OFFICE OF THE CHIEF EXECUTIVE OFFICER Development Authority (ISO 9001:2015 Certified) (A Statutory Authority under Government of ) 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

Memo No. /HDA/IX-A-14/I/Paradip/82 Dated ______Dec, 2019

NOTICE INVITING OFFLINE TENDER No. 11/HDA/EC (MECH.) OF 2019 – 2020

INTRODUCTION:

Haldia Development Authority (H.D.A) is the nodal agency of UD & MA Department, Govt. of West Bengal mandated for development of urban and rural area including industrial infrastructure under Haldia Planning Area. For ensuring safety of crude oil tank, installations and LPG pumping facilities and fire fighting in case of disaster, requirement of a dedicated water supply pipeline for meeting fire demand of Limited (IOCL), Paradip–Haldia-Barauni Pipeline (PHBPL) at Kashbere, HPL Link Road as and when required within the minimum response time, this project has been envisaged for immediate implementation.

For on behalf of Haldia Development Authority, the Chief Executive Officer invites OFFLINE tenders in Two Bid System from reliable, resourceful, bonafide and experienced firms / companies / Consultants having requisite financial capability and sufficient technical credentials of Government / Semi Government / Undertakings / Autonomous / Statutory Authorities /Local bodies.

NAME OF WORK:

Engagement of consultant for preparation of Detail Project Report (DPR) which shall include detail site survey report, considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipeline – feasibility report of proposed pipe line for meeting fire demand, pipe flow analysis report , design of pipe carrier bridges (if any), preparation of detail drawing, detail report of other utilities located at the proposed pipeline route, length of pipe line and preparation of detail estimate etc. considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipes and vetting of detail cost-estimates from PHED/MED/PWD, Govt. of West Bengal for the work of tapping off from the dedicated water supply pipeline of IOCL Haldia Refinery and laying of the dedicated water supply pipe line for meeting fire demand of Indian Oil Corporation Limited (IOCL), Paradip– Haldia-Barauni Pipeline (PHBPL).

1. SCOPE OF WORK: The Detail Project Report shall contain following details as under- i. Preparation of detail route survey report. ii. Detail report of other utilities located at the proposed pipeline route with detail drawing iii. Preparation of feasibility report considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipeline for meeting fire demand of IOCL, PHDPL iv. Pipe flow analysis report v. Design of pipe carrier bridges (if any), thrust blocks, control room, allied structures etc. vi. Preparation of detail drawing for pipeline route (including sectional details), bridges, thrust blocks, control room, allied structures etc. vii. Preparation of detail cost estimate of the project. viii. Vetting of detail cost-estimates from PHED/MED/PWD, Govt. of West Bengal 2. PROJECT DESCRIPTION: For ensuring safety of crude oil tank, installations and LPG pumping facilities and fire fighting in case of disaster, requirement of a dedicated water supply pipeline for meeting fire demand of Indian Oil Corporation Limited (IOCL), Paradip–Haldia-Barauni Pipeline (PHBPL) at Kashbere, HPL Link Road as and when required within the minimum response time, this project has been envisaged for immediate implementation. Regarding requirement of fire water of IOCL, PHBPL, Letter No. PHB/HAL/HSE/40 dated 25.07.18 and PHB/HAL/HSE/40 dated 05.12.19 of IOCL, PHBPL (copy enclosed) and No-Objection Certificate submitted by IOCL, Haldia Refinery vide Letter No. Nil dated 28.11.18 (copy enclosed) for tapping of pipe line from the dedicated water supply pipeline may be viewed as necessary reference.

3. MINIMUM CREDENTIALS

3.1 TECHNICAL: Bidder should have experience in providing consultancy service of preparation of Detail Project Report in Water Supply Project or similar nature of works in any Water Supply Project of at least 2.0 lakhs in a single contract Or 1.5 lakhs each for two contracts Or to extent of at least 4.0 lakhs having one single running work of which has been completed in the last 5 (five) financial years from the date of TENDER in any Government/ Semi Government / PSU / Autonomous / Statutory Authorities / Local bodies.

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. Bidder shall submit Completion Certificate/ Payment Certificate obtained from the organizations as mentioned above. In addition, completion certificate in Form-I also shall be submitted along with the bid. The work completion certificate shall specify detailed similar nature of job completed, value of job done, date of commencement of work and the date of completion of the work. Copy of the Work Order of similar nature of work may have to be submitted (if necessary) along-with the Completion Certificate/ Payment Certificate in the technical bid for verification of the credential. Payment certificate may also be submitted.

Necessary information in Form – I for completed works during the last 5 (five) years from the date of TENDER shall have to be furnished. The Completion Certificate/ Payment Certificate should not be misleading. If the Completion Certificate/ Payment Certificate has mentioned on multiple nature of works executed by the agency in a single tender including the work specified in this TENDER, then the value of the work as specified in this TENDER 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.

3.2 FINANCIAL

The Annual Turn Over from contracting business in any of the past three financial years of the bidder should be more than 3.0 Lakhs. Annual Turnover statement shall be submitted in the Form-II.

One Affidavit (Annexure-I) before Notary will have to be submitted mentioning the correctness of the documents submitted along with this tender. 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.

4. TIME OF COMPLETION:

30 (Thirty) days from the issuance of Work Order

5. SCHEDULE OF DATES:

SL. ACTIVITY DATE & TIME NO.

1 Date of Issue of NIT 17/12/2019 Pre-bid meeting in the Board Room of the 2 19/12/2019 at 3:30 p.m office of CEO, HDA, Haldia Last date and time of submission of 3 24/12/2019 up to 3.30 p.m Technical Bid and Financial Bid. Opening of Technical Bid at the Office of the 4 24/12/2019 at 4.30 p.m CEO, HDA Haldia Opening of Financial Bid at the Office of the 5 31/12/2019 at 4.30 p.m CEO, HDA Haldia 120 days w.e.f the date of 6 Validity of bid publishing this EOI 30 (Thirty) days from the date of 7 Completion Period of the work issuance of Work order.

6. OFFLINE BIDS:

6.1 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. 6.2 Submission of Tender The tender will be submitted in two bid system i.e. Technical bid & Financial bid. 6.3 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. 6.4 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. 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:

7. TECHNICAL BID

Following documents in hard copy have to be submitted in the Technical Bid:

7.1 MANDATORY DOCUMENTS:

i) Name and address, registration detail of Firm / Company / Agency with name of proprietor or partners etc.

ii) Completion Certificate/ Payment Certificate in details of project/job in providing consultancy service of preparation of Detail Project Report in Water Supply Project or similar nature of works in any Water Supply Project of at least 2.0 lakhs in a single contract Or 1.5 lakhs each for two contracts Or to extent of at least 4.0 lakhs having one single running work of which has been completed in the last 5 (five) financial years from the date of TENDER in any Government/ Semi Government / PSU / Autonomous / Statutory Authorities / Local bodies.

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.

iii) Form – I as prescribed in TENDER for establishing experience of similar nature of work iv) Work Completion Certificate/Payment Certificate as Credential v) Filled up Form-II vi) Filled up Form-III vii) Filled up Annexure-I (One Affidavit before Notary as prescribed by the authority will have to be submitted along with this tender.) viii) Copy of pan card ix) Latest Income Tax return x) Professional Tax return xi) GST registration No with relevant document. xii) Audited Balance Sheet of last 3(three) financial years (authenticated by a Chartered Accountant).

Note: The agency will be summarily rejected if any of these documents are missing in the Technical bid. Original documents shall be produced by the agency for its verification, as required by the authority.

7.2 ADDITIONAL DOCUMENTS i) Registration details with any Government or Semi-Government or other organization. ii) Details of civil suit arising in the contracts executed during last 5 years. iii) Any other information to indicate Technical management competence.

8. RECEIVING OF EARNEST MONEY DEPOSIT (EMD)

8.1 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 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. 8.2 Receiving of Earnest Money Deposit (EMD) 10000/- (Rupees Ten Thousand Only)

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. 9. PENALTY FOR SUPPRESSION / DISTORTION OF FACTS:

If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificates 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 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 for at least 2 (two) years.

10. FINANCIAL BID:

1. The Financial Bid shall be submitted in the prescribed Financial Bid Format (Annexure– II). 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 (Annexure– II).

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.

6. 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. 11. TAXES & DUTIES TO BE BORNE BY THE AGENCY:

It may again be reiterated that Income Tax, GST, Construction Workers’ Welfare Cess, and similar other statutory levy / cess etc. will have to be borne by the agency while executing the work. Service tax, if applicable, against evidence of applicability, shall be reimbursed by the Authority subsequently.

12. SITE INSPECTION BEFORE SUBMISSION OF TENDER:

Before submitting the tender, the intending agency should make them 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/framing BOQ, Drawings etc. of the said scheme(s) in all respect and no claim whatsoever will be entertained on these account afterwards.

13. CONDITIONAL AND INCOMPLETE TENDER:

Conditional and incomplete tenders shall be summarily rejected.

14. OPENING OF TENDER:

The bids shall be opened at 04:30 p.m. on the day mentioned above in presence of such representatives of the bidders who will be present at the time of opening of bid.

15. EVALUATION OF TENDER:

Tender shall be evaluated normally by L-1 basis out of eligible parties. However, if an offer is found to be abnormally low and appears to be unworkable, the party has to justify their rates with documentary evidence failing which the Department reserves its right to consider for re- tendering in which the present L-1 party shall be barred from competing. The department may also consider placing the order in spite of failure of the agency to provide satisfactory clarification; they shall have to submit a BG towards performance guarantee equivalent to 30% of their total fees before claiming any bills. The BG will be released after 3 months of satisfactory completion of work and if the BG is not submitted, department may consider releasing of payment after deducting the amount from the bills.

16. PAYMENT:

Full & final Payment will be made to the agency only after submission of all the project deliverables, reports, documents etc. and final acceptance and subsequent approval of the assignment by the Authority. No part payment shall be made. However, the payment for any work will be made according to the availability of fund and no financial claim in case of any delay in payment will be entertained.

17. SECURITY DEPOSIT

i) An amount of 10% will be deducted from the total bill as Security Deposit. The EMD shall be adjusted with the Security Deposit.

ii) The security deposit will be released within 1 (one) year from the date of submission of all project deliverables to H.D.A. However, Release of Security Deposit shall be subject to provide necessary support and assistance to H.D.A in connection with design, drawing, specification, standards, tender documents , draft contract agreement etc. for implementation of the project satisfactorily.

iii) An application is to be submitted for release of S.D.

18. WITHDRAWAL OF TENDER:

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

19. TECHNICAL COMPETENCE:

The Bidder should have technical expertise having following minimum technical qualifications and experiences:

a) One Team Leader who will provide periodical discussion and maintain liaison with the department, should be minimum B.E. (or B. Tech) Civil/Mechanical/Electrical having 5 years of experience in this field.

b) Technical personnel of adequate qualification and experience for preparation of for preparation of cost-estimate as per Govt. of West Bengal Norms and Schedule of rates (wherever applicable), detail project report and tender documents.

c) After receipt of the Work Order, the successful Tenderer shall submit the work programme, Bar chart of execution of the work. HDA takes no responsibility for the accommodation/conveyance for the consultants. However, if available HDA may provide unfurnished accommodation at Haldia to the agency on normal charges

20. PROJECT DELIVERABLES:

i. Preparation of detail route survey report :– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. ii. Detail report of other utilities located at the proposed pipeline route with detail drawing:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. iii. Preparation of feasibility report considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipeline for meeting fire demand of IOCL, PHDPL:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. iv. Pipe flow analysis report:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. v. Design of pipe carrier bridges (if any), thrust blocks, control room, allied structures etc:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project.

vi. Preparation of detail drawing for pipeline route (including sectional details), bridges, thrust blocks, control room, allied structures etc. :– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. vii. Preparation of detail cost estimate of the project:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. viii. Vetting of detail cost-estimates from PHED/MED/PWD, Govt. of West Bengal:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. ix. Detail layout & construction drawings of the proposed system including civil structure, pipelines, mechanical and electrical systems after vetting – 3(Three) sets of Hard copy + 1(One) set of soft copy (CAD drawings). x. Detailed design calculation of the structure considering diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipes – 2(Two) sets of Hard copy + 1(One) set of soft copy. 21. TERMS & CONDITIONS:

a. The authorized representative of the agencies is requested to be present in person during the opening of technical and financial bids.

b. The tender accepting authority may ask any agency to submit analysis to justify the rate quoted by the tenderer.

c. All relevant Standards, IS Codes and statutory Safety norms should be followed during preparation of the scheme.

d. Questionnaire for the pre-bid meeting if any shall be forwarded to this office on or before the stipulated day as mentioned in Para 5.

e. Earnest money will be refunded to unsuccessful tenderer after issuance of work order to the successful bidder within the tender validity period.

f. HDA takes no responsibility for any delay/loss/non-receipt of TENDER or any other letter sent by post either way.

g. The agency can approach only the Assistant Engineer (Mechanical), HDA for any clarification with respect to this tender.

h. The decision of authority with respect to this TENDER is final and binding.

i. All corrections in the TENDER should be signed with date by the agency. j. The Consultant / Contractor, whose tender is accepted shall within 15 (fifteen) 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. k. The agency 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. l. The successful agency shall have to start the work at site within 7 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. m. It may be noted that an amount equal to 1% of the fees will be deducted from the 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. n. While the responsibilities for vetting the documents, statutory payment /fees for vetting, if any will be borne by H.D.A. However HDA will provide assistance regarding routing of the application for vetting, if required. . o. No escalation of cost is permissible at any time after the issuance of work order. Agency shall be barred from approaching the authority to claim escalation cost for reasons whatsoever. p. Original copy of all certificates shall be produced for checking and verification of all supporting documents on request of HDA. q. Time is the essence of any contract and any deviations from completion time will attract penalty @ ½% per week delay and maximum of 10% for the non-execution portion of the work. r. Keep on record that the agency is the employer and the workers / labourers, if any, to be engaged for the work will be treated as the workers/ labourers of him. Agency is the principal employer in this regard. s. The work is taken up by the authority in the interest of public service & social welfare.

t. The personnel/workers engaged for the work shall be the employees of the Agency/ Contractor and will take their remuneration/wages/ statutory benefits from the agency/ Contractor. 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 Agency/ Contractor and the Authority shall not be responsible for such liabilities. u. HDA reserves the right not to allow the agency in the technical bid of this tender under the following circumstances.

(i) Delay in completion of any assigned job. (ii) Performance in terms of quality of work. v. 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 performance of work. (iii) 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/contractor 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, if any.

22. 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’s 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

Memo No. 2400/1(13) /HDA/IX-A-14/I/Paradip/82 Dated 13.12.2019 Copy forwarded for kind information to: 1. The Chairman, Haldia Development Authority 2. The M.L.A., Haldia, A.C. 3. The District Magistrate, Purba Medinipur. 4. The Additional District Magistrate & Additional Executive Officer, Purba Medinipur Zilla Parishad, , 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 . 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 The General Manager, I/c (O), Indian Oil Corporation Limited (IOCL), Paradip-Haldia- Barauni Pipe Line, Haldia, Kasberia, Khanjanchak, Haldia, Purba Medinipur, Pin-721602, West Bengal. 11 The General Manager, Indian Oil Corporation Limited (IOCL), Haldia Refinary, Haldia, Purba Medinipur, Pin-721602, West Bengal. 12 CA to the CEO, HDA 13 Reception / Notice Board.

Sd/- Chief Executive Officer Haldia Development Authority

FORM – I Completion Certificate Attach separate form for each completed work

1 Name of the work : Name of the client with Address, Phone No. and E-mail 2 : address 3 Brief description of the project : 4 Amount put to tender : 5 Contractual amount against the tender : 6 Date of commencement of work : 7 Date of completion as per work order : 8 Actual date of completion : Final gross value of the bill: Bidder should have experience in providing consultancy service of preparation of Detail Project Report in Water Supply Project or similar nature of works in any Water Supply Project of at least 2.0 lakhs in a single contract Or 1.5 lakhs each for two contracts Or to extent of at least 4.0 lakhs having one single running work of which has been completed in the last 5 (five) financial years from the date of TENDER in any Government/ Semi Government / 9 PSU / Autonomous / Statutory Authorities / Local bodies. : 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.

Note: In case of completion of multiple natures of works in a single tender, then the value of work as specified in the TENDER 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)

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.

Financial Sl. Remarks No. Year Turnover (rounded of)

1

2

3

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

FORM-III

DETAILS OF THE BIDDER

Sl. Particulars Details No. Name of Tendering Company/ Firm/ 1 Agency (Attach certificates of registration) Name of Proprietor / Director of 2 Company/ Firm / Agency

Full Address of Registered Office, if 3 any

(i) Telephone No./ FAX (ii) Mobile No.

Full Address of operating/ Branch 4 Office

(i) Telephone No./ FAX

(ii) Mobile No.

5 E-mail Id

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

7 PAN No. (Attach self attested copy)

GST Registration No. (Attach self 8 attested copy), if any

9 GST Registration No.

E.S.I. Registration No. (Attach self

attested copy) , if any

______(Signature of the Bidder with date and Seal)

ANNEXURE-I

SAMPLE FORMAT FOR AFFIDAVIT

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

I, Shri………………………………….,S/o Shri………………….., aged……Years, Residing at………………………, Proprietor/Partner/Director of………………………………….., do hereby solemnly affirm and declare in connection with “Engagement of consultant for preparation of Detail Project Report (DPR) which shall include detail site survey report, considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipeline – feasibility report of proposed pipe line for meeting fire demand, pipe flow analysis report , design of pipe carrier bridges (if any), preparation of detail drawing, detail report of other utilities located at the proposed pipeline route, length of pipe line and preparation of detail estimate etc. considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipes and vetting of detail cost-estimates from PHED/MED/PWD, Govt. of West Bengal for the work of tapping off from the dedicated water supply pipeline of IOCL Haldia Refinery and laying of the dedicated water supply pipe line for meeting fire demand of Indian Oil Corporation Limited (IOCL), Paradip–Haldia-Barauni Pipeline (PHBPL).” NOTICE INVITING OFFLINE TENDER No.- 11 /HDA/EC(MECH.) of 2019 – 2020 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 SE/EE/AE/SAE of the Department 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 would deploy all necessary technical Personnel as stated in ITB for efficient consultation works with a view to achieve objective of the project. 7. 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. 8. 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 Authorised person of the Agency: Name: Place: (ANNEXURE – II)

FINANCIAL BID

Rate shall be quoted in the following format as ‘Financial Bid’ and to be submitted Offline- Name of Work: Engagement of consultant for preparation of Detail Project Report (DPR) which shall include detail site survey report, considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipeline – feasibility report of proposed pipe line for meeting fire demand, pipe flow analysis report , design of pipe carrier bridges (if any), preparation of detail drawing, detail report of other utilities located at the proposed pipeline route, length of pipe line and preparation of detail estimate etc. considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipes and vetting of detail cost- estimates from PHED/MED/PWD, Govt. of West Bengal for the work of tapping off from the dedicated water supply pipeline of IOCL Haldia Refinery and laying of the dedicated water supply pipe line for meeting fire demand of Indian Oil Corporation Limited (IOCL), Paradip–Haldia-Barauni Pipeline (PHBPL).

NOTICE INVITING OFFLINE TENDER No.- 11 /HDA/EC(MECH.) of 2019 – 2020

Details of BOQ

Sl. Rate Quoted Item of Work No. (in Rs.)

1. Preparation of detail route survey report :– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. 2. Detail report of other utilities located at the proposed pipeline route with detail drawing:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. Preparation of feasibility report considering proposed diameter (600 mm) and material (Ductile-Iron, Class k-9) of the pipeline for meeting 3 fire demand of IOCL, PHDPL:– 3(Three) sets of Hard copy + 1(One)

set of soft copy for this Project. 4 Pipe flow analysis report:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. 5 Design of pipe carrier bridges (if any), thrust blocks, control room, allied structures etc:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. 6 Preparation of detail drawing for pipeline route (including sectional details), bridges, thrust blocks, control room, allied structures etc. :– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. 7 Preparation of detail cost estimate of the project :– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. 8. Vetting of detail cost-estimates from PHED/MED/PWD, Govt. of West Bengal:– 3(Three) sets of Hard copy + 1(One) set of soft copy for this Project. 9 Detail layout & construction drawings of the proposed system including civil structure 10 Detailed design calculation of the structure considering diameter (600 mm) and material (Ductile-Iron TOTAL (1 to 10)

Signature of the Authorized person of the Agency with seal