Government of Office of the Assistant Engineer Burdwan Highway Sub Division No.– I P.W (Roads) Directorate, Dist. Purba Email Id: [email protected]

Memo. No. 568 Date. 10.12.2020

NOTICE INVITING TENDER NO. 07 /AE/BHSD-I/PW(R)D/ of 2020-2021

1. On behalf of the Governor, Govt. of West Bengal, separate sealed tenders are hereby invited from the eligible Contractors for the works as specified in the attached Annexure. All relevant particulars are given therein by the Assistant Engineer, Burdwan Highway Sub Division No.- I, P.W.(Roads) Dte., Dist. Purba Bardhaman. 2. Contract documents consisting of complete specifications the schedule of quantities of the various classes of work to be done and the set of “conditions of contract” can be seen at the Sub-Division Office, between hours of 11.00 A.M. to 4.00 P.M. every day, except Saturdays, Sundays and public holidays. 3. Tenders which should always be placed in sealed covers with the name of the work written on the envelops will be received by the Assistant Engineer, Burdwan Highway Sub Division No.- I, P.W.(Roads) Dte., Dist. Burdwan through tender box kept in the office chamber, in the address mentioned above up to the date and time specified in attached annexure and will be opened thereafter on the same day. 4. Tenders in specified form can be obtained from the office of the Assistant Engineer, Burdwan Highway Sub Division No.- I, P.W.(Roads) Dte., on payment as detailed in Annexure. The time allowed for carrying out the work will be found mentioned therein. 5. The contractor should quote their rate in figures as well as in words at the stipulated place. No tender form will be issued after the date and time specified therein. 6. Each tender should accompany requisite amount of Earnest money and should be submitted in a sealed cover super scribing the reference of NIT, Name of work, Name of office, etc. in details. 7. Acceptance of a tender will rest with the Executive Engineer, Burdwan South Highway Division, P.W.(Roads) Dte. and the Assistant Engineer, Burdwan Highway Sub Division No.- I, P.W.(Roads) Dte., as the case may be, who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all the tenders received, without assigning any reason. Tender in which any of the prescribed conditions is not fulfilled in full will simply be rejected. 8. Tenders which do not fulfill any of the above conditions or are incomplete in any respect are liable to summary rejection. 9. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection. TERMS AND CONDITIONS 1. Tenders will be publicly opened by the authority receiving tender or by his authorized representative only, 30 (thirty) minutes after the closing time of receipt of tenders or as soon as possible thereafter in presence of the intending tenderers or their authorized representative. If felt necessary after opening of tenders decision may be taken by the authority for inviting a bid (sealed/open) amongst the eligible participants for lowering down the rate as offered by the tenderers on the same day or some other day. Separate notice informing of such bid may or may not be served amongst the eligible participants of the N.I.T. No complaint in this regard will be entertained later on. 2. Intending tenderers will have to produce following valid certificates in original (refundable) before the tender inviting authority along with the non refundable photo copies (duly attested in FULL with BLUE BALL PEN only) for each of the documents for verification at the time of submission of application in respective letter head of firm/company bearing current address with PIN and telephone (Land/Mobile), duly signed in FULL with BLUE BALL PEN only, endorsed by seal for eligibility/ purchase of tender papers. For Partnership Firm, copy of Partnership Deed, Bye Law etc are required to be submitted along with other documents and only the Chaiperson/Secretary of the firm is eligible to submit application, tender, etc. a) Professional Tax deposit receipt challan for current financial year. b) Permanent Account No.(PAN) Card. & I.T. Saral for latest assessment year c) VAT registration certificate/GST registration certificate. d) Trade License (valid). e) Copy of Partnership deed /last Audit Report & Bye laws (for regd. Co- op- so.) f) Credential (Completion Certificate/Payment Certificate) for similar nature of work executed within last three years.

3. Successful contractors will have to comply with the provision of contract Labour (Regulation & Ablation) Act, 1970 and West Bengal Contract Labour (Registration and Abolition) Rules-1972, obtaining license from concerned Assistant Commissioner and Registering Officer, Burdwan. 4. Intending tenderers should visit site of works and get themselves fully acquainted with the site conditions prior to offering of their rates. 5. Relevant documents(Photo copy duly signed by the contractor-“Submitted by me”) in support must be enclosed while submission of tender otherwise the tender so received will be treated as informal during opening.

6. Completion Certificate/credential produced with the application for obtaining permission to draw the tender paper should be issued by the competent authority not below the rank of Executive Engineer of the concerned department duly signed by the intending tenderers where the date of completion of work must be mentioned by the issuing authority. Payment certificate will not be treated as credential

7. Amendment of Rule (9)(b) of WBFR, Vol.-I consequest upon introduction of GST Act, 2017, Rule 47(9)(b) of WBFR, Vol.-I is substituted with the following provisions: Rule 47 (9) (b): (i) Bidders shall submit copy of (a) Valid PAN issued by the IT Deptt., Govt. of (b) Valid 15-digit Goods and Services Taxpayer Identification Number (GSTIN) under GST Act. 2017 (ii) The following clause shall be included in all the contracts to be executed for (a) Procurement of goods and services and (b) Works-related contract involving supply of goods and services by contractor. “Tax invoice(s) needs 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.” This order will be applicable to all the tenders invited for

(a) Procurement of goods and services and (b) Works-related contract involving supply of goods and services by contractor, including procurement under Rule 47C. This order shall be deemed to have taken effect from 01.07.2017. 8. The tender inviting authority will have the sole discretion to decide eligibility of the contractor on the basis of his/her/their submitted documents and reserve the right to refuse any application without any explanation thereof to the tenders found illegible after scrutiny. 9. Intending tenderers should apply for obtaining permission for tender documents well in advance to guard any difficulties due to possible absence of Assistant Engineer from the Head Quarter. 10. In case of unscheduled holidays on the date mentioned in Annexure for application, drawing and dropping of tender the next working days will be treated as scheduled prescribed date for this purpose. Earnest money to be deposited by Bank Draft/Pay order only. Bank Draft/Pay order shall be drawn on any Nationalized Bank of India or authorized bank of RBI in favour of the Executive Engineer, Burdwan South Highway Division, P.W(Roads). Dte, en-cashable at Burdwan Main Branch of State Bank of India. KVP/NSC will not be entertained as earnest money with the tender. 11. Submission of application for obtaining permission of purchase/submission of tender paper through postal or courier services will not be entertained. The agency or his authorized representative should present office for obtaining permission drawn or submission. 12. No Govt. material shall be supplied from the Department. Contractors have to purchase steel materials(Gr. Fe- 415)conforming to IS-1986 and cement of specified Grade as will be decided by the E.I.C. from authorized Dealer. Original cash memo. are to be produced to the concerned Assistant Engineer for verification of related consumption. If necy. Test certificate of steel/cement consuming in works may be asked for the cost of which shall be borne by the contractors. 13. In addition to recovery made from the bills a Cess @ 1% of the cost of works shall be levied as per order No.599A/4M-28/06 Dated 27.09.06 under the provision of Sub-section-I of Section-I of Section-3 of the building & other construction workers. Welfare Cess Act 1996(28 of 96) a Cess @ 1% of the cost of construction incurred by an employer has been specified in the notification dtd.26.9.1996 of the Ministry of Labour , Govt. of India. 14. Modification of clause relating to settlement of dispute under conditions of contract :- The Clause No. 25 of 2911 (ii) has been modified vide Notification No. 8182 (y) F dated 26.9.2012 of Audit Branch , Finance Deptt. , Govt. of W.B… 15. Partial modification has been done of clause no.17 of 2911(ii) condition of contract vide memo. No.177/-CRC/2M- 57/2008 dt. 12.7.2012 as follows:- i) In case of original work – Security Deposit shall be refunded after expiry of 3(three) years from the date of completion of work and also in the following manner:- i). 30% of the Security Deposit shall be refunded to the contractor on expiry of 1(one) year from the date of completion of work, ii) Further 30% of the Security Deposit shall be refunded on expiry of 2(two) years, iii). The balance 40% of the Security Deposit shall be refunded on expiry of 3(three) years after submission of prayer for the same. (ii) In case of repair & maintenance work – Security Deposit shall be refunded after expiry of 1(one) year from the date of completion of work after submission of prayer for the same. 16. 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 From No.2911 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-charge/Employer. 17. Contractors are to be abided by the minimum wages Act of W. B. Govt. apprentices Act. (Act No.62 of 1961) or W.B. Govt. and the West Bengal Building and other construction workers welfare Cess Act 1996 vide Board Labour Department Notification No. 1182-IR Dt.20-09-2005 read with Order No. 853-F Dated 01-02-2006. The Cost of Tender documents applicable as per G.O., and also read P.W.D. CRC Branch Notification No.177-CRC/2M-57/2008 Dated 12.07.2012. 18. Procedure for Suspension and Debarment of Contractor Supplier and Consultant participating in Public Works under Public Works Department will strictly be followed according to the Department’s Memorandum bearing No. 547-W(C)/1M- 387/15 Dated 16/11/2015. 19. Employees Provident Funds & Miscellaneous Provision Acts, 1952 is required to be followed. 20. Only one tender paper will be issued to an individual even if there are other firm of the proprietor. 21. Tender will remain valid for a period of 120 days. 22. Latest Govt. order related with the tender as well as execution of the works will always be applicable. 23. No Arbitration for the work will be admissible as per Govt. Order No. 3310-A, Dated 20.03.1987 (RULES 15 of the P.M. RULES-1987).

24. Evidence in respect of Employment of Degree/Diploma Engineer in the firm is to be submitted along with the application. 25. Payment for the works may be delayed, for which, no claim will be entertained. For non-payment, if there be any completion of work should not suffer. Payment mill be made according to the availability of fund. 26. Bitumen (60-70) Grade Cement, Cationic Bitumen Emulsion etc. will may be provided by the Department from any stack yard under Burdwan South Highway Division, P.W.(Rds)Dte. if available.

27. No authorization letter will be entertained in any stage of Tender Procedure. 28. Suspension and debarment of prospective or concerned bidder:- The penal measures will be imposed through debarment /suspension against the prospective or concerned bidder in accordance to the Memorandum No – 547-W(C) /1M-387/15 Dated- 16th November,2015 of Public Works dept , Works Branch for their false declaration or forgery or falsification of records submitted or failure to execute committed contract or for their failure to perform contractual obligations and thereby resulting delay in execution of the public works or execution of faulty works. (i) GROUNDS FOR SUSPENSION AND DEBARMENT: a) Submission of eligibility requirements containing false information/ declaration or falsified documents /records . b) Submission of Bids that contain false information or falsified documents, or the concealment of such information in the Bids in order to influence the outcome of eligibility screening or any other stage of the bidding process. 1 c) Unauthorized use of one’s name / digital signature certificate for purpose of bidding process. d) Any documented unsolicited attempt by a bidder to unduly influence the outcome of the bidding in his favour. e) Refusal or failure to post a self-declaration to the effect of any previous debarment imposed by any other department of State Government and / or Central Government. f) All other acts that tend to defeat the purpose of the competitive bidding such as lodging false complain about any bidder, lodging false complain about any officer duly authorized by the department, restraining any interested bidder to participate in the bidding process, etc. g) Assignment and subcontracting of the contract or any part thereof without prior written approval of the procuring entity. h) Whenever adverse reports related to adverse performance, misbehavior, direct or indirect involvement in threatening, making false complaints etc. damaging the reputation of the department or any other type complaint considered fit by the competent authority of the department, are received from more than one officer or at more than one occasion form individual officer. i) Refusal or failure to post the required performance security / earnest money within the prescribed time without justifiable cause. j.) Failure in deployment of technical personnel, engineers and / or work supervisor having requisite license / supervisor certificate of competency as specified in the Contract. k) Refusal to accept an award after issuance of “letter of acceptance” or enter into contract with the government without justifiable cause. l) Failure of the contractor, due solely to his fault or negligence, to mobilize and start work or performance within the specified period as mentioned in the “Letter of Acceptance”, “Letter of Acceptance cum Work Order”, “Work Order”, “Notice to Proceed”, “Award of Contract, etc. m) Failure by the contractor to fully and faithfully comply with its contractual obligations without valid cause, or failure by the contractor to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract. n) For the procurement on consultancy service / contracts, poor performance by the consultant of his services arising from his fault o negligence. Any of the following acts by the consultant shall be construed as poor performance. i) Non deployment of competent technical personnel, competent engineers and / or work supervisors. ii) Non deployment of committed equipment, facilities, support staff and manpower. iii) Defective design resulting in substantial corrective works in design and / or construction. iv) Failure to deliver critical outputs due to consultant’s fault or negligence. and v) Specifying materials which are inappropriate and substandard or way above acceptable standards leading to high procurement cost. vi) Allowing defective workmanship or works by the contractor being supervised by the consultant. O) For the procurement of goods, unsatisfactory progress in the delivery of the goods by the manufacture, supplier or distributor arising from his fault or negligence and / or unsatisfactory or inferior quality of goods, vis a vis as laid down in the contract. p) Willful or deliberate abandonment or non-performance of the project or contract by the contractor resulting to substantial breach thereof without lawful and / or just cause. (ii) Category of offense:- A ) Sl No ‘a’ to ‘p’ will be considered as 1st Degree of offence . Any one of the offences as mentioned under (A) above , committed by a particular bidder / contractor by more than one occasions , be considered as 2nd Degree of offence . (iii) Penalty for offense: A ) For committing 1st Degree of offence , the bidder will be disqualified from participating in any procurement process under the Public Works department , Govt of West Bengal upto 2 (two) years . B) For committing 2nd Degree of offence , the bidder will be disqualified from participating in any procurement process under the Public Works department , Govt of West Bengal upto 3 (three) years. 29. Rejection of bid: The Employer reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time the prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s action. N.B. : The Bidder who’s Bid has been accepted will be notified by the Tender inviting & Accepting Authority acceptance letter/ Letter of Acceptance. The Letter of Acceptance will constitute the formation of the Contract. The Agreement in W.B.F. No.- 2911(ii) will incorporate all agreements between the Tender Accepting Authority and the successful Bidder. All the tender documents including NIT & B.O.Q. will be the part of the Contract Document. 30. The notifications vide Nos. 4608-F(Y) Dt 18.07.2018 issued by the Finance Dept. W.B. Govt. and 5784-PW/L& A/ 2M-175/2017 Dt 12.09.2017 issued by the Public Works Department are applicable in vogue.

Assistant Engineer Burdwan Highway Sub Division No.-I P.W(Roads).Dte.

Memo. No.- 568 /1(11) Dated.10.12.2020

Copy forwarded to:- 1) 1. The Superintending Engineer, Western Highway Circle No. I, P.W.(Rds)Dte. for information please. 2) The Executive Engineer, Burdwan South Highway Division, P.W.(Rds)Dte. for his information please. 3) The Executive Engineer, Burdwan North Highway Division, P.W.(Rds)Dte for his information please. 4) The Executive Engineer, , P.W.Dte for his information please. 5-6) The Assistant Engineer, Burdwan Highway Sub Division – II/ Sadarghat Highway Sub Division – I, P.W.(Rds)Dte. 7) The Contractor Association, Purba Burdwan – I for his information please. 8) The Secretary, Burdwan District Engineers Co. Opt. Society, Jamtala, Kalna Road, Burdwan please. 9) The Secretary, Burdwan District Labour Co. Opt. Association, Burdwan please. 10) The Assistant Engineer - I, IT/ PWD for information with a request to publish this NIT in Departmental Web Site please. 11) This office Notice Board.

Assistant Engineer Burdwan Highway Sub Division No.-I P.W(Roads).Dte.

ANNEXURE OF N.I.T NO- 07/ AE/BHSD –I/PW(Rds)Dte. OF 2020-2021 A) Last date & time for receipt of application : 24 .12.2020 up to 2.00 P.M B) Date for Publishing list for technically qualified tenderers : 29 .12.2020 up to 2.00 P.M. C) Last date & time for receiving of tender papers:- 31 .12.2020 up to 3.00 P.M D) Date & time for opening of tender papers:- 31 .12.2020 at 4.00 P.M Estimate amount Cost of Earnest Cost of Sl put to the other Completion Name of Work money Tender Total cost No tender documents. time Rs. form Rs. Rs. Rs. Repairing & Rehabilitation of Culverts at 0.40 Km & 5.10 Km of Link Road from RS. 755/- Raina – Damuniya Road to Aherbelma – (Intending tenderers can down load latest tender Pahalanpur road of Sadarghat Highway Sub documents from departmental website Rs. 4,55,801.00 Rs. 9,116.00 RS. 5/- RS. 750/- 30 days 1. Division – I under Burdwan South Highway www.pwdwb.gov.in at free of cost , However only Division, P.W.(R)Dte. in the district of successful agency shall have to pay price of tender document of all copies during formal agreement.) Purba Bardhaman during the year 2020- 2021. -Raina Road- Urgent Repairing RS. 755/- Potholes & depression in patches at 0.00 (Intending tenderers can down load latest tender Kmp to 3.00 Kmp of Sadarghat Highway documents from departmental website 2. Rs. 1,64,206.00 Rs. 3,284.00 RS. 5/- RS. 750/- 5 days Sub-Division No-I under Burdwan South www.pwdwb.gov.in at free of cost , However only

Highway Division in the district of Purba successful agency shall have to pay price of tender document of all copies during formal agreement.) Bardhaman during the year 2020-2021. Raina-Jamalpur Road-Urgent replacement of Hume Pipes and other ancillary works RS. 755/- on the approach road to the Hare Krishna (Intending tenderers can down load latest tender documents from departmental website 3. Setu of Sadarghat Highway Sub Division No Rs. 1,57,973.00 Rs. 3,159.00 RS. 5/- RS. 750/- www.pwdwb.gov.in at free of cost , However only 15days - I under Burdwan South Highway Division successful agency shall have to pay price of tender in the District of Purba Bardhaman during document of all copies during formal agreement.) the year of 2020-2021.

Assistant Engineer Burdwan Highway Sub Division No.- I P.W(Roads).Dte.

NIT: 07 of AE/BHSD-I/PW (Roads) Dte. (1 | P a g e )

NIT: 07 of AE/BHSD-I/PW (Roads) Dte. (2 | P a g e )