GOVERNMENT OF OFFICE OF THE ASSISTANT ENGINEER BRIDGE HIGHWAY SUB-DIVISION P.W.(ROADS) DIRECTORATE 87A/A,G.T.Road(West) , P.O.=Mallikpara, Serampore, Hooghly

Memo No:- 150/NIT-3 Dated:- 13/08/2021

Notice Inviting Tender No:-03 of 2021-22 of AE/SBHSD , P.W.(Roads) Dte. Hooghly.

The Assistant Engineer, Serampore Bridge Highway Sub-Division under Hooghly Highway Division No:-II, Public Works (Roads) Directorate, invites off line sealed Tender for the works detailed in the table below.

Estimated Earnest Cost of Tender Period Materials Defect Eligibilit Amount Money Document of Supplied by Liability y Sl no. & Name of the work (Rs.) Compl Period (Rs.) etion Sl No-1.

Cleaning and grubbing 1630.00 Rs.255.00 per 7days All 3(Three Open road land including In favour set of Tender from Materials ) tender 81495.00 uprooting wild vegitation of document the shall be Months & as EE/HHD- shall have to supplied ,grass from 0.00 km to date per II pay by the By the 3.00 kmp of Kamarkundu of Payable lowest bidder Agency. Govt. Road & at only at the comm . norms. Banamalipur Road (0.00 Hooghy. time of ence kmp to 7.50 kmp) execution of ment. - Formal road 0.00 Kmp to 2.80 agreement. Kmp , singur High school to Durgapur Expressway via Dhirrganj Road (01.00 Kmp to 2.80 kMp) of Serampore Bridge Highway Sub-Division under Hooghly Highway Division-II, P.W(Roads)Dte. During the year 2021-22

Sl No-2

Dressing and chilcilalling 385.00 In Rs.255.00 per 7days All 3(Three Open at road side flank from favour of set of Tender from Materials ) tender 1925.00 0.00 km to 3.00 kmp of EE/HHD- document the shall be Months & as II shall have to supplied Jangalpara-gangadharpur date per Payable pay by the By the road 0.00 Kmp to 2.80 of at lowest bidder Agency. Govt. Kmp of Serampore Hooghy. only at the comm . norms. Bridge Highway Sub- time of ence Division under Hooghly execution of ment. Highway Division-II, Formal P.W(Roads)Dte. During agreement. the year 2021-22

Sl-no-3. Repairing and 4123.00 Rs.255.00 per 15day All 3(Three Open renovation of ralling at In favour set of Tender s from Materials ) tender 25485.00 Panchabatitala of Janai of document the shall be Months & as EE/HHD- shall have to supplied Adanbazar Janai R.S to date per II pay by the By the Panchabati Road at of Payable lowest bidder Agency. Govt. chainage 2.10 Km under at only at the comm . norms. Serampore Bridge Hooghy. time of ence Highway Sub-Division execution of ment. under Hooghly Highway Formal Division-II, agreement. P.W(Roads)Dte. During the year 2021-22

1. Intending bidder may download the Tender Documents from the P.W.D website (www.pwdwb.com directly).

2. Intending Tenderers shall not have to pay the cost of Tender documents at the time of submission of bid but the lowest bidder shall have to pay the cost of copies of agreement documents at the time of execution of Formal agreement. EMD (Earnest Money Deposit) drawn in favour of Executive Engineer, Hooghly Highway Division No. II, P.W.(Roads) Directorate . The Tender documents submission of Technical bid/ Financial bid as per tender time schedule stated in Sl. No. 8. The documents submitted by the bidders should be properly indexed and self attested with seal.

3. Eligibility criteria for participation in tender: a) Bona fide, resourceful contractors including Engineers Cooperative & Labour Cooperative Societies having 40% (FORTY Percent) Credential of the estimated amount put to Tender in similar nature work in a single work and not older than 5(Five) years from the date of calling NIT b) Current Tax return along with PAN Card, GST Registration Certificate. & valid P.Tax challan for the year 2019-20. c) Registered Partnership Deed (for Partnership Firm only) along with Registered Power of Attorney to sign on the Tender documents (if required) d) Work Completion Certificate from Engineer-in-charge for similar nature of jobs not less than 40% (FORTY Percent) of the Estimated Amount put to Tender and not older than 5 (Five) years from the date of calling NIT. e) Completion Certificate of similar nature of job of value stated in Para d) from Engineer-in-Charge mentioning Actual Date of Completion of competent authority (without date of completion, the same will not be entertained). f) Declaration regarding Structure and Organization duly signed by the applicant. g) Registered Labour Co.- Op. Societies / Registered Unemployed Engineers’ Cooperative Societies are required to furnish valid Bye Law, Current Audit Report along with other relevant supporting papers. h) Joint Ventures will not be allowed. i) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum. j) A prospective bidder (including his participation in partnership) shall be allowed to participate in single road work as mentioned in the list of schemes. In no case permission will be accorded to any Firm for more than 1(one) job. If any firm found eligible for more than one job as applied, they have to furnish option for any one job within the Date of uploading of final list of technically qualified bidders after disposal of appeals, if any(Cl. No. 8 schedule time & date). If no option is furnished by any Firm the Assistant Engineer, Quality Control sub- Division No:-I, reserved the right to entitle the Firm for any one job as per discretion and no objection in this respect will be entertained.

4. There shall be no provision of Arbitration. Hence Clause 25 of. 2911(ii) is hereby omitted vide notification No. 558/SPW dt. 13.12.11 of Pr. Secretary, PW & PW(Roads) Deptt. 5. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the selected agency, GST, Royalty & all other Statutory levy/ Cess will have to be borne by the contractor & the rate in the schedule of rates inclusive of all the taxes & cess stated above. 6. Bids shall remain valid for a period of 120(One Hundred Twenty) days after the dead line date for Financial Bid/ Sealed Bid submission. Bid valid for a shorter period shall be rejected by the ‘Tender Inviting Authority’ as non- responsive.

7. Materials :- As per column -7 of List of Schemes mentioned above. when materials are to be supplied by Agency, all materials including Bitumen (of All Grade), Bitumen emulsion , cement, steel shall be of approved brand in accordance with relevant code of practice and manufacture accordingly and shall be procured and supplied by the Agency at their own cost . Authenticated evidence for purchase of Bitumen, Bitumen Emulsion, cement and steel are to be submitted along with challan and test certificate. If required by the Engineer-in-Charge, further testing from any Government approved Testing Laboratory shall have to be conducted by the agency at their own cost. Only 60/70 (VG -30 ) grade Bitumen of Indian Oil/Bharat Petroleum/Hindusthan Petroleum will be permitted as straight run Bitumen.

8. Date & Time Schedule :-

Sl. Particulars Date & Time No. 1 Date of Publishing NIT & Tender Documents 13.8.2021 2 Last date and time for receipt of application 23.8.2021 up to 2.00P.M. 3 Last date and time of issuing permission certificate 23.08.2021 up to to Technically eligible bidders to participate in price 4.00P.M. Bid 4. Last date and time for receipt of tender papers in 25.08.2021 up to sealed cover, along with permission certificate and 2.00P.M. EMD. 5. Date & time of opening 25.8.2021 up to 4.00P.M.

9. Earnest Money to be deposited along with the tender: The amount of Earnest Money is 2% (Two percent) of the Estimated amount put to tender in the shape of Bank Draft of any nationalized bank payable in favour of “Executive Engineer, Hooghly Highway Division No. II, P.W.(Roads) Directorate against the work .

10. The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the site of works and its Surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for the work as mentioned in the Notice inviting Tender, the cost of visiting the site shall be at the Bidder’s own expense.

11. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The cost of Tender Document once paid is not refundable. The Assistant Engineer, Quality Control Sub-Division No:-I, P.W. (Roads) Directorate reserves the right to reject any application for purchasing Bid documents and to accept or reject any offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at the stage of Bidding. 12. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to Bidders’ before bidding. 13. An amount equal to 10%(ten percent) of the bill value will be deducted as security deposit from each bill till completion of the work. The earnest money shall be converted as part of the security money and the balance shall be realized by deduction from each progressive bill so that the total deduction together with earnest money already taken constitutes 10% of the total value of the actual work done. Prospective bidders shall have to execute the work in such a manner so that appropriate service level of the road / building under improvement is kept during progress of work and a period as mentioned in column 8 of List of Schemes from the date of successful completion of the work to the entire satisfaction of Engineer-in- Charge. If any defect/ damage is found during the period as mentioned above the contractor shall make the same good at his own expense to the specification at par with instant project work, or in default, the Engineer-in-charge may cause the same to be made good by other workmen and deduct the expense (of which the certificate of the Engineer-in-charge shall be final) from any sums that may be then, or at any time thereafter become due to contract or from his security deposit, or the proceeds of the sale thereof, or of sufficient portion thereof. Refund of Security Deposit will only be refunded after successful completion of work maintaining appropriate service level of road / building as mentioned above for a period as mentioned in column 8 of List of Schemes from the date of completion of work. In case of

Ascertaining Authority at any stage of application or execution of work necessary registered power of attorney is to be produced.

NO CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances.

14. The Assistant Engineer, Serampore Bridge Highway Sub- Division. Reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.

15. During scrutiny, if it is come to the notice to Tender Inviting Authority that the credential or any other papers found incorrect/manufactured/fabricated, that tenderer will not be allowed to participate in the tender and that application will be out rightly rejected without any prejudice.

16. Before issuance of the work order, the Tender Inviting Authority may verify the credential & other documents of the lowest tenderer if found necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufactured or false in that case, work order will not be issued in favour of the tenderer under any circumstances.

17. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later notification will supersede former one in following sequence:- a. Form No. 2911(ii) b. NIT, Special Terms and Condition & All Corrigendum & Addendum. c. Financial bid 18. Payments for works may be delayed on availability of fund for which no claim would be entertained. Completion of work may not suffer for any non-payment or delay in payment.

Assistant Engineer Serampore Bridge Highway Sub-Division P.W.(Roads) Directorate

Memo No:- 150/1(6)/N-3 Dated:- 13/08/2021

Copy forwarded for information and wide circulation to the:

1.The Executive Engineer., Hooghly Highway Divn.No.II. P.W.(Rds)Directt.

2.Assistant Engineer, Hwy. Sub Division No. I & II / Hwy. Sub Division / / Hooghly Construction /Board Sub-Division.

3. Secretary, District Contractor Association., Hooghly

4. Notice Board of this Sub-Division Office .

Assistant Engineer Serampore Bridge Highway Sub-Division. P.W.(Roads) Directorate

PRE-QUALIFICATION APPLICATION

Date:-

To The Assistant Engineer, Serampore Bridge Highway Sub Division. P.W.(Roads) Directorate.

Name of work : - ______N.I.T.No.: ……………..(Sl. No. ……...) of 2020-21 of Assistant Engineer, Serampore Bridge Highway Sub Division P.W.(Roads) Directorate.

Dear Sir, Having examined the NIT Documents, I /We hereby submit all the necessary information and relevant documents for evaluation. The application is made by me / us on behalf of ______in the capacity ______duly authorized to submit the order.

The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith.

We are interested in bidding for the work(s) given in Enclosure to this letter.

We understand that: a. Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of the contract bid under this project. b. Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any application without assigning any reason. Enclo:-

1.

2.

3. Signature of applicant including title (with Seal)

Declaration of by the Tenderer:

I / We, have inspected the site of work and have made myself / ourselves fully acquainted with local conditions in and around the site of work. I / We have carefully gone through the Notice Inviting Tender and other tender documents mentioned therein alongwith the Drawing attached. I / We have also carefully gone through the “Priced Schedule of Probable Items and Quantities”

My / Our tender is offered taking due consideration of the facts regarding the local site conditions stated in this Detailed Notice Inviting Tender to Complete the proposed Constructions as per drawings referred to above in all respects.

I / We also agree to procure tools and plants, at my / our cost required for the work if the Department is unable to issue the same at required time.

I / We promise to abide by all the stipulations of the contract documents and carryout and complete the work to the satisfaction of the Department.

I / We hereby declare that all the documents submitted by me / us is true / genuine according to my knowledge and belief, if any adverse documents or any suppression of documents is / are detected, my / our tender is liable to be cancelled and the Department can take appropriate action according to Govt. rules. Postal Address of the Tenderer Vill.:-

P.O.:-

P.S.:-

Dist.:-

Pin Code:-

Mob. No.:

PAN No.

GST No. ______Signature of Tenderer with Seal