections and communicate it to them. The absentee Bidder should accept the
corrections without any question whatsoever.
(c) If the date fixed for opening of the tender happens to be a Government holiday, the sealed
tenders will be received up to 3.00 PM on the next working day and opened at 03.30 PM
on the same day.
(d) The Technical bid will be evaluated by the committee of Tamil Nadu Polymer Industries
Park Limited in terms of the qualification criteria. The committee reserves the right to
disqualify any of the tender in case the Committee is not satisfied with the documents
furnished, including the past performances.
(e) Any adverse/not satisfactory remarks on the performance of previous works will entail
disqualification of the tender.
(f) TPIPL may inspect and verify the projects already executed by the bidder for their pre-
qualifying conditions before opening of Part II cover and in case if any failure to satisfy
the requirements, their Tender will be rejected and their Part-II Cover will not be opened.
(g) The bidders declared as qualified by the Committee, will be informed the date of opening
of Part II (Price bid).
Signature of the bidder with seal 8 | P a g e
14. (a)
(b) PRICE OFFER
(a) The Price bid should be kept only in the Part II cover.
(b) The price bid should be prepared as per Annexure-X.
(c) The duties and taxes should be quoted separately as per the price bid format.
(d) The rate quoted by the bidder shall be kept firm for a period specified in the tender from
the date of opening of the tender. The bidder should keep the Price firm during the
entire period of Contract including extension of time if any. Escalation of rate will not
be permitted during the said periods whether extended or not for reasons other than
increase of taxes payable to the Governments in India within the stipulated delivery
period.
(e) The price should be neatly and legibly written both in figures and words.
(f) In case of discrepancy between the prices quoted in words and figures lower of the two
shall be considered.
(g) Part-II bid should not contain any commercial conditions. Variation in the commercial
terms and conditions of the tender will not be accepted.
15. (c)
(d) EVALUATION OF THE PRICE
(e)
The price bid will be evaluated in accordance to the Tamil Nadu Transparency in Tenders
Act 1998 read with the Tamil Nadu Transparency in Tenders Rules 2000, as given below:
(a) The evaluation shall include State Goods and Service Tax, Central Goods and Service
Tax and Integrated Goods and Service Tax and all central duties as a part of the price,
as detailed below:
(i) In the evaluation of the price of the articles which are subject to State Goods
and Services Tax, Central Goods and Services Tax and Integrated Goods and
Services Tax, the price will be determined inclusive of such State Goods and
Services Tax, Central Goods and Services Tax and Integrated Goods and
Services Tax.
(b) The bidder who has quoted lowest rate for providing third party project monitoring
services will be adjudged as L1.
16. (f)
(g) AWARD OF CONTRACT
(h)
(a) The bidder who has quoted lowest price (L1) will be invited for negotiations for further
reduction of price.
(b) Upon finalization of negotiated rate, TPIPL will issue the Letter of Acceptance (LoA)
to the successful bidder.
Signature of the bidder with seal 9 | P a g e
17. (i)
(j) SECURITY DEPOSIT
(a) On receipt of the Letter of Acceptance from TPIPL, the successful bidder should remit a
Security Deposit (SD) of 5% of the contract value in the form of a Demand Draft or
Banker’s cheque drawn on any Indian Nationalized/Scheduled Commercial Bank in
favour of “Tamil Nadu Polymer Industries Park Limited”, payable at Chennai or an
Irrevocable Bank Guarantee with a validity period of 12 months, within 10 (Ten)
working days from the date of receipt of letter of acceptance. The EMD shall be
adjusted with the Security Deposit.
(b) Any other amount pending with TPIPL will not be adjusted under any circumstances,
against the Security Deposit if so requested.
(c) If the Security Deposit amount is not paid within the time specified, the EMD remitted
by the bidder shall be forfeited, besides cancelling the communication of acceptance of
the Tender.
(d) Security Deposit amount remitted will not earn any interest.
18. (k)
(l) AGREEMENT
The successful bidder should execute an agreement as may be drawn up to suit the conditions
on a non-judicial stamp paper of value, as prescribed in law on the date of remittance of
Security Deposit and shall pay for all stamps and legal expenses incidental thereto. In the
event of failure to execute the agreement, within the time prescribed, the SD amount remitted
by the bidder will be forfeited besides cancellation of the Tender.
19. (m)
(n) ISSUE OF WORK ORDER
After payment of Security Deposit and successful execution of the agreement, work order
will be issued by TPIPL.
20.
EXECUTION OF WORK ORDER
(a) The contract is expected to be completed in 6 months from the date of commencement
of EPC contract. The assignment of the Owners Engineer (Consultant) shall be
coterminous with the completion of the EPC contract.
(b) There will not be any additional payment for any extension of time/delay in execution
of the project.
(c) If the contract is not executed as per the scope of work, TPIPL will hold full authority
to cancel the tender or take any such action that will be deemed fit to the occasion at the
risk and cost of the successful bidder. Such cancellation will entail forfeiture of Security
Deposit.
(d) In the event of non- performance of the contractual provisions within the stipulated time
or during the extended period and if it is found that the agency, has not fulfilled the
contractual obligation with TPIPL in any manner during the currency of the contract or
also found on later date, TPIPL reserves the right to disqualify such tenderer to
participate in future tenders or black list the firm up to a maximum period of 3 years.
Signature of the bidder with seal 10 | P a g e
21. (o)
(p) PAYMENT TERMS
(a) No advance is permissible.
(b) Payment will be made after completion of milestone as below:
S
No Milestone Item Description
Percentage of
Total
contract
value
A Site Grading 30%
A1
Upon approval of completion of 50% of the total area
to be filled 15%
A2
Upon approval of completion of remaining of the total
area to be filled 15%
B Road Works including Storm water drainage, culverts, Street
lights, Utility corridor, Road furniture and appurtenances 25%
B1 Upon approval of completion of 30% of works 5%
B2 Upon approval of completion of 30% of works 10%
B3 Upon approval of completion of 40% of works 10%
C Water storage and distribution system 25%
C1 Upon approval of completion of 30% of works 5%
C2 Upon approval of completion of 30% of works 10%
C3 Upon approval of completion of 40% of works 10%
D Completion of Work and issue of Completion Certificate 20%
The payment will be made ordinarily in 15 days.
(c) Upon successful completion of the entire contract as per scope of work, SD will be
released.
(e) The entire project is scheduled to be completed within 6 months. There will not be any
additional payment for any extension of time/ delay in execution of the project.
(d) TPIPL also reserves the right to recover any dues from the bidder, which is found on
later date, during audit/excess payment, after final settlement is made to them. The
bidder is liable to pay such dues to TPIPL immediately on demand, without raising any
dispute/protest.
22.
PENALTY
In case of any delay in submission of bi-monthly report to TPLIPL, a penalty of 0.5% of the
contract value will be levied for each week of the delay upto a maximum of 5% of the total
contract value.
Signature of the bidder with seal 11 | P a g e
23. (q)
(r) TERMINATION OF CONTRACT (s)
TPIPL reserves the right to terminate the contract at any time during the validity period on
account of non-fulfillment of contract or any of the reasons.
24. (t)
(u) GENERAL CONDITIONS
(a) Conditional tender in any form will not be accepted.
(b) TPIPL, reserves the right to relax or waive or amend any of the tender conditions.
(c) The right of final acceptance of the tender is entirely vested with TPIPL and reserves
the right to accept or reject any or all the bidder in part or in totality or to negotiate with
any or all the bidders or to withdraw/ cancel/ modify this tender without assigning any
reason whatsoever.
(d) After acceptance of the tender by TPIPL, the bidder will have no right to withdraw his
tender.
(e) For any reasons, if the project is discontinued / terminated, the agency will be
compensated appropriately for the work completed and the same will determined by
TPIPL. TPIPL holds full authority to decide the compensation.
(f) Any notice regarding any problems, to the bidder shall deemed to be sufficiently served,
if given in writing at his usual or last known place of business.
(g) In the course of discussion and instruction TPIPL may disclose information of
confidential and proprietary nature relating to the proposed industrial park, knowhow,
to the bidder. Such information shall be considered as confidential.
25. (h)
(i) ARBITRATION
(j)
(a) In case of any dispute in the bid, including interpretation if any on the clauses of the bid
or the agreement to be executed, the matter shall be referred by TPIPL/ bidder to an
arbitrator who shall be selected by the bidder from the panel of arbitrators approved by
TPIPL the same within 15 days, from the date of receipt of the letter from the TPIPL
along with the panel. If there is no reply from the bidder within 15 days, TPIPL shall
choose any of the arbitrators from the panel of arbitrators referred to above. The
remuneration for the arbitrator and other expenses shall be shared equally by TPIPL
and the bidder.
(b) The venue of the Arbitration shall be at the Head office of Tamil Nadu Polymer
Industries Park Limited, Chennai. The decision of the Arbitrator shall be final and
binding on both the parties to the Arbitration.
(c) The Arbitrator may with the mutual consent of the parties, extend the time for making
the award. The award to be passed by the Arbitrator is enforceable in the Court at
Chennai city only.
Signature of the bidder with seal 12 | P a g e
26. (d)
(e) JURISDICTION OF THE COURT
(f)
Any dispute arising out of non-fulfillment of any of the terms and conditions of this
Agreement or any other dispute arising out of the arbitration award will be subject to the
jurisdiction of the Courts in the City of Chennai only.
We agree to the above terms and conditions.
SIGNATURE OF THE BIDDER:
DATE:
NAME IN BLOCK LETTERS:
DESIGNATION:
ADDRESS:
Signature of the bidder with seal 13 | P a g e
ANNEXURE - I
Salient features of the proposed development works
1. Site Grading
The proposed site for the development in the Phase – 1 requires Site Grading / Land Filling.
The total area to be leveled is 180.91 acres, which includes area earmarked for Internal Roads,
Plots and Common Amenities.
Filling for road area
The EPC contractor has to fill the road area measuring 2.88 kms based on the nature of the soil,
specification of the road with filling materials as per the MORTH – Specifications for Road and
Bridge Works, Revision 5. The road has to be designed in such a way that the minimum axle
load of 50 tonnes and accordingly the filling has to be done.
Filling for area excluding road
The scope of the EPC contractor would be to level the land with reference to the temporary
benchmark level that will be shown in the site with adequate filling material as approved by
PWD. The temporary level shall be marked with a contour of 10.00 and filling is to be done in
line with the benchmark level.
The filling has to done considering the Industrial buildings to be constructed in the plots,
machineries to be erected and the vibration levels.
Filling in layers of 300 mm thickness has to be done with necessary leveling, rolling with 8 – 10
Ton capacity roller to a compaction proctor density of 95% and above. The EPC contractor
shall get necessary approval from TPIPL for the earth to be filled and necessary test reports
from a Government approved testing agencies, preferably Anna University, have to be
submitted prior to undertaking filling in the site.
2. Road Works including pavement, drainage, pipe culverts, road furniture and
appurtenances
Design Standards for Road Development The design for road pavement, culverts and other structures is based on IRC prescribed for
design, execution, maintenance and safety during construction and service with latest additions
and amendments. The geometric and loading standards have to be complied with the current
practices and that adopted and recommended by IRC and MORTH Specifications for Road and
Bridge works (Revision 5).
Signature of the bidder with seal 14 | P a g e
Road Network
The total length of the roads proposed in Phase – 1 is 2.88 Kms and the details of the same are
provided below
Length of the Road RoW
2.28 Kms 30m
0.605 Kms 24m
Flexible pavement is proposed for internal road of the Polymer Park conforming to IRC-37-
Latest guidelines. The axel load for all the roads in the park is considered as 50 tonnes.
The road cross-sections are to be developed based on the RoW provided for various categories
of roads in the master plan. The cross sections also include open drains, foot path cum utility
corridor.
30m ROW
a) The carriageway of the 30m Road shall be 8750 mm on both sides with centre
median of 6000 mm, kerb thickness of 250mm on both sides with the Gradient of
2.5%.
b) Strom water open drain has to be constructed along the two sides of the 30m RoW
and has to be designed in such a way that there are no indentations during the rains.
Rain fall data needs to be collected for the area and accordingly the drain has to be
designed so that the final disposal of the drain water is discharged in a suitable
location.
c) Box culverts needs to be constructed wherever necessary.
d) Hume Pipe culverts need to be constructed for every 300 m intervals along the 2.28
Kms road.
24m ROW
a) The carriageway of the 24m Road shall be 9500 mm on both sides have to be
constructed with the Gradient of 2.5 %.
b) Strom water open drain has to be constructed along the two sides of the 24m RoW
and has to be designed in such a way that there are no indentations. Rain fall data
needs to be collected for the area and accordingly the drain has to be designed so
that the final disposal of the drain water is discharged in a suitable location.
c) Box culverts needs to be constructed wherever necessary.
d) Hume Pipe culverts need to be constructed for every 300 m intervals along the 0.605
Kms road.
Street Light
The height of the lamp post (MS poles including galvanized MS poles for rust free operation)
will be 10 meters and twin collar street light poles will be used. The street lights will be
placed at adequate intervals along the entire stretch of the internal roads.
Signature of the bidder with seal 15 | P a g e
Utility Corridor
The utility corridor has to be designed along both the sides of 2.88 kms of the internal road
and the area has to be provided with adequate road arboriculture. RCC ducts/ trenches of
adequate specifications have to be provided for the entire utility corridor on both sides for the
purpose of laying of communication and other cables with adequate chambers.
3. Water Storage and Distribution system
The EPC contractor is responsible for the design, construction and execution of the water
supply works including the supply and installation of all materials, machinery, equipments etc
to meet the water requirement of 1 MLD with appropriate capacity of sump and OHT.
The scope of work would be as under:
S No Description of Work Scope
1 Laying of Internal Pipeline
Laying of internal DI pipes of 100 mm
dia along the distance of 2.88 Km with
adequate tapping points at every 300
meters in line with the Hume Pipe with
adequate chambers
2 Construction of Sump 0.7 MLD capacity at Utility area
3 Construction of Overhead tank
0.3 MLD Capacity- Tank to be located
and designed in such a way to supply
water to all the plots and amenity areas
with adequate pressure.
4 (a) Construction of pump room at
source point
100 Sq.ft RCC structure with adequate
electrical fittings
4 (b)
Construction of pump room
inside the park for internal
water supply.
100 Sq.ft RCC structure with adequate
electrical fittings
5 (a)
Supply, delivery, erection and
commission of pumps at
source point
2 nos of adequate capacity pumps
along with required electrical fittings
5 (b)
Supply, delivery, erection and
commission of pumps inside
the park (for supply of water
from water from sump to OHT)
2 nos of adequate capacity pumps
along with required electrical fittings
Signature of the bidder with seal 17 | P a g e
ANNEXURE - II
PART-I
Date:____________
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamil Nadu Polymer Industries Park Limited,
19-Rukmani Lakshmipathy Salai, Egmore,
Chennai 600 008
Sir,
Sub: Tender for the selection of consultancy for Detailed Engineering Supervision
by Owners Engineer (Third party) for the execution of basic infrastructure
works at Polymer Industries Park in Voyalur and Puzhudivakkam villages,
Thiruvallur district, Tamil Nadu - Submission of Part I –Reg.
Ref: Your Tender Notice Dt. ..........
With reference to your tender notice, we submit herewith our sealed tender for
the selection of consultancy for Detailed Engineering Supervision by Owners Engineer
(Third party) for the execution of basic infrastructure works at Polymer Industries Park in
Voyalur and Puzhudivakkam villages, Thiruvallur district, Tamil Nadu as specified by TPIPL
in this tender document.
We enclose the following documents:
1) Tender conditions duly signed in each page and enclosed in token of accepting the
Tender conditions.
2) Demand Draft no.____________ for Rs.1,180/- in favour “Tamil Nadu Polymer
Industries Park Limited” payable at Chennai towards tender document cost.
3) Demand Draft no.____________ for Rs.60,000/- in favour “Tamil Nadu Polymer
Industries Park Limited” payable at Chennai towards EMD.
4) Authorization letter from the bidder for the person to sign the tender.
5) Details of the Bidder (as per Annexure-III).
6) Annual turnover and networth certificate duly certified by a Chartered Accountant
(as per Annexure – IV)
7) Declaration for not having black listed either by the Registration Department or by
any other Govt. agencies (as per Annexure-V).
8) Declaration for not having tampered the Tender documents downloaded from the
website www.tenders.tn.gov.in (Annexure-VI).
Signature of the bidder with seal 18 | P a g e
9) Relevant experience of the Company/Firm as per Annexure-VII
10) The copy of certificate of incorporation/registration and copy of Memorandum and
Articles of Association.
11) Copy of Registered Partnership deed, in case of Partnership Firm.
12) Work Orders and Completion Certificates in support of the following:
10 years of experience (as on 30th
Jun 2019) in the field of offering Project
Management Consulting / Third party Monitoring / Lenders Engineer /
Owners Engineer services for Infrastructure projects like Ports, Roads,
Railways, Airports, Real Estate, Power Plants in India
Successfully completed Project Management / Third party Monitoring /
Lenders Engineer / Owners Engineer services for development of land and
laying of internal roads in SEZ / Industrial Parks / Industrial Estates /
Logistics Park, Development of Other Infrastructure projects like Ports,
Roads, Railways, Airports, Real Estate, Power Plants undertaken during the
last 10 years (as on 30th Jun 2019) as per clause 3(e).
13) The Annual Report / certified copies of Balance Sheet, Profit & Loss statement for
the last 3 consecutive financial years i.e. 2015-16, 2016-17 and 2017-18 (or) 2016-
17, 2017-18 and 2018-19.
14) List of full time employees & designation duly certified by the authorized signatory.
15) CV’s for the personnel to be deployed
16) Address proof document for having a full-fledged office in Chennai or an
undertaking to setup office at Chennai.
17) Copy of PAN allotment Certificate/ PAN CARD issued by Income Tax Department
in case of Indian Company.
18) Copy of GST Registration certificate.
19) Latest I.T return.
20) Notarized translated English version of the documents in a language other than
English/Tamil, if any.
Yours faithfully,
SIGNATURE OF THE BIDDER
Encl: As stated above
Signature of the bidder with seal 19 | P a g e
ANNEXURE – III
DETAILS OF THE BIDDER
S.No. Particulars Description/Details
A Name of Bidder
B Contact Details
Registered Office
Address
Telephone No.
Fax
Website
C Incorporation Details
Incorporation Number
Date of Incorporation
Authority
G Name of Authorized
Signatory
Position
Telephone
Fax
Mobile
H Number & Address of
Offices
a) In Chennai
b) Outside Chennai
20 | P a g e
ANNEXURE – IV
ANNUAL TURN OVER AND NETWORTH CERTIFICATE
The Annual turnover of M/s ............................................................... for the past three years
are given below and certified that the statement is true and correct.
S.No. Year Turnover
(Rs. in lakh)
1. 2015-2016
2. 2016-2017
3. 2017-2018
4. 2018-2019
Total
Average annual turnover
Note: Average Turnover of any three consecutive financial years will be considered i.e.
FY2015-16, FY2016-17 and FY2017-18 (or) FY2016-17, FY2017-18 and FY2018-19.
The networth of M/s ............................................................... as on 31, March 2019 is
……………..
DATE :
SIGNATURE OF THE BIDDER
SIGNATURE OF CHARTERED ACCOUNTANT
(with seal and Address)
21 | P a g e
ANNEXURE - V
CERTIFICATE
Date: __________
Certified that M/s.........................................................../ the firm /company or its partners /
share holders have not been blacklisted as on 31.07.2019 by TPIPL or by any other
Government Agencies in India.
SIGNATURE OF THE BIDDER
(with seal and address)
22 | P a g e
ANNEXURE - VI
DECLARATION FORM
Date: __________
a) I/We …………………………………………………………………….. having our
office at …………….. do declare that I/We have carefully read all the conditions of tender
sent to me/us by TPIPL, for the tenders floated vide tender
ref.no.__________________________ for the selection of consultancy for Detailed
Engineering Supervision by Owners Engineer (Third party) for the execution of basic
infrastructure works at Polymer Industries Park in Voyalur and Puzhudivakkam villages,
Thiruvallur district, Tamil Nadu and complete the contract as per the tender conditions.
b) I/We have downloaded the tender document from the internet site
www.tenders.tn.gov.in, www.tidco.com, www.tnpolymerpark.com and I /We have not
tampered / modified the tender document in any manner. In case, if the same is found to be
tampered / modified, I/ We understand that my/our tender will be summarily rejected and full
Earnest Money Deposit will be forfeited and I /We am/are liable to be banned from doing
business with TPIPL or prosecuted.
SIGNATURE OF THE BIDDER
(with seal and address)
23 | P a g e
ANNEXURE – VII
FORMAT FOR FIRM’S RELEVANT EXPERIENCE
Project Name
Country
Project location within the country
Professional staff provided by your firm
Name of the client
Professional staff months provided by your
firm
Address and contact person (Client)
Cost of the project (Rs.)
Start Date: End date:
Name of the associated firms if any
No. of person-months professional staff
provided by associated firm:
Name of the Key professional of your firm involved in the assignment
Detailed narrative description of project:
Description of actual services provided:
SIGNATURE OF THE BIDDER
24 | P a g e
ANNEXURE- VIII
CLARIFICATION ON TENDER DOCUMENT FORMAT
BIDDER’S REQUEST FOR CLARIFICATION
Name and Address of the
Organization submitting
request
Name and Position of Person
submitting request
Contact Details of The
Organization / Authorized
Representative
Tel:
Fax:
Email:
S. No. Reference(s)
(Section, Page)
Content of Tender requiring
Clarification
Points of clarification
required
1
2
3
SIGNATURE OF THE BIDDER
(with seal and address)
25
ANNEXURE - IX
PART-II
From,
Name:
Address:
Ph:
Fax:
E-mail:
To,
The Managing Director,
Tamil Nadu Polymer Industries Park Limited,
19-Rukmani Lakshmipathy Salai, Egmore,
Chennai 600 008
Sir,
Sub: Tender for the selection of consultancy for Detailed Engineering Supervision
by Owners Engineer (Third party) for the execution of basic infrastructure
works at Polymer Industries Park in Voyalur and Puzhudivakkam villages,
Thiruvallur district, Tamil Nadu - Submission of Part – II – Price Offer-Reg
Ref:- Our tender (Technical Bid) submitted for “The selection of consultancy for
Detailed Engineering Supervision by Owners Engineer (Third party) for the
execution of basic infrastructure works at Polymer Industries Park in Voyalur
and Puzhudivakkam villages, Thiruvallur district, Tamil Nadu”
----
In continuation of our above tender, we submit herewith the price offer for “The
selection of consultancy for Detailed Engineering Supervision by Owners Engineer (Third
party) for the execution of basic infrastructure works at Polymer Industries Park in Voyalur
and Puzhudivakkam villages, Thiruvallur district, Tamil Nadu” as specified by TPIPL in this
tender document. We agree to abide by the terms and conditions stipulated by TPIPL and also
agree to complete the entire contract, at the rates quoted by us. The rate quoted and approved
by TPIPL in this tender will hold good as per tender conditions.
Yours faithfully,
SIGNATURE OF THE BIDDER
Signature of the bidder with seal and address 26 | P a g e
ANNEXURE - X
PRICE BID
Description
Basic Price GST Total
(including tax)
(Rs.)
(Rs.)
(Rs.)
Providing Third Party Project Monitoring Services as per the scope of
work given in clause 2
Amount in Words: Rupees _______________________________________________________________________________ only
Note: GST should be quoted separately
Signature of the bidder with seal and address 27 |
P a g e
ANNEXURE – XI
CHECKLIST OF DOCUMENTS
Documents to be enclosed in Part-I:
S.No. Checklist Enclosed
(Yes/No)
Reference in the Bid
(Page No.)
1. A covering letter on your letter head addressed to The
Managing Director, Tamil Nadu Polymer Industries
Park Limited (as per Annexure-II)
2. Tender conditions duly signed in each page and
enclosed in token of accepting the Tender conditions
3. Demand for Rs.1,180/- in favour “Tamil Nadu Polymer
Industries Park Limited” payable at Chennai towards
tender document cost.
4. Demand Draft for Rs.60,000/- in favour “Tamil Nadu
Polymer Industries Park Limited” payable at Chennai
towards EMD
5. Details of the Bidder (as per Annexure-III)
6. Authorization letter from the bidder for the person to sign
the tender
7. Average annual turnover and networth statement duly
certified by a Chartered Accountant (as per Annexure-IV).
8. The Annual Report / certified copies of Balance Sheet,
Profit & Loss statement for the last 3 consecutive
financial years i.e. 2015-16, 2016-17 and 2017-18 (or)
2016-17, 2017-18 and 2018-19.
9. The copy of certificate of incorporation/registration and
copy of Memorandum and Articles of Association.
10. Copy of Registered Partnership deed, in case of
Partnership Firm.
11. Work Orders and Completion Certificates in support of
the following:
10 years of experience (as on 30th
Jun 2019) in the
field of offering Project Management Consulting /
Third party Monitoring / Lenders Engineer /
Owners Engineer services for Infrastructure projects
like Ports, Roads, Railways, Airports, Real Estate,
Power Plants in India
Successfully completed Project Management /
Third party Monitoring / Lenders Engineer /
Owners Engineer services for development of land
and laying of internal roads in SEZ / Industrial
Parks / Industrial Estates / Logistics Park,
Development of Other Infrastructure projects like
Ports, Roads, Railways, Airports, Real Estate,
Power Plants undertaken during the last 10 years (as
on 30th Jun 2019) as per clause 3(e).
12. Filled in form as per Annexure-VII
Signature of the bidder with seal and address 28 |
P a g e
S.No. Checklist Enclosed
(Yes/No)
Reference in the Bid
(Page No.)
13. List of full time employees & designation duly certified
by the authorized signatory
14. CV’s for the personnel to be deployed
15. Address proof document for having a full-fledged
permanent office in Chennai or an undertaking to setup
office at Chennai.
16. Copy of PAN allotment Certificate/ PAN CARD issued
by Income Tax Department in case of Indian Company
17. Copy of GST Registration certificate.
18. Declaration for not having black listed either by TPIPL or
by any other govt. agencies (as per Annexure-V).
19. Declaration for not having tampered the Tender
documents downloaded from the website
www.tenders.tn.gov.in (as per Annexure-VI).
20. Latest I.T return.
21. Notarized translated English version of the documents in a
language other than English/Tamil, if any.
Documents to be enclosed in Part-II
S.No. Checklist Enclosed
(Yes/No)
1. A covering letter on the letter head addressed to The Managing
Director, Tamil Nadu Polymer Industries Park Limited (as per
Annexure-IX)
2. 1. Price Bid as per Annexure-X of the Tender document
Note: Tenders submitted in unsealed cover would summarily be rejected.