27
THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD. (A GOVT. OF WEST BENGAL UNDERTAKING) 31, BLACK BURN LANE (4 th FLOOR), SILPA BHAWAN, Kolkata-700 012 Memo No. SB1/656 (14) Dated: 07.07.2014 Detailed Notice Inviting Quotation No. 07 of 2014-15 (2 nd Call) The Department of M&SSE&T, Government of West Bengal (the “Authority”) proposes to set up an Integrated Silk Park at Malda (the “Project”) over an area of about 15 acres and The West Bengal Small Industries Development Corporation (WBSIDC) Ltd. will develop the Silk Park on behalf of Government of West Bengal. Offers in sealed covers are invited from the Consultants / Architects / Engineering Firms / Companies having Architects / Engineers in their Organizations and having experiences in similar nature of job for the work as mentioned below:- Name of Work : Providing following services for development of Integrated Silk Park, Malda – A. Consultancy Services for Preparation of Detailed Project Report, Master Planning, Design & Detailed Engineering including drawings, and Bid Process Management Services, including the related surveys, preparation of guidelines for project monitoring etc. for the Project for Development of Integrated Silk Park at Malda; B. Project management Consultancy (PMC) Services including Post –bid Management, Supervision, Certification of bills, etc. for Development of Integrated Silk Park at Malda ; Bids have to be submitted for both Work “A” and Work “B”. Selection of work and award of work would be made by WBSIDC for separate or combined work depending upon its requirement.

THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT …wbsidcl.com/attachments/article/457/NIQ-07of 2014-15 for... · the west bengal small industries development corporation ltd. (a govt

  • Upload
    buique

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD. (A GOVT. OF WEST BENGAL UNDERTAKING)

31, BLACK BURN LANE (4th FLOOR), SILPA BHAWAN, Kolkata-700 012

Memo No. SB1/656 (14) Dated: 07.07.2014

Detailed Notice Inviting Quotation No. 07 of 2014-15 (2nd Call)

The Department of M&SSE&T, Government of West Bengal (the “Authority”) proposes to set up an Integrated Silk Park at Malda (the “Project”) over an area of about 15 acres and The West Bengal Small Industries Development Corporation (WBSIDC) Ltd. will develop the Silk Park on behalf of Government of West Bengal.

Offers in sealed covers are invited from the Consultants / Architects / Engineering Firms / Companies having Architects / Engineers in their Organizations and having experiences in similar nature of job for the work as mentioned below:- Name of Work:

Providing following services for development of Integrated Silk Park, Malda –

A. Consultancy Services for Preparation of Detailed Project Report, Master Planning, Design &

Detailed Engineering including drawings, and Bid Process Management Services, including the related surveys, preparation of guidelines for project monitoring etc. for the Project for Development of Integrated Silk Park at Malda;

B. Project management Consultancy (PMC) Services including Post –bid Management, Supervision, Certification of bills, etc. for Development of Integrated Silk Park at Malda ;

Bids have to be submitted for both Work “A” and Work “B”. Selection of work and award of work would be made by WBSIDC for separate or combined work depending upon its requirement.

Table of Contents Section Description Section 1 List of Important Dates

Section 2 General Terms and Conditions for both works (A & B) Section 3 DETAILS AND OTHER INFORMATION

i. Related with providing work no. (A) - Consultancy Services for Preparation of Detailed Project Report, Design & Detailed Engineering including drawings, etc.

ii. Related with providing work no. (B) - Project management Consultancy (PMC) Services including Post –bid Management, Supervision, Certification of bills, etc.

Section 4 Financial Bid / Quotation Format Section 5 Scope of the Work

SECTION - 1

List of Important Dates of Bids

1. Name of work : For Providing following services for development of

Integrated Silk Park, Malda -

A. Consultancy Services for Preparation of Detailed Project Report, Master Planning, Design & Detailed Engineering including drawings, and Bid Process Management Services, including the related surveys, preparation of guidelines for project monitoring etc. for the Project for Development of Integrated Silk Park at Malda

B. Project management Consultancy (PMC) Services for Development of Integrated Silk Park at Malda

2. Date of issue of NIQ-07 of 2014-15 : 07.07.2014

3. Period / Time of Pre-Bid Queries : 14.07.2014 ; Time: 14-00 hours

4. Venue of Pre Bid meeting : Conference Hall of WBSIDC Office at Silpa Bhavan, 31,

Black Burn Lane, Kolkata – 700 012

5. Last date of receipt of bid / quotation : 22.07.2014 up to 2.00 PM

6. Time and Date for opening Technical Bid/Bids : 22.07.2014 at Time : 15-00 hours Conference Hall of WBSIDC Office at Silpa Bhavan, 31, Black Burn Lane, Kolkata – 700 012.

7. Time, Date of opening of Financial Bids : Will be intimated later on to the technically qualified bidder(s)

In the event of Quotation, bid documents be downloaded from the website, https://www.wbsidcl.com and necessary Earnest Money & cost of Tender Documents to be remitted through demand draft/ pay order issued from any nationalized bank in favour of “THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD.” payable at Kolkata.

SECTION 2

General Terms and Conditions

for both works ( A & B)

1. Name and address of the accepting authority:

Executive Engineer, The West Bengal Small Industries Development Corporation Limited, 31, Black Burn Lane, (4th floor), Kolkata – 700 012

2. Location of the site

a. The proposed location is at Madhughat, 11 Km. south of Malda town on Siliguri – Kolkata National Highway (NH 34)

b. The aforesaid land is available in 2 patches on either side of the NH 34. The eastern side of the road measures about 9.5 acres and the western side measures about 5 acres. The site is located in close proximity to other two major commercial cocoon producing districts viz. Birbhum and Murshidabad.

c. Both the land patches has a frontage on National Highway

3. Components proposed to be developed in the Silk Park

i. Common Facility Centre (CFC) – This may be a combination of providing few plots for setting up units by individual entrepreneurs and a common multistory building for housing various common processing units-

i. Spaces For silk reeling and other post cocoon activities like spinning, twisting, weaving, warping, wet processing / dyeing, printing etc.

ii. Boiler and DG sets iii. Space for setting up other accessories / equipments required for sizing, warping, power loom, dyeing and

processing units iv. Construction of structure / buildings for setting up Common Facility Centre for (a) to (d) above

ii. Technology Facilitation Centre

i. Testing and Certification of yarn and fabric ii. R & D centre for Diversification of products, Product Development & technology development and

demonstration iii. Design facility with CAD machines – textile designing, merchandise designing, etc.

iii. Enterprise Facilitation Centre

i. Capacity development, training, skill upgradation of artisans on weaving mainly ii. Facilitation centre for buyer seller meet iii. trade fair / exhibition & showroom facilities, Silk Haat iv. Marketing counter / Show room and trade and display centers v. Raw material bank / shops

iv. Common Facility Building having

i. Shops, banks and offices for related business ii. Motel cum Guest House iii. Canteen

v. Warehousing facilities – Multistoried and with transshipment & loading / unloading bays and facilities

vi. Exclusive Industrial Estate for silk power looms and handlooms and dyeing / printing units – This can be a combination of plots and multi-storied flatted Standard Design Factories of modular pattern

vii. Common Effluent Treatment Plant (CETP)

viii. The Industrial Park shall also have following –

i. Power station and power distribution network for all the facilities, infrastructure, CFC and Industrial Estate ii. Telecommunication network iii. Internal Roads iv. Street lighting v. Drainage – Internal drainage along with its connectivity to a disposable place vi. Water supply – Source, pumping, storage and distribution with measuring arrangement for billing vii. Boundary wall, gates and other protection mechanism viii. Parking ix. Landscaping and open spaces x. Firefighting infrastructure to cover the park as a whole including CFC

The land on western side of NH-34 ( about 5 acre) in the village Madhughat would have the components - 1 to 5 of the Park and the land on eastern side of NH-34 ( about 10 acres) in the village Ramchandrapur would have industrial plots / built up space with all infrastructural facilities for setting up of individual production units. Appropriate parking space should be there in both units. CETP should be designed and located in a common place for both the units. Sub-station should be one for both the units to the possible extent. In the part of Industrial Estates, the plot owners will construct their own structures after obtaining necessary sanction from Local Authority, as the case may be. So far Power Supply is concerned, individual plot / SDF owners will be the direct consumers of WBSEDCL and power will be provided at each and every plot / SDF, obviously, the power supply infrastructure will have to be planned and designed accordingly. 4. Eligibility Criteria:

a. Technical Eligibility Criteria:

The Bidder should have the following minimum Technical capacity:

For work “A “ The firm / Company should have completed in last 5 financial years ending 31st March 2014, the work related with

Detailed Project Report, Master Planning, Design & Detailed Engineering including drawings, and Bid Process Management Services, including the related surveys, of a minimum of one mixed land use projects of at least 5 acres site area each and also having 20,000 sq. ft. built-up area for Govt. /Semi Govt. /Statutory bodies/Organizations of repute. Completion certificate of the concerned authority is to be attached.

For work “B” The firm / Company should have completed in last 5 financial years ending 31st March 2014 at least one similar experience in relation to PMC services i.e. technical supervision for Built job of at least 5 acres site area each and also having 20,000 sq. ft. built-up area for Govt. /Semi Govt. /Statutory bodies/Organizations of repute.

The projects in the field of commercial retail / convention centre / exhibition centre / industrial park / estate projects individually or jointly shall qualify for meeting above criteria. Completion certificate of the concerned authority is to be attached.

b. Financial Eligibility Criteria :

Average annual turnover of firm / company shall not be less than Rs. 50 lakhs per annum in last 3 financial years completed as on 31st March 2013.

c. General instructions regarding Eligibility Criteria:

i) Quotationers will have to produce documentary evidences obtained from appropriate authority to establish their claims.

ii) The intending quotationers should have wide ranging design experience in designing Layout / master plan for industrial parks or mixed use development and designing of building and infrastructure with estimate / BoQ, etc. complete in all respects for similar nature of job.

iii) Notwithstanding anything as stated above, the Corporation reserves the right to assess the quotationers’ financial capacity and technical / design capability to undertake the work.

iv) Bidder should not be black listed with any Govt./semi Govt./Statutory bodies / Organizations.

v) The bidder must have an organizational set up consisting of qualified civil engineers, structural, design engineer, architects etc as necessary to implement the job.

vi) PTCC/STCC/PAN Card of up to date validity.

d. Definition of Consortium: a. Not more than two members b. Members of the consortium shall nominate one (1) member as the lead member. c. Documentary evidences like Consortium agreement and lead member proof (both) shall have to be

submitted along with other documents. d. Requirement as per clause 4a on Technical Criteria and 4b on Financial Criteria can be met by any

members of the consortium 5. Application Fee:

The quotationers are to deposit Application Fee amounting to Rs.10,000/- (Rupees Ten Thousand) Only (Non refundable) payable by Bank Draft / Pay Order of any nationalized bank drawn in favour of “THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD.” along with the bid / quotation Or through RTGS/NEFT.

Any quotation without Application Fee will be treated as informal and liable for rejection.

6. Earnest Money Deposit:

The quotationers are to deposit Earnest Money of Rs. 1,00,000/- (Rupees One Lakh) only payable by D.D / P.O, Drawn in favour of “THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD”., payable at Kolkata, along with the quotation or through RTGS/NEFT.

In case of submission of Application Fee & EMD through RTGS/NEFT, individual UTR no. also should be sent through email [email protected] or directly to this office of Executive Engineer, WBSIDC Ltd. Silpa Bhavan, (4th Floor) 31, Black Burn Lane Kol-12 under sealed covered in attached prescribed format before the date & time mentioned in NIQ to identify the actual bidder without which the Bid shall be treated non-responsive.

NB: The bidders who have participated in the bid vide NIQ-05 of 2014-15 and deposited Application Fee & EMD earlier, need not required to deposite the Application Fee & EMD once again in the NIQ-07 of 2014-15.

RTGS/NEFT to the (as per GO No. 10618-F(Y) at 31.12.2012)

a. Name: The West Bengal Small Industries Development Corporation Ltd. b. Address: Silpa Bhavan, 31, Black Burn Lane, Kolkata – 700 012 c. Contact No.: 033 22373895 d. Email: [email protected] e. PAN: AABCT0807A f. Name of Bank & Branch: SBI, Todi Mansion, India Exchange Place, Kolkata, Code:01139 g. Bank A/C No.: 30024934134 h. Brach IFSC: SBIN0001139 i. Branch MICR: 700002047

7. Important Dates:

i. Date of NIQ : 07.07.2014 ii. Pre-bid Queries / Meeting : 14.07.2014 at 2 PM in WBSIDC conference Hall iii. Last date of Receipt of Financial Bid / quotation : 22.07.2014 up to 2.00 P.M. iv. Opening of technical bids / quotations : 22.07.2014 at 3.00 P.M. v. Opening of financial bids / quotations : Will be informed later on to the technical qualified

bidder 8. General Information and Procedure for Application:

i. Throughout these documents, the terms ―bid, quotation and tender and their derivatives (bidder / tenderer / quotationer)

bid / tender, bidding / tendering, etc.) are synonymous.

ii. The intending quotationers satisfying the eligibility criteria should furnish the documentary evidence as mentioned above along with the following details-

a. Project experience and capacity built up (in house and associates). b. Bio-data of key personnel. c. Present work load and capacity to undertake the job including personnel, financial and other resources. d. Attested photo copies of valid Income Tax and Professional Tax clearance certificates, Vat, original valid

certificates will have to be shown at the time of issue of documents. e. Reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the

past five years; f. information regarding any litigation or arbitration during the last five years in which the Bidder is involved, the

parties concerned, the disputed amount, and the matter;

iii. Each bidder must produce: a. An affidavit that the information furnished with the bid documents is correct in all respects; and b. Professional Tax clearance Certificate/ Sale Tax Clearance Certificate c. PAN d. Copies of IT return for previous three financial years

iv. Each bidder must demonstrate:

a. availability of technical personnel for the work of as stated above b. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:

(i) Made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements; and/or

(ii) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation hi story, or financial failures etc.

v. All bidders shall include the following information and documents with their bids -

Qualification Information: i. copies of original documents defining the constitution or legal status, place of registration, and

principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder ii. total monetary value of similar works performed for each of the last five years; iii. Experience in works of a similar nature and size for each in the last five years and details of works in

progress or contractually committed with certificates from the concerned officer of the rank of Executive Engineer or equivalent.

iv. details of the technical personnel proposed to be employed for the Contract

vi. The Project Management Consultant should have technically expert having following minimum technical

qualifications and experiences:- The structure of minimum man power to be provided at the site on appointed EPC Contractor is as follows: I. One Team Leader Should be minimum B.E. (or B. Tech) Civil having 15 years of experience in this field.

The main responsibility will be to co-ordinate in between site work and WBIDC so that WBIDC would be able to know the day-to-day status of the site.

II. Two Senior Engineers [ one Civil and one Electrical] - Must be B.E. (or B. Tech) having more than 5 years of Experience / Diploma Engineer having more than 8 years of experience in this field.

III. Two Junior Engineers Must be B.E. (or B. Tech) [one Civil and one electrical] having 1-3 years of experience / Diploma Engineers with more than 5 years of experience in this field.

vii. The firm should be duly registered under the Indian Partnership Act. / Companies Act. The quotation papers will have to be signed by a partner / director / authorized signatory of the firm having legal authority to do so and if called for, legal documents in support thereof must be produced for examination.

viii. Site Visit :

Intending quotationers are required to inspect the site of work and get them acquainted with the local condition, connectivity, transport and accommodation, etc. and all other related factors which may affect their rates before submitting their offers. For site visit please contact – Mr. Raj Kumar Saha, AE (Civil) – I, WBSIDC Phone – 9830085050 Email – [email protected]

ix. Quotationers shall quote their rates in Financial Bid / Quotation Format mentioned in Section-4

x. Complete quotation documents are to be placed in a cover, duly sealed, with the name of the work, name and

address of the firm superscribed on the cover. The sealed cover is to be submitted within the specified time and date and is to be placed in the tender box kept in the office chamber of the Executive Engineer, WBSIDC Ltd. Separate offers will have to be submitted for each work if any quotationer desires to participate in more than on work.

xi. Incomplete offers will be rejected.

xii. Quotation once submitted shall not be withdrawn.

xiii. Validity period of the bid / quote should be 180 days from last date of submission of Bid.

xiv. Canvassing in any form is strictly prohibited. This will cause outright rejection of the quotation.

xv. Enhancement of accepted rate will not be allowed under any circumstances.

xvi. The successful quotationer will have to execute agreement with the WBSIDC Ltd. on Non-judicial Stamp Papers

along with two more copies on plain papers.

xvii. The Corporation does reserve the right to accept or reject any or all quotations without assigning any reason whatsoever.

xviii. All the rates quoted should be inclusive of all taxes prevalent at the time of submission of offer. Taxes imposed

after acceptance of offer will not be paid by the Corporation.

xix. Deduction of Income Tax and other tax will be made from the bills of the consultants as per Govt. Rules.

xx. The firms while quoting the rates must consider the incidental expenses e.g. T.A., D.A. etc. and additional payment or reimbursement of such expenditure will not be allowed under any circumstances.

xxi. One Bid per Bidder

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

xxii. Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of his Bid, and The Employer will, in no case, be responsible or liable for those costs.

xxiii. The bidder is expected to examine carefully all instructions, conditions of contract, forms, terms and specifications, bill of quantities, forms and drawings in the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the bidder’s own risk. Bids, which are not substantially responsive to the requirements of the Bid Documents, shall be rejected.

xxiv. Clarification of Bidding Documents and Pre-bid Meeting

a) A prospective Bidder requiring any clarification of the bidding documents may raise the Query /queries at the Pre-bid Meeting. Copies of the Employer’s response will be uploaded to the website, including a description of the inquiry, but without identifying its source.

b) The bidders are expected to visit the site and to meticulously read the NIT for submission / uploading of pre bid queries within the date mentioned. Replies to queries to be uploaded.

c) The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.

d) The bidder is requested to submit any questions in writing or by mail so as to reach the Employer not later than 48 hours before the meeting.

e) Minutes of the meeting, including the text of the questions raised (without identifying the source of the enquiry) and the responses given will be uploaded in the official website of WBIDCL. Any modifications of the bidding documents, which may become necessary as a result of the pre-bid meeting, shall be made by the Employer exclusively through the issue of an Addendum and not through the minutes of the pre-bid meeting.

f) Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

xxv. Amendment of Bidding Documents a. Before the deadline for submission of bids, the Employer may modify the bidding documents by uploading the addenda

in the website. b. Any addendum thus uploaded shall be part of the bidding documents

xxv. Language of Bid

All documents relating to the Bid shall be in English xxvi. Documents Comprising the Bid

The following documents, which are to be 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 Notice inviting Tender 2 Instruction to the bidders 3 Qualification Information (Conditions of Contract)

xxvi. Bid / Quote :

a. The Contract shall be for the whole Work. b. The rates should be quoted inclusive of all the applicable taxes, Cess, etc. Any alteration, levy of additional taxes,

Cess during the period of work shall not be considered and have to be borne by the consultant. c. The rates and the price quoted by the bidders shall be fixed for the entire duration of the contract and shall

not be subject to any adjustment, changes, escalation, etc. under any circumstances. d. In case of any dispute with regard to interpretation of any section as contained in this EOI or as may arise by and

between the contracting parties the same shall be referred to Managing Director, WBSIDC whose decision shall be Final and binding on all the parties.

e. The quotes are inclusive of all charges, travel and other incidental, Travel, food & Lodging costs, etc. f. The Project Cost for determination of the consultancy charges / professional fee shall mean the project cost as

sanctioned by the government excluding land cost, consultancy and project management cost, and the cost of sub-station and power infrastructure to be executed by WBSEDCL. However, for evaluation of Bid and payment, the Project Cost is capped at Rs.30 Crores (excluding, as mentioned above).

9. Submission of Proposal: The bidder shall have to submit the bid in a sealed envelope containing two sealed envelopes, one marked as Technical Proposal & other marked as Financial Proposal

I. Technical Proposal: The Technical Proposal to be submitted in one (1) sealed envelope marked as“Technical Proposals” and should contain copies of the following in three (3) cover folders: a. Cover – A: Statutory Cover containing the following signed documents:

1. NIQ 2. Qualification Information - As asked in Para under heading “Eligibility Criteria” 4a, 4b & 4d

b. Cover – B: Non Statutory cover containing the following signed documents: 1. Certificates:

a. An affidavit that the information furnished With the bid documents is correct in all respects; and

b. Professional Tax / Sale Tax Clearance or registration Certificate. c. PAN d. Annual report of the preceding three years. e. Audited balance sheet and Profit and Loss

f. Account for the preceding three years (audited and unaudited as applicable) g. Service Tax Registration certificate h. Copies of IT Returns for previous three financial years

2. Company Details

a. Name of the Organization b. Address c. Year of Establishment d. Status of the firm (Whether Company/Firm/Proprietary) e. Name of Directors/ Partners/Proprietor. f. Whether registered with the Registrar of Companies/Registrar of Firms. If so, mention number and

date. g. Document of empanelment with other Govt. /Semi Govt. / Statutory Agency, if so, furnished details.

3. Financial Information: P/L & Balance Sheet of 2010-2011 P/L & Balance Sheet of 2011-2012 P/L & Balance Sheet of 2012-2013

5. Additional Information: Documents in favour of any additional information required in NIT.

c. Cover – C: EMD & Application Fee:

II. Financial Proposal: In separate Seal Cover marked “ Financial Proposal” The Financial Proposal contains the following documents: (i) Financial Bid / Quote

[Note: In case any discrepancy, the amount which is quoted in Financial Bid / Quote will be considered.] N. B.: Submission of Statutory and Non Statutory covers is compulsory for acceptance of the bid. Bid Opening and Evaluation A. Bid Opening

a. The Employer will open the bids received at the time, date and place as specified. In the event of the specified date for the opening of bids being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day.

b. Evaluation of the technical bids shall be taken up and completed and a list will be drawn up of the responsive bids whose financial bids are eligible for consideration.

c. The date of Financial Bid Opening will be notified to the technically qualified bidders at a later date. In the event of the specified date being declared a holiday for the Employer, the bids will be opened at the appointed time and location on the next working day.

B. Evaluation and Comparison of Bids

Technical proposals will be opened by the Executive Engineer, The WBSIDC Ltd. or his authorized representative. Intending bidders / quotationers may remain present if they so desire. Pursuant to scrutiny & decision of the tender committee the summary list of eligible bids proposal will be considered. While evaluation the committee may sum on the bidders / quotationers & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these cannot be produced within the stipulated time frame, their proposals will be liable for rejection.

The FINANCIAL bid of only those bidders shall be opened who are technically qualified on evaluation according to the predefined qualification criteria as mentioned in this N.I.Q. by the ‘Tender Committee’, formed for the purpose.

Financial proposal of quoted rate on Work ‘A’ only shall be considered for selection L1 bidders, if WBSIDC decides to execute the Work ‘A’ only. But in case of consideration of work A & B, sum of quoted rates of ‘A’ + ‘B’ would be considered for selection L1 bidders.

The WBSIDC reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time the prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s action.

The Bidder who’s Bid has been accepted and stand L1, will be notified by the Tender Inviting & Accepting Authority through acceptance letter.

The notification of award will constitute the formation of the Contract.

C. Process to be Confidential

Information relating to the examination, clarification, evaluation, and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any attempt by a Bidder to influence the Employer’s processing of bids or award decisions may result in the rejection of his Bid.

D. Performance Security / Security Deposit

10% of all the bill values will be kept as security deposit which will be released after one year from the day of completion of the work.

(T. K. Roy)

Executive Engineer

SECTION 3

A. DETAILS AND OTHER INFORMATION RELATED with providing work no. (A)

Consultancy Services for Preparation of Detailed Project Report, Design & Detailed Engineering including drawings, etc.

1. Time of Completion:

a. Providing Master Plan & DPR including the related surveys ( for sanction of the project by government) – 30 days

b. For providing services related with Bid Process Management Services, working drawings, preparation of guidelines for project monitoring etc. – as per progress

2. Bid Validity :

180 days from last date of submission of bids

3. General Information: a. Few stake holders as identified by Govt. / WBSIDC has to be consulted to understand the requirements of

size, specification, capacity and nos. of various components, equipments, SDF, etc. before starting the work. Draft detailed Project Report along with the Techno-Economic Feasibility Report will have to be submitted in three copies within 21 days from the date of issue of work order for approval of the WBSIDC Ltd. A presentation has also to be made on the day of submission of Draft Project report.

b. On receipt of approval of WBSIDC, Final Detailed Project Report will have to be submitted incorporating all the suggestions / modifications in presentable bound forms in ten (10) copies. Master Plan, Contour Plans and the other detailed working drawings etc. will have to be submitted in Original Tracing, in 10 copies Ammonia Print and soft copies in C.D.’s. or as required. Adequate nos. Working drawings have also to be provided.

c. The Scope of works as mentioned is indicative and not an exhaustive one and if necessary, related works

may be required to be done in consultation with WBSIDC.

4. Scope of Works and Services The assignment is for Master Planning, Design & Detailed Engineering and Bid Process Management Services, including the related surveys, for the Project. The broad scope of services will include: i. Surveys:

Verification of the plot area and configuration of the site Total Station and Carrying out the required Reconnaissance surveys, Topographical surveys, Geotechnical and Hydrological investigations (at appropriate locations) as detailed in annexure 1 (a) – 1 (c), including all data and figures needed for preparation of detailed engineering drawings for onsite implementation.

ii. Master Planning:

Preparation of Conceptual but workable service layout(s) and block costing of infrastructure development and other incidental works (for various components) to arrive at the likely investment to be made by Client for each of the layouts, within the approved planning framework, which is developed based on required analysis of the Project Report, requirements of the Project and inputs from the client. The concept would then be translated into a Plan, detailing the land use and zoning for various activities and services. The master plan shall include provision for the components as required for the Silk Park and / or as considered desirable at a later stage. The provision for various utilities should conform to the statutory norms, guidelines and regulations.

iii. Design & Detailed Engineering Services: Design and detailed engineering services for infrastructure, which shall include and would not be limited to: a. Boundary wall / demarcation b. Land Development c. Road network

Road network is to be furnished in details through a separate drawing showing the network, crest and crust widths, cross section, side drains, side walls, etc. The area of road network should be restricted within the range of 14-15% of the total area of the site. The hard crust of the main roads is to be designed considering 300-450 C. V. /day and the calculation is to be submitted. Street lighting should form the part of road works. In case of double lane roads street light provision will be made in the divider in between the two lanes (up and down) Estimate for the road works will have to be prepared on the basis of schedule of rates of P.W. (Roads) Directorate. Existing facilities are to be considered while planning the road network.

d. Power supply network Since WBSEDCL is the statutory Authority for supply of power in the region, each plot owner will have to apply to WBSEDCL individually. Space is to be earmarked for installation of substation by WBSEDCL. Probable demand of power taking into account the power requirement of units in Common Facilities center should be calculated in consultation with WBSIDC and WBSEDCL. The cost of substation and other infrastructure to be demanded by WBSEB is required to be considered in the DPR. Estimate for LED type street lighting arrangement and signage arrangement is to be included in the DPR. Necessary drawing for street lighting arrangement and also the single line diagram for the electrical system of the park is to be submitted in the DPR.

e. Water supply network- Water supply system is to be designed as per requirement of CFC, Industrial Estate, Buildings and others. Primarily, the source of water will be deep tube wells, provision of underground reservoirs, Overhead reservoirs and pumping machineries is to be incorporated in the detailed project report, fire prevention measures are also to be given due consideration while designing the water supply system. Existing facility is to be utilized as far as practicable. Estimate for the water supply system along with deep tube wells, Overhead reservoirs / Underground reservoirs and pumping arrangements is to be prepared on the basic of approved rates of PWD/PHE.

Separate drawings / working drawings are to be enclosed in the DPR. f. Sewerage system including STP and / or CETP g. Storm water Drainage network:

Drainage system will be of primarily surface drains, out fall points are to be identified and the section of drains is to be designed considering the waste water disposal, run off etc. Few specific locations along main road / area may be underground / covered for better accessibility and aesthetic point of view. The design calculation is required to be furnished in the DPR. Entire drainage system including the outfall points will have to be shown on a separate drawing prepared for the purpose. Estimate and specification of the system is to be prepared on the basis of schedule of rates of PWD.

h. Solid Waste Disposal System i. Street Lighting- Estimate for Hi mast lighting (if required) and LED type street lighting arrangement and signage

arrangement is to be included in the DPR. Necessary drawing for street lighting arrangement as to be submitted in the DPR.

j. Fire Protection System: Necessary fire fighting arrangement considering underground reservoir, fire fighting pumps , fire hydrant , tube-wells along with submersible pump , pipelines , fire alarm and protection system as per W.B fire service rules is to be considered.

k. Communication (telephone and data) infrastructure l. All buildings and Standard Design Factory building, including parking zones, for which architectural designs, plans,

elevations and schematic layouts should be provided, including structural, electrical, plumbing/ sanitation, communication and HVAC, wherever necessary.

m. Landscaping including water bodies, if any.

Detailed engineering drawings, specifications, bill of quantities and cost estimate shall be prepared for all the components and services as mentioned above.

iv. Approvals:

Assist WBSIDC in obtaining all necessary approvals, related to the project from competent authorities.

v. Tendering Services:

The tendering process may be in EPC mode. a. Provide all necessary technical inputs to WBSIDC, required for structuring specific components in various

development, operations and maintenance formats, as required. b. Assistance in all coordination functions, which would be necessary to take the project forward. This shall include

participation in the meetings with the client, bidders and other competent authorities, where clarifications of technical nature are required.

c. Assistance to WBSIDC in inviting participation from prospective bidders, including assistance in drafting of advertisements, freezing technical evaluation criteria, BOQ, Estimates, NIT/NIQ, preparation of project briefing note, marketing of project components etc.

d. Assist WBSIDC in all technical matters related to pre-qualification of contractors / developers for both EPC and other Development Formats.

e. Assistance to WBSIDC in preparation of tender documents as per transparent bidding procedures and CVC guidelines.

f. Give all technical assistance to WBSIDC during the bid process, including participation in pre-bid meetings, issuing replies to queries of bidders, corresponding amendments to tender documents, evaluation of bids and recommending selection of contractor(s).

g. Miscellaneous items of works e.g. land development, boundary wall, Main Gates, Pump Room, sentry box, etc. will have to be included in the DPR estimates for miscellaneous items of works should be prepared on the basis of schedule of rates of PWD as far as possible.

h. Space for common effluent treatment plant should keep earmarked in the Master Plan and design or estimate for setting up a CETP with equipments & machineries is to be furnished in the DPR.

Estimate and specification of the Buildings are to be prepared on the basis of schedule of rates of PWD and drawings along with estimates are to be enclosed in the DPR. In case of non scheduled items analysis of rate alongwith supporting documents is to be submitted with the DPR.

vi. Techno-Economic Feasibility Study

Financial viability of the project is an important factor and the consultant will have to take care of it at every stage of framing of the Feasibility Report as well as Detailed Project Report. The cost of developed land with all infrastructural facilities must prove to be attractive to prospective entrepreneurs as well as competitive with the present cost of per Katthah land / or built up space in the SDF of the locality. Acquisition cost and other ancillary expenditure incurred in respect of land will be supplied by WBSIDC Ltd. The consultant will have to submit the Feasibility Report considering a few alternative modalities to establish the financial viability of the Project indicating the IRR considering profit margin of not less than 15% of WBSIDC Ltd. The allotable price of land as well as floor space of Administrative Building is to be calculated on the basis of Feasibility Report and total cost as per DPR.

vii. Post Tendering Services: Preparation and submission of complete set of working drawings, to facilitate complete implementation of work at the site.

5. Deliverables:

i. 3 sets of the Draft detailed project report ii. 10 sets of the final detailed project report iii. Draft Design calculations, Drawings, BOQ – Three sets of Hard copy and 1 set of soft copy iv. Final Tender Document for selection of contractor through e-tendering – Three (3) sets of hard copies + soft copy v. Bill of Quantities & Cost Estimates – 4 sets of hard copy + 1 soft copy. vi. Detailed Design Report and Drawings – Three sets of Hard Copy + Soft Copy. vii. Bid Evaluation Report – Two Hard Copies. viii. Working Drawings - Three (3) sets of hard copies + soft copy 6. Project Timelines for DPR:

The following timelines has to be strictly followed by the Consultant-

S. No. Milestone Dates 1 Issuance of Work Order T

2 Consultation with officials of this Corporation and other stake holders for detail discussions on the project components etc.

T+3 days

3 Completion of soil testing and Topographical survey work T+ 5 days

4 Submission of options/ alternatives of Layout plan, Master Plan and submit the same

T + 7 days

5 Submission of Draft Detailed Project Report inclusive of Map of Topographical Survey, Master Plan, drawings, design and detailed estimates (both Civil & electrical Work), Techno Economic Feasibility Report etc. as per scheduled of scope of work and submit the same.

T+ 21 days

6 Presentation on Draft DPR T + 22 days

7 Feedback and final discussion on Draft Detailed Project Report to accord approval for preparation of Final Report

T+ 24 days

8 Submission of Final DPR T+ 30 days 9 Bid Process Management Services as per

progress

7. SCHEDULE OF PAYMENTS: The payment will be linked to project milestones as a percentage of the agency’s bill.

Sl. No. Milestone / Deliverable Payment in %age of total Fees quoted for DPR

1 Issuance of Work Order NIL

2 On submission of Draft Detailed Project Report inclusive of Map of Topographical Survey, Master Plan, drawings, design and detailed estimates (both Civil & electrical Work), Techno Economic Feasibility Report etc.

20%

3 On submission of Final copy of Detailed Project Report as per scope of work including Detailed Drawings and Estimates, Tender documents and Bill of Quantities (BoQ)

10%

4 On sanction of the DPR by the sanctioning authority 20%

5 On submission Tender documents 10 % 6 On appointment of the Contractor 15%

7 On preparation of working drawings 15%

8 Completion of work as per scope of work 10%

B. DETAILS AND OTHER INFORMATION RELATED

with providing work no. ( B) Project management Consultancy (PMC) Services including Post –bid Management, Supervision, Certification and bills, etc. for Development of Integrated Silk Park at Malda

1. Time of Completion of work: 24 months from award of work or as the progress of the contractor agency

2. Bid Validity : 180 days from last date of submission of bid

3. General Information:

The Scope of works as mentioned is indicative and not an exhaustive one and if necessary, related works may be required to be done in consultation with WBSIDC.

4. Scope of Works and Services

a. Inspection and Examination of Act of Contractors —

As an overall supervisor of the Project and WBSIDC’s engineer, monitoring the activities of the contractor at every stage of their operation so that the project will be completed within the specific time limit and at the contracted quality level. At various stages of the construction process, inspection and examination of the contractor including the construction methodology, type and quality of workmanship, quality of material including conducting requisite timely testing, during and post construction testing and certification, performance of equipment, safety measures etc. in compliance with good construction practices. Any type of discrepancies, disparities observed during the time of inspection, both the contractor and WBSIDC would be informedattheearliestandassistancetoresolvetheproblem.Thisiswithanaim to helping the contractor to overcome the problems or bottlenecks during the construction process.

b. Monthly / Fortnightly Progress Report—Preparation of detailed Monthly/fortnightly Progress Reports verified by its multi-disciplinary team members. In this report all deviations from the projected schedule in terms of time and cost will be pointed out. Necessary clarification and measures to mitigate such deviation(s) will also be mentioned in the monthly report.

c. Certification of Bills—Verification of all running account bills and final bill of the contractor considering the terms and

conditions of the Contract Agreement. Bill of quantity will be verified through physical measurement and inspection and critical evaluation of the construction material and quality according to the specifications. There after all these bills will be certified for payment along with its recommendations. Monitoring the overall cost of the project at every stage and WBSIDC will be informed and advised accordingly.

d. Expenditure Control—Expenditure control will be one of the important aspects for successful implementation of a

project. Closely monitoring the project cost at every level of operation. If it is necessary for overall cost reduction, the best suitable alternative available at lower cost should be suggested. During Project implementation, pointing out the avoidable cost(s) of the project and suggest WBSIDC the necessary amendments in the time schedule of construction, alternative construction methodology, revised design features, resource planning etc.

e. Preparation of and Recommendation of any supplementary items of work

f. To inform sufficiently in advance to WBSIDC in case of necessity of execution of excess quantities in respect of any individual items w.r.t. BoQ

g. Compilation and Collation of as - Built Drawings

h. O & M Manuals for the infrastructure facilities and utilities implemented as per the design & detailed engineering.

i. Day to day supervision, quality assurance & testing as required of materials to be used, progress monitoring (both physical and financial) and certification of contractors monthly / interim / running and final invoices / bills.

j. Coordination with WBSEDCL and Fire departments, Municipalities 5. Deliverables

i. Monthly / fortnightly Progress Report. ii. Report on activities and defects of the contractor, if any. iii. 3 sets of the as built drawings iv. Certification bills with test reports and certificates

6. Payments schedule

The PMC will be paid as quoted percentage (%) of the amount of each running / final bill of contractor after deducting 10% as security deposit of PMC fee. Any discrepancy due to difference between the Project Cost and Tendered Cost will be adjusted at the time of final bill of contractor.

SECTION 4

Financial Bid / Quotation Format NIQ- 07 of 2014-15

Sl. No. Description of work Quote ( as % of Project Cost)

1. A. Consultancy Services for Preparation of Detailed Project Report, Master Planning, Design & Detailed Engineering including drawings, and Bid Process Management Services, including the related surveys, preparation of guidelines for project monitoring etc. for the Project for Development of Integrated Silk Park at Malda

2 B. Project management Consultancy (PMC) Services including Post –bid Management, Supervision, quality assurance, measurement and Certification and bills, etc. for Development of Integrated Silk Park at Malda

We do hereby agree to that –

i) The Contract shall be for the whole Work. ii) The rates should be quoted inclusive of all the taxes. iii) The rates and the price quoted by the bidders shall be fixed for the entire duration of the

contract and shall not be subject to any adjustment, changes, escalation, etc. under any circumstances.

iv) In case of any dispute with regard to interpretation of any section as contained in this EOI or as may arise by and between the contracting parties the same shall be referred to Managing Director, WBSIDC whose decision shall be Final and binding on all the parties.

v) Carryout the above work as per scope of work and terms and conditions of the Quotation documents NIQ No-07., 2014-15.

vi) The quotes are inclusive of all charges, travel and other incidental, food & Lodging costs, etc.

Signature of the Quotationer with date Name : Designation: Office Seal of the Quotationer

SECTION 5 NIQ-07 of 2014-15

Detailed Scope of services for work “A”

ANNEXURE 1 (A) Scope of Services for Reconnaissance Survey

i. Basic information regarding site, type of development, market, climate etc. ii. Assessment of Potential offered by the site. iii. Identification of environmental and other sensitive features located within the influence zone of the project. iv. Detailed description of the environmental features of the project influence area. v. Present & proposed land uses. vi. Industrial and development initiatives in the area. vii. Site location data such as basic topography, geotechnical data, water resources, infrastructure and social

facilities available in the nearby areas. ANNEXURE 1 (B) Scope of Services for Topographical Surveys

1. Detailed topographical survey should be carried out for the project area. Along with the survey, reference

benchmarks should be fixed, which would form the base for further studies during the implementation.

2. The survey should be carried out using advanced survey equipment like Total Stations and will reproduce the 3-D data for the establishment of coordinates of permanent control points. The survey shall be based on a closed traverse, which, if possible, shall be tied up to permanent control points.

3. Detailed topographical surveys shall be undertaken, capturing all the existing details including:

i. Longitudinal profile of the ground ii. Cross sections at regular intervals iii. Spot levels of the area in 20 m c/c iv. Contour mapping (maximum at 0.50 m level, wherever applicable) v. Location of trees, electric poles, transformers, HT Lines etc. vi. L-Sections/ cross sections of nallah / drainage vii. Approach road/ highway to the project area viii. Location & cross-levels of the existing highway/ road from where approach roads to site are proposed. ix. Details of adjacent properties x. Water bodies and high flood levels of water for all the nallah & the extent of flooding in the event of a

storm. xi. Any other features or services as considered essential to undertake design and detailed engineering of the

park

4. As part of the survey, following activities shall be carried out: i. Installation of Control Stations

Control station points shall be installed at appropriate intervals using total station. Angle measurements shall be taken on both left and right face with appropriate angle spread between observed round. The secondary control stations shall be fixed by closed traverse.

ii. Establishment of Benchmarks Project specific benchmarks at the primary and secondary control stations shall be established in the project area and the differences within the stated tolerances will be distributed between the primary control stations in accordance with IRC 19, 1981.

iii. Similarly, alignment survey for the pumping mains and grid survey at the proposed treatment plant and pump station locations will be carried out for the water, sewerage and storm water drainage system.

ANNEXURE 1 (C) Scope of Services for Geotechnical & Hydrological Investigations 1. Soil and sub-soil investigations shall be made as per specifications and conforming to the finalized scheme of the

master plan. The tests shall be conducted both at site and at the labs. The tests that shall be conducted would include but would not be limited to:

i. Physical Properties of the soil, including grain size analysis ii. Chemical analysis iii. Atterberg limits iv. SBC of the soil at various locations for design of structures v. CBR value at salient locations for design of road pavement

2. For design of water supply, Sewerage and storm water drainage, the following soil investigations shall be carried out:

i. Trial pits along the water supply mains, sewer lines and storm water drain alignments ii. Bores for deeper sewers and lift station locations iii. Deep bores at pumping stations and Treatment Plant locations

3. Hydrological investigations shall be carried out with respect to the following details:

i. Rainfall data ii. Surface water bodies; bed levels, full supply level iii. Ground water level iv. Location of swamps, marshes and floodplains

ANNEXURE 1 (D) Scope of Services for Master Plan Study and Preparation

1.1 Master plan shall be prepared, which should exhibit high land use efficiency from the land and yet not compromise on the environmental quality. The plan should be based on inputs from Client and shall also be flexible and allow for change, as per client feedback. Appropriate supporting land uses to cater to the needs of the community working there shall be provided.

1.2 The existing land use shall be studied and it shall be proposed how best the land can be zoned. The Master plan shall propose and integrate various zones for manufacturing units, commercial and common utilities, traffic circulation plan, infrastructure requirements, support components, green zone, water bodies and public places. The land requirements for these uses shall be clearly given in the Land use Master Plan.

1.3 The Master Plan will take into consideration any policy or development proposal, which has a direct implication on the allocation of land for a purpose. The allocation shall be so based so as to realize the benefits of clustering.

2. Planning Framework: In order to prepare an effective master plan, the following factors shall be considered and integrated within the overall-planning framework:

a. Economic factors i. Existing industrial growth potential of the area ii. Type of clustering required iii. Resource base including natural and human resources and their quality iv. Backward and forward linkages

b. Environmental factors i. Environmental impact of the silk park on water and other natural resources in the region ii. Pollution threats and mitigation mechanisms

c. Technical factors i. Land-use requirements for various activities ii. Planning norms, bye-laws, regulations etc iii. Size of plots and the linked requirements of transportation and road network

iv. Standards for provision of physical and social infrastructure to meet industrial as well as other

commercial requirements v. Water, drainage, sewerage, land, road, transport, power and communication vi. Education, health, recreation, commercial etc vii. Topographical factors such as availability of soil type, ground water, gradient etc. viii. Climatological factors such as wind direction, humidity, temperatures, rainfall etc.

d. Social factors i. Demographic features particularly in terms of the available workforce and its quality ii. Migration trends, as linked with the increase in the avenues of income generation iii. Housing and other facilities and amenities iv. Resettlement and rehabilitation issues, if any.

3. Stages and Tasks: The preparation of Plan would have the following stages and tasks:

a. Studies and Surveys i. Discussions with the client about their perspective on the approach and existing level of information

available with them including reports of the studies carried out. ii. Collection and study of the industrial policy and other documents including Acts, bye-laws, norms and

standards etc related to the assignment. iii. Designing formats for collection of information from various sources/ agencies about existing level of

services and infrastructure facilities as well as the ongoing/ proposed projects/ programs of various agencies at the regional level.

iv. Site visits and reconnaissance surveys to examine the location and other physical characteristics of the site as well as to assess the potentials and constraints in placement of various kinds of activities and land uses.

v. Physical surveys to update the existing maps of the site. vi. Socio-economic and transport surveys. vii. Industrial potential surveys in the region based on the availability of raw material, backward and

forward linkages, manpower availability etc.

b. Data Analysis and Projections i. Analysis of surveys and studies carried out above to identify the development issues and developing

alternative strategy options to address them. ii. Projections of requirements for various activities and services pertaining to land, infrastructure

including both industrial and social infrastructure. iii. Assessment of environmental and spatial implications arising out of the proposed development

scenarios of the area and measures to address the implications.

c. Development Proposals i. Developing planning framework based on the outcomes of the analysis. ii. Site planning in terms of alternative concepts of layouts within the overall planning framework evolved

for the purpose including working out schedule of area requirements. iii. Approval of planning framework and the concept by the competent authority to translate the concept

into a plan detailing the land use and zoning for various activities and services including industrial, residential, commercial, educational, recreational etc.

iv. Planning details of infrastructure (water supply, sewerage, drainage, power, road network, communication infrastructure etc) facilities and services to be provided in the foundry park.

4. In the final phase, if applicable, the prepared master plan would be revised as the ‘Final Master plan’ taking into account the changes in the total area, boundaries and internal features, if any.

ANNEXURE 1 (E)

Scope of Services for Design & Detailed Engineering A. Before working out the details of the infrastructure components, site grading and leveling shall be undertaken: Site

Grading and Leveling shall involve: i. Collection of basic data as required ii. Analysis of Basic Data Inputs iii. Choosing critical factors for fixing formation level iv. Fixing the boundary of site grading and level based on the present and future requirement of the area for

planning of the buildings and services v. Based on the above factors, selection of finished formation level for the area vi. Drawing for site grading and leveling, indicating the salient details

B. Infrastructure Components

1. Road Network a. Collection of basic data required for designing road crown levels, widths and pavement structure taking

following planning considerations for designing of road network i. Accessibility (by vehicular modes and otherwise) ii. Mobility (availability of transportation systems) iii. Parking (both passenger and good vehicle) iv. Transportation network (including road side and passenger amenities)

b. Analysis of basic data input for deciding the crown level of road c. Based on the critical factors as of the above, working out the crown levels d. Analysis of basic data input for deciding the pavement structure of road e. Preparation of Drawings for roads indicating the salient details, including detailed bill of quantities and cost

estimates f. Designing of lane requirement and Right of Way (ROW), if applicable g. Designing of roadside drainage system to cater for surface run-off and storm water drains and the

integration of the same with the proposed cross drainage system, including designing of special drainage provisions.

h. Designing of storm water drains (on either side of the road next to footpaths), cross drains and culverts. i. Designing for provision of ducts and cross ducts for taking the Underground services in future, so as to

eliminate future cutting of roads and sidewalks. j. k. Detailed engineering and drawings, including cost estimates for all the above components l. The design of geometric elements will cover but will not be limited to the following:

i. Finalizing the road width, provision of medians, foot path widths etc. ii. Horizontal and vertical alignment of roads iii. Design of intersections, including traffic islands, pedestrian crossing facilities etc. iv. Provision of bus stops, lay byes, parking areas etc. v. Provision of slip-lanes/ service roads to accommodate slow-moving traffic/ local traffic and other

access control arrangements vi. Any other project element considered necessary.

2. Electrification & Power Distribution

a. General The electrical system shall be designed to cover the following:

i. Safety to personnel ii. Minimum fire hazards and risk. iii. Reliability of system to the extent possible iv. Ease of maintenance v. Automatic protection of all electrical equipment through selective relaying system vi. Scope for future expansion

b. Load Forecast

i. Load forecast based on right plot mix, type of industrial units, future expansion plans and requirements of power consuming utilities/ facilities.

c. Sourcing of Power

i. Evaluation of various sources of power on the basis of magnitude of demand that the proposed park would require.

ii. Finalization of source of power, in discussion with the Client/ IL&FS-IDC, on the basis of techno – economical evaluation.

d. Alternative of Design

i. Evaluation of alternatives of design for supply network on techno-economic considerations ii. Selection of best alternative in discussion with Client/ IL&FS-IDC. iii. For the selected alternative, undertaking detailed engineering with construction drawings, detailed bill

of quantities and cost estimates.

3. Water Supply & Distribution Network a. Development of water resources

i. Collection of the basic data required ii. Analysis of Basic Data Input for selection of source iii. To ascertain the actual yield available after carrying out requisite hydrological investigation iv. Development of concept, scheme for deriving the water source, considering the various

options/alternatives feasible v. Based on geophysical/hydrological investigation the probable location of tube-well /intake well shall

be decided. vi. System design considering the various essential parameters, such as pressure, future demand of

water supply, available source and its yield, quality of water etc. vii. Preparation and submission of concept scheme viii. Detailed Engineering with construction drawings, bill of quantities and cost estimates

b. Development of service network i. Collection of basic data required to design distribution network ii. Analysis of Basic Data Input to design distribution network iii. Freezing of design parameter to design distribution networks iv. System design for distribution network v. Design distribution network considering the basic design parameter fixed, using computer software vi. Design water storage system i.e. UGR, OHT with its staging and pumping system vii. Detailed engineering for all the above, including construction drawings, bill of quantities and cost

estimates. viii. Modern practices such as water harvesting; service canal etc. along the ring/ periphery should be

studied and incorporated in the overall scheme. c. The detailed engineering exercise should cover all the components of water supply and distribution

system, namely: i. Source works ii. Transmission mains iii. Storage reservoirs iv. Pumping stations v. Distribution network

4. Sewerage Disposal System

a. Collection of basic data required to design the Sewerage network, which normally includes: i. Per capita water supply per day ii. Pattern of natural slopes of the terrain of the industrial site iii. Existing conditions of the site and its surroundings iv. Final levels and patterns of different types of roads v. Location of treatment plant

b. Analysis of basic data input c. Adoption of design norms, which include:

i. Per capita sewage generation rate in percentage of water supply ii. Peak flow iii. Minimum and Maximum velocity of flow iv. Flow conditions for various sizes of pipes v. Material of pipe vi. Minimum depth of sewer vii. Maximum permitted depth viii. Infiltration factor ix. Formula for calculation for design of sewer x. Coefficient of various formulas

d. Freezing of design criterion for design of collection system e. Development of concept scheme for collection of sewage/wastewater/ effluent f. Preparation of Construction drawings, bill of quantities and cost estimates.

5. Waste Water Treatment Plant a. Collection of basic data required for formulating the water treatment scheme b. Analysis of Basic Data Input to decide the mode of water treatment c. Study various technological options available for treatment of water in consonant with the quality of raw

water and quality required for end use. d. Preparation of concept scheme e. Preparation of construction drawings, bill of quantities and cost estimates. f. Disposal of treated wastewater/ Use of treated water for watering landscaped area.

6. Industrial Effluent Treatment & Disposal System a. Projection of effluent, based on type of industries, volume and characteristics of waste generated by them. b. Design of effluent collection system c. Design of Pump Stations and Pumping Mains and the related electrical and mechanical systems d. Design of the Effluent Treatment Plant e. Disposal of treated effluents in conformity with the norms towards the same f. Design aspects should also cover Detailed Engineering, including bill of quantities and cost estimates.

7. Solid Waste Disposal

a. Collection of basic data, including review of the solid waste generating potential, for formulating the solid waste strategy

b. Assumption of the content of the waste to be generated and evaluation of waste treatment and disposal technologies, to decide the method of treatment, including designing Segregation, Collection, Transportation and disposal strategies.

c. Identification of spots for placement of garbage bins after discussion with the client d. Device the methodology for primary and secondary collection of waste and its final disposal to the

landfill/compost plant etc i. Zoning Plan ii. Transportation plan

e. Identification of reuse/ recycling options f. Design and detailed engineering of the solid waste treatment and disposal system.

8. Storm Water Drainage Plan

a. Collection of basic data required for designing storm water drainage system, which is normally governed by the following factors

i. Pattern of natural slopes of the terrain of the park site ii. Existing conditions of the site and its surroundings iii. Final levels and patterns of different types of roads iv. HFL of final disposal drain v. Maximum runoff during past 30 years

b. Analysis of Basic Data Input c. Considering and freezing of design criteria for the various parameters to design drainage system d. Design and preparation of schematic network e. Detailed design and preparation of drawings, including bill of quantities and cost estimates. f. Structural design of culvert of drains wherever required

9. Fire Protection System

a. Design and detailed engineering of fire protection and alarm services for the entire area.

10. Street Lighting and Area Lighting a. Provision and layout of the Street Lighting and area lighting for the entire park, with cost estimates

11. Detailed Designs of Administrative and Common Facilities Buildings a. Understanding the requirement of buildings and common facilities b. Preparation of concept design c. Architectural design d. Structural design e. Electrical and HVAC f. Plumbing and Fire fighting

g. Detailed Cost estimates

12. Landscape a. Collection of basic data required for assessing the total amount that would be available after treatment for

watering the landscaped area b. Network of pipes and placement of automatic nozzle points for mechanized watering c. Assessment of pumping power to push the treated water back to landscaped area. d. Use of treated solid waste (vermiform posting etc) and sludge manure. e. Design of the system with cost estimates.

13. Water bodies

a. Collection of basic data required for assessing the requirement, optimizing landfill requirements within the total master plan

b. Network of pipes and pipe system/ surface drainage system connected to the water bodies including water harvesting as applicable

c. Assessment of pumping power for emergency withdrawal of the water for necessary requirement. d. Design of the system with cost estimates.

ANNEXURE 1(F) Scope of Services for Detailed Costing, Tendering and Bid Process Management & Post Tendering Services Detailed cost estimation exercise should be carried out with respect to each of the project components, as mentioned earlier. As above, it should cover (but not limited to) the following:

A. Detailed cost break-ups under major heads 1. Cost Modeling

2. Procurement Options to be detailed

i.Material availability (local/imported) ii.Identification of Import source and leads iii.Techno - commercial evaluation iv.Finalization of options

3. Quantity Take-off based on Schematic Design/ Data

4. Finalization of broad specifications

5. Cost Plan including:

i.Cost of land & site development ii.Cost of infrastructure development related buildings iii.Cost of electrification infrastructure network iv.Cost of water supply infrastructure network v.Cost of drainage infrastructure network vi.Cost of waste disposal infrastructure network vii.Cost of communication (telephone & Data) infrastructure network viii.Cost of storm water infrastructure network ix.Cost of road network x.Cost of landscaping (watering etc) infrastructure network xi.Cost of any other infrastructure system, as covered earlier.

B. Tendering This phase would involve assistance to WBSIDC in activities connected with the induction of the competent and experienced contractors for undertaking the work at the site. Outlined below are the five stages that would be followed for attracting competent and experienced contractors for various works in the foundry park.

§ Stage 1: Provide all technical inputs to WBSIDC which are required for outlining and finalization of the Project Component Package, Structure & Bidding Methodology

§ Stage 2: Provide help of technical nature to WBSIDC in preparation of Tender Documents § Stage 3: Assistance in managing the Tender Process & Pre-Bid meeting § Stage 4 Technical Bid evaluations § Stage 5 Technical assistance required in negotiations and Awarding of the Contract

1. Stage 1: Outlining and Finalization of the Bidding Methodology / Structure

All assistance of technical nature shall be provided that are required for structuring for development/ O&M of various components. Based on the decided project component package & structure, bidding methodology shall be evolved.

a. Assistance in Finalizing the Framework for contracting i. Format of contracting – Item rate, Turnkey / lump sum etc ii. Assistance in Detailing the obligations (and liabilities on account of non-performance) of the

contractor, at various stages for all the components.

b. Assistance in Developing a set of technical and financial Pre-Qualification Criteria for the project component package

i. Suggestions on the PQ criteria, based on the prevailing practices.

c. Bid Evaluation Methodology i. Suggestions on technical evaluation criteria and weightage to be assigned to different criteria. ii. Participation in evolving mechanism for awarding points along the chosen technical criteria iii. Suggestions on relative weight ages to be assigned to technical and financial criteria in computing a

composite score. iv. Assistance in Freezing and documentation of the methodology of bid evaluation

2. Stage 2: Assistance in Preparation of Tender Documents

a. Introductory Section, including (but not restricted to) the following: i. Technical details pertaining to the Project component package

b. Project Component Package Details and Scope of Work

i. Assistance in Detailing the requirement from the contractor ii. Furnishing technical information and drawings relevant to the project component package iii. Detailing the Technical specifications vis-à-vis the construction work to be undertaken for the

components (separately) iv. Detailing the Scope of Work and Performance Parameters related to execution during the

construction period.

c. Assistance in Detailing the basis of participation by the contractor i. Assistance in designing Format of participation etc

d. Bid Evaluation Methodology

i. Assistance in Detailing of the Technical Bid Evaluation criteria, and the respective weightage of technical and financial criteria, to evaluate pre-qualified bidders

e. Contracting Agreement i. General Conditions would relate to

i. General obligations of the chosen contractor vis-à-vis compliance with statutory requirements (Minimum Wages Act, health & safety of labourers etc), mobilization of resources and equipment, IT rules etc

ii. Progress Reporting Mechanism iii. Complaint Addressing Mechanism

ii. Specific Conditions of Contract, relating to i. Detailing of the Obligations and Scope of Work for the Contractor, for the Construction as well as

other obligations during the execution of the assignment. ii. Defining and detailing the Performance Standards – Technical Specifications, Quality

Requirements, Adherence to time, etc. iii. Setting up a Performance Evaluation Mechanism and establishing a periodic inspection

mechanism in place iv. Defining conditions and events leading to a default in obligations – eg Technical (non-conformance of

minimum specified design, default etc)

§ Penalty Clauses applicable in case of a default in obligations §

3. Stage 3: Assistance in Managing the Bidding Process & Pre-Bid marketing a. Assistance in Drafting the Notice Inviting Tender b. Provide technical assistance in the pre-bid conference, handling clarifications during the bid process, and

advising client/ IL&FS-IDC on technical aspects on incorporating revisions in the bidding process based on the proceedings of the pre-bid conference.

4. Stage 4: Bid evaluation a. Provide assistance in Administering the Technical and financial (if required) PQ criteria to draw up a

shortlist of bidders who qualify b. Provide technical assistance to Bid Evaluation committee, during the evaluation process. c. Assistance in Evaluating the bids, based on the technical criteria specified

5. Stage 5: Negotiation and Awarding of the Contract a. Assistance in finalizing the Concession Agreement.

C. Post Tendering i. Preparation and submission of complete set of working drawings, to facilitate complete implementation of

work at the site.

Executive Engineer WBSIDC Ltd.

Memo No. SB1/656 /(13) 07.07.2014