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

NOTICE INVITING ONLINE TENDER NO. : 01/HDA/Es OF 2018-19 (4th Call)

SCHEDULE OF IMPORTANT DATES

Name of Scheme: PROVIDING SECURITY SERVICE COVERING ALL ASSETS UNDER HALDIA WATER SUPPLY PROJECT [ WTP ( BOTH OLD & NEW) AT GEONGHALI, PUMPING STATION AT CHAITANYAPUR, BASUDEVPUR & HATIBERIA AND SERIES TUBE WELLS FROM TO CHAITANYAPUR] BY DEPLOYING SECURITY GUARDS INCLUDING MONITORING AND SURVEILLANCE, CLEANING OF OUTSIDE AREA OF PLANTS, PUMP HOUSES, RESERVOIRS AND UTILITY BULIDINGS INCLUDING UPROOTING WILD VEGETATION WITHIN THE PROJECT PREMISES.

PARTICULARS DATE & TIME

Date of Issue : 11.10.2018

Document download start date : 12.10.2018

Document download end date & time : 01.11.2018 up to 3:00 p.m.

Pre-bid meeting in the Board Room of the office of : 26.10.2018 at 03.30 p.m CEO, HDA, Haldia

Bid submission start date : 12.10.2018

Last date of Online submission of Technical Bid and : 01.11.2018 up to 03:30 p.m. Financial Bid.

Opening of Technical Bid at the Office of the CEO, : 05.11.2018 at 11.00 a.m. HDA Haldia

Opening of Financial Bid at the Office of the CEO, To be intimated through On-line : HDA Haldia after evaluation of Technical Bid,

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

NOTICE INVITING ONLINE TENDER NO. : 01/HDA/Es OF 2018-2019(4th Call)

FOR

PROVIDING SECURITY SERVICE COVERING ALL ASSETS UNDER HALDIA WATER SUPPLY PROJECT [GEONKHALI WTP ( BOTH OLD & NEW) AT GEONGHALI, PUMPING STATION AT CHAITANYAPUR, BASUDEVPUR & HATIBERIA AND SERIES TUBE WELLS FROM MAHISHADAL TO CHAITANYAPUR] BY DEPLOYING SECURITY GUARDS INCLUDING MONITORING AND SURVEILLANCE, CLEANING OF OUTSIDE AREA OF PLANTS, PUMP HOUSES, RESERVOIRS AND UTILITY BULIDINGS INCLUDING UPROOTING WILD VEGETATION WITHIN THE PROJECT PREMISES.

For and on behalf of Haldia Development Authority, the Chief Executive Officer invites Online tenders in TWO BID SYSTEM from reliable, resourceful, bonafide and experienced firms / companies / individual contractors having requisite financial capability and sufficient technical credential for the work stated above. The details are given below:

1. Name of work : PROVIDING SECURITY SERVICE COVERING ALL ASSETS UNDER HALDIA WATER SUPPLY PROJECT [GEONKHALI WTP ( BOTH OLD & NEW) AT GEONGHALI, PUMPING STATION AT CHAITANYAPUR, BASUDEVPUR & HATIBERIA AND SERIES TUBE WELLS FROM MAHISHADAL TO CHAITANYAPUR] BY DEPLOYING SECURITY GUARDS INCLUDING MONITORING AND SURVEILLANCE, CLEANING OF OUTSIDE AREA OF PLANTS, PUMP HOUSES, RESERVOIRS AND UTILITY BULIDINGS INCLUDING UPROOTING WILD VEGETATION

WITHIN THE PROJECT PREMISES.

2. Location of Work : Geonkhali, Chaitanyapur pumping station, Basudevpur pumping station, Hatiberia pumping station and series tube wells from Mahishadal to Chaitanyapur, Haldia, . 3. Scope of Work :  To provide adequate nos. of security personnel for round the clock security services on a 24 x 7 basis on all the days to safeguard the assets of Haldia Water Supply Project (Old & New WTP at Geonkhali) including serviceable and unserviceable materials, whole Geonkhali water treatment plant complex (old & new), Pumping Station at Chaitanyapur, Basudevpur & Hatiberia Pumping Station Complex and entire water supply distribution network.

 To provide Security Officer , Security Dog, Security Dog handler, motorcycle for logistics support etc and to ensure the full security of all assets under Haldia Water Supply Project (Old & New WTP) from pilferages and maintain the standard security norms to protect it from other insecurities

 To ensure proper locking of premises, common area etc. In case of any theft, breakage, pilferage of machineries, equipments, instruments any fixture and/or fittings, furniture etc., the responsibility shall be of the security personnel and the security personnel shall report the same to the office immediately but at least within 24 hours.  To prevent illegal tapping from the pipe line and in the event of occurrence of such events should report to the Authority without any delay. To provide a vigilant watch in water supply pipelines, necessary logistics support shall have to be provided.  Cleaning of outside area within the premises of plants, pump houses, reservoirs and utility bulidings of entire Geonkhali old & new water treatment plant complex, Pumping Station Complex at Chaitanyapur, Basudevpur and Hatiberia and Series Tube Wells site including uprooting wild vegetation, grass, bushes, shrubs, saplings and trees of girth upto 300 mm, removal of stumps of such trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, upto a lead of 1000 m including removal and disposal of top organic soil not exceeding 150 mm in thickness as per Technical Specifications Clause 201 for Rural Roads of MOR Dressing & chi chilling road flanks including cutting and filling with earth up to 150 mm average thickness finished with outward cross-grade of 1 in 30. Requisite no. of personnel has to be engaged as and when required.  Pest Control within the premises of Haldia Water Supply Project including whole Geonkhali old & new water treatment plant complex, whole Pumping Station Complex at Chaitanyapur, Basudevpur and Hatiberia and Series Tube Wells site. 4. Estimated Cost of : To be quoted by the bidder work 5. Duration of : 06 (Six) months extendable for another periods depending upon operation & the requirement. maintenance work 6. Security Deposit : E.M.D. amount plus @ 10% of every R/A bill. against work 7. Bid Inviting : Chief Executive Officer Haldia Development Authority Authority City Centre, PO-Debhog, Haldia, 721657 Phone No. 03224 255926 Email ID: [email protected]

8. Eligibility Criteria : 1. Tenderer should have the completed providing security service for the Bids and/or guarding arrangement along with credential for providing security dog with handler for a period of 02 (two) year continuously within last 05 (five) years and pest control having single tender value of not less than Rs. 60.0 lakhs for one year , or

successfully undertaken the job of providing security service and/or

guarding arrangement along with security dog with handler and

pest control within last 5 (five) financial years from the date of NIT

having single work order value of not less than Rs. 60.0 lakh per annum under any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies. 2. Average Annual Turn Over from Contracting business for the past 3 (Three) Financial Years should be equal to or more than 1.0 crore from Contracting Business. Audited Balance Sheet (authenticated by a chartered accountant) shall have to be produced in support of the claim. 3. Statutory Documents:

a. Audited Balance Sheet of last 3 Financial years b. Latest Income Tax return c. Latest Professional Tax Return d. GST Registration detail e. Copy of E.S.I. & E.P.F. Registration certificate f. Pan Card (Xerox Copy) g. Detail of Security Personnel available with the bidder. h. Valid Pest Control License issued from competent authority. i. Credential Certificate for providing security dog with handler for a period of 02 (two) year continuously within last 05 (five) years under any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies.

j. Valid license issued by the Home Political Department of State Govt. under the Private Security (Regulation) Act, 2007

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

l. 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.

9 Earnest Money : 2,00,000/- (Rupees Two Lakh Only) Deposit THE EARNEST MONEY SHALL BE DEPOSITED BY THE BIDDER ELECTRONICALLY: The Earnest Money shall be deposited by the bidder online-through his net banking enabled bank account, maintained at any bank or through any bank

by generating NEFT /RTGS challan from the e-tender portal. Intending

Bidder will get the Beneficiary details from e-tender portal with the help of

Digital Signature Certificate and may transfer the EMD from their

respective Bank to the Beneficiary Bank Account No. The name of

Beneficiary bank (at present ICICI Bank), Account No. & IFSC Code are

given in the e-tender portal. The details of deposition of EMD can be

obtained from the following link,

“wbtenders.gov.in  Home Page  Bidders Manual Kit Help for

on-line receipt and refund of EMD”

Intending bidder who wants to transfer EMD through NEFT/RTGS must

read the instruction of the Challan generated from E-Procurement site.

Bidders are also advised to submit EMD of their bid, at least 3 working

days before the bid submission closing date as it requires time for

processing of Payment of EMD and Bid can be submitted only after receipt

of EMD.

NOTE: Earnest money through offline instruments like Bank Draft, Pay Order etc. will not be accepted for e-tender procurement of this office. The E.M.D, will be transferred as security deposit.

10 Submission of : Solvency Certificate amounting to Rs. 1.0 crore from banker (One year Solvency Certificate from the date of publication of NIT) shall be submitted.

11 Bid document : Bid Document is available in the HDA’s official website, Requisition www.wbtenders.gov.in. Bidders who have registered with National

Informatics Centre (NIC) can participate in the tender. Interested bidders shall register with NIC in advance. Necessary assistance can

also be obtained from the Office of the CEO, HDA. Document

requisition shall be done as per instruction given in ITB.

12 Document : 12.10.2018 download start date 13 Document 01.11.2018 upto 3:00 p.m. download end date & time 14 Date of Pre Bid : At 3.30 P.M. on 26.10.2018 in the Board Room of Haldia meeting Development Authority, Haldia Unnayan Bhawan, City Centre, PO.-

Debhog, Haldia , West Bengal-721657

15 Bid submission start : On and from 12.10.2018 through E-portal. It may be reiterated date that the bidders shall submit the technical and financial bid only

through online by following online bid submission procedure.

16 Last date of Online : On 01.11.2018 at 3.30 pm at the Office of the Chief Executive submission of Technical Bid and Officer, Haldia Development Authority, Haldia Unnayan Bhawan, Financial Bid. City Centre, PO.-Debhog, Haldia , West Bengal-721657.

17 Opening of : On 05.11.2018 at 11.00 a.m. at the Office of the Chief Executive technical bid Officer, Haldia Development Authority, Haldia Unnayan Bhawan, City Centre, PO.-Debhog, Haldia , West Bengal-721657 18 Technical Bid : The technical bid will be evaluated by the tender evaluation Evaluation committee of HDA. Bidders shall produce hard copies of the requisite documents during evaluation for the technical bid. Originals shall be shown if required. 19 Date and time of : opening of Financial Bid To be intimated through On-line after evaluation of Technical submitted on line Bid, of only the technically qualified bidders 20 Financial Bid : The Financial Bid shall be submitted in the prescribed Financial Bid Format (Annexure – II). The Financial Bid Format has provisions for Lump

sum Rate and Cost Break up against each activity. Bidder shall give both

Lump sum rate and cost break up. The Evaluation will be done based upon

the Lump Sum Amount quoted by the bidder. The bidders shall give rates

against each activity of the Cost Break up and cumulative total failing

which their Financial Bid shall summarily be rejected.

21 Validity of Bid : 120 days

22 E-Tender : ONLINE BIDS:

registration and The bidders interested to submit the bid Online shall get registered bidding and get a digital signature as per the procedure described below:  Agencies/Bidders who are interested in participating HDA’s e- tenders are requested to contact the representatives of NIC for registration, computer setting and clarification on e-tendering.  Online Tenders can be submitted by logging in www.wbtenders.gov.in or through the official website of HDA i.e. www.hda.gov.in ONLINE BID SUBMISSION: The Bidders are required to submit the Technical and Financial Bid documents ONLINE i.e uploading of the documents complete in all respect by following the Online Bid submission procedure. 23 Important :  Names of the technically qualified bidders as per the bid criteria after Instructions 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 duties, taxes including GST, 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 Security Agency, its officer and staff shall take proper and reasonable precautions to prevent loss, destruction, waste or misuse the areas of the different estates / premises. That in the event of any loss occasioned to the Authority, as a result of any lapse on the part of the agency as may be established after an enquiry conducted by the Authority, such loss will be made good from the amount payable to the Security Agency. The decision of the CEO, HDA in this regard will be final and binding on the agency.

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

SD/- Chief Executive Officer Haldia Development Authority

Memo No.:1988(14)_/HDA/XV-B-73 Date: . Copy forwarded for information and wide publicity to:

1. The Chairman, Haldia Development Authority

2. The Principal Secretary to the Govt. of West Bengal, Deptt. of Urban Development, Nagarayan, Salt Lake, Kolkata

3. The District Magistrate, Purba Medinipur.

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

5. The Additional District Magistrate, Haldia

6. The Chairman, Haldia Municipality

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

8. The Block Development Officer, & Executive Officer, Sutahata Panchayat Samity.

9. The Block Development Officer, Mahishadal & Executive Officer, Mahishadal Panchayat Samity

10. The District Information & Cultural Officer, Purba Medinipur

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

12. 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.

13. CA to the CEO, HDA- -With a request to publish in newspapers.

14. Reception / Notice Board. SD/- Chief Executive Officer Haldia Development Authority

INFORMATION TO THE BIDDERS (ITB) 1. Request for Tender Request for tender document is to be placed online only through this office’s Website www.hda.gov.in or E-tender Portal www.wbtenders.gov.in.

2. Submission of Tender i. Registration of Contractor: Agencies/Bidders who are interested in participating HDA’s e-tenders will have to be enrolled & registered with the Government e-Procurement system, through logging on to https://etender.wb.nic.in. They are requested to contact to the toll free Help-line No. 1800 3070 2232 of National Informatics Centre for registration, computer setting and other clarification on e-tendering. ii. Digital Signature certificate (DSC): Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) having Signing and Encryption certificate for submission of tenders, from the approved service provider of the National Information’s Centre (NIC) on payment of requisite amount. iii. The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website www.wbtenders.gov.in using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. iv. Submission of Tenders: General process of submission, Tenders are to be submitted through online to the stipulated website in two folders at a time for each work, one in Technical Bid & the other is Financial Bid before the prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be uploaded duly Digitally Signed. The documents will get encrypted (transformed into non readable formats).

A. Technical Bid:

The Technical proposal should contain scanned copies of the following (all in PDF file) in 2 (two) covers (folders),

Cover A-1 > Statutory Cover/ Foldere Containing

1. NIT (Properly upload the same Digitally Signed).

2. Duly filled in FORM-I (Declaration for Credential)

3. Duly Filled in FORM-II (Declaration for Turn-Over)

4. Duly Filled in Affidavit as given under Annexure-I

Cover A-2 > Non- Statutory Cover/ Folder (Mandatory Documents)

All the documents as given under TECHNICAL BID (Clause 2.1.1 Mandatory Documents)

Note: - Failure of submission of any of the above mentioned documents (as applicable) will render the tender liable to be rejected for both statutory & non statutory cover.

B. Financial Bid:

The financial proposal should contain the following documents in one cover (folder) i.e. Cost Break-up against the scope of work per month.

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 and Cost Break up against each activity. Bidder shall give both Lump sum rate and cost break up. The Evaluation will be done based upon the Lump Sum Amount quoted by the bidder. The bidders shall give rates against each activity of the Cost Break up and cumulative total failing which their Financial Bid shall summarily be rejected.

2. The rate is to be quoted both in words and figures clearly in the specified space of the Tender form/ Financial bid Format (Annexure – II).

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

4. The tenderer shall include income tax, GST, cess etc. as applicable if any, toll, ferry charges, local charges, and 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. Only downloaded copies of the above documents are to be uploaded in (Excel file) & digitally signed by the contractor.

2.1 TECHNICAL BID

2.1.1 Receiving of documents

Relevant documents must be uploaded online for participating in this tender only.

Mandatory Documents:

i. Copies of original documents defining the constitution or legal status, Name and address, registration detail of Firm / Company / Agency, place of registration, and principal place of business, name of proprietor and written power of attorney of the signatory of the Bid to commit the Bidder.

ii. Completion certificate filled in Form – I along with details of similar type of project/job under any Government / Semi Government / Undertakings / Autonomous / Statutory bodies/ Local bodies, with requisite single tender value.

iii. Audited Balance Sheet of last three Financial Years (authenticated by a Chartered Accountant) and filled in Form – II for establishing average Annual Turnover in contractual business.

iv. PAN Card Xerox Copy v. Income Tax return of last financial year. vi. Latest Professional Tax return. vii. GST Registration certificate. viii. Document in support of valid PF and ESI Registration. ix. Detail of Technical Personnel available with the bidder. x. Valid Pest Control License issued from competent authority. xi. Credential Certificate for providing security dog with handler for a period of 02 (two) year continuously within last 05 (five) years under any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies.

xii. Valid license issued by the Home Political Department of State Govt. under the Private Security (Regulation) Act, 2007.

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

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 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.

2.1.3 Receiving of Earnest Money Deposit (EMD) THE EARNEST MONEY SHALL BE DEPOSITED BY THE BIDDER ELECTRONICALLY: The Earnest Money shall be deposited by the bidder online-through his net banking enabled bank account, maintained at any bank or through any bank by generating NEFT /RTGS challan from the e-tender portal. Intending Bidder will get the Beneficiary details from e-tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank to the Beneficiary Bank Account No. The name of Beneficiary bank (at present ICICI Bank), Account No. & IFSC Code are given in the e-tender portal. The details of deposition of EMD can be obtained from the following link, “wbtenders.gov.in  Home Page  Bidders Manual Kit Help for on-line receipt and refund of EMD” Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan generated from E-Procurement site. Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EMD and Bid can be submitted only after receipt of EMD.

NOTE: Earnest money through offline instruments like Bank Draft, Pay Order etc. will not be accepted for e-tender procurement of this office. The E.M.D, will be transferred as security deposit. Average Annual Turnover

Average Annual Turnover during last 3 (three) years should be more than 1.0 Crore.

2.1.4 CREDENTIAL

2.1.4.1 Technical :

Tenderer should have the experience in providing security service and/or guarding arrangement along with credential for providing security dog with handler for a period of 02 (two) year continuously within last 05 (five) years and pest control having single tender value of not less than Rs. 60.0 Lakhs for one year , or successfully undertaken the job of providing security service and/or guarding arrangement along with security dog with handler and pest control within last 5 (five) financial years from the date of NIT having single work order value of not less than Rs. 60.0 lakh per annum under any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies.

The work completion certificate/ Payment 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 and Work Schedule/ BOQ of the similar nature of work shall have to be submitted along-with the Completion Certificate/ Payment Certificate, in the technical bid for verification of the credential.

2.1.4.2 Form-I : for completed works during the last 5 (five) years from the date of NIT, having work done value equivalent to requisite single tender value will only be accepted. The tenderer should attach the hard copy of the said certificate under their signature along with the tender documents. The similar nature of work has been 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.

2.1.4.3 The Completion Certificate/ Payment Certificate (only for running work) should be pertaining to the work specified in the NIT. The completion certificate/ Payment Certificate (only for running work) should not be misleading the authority. If the completion certificate has mentioned on multiple nature of 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.

2.1.4.4 Financial

The average Annual Turn Over from contracting business for the past three financial years of the firm should be more than 1.0 Crore. 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.

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

2.1.6 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.

2.1.7 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 (Annexure – II). The Financial Bid Format has provisions for Lump sum Rate and Cost Break up against each activity. Bidder shall give both Lump sum rate and cost break up. The Evaluation will be done based upon the Lump Sum Amount quoted by the bidder. The bidders shall give rates against each activity of the Cost Break up and cumulative total failing which their Financial Bid shall summarily be rejected.

2. The rate is to be quoted both in words and figures clearly in the specified space of the Tender form/ Financial bid Format (Annexure – II). 3. The rate quoted by tenderer shall be inclusive of all elements of taxes including GST and duties, demands, etc.

4. The tenderer shall include income tax, GST, cess etc. as applicable if any, toll, ferry charges, local charges, and 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.

2.2.1 Taxes & duties to be borne by the Contractor:

It may again be reiterated that Income Tax, GST , Royalty, Construction Workers’ Welfare Cess and similar other statutory levy / cess etc. will have to be borne by the contractor while executing the work.

2.2.2 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.

2.2.3 Conditional and incomplete Tender:

Conditional and incomplete tenders shall be summarily rejected.

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

The payment of RA as well as final bill 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. However monthly payment will be made to agency after proper verification of work done.

5. Security Deposit

EMD amount plus 10 % of the contract value shall be the security deposit. 10% from each RA payment will be deducted security money. EMD will be converted to security deposit for the successful tenderer. The total 10% (Ten Percent) Security Deposit will be released after the successful completion of the contract period and verification report about working condition of pumps, motors & electrical installation by the authority. 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 with an undertaking that the work is maintained properly as per the terms of contract. 6. Withdrawal of tender:

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. Terms & Conditions:

7.1 E-Tendering:

ONLINE BIDS:

The bidders interested to submit the bid Online shall get registered and obtain a digital signature as per the procedure prescribed below: Agencies/Bidders who are interested in participating HDA’s e-tenders are requested to contact to the toll free Help-line No. 1800 3070 2232 of National Informatics Centre for registration, computer setting and other clarification on e-tendering. Shri Atanu Moitra, System Analyst, HDA (Mobile No. 8170045634) is stationed at the office of the Haldia Development Authority during working hours. The agencies/bidders can visit the office and get assistance. Online Tenders can be submitted by logging in www.wbtenders.gov.in. ONLINE BID SUBMISSION: The Bidders are required to submit the Technical and Financial Bid documents ONLINE by following the Online Bid submission procedure. Tenderers requested to be present in person during the opening of technical and financial bids.

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

7.3 The security personnel provided shall be the employees of the Contractor and all statutory liabilities will be paid by the contractor such as ESI, PF, Workmen’s Compensation Act, etc. The list of staff going to be deployed shall be made available to the Authority and if any change is required on part of the Authority fresh list of staff shall be made available by the agency after each and every change.

7.4 The contractor shall abide by and comply with all the relevant laws and statutory requirements covered under various laws such as Minimum Wages Act, Contract Labour (Regulation and Abolition) Act 1970, EPF Act, ESI Act and various other Acts as applicable from time to time with regard to the personnel engaged by the contractor for the Authority. Payment of contractual workmen to be engaged shall be in conformity prevailing rates.

7.5 Security Officer to be engaged by the agency shall have adequate qualification and experience in monitoring security work. 7.6 The Security Agency shall have to ensure the presence of requisite number of security personnel round the clock on all the days of the contractual period. Duty Roster of the security guards should be placed to the authority at the beginning of every week and changes to be made therein, if any, should also be intimated to the authority quite well ahead of date of change. The security guards will have to give their full signature in lieu of short signature in the duty register / Attendance Register. The register shall remain available round the clock for inspection by the authorized representatives of the CEO, HDA .The bidder shall submit copies of the Gun License to the Authority, before their deployment.

7.7 Adequate supervision will be provided to ensure correct & effective performance of the security services in accordance with the prevailing assignment instructions agreed upon between the two parties. The security personnel shall ensure that there is no unidentified/unclaimed/suspicious objects/person in the buildings/premises of Haldia Water Supply Project.

7.8 The Bidder should ensure about the integrity of the personnel to be deployed by them for security. Misconduct on the part of any security guard damaging and polluting the atmosphere and creating a sense of insecurity renders him / her disqualified for the job. Such persons engaged for security purpose and those found involved in any sort of criminal activity or implicated by in any Court of law should be removed from the job and replaced immediately.

7.9 The personnel engaged should be of robust physique and project an image of utmost discipline. They have to be extremely courteous with pleasant mannerism in dealing with the public. The Authority shall have right to have any person removed in case the security personnel is not performing the job satisfactorily. The security agency should also ensure that the security guards as deployed are physically fit and mentally alert in all respect. In other words, any infirm person or anybody found crippled with serious ailment is not fit for security service. The Security Agency shall have to arrange the suitable replacement in all such cases.

8.10 Each security guard should be issued individual Photo Identity Card by the Security Agency which should be visibly displayed by the Security Guards at the time of duty. A photocopy of the same will have to be submitted to the local authority, concerned. 8.11 The personnel engaged by the contractor shall be smartly dressed in neat and clean uniform and are required to display photo identity cards, failing which it will invite a penalty of Rs.100/- each occasion. The penalty on this account shall be deducted from the Contractor’s bills. 8.12 If any accident happens to security personnel during duty hours, the Security Agency shall be solely responsible for providing necessary treatment and compensation to the affected security personnel or his / her affected dependent family members Consumable materials has to be supplied by the agency within 24 hrs from the time of requirement as per the direction of E.I.C and if the same are not attended by the agency within speculate time the same will be procured from other agencies at the contractor’s risk and cost.

8.13 The Security Agency and its staff shall take proper and reasonable precautions to prevent loss, destruction, waste or misuse the areas of the different estates / premises. That in the event of any loss occasioned to the Authority, as a result of any lapse on the part of the agency as may be established after an enquiry conducted by the Authority, such loss will be made good from the amount payable to the Security Agency. The decision of the CEO, HDA in this regard will be final and binding on the agency.

8.14 The Security Agency shall take proper and reasonable promptness to prevent illegal tapping from the pipe line and in the event of occurrence of such events should report to the Authority without any delay. To provide a vigilant watch in water supply pipelines, necessary logistics support shall have to be provided by the agency. For any lapse on the part of the agency in this regard, as may be established after an enquiry conducted by the Authority, resulting loss will be made good from the amount payable to the Security Agency

8.15 A list of serviceable material and scrap materials will be handed over to the security agency after joint inspection by the agency and the Authority. Before, any material to be issued from stores for Operation and Maintenance to the Operation and Maintenance agency shall be scrutinized by security agency and shall be verified from the Engineer-in-charge. A record of such issuance shall have to be maintained by the Security Agency. Accounts of the same shall be settled prior to payment of final bill as well as release of Security Deposit Money. That in the event of any loss occasioned to the Authority, as a result of any lapse on the part of the agency as may be established after an enquiry conducted by the Authority, such loss will be made good from the amount payable to the Security Agency

8.16 The Security Agency shall have to clean of outside area within the premises of plants, pump houses, reservoirs and utility buildings of entire Geonkhali old & new water treatment plant complex, Pumping Station Complex at Chaitanyapur, Basudevpur and Hatiberia, series tube wells premises from Mahishadal to Chaitanyapur, uprooting wild vegetation, grass, bushes, shrubs, saplings and trees of girth upto 300 mm, removal of stumps of such trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, upto a lead of 1000 m including removal and disposal of top organic soil not exceeding 150 mm in thickness as per Technical Specifications Clause 201 for Rural Roads of MOR Dressing & chi chilling road flanks including cutting and filling with earth up to 150 mm average thickness finished with outward cross-grade of 1 in 30.

8.17 The Security Agency shall take necessary measures for Pest Control within the premises of Haldia Water Supply Project including whole Geonkhali old & new water treatment plant complex, Pumping Station Complex at Chaitanyapur, Basudevpur & Hatiberia Pumping Station Complex and Series Tube Wells premises from Mahishadal to Chaitanyapur.

8.18 Violation of any condition as couched in the contract will render the contract liable to be terminated at any point of time with forfeiture of EMD / SD and any punitive measure as the authority deems fit. 8.19 The Authority shall have the right any person removed that is considered to be undesirable or otherwise and similarly Contractor reserves the right to change the staff with prior intimation to the CEO, HDA. 8.20 The Authority shall not be responsible for providing residential accommodation to any of the employee of the Security Agency

8.21 The Authority shall not be under any obligation for providing employment to any of the worker of the contractor after the expiry of the contract. The Authority does not recognize any employee employer relationship with any of the workers of the contractor. 8.22 All staff during work will have to carry Photo Identity Card in a manner that is visible at the front of the Personnel. 8.23 The bidder will have to enclose the proof / copies of the challans showing payment of statutory dues for the previous month along with monthly bills

The points mentioned above may not be exhaustive, irrespective of what has been mentioned in the terms & conditions, all the works as necessary are to be done for providing security service surveillance , cleaning and sweeping of different strategic locations under Haldia Water Supply Project.

8.24 Questionnaire for the pre-bid meeting if any shall be forwarded to this office on or before 26.10.2018 at 3.30 p.m.

8.25 Invitation of application for issue of tender does not constitute any guarantee for issue of tender paper to the applicant even to the enlisted tenderer of appropriate class. Contractor will not be entitled for any compensation for rejection of his application.

8.26 The rates quoted in the tender shall remain valid for 120 days from the date of submission of Tender for acceptance.

8.27 The tenderer shall have to submit a detail cost break-up analysis along with Financial Bid to justify the rate quoted by the tenderer.

8.28 The Contractor whose Tender is accepted shall make formal agreement ( format enclosed) with the Chief Executive Officer, Haldia Development Authority, Haldia within 7(seven) days from the date of issue of an intimation to that effect by this office. If the Contractor fails to perform the formalities within the specified period, Tender will liable to be cancelled and the earnest Money will be forfeited. During signing of agreement, the conditions imposed by the authority with respect to engagement of existing highly skilled, skilled, semiskilled and unskilled labours of the water supply project shall be accepted by the successful agency and the conditions shall be incorporated in the agreement for implementation.

8.29 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.

8.30 The work is taken up by the authority in the interest of public service & social welfare.

8.31 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.

8.32 The Agencies/contractor shall abide by all the labour welfare laws and their modifications from time to time, if any, within the contract period. Minimum labour wages, labour facilities, E.S.I, P.F, Bonus facilities etc. should be provided as per latest Govt. order/Circulars. In no case, HDA shall be held responsible for any eventualities in this regard including payment of wages to personnel deployed by the contractor.

8.33 The successful Tenderer is to obtain license from the Registering Officer and Assistant Labour Commissioner, Haldia, Purba Medinipur under the contract labour (Regulation & Abolition), 1970 and to submit the same to the office on receipt of the work order. He is also required to fulfill all the terms and conditions as embodied in the above Act, as well as any other laws and statutes as applicable.

8.34 HDA takes no responsibility for any delay/loss/non-receipt of tender document.

8.35 Tenderer can approach the Assistant Planner, HDA for any clarification with respect to this tender.

8.36 The acceptance of the Tender will rest with the accepting authority who does not bind himself to accept the lowest or any tender and reserves the right to reject in part or in full of all tenders received or to split up the work in different groups without assigning any reason thereof. The decision of authority with respect to this tender is final and binding.

8.37 All materials & workmanship shall be as per the approved quality and methodology.

8.38 No advance will be paid to the contractor.

8.39 Progressive payment will be paid in running account bill subject to satisfactory performance. Payment may be withheld / not made on average or poor quality of service.

8.40 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 mentioned in the tender document.

8.41 The work may be terminated at any time with clear 30 days notice to the contractors served by the Authority.

8.42 Original copy of all certificates shall be produced for checking and verification of all supporting documents on request of HDA.

8.43 The agency should possess the requisite and relevant equipments and machineries for the work. 8.44 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.

SD/- Chief Executive Officer Haldia Development Authority

Memo No.: 1988 (14)_/HDA/XV-B-73 Date: . Copy forwarded for information and wide publicity to:

1. The Chairman, Haldia Development Authority

2. The Principal Secretary to the Govt. of West Bengal, Deptt. of Urban Development, Nagarayan, Salt Lake, Kolkata

3. The District Magistrate, Purba Medinipur.

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

5. The Additional District Magistrate, Haldia

6. The Chairman, Haldia Municipality

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

8. The Block Development Officer, Sutahata & Executive Officer, Sutahata Panchayat Samity.

9. The Block Development Officer, Mahishadal & Executive Officer, Mahishadal Panchayat Samity

10. The District Information & Cultural Officer, Purba Medinipur

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

12. 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.

13. CA to the CEO, HDA- -With a request to publish in newspapers.

14. Reception / Notice Board. SD/- Chief Executive Officer Haldia Development Authority

FORM – I

Credential Certificate

1 Name of the work :

2 Name of the client :

3 Amount put to tender :

4 Work Order No.

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 (as applicable) :

9 Final gross value of the executed work as per the final bill/payment : certificate.  providing security service and/or guarding arrangement along with security dog and pest control having single tender value of not less than Rs. 60.0 Lakhs for one year

 successfully undertaken the job of providing security service and/or guarding arrangement along with security dog and pest control within last 5 (five) financial years from the date of NIT having single work order value of not less than Rs. 60.0lakh per annum

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. No. Remarks Year Turnover (rounded of)

1 2015-2016

2 2016-2017

3 2017-2018

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

(Annexure – II). FINANCIAL BID 1. Lump sum rate per month:

Name of the Bidder:

NIT No.:

Name of the Work:

Name of Name of Work Lump Sum rate per month the Bidder (Rs.) Rs. In words PROVIDING SECURITY SERVICE COVERING ALL ASSETS UNDER HALDIA WATER SUPPLY PROJECT [GEONKHALI WTP ( BOTH OLD & NEW) AT GEONGHALI, PUMPING STATION AT CHAITANYAPUR, BASUDEVPUR & HATIBERIA AND SERIES TUBE WELLS FROM MAHISHADAL TO CHAITANYAPUR] BY DEPLOYING SECURITY GUARDS INCLUDING MONITORING AND SURVEILLANCE, CLEANING OF OUTSIDE AREA OF PLANTS, PUMP HOUSES, RESERVOIRS AND UTILITY BULIDINGS INCLUDING UPROOTING WILD VEGETATION WITHIN THE PROJECT PREMISES

Signature of the Bidder 2. Cost Break up against the Scope of Work per month:

Sl. Work Assigned Rate (in Rs.) No. To provide adequate nos. of security personnel for round the clock security services on a 24 x 7 basis on all the days to safeguard the assets of Haldia Water Supply Project including serviceable and unserviceable materials, whole Geonkhali old & new water treatment plant complex, Pumping Station Complexes at Chaitanyapur, Basudevpur & Hatiberia, and 1 Series Tube Wells sites from Mahishadal to Chaitanyapur and entire water supply distribution network. To ensure proper locking of premises, common area etc. In case of any theft, breakage, pilferage of machineries, equipments, instruments any fixture and/or fittings, furniture etc., the responsibility shall be of the security personnel and the security personnel shall report the same to the office immediately but at least within 24 hours.

Cleaning of outside area within the premises of plants, pump houses, reservoirs and utility bulidings of entire Geonkhali old & new water treatment plant complex, Pumping Station Complex at Chaitanyapur, Basudevpur & Hatiberia and Series Tube Wells sites from Mahishadal to Chaitanyapur including uprooting wild vegetation, grass, bushes, shrubs, saplings and trees of girth upto 300 mm, removal of stumps of such trees cut earlier and disposal of unserviceable 2 materials and stacking of serviceable material to be used or auctioned, upto a lead of 1000 m including removal and disposal of top organic soil not exceeding 150 mm in thickness as per Technical Specifications Clause 201 for Rural Roads of MOR Dressing & chi chilling road flanks including cutting and filling with earth up to 150 mm average thickness finished with outward cross-grade of 1 in 30. Pest Control within the premises of Geonkhali old & new water treatment plant complex, Pumping Station Complex at 3 Chaitanyapur, Basudevpur & Hatiberia and Series Tube Wells sites from Mahishadal to Chaitanyapur Administrative expenses for engagement of Security 4 Officer, Dog Handler and Security Dog, etc. 5 Logistics expenses

Cumulative Total =

Cumulative Total in words =

Signature of the Bidder with seal

ANNEXURE-I

SAMPLE FORMAT FOR AFFIDAVIT

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

I, Sri………………………………….,S/o Sri………………….., aged……Years, Residing at………………………, Proprietor/Partner/Director of………………………………….., do hereby solemnly affirm and declare in connection with “ PROVIDING SECURITY SERVICE COVERING ALL ASSETS UNDER HALDIA WATER SUPPLY PROJECT [GEONKHALI WTP ( BOTH OLD & NEW) AT GEONGHALI, PUMPING STATION AT CHAITANYAPUR, BASUDEVPUR & HATIBERIA AND SERIES TUBE WELLS FROM MAHISHADAL TO CHAITANYAPUR] BY DEPLOYING SECURITY GUARDS INCLUDING MONITORING AND SURVEILLANCE, CLEANING OF OUTSIDE AREA OF PLANTS, PUMP HOUSES, RESERVOIRS AND UTILITY BULIDINGS INCLUDING UPROOTING WILD VEGETATION WITHIN THE PROJECT PREMISES” NIT No. 01/HDA/ Es OF 2018-19 (4th Call) 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 Officials of HDA 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 invest 30% of the contract price of works by cash during the implementation of the works. 6. The undersigned agrees to authorize the authority to seek references from the Bankers of the undersigned. 8. We will upkeep the Laboratory set-up in good condition of the Project. 9. We would deploy at site all necessary qualified and experienced Security Officer and Security stuffs as stated in ITB for efficient contract management and supervision of works with a view to achieving best quality of works at site. 11. 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. 12. 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: