office of the chief executive officer...minimum capacity of 500 lph and above operation &...

21
OFFICE OF THE CHIEF EXECUTIVE OFFICER Haldia Development Authority (ISO 9001:2008 Certified) (A Statutory Authority under Government of West Bengal) City Centre, P.O. Debhog, Haldia-721657, Dist: Purba Medinipur Ph.: (03224) 255926, Fax-255927, e-mail : [email protected] Web.: www.hda.gov.in , Toll Free No.1800-345-3224 NOTICE INVITING OFFLINE TENDER NO.: 09/HDA/EC (MECH.) OF 2017 – 2018 SCHEDULE OF IMPORTANT DATES OF BIDS Name of Scheme: PROVIDING SERVICE FOR TREATMENT OF SOURCE WATER FOR DOMESTIC/MUNICIPAL CONSUMPTION BY MEANS OF OPERATION AND MAINTENANCE OF 01(ONE) NO. INSTALLED WATER TREATMENT STATION (HAVING REVERSE OSMOSIS TECHNOLOGY ) AS STAND-ALONE UNIT IN FRONT OF DEBHOG POST OFFICE WITHIN DOMESTIC/MUNICIPAL CONSUMER SERVICE CLUSTERS/AREAS UNDER HALDIA MUNICIPAL AREA PARTICULAR DATE & TIME Date of Issue of NIT : Date 21 st March, 2018 Pre-bid meeting in the Board Room of the office of CEO, HDA, Haldia : On 23.03.2018 at 03.00 p.m Last date and time of submission of Technical Bid and Financial Bid. : Up to 28.03.2018 up to 03:30 p.m. Opening of Technical Bid at the Office of the CEO, HDA Haldia : On 28.03.2018 at 04.00 p.m. Opening of Financial Bid at the Office of the CEO, HDA Haldia : On 29.03.2018 at 04.00 p.m. Validity of bid : 120 days w.e.f the date of publishing this NIT Operation and Maintenance Period : 01 (One) Month.

Upload: others

Post on 01-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

OFFICE OF THE CHIEF EXECUTIVE OFFICER Haldia Development Authority (ISO 9001:2008 Certified)

(A Statutory Authority under Government of West Bengal) City Centre, P.O. Debhog, Haldia-721657, Dist: Purba Medinipur

Ph.: (03224) 255926, Fax-255927, e-mail : [email protected] Web.: www.hda.gov.in , Toll Free No.1800-345-3224

NOTICE INVITING OFFLINE TENDER NO.: 09/HDA/EC (MECH.) OF 2017 – 2018

SCHEDULE OF IMPORTANT DATES OF BIDS

Name of Scheme: PROVIDING SERVICE FOR TREATMENT OF SOURCE WATER FOR DOMESTIC/MUNICIPAL CONSUMPTION BY MEANS OF OPERATION AND MAINTENANCE OF 01(ONE) NO. INSTALLED WATER TREATMENT STATION (HAVING REVERSE OSMOSIS TECHNOLOGY ) AS STAND-ALONE UNIT IN FRONT OF DEBHOG POST OFFICE WITHIN DOMESTIC/MUNICIPAL CONSUMER SERVICE CLUSTERS/AREAS UNDER HALDIA MUNICIPAL AREA

PARTICULAR DATE & TIME

Date of Issue of NIT : Date 21st March, 2018

Pre-bid meeting in the Board Room of the office of CEO, HDA, Haldia

: On 23.03.2018 at 03.00 p.m

Last date and time of submission of Technical Bid and Financial Bid.

:

Up to 28.03.2018 up to 03:30 p.m.

Opening of Technical Bid at the Office of the CEO, HDA Haldia : On 28.03.2018 at 04.00 p.m.

Opening of Financial Bid at the Office of the CEO, HDA Haldia : On 29.03.2018 at 04.00 p.m.

Validity of bid : 120 days w.e.f the date of publishing this NIT

Operation and Maintenance Period : 01 (One) Month.

Page 2: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

NOTICE INVITING OFFLINE TENDER NO.: 09/HDA/EC (MECH.) OF 2017 – 2018

FOR

PROVIDING SERVICE FOR TREATMENT OF SOURCE WATER FOR DOMESTIC/MUNICIPAL CONSUMPTION BY MEANS OF OPERATION AND MAINTENANCE OF 01(ONE) NO. INSTALLED WATER TREATMENT STATIONS (HAVING REVERSE OSMOSIS TECHNOLOGY) AS STAND-ALONE UNIT IN FRONT OF DEBHOG POST OFFICE WITHIN DOMESTIC/MUNICIPAL CONSUMER SERVICE CLUSTERS/AREAS UNDER HALDIA MUNICIPAL AREA

For and on behalf of Haldia Development Authority, the Chief Executive Officer invites

Offline tender from reliable, resourceful, bonafide and experienced firms / companies / individual

contractors having requisite financial capability and sufficient technical credential on execution of

similar nature of work. The details are given below:

1. Name of work : PROVIDING SERVICE FOR TREATMENT OF SOURCE WATER FOR DOMESTIC/MUNICIPAL CONSUMPTION BY MEANS OF OPERATION AND MAINTENANCE OF 01(ONE) NO. INSTALLED WATER TREATMENT STATIONS (HAVING REVERSE OSMOSIS TECHNOLOGY ) AS STAND-ALONE UNIT IN FRONT OF DEBHOG POST OFFICE WITHIN DOMESTIC/MUNICIPAL CONSUMER SERVICE CLUSTERS/AREAS UNDER HALDIA MUNICIPAL AREA.

2. Location of Work : In front of Debhog Post Office under Haldia Municipal Area, Haldia, Purba Medinipur.

3. Scope of Work : Operation and maintenance of 01(One) no. installed

Water Treatment Station in front of Debhog Post Office (Previously Akash Dormitory, Debhog) having reverse osmosis (RO) unit as stand-alone along with treated water storage tanks for a period 01 (one) month.

To supply quality potable water as per standard specified at Annexure-I.

To depute personnel at each water treatment station for maintenance & assured delivery of potable water at site that meets applicable norms at all times.

Total duration of supply in a day shall be maximum up to 16 hours from each water treatment stations.

Bidder shall facilitate co-operation during periodic inspection of the representatives of H.D.A / Haldia Municipality , the output water regarding both quantity-wise and quality-wise as per applicable terms and standards or as and when required.

Any other related works / activities as may be necessary for its successful operation and maintenance during the contract period.

4. Estimated Cost of work : To be quoted by the bidder

5. Duration of service : 01 (one) month

Page 3: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

6. Security Deposit against work

: 10% of Contract Value

7. Bid Inviting Authority : Chief Executive Officer Haldia Development Authority City Centre, PO-Debhog, Haldia, 721657 Phone No. 03224 255926 Email ID: [email protected]

8. Eligibility Criteria for “Pre Qualification”

:

The agency should have performed/ performing supply, installation, commissioning, operation & maintenance of minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies or reputed private/corporate. The Completion Certificate or Payment Certificate along with the work order to be submitted in support of the said credential or reputed private/corporate. In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer or equivalent competent authority will be eligible for the tender, In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiate against the executive agency, i.e, the tenderer in the last Five Financial years from the date of issue of NIT in any Government/Semi Government /Undertakings/ Autonomous/ Statutory bodies/ Local Bodies or reputed private/corporate.

1. Average Annual Turn Over from Contracting business for the past 3 (Three) Financial Years should be equal to or more than 3.00 Lakh from Contracting Business. Audited Balance Sheet (authenticated by a chartered accountant) shall have to be produced in support of the claim.

2. Statutory Documents: a. Work Completion Certificate as Credential b. Filled up Form-I c. Filled up Form-II d. Filled up Form-III e. Filled up Annexure-III (One Affidavit before Notary as

prescribed by the authority will have to be submitted along with this tender.)

f. Copy of pan card g. Latest Income Tax return h. GST registration No with relevant document. i. Audited Balance Sheet of last 3(three) financial years.

9. Earnest Money Deposit

t

:

10,000 /- ( Rupees Ten Thousand Only).

EMD shall be submitted for instruments (Banker’s Cheque / bank draft) in favour of Chief Executive Officer, Haldia Development Authority to any Nationalized Bank payable at Haldia. The earnest money of unsuccessful Bidder shall be returned

Page 4: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

back not later than 30 days from the bid validity period without interest.

10. Date of Pre Bid meeting : At 3.00 pm on 23.03.2018 in the office of the Chief Executive Officer, Haldia Development Authority, Satish Samanta Bhawan, City Centre, PO.-Debhog, Haldia , West Bengal-721657

11. Last date and time of submission of Technical Bid and Financial Bid.

: Up to 28.03.2018 at 3.30 pm In the Tender Box kept at the Office of the CEO, HDA Debogh, City Centre, Haldia.

12. Opening of Technical bid : On 28.03.2018 at 4.00 pm at the Office of the Chief Executive Officer, Haldia Development Authority, Satish Samanta Bhawan, City Centre, PO.-Debhog, Haldia , West Bengal-721657

13. Date and time of opening of Financial Bid

: On 29.03.2018 at 04.00 p.m.

14. Validity of Bid : 120 days

15. Important Instructions : Names of the technically qualified bidders as per the bid criteria after verification with original & evaluation will be displayed in the e-portal, this office notice board and official website.

The financial bid documents of the technically qualified bidders will only be opened.

List of Financial comparison chart of bidders will be published on the next day after opening. CEO HDA reserves the right to reject or cancel any or all pre-qualification documents and bid document without assigning any reason’s whatsoever

All elements of duties, taxes, royalties, cess, including 1% Cess under W.B. Building and other Construction Workers (Regulation of Employments & Condition of Service) Act, 1996], toll, taxes and other levies payable by the Contractor under the Contract to the State / Central Government for any other cause, shall be included in the rates, prices and total Bid price submitted by the bidder. 1% Cess under W.B. Building and other Construction Workers (Regulation of Employments & Condition of Service) Welfare Cess Act, 1996 will be deducted from the running bills.

The intending bidders are requested to inspect the work site before quoting their rates.

Chief Executive Officer Haldia Development Authority

Page 5: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

Memo No.: 3239(1)/(11)/HDA/_IX-A-100 (P-I) Date: 21.03. 2018

Copy forwarded for information to:

1. The Chairman, Haldia Development Authority

2. The M.L.A., 209 – Haldia (S.C) A.C.

3. The District Magistrate, Purba Medinipur.

4. The Additional District Magistrate & Additional Executive Officer, Purba Medinipur Zilla

Parishad, Tamluk, Purba Medinipur.

5. The Sub-Divisional Officer, Haldia, P.O.- Khanjanchak, Purba Medinipur.

6. The Chairman , Haldia Municipality

7. The District Information & Cultural Officer, Purba Medinipur.

8. The District Informatics Officer, NIC, Purba Medinipur, Tamluk with a request to publish it in the official website of Purba Medinipur District.

9. The System Analyst, H.D.A. with a request to arrange to publish it in the website of HDA and make arrangement to send the same to DIO, NIC by e-mail.

10. CA to the CEO, HDA-With a request to publish in newspapers. 11. Reception / Notice Board.

Chief Executive Officer Haldia Development Authority

Page 6: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

INFORMATION TO THE BIDDERS (ITB)

1. Request for Tender Tender Document may be obtained from this office’s Website www.hda.gov.in or from the office of the CEO, HDA Debhog, City Center, Haldia.

2. Submission of Tender The tender will be submitted in two bid system i.e. Technical bid & Financial bid.

Technical Bid: The bid documents shall be submitted in a sealed Cover A properly marked as TECHNICAL BID along with NIT No., Name of the work and address of the bidder.

Financial Bid: The bid documents shall be submitted in a sealed Cover B properly marked as FINANCIAL BID along with NIT No., Name of the work and address of the bidder.

Both the Cover A and Cover B shall be placed within a larger cover and will be marked with NIT No., Name of the Work and address of the bidder.

2.1 TECHNICAL BID

2.1.1 Receiving of documents

Relevant tender documents in hard copy in a sealed cover shall be dropped in the Tender box kept at the office of the Chief Executive Officer, Haldia Development Authority, City Centre, P.O. Debhog, Haldia-721657, Dist: Purba Medinipur. Bidders can also send the documents to this office through registered post / courier. If the mandatory documents are not submitted within the stipulated date & time, then bid of the applicant shall summarily be cancelled and the bid offer shall not be opened. The Details of Mandatory Documents are given below: Mandatory Documents:

i. Work Completion Certificate as Credential ii. Filled up Form-I

iii. Filled up Form-II iv. Filled up Form-III v. Filled up Annexure-III (One Affidavit before Notary as prescribed by the authority

will have to be submitted along with this tender.) vi. Copy of pan card

vii. Latest Income Tax return viii. GST registration No with relevant document.

ix. Audited Balance Sheet of last 3(three) financial years.

Note: The tender will be summarily rejected if any of these documents are missing in the envelope. Original documents shall be produced by the bidder for its verification, as required by the

authority.

2.1.2 Submission of Hard Copies of the Tender Documents The original copies of document of the Demand Draft/Bank Draft towards cost of the tender documents, Earnest Money and the hard copies of the Mandatory documents in a sealed cover A properly marked as Technical Bid, NIT No. and the Name of work along with Name and Address of the Bidder and Financial Bid complete in all respect in a

Page 7: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

sealed Cover B properly marked as Financial Bid, NIT No. and Name of the work along with name and address of the bidder and both kept in a larger cover proper marked as NIT No., Name of the work along with Name and address of the bidder shall be received by this office within stipulated date and time.

2.1.3 Receiving of Earnest Money Deposit (EMD)

EMD in the form of separate DD/Bank Draft of any Nationalized / Scheduled Bank in favour of Chief Executive Officer, Haldia Development Authority, Haldia, payable at Haldia has to be deposited together with the hard copy (Part – I) along with a forwarding letter to the tender inviting authority on a Company Letter head.

2.1.4 CREDENTIAL

2.1.4.1 Technical :

The agency should have performed/ performing supply, installation, commissioning, operation & maintenance of minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plants of value of 2.00 Lakhs against a single tender contract in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies or reputed private/corporate.

The Completion Certificate or Payment Certificate along with the work order to be submitted in support of the said credential.

(In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer, equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency/ tenderer) in the last Five Financial years from the date of issue of NIT in any Government/Semi Government /Undertakings/ Autonomous/ Statutory bodies/ Local Bodies or reputed private/corporate.

N.B.: Nature of work, estimated amount, Date of Completion of project and detail communicational address of client must be indicated in the credential certificate. Form – I for fully (100 %) completed works during the last 5 (five) years from the date of NIT will only be accepted. The tenderer should attach the said certificate under their signature along with the tender documents. The similar nature of work is mentioned in the Form-I, therefore agencies who have completion certificate against any of the works mentioned in Form-I shall be eligible for this tender.

2.1.4.2 Financial

The average Annual Turn Over from contracting business for the past three financial years of the firm should be more than 3.00 Lakh. Annual Turnover statement shall be submitted in the Form-II. Audited Balance Sheet (authenticated by a chartered accountant) shall have to be produced in support of the claim.

1. One Affidavit before Notary as prescribed by the authority will have to be submitted along with this tender. (Annexure-III)

If the applicant is an authorized signatory he should submit document of authorization in his favour along with the application. In case of Partnership firm, copies of the partnership deed are to be submitted along with the tender document

2.1.4.2 The Completion Certificate or Payment Certificate should be pertaining to the work specified in the NIT. The completion certificate should not be misleading the authority. If the completion certificate or Payment Certificate has mention on multiple nature of

Page 8: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

works executed by the agency in a single tender including the work specified in this NIT, then the value of the work as specified in this NIT will only be taken into account for evaluating the eligibility of the bidder. The decision of the authority in this respect is final and binding.

2.1.5 If the applicant is an authorized signatory he should submit document of authorization (Power of Attorney) in his favour along with the application. In case of Partnership firm, copies of the partnership deed are to be submitted along with the tender document.

2.1.6 Penalty for suppression / distortion of facts :

If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificates, audited balance sheets or any document which is vital for his eligibility), or any other documents within the specified time frame stated above or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression of fact during any time of the tendering process or even after the issuance of work order, the tenderer will be suspended from participating in the tenders on e-Tender platform for a 2 (two) years.

2.2 FINANCIAL BID: 1. The Financial Bid shall be submitted in the prescribed Financial Bid Format. The

Financial Bid Format has provisions for Lump sum Rate. The Evaluation will be done based upon the Lump Sum Amount quoted by the bidder.

2. The rate is to be quoted both in words and figures clearly in the specified space of the Tender form/ Financial bid Form.

3. The rate quoted by tenderer shall be inclusive of all elements of taxes and duties, demands, etc.

4. The tenderer shall include income tax, GST, cess etc. as applicable, octroi if any, toll, ferry charges, local charges, royalties, turn over tax and all other charges as applicable while quoting the rate.

5. All other charges like insurance charges, freight etc as would be required for completion of the work shall also be included in the rate quoted. No claim what so ever in this account shall be entertained.

2.3 Taxes & duties to be borne by the Contractor : It may again be reiterated that all element of Texes, Royalty, Construction Workers’ Welfare Cess and similar other statutory levy / cess etc. will have to be borne by the contractor while executing the work.

2.4 Site inspection before submission of tender :

Before submitting any tender, the intending tenderer should make themselves acquainted thoroughly with the local conditions prevailing at site by actual inspection and taking into consideration all factors and difficulties likely to be involved in the execution of work in all respect and no claim whatsoever will be entertained on these account afterwards.

2.4.1 Conditional and incomplete tender : Conditional and incomplete tenders shall be summarily rejected.

Page 9: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

3. Acceptance of Tender : Lowest valid rate may be accepted, however, the undersigned does not bind himself to do so and reserves the right to reject any or all the tenders, without assigning any reason and also reserves the right to split the work amongst more than one Tenderer.

4. Payment Progressive monthly payment will be paid in running account bill by HDA & HM after

obtaining satisfactory service in each month. However, monthly payment may be withheld

/ not made on average or poor quality of service. HDA shall pay 50 % of the total O & M

fee to the Service Provider and HM shall also pay 50 % of the total O & M fee to the

Service Provider after obtaining satisfactory service in every month. For non performance

in conformity with scope of work as specified , proportionate amount shall be deducted

from each RA bill.

For convenience, Service Provider shall submit separate bills after completion of each

month to HDA & HM for obtaining payment of respective shares by HDA & HM

respectively.

The payment of monthly as well as final bill for the work will be made according to the availability

of fund and no financial claim in case of any delay in payment will be entertained.

5. Security Deposit

5.1 10% will be deducted from each monthly bill as Security Deposit. The EMD shall be adjusted with the Security Deposit. After expiry of the contract Security Deposit will be returned. However, release of S.D. would be subject to quality of service and proper maintenance of the systems and its components satisfactorily for the entire security period. Failure to provide desired service or poor maintenance and upkeep of systems will lead to forfeiture of the security deposit.

5.2 An application along with a prescribed format of this office to be submitted for release of S.D. for which the contractor should apply to the authority at least 2 (two) months prior to the last date of defect liability period with an undertaking that the work is maintained properly as per the terms of contract.

5.3 The schedule for release would be as below:

Full and final security deposit would be released after expiry of Contract.

5.4 If any defect notice during the D.L.P and the contractor will not rectify/restore the same, then the authority reserves the right to get the defect restored by deploying the other agency and cost of restoration shall be deducted from the due security deposit of the contractor.

6. Withdrawal of tender:

Page 10: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

A tender once submitted shall not be withdrawn within a period of 120 days from the last day of the opening of the financial bid of the tender. If a tenderer withdraws his tender within this period without any valid reason, the EMD shall be forfeited.

7. Other Terms & Conditions: 7.1 Tenderers requested to be present in person during the opening of technical and

financial bids.

7.2 Questionnaires for the pre-bid meeting if any shall be forwarded to this office on or

before 23.03.2018 up to 3.30 pm.

7.3 The tender accepting authority may ask any tenderer to submit analysis to justify the

rate quoted by the tenderer.

7.4 Initial Employment is to be made from the Local Employment Exchange as will be

available in forms of Para – 6(b) of 1700/EMP dated 03.08.1989.

7.5 In no case the cost of Tender Paper will be refunded, but earnest money will be

refunded to unsuccessful tenderer after issuance of work order to the successful bidder

within the tender validity period.

7.6 HDA takes no responsibility for any delay/loss/non-receipt of tender document or any

other letter sent by post either way.

7.7 Tenderer can approach only the Executive Engineer (Civil)/Water supply HDA for

any clarification with respect to this tender.

7.8 The decision of authority with respect to this tender is final and binding.

7.9 All corrections in the tender should be signed with date by the Tenderer. Each of the

Tender document and drawings must be signed by the Tenderer.

7.10 The bidder, whose tender is accepted shall within 7 (seven) days of issue of an

intimation to that effect by this office obtain additional one set of contract documents

on production of proof of payment of tender papers in favour of Chief Executive

Officer, Haldia Development Authority in Nationalized Bank and submit the same

duly signed by him to this office for formal agreement. If the contractor fails to

perform the formalities as mentioned within the specified period, acceptance of the

tender will be liable to be cancelled and the earnest money will be forfeited.

7.11 Tenderers who will sign on Tender on behalf of a company or Firm must produce the

“Registered documents” in respect of their competency to do so, failing which their

tender will not be considered.

7.12 After receipt of the Work Order, the successful bidder shall submit the work

programme, Bar chart of execution of the work and deployment of personnel. He shall

also maintain Work Order Copy and install system, provide tools & tackles at site to

Page 11: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

assists HDA /Haldia Municipality to carry out necessary checking and supervision of

the work.

7.13 The successful Tenderer shall have to complete all installation work at site within 15

days after receipt of the work order failing which work order shall be cancelled with

forfeiture of earnest money deposited with HDA without assigning any reason.

7.14 Sub-letting of the job is not permissible and the Tenderer must submit one undertaking

that he will not sub-let the job under any circumstances. If the authority comes to

know that the agency has sub-let the work then action shall be taken to terminate the

contract and the SD money will be forfeited.

7.15 An amount equal to 1% of the contract amount will be deducted from the RA bill

/ final bill on account of “the building and other construction work (regulation of

employment and condition of service) Act, 1996” and “The building and other

construction work welfare cess Act, 1996” apart from other statutory deductions

from bills/ payment due.

7.16 No advance will be paid to the service provider.

7.17 Progressive monthly payment will be paid in running account bill subject to good

performance. Payment may be withheld / not made on average or poor quality of job.

If the agency gets average or poor grading of work quality, he may be debarred for one

year from the tender of HDA.

7.18 Defect liability period starts from the date of completion of the work and release of

Security Money (10% of the contract value) will be done as per the date of completion

of the work.

7.19 No escalation of cost is permissible at any time in the event of any increase of prices

of material or as a result of Government Notification during the pendency of the

contract. Agency shall be barred from approaching the authority to claim escalation

cost for reasons whatsoever.

7.20 Original copy of all certificates shall be produced for checking and verification of all

supporting documents on request of HDA.

7.21 The service provider will have to record and save data regarding daily supply hours ,

water distribution from each treatment stations throughout the period of the contract

and shall submit to the Authority as and when desired.,

7.22 All sort of precautions should be taken for the safety of the technical persons deployed

by the service provider and also others at worksite as per safety rules as in enforced by

appropriate authority. The service provider will remain liable towards payment of

Page 12: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

compensation in accordance with the applicable laws should deal to settle such cases

promptly.

7.23 The service provider will have to accept the work programme as per modification and

priority of work as fixed by the Engineer-in-Charge.

7.24 The service provider should possess the requisite and relevant equipments and

machineries for the work as detailed in Annexure-II for the technical specification and

desired service requirements. If equipments and machineries are not deployed as per

the undertaking given by the service provider, the Engineer in charge is authorized to

stop the work and direct the contract to deploy them immediately. If the service

provider fails to carry out the direction, then the authority may take appropriate action

including forfeiture of EMD and cancellation of the work order.

7.25 Credibility of the agency engaged for more than two works in HDA will be evaluated

by the tender committee and whether to allow the agency to participate in further

tenders of the authority will be decided by the committee. Decision of the authority is

final and binding on the concerned agency.

7.26 The service provider shall collect photography/video photography of the site during

the execution of different stages of work which shall have to be digital date printed. A

minimum of 10 such photographs should be submitted at the time of submission claim

for payment. No separate payment will be made to the contractor for this purpose.

Payment shall not be made without submitting the photographs/video photographs.

7.27 Keep on record that the service provider is the employer and the technical persons, if

any, to be engaged for the work will be treated as the employee of him. Service

provider is the principal employer in this regard.

7.28 The work is taken up by the authority in the interest of public service & social

welfare.

7.29 The personnel engaged for the work shall be the employees of the service provider

and will take their remuneration/wages/ statutory benefits from the service provider.

They will have no claim and liabilities of whatsoever nature including monetary

claims or any other claim or benefits from the Authority. Any liability arising under

Municipal, State or Central Govt. laws and regulations will also be the sole

responsibility of the concerned service provider and the Authority shall not be

responsible for such liabilities.

7.30 HDA reserves the right not to allow the agency to participate in future tenders under

the following circumstances.

(i) Delay in completion of job.

Page 13: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

(ii) Performance in terms of either quality of materials and workmanship.

7.31 In case of any modification in the tender, it shall be notified to the vendors during pre-

bid meeting or through corrigendum.

7.32 Termination of Contract/ Work Order: The authority may terminate the

contract/work order due to the following reasons.

i) Poor Progress of work. ii) Poor Quality of work. iii) Adoption of any unfair means during execution of work. iv) Violation/Non-compliance of any instructions of the authority. For termination of the contract/work, the authority will issue a 7 days notice to the agency/contract to make up the discrepancy/shortfall of the work as instructed by the authority, failing which the contract/work order will be terminated with forfeiture of E.M.D., S.D., Performance Security etc.

7.33 Discretion of the authority inviting tender - The tender inviting authority reserves

the right to accept or to reject any or all applications/tenders without assigning any

reason whatsoever. On matters of dispute authority decision shall be final and binding.

The quantity of work indicated above is provisional and should not be taken as firm.

The extent to which the work would be actually executed will depend on the final

decision of the Chief Executive Officer, HDA. He however reserves the right to

reduce the quantity even substantially without assigning any reason thereof and take

up the same otherwise for which no compensation is payable under any circumstances.

Chief Executive Officer

Haldia Development Authority

Page 14: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

FORM – I

COMPLETION CERTIFICATE (100 % PHYSICAL COMPLETION)

1 Name of the work :

2 Name of the client : 3 Amount put to tender : 4 Contractual amount against the tender : 5 Date of commencement of work : 6 Date of completion as per work order : 7 Actual date of completion :

8

The agency should have performed/ performing supply, installation, commissioning, operation & maintenance of minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plants of value of 2.00 Lakh against a single tender contract in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies or reputed private/corporate. The Completion Certificate or Payment Certificate along with the work order to be submitted in support of the said credential. In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer or equivalent competent authority will be eligible for the tender, In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiate against the executive agency, i.e, the tenderer in the last Five Financial years from the date of issue of NIT in any Government/Semi Government /Undertakings/ Autonomous/ Statutory bodies/ Local Bodies or reputed private/corporate.

:

Note: In case of completion of multiple natures of works in a single tender, then the value of work as specified in the NIT shall only be taken for the eligibility of the bidder.

I hereby declare that all the statements made above are true to my knowledge. I also understand that any discrepancy found in the above statement will render me liable for cancellation of my tender.

(Signature of the bidder)

Note: 1. Completion Certificate (s) should be supported by BOQ(s).

2. Completion Certificate for fully (100%) completed works will only be considered.

Page 15: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

FORM – II STATEMENT ON ANNUAL TURNOVER FROM CONTRACTUAL BUSINESS

This is to certify that the following statement is the summary of the audited Balance

sheet arrived from contractual business in favour of

…………………………………………………. for the three consecutive years.

Sl. No.

Financial Remarks

Year Turnover (rounded of)

1 2014-2015

2 2015-2016

3 2016-2017

Total

Average Turnover

Note :

i) Average turnover is to be expressed in lakh of rupees, rounded up to two digits after decimal.

ii) Average turnover for 3 years is to be obtained by dividing the total turnover by 3 (three).

Signature of the Bidder

Page 16: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

FORM-III DETAILS OF THE BIDDER

Sl. No. Particulars Details

1 Name of Tendering Company/ Firm/ Agency (Attach certificates of registration)

2 Name of Proprietor / Director of Company/ Firm / Agency

3 Full Address of Registered Office, if any

(i) Telephone No./ FAX

(ii) Mobile No.

4 Full Address of operating/ Branch Office

(i) Telephone No./ FAX

(ii) Mobile No.

5 E-mail Id

6 Banker of Company/Firm/ Agency with full address (Attach evidence)

7 PAN No. (Attach self attested copy)

8 GST Registration No.

9 E.P.F. Registration No. (Attach self attested copy) , if any

E.S.I. Registration No. (Attach self attested copy) , if any

______________________________________________

(Signature of the Bidder with date and Seal)

Page 17: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

ANNEXURE-I

OUTPUT WATER QUALITY OF RO TREATMENT STATIONS

Sl No.

Parameter

Acceptable limit

Limit for Rejection

1. E Coli Count in 100 ml sample 0 0 2. Coliform Organism (per 100 ml) 0 0 3. Colour, (Hazen units, Max) 5 25 4. Odour Unobjectionable Unobjectionable 5. Taste Agreeable Agreeable 6. Turbidity (NTU, Max) 5 10 7. pH Value 6.5 to 8.5 No Relaxation 8. Total Hardness (as CaCo3) mg/lit, Max 300 600 9. Iron (as Fe) mg/lit, Max 0.3 1.0 10. Chlorides (as Cl) mg/lit, Max 250 1000 11. Residual, free chlorine, mg/lit, Max 0.2 -- 12. Dissolved solids mg/lit, Max 500 2000 13. Calcium (as Ca) mg/lit, Max 75 200 14. Copper (as Cu) mg/lit, Max 0.05 1.5 15. Manganese (as Mn) mg/lit, Max 0.10 0.3 16. Sulfate (as SO4) mg/lit, Max 200 400 17. Nitrate (as NO3) mg/lit, Max 45 100 18. Fluoride (as F) mg/lit, Max 1.9 1.5

19. Phenolic Compounds ( as C6H5OH) mg/lit, Max 0.001 0.002

20. Mercury (as Hg) mg/lit, Max 0.001 No relaxation 21. Cadmium (as Cd) mg/lit, Max 0.01 No relaxation 22. Selenium (as Se) mg/lit, Max 0.01 No relaxation 23. Arsenic (as As) mg/lit, Max 0.05 No relaxation 24. Cyanide (as CN) mg/lit, Max 0.05 No relaxation 25. Lead (as Pb) mg/lit, Max 0.05 No relaxation 26. Zinc (as Zn) mg/lit, Max 5 15 27. Anionic Detergents (as MBAS) mg/lit, Max 0.2 1.0 28. Chromium (as Cr6+) mg/lit, Max 0.05 No relaxation

29. Polynuclear aromatic hydro carbons (as PAH) g/lit, Max -- --

30. Mineral Oil mg/lit, Max 0.01 0.03 a Pesticides mg/lit, Max Absent 0.001 b Radioactive Materials

31. i. Alpha emitters Bq/l, Max -- 0.1 32. ii. Beta emitters pci/l, Max -- 1.0 33. Alkalinity mg/lit, Max 200 600 34. Aluminium (as Al) mg/lit, Max 0.03 0.2 35. Boron mg/lit, Max 1 5 36. Mercury (mg/l) 0.001 0.001 37. Fluorides (mg/l) 1.0 1.5

Page 18: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

ANNEXURE-II

TECHNICAL SPECIFICATION OF THE SYSTEM & SERVICE REQUIREMENTS

The main components in installed RO-WTP are detailed as under:

RO/UF System Components

Inlet Pump, Anti Scalent Dosing System , High Pressure Pump, Pressure Vessel, Membrane, pH

correction system, Ultra Violet System, ,Micron cartridge filter, Treated Water Tank of adequate

capacity etc.

Instrumentation & Controls

Pressure Gauges, Flow indicators, valves at inlet and out let piping, high pressure switch and low

pressure switch, Electric control panel with “A” meter, Voltmeter indicators, on off switch etc.

Pumps & Piping

Source water pump to collect raw water from source, piping from raw water tank to RO system, piping

from RO system to product water tank and up to supply, waste water disposal system, Pressure control

valve etc.

RO/UF Treatment plant System & Service Requirements

1. The capacity of each treatment station having output water capacity of 2000 liters per hour (LPH).

2. The bidder is advised to analyze the water samples as available at sites on their own before quoting

their Financial Bid and submit in the format given. The output water quality characteristics are given

in Annexure-I. The other chemical parameters of Treated water shall be within limits mentioned in

Annexure-I of this document.

4. The waste water should not exceed 40%.

5. Financial bid should include all the possible expenses towards spares, replacement of membranes,

consumables and repairing/ reconditioning if any required during the specified period

6. Each treatment station should be modified if required to adopt the variable feed water characteristic

such as varying amount of fine particulate /chloride etc. in the source water and varying TDS levels

throughout the contract period

7. The use of cleaning chemicals in the system should be minimum.

8. The system should generate minimal amount of effluents thus giving an environment-friendly

solution.

10. Disposal of Reject Water - the reject water shall be disposed by the bidder into the nearest

drain/pond.

11. The bidder shall operate and maintain the required equipments for entire Contract period from the

date of start of supply from the treatment stations, as per the conditions prescribed in this tender

document, and in the time frame prescribed at his own cost.

13. The service provider shall perform all routine maintenance to ensure proper operation of the

stations.

Page 19: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

14. The output water shall be distributed daily between 7:00 am to 9:00 pm on all days from treatment

stations. However, the Authority may increase the working hours up to maximum total 16 (sixteen)

hours in a day, if so desired, in order to provide adequate water to the consumers. No extra charges

shall be paid by the Authority in this regard.

15. Consumers will carry water in their own jerry can. The bidder may also facilitate such jerry canes

conforming to BIS quality on cost basis without profit to the consumers. In this case, rate of each

jerry canes shall have to be approved by the Authority.

16. The bidder will be responsible for maintaining the service levels regarding daily log sheet

information of water distribution quantity throughout the period of the contract.

16. The bidder shall provide trained technical persons to maintain the equipment, change filters, and

refill chemical storage tanks, maintaining the required uptime of all the systems to ensure the

provisions of quality services

17. The bidder will be responsible for the supply of consumables and chemicals, and any other material

required essentially to provide effective services

18. The bidder shall provide and maintain the electrical and plumbing fittings of all types at the

treatment stations in good working condition

19. The bidder shall provide display boards at each treatment stations. These boards shall be of standard

type, approved by the Authority.

20. Sites with necessary physical infrastructure etc shall be provided by the Haldia Municipality to the

successful bidder at the subsequent stage.

21. Provision of receiving Service Charge through Smart Card in the dispensing may be incorporated

by the Bidder.

22. Bidder are advised to incorporate any up gradation in the installed system such as installation of

Chiller , wherever necessary, subject to obtaining prior approval from the tender inviting authority.

However, no extra payment shall be made to the Bidder in this regard.

23. Raw water shall be provided by Haldia Development Authority and electricity for running the

system shall be provided by Haldia Municipality.

Page 20: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

ANNEXURE-III

SAMPLE FORMAT FOR AFFIDAVIT

(to be signed & submitted in Rs.10/- Non-judicial stamp paper)

1. I, Sri………………………………….,S/o Sri………………….., aged……Years, Residing at………………………, Proprietor/Partner/Director of………………………………….., do hereby solemnly affirm and declare in connection with “Providing service for treatment of source water for domestic/municipal consumption by means of operation and maintenance of 01(One) no. installed water treatment station (having reverse osmosis technology ) as stand-alone unit in front of Debhog Post Office within domestic/municipal consumer service clusters/areas under Haldia Municipal Area, Haldia, Purba Medinipur.” NIT No. 09/HDA/EC (MECH) OF 2017 – 2018 as follows:

1. That I, the undersigned, do certify that all the information furnished & statements made in the bid documents are true and correct to the best of my knowledge and belief.

2. That the undersigned also hereby certifies that neither any near relations of EE/AE/SAE of the Department nor any retired gazetted officers are in our employment

3. The undersigned would authorize and request any bank, person, firm or corporation to furnish pertinent information as deemed necessary and or as requested by the authority to verify this statement.

4. The undersigned understands and agrees that the bid shall remain open for acceptance 120 days from the date of opening of financial bid.

5. The undersigned agrees to authorize the authority to seek references from the Bankers of the undersigned.

6. We will upkeep the Laboratory set-up in good condition of the Project. 7. We would deploy at site all necessary Personnel as listed in ITB for efficient contract management

and supervision of works with a view to achieving best quality of works at site. 8. Any departure whatsoever in any form will be considered as breach of contract. In such situation the

Department at his liberty may with hold our payment till we rectify the defects or fulfill our contractual obligation. In this connection, authority’s decision will be final and binding.

9. The undersigned also certifies that neither we have abandoned any work awarded to us, nor any penal action was taken against us by any department. The undersigned also declares that we do not have any running litigation with any department.

Signature of the Contractor Name:

Place:

Page 21: OFFICE OF THE CHIEF EXECUTIVE OFFICER...minimum capacity of 500 LPH and above operation & maintenance of RO-Water Treatment Plant of value of 2.00 Lakh against a single tender contract

FINANCIAL BID

1. Lump sum rate per month:

Name of the Bidder:

NIT No.:

Name of the Work:

Cost Break up against the Scope of Work per month per no.:

Item No Name of Work / Activities Unit of

Measurement Qty

(1 Month) Rate ( )

1 Providing service for treatment of source water for domestic/municipal consumption by means of operation and maintenance of complete treatment Plant (each treatment station) (each of 2000 liter/hour capacity having reverse osmosis (RO) units along with treated water storage tanks Max operating period/day- 16 hours, for 01(One) No. at In front of Debhog Post Office for a period of 01 (one) month to supply potable drinking water to the domestic/municipal consumers as per output water quality standard detailed at Annexure-I.

Per Month

1

2 Administrative expenses for deployment of personnel at each water treatment station for maintenance & assured delivery of potable water at site that meets applicable norms at all times

Per Month

1

3 Any other necessary routine maintenance work, all kinds of minor & major repair/replacement of part/components/stations and other works related works / activities as may be necessary for its successful operation and maintenance during the contract period

Per Month

1

Total =

Cumulative Total in words =

Signature of the Bidder with seal