You are on page 1of 22

Office of the Executive Engineer,

Survey Division,
Directorate of Public Health Engineering,
Government of West Bengal, Phone : 033-2986-3015
Bikash Bhavan, 3rd floor, South Block, Fax :
Salt Lake, Kolkata – 700091. Email : ee_surv@wbphed.gov.in

Memo No. 266 /SD Dated, Bidhannagar:- 16.7.2021

EXPRESSION OF INTEREST NO. - PHE/WB/JJM/SD/EOI-01/2021-2022


OF THE EXECUTIVE ENGINEER, SURVEY DIVISION PHE Dte., GOVT. OF WEST BENGAL

On behalf of the Governor of West Bengal, Expression of Interest (EOI) is invited by the
Executive Engineer, Survey Division, PHE Dte., Govt. of West Bengal from reputed and
resourceful Consultancy firm/ Public Sector undertaking/ Government Company for the
purpose of short listing for the work mentioned below (Submission of EOI through online
only).

Name of the work

EMPANELMENT OF CONSULTANTS FOR PREPARATION OF DETAILED


PROJECT REPORT FOR GROUND WATER BASED RURAL PIPED WATER
SUPPLY SCHEMES FOR SINGLE/MULTI-VILLAGE(S) UNDER JAL JEEVAN
MISSION, WEST BENGAL

1. In the event of e-Filing intending applicants may download the EOI from the website
directly by the help of Digital Signature Certificate.
2. In the event of online submission, EOI document will be submitted concurrently duly
digitally signed in the Website https://wbtenders.gov.in/nicgep/app
3. Eligibility criteria for participation in EOI:
SEE 6.1 under Instruction to Bidder.
4. Date & Time Schedule: -
Sl. Particulars Date & Time
No.
i. Date of uploading EOI Documents (online) 16.07.2021 at 5.00 PM
(Publishing date)
ii. Document download started date (online) 16.07.2021 at 5.30 PM
iii. Pre-qualification meeting 22.07.2021 at 01.00 PM
iv. Document submission started date (online) 26.07.2021 at 5.00 PM
v. Document download/submission closing date (online) 11.08.2021 upto 2.00 PM
vi. Date of opening of EOI Proposals (online) 13.08.2021 at 2.00 PM
vii. Date of uploading of pre-qualified bidders (online) To be Notified later

1
5. Joint Ventures and consortium will not be allowed.
6. No Mobilization Advance and Secured Advance will be allowed.
7. Modalities of consultant selection: The intending applicants in the Expression of
Interest (EOI) will be short listed through the evaluation procedure as mentioned in the
pre-qualification and evaluation criteria. Thereafter a Limited Tender will be invited
through e-procurement portal among the short listed applicants. That tender will be
finalized through Combined Quality Cum Cost Based System (CQCBS), where adequate
weightage will be assigned in both technical & financial offer. The highest scorer will be
selected.
8. Earnest Money Deposit (EMD): All the intending applicants have to submit a token
earnest money of Rs. 2,00,000/- in the form of bank draft in favour of the Executive
Engineer, Survey Division, PHE Dte. payable at Kolkata. This will be retained for all
short listed agencies for participating in the Limited Tender which will be floated in due
course and till finalization of the Tender through Combined Quality Cum Cost Based
System (CQCBS). Earnest money deposit of all the unsuccessful applicants in the EOI
will be refunded without any interest. After selection of the consultant through CQCBS,
the token earnest money of the entire short listed consultants will be refunded. The short
listed agencies who will participate in the limited tender shall have to deposit a separate
requisite earnest money through online system, the details of which will be intimated later
on. The last date for offline submission of token earnest money will be 09.08.2021 at the
office of the Executive Engineer, Survey Division, PHE Dte. during office hours. The
scan copy of the same is also has to be uploaded during online submission.
Without receipt of token EMD, the submission of EOI will be treated as informal.
9. No conditional/incomplete EOI will be accepted under any circumstances.
10. The Tender Inviting Authority (TIA) reserves the right to cancel the E.O.I. due to
unavoidable circumstances and no claim in this respect will be entertained.
11. Venue of Pre-qualification Meeting: - Conference Room, Janaswasthya Karigari
Bhavan (NIJALAYA), Plot No. CN-8 (3rd Floor), Salt Lake Sector-V, Kolkata –
700091.
12. Evaluation Process: -The Tender inviting authority reserves the right to verify the
supporting documents from the issuing authority as well as may ask for production of
additional documents in support of the submitted or uploaded documents with the E.O.I
within a stipulated time frame and failing of which will be liable for rejection of the same.
During scrutiny, if it comes to the notice of the authority that the credential or any other
supporting documents submitted are found incorrect / manufactured /Fabricated that
application will be out rightly rejected without any prejudice. No correspondence will be
entertained outside the evaluation process of the Committee. Any attempt by a Bidder to
influence the bid evaluation process may result in the rejection of its EOI Proposal.

2
13. Employer / Client’s certificates shall be accepted by the evaluation committee when the
same are signed by an official of the rank not below the rank of the Executive Engineer or
equivalent in respect of a Govt. / Semi Govt. organization and only when they are
supported by adequate proof of payments received by the agency for the work done by
them.
Sd/-
Executive Engineer, Survey Division
Public Health Engineering Directorate
Government of West Bengal

Memo No.________________ Dated, Kolkata, the _______________

Copy forwarded for information with the request to wide circulation through his office notice
board to: -

1. The Engineer-in-Chief, PHE Department, Govt. of West Bengal.


2. The Chief Engineer, Head Quarters/Planning & WQM /Western Zone/ Northern Zone
(Civil), PHE Dte., Govt. of West Bengal.
3. The Chief Engineer (Mech./Elec.), Southern Zone/Northern Zone, PHE Dte., Govt. of
West Bengal.
4. The Superintending Engineer, Planning Circle-I /Planning Circle-II, PHE Dte., Govt.
of West Bengal.
5. The Deputy Secretary (Technical), PHE Department, Govt. of West Bengal.
6. The Sr. D.A.O./ Estimating Section / Head Clerk / Cashier-in-Charge, Survey
Division, PHE Dte., Govt. of West Bengal.
7. Assistant Engineer, Survey Sub Division-I, PHE Dte., Govt. of West Bengal.
8. Office Notice Board.
9. Departmental Web Site. www.wbphed.gov.in.

Sd/-
Executive Engineer, Survey Division
Public Health Engineering Directorate
Government of West Bengal

3
INSTRUCTION TO BIDDER

1. BACKGROUND

In West Bengal there has been a paradigm shift in rural drinking water supply during the last
10 years. The coverage of Piped Water Supply Scheme in the rural population in the state has
increased to 54% by May 2021. It is worth mentioning that the coverage of rural population
will rise near 67.47%, on implementation of all the ongoing schemes. It is proposed to
achieve that all households will have access to safe & adequate drinking water by 2024.

The Jal Jeevan Mission aims to provide Functional House Connection to every rural
household with a minimum water supply service standard of 55 LPCD. The broad objectives
of the Mission are

i. to provide FHTC to every rural household;


ii. to prioritize provision of FHTCs in quality affected areas, villages in drought
prone and desert areas, villages, etc.;
iii. to provide functional tap connection to Schools, Anganwadi centres, GP
buildings, Health centres, wellness centres and community buildings;
iv. to monitor functionality of tap connections;
v. to promote and ensure voluntary ownership among local community by way of
contribution in cash, kind and/ or labour and voluntary labour;
vi. to assist in ensuring sustainability of water supply system, i.e., water source,
Water supply infrastructure, and funds for regular O&M;
vii. to empower and develop human resource in the sector such that the demands of
construction, plumbing, electrical, water quality management, water treatment,
catchment protection, O&M, etc. are taken care of in short and long term; and
viii. to bring awareness on various aspects and significance of safe drinking water and
involvement of stakeholders in manner that make water everyone's business.

2. CATEGORIES OF SCHEMES

The following categories of schemes can be taken up under Jal Jeevan Mission

i. Single Village Scheme (SVS) in villages having adequate groundwater/ spring


water/local surface water (pond etc.) source of prescribed quality;
ii. Single Village Scheme (SVS) in villages having adequate groundwater that needs
treatment;
iii. Multi Village Scheme (MVS) with ground water scheme with treatment.

3. (i) PURPOSE OF THE EOI

The objective of this assignment is selection of panel of consultant to execute all kind of
investigation work, survey work and prepare detailed project report for various categories of
schemes for uncovered area under the state as per the guidelines of Jal Jeevan
Mission.

4
(ii) PERIOD OF EMPANELMENT

The eligible bidder will be empanelled for a period of 2 years initially which may be extended
further depending on the requirement under the Jal Jeevan Mission.

(iii) JURISDICTION OF WORK

If the empanelled bidder is allotted the work after finalization of the financial bid he/she is
bound to work throughout any uncovered area of any district of West Bengal as assigned.

4. SCOPE OF WORK

The scope of area will primarily be restricted within the uncovered area of the states in
respect of PWSS where there is no PWSS (about 33% of the state). However, if felt
necessary, department may ask the consultant to work for the area of very old schemes for
complete rejuvenation of the scheme.

A. Feasibility Assessment & other related Actions

Reconnaissance, identification of bottlenecks in the project area, study and justify project
rationale, review existing data and identify data gaps, field investigations, selection
/determination of project command area
(i) The consultant will check whether the proposed project has been included in the
respective village action plan (VAP) and the district action plan (DAP) and also
relevant data from VAP and DAP and other authorities as per requirement.
(ii) Identify sustainable water source from both quality and quantity aspects. Selection of
treatment procedure required (if any).
(iii) Identify lands required for execution of the scheme/(s) and take all necessary
procedural action for procurement of lands by the department.

B. Preparation of Detail Project Report

(i) Preparation and submission of design consideration and broad methodology for
approval of the department.
(ii) Preparation of CAD/GIS maps of the command area.
(iii) Execute the soil investigation work, survey work of the pipe route including level
survey, if required.
(iii) Preparation of Source clearance report for submission and clearance in SLSSC (State
Level Scheme Sanctioning Committee).
(iv) Preparation of Detailed Project Report for submission and clearance in SLSSC (State
Level Scheme Sanctioning Committee) by following JJM guidelines along with its
amendments, if any as released time to time by Govt. of India and as per direction of
PHED WB. Detailed Project Report shall include but are not limited to the following

5
 Design of rising main and distribution network, and preparation of drawings.
 Structural design and preparation of drawings of OHRs if such capacities are
proposed in DPR out of the departmental standard drawings.
 Detail Cost estimate of all items of Civil and Electro-Mechanical works, Land
development, Road/Railway Crossing, Restoration work etc. as per the latest
schedule of rates of WB PWD and PHE including Analysis of rates for the items
not covered in these schedules of rates.
 Preparation of financial analysis, Environmental/social impact assessment, and
resettlement plan etc. if applicable.

5. EMD

The EMD shall be forfeited by the Employer in the following events:

i. If Proposal is withdrawn during the validity period or any extension agreed by


the consultant thereof.
ii. If the Proposal is varied or modified in a manner not acceptable to the Employer
after opening of Proposal during the validity period or any extension thereof.
iii. If the Bidder tries to influence the evaluation process.

6. ELIGIBILITY CRITERIA FOR EMPANELMENT

6.1. The bidder can either be a company, a partnership firm or a proprietorship firm. The
following are the Minimum eligibility criteria -

 Valid Sales Tax/Service Tax, Professional Tax, Trade Licence, and Income Tax
Clearance Certificates and PAN Card. Up-to-date tax clearance certificate are to
be enclosed.
 The bidder must have minimum 5 (five) years of experience in providing
detailed engineering service related to rural water supply.
 Applicants should preferably have ISO 9001 certification for at least last 3
(three) years & experience in providing Engineering Consultancy Services.
 The bidder must have completed 5 similar assignments i.e. preparation of DPRs
for rural water supply schemes (Copy of completion certificates must be
submitted) in the last five years.
 The applicant should have adequate manpower to provide the service
 The applicant must have an average annual turnover of Rs. 2 Crore over the last
three proceeding years from production or related service. (i.e. 2017-18, 2018-
19, 2019-20). Copy of CA certificate to be attached.
 The applicant must possess licensed drawing & design software of latest version
(i.e. GIS, CAD, Water GEMS etc.).
 The bidder must have any office in West Bengal or else bidder should give the
undertaking that they will open their office in Kolkata, West Bengal within a
period of one month of signing the contract. (Undertaking is required by bidder
if its office is not in Kolkata and agreed to open within a period of one month of
signing the contract)

6
6.2. During the last three years, the Bidder must not have failed to perform on any
agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority
or a judicial pronouncement or an arbitration award against the applicant, nor been
expelled from any project or agreement nor have had any agreement terminated for
breach of contract by such Applicant. (A declaration in this regard is required to
be submitted)

6.3 The bidder firm should not has been blacklisted by any State / Central Government in
India/PSUs as on bid submission date for corrupt, fraudulent or any other unethical
business practices or for any other reason.

6.4. Even if a Bidder satisfies the above noted requirements, it is liable to be disqualified
if it is found to have:

a) Made a false representation in the form, statement and attachments required in the
documents for this empanelment;
b) A record of poor performance such as abandoning work, not properly completing
contract, financial failures or delayed completion;
c) Been convicted by any court of law.
d) Must not have been blacklisted by any government/ semi government department
in the last three years.

6.5. The Department reserves the right to verify the credential submitted by the agency at
any stage (before or after the empanelment or award of work). If at any stage, any
information/document submitted by the applicant is found to be incorrect/false or
have some discrepancy which disqualifies the firm then the department shall take the
following action:

i.) Forfeit the entire amount of EMD fee submitted by the firm.

ii.) Debarment of agency from tendering in WBPHED or award of contract for a


period up to 3 years, apart from any other appropriate contractual/ legal action.

7. AMENDMENT OF EOI DOCUMENTS

7.1 Before the deadline for submission of Bids the Tender Inviting Authority may modify
the EOI documents by issuing addendum.

7.2 Any addendum thus issued shall be part of the EOI documents and shall be
communicated through PHE website.

7.3 To give prospective Bidders reasonable time in which to take an addendum into
account in preparing their Bids, the tender inviting authority, shall extend as necessary
the deadline for submission of Bids.

7
8. PREPARATION AND SUBMISSION OF EOI DOCUMENTS:

8.1 Documents comprising the Bid:

The Bids comprises of two parts viz. Pre-qualification Document and Key Technical
Document and shall contain the documents as follows

a. Pre-Qualification Document: The Bidder would provide all the information as


per Clause 8.2 below. The Tender Inviting Authority would evaluate only those
Proposals who fulfils the pre-qualification criteria

b. Key Technical Document: The Bidder would provide all the information as per
Clause 8.3 below. The Tender Inviting Authority would evaluate only those
Proposals that are received in the required format and are complete in all respects.

8.2 Pre-Qualification Document:

The Bidder should submit the following documents;

 Company/Firm Registration certificate in case of Registered Company/Firm,


partnership deed with power of attorney in case of a partnership firm.
 PAN Card
 Memorandum of Articles & Articles of Association / Proprietor / Partnership
Deed, in case the bidder is a Partnership Firm.
 Company Incorporation Certificate.
 Trade License with Current Validity.
 Valid Profession Tax certificate.
 GST registration certificate.
 Last 3 (Three) Years Audited Balance sheet.
 The bidder must have completed 5 similar assignments (preparation of DPRs for
urban/rural water supply schemes. (Copy of completion certificates must be
submitted) in the last five years
 Permanent along with branch office address.
 A declaration in non-judicial Stamp paper of Rs 20/- should be submitted by the
participant that he is not barred /delisted/black listed by Govt./ Govt. Undertaking/
Statutory Local body during last five years (please see Affidavit -A format).
 Income tax return acknowledgement certificate of last 3 (Three) financial years.
 List of clients served (Govt. / Public Sector/Private Sector/others separately in the
last Five years) with Contact name, address and mobile no., accompanied by
relevant work orders/ pay orders/ client certificates and completion certificate.
 A declaration as mentioned in Clause 6.2.
 A scan copy of the token EMD amounting to Rs. 2,00,000/-(Two Lakh only) has
also to be uploaded.

8
8.3 Key Technical Document:

a. Covering letter in the format set out in Form Tech 1


b. Details of the Bidder in the format set out in Form Tech 2
c. Bidder's Experience in relevant works in the format set out in Form Tech 3
d. Turnover and Net Profit Details as set out in Form Tech 4
e. Equipment and Software Details as set out in Form Tech 5
f. Team Composition as set out in Form Tech 6
g. Curriculum Vitae as per Form Tech 7

8.3.1 And any other materials required to be completed and submitted by the Bidders is in
accordance with these instructions.

All the documents as mentioned in Clause No. 8 must be properly filled up and
self-attested with stamp and the same should be uploaded by the bidder in
specified two folders namely ‘Pre-Qualification Document’ and ‘Key Technical
Document’ through DSC. Incomplete applications will be summarily rejected.

9. PROPOSAL VALIDITY

The Proposal shall remain valid for a period not less than 180-days from the last date of
submission of EOI (Proposal Validity Period). The Tender Inviting Authority reserves the
right to reject any Bid, which does not meet this requirement.

10. EVALUATION OF PROPOSAL AND EMPANELMENT PROCESS

10.1 The criteria for eligibility & qualification of Bidders are set out in Clause 6.1.

10.2 As part of the evaluation, the Bids shall be checked for responsiveness with the
requirements of the EOI document and only those Bids which are found to be
responsive would be further evaluated in accordance with the criteria set out in this
EOI document.

10.3 The Bid would be considered to be responsive if it meets the following conditions:

a. It contains all the information and documents as requested in the EOI document.
b. It contains information in formats specified in this EOI document.
c. There are no inconsistencies between the Bid and the supporting documents

10.4 Evaluation of EOI

Sl. Criteria Total


No. Marks
1 Specific experience of the consultant firm relevant to the assignment /job 45
Sub criteria marks
(a) Minimum of 5 years of experience working in detailed 20 marks
engineering service of urban & Rural Water Supply Projects

9
From 0 to < 5 years -Not qualified
(@ 2 marks for each year of experience starting from 5 years i.e.
minimum eligibility criteria, subjected to Maximum 20 marks)
(b) Specific experience in preparation of Detailed Engineering 20 marks
Project Report for Rural / Urban Water Supply Project
(@ 2 marks per Project with minimum water supply project cost
3 Cr. subject to Maximum 20 marks)
(c) Relevant Studies/ job carried out in West Bengal 5 marks
(@ 1 marks for each relevant project subjected to maximum 5)
2 Key professional staff: Qualification, Relevant Experience & competency 35
for the assignment /job. (Pl see sub criteria) marks
3 Equipment and software details 6
Sub criteria marks
Survey instruments like Total station, Theodolite, Dumpy Level etc. 3 marks
License software of Water GEMS, AutoCAD, GIS, STAAD etc. 3 marks
4 Financial strength of the consultant 14
Sub criteria marks
(a) Turnover figure for last three years 14 marks
 Average Annual turnover more than 5 Cr.: 14 marks
 Average Annual turnover between 2 Cr to 5 Cr.: 10 marks
 Average Annual turnover less than 2 Cr: - Not qualified
Total = 100
marks

10.5 Qualifications and competency of each of the key professional as per Sl. No. 2 above
in Clause 10.4 will be evaluated separately as per table under Clause 10.7 and 10.8.
Only qualified salaried technical personnel with sound knowledge and exposure in
similar water supply project shall be considered. Details of required qualification and
experience are tabulated in Clause 10.6.

10.6 PERSONAL DETAILS

The complete CV with details of education, experience and language skills must be
shared for the following personnel. The agency may propose additional positions
and/or deploy additional staff in the proposed positions. The key positions are as
follows:

Sl. Position Required Qualifications and Experience


No.
1 Team Leader cum Rural  Masters in Civil Engineering or relevant field
Water Supply Expert  15 years in project planning, design, implementation/
supervision, monitoring of water supply systems including
water treatment plants. Preference will be given to consultant
having extensive experience in rural water supply projects
 Proficiency in Bengali and English

10
2 Chief Hydraulic  Masters in Civil Engineering or relevant field
Expert  10 years’ experience in hydraulic designs of water supply
systems, Establishing DMAs etc.
3 Hydraulic Expert  Bachelor in Civil Engineering or relevant field
 3 years’ experience in hydraulic designs of water supply
systems, Establishing DMAs etc.
3 Mechanical Expert  Bachelor in Mechanical Engineering or relevant field
 3 years’ experience with at least 2 years’ experience in
mechanical designs of water supply systems including water
treatment plants.
4 Structural Engineer  Masters in Civil Engineering or relevant field
 10 years in structural design of water retaining structure,
reservoir, building treatment plants etc.
5 Electrical Expert  Bachelor in Electrical Engineering or relevant field
 3 years’ experience with at least 2 years’ experience in
electrical design software water supply systems including
water treatment plants.
6 Quantity Surveyor  Diploma in Engineering or relevant field
 2 years’ experience as quantity surveyor in water supply
systems.
7 Support Engineer.  Diploma in Engineering or relevant field
 2years’experienceinwatersupplysystems
8 GIS/CAD Draftsman  Diploma/Graduate in Engineering or relevant field
 2 years’ experience in drafting for the civil project and having
good knowledge in Auto-cad and other standard software for
drafting.

10.7 The marks for key professionals will be further divided as under:

Sl. Position Qualification Total no. of Total Min.


No. year of marks No. of
experience allotted person
1 Team Leader cum Rural Masters in Civil Engineering 15 yrs. 8 1
Water Supply Expert or relevant field
2 Chief Hydraulic Expert Masters in Civil Engineering 10 yrs. 5 1
or relevant field
3 Hydraulic Expert Bachelor in Civil Engineering 3 yrs. 5 2
or relevant field
3 Mechanical Expert Bachelor in Mechanical 3 yrs. 3 1
Engineering or relevant field
4 Structural Engineer Masters in Civil Engineering 10 yrs. 5 1
or relevant field

11
5 Electrical Expert Bachelor in Electrical 3 yrs. 3 1
Engineering or relevant field
6 Quantity Surveyor Diploma in Engineering or 2 yrs. 2 2
relevant field
7 Support Engineer Diploma in Engineering or 2 yrs. 2 2
relevant field
8 GIS/CAD Draftsman Diploma in Engineering or 2 yrs. 2 2
relevant field

10.8 For evaluation of each of the key professionals the following sub-criteria shall be
followed

a) Education qualifications 30%


b) Adequacy for the assignment / job 60%
(Experience in carrying out similar assignment /Job)
c) Experience in the Region 10%

10.9 The Technical Bid scoring more than cut-off marks, as decided by the Department,
will be eligible for empanelment under Jal Jeevan Mission/Jalswapna, West Bengal as
consultant for preparation of detailed project report. However, in this case the decision
of the Committee will be binding and final.

10.10 Notwithstanding anything contained in this EOI document, the tender inviting authority
reserves the right to accept or reject any Bid, or to annul the bidding process or reject
all Bids, at any time without any liability or any obligation for such rejection or
annulment, without assigning any reasons thereof.

Sd/-
Executive Engineer, Survey Division
Public Health Engineering Directorate
Government of West Bengal

12
PART B
STANDARD FORMS FOR EXPRESSION OF INTEREST

FOR
EMPANELMENT OF CONSULTANTS FOR PREPARATION OF DETAILED
PROJECT REPORT FOR RURAL WATER SUPPLY
SCHEMES UNDER JAL JEEVAN MISSION WEST BENGAL

13
FORM TECH - 1

Covering Letter
(On the Letterhead of the bidder)

To,
Date:
THE EXECUTIVE ENGINEER,
SURVEY DIVISION,
PUBLIC HEALTH ENGINEERING DIRECTORATE
BIKASH BHAVAN, SOUTH BLOCK (3RD FLOOR),
SALT LAKE, KOLKATA: 700091

E-mail Id.: ee_surv@wbphed.gov.in

Sub: EMPANELMENT OF CONSULTANTS FOR PREPARATION OF DETAILED


PROJECT REPORT FOR RURAL WATER SUPPLY SCHEMES UNDER JAL
JEEVAN MISSION WEST BENGAL
Ref : Enclo.
Dear Sir,
With reference to the above, I /We would like to inform you that having examined the
EOI Document and application form including guidelines for submission, scope of work etc.,
we hereby submit all the necessary information and relevant documents relating to the
"Empanelment of Consultants for Preparation of Detailed Project Reports for Rural Water
Supply Schemes under Jal Jeevan Mission, West Bengal" for our selection as bidder.

We understand that the tender inviting authority reserves the right to reject any
application without assigning any reason thereof. We confirm that our Proposal is valid for a
period of 180 days from the date of submission of EOI.

Yours faithfully,

(Signature of Authorized Person)


Date:
Seal:

14
FORM TECH - 2

BIDDERS’ ORGANIZATON

Name of the Bidder

Name of the JV/ Association Partner if any

Address of Registered head office of the

Bidder

Address of regional office of the Bidder

Year of Establishment:

Contact Person with Contact Details:

Email ID of the Contact Person:

Corporate Website Details:

PAN Number

GST Number

Brief write up above the organization

(Signature of Authorized Person)


Date:
Seal:

15
FORM TECH - 3

BIDDER’S EXPERIENCE IN RELEVANT WORKS

[List projects (not more than 10) in the last five years which are similar to that in the EOI.]

[The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity of as one of
major companies within a consortium, was legally contracted by the Employee stated
below.]

Name of the Project: Approx. value of the contract (in

current):

Country: Duration of contract (months):

Location within country:

Name of Client:

Address:

Start date (month /year):

Completion date (month / year):

Name of joint venture partner of associated


partner if any:

Name of senior regular full-time employees of


the firm involved and functions performed
(indicate most significant profiles such as
Project Director/ Coordinator Team Leader):

Narrative description of Project:

Description of actual services* provided in the contract:

*Copy of Completion certificate to be submitted

Firm’s Name: -
Signature & Seal of Authorized Representative:

16
FORM TECH - 4
TURNOVER AND NET PROFIT DETAILS

Annual Turnover and Net Profit for the last three financial years 2017-2018, 2018-2019,
and 2019-2020 along with audited Financial Statement for last three years.
Sl. No Year Turnover INR Crores Net Profit INR Crores
1 2017 – 2018

2 2018 – 2019

3 2019 – 2020

AVERAGE ANNUAL

(Signature of Authorized Person)


Date:
Seal:

Note: CA certificate to be submitted

17
FORM TECH - 5
EQUIPMENT AND SOFTWARE DETAILS UNDER OWN POSSESSION

DETAILS OF SURVEY EQUIPMENT UNDER OWN POSSESSION


(All equipment should be of BIS Standard with periodic calibration certification)
Sl. No NAME OF EQUIPMENT NO. OF EQUIPMENT OWNED BY THE
APPLICANT

DETAILS OF LICENSED RELEVANT SOFTWARE UNDER OWN POSSESSION

Sl. No NAME OF THE RELEVANT NO. OF LICENSE WITH USER


SOFTWARE

(Signature of Authorized Person)


Date:
Seal:

18
FORM TECH –6

TEAM COMPOSITION AND TASK ASSIGNMENT/ JOBS

Professional Staff (Key Professional)


Sl Name of the staff Name of the Firm Area of Expertise Position /
No
Task Assigned

(Signature of Authorized Person)


Date:
Seal:

19
FORM TECH - 7

CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

1. Proposed Position:
[For each position of key professional separate form Tech-7 will be prepared]:
2. Name of Firm:
[Insert name of firm proposing the staff]:
3. Name of Staff:
[Insert full name]:
4. Date of Birth:

5. Nationality:

6. Education:
[Indicate college/university and other specialized education of staff member, giving
names of institutions, degrees obtained, and dates of obtainment]:
7. Membership of Professional Associations:

8. Other Training:

9. Countries of Work Experience:


[List countries where staff has worked in the last ten years]:

10. Languages
[For each language indicate proficiency: good, fair, or poor in speaking, reading, and
writing]:
11. Employment Record:
[Starting with present, position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates
of employment, name of employing organization, positions held.]:
From [Year]: To Year]:
Employer:
Positions held:

20
12. Detailed Tasks Assigned
[List all tasks to be performed under this Assignment/job]
13. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the Assignment/jobs in which the staff has been involved, indicate the
following information for those Assignment/jobs that best illustrate staff capability to
handle the tasks listed under point 12.]
Name of Assignment/job or project: Year:

Location: Employer:
Main project features: Positions held:
Activities performed:

14. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date: [Signature of staff member or authorized


Place: representative of the staff]
[Full name of authorized representative]:

21
AFFIDAVIT- “A”

(To be furnished in Non–Judicial Stamp Paper of appropriate value duly notarized)

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

2. The under-signed also hereby certifies that neither our firm


M/s…………………………………………………………………………………………
……………. nor any of constituent partner had been debarred/blacklisted by Govt./ Govt.
Undertaking/ Statutory Local body during last five years prior to the date of this EOI.

3. The under-signed would authorize and request any Bank, person, Firm or Corporation to
furnish pertinent information as deemed necessary and/or as requested by the Department
to verify this statement.

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

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

Signed by an authorized officer of the firm

Title of the officer

Name of the Firm with Seal

Date_____________________________________________

22

You might also like