<<

I & GOVT. OF WEST BBNGAL OFFICE OF THE ASSISTANT ENGINEER HOOGHLY SUB.DIVISION.I, P.W.D. CELL BUILDING, P.D.SEN ROAD, CHINSURAH, DIST. HOOGHLY; PIN-712101 Ph. : (033)-26802855/Mob. No.-9073362617 E-mail : [email protected]'in

NOTICE INVITING TENDER NO. L0 (Ten) of 2020-21 (S1.1 to Sl'8) works from the reliable, Sealed tenders in printed tender form as specified are invited for the following scrutiny of their resourceful, experienced and bonafied Contractors who may be found eligible after the Assistant Engineer, credentials to be submitted as per particulars given below and will be received by pWD, Hooghly Sub-Division in the tender box kept in his chamber, up to the time specified therein'

attached (a) Name of Work As per statement (b) Estimated Value of work put to tender As per statement attached attached (c) Earnest Money As per statement (d) Printed W.B. Tender form in which tender is to be 2e11(ii) submitted attached.(Applicable (e) Price per copy of the Specified Tender form & Tender As per statement formal documents to successful bidder during agreement) (f) Website for downloading of Tender Form & documents www.pwdwb.in (g) Last date of application for obtaining permission to 2411212020, upto 2.00 P.m. participate in tender (h) Date of publication of list of eligible contractors 2811212020, after 2.00 P.m. 2:00 (i) Last Date & time limit for receipt of Tender 3011212020, up to P.m O Time of Completion of work As per statement attached during The tender documents and other relevant particulars (if any) may be seen by the intending tenderer office hours in the office of the undersigned or from departmental website: www.pwdwb.in

Terms & nditions to narticip in tender :

1. Eligibility criteria for participation in tender : (D Intending tenderers should produce uedentials of a similar nature of work of the minimum value of?0o/o of the estimaied amount put to tender during 5(five) years prior to the date of issue of this tender notice; Or, (ii) Intending tenderers should produce credentials of 2(two) similar nature- of work, each of the minimum value of 30% of the estimated amount put to tender during 5(five) years prior to the date of issue of this tender notice; Or, (iii) Intending tenders should produce credentials of one single running work of similar nature which has been completed to the extent of 80% or more and value of which (completed portion) is not less than the desired value at (i) above;In case of running work, only those ienderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactorily and also no penal action has been initiated against the executed agency, i.e. the tenderer;

2. Credential Certificate must contain estimated amount, tendered amount, and date of commencement, date of completion (in case of completed work) of work and details communication address of the client.

?.w.D. 3. Participants will submit application for obtaining permission to participate in the bid in their printed letter head containing full mailing address with present telephone number along with required .PAN, documents (Self certified photocopy of Credential, current PTCC,current Income Tax return, Tdare License issued by Municipalify/Panchayet etc.'). Successful bidder will have to produce all valid original before issuance of work order.

4. Earnest Money to be deposited in the shape of Bank Draft from any nationalized bank drawn in favour of "Executive Engineer, Hooghly Division, P'WD", payable at Chinsurah. EMD to be submitted during submission of tender.

5. Additional performance security @10% of tendered amount shall be obtained from the successful bidder if the accepted bid value is 80% or less of the estimate put to tender. It is to be submitted in the form of BanlcGuarantee from any scheduled bank before issuance of work order' If the bidder fails to submit Additional Performance Security within 7 (seven) days from issuance of Letter of Acceptance, his Earnest Money will be forfeited and other necessary action as per NIT like blackiisting of the contractor etc. may be taken. The bank Guarantee has to be valied up to end fo the Contract Period and shall be renewed accordingly, if required. Ref.: Memo.No.4608-F(Y), Dt.18tl'July,2018 of the Additional Chief Secretary, Government of West .

6. ConditionalAncomplete tender will not be accepted in any case.

7. In case of Partnership Firm, the tender should be signed by the each members thereof or in the event of absence of any purtn"r, it must be signed by the person authorized by power of attorney from l't class Judicial Magistrate. The power of attorney should be produced with the tender.

8. Joint Ventures will not be allowed.

9. Tender will be publicly opened by the authority receiving tender or by the authorized representatives l5(fifteen) minutes after the closing time receipt of the tender or as soon as possible there after in presence of such tenderers or their representatives. Participants are requested to remain present during opening of tender.

10. The bidders at their own risk and responsibility are encouraged to visit the site of works and its surroundings to get themselves fully acquainted with the site condition that may be necessary for preparing the bid.

11. In case of inadvertent typographical mistake found in the specific price schedule of rates, the same will be treated to be so corrected as to conform to the prevailing relevant schedule of rates and / or technically sanctioned estimate.

12. Guiding schedule of rates is P.W.Directorate Schedule of rates for Building works and S & P works,Road & Bridge works effective from 0lll2l15, along with up-to-date corrigenda and addenda as applicable.

13. Successful Tenders will have to take preventive measures for controlling Air Pollution generated due to constructional activities vide memo no. l74l48LlWPB/2003 Dt.2010112012. of Pollution Control Board & lt4(20) -W@/1M-14112, Dt. 1710212012 of Asst. Secretary -I, Public Works Department.

14. Successful Tenderers will be required to obtain valid Registration Certificate & Labour License from respective Regional Labour Offices where construction work by them are proposed to be carried out as per Clause u/s 7 of West Bengal Building & Other Construction Works'Act,l996 and u/s l2 of Contract Labour Act.

D. A 15. Necessary mandatory deduction towards LW Cess will be additionally apart from other statutory deduction like GST/IT etc.; LW cess will be deducted @l% on the cost of construction work as per relevant notification no.1 182-IR dated 20.09.2005 of Labour Department. 16. Royalty and all other Statutory lely/Cess will have to be bome by the contractor and the rate in the schedule of rates inclusive of all the taxes and cess stated above.

17. GST will be deducted as per GST Act, 2017 & upto date Corrigenda and Addenda.

18. Tax invoice(s) need to be issued by the supplier for raising claim under the contract showing separately the tax charged in accordance with the provisions of GST Act,2017 .

19. Mobilisation Advance shall not be allowed.

20.Adjustment of Price (increase or decrease) Vide Notification No.23-CRC12M-6112008, Dated: 13.03.2009 and Notification No.38-CRC/2M-6112008, Dated: 20.04.2009, shall not be applicable. Since B.O.Q. for the work under this N.I.T. is based upon the Schedule of rates of Public Works Department for Building, S & P and Electrical works with up to date Addenda and Corrigendum, the tenderers shall quote their rate (percentage above / below I at par) accordingly considering that no escalation and/or price adjustment will be allowed by the department thereto under any circumstances.

21. Agencies shall have to afiange required land for installation of plant and/or machineries (as required), storing of materials, labour shed, laboratory etc. at their own cost and responsibility nearest to the work site.

22.1t required by the Engineer-in-Charge, testing of any materials supplied by the agency to be conducted by agency at their own cost from any Government approved Testing Laboratory as directed by the Engineer-in-Charge.

23.In case of purchase (if permitted by the Engineer-in-Charge) of cement,steel and bitumen, authenticated evidence for purchase to be submitted along with challan and test certificate.

24. Suggested brand names of Schedule of rates of Public Works Department for Building, Roads, S & P work to be followed strictly. If any material deviate from it without prior approval of the Engineer- in-Charge, it will be rejected. Any claim for payment will not be entertained.

25. The intending tenderers 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. No claim in this respect will be entertained.

26. No arbitration will be allowed for the works as per Government order vide Notification No- 558/SPW, Dt.-13.12.11 of Pr.Secretary, PW & PW (Roads) Dept.Hence, provision for arbitration as per Clause 25 in W.B.F.no.29l1(ii) is hereby omitted.

27,In case of an unscheduled holiday on the aforesaid date, the next working day will be treated as scheduled/prescribed date for the same purpose.

28. Conigendum if any will be published only in office notice board and no paper publication will be made. Intending tenderers are requested to follow official notice board from time to time.

29. The undersigned wilt have sole discretion to decide the eligibility of the contractors on the basis of his submitted documents and reserves the right to refuse any explanation to contractors for the in-eligibility after scrutiny.

D. ^'ilffi,f[flff#,3'$;fl.. -1

30. The accepting authority reserves the right to accept or reject any/all the quotation without assigning any reason what so ever. In case of any dispute what so ever, the decision of the accepting authority will be final and binding.

3l.Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever will be entertained for delay of Issuance of work order as well as payment, if any. Intending tenderers may consider this criteria while applying for permission and while quoting their rates.

32. The executing agency (successful tenderer) may not get a running payment unless the gross amount of running bill will be 5(five) lac or 30% of the tendered amount which is greater. Provisions in Clause(s) 7, 8 and 9 contained in Printed Tender Form so far as they related to quantum and frequencies of payment are to be treated as superseded.

33. "Any intending bidders who have failed to execute more than one works contract under any Directorate of this Department and was terminated by any sub rule under clause 3 of Tender Form No 291l(ii) or terminated under any clause of standard Bidding Document by the Engineer-In- charge/Employer during last 3(three) years will not be eligible to participate in any bid under any Directorate under this Department for another 2 (two) years from the date of imposition of last termination notice by the Engineer-In-chargel Employer." As per order vide memo no. 6607ICE|PWD, dated: 18.02.2014 of Assistant Chief Engineer -II, PWD.

34. Eligibility of the bidder will be rejected/out rightly rejected for the N.LT. as well as for running NITs at any stage without any prejudices if any false / faked / concealed / misleading informations / submissions are detected during the stage i.e. during evaluation or at any time later on. The said bidder /bidders will not be allowed to participate for l(one) year in the forth coming NITA{IQ from this Sub-Division. Any claim/appeal/objection will not be entertained in this regard.

35. After permission if any eligible bidder does not submit tender documents (financial bid) will be treated severely making an attempt towards disruption of competitive spirit of tender and he/she may be disallowed to participate in next 03(three) N.I.T of this Sub-Division.

36. Bid shall remain valid for a period of 120 (one hundred and fwenty) days from the last date of submission of Financial Bid/Sealed bid. If the tenderer withdraws the bid during the period of bid validity the eamest money as deposited will be forfeited without any intimation.

Sd/ Jogannath Dey Assistant Engineer, PWD Hooghly Sub-Division-I Memo.No. IL2 fr) Dated i aV , lL . La 2fr Copy to the: 1. Sabhadhipati, Hooghly Zilla Parishad, Hooghly. 2. Executive Engineer, PWD, Hooghly Division , for information. 3. Assistant Engineer, PWD, Sub-Division/Flooghly Sub-Division-Il. 4. District Information and Cultural Officer, Rabindra Bhawan, Chinsurah, Hooghly. 5. Secretary, Hooghly District Contractors Association, Crooked Lane, Chinsurah, Hooghly. 6. Secretary, Association of Hooghly District Co-operative Engineers, Rabindranagore, Hooghly. 7. Secretary, Hooghly District Labour Co-operati ve Association, Akhanbazar, Hooghly 8. This Office Notice Board. 9. Departmental Website : www.pwdwb.in Assistant Engineer, PWD Hooghly Sub-Division-I (! o 6 a o oo o o o o6 o o6 i..s c o arg o C' FE Fg c c ;iG OJ EA .x q, g8 o o 'FS o V) Yo o, .x tJ1 E F F U t. o E o to t) ; ; N (oo lo !.1 c{ N o d o o o q q qo q o o o ci c g rJ.) o o o o LN ln Ln LN rn d l\ Lo ln \ \ \ q \ \ \ \ d- d d. $F$ t t t d. &. &. 0o o-=i .Y @.= tn o o o o o o etcr6 us$ q g q q g q o bo= taJo U? 4 rJ1 rn u') ,i r/) 6 4 0 E6 s E. t E E &. pi l{ q-t{ s d. d. t c-c .lil!bo ';o o vt ci :-- : := + = :-- := Fl H r-l Fl \= Fl d H d d o o) Fl i d d o) o) o) ol o) o) o) N i a{ N N c{ N N (\l N c) \ N AJ o I q q qo o o (o g o r) Fl o o O) o o l'. l'. oO q q N oo m :N o

lG P c o E a,l 'a (o 6 z E <) G .9 c E N l) g .9 bo . G (! N = o (o o o uo o c Itr qp II o E : .9 = o 00 o o- o c! (! o 'tr (o 6 N tr ! li U co (o o E I E P o Its 'tr o o (! o qJ - 3 (u .Y G lo 5 E OD ! (o E o N o o 3 G f I o o qo 'o E ho (u t qJ ; 3 6 o c E o o 00 g a e o .= (u o o E, c o- c o E c{ ! p -o o P 0) 3 o s = (J E 0) E E oo := '6 bo o = E , B o o E c I o0 o d c C' E s G oo oo t o o- o .; E o .9 co o .E -9bo (J .9 3 c I CL U E -> u0 dl uo = .9 () Fl EO c .9 o E c :E 3 N f :z oo '= (J .E o v F o cl) f I .: II o E '.9 -9 o t o o o o = : f ao 6 N 4 ! o =f o o o il I j o CL o 0., o o -g ci (u = -o s o N =@ ci q0 u c o ,; o oo o uo c E ci F t 6 o +j E = o v o o o o c o o .l,G o P ot A- o :4 o .9 (o q0 o o- (9 =tr z f (9 bo E E - (o 0 E T - .!! .q o o :f (u a0 ! o .9 IJ = T' o c, G c o t E E oU o ! = -c - ,9 o c OJ c .> .9 o AJ o o o N E = N o tr .9 o- ! - I -c ! G l qo o g' = o r= b! o o (u o IJ P > qJ a.i '= o o o B o o a) o > o E -o o a.J i o E uo I .c= E .9 q) o f o o .C F oo = ts N q0 E N E U -c g = r o o 6 o o c I OJ 00 c o o bo o G -o o f .s (J I ct J 6 o o 'c o I d o 6 G l! o o o F] ! o c ! x od ; Q I 3 o- c q.) bo o OJ o o lnl 0., o .9 o q) o =I 5 .g _g -Y c : 6 3 o E o o o 3 E (o o L .9 e. -c 3 'tr ! OJ 00 o- .9 G o = bo J bo o ao _9 f ht) 3 .! -l E o E z c 0) c (.) bo .9 o J (u u .9 .s E q c := o .: -c '6 E o o! ro o od (o G o o c oO j c, = G t do -o o () o- o 'o o o= o Fl E o o- E o d) o- t o-- o o- o o o 6 H E G o o e. = bD c F: t o 0) o- f q .2 .r u J o c N o #N E d Y o GI o. I o o- ,tro o u0 !o G o o =g N C' q) E o E o o =f OJ I bo J - o .Y b! o o bI) G o G 3 E .=^=N '= J .9 U o. N := o o .=N o (u L .g o f o o o o- q-i .9 o o. I o. E CJ CL bD E o) E o o, c od o. ON t! o ttJ o e. l! = f {o Fl N (r) vl: