HOOGHLY RIVER BRIDGE COMMISSIONERS

Similar documents
West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

JALPAIGURI MUNICIPALITY

West Bengal Transport Corporation Limited

WEST BENGAL STATE SEED CORPORATION LIMITED

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

(A Statutory Organisation under Government of West Bengal) TRANSPORT DEPARTMENT MUNSHI PREMCHAND SARANI (ST. GEORGE S GATE ROAD) KOLKATA

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING e-tender (NIT)

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

NOTICE INVITING TENDER (e-tender)

OFFICE OF THE PRINCIPAL SAHEED ANURUP CHANDRA MAHAVIDYALAYA. Principal: Pin NOTICE INVITING E-TENDER

WEST BENGAL TEXT BOOK CORPORATION LIMITED. (A Govt. of West Bengal Undertaking) 11, B.T. Road, Kolkata

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

(Submission of Bid through online)

DETAILED NOTICE INVITING e-tender

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

DELHI METRO RAIL CORPORATION LIMITED

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

Office of the Principal

Notice Inviting Tender

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

NOTICE INVITING TENDER (NIT)

West Bengal State Electricity Transmission Company Limited

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

NOTICE INVITING TENDER (NIT)

NOTICE KTDC HOTELS AND RESORTS LTD THIRUVANANTHAPURAM. Selection of Ground Handling Agent

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED

NIET NO : 26 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking.

Earnest Money (Rs.) (3) Rs. 19, (Rupees Nineteen thousand one hundred ten only) to be

NIT NO :07 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking.

NOTICE INVITING TENDER (NIT)

Paschim Medinipur Zilla Parishad

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

NOTICE INVITING TENDER (NIT) (e-tender)

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

Price of Technical & Financial Bid documents and other annexures (Rs.) (4) Earnest Money (Rs.) (3)

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: PANCHKULA

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking)

GOA INTERNATIONAL AIRPORT E&M DEPARTMENT GOA. Ref. No.:- AAI/GOA/MT/HIRING/2018 DT:

Office of the Sutahata Panchayat Samiti

W-1-18/GMTDR/e-TENDER-109/ Supply of Office Stationery / BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

Notice Inviting Tender No. : PU/Tender/ News Paper Advt. Agn./ /1 Dated:

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED. Notice Inviting Tender

Section I DETAILED NOTICE INVITING TENDER

Tender notice. CWC, RO, Bengaluru. Last date and time of online bid From Physical submission or by courier

Notice Inviting Tender (NIT)

Notice Inviting Tender

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

BID DOCUMENT (DNIT) FOR ASSIGNING THE CONTRACT FOR SALE OF UNUSED AND USED QUESTION PAPER BOOKLET/LAST PACKET OF THE EXAMINATIONS

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

V.M. No /VI/Accounts/241/ June 2017 NOTICE INVITING TENDER

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Memo. No. 104/G.M.(Elect)/HIDCO/e-NIT- 53(3rd Call)/ Dated: 22/01/2019

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

ZOOLOGICAL GARDEN,ALIPORE 2,Alipore Road,Kolkata

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:

Notice Inviting Tender

- 1 - WEST BENGAL MINERAL DEVELOPMENT AND TRADING CORPORATION LIMITED (WBMDTCL) (Govt. of West Bengal Undertaking)

Ref. No. P&S/F.2/OR/198/ Date:

NOTICE INVITING AUCTION FOR SALE OF SCRAP

MUNICIPAL CORPORATION, CHANDIGARH. No. MCC/CAO/2018/ Dated: -

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Notice inviting applications for Empanelment of Forensic Auditors

WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

West Bengal Renewable Energy Development Agency

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

at 13:30 hrs

CENTRAL MINE PLANNING & DESIGN INSTITUE LTD. REGIONAL INSTITUTE-VI, P.O. JAYANT DISTT. SINGRAULI (M.P.) TENDER DOCUMENT FOR

WEST BENGAL STATE BEVERAGES CORPORATION LTD (A GOVT. OF WEST BENGAL UNDERTAKING) 32, B.B. GANGULY STREET, KOLKATA

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

Government of West Bengal OFFICE OF THE DISTRICT MAGISTRATE, COOCH BEHAR

Setting up & Operation of 24x7 IVRS Helpline for Delhi Metro Rail Corporation Ltd.

NOTICE INVITING TENDER (NIT)

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

GANGARAMPUR MUNICIPALITY

/ :55 P.M :00 A.M.

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

CONTRACT NO: OCW-61. Notice Inviting Tender (NIT) DELHI METRO RAIL CORPORATION LTD.

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Installation of Anti Bird Nesting PVC net in depot & main line OHE Masts and Portals.

AIRPORTS AUTHORITY OF INDIA

Transcription:

HOOGHLY RIVER BRIDGE COMMISSIONERS (A STATUTORY ORGANISATION UNDER GOVT. OF WEST BENGAL) HRBC BHAVAN ST. GEORGES GATE ROAD (MUNSHI PREM CHAND SARANI) KOLKATA-700 021 Ph. No.: 033-2253-4133; Fax No.: 033-2248-5833 Email: direc.pldn@gmail.com Notice Inviting E-Bid No. HRBC/10T-96/2010/140119-1 Date: 14.01.2019 NIeB No. HRBC/02/2 nd Call/PL-DN/2018-2019 Dated 15.01.2019 The Director (Pl & Dn), HRBC invites online E-Bid from the bidders through online e- procurement portal of the Government of West Bengal, viz. https://wbtenders.gov.in from individual Company registered under Company Act or from Joint Venture/Consortium for the works detailed in the table below: (Submission of Bid through online) List of Schemes: Sl. No. 1. Name of the work Tentative Estimated Amount (Rs.) Earnest Money / Bid Security (Rs.) Price of Technical & Financial Bid documents and other annexures (Rs.) Period of completion Name of the Concerned Officer Eligibility of Contractor (1) (2) (3) (4) (5) (6) (7) Collection of toll at Vidyasagar Setu, Kolkata including handling, operation, maintenance, renewing and renovation, upgrading of existing electronically operated Toll Collection system as per requirement. To be quoted by the bidder 1,70,00,000/- 15,000/- 5 (five) years Director (Planning & Design), Hooghly River Bridge Commissioners Bonafide, resourceful outsiders (Ref : Sl. 5 of this NIeB) 1. To participate in the bid, an intending bidder is required to deposit online a Bid Security/Earnest Money of the amount specified in the NIeB and proceed to submit the bid through the Government of West Bengal e-procurement portal viz. https://wbtenders.gov.in with the help of Digital Signature Certificate using his login ID and password. The process of receipt and refund of Bid Security/EMD shall be as per the procedure prescribed in the memorandum no. 3975-F(Y) dated 28.07.2016 of the Finance Department, Audit Branch, Govt. of West Bengal. The bidder will select the tender to bid and initiate payment of pre-defined EMD/Tender Fees for that tender by selecting from either of the following payment modes: (i) Net banking (any of the banks listed in the ICICI Bank payment gateway) in case of payment through ICICI Bank Payment Gateway; (ii) RTGS/NEFT in case of offline payment through bank account in any bank. 2. The Bid/Proposal is submitted in two parts. The two parts of the proposal are:- (i) Part 1 :Technical proposal (ii) Part 2 :Financial proposal

3. Both Technical Bid and Financial Bid are to be submitted concurrently duly digitally signed by the tenderer through the website https://wbtenders.gov.in as per Date & Time Schedule as stated in Sl. No. 11 of this NIeB. 4. Bid documents may be downloaded from website and submission of Technical Bid and Financial Bid will be done as per Time Schedule stated in Sl. No. 11 of this NIeB. 5. Eligibility criteria pertaining to Technical Proposal in the tender: The eligibility of a bidder will be judged on the basis of the document(s) in support of the minimum criteria as mentioned below : 5.1 Technical Criteria: (a) The bidder must have minimum 4 (four) years experience of operating Toll Bridges and/or Toll Roads. (b) The bidder must have experience of operation of a Toll bridge or Toll road having at least 10(ten) lanes preferably with provision of at least 2(two) reversible lanes with fully electronically operated Toll Collection system at single location in India, involving collection of toll fees from vehicles only. (c) The bidder shall have experience of handling minimum 50,000 (fifty thousand) vehicles per day in any single Toll Bridge/Toll Road at a single location in India. (d) The amount of average annual toll collection made should be at least Rs.50(fifty) crore for the last 3 (three) years in all locations in India ending on 31st March, 2018. The supporting document is to be submitted duly certified by Chartered Accountant. The Bidders should submit appropriate Credential Certificate from the competent authority in support of all the above technical criteria. 5.2 Financial Criteria: i) Turn over: The bidder must have average annual turnover of Rs.150 crore or above during the last 3(three) years ending on 31st March, 2018 (Refer Section B: Form No. II). ii) Net worth: The Company should have a net worth of at least Rs.100 crore on 31st March, 2018. Net worth of the enterprises in last three years ending on 31st March, 2018 certified by the Auditor shall be given as per Section B: Form No. II. iii) Profit: The bidder (in case of JV or Consortium each partner) must have made profit for at least 3 (three) years during the last 5 (five) years ending on 31st March, 2018 (Refer Section B: Form No. II). iv) IT Return along with Audited Balance Sheets and Profit & Loss account certified by Chartered Accountant for the last three financial years, ending on 31st March, 2018 in case of Limited Companies and, in other cases, tax audit report in 3CB/3CD form along with Balance Sheet and Profit & Loss account, duly certified by Chartered Accountant in terms of section 44AB of I.T. Act shall be furnished.

v) An affidavit of Rs.50/- or more Court Fees stamps stating that the bidder - (a) has not been declared bankrupt by any institution or Government. (b) has not been black listed by the Government or any other organization for failure to pay any dues or for any other reason. (c) has not been adjudged by any court as Insolvent or was/were not convicted under any Law for an offence involving moral turpitude or any criminal activities. All documents in support of financial criteria are to be submitted duly certified by the Chartered Accountant. 5.3 Joint Venture/Consortium: Bid submitted by joint ventures or consortium of two or more bidders shall comply with the following requirements: i) While submitting proposal, a legally binding Memorandum of Understanding (MOU) or a copy of Joint Venture Agreement in the name of proposed company has to be attached with all particulars of the respective partners for evaluation of eligibility criteria. The Joint Venture Agreement or MOU, should confirm in clear and definite manner, the proposed financial and administrative arrangement for the management and execution and work of toll collection. The delineation of duties/responsibilities and scope of work to be undertaken by each party and the authorized representative of the Joint Venture shall be clearly mentioned. One of the firms will act as lead partner representating the Joint Venture/Consortium. The duties/responsibilities and power of attorney, details of experience and performance of each of the parties to the Joint Venture/Consortium on works of similar nature within the past three years should be indicated. ii) Copy of the above mentioned Joint Venture agreement duly self attested shall be submitted before execution of agreement. Capabilities of all the partners of joint ventures or consortium will be combined to evaluate the eligibility criteria as stated in Sl.5 subject to complying with Clause-5.3(iii) below. iii) Lead partner of Joint Venture or Consortium shall qualify all technical criteria at its own capacity and minimum 75% of financial criteria. iv) Lead partner shall have at least 51% share of holding in the company. v) Lead partner shall be responsible for the administrative arrangement for the management and execution of the work of Toll Collection. vi) For indicating a lead partner legal and valid agreements/mou among the partners of Joint Venture/Consortium will be made. The Joint Venture Agreement/MOU will be binding on all the partners jointly and separately. 5.4 Technical Submission by Bidder: The bidder shall submit the Technical Submission (under Section-E) listed in Sub-Clause 18.1.1.4 of Section-A: Instruction to Bidder stating his plan in detail to implement the upkeep, maintenance and management of Toll Plaza operation.

6. General Criteria The bidder and each of the partners of joint venture company should submit the following documents : 6.1 The prospective bidders or any of their constituent partner shall furnish a Self- Declaration as per format in Section B : Form No. IV. 6.2 Copies of Pan Card and GSTIN under GST Act, 2017 are to be accompanied with the Technical Bid documents. 6.3 The bidder should submit a written power of attorney authorizing the signatory of the bid to commit the bidder. In case of proprietorship firm, the bidder should submit appropriate document like Trade License etc. and the proprietor should sign the bid and all documents. 6.4 Registered Partnership Deed for Partnership Firm and Joint Venture Agreement for Joint Venture Company is to be submitted. The company shall furnish the Article of Association and Memorandum. 6.5 Details of firm shall be furnished by the bidder along wth the Technical Proposal stating the address for communication, information of Firm's authorized representative etc. [Refer Section B : Form No. X Details of Firm.] 7. Other Dominant Conditions of next phase tender process: i) Mode of quoting offer and payment of upfront fee: The bidder shall quote for each year separately in the form of offer periodically revising the consideration amount based on annual growth/increment in traffic flow on the Toll Plaza. Upfront fee shall be paid annually in advance. ii) Bank Guarantee: To deposit Bank Guarantee for payment in respect of balance 4(four) years along with the payment of upfront fee for the first year. iii) Reserve price of annual upfront Fees as approved by State Govt.: Reserve Price of annual upfront fees for each of the 5(five) years, based on annual growth of traffic, are given below: First Year: Rs.73.00 crore (Rupees seventy three crore). Second Year: Rs.79.00 crore (Rupees seventy nine crore). Third Year: Rs.85.00 crore (Rupees eighty five crore). Fourth Year: Rs.91.00 crore (Rupees ninety one crore). Fifth Year: Rs.97.00 crore (Rupees ninety seven crore). 8. A prospective bidder shall be allowed to participate in a particular job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that job, without assigning any reason thereof.

9. Bids shall remain valid for a period of 120 (one hundred and twenty) days after the date of Bid opening specified in Sl. 11 below. 10. Documents under eligibility criteria of Technical Proposal in the tender as specified in Sl. 5.1: Technical Criteria, Sl. 5.2: Financial Criteria and Sl. 5.3: Joint Venture/ Consortium and Sl. 5.4: Technical Submission are mandatory and if any bidder fails to furnish requisite document and/or fails to fulfill minimum criteria stated therein, the bid shall be considered as disqualified. Disqualification for other reasons as mentioned in separate clauses of the tender shall also be applicable. 11. Date and Time Schedule: Sl. No. 1 Particulars Date of uploading of NIeB, Bid documents & other documents (Online) (Publishing Date) Date & Time 15/01/2019 2 Documents download / sale start date (Online) 15/01/2019 at 10:00 AM 3 Bid submission start date (Online) 15/01/2019 at 10:00 AM 4 Bid Submission closing date (Online) 04/02/2019 at 1.00 PM 5 Bid opening date for Technical Proposals (Online) 06/02/2019 at 1:00 PM 6 Date of uploading list for Technically Qualified Bidder After evaluation (online) of Technical Proposal 7 Date for opening of Financial Proposal (online) To be notified later on 12. Conditional/Incomplete bid will not be accepted under any circumstances. 13. The intending bidders are required to quote their rate in the following manner: they shall download the template (Excel sheet) for BOQ, duly fill it up with their offered rate as per Clause 12 of Section A: Instruction to Bidders in the space marked and upload the same duly digitally signed. 14. During scrutiny, Tender Inviting Authority (TIA) may verify genuineness of credentials and if it comes to the notice of the tender inviting authority that the credential or any other paper found incorrect / Construction / fabricated, that bidder would not be allowed to participate in the bid and that application will be rejected without any prejudice. 15. HRBC reserves the right to cancel the NIeB or tendering process and also any or all tenders at any stage without assigning any reason to the applicant and no claim in this respect will be entertained. 16. Before issuance of the Letter of Acceptance/Work Order, the tender inviting authority may further verify the credential and other documents of the highest tenderer if found necessary. After verification if it is found that the documents submitted by the highest tenderer is either Constructioned or false in that case work order will not be issued in favour of the said Bidder under any circumstances.

17. During the performance of the contract, if it is detected that the contract has been obtained by furnishing false/incorrect information in the tender, the agreement is liable to be terminated and the upfront payments deposited by the firm shall be forfeited and the firm is liable to be blacklisted for a considerable period. 18. This NIeB shall form a part of the contract document. The successful bidder on acceptance of his bid by the Accepting Authority, shall have to sign the contract consisting of NIeB, Instruction to Bidders, Terms and Conditions of Contract and schedule of probable items of work with approximate quantities in the Bill of Quantities and other documents, if any, forming part of the bid as uploaded at the time of invitation of bid, the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto and duly filled in agreement as per format given in Form No. VIII of Section B. [Refer clause 31 of Section A : Instruction to Bidders]. Sd/-.. Director (Pl & Dn), HRBC No. HRBC/10T-96/2010/140119-1/1(9) Date: 14.01.2019 Copy forwarded for kind information to: 1) Vice Chairman, HRBC. 2) Chief Project Manager, HRBC. 3) Secretary, HRBC 4) FA & CAO, HRBC 5) Sri R. Chattopadhyay, Dy. Director (Pl. & Dn.), HRBC 6) Notice Board of HRBC Building. 7) Abridged copy of NIeB given to newspapers for publishing in Times of India, Hindustan Times, Business Standard, Indian Express, Financial Express, Economic Times & Sanmarg (Display column) - All editions and Bartaman & Akhbar-E-Mushriq (Display column) - Kolkata edition only. 8) NIeB uploaded to West Bengal Govt. e-procurement portal i.e. https://wbtenders.gov.in 9) NIeB uploaded to HRBC website i.e. https://www.hrbc.in. Sd/- Director (Pl. & Dn.), HRBC