<<

OFFICE OF THE CHIEF EXECUTIVE OFFICER Development Authority (ISO 9001:2008 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 TENDER NO. : 21/HDA/EC OF 2017 – 2018

SCHEDULE OF IMPORTANT DATES OF BIDS

NAME OF WORK: Preparation of Detailed Feasibility Report including Hydrographic, Bathymetric & Topographic Survey and Detailed Project Peport including necessary Soil investigation and survey, Planning, Design, Drawing & Detailed Estimate for construction of Permanent Jetties at the following locations in . 1. Donipur, under Block. 2. Tangrakhali, under Nandakumar Block. 3. Asnan Narkelda, under Moyna/-I Block.

PARTICULAR DATE & TIME

Date of publication of NIT : Date 7th August, 2017

Pre-bid meeting in the Board Room of the office of CEO, : 10.08.2017 at 03.30 p.m HDA, Haldia.

: Last date of submission of Tender 16.08.2017 up to 03:00 p.m.

Date & time of Opening of Tender : 16.08.2017 at 03.30 p.m.

120 days w.e.f the date of Validity of bid : publishing this NIT i) Submission of Feasibility Report-10 days. ii) Submission of DPR-30 days Completion Period of the work : after approval of Feasibility Report from Transport Dept./Respective Authority.

NOTICE INVITING TENDER NO. : 21/HDA/EC OF 2016 – 2017

NAME OF WORK: Preparation of Detailed Feasibility Report including Hydrographic, Bathymetric & Topographic Survey and Detailed Project Peport including necessary Soil investigation, Planning, Design, Drawing & Detailed Estimate for construction of Permanent Jetties at the following locations in Purba Medinipur District. 1. Donipur, under Mahishadal Block. 2. Tangrakhali, under Nandakumar Block. 3. Asnan Narkelda, under Moyna/Bhagabanpur-I Block. For and on behalf of Haldia Development Authority, the Chief Executive Officer invites Offline tenders in DOUBLE BID SYSTEM from reliable, resourceful, bonafide and experienced firms / companies / individual agencies having requisite financial capability and sufficient technical credential on execution of similar nature of work. The details are given below: 1. Name of work : Preparation of Detailed Feasibility Report including Hydrographic, Bathymetric & Topographic Survey and Detailed Project Peport including necessary Soil investigation, Planning, Design, Drawing & Detailed Estimate for construction of Permanent Jetties at the following locations in Purba Medinipur District. 1. Donipur, under Mahishadal Block. 2. Tangrakhali, under Nandakumar Block. 3. Asnan Narkelda, under Moyna/Bhagabanpur-I Block. 2. Location of Work : 1. Donipur, under Mahishadal Block. 2. Tangrakhali, under Nandakumar Block. 3. Asnan Narkelda, under Moyna/Bhagabanpur-I Block. 3. Scope of Work : The scope of work includes the following: a) Preparation of Detailed Feasibility Report including Hydrographic & Topographic Survey for construction of permanent Jetty as per the site condition. In the Feasibility Report, type of Jetty to be constructed as per the site condition should be mentioned clearly. The Feasibility Report will be sent to Transport Dept./Respective Authority for approval. Necessary assistance should be provided by the agency during verification of the said Feasibility Report by Transport Dept./Respective Authority. b) Preparation of Detail Project Report (DPR) including necessary Soil investigation, Planning, Design, Drawing & Detailed Estimate for Construction of permanent Jetty (if feasible) with Approach road and necessary bank protection work and other allied work. Details of quantity calculations with respect to the drawings shall be submitted along with the estimate. The DPR should be vetted from the Competent Authority as decided by HDA. The estimate shall be prepared based upon the PWD SOR and the SOR of the other Govt. organization. For any non- schedule item, proper rate analysis shall be given along-with the estimate. The respective RL in the Drawing shall be given with respect to the Bench Mark obtained from Irrigation and waterways Directorate. c) Periodic Inspection during execution work. 4. Deliverables for the a) Detailed Feasibility Report 4 sets of hard copy + 1 soft copy jetty at each location b) Vetted Detail Project Report (DPR) including Design, Detailed Drawings & Detailed Estimate- 4 sets of hard copy + 1 soft copy 5. Estimated Cost of : Rate to be quoted. work 6. Completion Period : i) Submission of Feasibility Report-10 days. ii) Submission of DPR-30 days after approval of Feasibility Report from Transport Dept./Respective Authority. 7. Bid Inviting : Chief Executive Officer Authority Haldia Development Authority City Centre, PO-Debhog, Haldia, 721657 Phone No. 03224 255926 Email ID: [email protected] 8. Eligibility Criteria : 1. The Agency Should have experience for preparation of DPR for “Pre (designing, Drawing, estimation, preparation of the project detail Qualification” etc) of Jetty with its all accessories having single total project value of at least 1 crore in the last 5 (five) financial years from the date of NIT in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies/ Institutions. Completion certificate of any sub-contract work shall not be accepted.

2. Statutory Documents: a. Trade License b. Name and address, registration detail of the Firm/agency. c. Latest Income Tax return d. Pan Card (Xerox Copy). 9. Earnest Money : Rs. 10,000.00 (Rupees ten thousand only) EMD shall be submitted Deposit for instruments (Banker’s Cheque / bank draft). The earnest money of unsuccessful Bidder shall be returned back not later than 30 days from the bid validity period without interest. 10. Last Date, Time & : Within 3.00 p.m. on 16.08.2017 at the Office of the Chief Place of Submission Executive Officer, Haldia Development Authority, Haldia Unnayan of Tender Bhawan, City Centre, PO.-Debhog, Haldia , West Bengal-721657 Documents 11. Date and time of : On 16.08.2017 at 3.30 pm at the Office of the Chief Executive opening of Tender Officer, Haldia Development Authority, Haldia Unnayan Bhawan, City Centre, PO.-Debhog, Haldia , West Bengal-721657 12. Submission of Bid : Tender documents should be submitted in sealed envelope properly Documents marked as NIT No. and the Name of work along with Name and Address of the Bidder. 13. Financial Bid : Rate shall be quoted in the Financial Bid Form provided with this NIT. 14. Validity of Bid : 120 days 15. Important :  All duties, taxes, royalties, cess, including 1% Cess under W.B. Instructions Building and other Construction Workers (Regulation of Employments & Condition of Service) Act, 1996], toll, taxes and other levies payable by the agency 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 site before quoting their rates.

Chief Executive Officer Haldia Development Authority

Memo No. 1115(17)/HDA/IX-T-29 Dated : 07/08/ 2017 Copy forwarded for information to: 1. The Chairman, Haldia Development Authority 2. The Joint Secretary, Transport Deportment, Paribahan Bhawan, 12, R.N. Mukherjee Road Kol-01. 3. The District Magistrate, Purba Medinipur. 4. The Deputy Chairman, KoPT, Haldia Dock Complex, Jawahar Tower, Township, Haldia. 5. The Additional Executive Officer, Purba Medinipur Zilla Parishad, . 6. The Technical Advisor, Transport Deportment, Paribahan Bhawan, 12, R.N. Mukherjee Road Kol-01. 7. The Sub-Divisional Officer, Haldia, P.O.- Khanjanchak, Purba Medinipur. 8. The Sub-Divisional Officer, Tamluk, P.O.- Tamluk, Purba Medinipur. 9. The District Engineer-In-Charge, Purba Medinipur Zilla Parishad, Tamluk. 10. The Executive Engineer, East Midnapore Division, I&W Dte. Tamluk. 11. The Executive Engineer, Division, I&W Dte. Contai. 12. The District Information & Cultural Officer, Purba Medinipur 13. The District Informatics Officer, NIC, Purba Medinipur, Tamluk with a request to publish it in the official website of Purba Medinipur District. 14. The Assistant Planner-I, HDA. 15. 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. 16. CA to the CEO, HDA 17. Reception / Notice Board.

Chief Executive Officer Haldia Development Authority 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 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: a. Trade License. b. Name and address, registration detail of the Firm/agency. c. Credential certificate in support of execution of similar nature of work. d. Relevant document authenticated/ certified by the client in support of preparation of DPR for Gangway-Pontoon type Jetty having total project value of at least 1 crore. e. Latest Income Tax return f. Pan Card (Xerox Copy). g. Details of the firm as the per enclosed Format Note: i) Similar Nature of Work: Preparation of DPR for Gangway-Pontoon type Jetty. ii) 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. Submission of Hard Copies of the Tender Documents The original copies of document of the Demand Draft/Bank Draft towards 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.

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. 4. Work Experience required: 4.1 TECHNICAL: Should have experience for preparation of DPR (designing, Drawing, estimation, preparation of the project detail etc) of Jetty with its all accessories having single total project value of at least 1 crore in the last 5 (five) financial years from the date of NIT in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies/ Institutions. Completion certificate of any sub-contract work shall not be accepted. 4.2 Key Personnel: The agency should have or should engage the respective key personnel to complete the assignment, as follows,

Sl. No. Key Personnel to be engaged Years of Experience

1 Structural Engineer having Degree of B.E/B.Tech 7 years (at least) (Civil). 2 Naval Architect 5 years (at least)

3 Estimator having Degree of B.E./ Diploma (Civil). 5 years (at least)

4 Surveyor having Degree of Diploma (Civil/Survey) 3 years (at least)

Self attested CV/ Bio Data of each key personnel should be submitted by the agency in the Technical Bid. 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. 6. Penalty for suppression / distortion of facts : If any tenderer fails to produce the original hard copies of the documents 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 2 (two) years. 2.2 FINANCIAL BID: 1. Rate shall be quoted in the Financial Bid Form provided with this NIT. 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. 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 agency : It may again be reiterated that all the Taxes will have to be borne by the agency 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. 3. Conditional and incomplete tender : Conditional and incomplete tenders shall be summarily rejected.

4. Acceptance of Tender : Lowest valid rate will 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. 5. Payment a) Payment of feasibility report will be made after approval of the same by Transport Dept./ Respective Authority. b) The DPR should be vetted from the Competent Authority as decided by HDA. Payment for preparation of DPR will be made as per the following schedule.

On submission of vetted DPR including 60% of the quoted amount for 1. drawings, detailed design and detailed estimate. preparation of DPR. 20% of the quoted amount for 2. After start of execution of work at site. preparation of DPR. 20% of the quoted amount for 3. After 30% physical progress of execution work. preparation of DPR.

The payment of 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.

6. Evaluation: After evaluation of the Technical Bid to be submitted by the bidders, Technically Eligible Bidders will be selected and their Financial Bid will be opened only. Among them L-1 bidder will be selected based upon the summation of all the quoted amount against each item of work as given in the Financial Bid. Work may be awarded to the L-1 bidder. 7. 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. 8. Other Terms & Conditions: 8.1 Preparation of Detail Project Report (DPR) shall be taken up if the construction of permanent Jetty is feasible according to the approved feasibility report for any particular location. 8.2 Bidders are requested to be present in person during the opening of bid. 8.3 The tender accepting authority may ask any tenderer to submit analysis to justify the rate quoted by the tenderer. 8.4 The Agencies shall abide by all the labour welfare laws and their modifications from time to time, if any, within the contract period. Minimum labour wages act, 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 agency. 8.5 During preparation of feasibility report or DPR necessary co-ordination with Transport Dept. and other concerned Authority, if required, to be done by the agency. 8.6 The agency shall co-ordinate and provides all the necessary assistance for obtaining necessary clearance/ statutory permission for construction of jetty, from the respective competent authority. 8.7 HDA takes no responsibility for any delay/loss/non-receipt of tender document or any other letter sent by post either way. 8.8 Bidders can approach only the Executive Engineer (Civil), HDA for any clarification with respect to this tender. 8.9 The decision of authority with respect to this tender is final and binding. 8.10 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. 8.11 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. 8.12 The successful bidder shall ensure that qualified engineers and key personnel are deployed to carry out the works successfully. 8.13 If substandard works is detected, then the authority shall have right to direct the agency to re-do the work once again, check the qualification of engineers and key personnel, penalize the agency etc. 8.14 The successful Tenderer 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. 8.15 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. 8.16 Original copy of all certificates shall be produced for checking and verification of all supporting documents on request of HDA. 8.17 Penalty for Delay: compensation an amount equal to one percent or such smaller amount as the Authority (whose decision in writing shall be final) may decide, on the amount of the tendered amount of the whole work as shown in the tender for everyday. 8.18 The agency should possess the requisite and relevant equipments and machineries for performing the work. If equipments and machineries are not deployed as per the requirement, the Engineer in charge is authorized to stop the work and direct the agency to deploy them immediately. If the agency fails to carry out the direction, then the authority may take appropriate action including forfeiture of EMD and cancellation of the work order. 8.19 Photograph: The agency has to submit the required photographs in the DPR and also during their periodic site visit. 8.20 HDA reserves the right not to allow the agency to participate in future tenders under the following circumstances. (i) Delay in completion of job. (ii) Performance in terms of quality. 8.21 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. 8.22 The scheme/ work is taken up by the authority for improvement of rural area connectivity and the work order is issued in the interest of social welfare. 8.23 The personnel/workers engaged for the work shall be the employees of the Agency and will take their remuneration/wages/ statutory benefits from the agency. 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 and the Authority shall not be responsible for such liabilities. 8.24 The Agency shall comply with all the rules and regulations regarding safety, security and other statutory obligations of its workers and the Authority will in no way be responsible in any manner in case of any miss-happening with their workers at any place. 8.25 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 notice to the agency to make up the discrepancy/shortfall of the work as instructed by the authority, failing which the contract/work order will be terminated. 8.26 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 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

FINANCIAL BID FORM Name of the work : Preparation of Detailed Feasibility Report including Hydrographic, Bathymetric & Topographic Survey and Detailed Project Peport including necessary Soil investigation, Planning, Design, Drawing & Detailed Estimate for construction of Permanent Jetties at the following locations in Purba Medinipur District. 1. Donipur, under Mahishadal Block. 2. Tangrakhali, under Nandakumar Block. 3. Asnan Narkelda, under Moyna/Bhagabanpur-I Block. Rate shall be quoted in the following format as ‘Financial Bid’ and to be placed in a separate envelope clearly marking “Financial Bid”.

Sl. Rate Quoted Location Item of Work No. (in Rs.) a) Preparation of Detailed Feasibility Report including Hydrographic & Topographic Survey for construction of permanent Jetty as per the site condition. 04 sets of hard copy + 1 soft copy Danipur, under 1 b) Preparation of Detail Project Report (DPR) including Mahishadal Block. necessary Soil investigation, Planning, Design, Drawing & Detailed Estimate for Construction of permanent Jetty (if feasible) with Approach road and necessary bank protection work and other allied work. 04 sets of hard copy + 1 soft copy a) Preparation of Detailed Feasibility Report including Hydrographic & Topographic Survey for construction of permanent Jetty as per the site condition 04 sets of hard copy + 1 soft copy Tangrakhali, under 2 b) Preparation of Detail Project Report (DPR) including Nandakumar Block. necessary Soil investigation, Planning, Design, Drawing & Detailed Estimate for Construction of permanent Jetty (if feasible) with Approach road and necessary bank protection work and other allied work. 04 sets of hard copy + 1 soft copy a) Preparation of Detailed Feasibility Report including Hydrographic & Topographic Survey for construction of permanent Jetty as per the site condition 04 sets of hard copy + 1 soft copy Asnan Narkelda, 3 under b) Preparation of Detail Project Report (DPR) including Moyna/Bhagbanpur- necessary Soil investigation, Planning, Design, I Block. Drawing & Detailed Estimate for Construction of permanent Jetty (if feasible) with Approach road and necessary bank protection work and other allied work. 04 sets of hard copy + 1 soft copy

TOTAL AMOUNT =

Signature of the bidder with Seal. DETAILS OF THE FIRM

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 with 6 full address (Attach evidence)

7 PAN No. (Attach self attested copy)

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

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

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

attested copy) , if any

______(Signature of the Bidder with date and Seal)