Sei sulla pagina 1di 31

Invitation of Request For Proposal (RFP) due to appointment of

Consultants for Preparation of Detail Project Report including


preparation of Comprehensive Development Plan under Gangasagar
Bakkhali Development Authority. (2nd Call)

NOTICE INVITING ELECTRONIC QUOTATION No. MBL/GBDA/NIQ 02 of


2019-20

CONTENTS :
● Notice Inviting Quotation
● Pre Qualification Criteria
● Instructions to Bidders
● Forms

EMPLOYER:
GANGASAGAR BAKKHALI DEVELOPMENT AUTHORITY.
(A Statutory Authority of Govt. of West Bengal).
Vill. & P.O- Gangasagar,
P.S- Sagar, South 24 Parganas.

EXECUTING AGENCY:
MACKINTOSH BURN LIMITED
(A Govt. of West Bengal Enterprise),
MBL HOUSE, DD-18/8, Sector-I,
Salt Lake City,
Kolkata – 700064.
Office of the General Manager (e-tender),
MACKINTOSH BURN LIMITED (A Govt. of West Bengal Enterprise),
D-1/1, Gillander House,
Kolkata – 700 001.
e-mail.: etendermbl@gmail.com

NOTICE INVITING ELECTRONIC QUOTATION NO. MBL/GBDA/NIQ 02 of 2019-20

On behalf of General Manager (e-tender), an online e-Quotation through e-tendering


portal http://wbtenders.gov.in invited from resourceful, bonafied, experienced, surveying
and consulting engineering firms having credential in similar nature of works as per scope
of works is mentioned below. Intending bidders may download the Bidding Documents
from the website https://www.wbtender.gov.in, directly.

Technical Bid and Financial Bid both shall be submitted concurrently, duly digitally signed,
online at/through the website https://www.wbtender.gov.in. Bidding Documents may be
downloaded from the website and Technical Bid/ Financial Bid submitted as per the
Schedule stated. Bid not submitted online will not be entertained.

Name of work : Invitation of REQUEST FOR PROPOSAL (RFP) due to


appointment of Consultants for Preparation of Detail
Project Report including preparation of Comprehensive
Development Plan under Gangasagor Bakkhali
Development Authority.(2nd Call)

Time of completion : 150 (One Hundred fifty) days from the date of
commencement of work which will be specified in work
Order.

Type of Contract : Lump Sum Contract.

Selection Method : CQCCBS (Highest point basis) 70:30 [Technical Proposal


Financial Proposal].

Cost of Tender : Rs.10,000.00 (Rupees ten thousand only) each set at


the time of agreement to be applicable for successful
bidder only.

Earnest Money Deposit : 1 (One) Lakh during Submission of the tender through
NEFT/RTGS. Balance amount of 2% of Quoted Price to
be provided before issuance of LOA in the form BG
(Format Enclosed).

Proposal Validity Period : 120 (One Hundred Twenty) days from the last date of
opening of the Bid.

Page 2 of 31
DISCLAIMER

The information contained in this request for proposal (RFP) document or subsequently
provided to Bidder(s), whether verbally or in documentary form by or on behalf of
GANGASAGOR BAKKHALI DEVELOPMENT AUTHORITY (GBDA), is provided to Bidder(s) on the
terms and conditions set out in this RFP document and any other terms and conditions subject
to which such information is provided. This RFP document is not an agreement and is neither
an offer nor invitation to any other party. The purpose of this RFP document is to provide
interested Bidder(s) with information that may be useful to them to prepare their proposal
including financial offers (the “Bid”) pursuant to this RFP Document. This specification includes
statements, which reflect various assumptions; assessments arrived at by GBDA in relation to
the project. Such assumptions, assessments and statements do not purport to contain all the
information each Bidder(s) may require. This RFP document may not be appropriate for all
persons, and it is not possible for GBDA and their employees or advisors to consider the
investment objectives, financial situation and particular needs of each Bidder(s) who reads or
uses the RFP document. The assumptions, assessments, statements and information contained
in this RFP document, may not be complete, accurate, adequate or correct. Each Bidder(s)
should, therefore, conduct its own investigations and analysis, and should check the accuracy,
adequacy, correctness, reliability and completeness of the assumptions, assessments,
statements and information in this RFP document and obtain independent advice from
appropriate sources. Information provided in this RFP document to the Bidder(s) is on a wide
range of matters, some of which depends upon interpretation of law. The information given is
not an exhaustive account of statutory requirements and should not be regarded as a complete
or authoritative statement of law. GBDA, its employees, advisors and technical Consultant/s
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion of law
expressed herein. GBDA and their employees, advisors and technical Consultant/s make no
representation or warranty and shall incur no liability under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP document or otherwise, including the accuracy, adequacy,
correctness, reliability of completeness of the RFP document and assessment, assumption,
statement or information contained therein or deemed to form part of this RFP document or
arising in any way in this Bid stage. GBDA, its employees, advisors and technical Consultant/s
also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder(s) upon the statements contained in the
RFP document. GBDA may at their absolute discretion, but without being under any obligation
to do, so update, amend or supplement the information, assessment or assumptions contained
in this RFP document.

The issue of this RFP document does not imply that GBDA is bound to select a Bidder(s) or to
appoint the preferred Bidder(s) for the project and GBDA reserves the right to reject all or any
of the Bidder(s) or Bid without assigning any reason. The Bidder(s) shall bear all its costs
associated with or relating to the reparation and submission of its Bid including but not limited
to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or
presentations which may be required by GBDA or any other costs incurred in connection with
or relating to its Bid. All such costs and expenses will remain with the Bidder(s) and GBDA shall
not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder(s) in preparation for submission of the Bid regardless of the conduct or
outcome of the Bidding Process.
Page 3 of 31
 Scope of work:

i) To prepare the details of design, drawing both architectural & Structural Estimate,
Schedule, Specification & Scope of work including preparation of Bill of quantities for
different item of works and such related data as per the DPR including Sanitary and
Plumbing, Sewerage, Drainage, Landscaping, Fire Fighting, MEP Consultancy all
complete as required for different structures.

ii) To carry out field Survey work and as and when necessary including observation of H.T.L
& L.T.L to relate with the structures proposed.

iii) To carry out Soil investigation of Project site as and when required to adopt the
structures for schemes to be prepared.

iv) To prepare document for clearance from CZMA, NH/NHAI, PWD & PWD(R), I & WD,
PHE as reqd. It is responsibility of intending Consultant/ Bidder to get the required
clearance from requisite authorities.

v) To finalize structural design, drawing and to get approval of the same based on soil
report from any of the IITS/ reputed institutions with prior approval from QIA.

vi) To prepare bill of quantities of all relevant items.

Schemes to be prepared.

Description Quantity
a Elevated Beach front Walkway along 2.3Kms. Stretch of Sea frontage of
Kapil Muni Ashram and Gangasagar Mela Ground.
Walkway structure 69000.00cum
Stone flooring and cladding 39100.00sqm
MS Railings 100.00MT
Electrification As required

b Toilet Blocks for male and female pilgrims and safe drinking water
facilities at designated locations of Gangasagar. (1. Beguakhali - one
toilet complex and one drinking water facility, 2. Benuban Taxi stand-
toilets and drinking water facilities., 3. Bus stand at Gangasagar- toilets
and drinking water facilities.)
Building, S & P, Electricals and others reqd. 1440.00sqm
Pathways 2550.00sqm
Landscaping 1200.00sqm

Page 4 of 31
c Any Time Water (ATW) booths at designated locations of Gangasagar
and Bakkhali-

1. Dala Arcade infront of Kapil Muni Temple (2 units), 2. Gangasagar


GBDA office (1 unit), 3. Gangasagar Cottage near Coastal P.S (1
unit), 4. Gangasagar Tourist lodge (1 unit), 5. Bakkhali parking lot
(2 units), 6. Bakkhali Bus Terminus(2 units), GBDA branch office 35000
at Bakkhali(1 unit) 30 unit
Facilities as reqd.

d Bus Terminus at Bakkhali with passenger amenities-1. Near GBDA toilet


complex cum night shelter at Laxmipur Abad.
Terminal Building 500.00sqm
Bus sheds 900.00sqm
Roads 4000.00sqm
S&P As required
Electrical As required
Fire Fighting As required
Beautification As required
Others as reqd.

e Parking Lots at Benuban and Bakkhali-1. Benuban- parking stand for


100 maxi taxi with passenger rest shed., 2. Bakkhali: parking lot for 100
big vehicle with passenger rest shed near picnic Ground.
Benuban 3500.00sqm
Bakkhali 3500.00sqm
Facilities as reqd.

f Tourist Facilitation Centres at earmarked sites at Frasergunj and


Gangasagar comprising of accommodation, arrangement for food and
other eco friendly facilities mostly using non-conventional sources of
energy. 1. Beguakhali- Cafetaria/ rain shelter, pathways, roads, and
bridge, Landscaping, solar lighting. 2. Gangasagar near GBDA office:
Cottage Buildings, pathways & roads. 3. Bakkhali under Freserganj GP
(near PHE Bungalow): Cottage Buildings, cafeteria, roads and pathways
and others as reqd.

g Welcome Gate at Bakkhali on NH-117


Facilities as reqd.

Page 5 of 31
QUALIFICATION CRITERIA FOR PARTICIPATION IN TENDER

1. Minimum Eligibility Criteria

Only reputed consultants who meet the given minimum eligibility criteria, mentioned
below, as on the date of RFP, are eligible to apply and consultants which do not meet the
necessary eligibility criteria will not be considered for further evaluations. The eligibility of
a bidder will be ascertained on the basis of the digitally signed documents in support of the
minimum criteria as mentioned below. If any document submitted by a bidder is found to be
manufactured or false, incorrect or erroneous, then in such cases the eligibility of the bidder
will be rejected outright at any stage without any prejudice to any other rights and remedies
available to the Tender Evaluation Committee to proceed legally against such bidder.

The bidders shall have to meet the following eligibility criteria :

(i) Credential :

a. A Financially sound Architectural Firm should have preferably prior expertise


and involvement in developing/ upgradation of works for such National Level
in the recent past. The Architect should have sufficient number or in house
technically qualified professionals such as urban designers, town planners,
architects, engineers (civil), quantity surveyors etc. and other consultants. The
firms should have expertise in their respective fields of a minimum of 20 years.
They should have full-fledged offices in West Bengal for the last 5 years.

b. The past performance and contracts details of the Consultant / consultancy


firm of its own fulfilling the following criteria should be submitted. The
Consultancy Firm should have been in the field of providing engineering
consultancy services including preparation of Technical Specification,
drawings and relevant documents, design and engineering of at least

(i) 1 (one) Completed works costing not less than the amount of Rs. 56.00 Crores (The
value of the Project Cost not consultancy fee) each during the last five years in any
State/Central Government, State/ Central Government undertaking, Statutory/ Autonomous
bodies constituted under the Central/ State statute/ Private Sector.

OR

(ii) 2 (Two) Completed works costing not less than the amount of Rs. 28.00 Crores (The
value of the Project Cost not consultancy fee) each during the last five years in any
State/Central Government, State/ Central Government undertaking, Statutory/ Autonomous
bodies constituted under the Central/ State statute/ Private Sector.

Page 6 of 31
(ii) Technical Personnel:-

The bidder must engage the following technical personnel in their pay-roll of full time
engagement. (Authenticated documents in respect of qualification and engagement shall be
furnished for Technical Evaluation. Resume of Proposed Personnel with CV as per enclosed
Format (Form VI) shall also be accompanied with the Technical Bid. [Non statutory
Documents]

Sl Designated Minimum Nos of Minimum years of Experience


No Personnel Technical
Personnel

i) Urban Designer 1 no Graduate in Civil/Architect Engineering -


12 years
ii) Town Planner 1 no Graduate in Civil/Architect Engineering -
12 years
iii) Senior Architect 1 no Graduate Architect - 12 years
iv) Graduate Architect 6 nos. Graduate Architect - 05 years
v) Degree holder (Civil) 2 nos. 05 years experience in Civil Engineering
vi) Diploma holder(Civil) 3 nos. 10 years experience in Civil Engineering
vii) Quantity Surveyor 2 nos. For Graduate Civil Engineer - 5 years,
and 10 years for Diploma Civil Engineer
viii) Diploma Architect 4 nos. 10 years experience
ix) Technical Personnel capable to execute other As per requirement
special type of work

(iii) Financial Capacity:

Financial capacity of a bidder will be judged on the basis of Net Profit and Annual
Turnover.

 The intending Bidder for the Design Consultancy should have an average annual
Turnover of Rs. 5 Crore (Rupees Five Crore) with a minimum turnover of Rs. 4.50
Crore (Rupees Four point five Crore) in each year during last 3 (three) financial
Years.

 The Bidders Net Worth for the last 3 (three) financial Years calculated on the basis of
capital, Profit and free reserve available to the firm should be positive.

 The audited Balance sheet for the last three years, net worth etc. are to be submitted
which must demonstrate the soundness of Bidder’s financial position, showing long
term Profitability including an estimated financial projection of the next two years.

(iv) All the intending bidders have to provide a Technical Presentation before the
CTEC and representatives of Technical Committee.
Page 7 of 31
2. Other important submittal:

(i) Credential certificate issued by the Executive Engineer or equivalent or competent


authority of a State / Central Government, State/ Central Government undertaking,
Statutory/ Autonomous bodies / constituted under the Central/ State statute and
Private sector, on the executed value of completed work will be taken as credential.
Payment certificate will not be treated as credentials. In the case of the credential
issued by any competent authority of a Private Sector, the same must be notarized by
a First Class Magistrate. (Non Statutory Documents).

(ii)Professional Tax deposit Challan for the year 2018-2019, PAN Card, Certificate of
Registration for GST and acknowledgement of up to date filled return, Income Tax
Return Acknowledgement Receipt for last 5 (five) Assessment Year (i.e. 2014-2015,
2015-2016 , 2016-2017, 2017-2018 and 2018-2019), PF registration certificate, upto
date challan for EPF subscription & upto date return for proof of payment of EPF
dues of the workers to be accompanied with the Technical Bid document. (Non
Statutory Documents).

(iii) The bidder shall not be a person/ entity who is presently debarred/ blacklisted by
any Department, Authority or body corporate under the Government of India or any
State Government.

(iv) In case of Proprietorship and Partnership Firms the Tax Audited Report in 3CD
Forms to be furnished along with the Balance Sheet and Profit and Loss Account and
all schedules forming the part of Balance Sheet and Profit and Loss Account for the
last 3 (three) years. Tax Audited Report, Balance Sheet and Profit & Loss Account
including all schedules forming the part of Balance Sheet and Profit & Loss Account
should be in favour of applicant. (Non Statutory Documents)

(v) Copy of Certificate of Incorporation, Memorandum and Articles of Association, Valid


Trade License to be accompanied with the Technical Bid document. (Non Statutory
Documents)

(Vi) Neither prospective bidders nor any of their constituent partner had been debarred
to participate in tender by any Govt. Department / Private Sector or any other Dept.
during the last 5 (five) years prior to the date of issue of this NIT. Such debarment
will be considered as disqualification towards eligibility. (A declaration through
Affidavit in this respect has to be furnished by the prospective bidders as per
prescribed format without which the Technical Bid shall be treated non-responsive)
(Non Statutory Documents)

(Vii) The partnership firm shall furnish the partnership deed duly registered and the
company shall furnish the Registered Article of Association and Memorandum. (Non
Statutory Documents)

Page 8 of 31
(Viii) Where an individual person holds a digital certificate in his own name duly issued
to him against the company or the firm of which he happens to be a director or
partner (even Managing Director), such individual person shall, while uploading any
tender for and on behalf of such company or firm, invariably upload a separate copy
of registered power of attorney (notarized not to be allowed) showing clear
authorization in his favour, by the rest of the directors of such company or the
partners of such firm, to upload such tender. The power of attorney shall have to be
registered in accordance with the provision of the Registration Act, 1908. (As per
notification No. 61/SPW/12 dated 08.06.2012 of the Secretary, Public Works
Department, Government of West Bengal) (Non Statutory Documents)

The Bidder shall fulfill the aforesaid Qualifying Requirements satisfactorily as


stipulated hereinabove and submit documentary evidences as applicable.
Authenticated scanned copies of all documents are to be uploaded in the
designated locations of the e-tender portal and original documents of above copies
are to be produced on demand.

(ix) Information regarding any litigation or arbitration resulting from contracts


executed by the Bidder in the last five years or currently under execution. The
information shall include the names of the parties concerned, the disputed amount,
cause of litigation, and matter in dispute; this information shall have to be
furnished in NON JUDICIAL STAMP PAPER duly notarized.

3. Date & Time Schedule:

1 Date of uploading of N.I.Q Tender. 20.07.2019 from 17.30hrs


Documents (online)
2 Quotation Documents Sale/Download 20.07.2019 from 17.45hrs
start date and time (Online)
3 Start date of Bid Submission 20.07.2019 from 17.45hrs
(Technical and Financial) (On line)
4 Pre Bid Meeting Date & Place 26.07.2019 from 12.00hrs

5 Closing date & time of sale/download 10.08.2019 upto 16.00hrs


of Quotation Document (On line)
6 Closing date of Bid Submission 10.08.2019 upto 16.00hrs
(Technical and Financial) (On line)
7 Date & time of Technical Presentation To be notified later

8 Date & time of opening of Technical 13.08.2019 upto 16.00hrs


proposals (online)
9 Date & time of uploading List of To be notified later
Technically Qualified bidders (online)
10 Date & time of opening of Financial Within 48 (Forty Eight) hours after opening of
Proposals (Online) financial proposal

Page 9 of 31
4. Earnest Money Deposit (EMD)

 Necessary Earnest Money will be deposited by the bidder electronically: online –


through his net banking enabled bank account, maintained at any bank through
generating NEFT/ RTGS challan from the e–tendering portal as per Finance
Department Order No. 3975-F(Y) dated 28th July, 2016. 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 as per the Beneficiary Name &
Account No., Amount, Beneficiary Bank name (ICICI Bank) & IFSC Code and e–Proc
Ref No.

 Earnest Money for an amount of Rs. 1.00 Lakh (Rupees One Lakh only) has to be
submitted during tendering stage. Besides this Balance amount i.e; 2% of Quoted
Amount to be provided before issuance of LOA through Bank Guarantee issued
from any nationalized bank (Format enclosed).

 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(three) working days before the bid
submission closing date as it requires time for processing of Payment of EMD.

 The EMD may be forfeited if bidder

o Withdraws his participation from the Proposal during the period of validity of
the Proposal.
o Fails to extend the validity if required and as requested by the authority.

 The Earnest money of the successful bidder being converted to Security Deposit.

5. Consultancy Tender Evaluation Committee (CTEC)

Authority will constitute a Consultancy Tender Evaluation Committee (CTEC) to evaluate


the responses of the bidding agencies. The CTEC shall be responsible for all aspects and
stages of the consultant selection i.e. issuance of EOI, evaluation of EOI, short-listing of
consultants, deciding Terms of Reference, issuance of RFP, evaluation of technical and
financial proposals, negotiations and final selection of the consultant. Even in case of
selection of consultant the CTEC shall negotiate with the consultant on technical and
financial aspects.

Technical Evaluation Committee Will be decided later on


Price Evaluation Committee

Page 10 of 31
 Documents Comprising the Bid

The following documents, which are to be digitally signed on every page by the
bidder and submitted with the technical bid, will be deemed to be part of the bid.

Section Particulars
1 NIQ
2 Technical bid
3 Financial bid

 Bid Prices

 The Contract shall be for the whole Works, based on the evaluation of technical
capability and priced Bill of Quantities in the ratio of (70:30).

 The Consultant/ Bidder shall have to submit their financial proposal in the form
of following documents:

i. Lump sum Financial Quote in the prescribed BOQ Format

ii. The Consultant/ Bidder will be selected as per the Combined Quality Cum
Cost Based System (CQCCBS).

 The rates quoted by the Bidder shall be deemed to be inclusive of GST, all taxes of
Central and State Governments, local bodies and authorities as applicable.

 The rates and prices and technical capabilities quoted by the Bidder shall be fixed
for the duration of the Bid.

 Since it is a Lump Sum Contract, the Consultant is deemed to have included all
prices in the Financial Proposal, so neither arithmetical corrections nor price
adjustments shall be made.

6. Consortium/JV of Consultants
Consortium/JV is NOT allowed for this project.

7. Pre-Bid Meeting :

All prospective Bidders, requiring clarification on the RFP shall notify CTEC at e-mail
etendermbl@gmail.com by 24th July, 2019 (12.00 hrs) . A Pre-bid Meeting will be held on
26th July, 2019 (12.00 hrs) at D-1/1, Gillander House, 8, N.S. Road, Kolkata - 700001, to
clarify queries, if any, regarding the RFP.

The bidder is requested to submit questions in writing (word/excel format), to reach the
CTEC not later than 48 hours before the scheduled date and time of pre-bid meeting
through e-mail. Answer will be given only to the written queries so submitted.

Page 11 of 31
Interested agencies may attend the pre-bid meeting on the said date. The response to pre-
bid queries submitted along with the corrigendum, if any, would be posted on the websites
http://wbtenders.gov.in. Uploaded Minutes of the Pre Bid Meeting shall be part of the
Tender document.

8. Only One Proposal


Intending Bidder shall submit only one Proposal. A Bidder who submits more than one Bid
will cause the proposals with the Bidder's participation to be disqualified.

INSTRUCTIONS TO BIDDERS

1. General guidance for e- tendering

(i) Registration of bidder: Any bidder willing to take part in the process of e-
tendering will have to be enrolled & registered with the State Government e-
procurement system, on https://www.wbtender.gov.in. The bidder is to click on
the link for e-tendering as given on the web portal and if required, may contact
e-procurement Help Desk.

(ii) Each bidder is required to obtain a Class-II or Class-Ill Digital Signature


Certificate (DSC) for submission of tenders, from the approved service provider
of the National Informatics Centre (NIC). Details are available on the website
https://www.wbtender.gov.in.The bidder can search and download the e-NIT
and Bidding Documents electronically once it logs on to the website
https://www.wbtender.gov.in. This is the only mode of collection of Bidding
Documents. The bidders are also advised to upload relevant documents such as
certificates, purchase order details etc. well in advance under the "My
Documents" Tab at https://www.wbtender.gov.in so that those can later be
selected and attached during bid submission. This is likely to ensure hassle free
upload of bid documents.

(iii) There is no upper limit on the size of the file to be uploaded. However, the speed
of upload is dependent on the memory available in the client system as well as
the network bandwidth used. In order to reduce the file size, bidders are advised
to scan the documents properly, but clarity is to be maintained.

(iv) The Employer will not be responsible for any delay or the difficulties faced
during the submission of bids online by the bidders due to local connectivity or
other issues.

(v) There is no allowed on Sub-contract and Consortium.The Proposal Currency will


be INR and also language will be English.

2. Site Visit

The bidder is advised to visit and examine the site of works and its surroundings and
obtain for himself on his own responsibility all information that may be necessary for

Page 12 of 31
preparing the bid and entering into the Contract. All costs for and associated with site
visits shall be borne by the bidder.

The bidder and any of his personnel or authorized representatives will be granted
permission by Authority to enter upon its premises and lands for the purpose of such
inspection.

The intending bidders may contact to our concerned Dy. General Manager,
Mr. Sagarmay Dasgupta, (Contact No. 9674897710) of Mackintosh Burn Limited,
D- 1/1, Gillander House, 8 N.S Road. Kolkata – 700001 for identification of site
location/ to collect more detailed information.

3. The Bidding Documents :

UNDERSTANDING OF THE BIDDING DOCUMENTS

 The Authority is not responsible for the completeness of the Bidding Document and
its addenda/amendments, if they were not obtained directly from the source stated
by the Authority in the Invitation for Bids.

 The bidder shall be deemed to have assessed, inspected and examined the site and its
surroundings and carried out such surveys as it considers necessary, prior to
submission of this bid.

 The Bidder is expected to examine all instructions, forms, terms, and specifications in
the Bidding Document. Failure to furnish all information required by the Bidding
documents or submission of a bid not substantially responsive to the Bidding
documents in every respect may result in the rejection of the Bid.

CLARIFICATION OF THE BIDDING DOCUMENT

 Bidder shall examine the Bidding Document thoroughly in all respect and if any
conflict, discrepancy, error or omission is observed then the bidder has to submit the
related queries through email within the specified date as mentioned in the date
schedule.

 Authority will assume no responsibility for any understanding or representations


concerning conditions made by any of its Officers or Agents prior to award of the
Contract. No claim whatsoever including those for financial adjustment to the
contract awarded under the specification and documents mentioned hereunder will
be entertained by Authority neither any change in the time schedule of the Contract
nor any financial adjustments arising thereof shall be permitted by Authority, which
arises out of lack of such clear knowledge or its effect on the cost of execution of the
Contract on the part of the Bidder. Any failure by the Bidder to comply with the
aforesaid shall not excuse the Bidder, after subsequent award of contract, from
performing the work in accordance of the contract.

Page 13 of 31
AMENDMENT OF BIDDING DOCUMENTS:

 At any time prior to the deadline for submission of bids as well as up to price bid
opening, CTEC may, for any reason whether at its own initiative or in response to a
clarification requested by prospective Bidders, modify the Bidding document by
issuing addenda/Amendments.

 The amendment/addenda shall be part of the Bidding documents, and will be


notified electronically to all prospective bidders and shall be binding on them.

 In order to provide time to prospective Bidders to take into account such amendment
in preparing their bids, CTEC may, at its discretion, extend the deadline for the
submission of Bids.

 Authority shall in no way responsible if the bidder fails to take notice or act in
accordance to the addenda/Amendments issued time to time.

 CTEC may, at its discretion, extend the deadline for the submission of bids by
amending the Bidding documents, in which case all rights and obligations of CTEC
and bidders previously subject to the deadline, will thereafter be subject to the
deadline as extended.

4. Submission of Tender Documents

 Tenders are to be submitted online through the website https://wbtenders.gov.in.


All the documents uploaded by the Tender Inviting Authority form an integral part of
the bid.

i) Bidders are to keep track of all the Addendum / Corrigendum issued against
the particular NIQ and download copies of the above documents and merge
the Addendum / Corrigendum with respective NIQ.

ii) Bidders are required to upload all the tender documents along with the other
documents, as asked for in the tender and the agendum / corrigenda of the
tender, if published, through the above website within the stipulated date
and time as given in the Tender.

iii) The documents uploaded must be scanned against any virus and digitally
signed using the Digital Signature Certificate (DSC).

 No alteration in the Bid or in the amount(s) or any addition by way of special


stipulation raised by Bidder will be permitted.

 Any Bid which is incomplete, ambiguous, or not in compliance with the Bid
Document is liable to be rejected.

Page 14 of 31
 General process of submission:

Tenders are to be submitted through online to the website stated in two folders at a
time for each work, one is Technical Proposal & the other is Financial Proposal
before the prescribed date & time using the Digital Signature Certificate (DSC). The
documents are to be uploaded Virus free scanned copy of the documents are to be
uploaded duly Digitally Signed. The documents will get encrypted (transformed into
non readable formats).

Statutory Cover Containing:

Technical proposal: (Cover 1)


 Letter for Technical Bid Submission (Form – I)
 Scan copy of RTGS/NEFT (Online Payment Acknowledgement) Earnest Money has
to be deposited by the bidder.
 NIQ with all agenda & corrigendum download & upload the same digitally signed.
In case quoting any rate in the Tender liable to summarily rejected.
 Special Terms, conditions & specification of works, if any.

Financial proposal: (Cover 2)


 Quoting rate will only encrypted in the BOQ under Financial Proposal. The Rate
should be quoted on Lump sum basis inclusive of all charges and taxes, GST
and including the cost of site visit and location and all other incidental
charges.
 Letter of Financial Bid Submission (Form II)

[Note: In case any discrepancy, the amount which is quoted in BOQ will be
considered]

Non statutory Cover Containing:

 Professional Tax (PT) deposit receipt challan for the financial year 2018-2019, PAN
Card, valid 15-digit Goods and Service Tax payer Identification Number (GSTIN)
under GST Act. 2017 with relevant document(s) and any other(s) if applicable.
 Registration Certificate under Company Act. (if any).
 Registered Deed of partnership Firm / Article of Association & Memorandum.
 Registered Power of Attorney (For Partnership Firm / Private Limited Company, if
any).
 Tax Audited Report in 3 CD Form along with Balance Sheet & Profit & Loss A/c for
the last five years (year just preceding the current Financial Year will be considered
as year – I).
 List of Technical staffs along with structure & organization and all other supporting.
 Scanned copy of Original Credential Certificate is to be submitted.

Note: Failure of submission of any of the above mentioned documents (Statutory Cover &
Non statutory Cover) will render the tender liable to be summarily rejected for both
statutory & non statutory cover.

Page 15 of 31
5. Conditional and Incomplete Tender

a) The offer must accompany the Earnest Money as indicated above failing which it will be
summarily rejected.

b) Conditional and incomplete tenders are liable to summarily rejection.

The entire offer to be submitted by the bidder should be unconditional. Any information,
assumption, statement having a direct or indirect relation/ correspondence with the quoted
rates shall be treated as a condition and as such a deviation from the tender norms
stipulated in the tender documents. Bidders are, therefore, requested to thoroughly
scrutinize the entire tender document and seek clarifications if required before submission
of tender.

c) Bidder must quote for all items mentioned in BOQ sheet with all cells filled-up must be
uploaded. Non-submission of this sheet and partial quoting will lead to rejection of the bid.

d) If any bidder fails to produce any original hard copies of the documents like Completion
Certificate or any other documents on demand of the CTEC within a specified time frame or
if any deviation is detected in the hard copies from the uploaded soft copies, it may be
treated as submission of false documents by the bidder and action may be referred to the
appropriate authority .

e) All the uploaded documents will have to be attested by the bidder with official seal
of the agency / company and digitally signed.

f) CTEC reserves the right to accept / cancel any or all tenders without assigning any reason
whatsoever. The CTEC does not bind itself to accept the highest scorer and reserves the
right to accept or to reject any or all the tenders or to split the whole work for entrusting the
same to more than one agency/company.

g) The bidder is expected to carefully examine the Bid documents and fully satisfy himself as
to all the conditions and matters, which may in any way affect the work or the cost thereof.
If any Bidder finds discrepancies or omissions in the Bid documents or is in doubt as to the
true intent or meaning of any part thereof, he can submit his query within the date
stipulated in the NIT for further clarification. Any query for clarification in the above respect
after the submission of bid shall not be entertained. After receipt of such interpretation or
clarification the Bidder shall submit his Bid but within the time and date as specified in the
invitation to Bid. All such interpretation and clarification shall form an integral Step of the
tender documents and must accompany the bid.

h) The agency has to submit written clarification and information if any, verbal
clarification and information shall not be accepted.

i) All the expenses, incidental to the submission of the tender, discussion, conferences, if
any, shall be borne by the bidder irrespective of whether the tender is accepted or not and
the Authority shall bear no liability whatsoever.

Page 16 of 31
j) The tender submitted by a bidder shall become the property of The Authority and The
Authority shall have no obligation to return the same to the Bidder for any reason
whatsoever.

6. Opening of Bid

Step 1: Opening of Cover 1 : Technical Cover along with other important documents

a) Technical covers along with other important documents will be opened by the CTEC or
it’s authorized representative electronically from the website using their Digital Signature
Certificate.

b) Technical covers for those tenders Earnest Money have been received will only be
opened. Proposals corresponding to which Earnest Money have not been received will not
be opened and will stand rejected.

c) Interested bidders may see the tender portal after opening of tender.

d) Decrypted (Transformed into readable formats) documents uploaded under the Cover 1 :
Technical Cover along with other important documents will be downloaded, and
handed over to the Tender Evaluation authority.

e) While evaluation, CTEC may summon the Bidders and seek clarification / information
additional documents or original hard copy of any of the documents already submitted and
if these cannot be produced within the stipulated timeframe, their proposals will be liable
for rejection.

f) Information relating to the evaluation of bids and recommendation of contract award


shall not be disclosed to bidders.

g) Any attempt by a bidder to influence the Authority in the evaluation of the bids or
Contract award decisions may result in the rejection of its bid.

Step 2 Uploading of Summary List of Technically Qualified Bidders

For the purpose of opening of financial bids, CTEC shall shortlist only those agencies who
are technically qualified (Bidder securing 50 out of 100 and above marks in technical
evaluation).
Technically qualified bidders would be called to attend opening of financial bids. The
summary list of eligible bidders for which their Financial Proposals will be considered will
be uploaded in the web portals.

Step 3 Opening of Cover 2 : Finance

i. BOQ sheet, under Cover 2: Finance, uploaded by the Technically Eligible Bidders declared
by the Tender Evaluation authority will be opened electronically from the web portal on the
prescribed date.

ii. The encrypted copies will be decrypted and the rates will be read out to the bidders,
present at that time of bid opening.
Page 17 of 31
7. Evaluation of proposals

The Selection Method will be Combined Quality Cum Cost Based System (CQCCBS) where
bidder will also be evaluated based on Highest point Basis. The criteria will be 70:30
where 70% weightage will be given to Technical Bid and 30% weightage to Financial Bid.

Technical Evaluation

 Consultancy Tender Evaluation Committee (CTEC) will evaluate the responses of the
bidding agencies.

 If there is only one bid, CTEC reserves the right to process the single bid or take
recourse to the process of re-tendering.

 CTEC shall evaluate the responses to the RFP and all supporting documents/
documentary evidence. Inability to submit requisite supporting documents/
documentary evidence, may lead to rejection.

 All proposals received within the prescribed time limit will be scrutinized to assess
their eligibility based on the eligibility criteria and submission of documents. The
proposals which do not meet the eligibility criteria will be rejected, forthwith, or at
any stage of detection.

 The selection will be comprised of evaluation of “Technical Proposals” of only those


Agencies which meet minimum eligibility criteria, followed by evaluation of
“Financial Proposals” of only those Agencies which get a score of 50 or more in the
technical evaluation as per Memorandum 8385 – F(Y) of Finance Dept. Dated
22.11.2013.

 Any effort by a bidder to influence CTEC’s bid evaluation, bid comparison or contract
award decisions may result in the rejection of the bidder's bid and forfeiture of the
bidder's EMD.

 When deemed necessary, CTEC may seek clarifications on any aspect of their bid
from the bidder. However, that would not entitle the bidder to change or cause any
change in the substance of the tender submitted or price quoted. This would also not
mean that their bid has been accepted.

 CTEC may waive any minor infirmity or non-conformity in a bid, provided such
waiver does not prejudice or affect the relative ranking of any other bidder.

 CTEC reserves the right to accept any bid, and to cancel/abort the Tender process
and reject all bids at any time prior to award of Contract, without thereby incurring
any liability to the affected bidder or bidders, of any obligation to inform the affected
bidder of the grounds for CTEC’s action and without assigning any reasons.

Page 18 of 31
Technical Evaluation Criteria
CTEC shall evaluate the consultants for short listing, inter-alia, based on their past
experience of handing similar types of projects, strength of their manpower and financial
strength of the firm.
CTEC will assign following scores to the response of each bid based on weightages assigned
to each of the criteria in RFP.
Serial Criteria Maximum Marks
No
1 Past experience of the firm 40
o Number of years experience 08
o Past experience of studies / job of Similar 20
nature
o Past experience in carrying out studies / job 08
in related sectors
o Studies / job carried out in West Bengal 04
2 Experience of Key Personnel 25
o Qualification 08
o Relevant experience 17

3 Financial Strength of the Consultant 15


o Turnover figure for last three years 08
o Net Profit figure for last three years 07

4 Technical Presentation on Strategy, Approach & 20


Methodology including but not limited to the
following:
o Profile and track record of the company in
terms of credentials and existing client base
o Showcasing the project understanding and its
approach and methodology for project
delivery
o Showcasing the framework and innovation in
project delivery
o Demonstrating bidders capability,
appreciation of requirements and suggestions
o Showcasing experience in similar nature of
work

Total Maximum Score 100

Bidder / Consultants have to secure the minimum 50 % out of 20 marks in Technical


Presentation.
CTEC will short list all the consultants who secure the minimum required marks -50.
At the end of the technical evaluation process, the CTEC shall prepare a technical evaluation
report of the “quality” of the proposals and take competent authority’s approval. The report
Page 19 of 31
shall substantiate the results of the evaluation and describe the relative strengths and
weaknesses of the proposals. All records relating to the evaluation, such as individual mark
sheets, shall be retained until completion of the project and its audit.
 Financial Evaluation

CTEC will open the Financial Proposal within 48 (Forty Eight) hours after evaluation of
Technical proposal.

 Combined Evaluation

Selection of Consultancy firm will be based on the aggregate scores of the Technical
Evaluation and Financial Evaluation. The Consultancy firm which scores the highest
aggregate score would be awarded the contract.

The combined evaluation process is mentioned below:

 The CTEC would evaluate the proposals for short listing only those bidding agencies
which fulfill the eligible marks as mentioned in this document.

 For each of the eligible bidders, a Normalized Commercial Score would be calculated
by the Financial Evaluation Committee.

The methodology for calculation of Normalized Commercial Score is given below:

Normalized Commercial Score of a Bidder = {Lowest Financial Bid Received / Financial


Bid of the bidder under consideration} X 100 (adjusted to 2 decimals)

Final Score = 0.70 * Technical Score + 0.30 * Normalized Commercial Score


Evaluated Highest Final Scorer (H1) will be declared as winner and recommended for
negotiation / approval to the competent authority.

8. Execution of Tender/ Program of works:

The successful agency is required to execute Formal Tender agreement in appropriate


form & submit detailed program of works and methodology for carrying out the works
to the satisfaction of Authority within 7 days from the date specified in the Letter of
Acceptance. Agreement Form will be available on requisite payment as per Govt. rules.

9. Security Deposit:
10% of the quoted amount will be deducted from the consecutive bills.

10. Validity of Bid :


Bid shall remain valid for a period of 120 (One hundred Twenty) days from the last date of
opening of the Bid. During this period the Bidder shall not withdraw or amend his Bid.

(a) The quoted prices shall remain firm till completion of the contract.

Page 20 of 31
(b) Notwithstanding sub-clause (a) above, the Authority may obtain the Bidder’s consent to
extend the validity period of his Bid, as required. The request and response thereto
shall be made in writing. A Bidder accepting the request will not be permitted to modify
his Bid.

11. Liability period:

Selected Consultant (Architect) will be responsible for providing technical assistance to


the Authority during execution of the Project and will be responsible to modify the DPR
according to the site requirement.

12. Monitoring Authority:

The Work will be supervised & monitored by concerned Dy. General Manager,
Mackintosh Burn Ltd. assigned for the project along with G.B.D.A.

13. Submission of Documents:

All design, Drawings, Reports etc are required to be submitted to concerned Dy. General
Manager, MACKINTOSH BURN LIMITED for onward submission to the Authority. All the
submitted documents will be the property of the Authority.

14. Right to accept whole or part of the Tender

Authority reserves the right to accept or reject any Bid and to annul the Bidding process
and reject all Bids at any time prior to award of contract, without thereby incurring any
liability to the affected Bidder or Bidders or without any obligation to inform the
affected Bidder or Bidders of the grounds or the reasons for the Authority's action.

15. Award of Contract / Work order

On selection of the agency and acceptance of financial quote submitted by the selected
agency, a Letter of Intent (LOI) would be issued to the agency. On receipt of LOI, the
agency would submit a letter of acceptance. A performance guarantee will be submitted
within 15 working days of receiving LOI. Thereafter, a detailed work order will be
issued to the agency. Work Order will be issued only after execution of formal tender
and submission of Balance Earnest Money (2 % of the quoted rate).

16. Payment Terms

Payment Provisions, including amounts to be paid, schedule of payments, and payment


procedures, shall be done on
i)Submission of Draft DPR: 50% of the total fees.
ii)submission of Final DPR including final approval of the Authority clearances as
required.: 50% of the total fees.
Payment provisions, including amounts to be paid, schedule of payments, and payment
procedures, shall be agreed upon during negotiations vis-a-vis RFP and also indicated in
Page 21 of 31
the contract. Payments may be made for agreed outputs (as under lump sum contracts).
Payments for advances if any should normally be backed by Bank Guarantee. The limit
for advance payment will be as prescribed in West Bengal Financial Rules. Normally, it
should not exceed 10% of the cost of the contract. Any advance payment should be
backed by a bank guarantee. GST, as applicable, will be paid on actual and normal bank
interest will be applicable as per govt. rules.

17. Conflict of interest

The Authority considers a conflict of interest to be a situation in which a party has an


interest in any matter, that could improperly influence that party's performance of
official duties or responsibilities, Contractual obligations, or compliance with applicable
laws and regulations, and that such conflict of interest may contribute to or constitute a
improper practice by the Authority, which requires that bidders, suppliers, and
contractors under contracts with the Authority, should observe the highest standard of
ethics. The Authority shall take appropriate action if it determines that a conflict of
interest has flawed the integrity of any procurement process. Consequently all bidders
found to have any conflict of interest shall be disqualified.

There should not be any conflict :

(a) Between consulting activities and procurement of goods, works or services :

(b) Among consulting assignments

(c) There should Relationship with Government Ministry / Department’s staff.

18. Professional Liability

The consultant is expected to carry out its assignment with due diligence and in
accordance with prevailing standards of the profession.
19. Unfair Competitive Advantage
Fairness and transparency in the selection process require that consultants or their
affiliates competing for a specific assignment do not derive a competitive advantage
from having provided consulting services related to the assignment in question. To that
end, the request for proposals and all information would be made available to all short
listed consultants together.
20. Applicable Law and Settlement of Disputes
The contract shall include provisions dealing with the applicable law, which should be
the law applicable in India and the forum for the settlement of disputes.
21. Standards of ethics

Government Department as well as consultants should observe the highest standard of


ethics during the selection and execution of such contracts.

Page 22 of 31
(a) In pursuance of the above objective, this policy defines, the terms set forth below as
follows:
“corrupt practice” means the offering, giving, receiving, or soliciting of anything of value
to influence the action of a public official in the selection process or in contract
execution; and “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract,
“Collusive practice” means a scheme or arrangement between two or more consultants,
with or without the knowledge of the CTEC, designed to establish prices at artificial
non-competitive levels.
“Coercive practice’ means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in a procurement process, or
affect the execution of a contract.

22. Timely Completion of Job :

Time of completion is the essence of the contract. The Consultant/ consultancy firm
shall guarantee completion of the work by 150 (One Hundred Fifty) days from the date
of commencement of work which will be specified in work Order.

23. Rejection of Bid

On submission of any Bid, the corresponding Consultant/ consultancy firm shall have
no cause of action or claim against the Authority for rejection of his Bid. The Authority
will always be at liberty to reject or accept any Bid at his sole discretion without
assigning any reason and any such actions will not be called into question and the
Consultant/ consultancy firm shall have no claim in this regard against the Authority.

24. Cancellation of Tenders

Authority may cancel the tender at his discretion without assigning any reasons
whatsoever. In that case bid security will be released without interest. Authority will
not be liable for any other expenses incurred by the Consultant/ consultancy firm to
participate in the tender.

25. Deviations

No deviation is allowed.

SD/-
General Manager. (etender)
MBL
Date

Page 23 of 31
Form I: Letter for Technical Bid Submission
To be provided on ‘Company letter head’

The General Manager (e-tender),


Mackintosh Burn Limited,
D-1/1 Gillander House,
8 N.S.Road ,
Kolkata 700001

Subject: Letter of Technical Bid Submission

Madam / Sir,

This is with the reference under NIQ No ………………………… dated ………………. for
“Invitation of REQUEST FOR PROPOSAL (RFP) due to appointment of Consultants for
Preparation of Detail Project Report including preparation of Comprehensive
Development Plan under Gangasagar Bakkhali Development Authority(2nd Call)”. In
this context, please find enclosed our technical bid in respect of RFP document submitted.

I/We as the authorized representative(s) of the agency hereby declare that all the
information and statements made in this Technical bid are true and accept that any
misinterpretation contained in it may lead to our disqualification. We undertake, if our
Proposal is accepted, to initiate the implementation services immediately in consultation
with the Authority and as per the provisions stipulated in the RFP document. We agree to
abide by all the terms and conditions of the RFP document. We would hold the terms of our
bid valid for 120 days as stipulated in the RFP document.

We understand that the Authority is not bound to accept any Proposal received by it.

Thanking you,

Name of the Bidder: ..................................

Authorized Signatory: .................................

Name:

Seal:

Date:

Place:

Page 24 of 31
Form II: Letter of Financial Bid Submission
To be provided on ‘Company letter head’

The General Manager (e-tender)


D-1/1 Gillander House,
8 N.S.Road ,
Kolkata 700001

Subject: Letter of Financial Bid Submission

I/We as the authorized representative(s) of the agency hereby offer to undertake the
assignment of “Invitation of REQUEST FOR PROPOSAL (RFP) due to appointment of
Consultants for Preparation of Detail Project Report including preparation of
Comprehensive Development Plan under Gangasagar Bakkhali Development
Authority (2nd Call)” in accordance with your NIQ No. ……………………………… dated
……………………..

Our financial bid as per the requirements of RFP document is attached.

Our financial bid shall be binding upon us, up to completion of the period of the contract as
specified in the RFP document.

We understand that the Authority is not bound to accept any Proposal received by it.

Thanking you,

Name of the Bidder: ..................................

Authorized Signatory: .................................

Name:

Seal:

Date:

Place:

Page 25 of 31
Form III: DECLARATION

I,………………………….on behalf of ……………( Name of the company ) do hereby declare that we


have gone through all the documents uploaded by Authority in the form of RFP and other
additional documents along with all published addendums / corrigendum related with the
NIQ No……………………….Dtd:………………… and submitting our bid understanding fully the
relevant tender documents.

I do hereby agree that at the time of signing of contract documents (in case of successful
bidder), we shall submit all the documents signing according to the norms of Authority
adhering to the terms and conditions of instant NIQ.

…………………………………………………………
Signature of appropriate authority with
designation and seal of the company

Note: The above declaration should be submitted in the letter head of the company

Page 26 of 31
Form IV
Affidavit in non-judicial stamp paper certified by notary public or 1st class magistrate

1. I, the undersigned do certify that all the statements made in the attached documents are
true and correct. In case of any information submitted proved to be false or concealed the
application may be rejected and no objection / claim will be raised by the undersigned.

2. The undersigned also hereby certifies that neither our firm M/s.
___________________________________________________________________________________ nor any of
constituent partner had been debarred to participate in tender by any Govt. Dept./
Private sector during the last 5(five) years prior to the date of this NIe-T.

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
Department to verify this statement.

4. The undersigned understands that further qualifying information may be requested and
agrees to furnish any such information at the request of the Department.

5. Certified I have applied in the tender in the capacity of individual / as a partner of a firm
& I have not applied severally for the same job.

6. Certified that, I/ we have access to or have available liquid assets (aggregate of working
capital, cash-in-hand, uncommitted Bank Guarantees) and / or credit facilities not less
than 10% of the estimated cost put to tender. In this respect, I have attached necessary
documents with this application.

7. I/ we, the undersigned do certify that, all the statements made in the attached documents
submitted with bid by me are true and correct. to the best of my knowledge. If any
declaration submitted is found / ascertain/proved to be incorrect / fabricated /
misrepresented / fraudulent/concealed/false etc. the application may be rejected
accordingly tender will be liable to be cancelled / terminated immediately and no
objection/ claim will be raised by the undersigned & I/we / our firm / company shall also
be liable to prosecuted under section 197, 199 & 200 of Indian Penal Code, 1860 along
with section- 71 & section- 73 of Indian Information & Technology act 2008 & any other
applicable law for the time being in force in addition to forfeiture of Earnest Money /
Security Deposit to the Government.

Signed by an authorized officer of the Firm

Title of the Officer

Name of the Firm with Seal & Date


Page 27 of 31
FORM-V
STRUCTURE AND ORGANISATION

1. Name of Applicant (Firm) :

2. Office Address :

Telephone No. :

Mobile No. :

Fax No. :

E-mail ID :

3. Name and address of Bankers :

8. Attach an organization chart :


showing structure of the company
with names of Key personnel and
technical staff with CV as Per Format

9. Please mention the audited turnover of the Consulting Firm in the preceding three
financial years (Lakhs INR)

FY 2018-19 (Year 1): __________________ Lakhs. INR

FY 2017-18 (Year 2):__________________ Lakhs. INR

FY 2016-17 (Year 3):__________________ Lakhs. INR

Note: i)Application covers Proprietary Firm, Partnership, Limited Company or


Corporation.
ii)Financial Year 2017-18 will be considered as year 1 in case of unavailability of
authentic document (IT Return and Annual Turnover) of F.Y. 2018-19. In that
case, a Certificate from Chartered accountant should be furnished.

____________________________________
Signature of applicant including title and
capacity in which application is made

Page 28 of 31
FORM - VI

Details of Personal: Bidders should provide the names of suitably qualified personnel to
meet the requirements specified (Evaluation and Qualification Criteria). The data on their
experience should be supplied using the Form below for each candidate with their CV.

Resume of Proposed Personnel with CV

Position
Personnel information
Name Date of birth

Professional qualifications
Present employment
Name of employer

Address of employer

Telephone Contact (manager/ personnel


officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular


technical and managerial experience relevant to the project.

From To Company/Project/Position/ Relevant


Technical and management experience

Page 29 of 31
FORMAT OF THE BANK GUARANTEE FOR BALANCED EARNEST MONEY DEPOSIT
(2 % of Quoted Amount)

To
MACKINTOSH BURN LIMITED
D-1/1 Gillander House,
8 N.S.Road ,
Kolkata 700001

WHEREAS _____________________________________________________ has undertaken, in pursuance of


Contract No: _____________________________________________________ .”

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a Scheduled commercial bank for the sum specified
therein for “EARNEST MONEY DEPOSIT” for compliance with his obligation in accordance
with the Contract ;

AND WHEREAS we ________________________________________________________


(Indicate the name of the bank & branch) have agreed to give the Contractor such a Bank
Guarantee.

NOW THEREFORE we _____________________________________ (Indicate the name of the bank &


branch) hereby affirm that we are the Guarantor and responsible to you on behalf of the
Contractor, upto a total of Rs. _______________ (Rupees _____________) Only.

We undertake to pay you, upon your first written demand and without cavil or argument, a
sum within the limits of of Rs. _______________ (Rupees _____________) Only as aforesaid without
your needing to prove or to show grounds or reasons for your demand for the sum specified
therein.

We ______________________________ (indicate the name of the bank & branch) hereby waive the
necessity of your demanding the said debt from the contractor before presenting us with the
demand.

We ________________________________ (indicate the name of the bank & branch)further agree to


pay to you any money so demanded not withstanding any dispute or disputes raised by the
contractor(s) in any suit or proceeding pending before any court or Tribunal relating
thereto, our liability under this present absolute and unequivocal.

The payment / so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment.

Page 30 of 31
We ______________________________________ (Indicate the name of the bank & branch) further
agree that no change or addition to or other modification of the terms of the contract or of
the works to be performed there under or of any of the Contract documents which may be
made between you and the contractor shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.

We _________________________________ (indicate the name of the bank & branch) lastly undertake
not to revoke this guarantee except with the previous consent of you in writing.

This Guarantee shall be valid upto ___________ it come int

o force with immediate effect and shall remain in force and valid for a period upto the time
of completion of the work under the stated contract plus claim period of Six months for the
bank Guarantee. Notwithstanding, anything mentioned above, our liability against this
guarantee is restricted to Rs. _______________ (Rupees _____________) Only and unless a claim in
writing is lodged with us within the validity period i.e. upto ____________ of this guarantee all
our liabilities under this guarantee shall cease to exist.

Signed and sealed this day of 20 at

SIGNED, SEALEDAND DELIVERED


For and on behalf of the BANK by:
(Signature)
(Name)
(Designation)
(Code Number)
(Address)

Signature Not Verified


Digitally signed by SOMANKUR GHOSHAL
Page 31 of 31 Date: 2019.07.20 16:47:25 IST
Location: West Bengal

Potrebbero piacerti anche