OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document...

29
OFFICE OF THE CHIEF EXECUTIVE OFFICER Haldia Development Authority (ISO 9001:2015 Certified) (A Statutory Authority under Government of West Bengal) City Centre, P.O. Debhog, Haldia-721657, Dist: Purba Medinipur Ph.: (03224) 255926, Fax-255927, e-mail : [email protected] Web.: www.hda.gov.in , Toll Free No.1800-345-3224 NOTICE INVITING ONLINE TENDER (E-TENDER)NO.:56/HDA/EC(MECH) OF 2018–2019 (3 RD CALL) SCHEDULE OF IMPORTANT DATES OF BIDS Name of Scheme: INSTALLATION OF 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA- JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875; 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 & 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA- JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR. PARTICULARS DATE & TIME Date of Publication : 22.02.2019 Document download start date : 23.02.2019 Document download end date & time : 08.03.2019 up to 3:00 p.m. Pre-bid meeting in the Board Room of the office of CEO, HDA, Haldia : 01.03.2019 at 03.30 p.m Bid submission start date : 02.03.2019 Last date of Online submission of Technical Bid and Financial Bid. : 08.03.2019 up to 03:30 p.m . Opening of Technical Bid at the Office of the CEO, HDA Haldia : 11.03.2019 at 04.00 p.m. Opening of Financial Bid at the Office of the CEO, HDA Haldia : To be intimated through On-line after evaluation of Technical Bid, Validity of bid : 120 days w.e.f the date of publishing this NIT Completion Period of the work : 60 (Sixty ) days from the date of issuance of Work order Maintenance Period : 3 (Three) years after the date of completion

Transcript of OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document...

Page 1: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

OFFICE OF THE CHIEF EXECUTIVE OFFICER Haldia Development Authority (ISO 9001:2015 Certified)

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

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

NOTICE INVITING ONLINE TENDER (E-TENDER)NO.:56/HDA/EC(MECH) OF 2018–2019 (3RD CALL)

SCHEDULE OF IMPORTANT DATES OF BIDS

Name of Scheme: INSTALLATION OF 1(ONE) NO. SUBMERSIBLE PUMP AT

JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875; 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 & 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA-JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR.

PARTICULARS DATE & TIME

Date of Publication : 22.02.2019

Document download start date : 23.02.2019

Document download end date & time : 08.03.2019 up to 3:00 p.m.

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

: 01.03.2019 at 03.30 p.m

Bid submission start date : 02.03.2019

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

: 08.03.2019 up to 03:30 p.m.

Opening of Technical Bid at the Office of the CEO, HDA Haldia : 11.03.2019 at 04.00 p.m.

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

after evaluation of Technical Bid,

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

Completion Period of the work : 60 (Sixty ) days from the date of issuance of Work order

Maintenance Period : 3 (Three) years after the date of completion

Page 2: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

NOTICE INVITING ONLINE TENDER (E-TENDER)NO.:56/HDA/EC(MECH) OF 2018–2019 (3RD CALL)

FOR

INSTALLATION OF 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875; 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 & 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA-JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR.

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 on execution of similar nature of work. The details are given below:

1. Name of work : INSTALLATION OF 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875; 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 & 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA-JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR.

2. Location of Work : 1) AT JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875,

2) AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 &

3) AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA-JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR.

3.

Scope of Work : Boring deep tube well maximum 332.0 M length and should have minimum 50 mm gap in between the outside of the tube well pipe and the bore.

Supply & installation of PVC rigid pipes and fixing conformity to ASTMD-1785 (medium duty, Sch-80) of 100 mm dia. & 50 mm dia. and HDPE strainer of approved make with adapter conforming to I.S. specification.

Supply, fitting and fixing of submersible pump directly coupled with wet winding type submersible motor of discharge- 3.0 cu.m/hour, head-56 mtr., impeller –SS/GM/Nory, shaft-SS, motor single phase-220 volt+5%, mode of starting-DOI

Page 3: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

2.5 sq. mm 3 core PVC insulated 1.1 KV grade flat submersible cables.

32 Amps, 240 volt SPN Main switch having rewireable type fuse grip.

Pressure gauge, CIDF NRV, CIDF Sluice valve etc.

Submission of Water Quality Test Report to be certified by third party such as PHED, Govt. of WB.

Construction of over head tank structure for 2 (two) nos 1000 liter capacity.

Inscription Block of size (600 mm x 600 mm) shall have to be fixed.

Other works as per the estimate and as instructed by the authority.

4. Estimated Cost of work

: 16, 76,523/- (Rupees Sixteen Lakhs Seventy Six Thousand

Five Hundred Twenty Three) only.

5. Completion Period of the work

: 60 (Sixty) days w.e.f the date of issuing of work order

6. Maintenance Period or the Defect Liability Period

: 3 (Three) years from the date of completion.

7. Security Deposit against work

: 10% of Contract Value

8. Bid Inviting Authority

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

9. Eligibility Criteria for the Bids

:

(i) The agency should have successfully executed (100%) sinking of tube well/ submersible pump having a single nature of completed work of minimum value of 20% i.e 3.36 lakh of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; Or

(ii) Successfully executed sinking of tube well/ submersible pump having one single running work of which has been completed to extent of 70% i.e 11.74 lakh or more and value of which is not less than the desired value as (i) above, during 5(five) years prior to the date of issue of the tender notice in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / 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.

Page 4: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

1. Average Annual Turn Over from Contracting business for the past 3 (Three) Financial Years should be equal to or more than 10.06 Lakh from Contracting Business. Any document is support of Average Annual Turnover of the firm.

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

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

f. Copy of pan card g. Latest Income Tax return h. Professional Tax return i. GST registration No with relevant document. j. Any document is support of Average Annual Turnover

of the firm.

10.

Earnest Money Deposit

:

33,530/- (Rupees Thirty Three Thousand Five Hundred Thirty Only).

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.

11.

11.

Bid document Requisition/Purchase

:

Bid Document is available in the HDA’s official website, 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.

Page 5: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

12. Document download start date

: 23.02.2019

13. Document download end date

: 08.03.2019 up to 3:00 pm

14. Date of Pre Bid meeting

: At 4.00 pm on 01.03.2019 in the office of the Chief Executive Officer, Haldia Development Authority, Haldia Satish Samanta Bhawan , City Centre, PO.-Debhog, Haldia , West Bengal-721657

15. Start date & time of submission of Bid

: 02.03.2019

16. Last Date & Time of Submission of Technical and Financial Bid Online

: Within 3.30 p.m. on 08.03.2019 through E-portal. It may be reiterated that the bidders shall submit the technical and financial bid only through online by following online bid submission procedure.

17. Date and time of opening of Technical Bid submitted on line.

: 11.03.2019 at 4.00 pm at the Office of the Chief Executive Officer, Haldia Development Authority, Satish Samanta Bhawan, City Centre, PO.-Debhog, Haldia , West Bengal-721657

18.

Technical Bid Evaluation

: The technical bid will be evaluated by the tender 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 submitted on line of only the technically qualified bidders

: To be intimated through On-line after evaluation of Technical Bid,

20.

Financial Bid : Rate shall be quoted in percentage above/less/at par against the tender value

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

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

The tenderer shall include Income Tax, Sales 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.

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.

If the lowest rate comes to below 10% of the estimated value then performance security @2.5% of the contract value should be paid in the form of Demand Draft in favour of CEO, HDA, within 3 days after opening of financial bid. The same may be released after completion of the work.

21. Validity of Bid : 120 days

Page 6: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

22.

E-Tender registration and bidding

: ONLINE BIDS: The bidders interested to submit the bid Online shall get registered 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.

Training on e-tender can also be availed from Office of the CEO, HDA if desired by the bidder during office hours.

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.

Training on E-tender : Training on e-tendering will be given to the bidders on request. However, a brief training session will be organized on the day of pre-bid meeting.

24.

Important Instructions

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

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

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

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

The intending bidders are requested to inspect the proposed locations of water supply connection before quoting their rates.

Chief Executive Officer Haldia Development Authority

Page 7: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

Memo No.: 3394/1(10) /HDA/_IX-B-11(P-XV) Date: _ 21/02/ 2019 Copy forwarded for information to:

1. The Chairman, Haldia Development Authority

2. The District Magistrate, Purba Medinipur.

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

Parishad, Tamluk, Purba Medinipur.

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

5. The Chairman, Haldia Municipilaty.

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

7. The District Informatics Officer, NIC, Purba Medinipur, Tamluk with a request to publish

it in the official website of Purba Medinipur District.

8. 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.

9. CA to the CEO, HDA

10. Reception / Notice Board.

Chief Executive Officer Haldia Development Authority

Page 8: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

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).

2.1 TECHNICAL BID 2.1.1 Receiving of documents

Relevant documents must be uploaded online for participating in this tender. If the mandatory documents are not submitted online within the stipulated date & time, then bid of the applicant shall summarily be cancelled and the bid offer shall not be opened. The Details of Mandatory Documents are given below: Mandatory Documents:

i. 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. Work Completion Certificate as Credential iii. Filled up Form-I iv. Filled up Form-II v. Filled up Form-III

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

vii. Copy of pan card viii. Latest Income Tax return

ix. Professional Tax return x. GST registration No with relevant document.

xi. Any document is support of Average Annual Turnover of the firm. 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.

Page 9: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

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 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.

2.1.4 Average Annual Turnover

Average Annual Turnover during last 3 (three) years should be more than 10.06 Lakh

2.1.5 CREDENTIAL

2.1.5.1 Technical :

i) The agency should have successfully executed (100%) sinking of tube well/ submersible pump having a single nature of completed work of minimum value of 20% i.e 3.36 lakh of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; Or

ii) Successfully executed sinking of tube well/ submersible pump having one single running

work of which has been completed to extent of 70% i.e 11.74 lakh or more and value of which is not less than the desired value as (i) above, during 5(five) years prior to the date of issue of the tender notice in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / 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.

The work completion certificate (100 %) 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, in the technical bid for verification of the credential. Payment certificate may also be submitted

Page 10: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

for successfully completed work along with the said certificate. Completion Certificate regarding part completion of tendered work shall not be accepted. 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 said certificate under their signature along with the tender documents. The similar nature of work is mentioned in the Form-I, therefore agencies who have completion certificate/ payment certificate against any of the works mentioned in Form-I shall be eligible for this tender.

2.1.5.2 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.

2.1.5.3 Financial

The average Annual Turn Over from contracting business for the past three financial years of the firm should be more than 10.06 Lakh. Annual Turnover statement shall be submitted in the Form-II. Any document is support of Average Annual Turnover of the firm.

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

2.1.7 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.

2.1.8 Penalty for suppression / distortion of facts :

If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificates, average annual turnover 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. Single rate (percentage above or below or at par) shall be quoted in the financial bid.

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

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

4. The tenderer shall include Income Tax, Sales 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.

Page 11: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

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.

6. If the lowest rate comes to below 10% of the estimated value then performance security @2.5% of the contract value should be paid in the form of Demand Draft in favour of CEO, HDA, within 3 days after opening of financial bid. The same may be released after completion of the work.

2.2.1 Taxes & duties to be borne by the Contractor:

It may again be reiterated that all element of Taxes, 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 Return of Earnest Money of the unsuccessful tenderer(s)

For return of the Earnest Money will be made by this office within 30 days after acceptance of the successful bidder’s rate and after getting approval from the authority.

5 Payment

The progressive and stage-wise payment will be made depending upon the executed

work as follows:

Sl No. Payment Bill Stage of Completion of Work

1. 1st & Final Bill After successful completion of the scheme.

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.

6 Security Deposit

The bidder shall be required to properly maintain the work including all its components

for a period of 03 (three) years from the date of completion of the whole work

recorded in the MB. 10% will be deducted from each RA bill as Security Deposit. The

Page 12: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

EMD shall be adjusted with the Security Deposit. The release of S.D. would be subject

to quality and proper maintenance of the work and its components satisfactorily for the

entire security period. Failure to execute proper maintenance of the work will lead to

forfeiture of the security deposit.

An application along with a prescribed format of this office to be submitted for release

of S.D. for which the contractor should apply to the authority at least 2 (two) months

prior to the last date of defect liability period with an undertaking that the work is

maintained properly as per the terms of contract.

6.1 The schedule for release would be as below:

1. After 1st year from the date of completion of work – 30% of SD.

2. After 2nd year from the date of completion of work – 30% of SD.

3. After 3rd year from the date of completion of work – 40% of SD.

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 Terms & Conditions:

8.1 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.

8.2 Tenderers requested to be present in person during the opening of technical and financial bids.

8.3 Questionnaires for the pre-bid meeting if any shall be forwarded to this office on or before 01.03.2019 up to 4.00 pm.

Page 13: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

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

8.5 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 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

contractor.

8.6 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.

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

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

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

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

within the tender validity period.

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

other letter sent by post either way.

8.10 Tenderer can approach only the Executive Engineer (Civil)/(W/S), HDA for any

clarification with respect to this tender.

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

8.12 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.

8.13 The 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.

8.14 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.

Page 14: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

8.15 After receipt of the Work Order, the successful Tenderer shall submit the work

programme, Bar chart of execution of the work, establish site office and deploy Site

Engineers. He shall also maintain Work Order Copy, Drawings, schedule of work and

tools & tackles at site to assists HDA Engineers to carry out necessary checking and

supervision of the work.

8.16 Successful Tenderer shall have to submit Water Quality Test Report to be certified by

third party such as PHED, Govt. of WB.

8.17 It has been observed that the successful bidders deploy unqualified engineers and

supervisor during execution of work. Therefore, the successful bidder shall ensure that

qualified engineers are deployed to carry out quality works. If substandard works during

the execution of work 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 supervisors,

penalize the agency etc.

8.18 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.

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

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

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

and the SD money will be forfeited.

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

8.21 An amount equal to 1% of the contract amount will be deducted from the RA bill / final

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

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

welfare cess Act, 1996” apart from other statutory deductions from bills/ payment due.

8.22 No advance will be paid to the contractor. The contractor will pay minimum wages to

his workmen in the presence of HDA engineers and only after certification by HDA

engineers that the minimum wages have been paid the bill will be processed.

8.23 Progressive payment will be paid in running account bill subject to good performance.

Payment may be withheld / not made on average or poor quality of job. If the agency

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

tender of HDA.

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

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

of the work.

Page 15: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

8.25 Reinforcement Steel shall be of SAIL or TATA or RINL and cement from ACC, Ultratech, Gujarat Ambuja or other reputed brands approved by HDA for which test certificate in original shall have to be produced for approval.

8.26 In case of earth work in formation/ development filling, the contractor will take up such

filling in layers not exceeding 250 mm in each layer. The necessary compaction test

will be carried out and the report will be submitted to the department before payment of

bill similarly for each sequence of repairing work the contractor will take clearance in

writing from the department, failing which action as deem fit will be taken against him.

8.27 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.

8.28 Royalty: The successful tenderer should deposit royalty to the competent authority

against embankment/filling/land development work with earth. In that case, copy of the

money receipt/challan for deposition of royalty charge should be submitted to HDA and

original shall also be produced for verification of the same.

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

supporting documents on request of HDA.

8.30 Penalty: 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.

8.31 The agency should possess the requisite and relevant equipments and machineries for

the work. If equipments and machineries are not deployed as per the undertaking given

by the contractor, the Engineer in charge is authorized to stop the work and direct the

contract to deploy them immediately. If the contractor fails to carry out the direction,

then the authority may take appropriate action including forfeiture of EMD and

cancellation of the work order.

8.32 Registration of all workers engaged in building and other construction workers to be

done under the Building and other Construction Workers’ (RE & CS) Act, 1996 and the

State Rules, 2004 framed there under to provide for their safety, health and welfare

measures.

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

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

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

final and binding on the concerned agency.

Page 16: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

8.34 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.

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

welfare.

8.36 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.

8.37 The contractor shall collect photography/video photography of the site firstly before the

start of the work, secondly mid-way in the execution of different stages of work and

lastly after the completion of the work. The photographs shall have date digital date

printed. A minimum of 10 such photographs should be submitted at the time of

submission claim for payment. No separate payment will be made to the contractor for

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

photographs.

8.38 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 either quality of materials and workmanship.

8.39 In case of any modification in drawings & estimate etc., it shall be notified to the

vendors during pre-bid meeting or through corrigendum.

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

contract/work order due to the following reasons. i) Poor Progress of work. ii) Poor Quality of work. iii) Adoption of any unfair means during execution of work. iv) Violation/Non-compliance of any instructions of the authority.

For termination of the contract/work, the authority will issue a 7 days’ notice to the

agency/contract to make up the discrepancy/shortfall of the work as instructed by the

authority, failing which the contract/work order will be terminated with forfeiture of

E.M.D., S.D., Performance Security etc.

Page 17: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

8.41 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

Page 18: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

FORM – I

COMPLETION CERTIFICATE (100 % PHYSICAL COMPLETION)

1 Name of the work :

2 Name of the client :

3 Amount put to tender :

4 Contractual amount against the tender :

5 Date of commencement of work :

6 Date of completion as per work order :

7 Actual date of completion :

8

Final gross value of the bill or RA bills for –

(i) The agency should have successfully executed (100%) sinking of tube well/ submersible pump having a single nature of completed work of minimum value of 20% i.e

3.36 lakh of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; Or

(ii) Successfully executed sinking of tube well/ submersible pump having one single running work of which has been completed to extent of 70% i.e 11.74 lakh or more and value of which is not less than the desired value as (i) above, during 5(five) years prior to the date of issue of the tender notice in any Government / Semi Government / Undertakings / Autonomous / Statutory bodies / Local bodies.

:

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

I hereby declare that all the statements made above are true to my knowledge. I also understand that any

discrepancy found in the above statement will render me liable for cancellation of my tender.

(Signature of the bidder)

Note:

1. While calculating the amount, i.e, money value of the major item ‘Earthwork’ stated above, amount of all sub-items like leads, lifts, disposal, transportation included in the major item should be arithmetically added.

2. Completion Certificate (s) should be supported by BOQ(s).

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

Page 19: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

FORM – II STATEMENT ON ANNUAL TURNOVER FROM CONTRACTUAL BUSINESS

This is to certify that the following statement is support of Average Annual Turnover

arrived from contractual business in favour of …………………………………………………. for the

three consecutive years.

Sl. No.

Financial Remarks

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

Page 20: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

FORM-III

DETAILS OF THE BIDDER

Sl. No. Particulars Details

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

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

3 Full Address of Registered Office, if any

(i) Telephone No./ FAX

(ii) Mobile No.

4 Full Address of operating/ Branch Office

(i) Telephone No./ FAX

(ii) Mobile No.

5 E-mail Id

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

7 PAN No. (Attach self attested copy)

8 GST Registration No. (Attach self 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)

Page 21: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

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 “INSTALLATION OF 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875; 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 & 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA-JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR” E-NIT NO. 56/HDA/EC (MECH) OF 2018–2019(3RD 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 DE/SE/AE/SAE of the

Department nor any retired gazetted officers are in our employment 3. The undersigned would authorize and request any bank, person, firm or corporation to furnish

pertinent information as deemed necessary and or as requested by the authority to verify this statement.

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

5. The undersigned agrees to 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 technical Personnel as listed 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:

Page 22: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

Name of Work: INSTALLATION OF 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI PRAMANIK PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 549, J.L NO. 121, KHATIAN NO. 875; 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI BEG PARA, BOOTH NO. 132, MOUZA-JHIKURKHALI, PLOT NO. 12, J.L NO. 121, KHATIAN NO. 156 & 1(ONE) NO. SUBMERSIBLE PUMP AT JHIKURKHALI KALITALA PARA, BOOTH NO. 131, MOUZA-JHIKURKHALI, PLOT NO. 427, J.L NO. 121, KHATIAN NO. 613 AT WARD NO. 07 UNDER HALDIA MUNICIPALITY AREA, HALDIA, PURBA MEDINIPUR.

E-NIT No. : 56/HDA/EC (MECH) OF 2018 – 2019 (3RD CALL)

Details of BOQ

Sl. No.

Description Unit Qnty Rate (Rs.)

Amount (Rs.)

1 Supplying of PVC rigid pipes & fittings Schedule 80 (medium duty) conforming to ASTMD-1785 & Threaded to match with GI - pipes as per IS:1239 (Part-I). (A) PVC rigid pipes (dia) Mtr.

(i) 100 mm dia 54.00 874.00 47,196.00 (ii) 50 mm dia 264.00 282.00 74,448.00

2 Supplying high Density Polythene strainer of approved make with adapter conforming to I.S Specification (i) 50 mm dia

Mtr. 12.00 532.00 6,384.00

3 Supplying, fitting & fixing heavy type bell mouth reducing socket. (i) 50 mm x 100 mm

No. 1.00 455.00 455.00

4 Supplying fitting and fixing steel cutter piece upto 450 mm long with sockets (i) 50 mm dia

Each 1.00 189.00 189.00

5 Supplying, fitting and fixing plug of approved make confirming to I.S. specifications. (i) 50 mm dia

Each 1.00 71.00 71.00

6 Labour for boring tube well of required dia. By water jet system through any type of soil strata including hire and labour charges for boring pipes, scaffolding, tools and plants as necessay and taking out them and lowering pipes, strainers, blind pipe etc. and fitting and fixing the same complete including bucket washing and other incidental works in the connection. The Tube Well should have a minimum 50 mm gap in between the outside of the tube well pipe and the bore.

Mtr.

(i). For depth upto 150 mtr for 50 mm dia tube well with top enlargement of 100 mm dia. a) 100 mm dia boring etc. top enlargement.

54.00 426.00 23,004.00

(ii). For depth upto 150 mtr. a) 50 mm dia boring etc. 96.00 287.00 27,552.00

(iii). For depth more than 150 mtr a) 50 mm dia boring etc. beyond 150 mtr 180.00 216.00 38,880.00

Page 23: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

7 Washing and developing tube well wit air compressor pump and engine for 8 (eight) hours continous pumping per day with necessary arrangements for testing the yield in gallons per hour with 'V' notch including hire and labour charges for all tools and plants and scaffolding as required complete in all respect.

Day 1.00 7538.00 7,538.00

8 Collecting sample of water for bacteriological and chemical test from any depth at any time during execution at work including hire and labour charges for tools and plants and sterilising the equipment, paying all charges and fees, testing etc. complete in all respect as per direction.

L.S. 1.00 1231.00 1,231.00

9 Packing the annular space between the outside of the tube well pipes & strainers and the bore with pea size washed gravel of approved quality having size from 2 mm to 5 mm or the size approved by the Engineer-in-Charge including cost of all materials labour and equipment complete.

M3 1.63 2029.00 3,307.27

10 Supplying of PVC rigid pipes & fittings Schedule 80 (medium duty) conforming to ASTMD-1785 & Threaded to match with GI - pipes as per IS:1239 (Part-I).(A) PVC rigid pipes, 32 mm dia PVC Column pipe

Mtr. 39.00 169.00 6591.00

11 A) Supply & delivery of following materials :-

a) Supply of Chlorinated Polyvinyl Chloride(CPVC) pipes & fittings conforming to IS- 15778:2007. Male threaded adopter:

i) Top adopter, 32 mm dia Each 1.00 47.00 47.00 ii) Bottom adopter, 32 mm dia Each 1.00 433.00 433.00 b) Supplying fitting fixing N.R.V of 32 mm dia as per IS specification 5312, P.N-10 at normal pressure as per direction by Engineer-in-Charge.

Each. 1.00 3250.00 3,250.00

c) Supplying, fitting and fixing gunmetal wheel valve of approved brand and make tested to 21 kg per sq. cm. (for water lines only). 32 mm dia

Each. 2.00 1160.00 2,320.00

d) Supplying of PVC rigid pipes & fittings Schedule 80 (medium duty) conforming to ASTMD-1785 & Threaded to match with GI - pipes as per IS:1239 (Part-I). (L) Reducing Socket(40 mm x32 mm)

Each. 1.00 43.00 43.00

e) Supplying and fixing sheet steel Main Switches on flat iron frame on wall. 30/32 A Amps, 240 V DP with fuse on L&N. Make -Havells

No. 1.00 1315.31 1,315.31

f) 2.5 sq. mm 3 core PVC insulated 1.1 KV grade flat submersible cable Make-Finolex / Netco / any approved make

M 65.00 117.00 7,605.00

g) 0-7 Kg/cm2 Pressure gauge complete set Make - H Guru / Febig / set 1.00 650.00 650.00

Page 24: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

h) Safety device with MS cage and required length suitable size nylon/ polythene rope all complete / set 1.00 2500.00 2,500.00

i) Split type MS Tube Well cover with nut bolts etc. all complete / set 1.00 750.00 750.00

j) Out door type MS febrication Kiosk Bosk having 3 nos. Al bus bar with provision for cable entry way and door locking arrengment all complete as per direction of EIC Make - Any approved make.

No. 1.00 4200.00 4,200.00

B) Making power wiring by supplying 16 sq mm. & 6 sq. mm single core copper wire from service main switch to changeover sqitch & to panel & whereas Make-any approved cable.

Item 1.00 2400.00 2,400.00

12 supply & delivery of submersible pumping machinery directly coupled with wet winding type submersible Motor having following specification Discharge - 3 cu.m. / hour Head -56 mtr. Impeller-SS /GM/Nory/ Shaft-SS Outlet-40 mm /50 mm dia Motor single phase 220 Volt+5% wet winding type submersible motor Mode of startng -DOI Make-KSB / Pluga / Texmo / BG/ Kirlosker / Any approved make N.B. - Manufacturer test certificate along with curve shart should be submitted at the time of delivery.

/ set 1.00 22100.00 22,100.00

13 Supply and delivery of wall mounted cubical type suitable size motor starter panel suitable for upto single phase 3HP submersible motor made of 14 SWG M.S. sheet (2 mm thick) with powder coated spray painting consisting of the following materials-

/Set 1.00 60500.00 60,500.00

1. Analog Voltmeter (0-300V), AE-01 no. 2. Indicator (Yellow)-220 V, AC, Siemens-02 nos. 3. Contactor for main pump (12AMP) Siemens-01 no. 4. Contactor for chlorine pump (9Amp), Siemens-01 no 5. SP MCB (6Amp), siemens-01 no. 6. DP MCB for main pump (20AMP) siemens -01 no. 7. DP MCB for chlorine pump (16Amp), Siemens-01 no. 8. Over Load RElay, siemens-02nos. 9. Over Load Kit. Siemens-02nos. 10. Water Level controller, Minilec-01no. 11. Push switch 220 V, Ac, Technik (illuminated type)-04 nos. 12. Clock Timer, GIC (L&T)-01 no.

13. Contactor for Logic Control (6Amp), siemens-01 no. 14. No delay timer (0.5-10 sec), Simense-02nos.

Page 25: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

Fitting fixing the above materials including internal wiring with suitable size copper wire with socketing etc. all complete as per direction of EIC. PLC Panel-make -ECS / PCE / System & controls /any otehr approved make. N.B. Single line diagram, bills of materials and internal circuit diagram should be submitted bfore delivery of pannel

14 Installation of above Kiosk Bosk as in item no. 11(j) by supplying necessary sand, cement, stone chips etc. all complete as per direction of EIC No. 1.00 1000.00 1,000.00

15 Installation of the pumping machinery panel along with column pipe as per direction of EIC. L.S. 1.00 2500.00 2,500.00

16 Fitting fixing of valves, specials main switch etc. as necessary by supplying all neceaasry materials as per direction of EIC. L.S. 1.00 1000.00 1,000.00

17 Construction of over head tank structure for 2 (two) nos 1000 liter capacity.

i). Earthwork in excavation of foundation trenches or draind, in all sorts of soil (including mixed soil but excluding laterite or sandstone) including removing,uprootingor stacking the spoils within a lead of 75 mtr as directed.The item includes necessary trimming the sides of trenches,levelling,derssing and ramming the bottm,bailing,out water as required complete. a)Depth of excavation noit exceeding 1500 mm

M3 8.712 119.27 1039.08

ii). Earth work in filling in foundation trenches or plinth with good earth in layers not exceeding 150 mm including watering and ramming etc. layer by complete (Payment to be made on basis of measurement of finished quality of work) a) With earth obtained from excavation of foundation.

M3 8.863 77.54 687.24

iii). Single bricks flat soiling of pieced jhama bricks including ramming and dressing bed to proper level and filling joints with powdered earth or local sand.

M2 1.463 346 506.20

iv).Ordinary cement concrete(1:2:4) with graded stone chips (20 mm nominal size) excluding suttering and reinforcement,if any, in ground floor as per relevant IS codes. A) pakur variety Base on rate analysis

M3 0.712 5255.3 3741.77

v).125 mm thick bricks work with 1st class bricks in cement mortar (1:4) in ground floor M2 6.860 707 4850.02

Page 26: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

vi).Ordinary Cement concrete (mix 1:1.5:3) with graded stone chips (20 mm nominal size) excluding shuttering and reinforcement if any, in ground floor as per relevant IS codes. (i) Pakur Variety BASE ON RATE ANALYSIS

M3 4.489 5809.46 26078.67

vii). Hire and labour charges for shuttering with centering and necessary staging upto 4 m using approval shout proves and hick hard wood plank’s of approved thickness with required bracing for concrete slabs, beams, columns, lintel curved or straight including fitting, fixing and striking out after completion of works. (a) 25mm to 30 mm thick wooden shuttering as per decision & direction of Engineer-in-charge.

M2 33.620 324 10892.88

viii)(a). Plaster (to wall,floor,ceiling etc) with sand and cement mortar including rounding off or chamfering corners, as directed and raking out joints including thrating,nosing and drip course, scaffolding/staging where necessary(ground floor)(excluding cost opf chipping over concrete surface) (ii) With 1:4 cement mortar (c) 10mm thick plaster. (ii) With 1:4 cement mortar(c) 10 mm thick plaster

M2 7.479 124 927.40

b).(i) With 1:6 cement mortar (c) 15mm thick plaster(Internal) M2 8.719 137 1194.50

c) (i) With 1:6 cement mortar (b) 20mm thick plaster(External) M2 11.096 156 1730.98

ix). Neat cement punning abut 1.5 mm,thick in wall dado, window sills, floors, drain etc. M2 5.335 34 181.39

x). Reinforcement for reinforced concrete work in the all sorts of structures including distribution bars, stirrups, binders etc. including supply of rods, initial straightening and removal of loose rust (if necessary) cutting to requisite length, hooking and bending to correct shape, placing in proper position and binding with 16 gauge black annealed wire at every inter section complete as per drawing and direction. (i) Tor steel/ Mild steel I. SAIL/ TATA/RINL

MT 0.704 58103.00 40904.51

xi). Artuficial stone in floor,dado,staircase etc with cement concrete(1:2:4) with stone chips,laid in panels as diected with topping made with ordinary or white cement (as necessary) and marble dust in proportion(1:2) including smooth finishing and roundinf off corners including raking out joints or roughening of concrete surface and application of cement slurry before flooring works using cement 21.75 kg/sq mt all complete including all materials and labour (ii)25 mm thk.

M2 10.283 232 2385.66

Page 27: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

xii). Wood work in door and window frame fitted and fixed in position complete including a protective coat of painting at the contact surface of the frame excluiding cost of concrete,iron butt hinges and MS clamps (d)Sal,local

M3 0.050 72954.00 3647.70

xiii). Panel shutters of door and window, as per design (each panel consisting of single plank without joint), including fitting and fixing the same in position but excluding the cost of hinge and other fittings. In ground floor. (In case of non-supply of single plank, penal rate of reduction of 20% will be made) (iv) 25mm thick shutters with 12mm thick panel of size 30 to 45 cm. (a) Ordinary Teak Wood.

M2 1.729 3010.00 5204.29

xiv).(A) Painting with best quality synthetic enamel paint of approved make and brand including smoothening surface by sand papering etc. including using of approved putty etc. on the surface, if necessary :a) On timber or plastered surface :(iv) Two coats (with any shade except white)

M2 3.780 81.00 306.18

xv). Anodised aluminium barrel / tower / socket bolt (full covered) of approved manufactured from extruded section conforming to I.S. 204/74 fitted and fixed with cadmium plated screws: (iv) 150mm long x 10mm dia. bolt. For Door

Each 1.000 63.00 63.00

xvi). For Window ii)75 mm long x10 mm dia bolt Each 1.000 48.00 48.00

xvii). Iron butt hinges approved quality fitted and fixed with steel screws, with ISI mark For door viii) 100 mmx 75mm x3.5 mm

Each 6.000 66.00 396.00

xviii). For Window ii)50 mm x40 mm x2.5 mm Each 4.000 26.00 104.00

xix). Anodised alluminium D - type handle of approved quality manufactured from extruded section conforming to IS specification ( IS- 230/72) fitted and fixed complete. (a) with continuous plate base (hexagonal/ round rod) (iv) 125 mm grip x 10 mm dia rod

Each 2.000 95.00 190.00

xx). Renewing M.S. clamps for door and window frame made of flat bent bar, end bifurcated with necessary screws etc. In cement concrete(1:2:4) including cutting of brick work/concrete work as per direction. (Cost of concrete will be paid separately) 40 mm x 6 mm, 250mm length

Each 10.000 47.00 470.00

xxi). white washing including cleaning and smoothening surface thoroughly. All floors. (b) Two coats

M2 16.198 18.14 293.83

Page 28: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

xxii). Applying Exterior grade Acrylic primer of approved quality and brand on plastered or cencrete surface old or new surface to receive decorative textured(matt finish) or smooth finish acrylic exterior emulsion paint including scraping and preparing the surface throughly, complete as per manufacturer's specification and as per direction of the EIC. Two coats

M2 11.096 45.1 500.43

xxiii).Protective and Decorative Acrylic exterior emulsion paint of approved quality, as per manufacturer's specification and as per direction of Engineer-in-Charge to be applied over acrylic primer as required. The rate includes cost of material, labour, scaffold Two coats a) Normal Acrylic Emulsion

M2 11.096 67 743.43

18 Supplying P.V.C water storage tank of approved quality with closed top with lid(Black) - Multilayer i) 1000 litre capacity

Each 2.00 5128.00 10,256.00

19 Supplying, fitting and fixing bib cock or stop cock. (a)(i) Chromium plate Bib Cock long body short body( Equivalent to Code no. 511 & Model- Tropical/ Sumthing Special of ESSCO or similar brand).

No. 5.00 539.00 2,695.00

20 Supplying, fitting and fixing PVC pipes of approved make of (medium duty) conforming to ASTMD - 1785 and threaded to match with GI Pipes as per IS : 1239 (Part - I). with all necessary accessories, specials viz socket, bend, tee, union, cross, elbo, nipple, longscrew, reducing socket, reducing tee, short piece etc. fitted with holder bats clamps, including cutting pipes, making threads,fitting, fixing etc. complete in all respect including cost of all necessary fittings as required,jointing materials and two coats of painting with approved paint in any position above ground. (Payment will be made on the centre line measurements of total pipe line including all specials. No separate payment will be made for accesories, specials. Payment for painting will be made seperately) (a) For Exposed Work (A) PVC rigid pipes (For delivery & overflow line)

Mtr.

i) 32 mm dia 18.00 236.00 4,248.00 ii) 25 mm dia 12.00 177.00 2,124.00

21 Earthing arrangement by 50 mm dia medium quality 3mtr long G.I. pipe having perorated with bottom nipple and G.I. funnel on the top and making suiitable brick built earthing with CI cover and fixing earth busbar in the pump house including supplying and drawing earth wire from electrode to busbar to all exectrical equipment as per IE Rules and ISS as per direction of E.I.C.

/Set 1.00 2000.00 2,000.00

Page 29: OFFICE OF THE CHIEF EXECUTIVE OFFICER12. Document download start date : 23.02.2019 13. Document download end date : 08.03.2019 up to 3:00 pm 14. Date of Pre Bid meeting : At 4.00 pm

22 Internal electrification of the pump house by 2x1.5 sq.mm PVC installed copper wire through PVC casing for 5 nos points(1 no bracket point, 1 no tube light point, 1 no bulb point and 2 nos bulb head at outside.) and 1 no amps plug point with supplying necessary wiring materials channels tube light fitting tube ballast starter etc. and brass bracket bulk head water light fittings with and shield glass cover required including supplying and fixing of suitablecapacity MCB isolator on the wall continuous earthing by 1 square mm PVC insulated copper wire as per I.E Rules all complete as per direction of EIC. N.B:- All materials should be approvec make.

L.S. 1.00 2500.00 2,500.00

23 Supply, fitting & fixing of Sodium Vapour luminaries complete with 70W(E) Sodium Vapour fixture and lamp including MS bend arm fixing on wall of the pump house towards approach road and drawing power line by 1.5 square mm x 2 PVC insulated copper wire and continuousearthing by 1sq.mm.PVC insulated copper wire and fitting fixing 1(one) no. suitable reting MCB isolator as per direction of EIC.

L.S. 1.00 7500.00 7,500.00

24 Testing and commissioning of pumping machinery and otehr equipments upto entire satisfaction of E.I.C. L.S. 1.00 2100.00 2,100.00

25 Supply, fitting & fixing citizen information board L.S. 1.00 4055.00

4,055.00 Estimated amount (A), Rs. 4,94,024.73

Add 12% as provision for GST (B), Rs. 59,282.97 Sub-Total (A) +(B), Rs. 5,53,307.70

Add @ 1% as provision for Cess (C), Rs. 5,533.08 Total (A) + (B) + (C), Rs. 5,58,840.78

Say, Rs. 5,58,841.00 Total amount for 03(Three) nos. of submersible pumps, Rs. 16,76,523.00