<<

GOVERNMENT OF WEST OFFICE OF THE EXECUTIVE ENGINEER,(PWD), DIVISION CHAMPADALI MORE, BARASAT, -700124. Memo No.: 958 Date: 28.04.2020

NOTICE INVITING ELECTRONIC TENDER No. – 04 OF 2020-21

The Executive Engineer, P.W.D, Barasat Division, Public Works Department invites e-Tender for the work detailed in the table below (Submission of Bid through online). Sl. Name of the work Estimated Earnest Price of Period of Name of the Eligibility of No. Amount Money tender Completion Concerned Contractor (`) (2% of documents, Sub- Estimated 2911(ii) & Division amount) others (`) Annexure (`) 1. Supplying pre-coated stone 7,49,801.00 14,996.00 1,005.00 (To 120 (One Reliable, resourceful, aggregate at Madinatala be submitted Hundred Sub- experienced and by the lowest Twenty) Division bonafide Contractors Stackyard and Sub- Tenderer at the Days as per G.O with 40% Division Office premises time of credential in similar under Basirhat Sub- execution of nature of work during Division, PWD and laying Formal last 5 years Tender). or the same applying tack As per Govt. Order. coat in different roads under Basirhat Sub- Division, PWD during the year 2020-21 1. Name of concerned Sub–Division (for all works): Basirhat Sub-Division 2. The process of deposit of earnest money through offline instruments like Bank Draft, Pay Order etc. will be stopped for e–tender procurement of this Division wef. 01.09.2016. Necessary Earnest Money will be deposited by the bidder electronically: online – through his net banking enabled bank account, maintained at any bank or: offline – through any bank by generating NEFT/ RTGS challan from the e–tendering portal. Intending Bidder will get the Beneficiary details from e– tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank as per the Beneficiary Name & Account No., Amount, Beneficiary Bank name (ICICI Bank) & IFSC Code and e–Proc Ref No. 3. Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan generated from E–Procurement site. 4. Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EMD. Bidders eligible for exemption of EMD as per Govt. rule may avail the same and necessary documents regarding the exemption of EMD must be uploaded in the EMD folder of Statuary bid documents. 5. Demand Draft towards cost of tender documents/ original documents as prescribed in the NIT will be paid by the successful bidder only i.e for L1 bidder. 6. In the event of e–filling, intending bidder may download the tender documents from the website: https://etender.wb.nic.in directly with the help of Digital Signature Certificate. Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the https://etender.wb.nic.in.Tender document may be downloaded from website & submission of Technical Bid/Financial Bid as per tender time schedule stated in sl no.–17 of N.I.T as mentioned in page – 3. The documents submitted by the bidders should be properly indexed & digitally signed. 7. Tender document may be download from website & submission of Technical Bid/Financial Bid as per Tender time schedule stated in Sl. No. 17. 8. Eligibility criteria for participation in tender: i) The prospective bidders shall have satisfactorily completed as a prime agency during the last 5 (five) years from the date of issue of this Notice the similar nature of work as per amendments vide Notification No– 04– A/PW/O/10C–02/14 dated 18.03.2015 under authority of State/ Central Govt., State/ Central Govt. undertaking/ Statutory Bodies Constituted under the Statute of the Central/ State Govt. and having a magnitude of 40% (forty percent), (Price updated @ 10 % per annum, compoundable from the date of completion of work) of the amount put to tender. [Non statutory Documents] N.B.:– (i) Completion certificate should contain a) Name of work, b) Name and address of Client, c) Amount put to tender, d) Date of commencement of work e) Date of completion of work issued by an officer not below the rank of Executive Engineer or equivalent.] BOQ for the respective work should be uploaded along with completion certificate.

1 | Page

GOVERNMENT OF OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. ii) Valid up to date clearance of Income Tax return (Assessment Year 2019-20/2020-21) / Clearance Certificate and P.T. (Deposit Challan during the year 2019-20/2020-21) / Pan Card / GSTIN or UIN / Aadhar Card or/and Voter ID Card for self identification to be accompanied with the Technical documents [Non statutory Documents] Income Tax Acknowledgement Receipt for assessment year 2019-20/ 2020–2021/Trade license during the year 2019-20/20-21 to be submitted. [Non statutory Documents] iii) In case of Proprietorship and Partnership Firms and Company to Tax Audited Report in 3CD Form is to be furnished along with Balance Sheet & Profit and Loss A/c. for the last 5 (five) years (year just preceding the current Financial year will be considered as year–1). [Non statutory Documents] iv) Declaration regarding Structure and Organization duly digitally signed by the applicant to be submitted along with application. v) Registered Unemployed Engineer’s Co–operative Societies are required to furnish valid Bye Law, Current Audit Report, Current N.O.C. from A.R.C.S., Minutes of last A.G.M. and also submit documents of the society consists at least 10 (ten) members out of which at least 60 % should hold degree or diploma in any branch in Engineering as per memo no. 44–A/4M– 11/2002 dt. 09.01.2004 of Deputy Secretary–III, PWD. (Non–Statutory documents) vi) Where there is a discrepancy between the unit rate & the line item total resulting from multiplying the unit rate by the quantity, the unit rate quoted shall govern. vii) Prevailing safety norms has to be followed so that LTI (Loss of time due to injury) is zero. viii) The Partnership Firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum. [Non statutory Documents] ix) Where an individual person holds a digital certificate in his own name duly issued to him by the company or the firm of which he happens to be a director or partner, such individual person, either belonging to an appropriate cadre officer of the company or an authorized partner of a firm, having a registered power of attorney empowered by the board or by the firm shall invariably upload a copy of registered power of attorney showing clear authorization in his favour to upload such tender. N.B. Labour Co-Operative Societies are exempted from payment of Earnest Money only against all tenders of the Government as per Order of Finance Department vide Memo No.6718-F(Y) dated-08.09.2015. These Societies, if selected through tender, will have to furnish requisite Security Deposit for performance of the work. In case of Registered Unemployed Engineers’ Co-operative Societies, the documents in support of the society consists of at least 10 (ten) members of which at least 60% hold Degree or Diploma in any branch in Engineering and at least one member of the Society holds plumbing license (in case of S & P works only) are also to be submitted in the same cover. [Non Statutory Documents] Payment Certificates in lieu of credentials will not be accepted. A prospective bidder shall be allowed to participate in a single job/ serial as mentioned above either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job or applied in more than one serial, all his applications will be rejected without assigning any reason thereof. The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum. [Non Statutory Documents] 9. Additional Performance Security @ 10% of the Tendered amount is to be submitted if the bid rate is 80% or less of the estimated amount put to tender in accordance with Finance Department’s Order No. 4608-F(Y) dated 18.07.2018 / PWD Order No. IT-06/2017/444-R/PL dated 18.04.2017. 10. Strict implementation for prevention of measures need to be taken control air pollution as per department order no. 1M-21/2017/167-R/W(N) dated 11.12.2018. 11. The successful bidder shall establish field testing laboratory equipped with requisite instruments in conformity with relevant code of practice and technical staff according to the requirements of works to be executed. 12. The executing agency (successful bidder) may not get a running payment unless the gross amount of running bill will be 50(fifty) lakh or 30% of the tendered amount whichever is less. Provisions in Clause(s) 7, 8, & 9 contained in W.B. Form No. 2911 (ii) so far as they relate to quantum and frequencies of payment are to be treated as superseded. 13. 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. 14. No Mobilisation Advance and Secured Advance will be allowed. 15. Bids shall remain valid for a period not less than 120 days (One Hundred Twenty) from the last date of submission of Financial Bid / Sealed Bid. If the bidder withdraws the bid during the period of bid validity

2 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. the earnest money as deposited will be forfeited forthwith without assigning any reason thereof. 16. The applicant must inspect the site of work and get acquainted with site condition. Facilities available and problems to be faced during works and take into account all such factors before quoting rate. After submission of tender, tender will not be taken into consideration during evaluation, if the papers submitted by any agency in support of eligibility are found to be base less/false in the event of verification from the concerned authority. Printed circle schedule of rates, applicable: Printed P.W. (Roads) & (Buildings) schedule of rates with up-to-date addenda & corrigenda circulated by the appropriate authority within the date of NIT. All materials and Machine arranged by the agency. The rate is inclusive of all complete and the successful tenderer have to ensure Minimum wages rule as per latest G.O vide Order No.4/Stat/2RW/76/266/2000/LCS/JLC Dt.02.01.2015 of the Labour Commissioner, Govt. of West Bengal. In case of any complain regarding minimum wages, the tender agreement will be terminated immediately with prior notice. 17. IMPORTANT INFORMATION A. Current Schedule of Rates for Bldg. works materials and labour (PWD) Govt. of W.B. and current schedule of rates of Roads Bridge and culvert of works and carriage etc. Govt. of W.B.P.W. (Roads) etc. with latest agenda & corrigenda are applicable. B. Date & Time Schedule: Sl. No. Particulars Date & Time 1. Date of uploading of N.I.T. Documents (Online) 28.04.2020 18:00 Hrs. (Publishing Date) 2. Documents download/sell start date (Online) 28.04.2020 18:00 Hrs. 3. Documents download/sell end date (Online) 09.05.2020 14:00 Hrs. 4. Bid submission start date (Online) 28.04.2020 18:00 Hrs. 5. Bid Submission closing (Online) 09.05.2020 14:00 Hrs. 6. Date & Place for Opening of Technical 11.05.2020 after 14:00 Hrs. Bid(Online) Barasat Division, (PWD), Champadalimore, Barasat, North 24 7. Date & Place for Opening of Financial Bid(Online) To be informed later after opening of Technical Bid

18. Location of Critical Events Bid Opening: BARASAT DIVISION, PWD, CHAMPADALIMORE, BARASAT, NORTH . Executive Engineer, PWD, Barasat Division, may call open bid/sealed bid after opening of the said bid to obtain the suitable rate further, if it is required. No objection in this respect will be entertained if raised by any bidder during opening of tender. There shall be no provision of Arbitration. Hence Cl. 25 of 2911 (ii) is omitted vide notification no. 558/SPW dt. 13.12.11 of Secretary, to the Govt. of West Bengal 19. In case of ascertaining authority of intending bidders at any stage of tender process or execution of work, necessary registered irrevocable power of attorney is to be produced as and when asked for by the Tender Inviting & Accepting Authority / Engineer–In–Charge. 20. During the scrutiny, if it come to the notice to tender inviting authority that the credential or any other paper found incorrect/manufactured/fabricated, that bidder would not allowed to participate in the tender and that application will be out rightly rejected without any prejudice. The Executive Engineer, Barasat Division, PWD, reserves the right to cancel the NIT due to unavoidable circumstances without assigning any reason. Whatsoever, to the bidders and no claim in this respect will be entertained. 21. In case if there be any objection regarding prequalifying the Agency that should be lodged to the Executive Engineer, (PWD), Barasat Division within 02(two) day from the date of publication of list of qualified agencies and beyond that time schedule no objection will be entertained by the Executive Engineer, Barasat Division, PWD. 22. 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. 23. 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 Executive Engineer, Barasat Division, P.W.D., 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. 3 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. 24. MAIN TOOLS & PLANTS and MACHINERY REQUIRED :- By fulfillment of criteria as narrated above in clause -3 (vii) the following main Tools & Plants and machinery have to be deployed by the Bidders as per M.O.R.T. & H.’s specification: i) Road Roller. ii) Mobile Hot Mix Plant iii) Tar Boiler iv) Machinery as required as per site conditions. Original documents in support of own possession & exclusive ownership of the aforesaid plants & machinery and Laboratory instruments shall have to be furnished by the bidders if desirers by the tender Inviting Authority. Deployment of plant & machineries during execution of work should be at per with the list of plant & machineries as provided in this N.I.T. as well as in the contract document. Deviation of the deployment of plants & machineries at ground reality would not be allowed under any circumstance. 25. No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances. Original documents in support of own possession arrange through lease hold agreement of the aforesaid machineries is to be furnished if required by the Tender Inviting Authority. 26. In the event of acceptance of lowest tendered rate no multiple lowest rate will be considered by the Department. 27. The Executive Engineer, Barasat Division, P.W.D., Reserves the right to cancel the N.I.eT/ NIT due to unavoidable circumstances and no claim in this respect will be entertained. 28. Before issuance of the work order, the tender inviting authority may verify the credential & other documents in original of the lowest tenderer if found necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufacture or false in that case, work order will not be issued in favour of the tenderer under any circumstances. 29. All Agencies are requested to submit the following documents in support of their Credential (Non-statuary Documents) with the application. a. Work order and BOQ/Priced schedule. b. Completion certificate showing date of completion. c. Payment certificate. 30. Deduction of taxes, GST etc. shall be governed by the latest Govt. Rule. 31. S&P Contractor should have valid contractor’s Trade License of Corporation or . 32. If any contractor fails to start the work wither 15 (Fifteen) days from issuing date of work order/ Formal Tender the Work Order will be cancelled and relevant classes of the contract shall deemed to have executed by the tendering authority. No litigation to this effect shall be entertained by the tender inviting authority, this is incorporated to deliver time bound Public Works. 33. All materials will be supplied by the agency at his own cost. 34. Tender inviting authority reserves the right to issue corrigendum towards the estimated amount and eligibility of contractors in case of any revision. Three days in advance to the date of application under certain unavoidable circumstances. 35. Construction statement of machineries/materials is to be considered as per guidelines as laid down in PWD & PWD (Roads) Schedule. 36. In the event of non availability of fund, all tendered will be cancelled. 37. The Agency executing the APP work shall extent a Service Guarantee for a period of 10 (Ten) years in the enclosed format to be attached as a part of AGREEMENT. 38. Security Deposit of the agency shall be retained till completion of the Guarantee Period of 5 (Five) years and Security Deposit will be released @ 20% per year up to 5 (Five) years. 39. The Earnest Money of the unsuccessful Bidder (s) will be refunded from the office of the Executive Engineer, Barasat Division, P.W.D., concerned with the work, after he/she/they is/are to apply for the same, giving the reference to the Work, NIeT No., date of Tender, amount and mode of Earnest Money deposited-all in a Complete form. The Earnest Money of all the tenderers other than lowest tenderers should be refunded as per norms laid down in the Notification No. 451-A/PW/O/10C-35/10 dated 26.07.2011 of Accounts Branch, P.W.D. 40. (1) 'Clause 17 - If the contractor or his workmen or servants or authorized representatives shall break, deface, injure, or destroy any part of building, in which they may be working, or any building, road, road-curbs, fence, enclosure, water pipes, cables, drains, electric or telephone posts or wires, trees, grass or grassland or cultivated ground contiguous to the premises, on which the work or any part of it is being exe cute d, or if any

4 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. damage shall happen to the work from any cause whatsoever or any imperfection become apparent in it at any time whether during its execution or within a period of three months or one year or three years or five years, as the case may be(depending upon the nature of the work as described in the explanation appended hereto) hereinafter referred to as the Defect Liability Period, from the actual date of completion of work as per completion certificate issued by the Engineer-in-Charge, the contractor shall make the same good at his own expense, 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 and binding on all concerned) from any sums, whether under this contract or otherwise, that may be then, or at any time thereafter become due to the contractor from the Government or from his security deposit, either full, or of a sufficient portion thereof and if the cost, in the opinion of the Engineer-in-Charge (which opinion shall be final and conclusive against the contractor), of making such damage or imperfection good shall exceed the amount of such security deposit and/or such sums, it shall be lawful for the Government to recover the excess cost from the contractor in accordance with the procedure prescribed by any law for the time being in force. Provided further that the Engineer-in-Charge shall pass the "Final Bill" and certify thereon, within a period of thirty days with effect from the date of submission of the final bill in acceptable form by the contractor, the amount payable to the contractor under this contract and shall also issue a separate completion certificate mentioning the actual date of completion of the work to the contractor within the said period of thirty days. The certificate of the Engineer-in-Charge whether in respect of the amount payable to the contractor against the "Final Bill" or in respect of completion of work shall be final and conclusive against the contractor . However, the security deposit of the work held with the Government under the provision of clause 1 hereof shall be re fundable to the contractor in the manner as per Notification No. 5784-PW/L&A/2M-175/2017 dated 12.09.2017 which is reproduced here under:- a. For work with three months Defect Liability Period: (i) Full security deposit shall be refunded to the contractor on expiry of three months from the actual date of completion of the work. b. For work with one year Defect Liability Period: (i) Full security deposit shall be refunded to the contractor on expiry of one year from the actual date of completion of the work. c. For work with three years Defect Liability Period: i) 30% of the security deposit shall be refunded to the contractor on expiry of two years from the actual date of completion of the work. ii) The balance 70% o f t he security deposit shall be re fun de d to t he contractor on expiry of three years from the actual date of completion of the work. d. For work with five years Defect Liability Period: i) No security deposit shall be re funded to the contractor for 1s t 3 years from the actual date of completion of the work. ii) 30% of the security deposit shall be refunded to the contractor on expiry of four years from the actual date of completion of the work. iii) The balance 70% o f t he security de posit shall be re fun de d to t he contractor on expiry of five years from the actual date of completion of the work. Explanation: The word 'work' means and includes road work, bridge work, building work, sanitary and plumbing work, electrical work and/or any other work contemplated within the scope and ambit of this contract. For (i) The work of patch repair or patch maintenance in nature or a combination thereof, the Defect Liability Period of the work shall be three months from the actual date of completion of the work. (ii) Thorough Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair & Rehabilitation of any road / bridge / culvert / building / Sanitary & Plumbing work, the Defect Liability Period of the work shall be one year from the actual date of completion of the work. (iii) Extension of building / bridge / culvert, Construction of new flexible pavement up to bituminous level which has been designed for a period of 3 years or more, Widening and strengthening of flexible pavement designed for a period of 3 years or more, Improvement of riding quality / Strengthening of flexible pavement designed for a period of 3 years or more; Providing only mastic asphalt layer over existing bituminous surface without providing bituminous profile corrective course / bituminous base course, the Defect Liability Period of the work shall be three years from the actual date of completion of the work.

5 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. (iv) Construction of new building / new bridge / new culvert, Reconstruction of building / bridge / culvert including construction of approach roads for bridge / culvert, Construction of rigid pavement, Reconstruction of rigid pavement, Construction of new flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Widening and strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Improvement of riding quality / Strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more, the Defect Liability Period of the work shall be five years from the actual date of completion of the work. (2) The following paragraph shall be added to the Interpretation Clause of CONDITIONS of' CONTRACT:- “The word 'Government' means the Government of the State of West Bengal in Public Works Department." This bears concurrence of Group-T of Finance (Audit) Department vide their U.O. No.417 Dated 22.08.2017: This notification will take immediate effect. 41. Work Order will be issued after finalization of site by the concerned authority. 42. 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 confirm with prevailing relevant schedule of rates and / or technically sanctioned estimate. 43. At any stage of tender process / during execution of the work if it is comes to the notice of the Tender Inviting Authority that the credential or any other documents submitted by the bidder / selected agency is incorrect, manufactured, fabricated/forged, tender of that bidder / work order issued to the selected agency will be out rightly rejected. Earnest money deposited will be forfeited and any other action as the Tender Inviting Authority find deemed fit may be initiated. 44. For 1st Call of NIT i) Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 40% of the estimate 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 completed work, each of the minimum value of 30% of the estimate amount put to tender during 5 (Five) years prior to the date of issue of this tender notice; or iii) Intending tenderers should produce credentials of one single sunning work of similar nature which has been completed to the extent of 80% or more and value of which is not less than the desired value at (i) above; In case of running works, only those tenderers 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 satisfactory and also that no penal action has been initiated against the executed agency, i.e. the tenderer. For 2nd Call of NIT i) Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 30% of the estimate 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 completed work, each of the minimum value of 25% of the estimate amount put to tender during 5 (Five) years prior to the date of issue of this tender notice; or iii) Intending tenderers should produce credentials of one single sunning work of similar nature which has been completed to the extent of 75% or more and value of which is not less than the desired value at (i) above; In case of running works, only those tenderers 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 satisfactory and also that no penal action has been initiated against the executed agency, i.e. the tenderer. For 3rd Call of NIT i) Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 20% of the estimate amount put to tender during 5 (Five) years prior to the date of issue of this tender notice; or

6 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. ii) Intending tenderers should produce credentials of one single sunning work of similar nature which has been completed to the extent of 70% or more and value of which is not less than the desired value at (i) above; In case of running works, only those tenderers 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 satisfactory and also that no penal action has been initiated against the executed agency, i.e. the tenderer.

Executive Engineer, PWD, Barasat Division

INSTRUCTION TO TENDERERS SECTION – A 1. General guidance for e-tendering Instructions/ Guidelines for tenderers for electronic submission of the tenders have been annexed for assisting them to participate in e-tendering. 2. Registration of Tenderer Any tenderer willing to take part in the process of e-tendering will have to be enrolled and registered with the Government e-procurement system, through logging on to https://etender.wb.nic.in. The tenderer is to click on the link for e-tendering site as given on the web portal. 3. Digital Signature certificate (DSC) Each tenderer is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) for submission of tenders, from the service provider of the National Information’s Centre (NIC) or any other bonafide service provider on payment of requisite amount. Details are available at the Web Site stated in Clause 2 of Guideline to Tenderer. DSC is given as a USB e-Token. The contractor can search and download NIeT and Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 4. Submission of Tenders. General process of submission, Tenders are to be submitted through online to the website stated in Cl. 2 in two folders at a time for each work, one in Technical Proposal and the other is Financial Proposal before the prescribed date and time using the Digital Signature Certificate (DSC) the documents are to be uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable formats). A. Technical proposal The Technical proposal should contain scanned copies of the following further two covers (folders). A-1. Statutory Cover Containing Technical Folder: i. Prequalification Application (Sec-B, Form – I, Declaration & Affidavit) ii. RTGS/NEFT towards earnest money (EMD) as prescribed in the NIeT against each of the serial of work in favour of Executive Engineer, PWD, Barasat Division (RTGS/NEFT Challan Copy should be submitted) iii. NIeT Documents with all agenda and corrigendum (download and upload the same Digitally Signed) iv. Printed Tender Form No. WBF 2911 (ii) (download and upload the same Digitally Signed). v. Special Terms, condition and specification of works. Financial Folder i. Quoting rate will only encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in Printed Tender Form the tender will be summarily rejected) A-2. Non statutory Cover Containing (My Documents Folder) i. Professional Tax(PT) deposit receipt challan for the financial year 2018-19 with Professional Tax Clearance Certificate, PAN Card, Income Tax Return for the Assessment year 2018-19, GSTIN or UIN, Trade License for current Financial year, Aadhar Card or/and Voter I.D. Card . ii. Registration Certificate under Company Act. (if any).

7 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. iii. Registered Deed of partnership Firm/ Article of Association and Memorandum iv. Power of Attorney (For Partnership Firm/ Private Limited Company, if any) v. Tax Audit Report in 3 CD Form along with Balance Sheet and Profit and Loss A/c for the last five years(year just preceding the current Financial Year will be considered as year – I) vi. Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op(S) (ARCS) bye laws are to be submitted by the Registered labour Co-Op(S) Engineers’ Co.- Opt.(S) vii. Credential by means of submission of completion certificate of similar nature of a single work in any Government Department under Govt. of West Bengal in the last Five financial year of value not less than 40% of the estimated cost of the work applied for or two (2) similar nature of work, each of minimum value of 30% during last 5 years as per Notification No.03-A/ PW/O/10C-02/14 Dated:12.03.2015 is to be furnished. viii. Scanned copy of Original Credential Certificate as stated in this NIeT. Note: - Failure of submission of any of the above mentioned documents (as stated in A1 and A2) will render the tender liable to be summarily rejected for both statutory and non statutory cover. THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGE IN THE FOLLOWING MANNER Sl Category Name Sub-Category Details Description A CERTIFICATE CERTIFICATES 1. AADHAR CARD OR AND VOTER I.D. CARD 2. GSTIN or UIN 3. PAN 4. CURRENT P TAX (CHALLAN) AND P. TAX CLEARANCE CERTIFICATE 5. UPTO DATE ACKNOWLEGEMENT OF INCOME TAX STATEMENT B COMPANY COMPANY DETAILS 1. PROPRITORSHIP FIRM (TRADE LICENCE) DETAILS 2. PARNERSHIP FIRM (PARTNERSHIP DEED, TRADE LICENCE) 3. LTD. COMPANY (INCORPORATION CERTIFICATE, TRADE LICENCE) 4. SOCIETY (SOCIETY REGISTRATION COPY, TRADE LICENCE) 5. POWER OF ATTORNEY C CREDENTIAL CREDENTIAL 1 1. SIMILAR NATURE OF WORK DONE & CREDENTIAL CREDENTIAL 2 CERTIFICATE WHICH IS APPLICABLE FOR ELEGIBILITY IN THIS TENDER. B. Tender screening committee (TSC) i Screening committee constituted under the Order No. 3330-ENC/2012 dated 19.03.2012 of Engineering-In-Chief & Ex-Officio Secretary, PW & PW (Roads) Department. Function as screening committee for determination technically qualified contractors. ii Opening and evaluation of tender:- If any tenderer is exempted from payment of EMD, copy of relevant Government order needs to be furnished (applicable in case of Registered Labour Co- Operative Society). iii Opening of Technical proposal: - Technical proposals will be opened by the Executive Engineer, PWD, Barasat Division. iv Intending tenderers may remain present if they so desire. v Cover (folder) statutory documents (vide Cl. No. 6.A-1) should be opened first and if found in order, cover (Folder) for non statutory documents (vide Cl. No. – 6.A-2) will be opened. If there is any deficiency in the statutory documents the tender will summarily be rejected. vi Decrypted (transformed in to readable formats) documents of the non statutory cover will be downloaded and handed over to the Tender Evolution Committee. vii Uploading of summary list of technically qualified tenderers. viii Pursuant to scrutiny and decision of the screening committee the summary list of eligible tenderer and the serial number of work for which their proposal will be considered will be uploaded in the web portals.

8 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. ix While evaluation, the committee may summon the tenderers and seek clarification / information or additional documents or original hard copy of any of the documents already submitted and if these are not produced within the stipulated time frame, their proposals will be liable for rejection. C. Financial proposal i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ) the contractor is to quote the rate (percentage Above/ Below/ At par) online through computer in the space marked for quoting rate in the BOQ and rate should be accepted 2 (Two) decimal. i. Only downloaded copies of the above documents are to be uploaded virus scanned and Digitally Signed by the contractor. ii. Financial capacity of a tenderer will be judged on the basis of working capital and available bid capacity as mentioned in the N.I.T. to be derived from the information furnished in FORM-I and II (Section-B) i.e., Application (for Pre-qualification) and Financial Statement. If an applicant feels that his/their Working Capital beyond own resource may be insufficient, he/they may include with the application a letter of guarantee issued by a first class Bank to supplement the applicant. This letter of guarantee should be addressed to the Tender Inviting/ Accepting Authority and should guarantee duly specifying the name of the project that in case of contract is awarded to the Tenderer, the Tenderer will be provided with a revolving line of credit. Such revolving line of credit should be maintained until the works are taken over by the Engineer-In-Charge/ Employer. iii. The audited Balance sheet for the last five years, net worth bid capacity etc. are to be submitted which must demonstrate the soundness of Tenderer’s financial position, showing long term profitability including an estimated financial projection of the next two years. iv. Penalty for suppression / distortion of facts If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificated and audited balance sheets), or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the tenderer will be suspended from participating in the tenders on e-Tender platform for a 3 (three) years. In addition, his user ID will be deactivated and Earnest money deposit will stand forfeited Besides, the P.W. Directorate may take appropriate legal action against such defaulting tenderer as per I.T. Rule. v. REJECTION OF BID: The Employer (tender accepting authority) reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the ground for Employer’s (tender accepting authority) action. The Tenderer whose Bid has been accepted will be notified by the Tender Inviting and Accepting Authority through acceptance letter/ Letter of Acceptance. The Letter of Acceptance will constitute the formation of the Contract. The Agreement in Printed Tender Form will incorporate all necessary documents e.g. N.I.T., all addenda-corrigendum, special terms and condition (Section –C), different filled-up forms (Section –B), B.O.Q. and the same will be executed between the Tender Accepting Authority and the successful Tenderer.

Executive Engineer, PWD, Barasat Division

9 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124. Memo No.: 958/1(34) Date: 28.04.2020 Copy forwarded for information and wide circulation through Notice Board to: 1. The Sabhadhipati, North 24 Parganas Zilla Parishad, Barasat. 2. The Chief Engineer, PWD, Head Quarter, Nabbanna, . 3. The Chief Engineer, P.W.D., South Zone, Writers Buildings, Kolkata. 4. The Superintending Engineer, P.W.D Eastern Circle/Presidency Circle-I/II/Southern Circle/ Circle/Western Circle-II/Planning & Monitoring Circle/Resources Circle. 5. The Magistrate, North 24 Parganas, Barasat. 6. The Superintendent, Dr. J.R. Dhar Sub-Divisional Hospital 7. The Executive Engineer, (P.W.D.), Divn./ Kolkata North Divn. 8. The Executive Engineer, P.W. (Roads) Barasat Highway Division-I&II 9. The Executive Engineer, 24 Parganas Division-I, Municipal Engineering Dte., Deptt. of Municipal Affairs. 10. The Purta Karmadhyakya, North 24 Parganas Zilla Parishad, Barasat. 11. The Assistant Engineer, P.W.D, Barasat/Basirhat/Bongaon Sub-Division. 12. The Assistant Engineer, P.W.(Roads), Barasat/ / Basirhat / Bongaon Highway Sub-Division. 13. The District Information and Cultural Officer, North 24 Parganas, Barasat. 14. The Secretary, North 24 Parganas Contractors Association, Barasat. 15. West Bengal State Govt. Contractors Welfare Association, 1, East Kullia Road (Opp. Alochya Cinema) Belghata, Kol-10. 16. The Secretary, Sanitary & Plumbing Contractor’s Association (West Bengal), 41, Hidaram Banerjee Lane, Kol-12. 17. West Bengal Engineers’ Co-operative Federation Ltd., 29 Phears Lane, 1st floor, Kolkata-700073 18. Federation of labour co-op. Association. North-24-Parganas Uni 19. t, 18, M.G.M. School Road, Nabapally, Barasat. 20. Estimating Branch of this office/Accounts Branch of this office. 21. Notice Board of this office.

Executive Engineer, PWD, Barasat Division

Memo No.:958/2(1) Date: 28.04.2020 Copy forwarded to the Director of Information, Information Division, Govt. of West Bengal, Writers’ Building, Kol – 700001 for information with the request to publish the above notice for wide publicity in the daily newspapers both in English and Bengali.

Executive Engineer, PWD, Barasat Division

10 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124.

[Print out in Agency’s Letter head & upload the filled proforma with digitally signed as stated below]

SECTION – B FORM –I PRE-QUALIFICATION APPLICATION To The Executive Engineer Public Works Directorate Barasat Division.

Ref: - Tender for ______(Tender No.) ______(Name of work) ______Tender ID: ______

N.I.e.T No.: (Sl.No. ) of 2019-20 of Executive Engineer-I, PWD, Barasat Division

Dear Sir, Having examined the Statutory, Non statutory and NIeT 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 and Accepting Authority/Engineer-in-Charge can amend the scope and value of the contract bid under this project. (b) Tender Inviting and Accepting Authority/Engineer-in-Charge reserves the right to reject any application without assigning any reason.

Name of Agency (In Block Letter): ______Full Address (In Block Letter): ______PIN :______MOBILE NO.:______EMAIL ID:______PAN NO:______, GSTIN or UIN NO:______Enclo:- e-Filling:- 1. Statutory Documents 2. Non Statutory Documents Date: - Signature of applicant including title and capacity in which application is made.

N.B.: Original Application will submitted by the lowest Tenderer at the time of execution of Formal Tender

11 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124.

[Affidavit may be valid six month from the date of notarized]

FORMAT – “Y” (To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)

1. 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 to participate in tender or rescind any tender by the P.W. & P.W.(Roads) Department during the last 5 (five)years prior to the date of this NIT.

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 Date : Name of the Firm with Seal

N.B.: Original Affidavit will submitted by the lowest Tenderer at the time of execution of Formal Tender

12 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124.

[Print out in Agency’s Letter head & upload the filled proforma with digitally signed as stated below]

DECLARATION 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 along with 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 all factors regarding the local site conditions stated in this Detailed Notice Inviting Tender to complete the proposed work referred to above in all respects.

I/We promise to abide by all the stipulations of the contract documents and carry out and complete the work to the satisfaction of the department.

I/We declare that I/We in the capacity of individual/ as a partner of a firm not debarred in the last financial year.

I/We also agree to procure tools, plants and others as per requirement, at my/our cost required for the work.

Signature of Tenderer Date :

Postal address of the Tenderer

Name of the Firm with Seal

N.B.: Original declaration will submitted by the lowest Tenderer at the time of execution of Formal Tender

13 | Page

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER,(PWD), BARASAT DIVISION CHAMPADALI MORE, BARASAT, KOLKATA-700124.

SECTION –B

FORM – V

C. DEPLOYMENT OF MACHINERIES FOR ROAD / BRIDGE / BUILDING WORKS:-

Possession Status Date of Machine Name of Make Type Capacity Motor / Machine release If situated Idle Engaged Machine Engine No. Engaged at No. 1 2 3 4 5 6 7 8 9 10

(Original document of Own or arrange through lease possession to be annexed)

Note:- For each item of equipment the application should attach copies of (i) Document showing proof of full payment, (ii) Receipt of Delivery, (iii) Road Challan from Factory to delivery spot. (iv) In case of Batch Type Mixing Plant proof of advance payment receipt to the form of 25% payment against the total cost of the Plant and Machinery.

Signature of applicant including title and capacity in which application is made

N.B.: Original form will submitted by the lowest Tenderer at the time of execution of Formal Tender

14 | Page