GORKHALAND TERRITORIAL ADMINISTRATION OFFICE OF THE EXECUTIVE ENGINEER BIJANBARI ENGINEERING DIVISION I.B BUNGLOW, CHAINPURAY BIJANBARI-734201

PHONE No: 9733024217 E-mail id: [email protected] Memo No : 08/NIeT/EE/BED/GTA/2019-20 Dated: 19.03.2020 NOTICE INVITING ELECTRONIC TENDER No. GTA/EE/BED/NIeT-10/2019-20 Dated-19.03.2020 OF THE EXECUTIVE ENGINEER, BIJANBARI ENGINEERING DIVISION GORKHALAND TERRITORIAL ADMINISTRATION

On behalf of the Principal Secretary, Gorkhaland Territorial Administration, the Executive Engineer, Bijanbari Engineering Division, invites PERCENTAGE RATE e-Tender for the work detailed in the table below. (For Submission of e-Tender through online). 1. List of schemes:- Price of Technical & Financial Bid Estimated Earnest Money documents and other Period of Eligibility of Sl. No Name of Work Amount (Rs.) (Rs.) Annexure (Rs.) Completion Contractor 1 Construction of Road from Rs. Rs 1,44,430.00 2500.00 12(Twelve) PWD, MES, Railways Zero to Tamang Gaon, 72,21,513.97 In favour of In favour of Executive Months or any other Lower Chungtoong, Executive Engineer BED Government Darjeeling (L=0.45km) Engineer BED (RTGS/ NEFT) Department (Sl no-1) (RTGS/ NEFT) enlisted or outside bonafide experienced contractors/ firms having worked in Hill Areas. Protective Work at Augustin Rs. Rs 31,556.00 1000.00 6(Six) Lepcha’s House at Himali 15,77,790.00 In favour of In favour of Executive Months 2 Gaon Singtam, Darjeeling. Executive Engineer BED Engineer BED (RTGS/ NEFT) (RTGS/ NEFT)

1. Methodology for submission of EMD: Online payment of the EMD 2% as applicable, on the State Government’s e-Procurement Portal (https://wbtenders.gov.in) through the linked ICICI Bank Payment Gateway has been made mandatory vide FDs Memo No 3975- (Y) dated 28.07.2016 i.e. (P.G/R.T.G.S/N.E.F.T.S.) against the work . This clause is also applicable for all categories of applicants except those are exempted as per Government Order no. 1110-F, Dated — 10.02.2006 of Special Secretary Finance Department, Govt. of . Scanned copy of challan generated online towards EMD Fees as prescribed in the “Instruction to Bidders, Clause 10” needs to be uploaded separately against each serial of work, in favour of “Executive Engineer, Bijanbari Engineering Division”. Payment in any other form will not be accepted.

2. Eligibility criteria for participation in tender: i) As per The prospective bidders must fulfil the credential criterion as stated (category. wise) in the “Instruction to Bidders, Clause 4.1”. ii) Completion certificate issued by the Executive Engineer or equivalent or competent authority. of a State / Central Government, State / Central Government undertaking, statutory / Autonomous bodies constituted under Central / State statute, on the executed value of completed / running works will be taken as credential. iii) As a supporting document of credential the W/O , BOQ , Payment Certificate should be submitted . iv) Payment Certificate will not be treated as Credential. NIeT 10 of 2019-20Page 1 N.B. Estimated amount, Date of completion of project & detail communicational address of Client must be indicated in the Credential Certificate. v) The prospective bidders shall have in their full time engagement experienced technical personnel, the minimum being one Civil Engineering Degree holder and one Civil Engineering Diploma holder (Authenticated documents in respect of qualification and engagement shall be furnished for Technical-Evaluation). [Non Statutory Documents]. As per notification of Finance Department, Audit Branch, Govt. of West Bengal vide Memo 5400F (Y) Dtd. Kolkatta, the 25th June 2012 Note — 5 vide sl. No 7. In case project cost exceeds Rs. 1 crore less than 5 crore at least one qualified Graduate Engineer along with two Diploma Engineers (1 civil & 1 electrical) should be engaged in supervision and monitoring of the job. [Non Statutory Documents]. vi) GST Registration, Pan Card, EPF Registration, Professional Tax receipts Challan for the year 2019- 2020 to be accompanied with the Technical Bid document. Income Tax (Saral) Acknowledgement Receipt for financial year (2018-2019) to be submitted. [Non Statutory Documents]. vii) Prohibition on suspended /debarred persons / Entities to participate in the bidding of the Govt project / contract of the Department A person / entity that is suspended / debarred by a procuring entity shall not be allowed to participate in any procurement process.under Gorkhaland Territorial Administration during the period of suspension / debarment unless the same has been revoked. A joint venture or consortium whichis suspended / debarred or which has suspended / debarred member/s and partner/s as well as a person/entity who is‘a member of a suspended / debarred joint venture or consortium shall, likewise, not.be allowed to participate in any procurement process under Gorkhaland Territorial Administration during the period of suspension./ debarment unless the same has been revoked prior to the date of publication of this NIT. (A declaration in this respect has to be furnished by the respective bidders as a prescribed format in ‘Declaration’ . For wrongful / faulty / defective submission of that , the bid shall be treated as non-responsive .) viii) The applicant's Working Capital shall not be less than 25 (Twenty five) percent of the amount put to tender and the own resource should minimum be 10% of the amount put to tender. ix) The available Bid Capacity (to be calculated on the basis of prescribed format) of the prospective applicant shall not be less than the amount put to tender. x) In case of Proprietorship and Partnership Firms and Company the Tax Audited Report in 3CD Form to be furnished along with balance sheet and profit and loss account and all schedules forming the part of Balance Sheet and Profit & Loss Account. Tax Audited report, Balance Sheet and Profit & Loss Account including all schedules forming the part of Balance Sheet and Profit & Loss Account should be in favour of applicant. No other name along with applicant name, in such enclosure will be entertained. [Non Statutory Documents]. xi) The prospective bidders should have assured ownership/ lease (Details as mentioned in “Form-IV “) / [Non Statutory Documents. ] xii) A prospective bidder shall be allowed to participate in the particular Job either in the capacity of individual or as a partner of a firm, if found to have applied severally in a single job, all his applications will be rejected for that job. xiii) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum. [Non Statutory Documents] xiv) ‘Joint Venture’ will not be allowed. xv) The participating bidder should have annual average turnover of 40% or more during the last five financial years. 3. The prospective bidder shall establish field testing laboratory equipped with requisite instruments (as given hereunder) in confirmatory to relevant code of practice and technical staff according to the requirements of works to be executed. 4. The Payment of RA as well as final bill for any work will be made according to the availability of fund and no claim to delay in payment will be entertained. Running payment for work will be credited through the Treasury Govt. of WB. to the Bank Account of executing agency as per availability of fund. The executing agency may not get a running payment unless the gross amount of running bill will be 30 (thirty) lac 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. 5. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the selected agency. All documents related to royalty payment for the materials and should be produced without which the payments will not be made. NOC for carried earth pit is also required. 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. Price Adjustment and Price escalation are not applicable. 7. Mobilization Advance and Secured Advance will not be given. 8. Agencies shall have to arrange necessary land for installation of Plant & Machineries, (specified for each awarded work) storing of material, labour shed, laboratory etc. at their own cost and responsibility. 9. Bids shall remain valid for a period of 120 (One Hundred Twenty) days from the last date of submission of Financial Bid/ Sealed Bid.

NIeT 10 of 2019-20Page 2 10. (A) Materials required for the proposed scheme like bitumen (all grade), bitumen emulsion, steel, cement etc. will be supplied by the Agency at their own cost and will be inclusive of all charges and taxes as applicable. Materials shall be of approved brand in accordance. with relevant code of practice (latest revision) and Manufacturer. Authenticated evidence for purchasing cement, steel etc. are to be submitted along with challan and test certificates. Further testing from any Government approved Testing Laboratory shall have to be conducted by the agency at their own cost if required by the Engineer-in-Charge. 11. A] Utilization of Steel materials:- For Special type of work such as bridges/culverts, ROB s, Buildings greater than G+4 storey’s or for buildings with pile / raft foundation :- Steel materials of make - Tor steel rods / HYSD bars /TMT bars [ Fe 415 / Fe500/ Fe500D conforming to IS-1786 or IS- 432.( whichever is applicable ) ] of manufactures /producers of SAIL/TATA/RINL only shall be utilized . Before applying the respective manufacturing brand of steel materials , the quality has to be examined on technical aspect & the test reports must be satisfied or approved by the E-I-C . For buildings upto G+4 storey with isolated / combined /strip foundation :- Steel materials of make - Tor steel rods / HYSD bars /TMT bars [ Fe 415 / Fe500/ Fe500D conforming to IS-1786 or IS- 432 ( whichever is applicable ) ] of manufactures /producers of JSW /JSPL /SHYAM /SRMB /BMASL /ELECTROSTEEL /SSL may also be utilized by the side of using SAIL/TATA/RINL. Before applying the respective manufacturing brand of steel materials , the quality has to be examined on technical aspect & the test reports must be satisfied or approved by the E-I-C. For ordinary work ( small & unimportant structure ) :- Steel materials of make - Tor steel rods / HYSD bars /TMT bars [ Fe 415 / Fe500/ Fe500D conforming to IS-1786 or IS- 432 ( whichever is applicable ) ] having ‘quality certification’ of the BIS or any other designated authorities as per the BIS act and the producers listed under the JPC profile other than manufactures /producers of SAIL/TATA/RINL /JSW /JSPL /SHYAM /SRMB /BMASL/ELECTROSTEEL /SSL may be utilized . Before applying the respective manufacturing brand of steel materials , the quality has to be examined on technical aspect & the test reports must be satisfied or approved by the E-I-C. The steel reinforcement to be procured should be tested ( both physical and chemical test ) as per required frequencies and as per the relevant code of BIS from the Laboratory / Institution with proper testing infrastructure ( preferable NABL accredited ) , approved by the E-I-C of the work . Cost of such testing will be borne by the agency .

Procurement of Steel angles / joists / Channels / flats etc. All structural steel shall before fabrication comply with the following Indian Standards:----- IS:2062 Grade ‘B’ Weldable structural steel 1S:961 Structural Steel (High Tensile) IS:8500 Weldable Structural Steel (High Strengths Qualities) 1S:11587 Structural Weather Resistant steel

Fabrication--The Contractor shall submit his programme of fabrication work to the Engineer-in-Charge for his approval at least 15 days before the planned commencement. This programme shall include the proposed system identification and erection marks together with the complete detail of fabrication and welding procedures.

B] Utilization of Cement:- Cement products of mini plant shall not be us

13. Date & Time Schedule:

Sl. No Particulars Date & Time 1 Publishing of Tender 19.03.2020 at 16:00 Hrs 2 Document download/Sell start date (Online) 19.03.2020 at 16:30 Hrs 3 Bid submission Start Date 19.03.2020 at 16:30 Hrs 4 Bid Submission End Date 09.04.2020 at 18:00 Hrs 5 Technical Bid Opening 13.04.2020 at 11:00 AM 6 Submission of original Documents for verification Latest by 06.04.2020 to Estimator Bijanbari Engineering Division, Darjeeling.

NIeT 10 of 2019-20Page 3 14. There shall be no provision of Arbitration. Hence clause 25 of 2911 (ii) is omitted vide notification no. 558/SPW dated. 13.12.2011 of Principal Secretary, P.W. & P.W. (Roads) Department. Modification of Clause relating to Settlement of Disputes under Conditions of Contract vide No. 8182- F(Y) Kolkata, the 26th September, 2012 of Secretary to the Government of West Bengal. “Clause 25” — Except where otherwise provided in the contract all questions and disputes relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used.on the work or as to any other question, claim, right, matter or thing whatsoever, in any way arising out of relating to the contracts designs, drawings specification, estimates, instructions, orders or these conditions or otherwise concerning the works, or after the completion or abandonment thereof shall be dealt with as mentioned hereinafter. If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or decision given in writing by the Engineer — In — Charge on any matter in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Chairman of the Dispute Redressal Committee in writing for written instruction or decision. Thereupon, the Dispute Redressal Committee shall give its written instruction or decision within a period of three months from the date of receipt of the Contractor’s letter. As per Order No: 37 Dated: 06/06/2018 from the Office of the Principal Secretary, the Dispute Redressal Committee shall consist of; 1 Chairman, BoA, GTA Chairman

2 Vice Chairman, BoA, GTA Member 3 Principal Secretary, GTA Member 4 Secretary, GTA Member 5 Chief Engineer, GTA Member & Convener 6 Controller of Finance, GTA Member

This provision will be applicable irrespective of the value of the works to which the dispute may relate.” 15. Earnest Money: The amount of Earnest Money is as stated above and have to deposit through the payment mode as mentioned in the details earlier. For release of the Earnest Money of the unsuccessful tenderer(s), he/she/they is/are to apply for the same to The Executive Engineer, BED, Darjeeling giving the reference to the work, NIT No., date of tender, amount and mode of Earnest Money deposit — all in a complete form. The Earnest Money of all tenderers other than the lowest tenderer in each case may be released, after acceptance of the rate in comparative statement or immediately after expiry of seven days from the date of final bid, whichever is earlier. The Earnest Money deposited by a successful Tenderer will be converted into Security deposit and the balance amount for security deposit @ 8% of the bill value will be deducted from the bill at the time of payment to retain 10% of bill value of the total work done (final bill value) to form Security Money for performance of work. No interest on Security Deposit will be paid by the tender accepting authority.

16.The Bidder, at the Bidder’s own responsibility and risk, must visit and examine the site of work and surroundings to 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. Traffic management and execution shall be the responsibility of the Agency at his/her/their risk and cost. The diversion road if required for smooth flow of the traffic is to be constructed & maintained by the agency at his own cost. Any such expenditure be duly considered and accounted for in the bid offered. 17.The intending Bidders shall clearly understand that, whatever may be the out come of the Bids, no cost of Bidding shall be reimbursable by the Department. The Principal Secretary, Gorkhaland Territorial Administration, Darjeeling reserves the right 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. 18. For assessment of the bid capacity , the max value of Engineering work in respect of project executed in any one year during last five years shall be supported with the submission of authenticated payment certificates . 19. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to Bidders’ before bidding.

NIeT 10 of 2019-20Page 4 20. In case of Ascertaining Authority at any stage of.tender process or execution of work necessary registered irrevocable power of attorney is to be produced. 21. All intending bidders are requested to be present in the office of the ‘The Executive Engineer, Central Planning, Quality Control & Procurement Engineering, Division-II, Darjeeling’ during opening of the Financial Bid, Open / Seal Bid may be called after opening of the said bid to obtain the suitable rate further, if required. No objection in this respect will be entertained by any bidder(s). No informal bidder will be entertained in the said bid. 22. To proof the “work in progress / work in hand ” , the report / certificate issued by the competent authority ( not below the rank of the Executive Engineer or equivalent ) regarding up-to-date work progress ( work done up to last day of the preceding month of the publication of the NIT ) & the respective work order should be produced. The bidder shall also enclose the copy of work order of all such works before the bid submission which are awarded but yet not started. 23. No CONDITIONAL / INCOMPLETE TENDER will be accepted under any circumstances. 24. Methodology for payment:- The payment of RA as well as final bill for any work will be made according to the availability of fund and no claim to delay in payment will be entertained. As per GO No- 474-W(C)/1M-343/16 Dated- 07.09.2016 of PWD, Works Branch, after completion of the work; on receiving the approval of the Supervision Consultant, the different level Engineer Officers have to verify & consecrate the satisfactory completion certificates through prescribed formats from their end according to empowerment of the Technical sanction mentioned in the respective GO for ensuring the release of final payment . The concerned EE will furnish the payment procedure being executed of the all formalities & Departmental norms. 25. Requirement of Principal Machineries (assured ownership/leased) :[Non Statutory Documents] All necessary machinery, Tools & Plants have to be deployed by the Agency. One Self Attested declaration by the bidder to be uploaded. Original documents in support of assured ownership/lease possession of the aforesaid machineries are to be furnished if required by the Tender Inviting Authority. Other allied machineries required for the work as per the direction of the Engineer-in-Charge.

26. In case of Quoting rates no multiple lowest rates will be entertained by the Department. 27. The Principal Secretary, Gorkhaland Territorial Administration, Darjeeling reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained. 28. 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 and penal action will be imposed through debarment / suspension treating 1st degree of offence . 29. The penal measures of suspension / debarment will be governed to the prospective bidder participating in the tender process as well as the concerned bidder selected for execution of the Public works for arising offences or violations committed regarding contract implementation . The penal measures will be exercised over the following grounds along with the ‘penalty’ as mentioned in the SI No — C50 and subsequently. the ‘category & penalty of the offence’ as mentioned in the SI No — C51 of ‘Special terms & Conditions” . 30. In case if there be any objection regarding Prequalification, that should be lodged to the. Chairman, Bid Evaluation Committee within 2 days from the date of publication of list of qualified Agency and beyond that time schedule no objection will be entertained by the Screening Committee. 31. 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 manufacture or false in that case, work order will not be issued in favour of the tenderer under any circumstances.

32. 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: v) NIeT vi) Special terms & Condition vii) Technical bid viii) Financial bid ix) Corrigendum issued. Note: In case of any discrepancy arises due to typographical / printing error, the technically sanctioned Estimate will be considered as reference and conclusive.

33. Qualification Criteria: The Tender Inviting and Accepting Authority through a “Bid Evaluation Committee” will determine the eligibility of each bidder, the bidders shall have to meet.all the minimum criteria regarding :- a) Financial Capacity b) Technical Capability comprising of personnel & equipment ( man — machineries )capability

NIeT 10 of 2019-20Page 5 c) Experience / Credential The eligibility of a bidder will be ascertained on the basis of the self-attested documents in support of the minimum criteria as. mentioned_in a, b, ¢ above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized. Document submitted by a bidder is either found manufactured or false; the eligibility of the bidder/ tenderer will be out rightly rejected at any stage without any prejudice. 34. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. (b) Apprentice Act. 1961, (c) PF of the workers and (d) minimum wages Act. 1948 of the notification thereof or any other laws relating thereto and the rules made and order issued there under from time to time.

Sd/- Executive Engineer, Bijanbari Engineering Division, Gorkhaland Territorial Administration.

Memo No. : 08/NIeT/EE/BED/GTA/2019-20, Dated: 19.03.2020

Copy forwarded for information and wide circulation: 1. O.S.D to the Hon’ble Chairman, with a request to bring this to the notice of the Chairman, Gorkhaland Territorial Administration, Board of Administrators, please. 2. CA to Vice-Chairman, with a request to bring this to the notice of the Vice Chairman, Gorkhaland Territorial Administration, Board of Administrators, please. 3. Principal Secretary, Gorkhaland Territorial Administration. 4. Member of Legislative Assembly, Kalimpong. 5. Secretary, Gorkhaland Territorial Administration. 6. Chief Engineer, Gorkhaland Territorial Administration. 7. Superintending Engineer, Gorkhaland Territorial Administration. 8. Assistant Engineer, Bijanbari Engineering Division ,Sd- I/II/III/IV, wide spread circulation to all concerned. 9. Divisional Accountant, Bijanbari Engineering Division, GTA. 10. Estimator, Bijanbari Enginering DivisionI, GTA for necessary action. 11. Office Notice Board. 12. Office Copy

Sd/- Executive Engineer, Bijanbari Engineering Division, Gorkhaland Territorial Administration. Darjeeling

NIeT 10 of 2019-20Page 6 SECTION – A INSTRUCTION TO BIDDERS 1. General guidance for e-Tendering Instructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed for assisting the contractors to participate in e-Tendering.

2. Registration of Contractor i) Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system; through logging on to https://etender.wb.nic.in (the web portal of public works department) the contractor is to click on the link for e-Tendering site as given on the web portal. Intending tenderers desirous of participating in the tender are to log on to the website www.wbtenders.gov.in

ii) Intending Tenderers will not have to pay the cost of tender documents for the purpose of participating in e- tendering, but the successful L1 (Lowest) Bidder will have to pay the cost of tender documents of 4 (four) sets @ price mentioned in the list of scheme of NIT during purchase of tender documents for execution of agreement as per notification no. 199-CRC/ 2M-10/ 2012 dt.21.12.2012 of the Secretary, P.W.D. CRC Branch, Govt. of West Bengal.

3. Digital Signature certificate (DSC) Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) for submission of tenders, from the approved service provider of the National Information’s Centre (NIC) 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.

4. The contractor can search & download NIT & 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. (A) 4.1 i) C ategory wise Requirement of Credential (As per G.O no- 04A/PW/O/10C-02/14, Dt-18.03.2015) 1 For 1st call of NIT: - i Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 40% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the 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 estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or, iii Intending tenderers 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 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 satisfactorily and also that no penal action has been initiated against the executed agency, i.e., the tenderer. 2 For 2nd call of NIT: - i Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 30% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the 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 estimated amount put to tender during 5 (Five) NIeT 10 of 2019-20Page years7 prior to the date of issue of the tender notice; or, iii Intending tenderers should produce credentials of one single running 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 satisfactorily and also that no penal action has been initiated against the executed agency, i.e., the tenderer.

NIeT 10 of 2019-20Page 8 3 For 3rd call of NIT: - i Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 20% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or, ii Intending tenderers should produce credentials of one single running 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 satisfactorily and also that no penal action has been initiated against the executed agency, i.e., the tenderer.

N.B. Completion Certificate(s) submitted by the bidder should indicate the gross value of the completed work only. Completion certificates should clearly contain the Name, Designation, Address and contact no. of the Officer issuing the credential.

iii)The prospective bidders shall have in their full time engagement experienced technical personnel, the minimum being one Civil Engineering Diploma holder (Authenticated documents in respect of qualification and engagement shall be furnished for Technical-Evaluation). [Non Statutory Documents]. As per notification of Finance Department, Audit Branch, Govt. of West Bengal vide Memo 5400F (Y) Dtd. Kolkatta, the 25th June 2012 Note – 5 vide sl. No 7. In case project cost exceeds Rs. 1 crore less than 5 crore at least one qualified Graduate Engineer along with two Diploma Engineers should be engaged in supervision andmonitoring of the job. iv) GST Registration, Pan Card, Professional Tax receipts Challan for the year 2019-2020 to be accompanied with the Technical Bid document. Income Tax (Saral) Acknowledgement Receipt for financial year (2019-2020) along with its previous 5 years to be submitted. [Non Statutory Documents]. v) Neither prospective bidders nor any of constituent partner had been debarred to participate in any tender by the P.W. & P.W (Roads) or any Central/State Government Departments during the last 5 (five) years prior to the date of this NIT. Such debar will be considered as disqualification towards eligibility. (A declaration in this respect has to be furnished by the prospective bidders as per prescribed format without which the Technical Bid shall be treated non-responsive).

vi) Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.- Op. Societies are required to furnish valid Bye Law, Current Audit Report, Valid Clearance Certificate from A.R.C.S. for the year 2017-2018 along with other relevant supporting papers. [Non Statutory Documents]

5. Bids shall remain valid for a period not less than 120 (One Hundred Twenty) days from the last date of submission of Financial Bid/ Sealed Bid submission.

6. Material like Cement, Steel, Bitumen etc. will be supplied by the Agency.

7. There shall be no provision of Arbitration. Hence clause 25 of GTA Tender Form is omitted vide notification no. 558/SPW dated. 13.12.2011 of Principal Secretary, P.W. & P.W. (Roads) Department.

8. Dispute Redressal Committee:- “Except where otherwise provided in the contract all question and disputes relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever, in any way arising out of relating to the contracts designs, drawings, specifications, estimate, instructions, orders or these conditions or otherwise concerning the works, or the executions or failure to execute the same, whether arising during the progress of the work, or after the completion or abandonment thereof shall be dealt with as mentioned hereinafter; If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any drawings, record or decision given in writing by the Engineer-in-charge on any matter in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Chairman of the Dispute Redressal Committee in writing for written instruction or decision. Thereupon, the Dispute Redressal Committee shall give its written instructions or decision within a period of three months from the date of receipt of the contractor’s letter.

NIeT 10 of 2019-20Page 9 The Dispute Redressal Committee in each of the works Departments shall be constituted with the following officials as members-

1 Chairman, BoA, GTA Chairman 2 Vice Chairman, BoA, GTA Member 3 Principal Secretary, GTA Member 4 Secretary, GTA Member 5 Chief Engineer, GTA Member & Convener 6 Controller of Finance, GTA Member This provision will be applicable irrespective of the value of the works to which the dispute may relate.

9. The EMD 2% Earnest Money has to be deposited by the bidder in favour of “Executive Engineer, Bijanbari Engineering Division , Darjeeling Division”, payable at ICICI ,Mumbai.” through the following payment mode as per memorandum of the Finance Department vide No. 3975-F(Y) dated 28th July, 2016. Necessary Earnest Money have to 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.

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. Traffic management and execution shall be the responsibility of the Agency at his/her/their risk and cost. The diversion road if required for smooth flow of the traffic is to be constructed & maintained by the agency at his own cost. 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 Executive Engineer, Bijanbari Engineering Division, Darjeeling Division reserves the right to reject any application for 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. In case of Ascertaining Authority at any stage of tender process or execution of work necessary registered irrevocable power of attorney is to be produced. In case of Quoting rates no multiple lowest rates will be entertained by the Department. The Executive Engineer, WBSRDA, Darjeeling Division reserves the right to cancel the N.I.e.T. due to any unavoidable circumstances and no claim in this respect will be entertained.

14. Refund of Security Deposit Under Defect Liability” : Clause 17 of the Conditions of the Contract of the printed Tender Form W.B.Form No. 2911(i)/2911(ii) shall be substituted by the following: Refund of security deposit will be made as per provisions laid in Clause 17 of 2911 (ii).If any discrepancy / execution of BOQ items /addition items / supplementary item arises, then the defect liability period would be followed as per clause 17 of 2911(ii) Vide Memo. No. 5784-PW/L&A/2M-175/2017 Dated: 12.09.2017 of Principal Secretary, PWD, Govt. of West Bengal, which is stated below :

“Clause 17”- lf 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 executed, or if any 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, 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 by 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 law full 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.

NIeT 10 of 2019-20Page 10 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 refundable to the contractor in the manner provided 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% of the security deposit shall be refunded to the 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 refunded to the contractor for 1st 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% of the security deposit shall be refunded to the contractor on expiry of five years from the actual date of completion of the work;

E xplanation: 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 the 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) Through 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. (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.

The following paragraph shall be added to the Interpretation clause of CONDITION OF CONTRACT:- “The word ‘Government’ means the Government of State of West Bengal in Public Works Department”.

A dditional provisions in substituted clause 17 of the Condition of Contract of the printed tender form a s per G.O. no. 52-CRC/2M-06/2014 dated 27.10.2014 and subsequently modified vide notification nno: 5951-PW/L&A/2M-175/2017 dated: 02.11.2017

NIeT 10 of 2019-20Page 11 In cases of Refunding and Releasing of 100% Security Deposit held with the Government, arising out from works contract, Security Deposit will be released after issuance of Completion Certificate on submission of unconditional BANK GUARANTEE by the Contractor for the Security Deposit subject to the following conditions:

1. The Bank Guarantee will be issued by a Scheduled Commercial Bank in favour of the Engineer -In- Charge of the concern work, PWD, Government of West Bengal on behalf of the contractor. 2. The Bank Guarantee will remain valid for the Defect liability period/Security period as per contract of the work. 3. The Bank Guarantee will be submitted as per Format attached in Annexure –I. The Engineer-In-Charge should obtain confirmation of the Bank Guarantee directly from the Bank before its acceptance. 4. The Bank Guarantee, now pledged in the form of Security Deposit will be released to the contractor in the following manner, if not forfeited under conditions of contract-

(a) For work with three months Defect Liability Period : (i) Full amount 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 amount 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 same shall be refunded to the contractor on expiry of two years from the actual date of completion of the work. (ii) The balance 70% of the same shall be refunded to the 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 amount shall be refunded to the contractor for first 3 years from the actual date of completion of the work. (ii) 30% of the same shall be refunded to the contractor on expiry of four years from the actual date of completion of the work. (iii) The balance 70% of the same shall be refunded to the contractor on expiry of five years from the actual date of completion of the work.

WHEREAFTER, In cases for those contractors, who will not intend to opt for the provisions laid down hereinabove for refund of security deposit, this Department's earlier Notification no. 5784-PW/L&A/2M-175/2017 dt.12/09/2017 details of which are as stated earlier, shall be in force in the manner provided in the earlier aforesaid Notification.

NIeT 10 of 2019-20Page 12 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: i) Form No. 2911(ii) ii) NIT iii) Special terms & Condition iv) Technical bid v) Financial bid vi) Corrigendum issued. Note: In case of any discrepancy arises due to typographical / printing error, the technically sanctioned Estimate will be considered as reference and conclusive.

A) Experience / Credential The eligibility of a bidder will be ascertained on the basis of the self-attested documents in support of the minimum criteria as mentioned in a, above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized. If any document submitted by a bidder is either manufacture or false, in such cases the eligibility of the bidder/ tenderer will be out rightly rejected at any stage without any prejudice.

i) Annual turnover from contracting business as stated in Form-II should be at least 40% of the amount put to tender of the works in which the contractor intends to participate. ii) The bidder or any of their constituent partners shall neither have abandoned any work nor have any of their contracts been rescinded during the last 5 years. Such abandonment or recession will be considered as disqualification towards eligibility. iii) Tender issuing authority may relax stipulations contained in clauses above in exceptional cases, in the interest of culminating / maturing tender process at the first call, subject to satisfaction of that authority on the competency of the bidder(s) for which such relaxation has been made, upon recording reasons of such relaxation. iv) Registered Co-operative Societies of Unemployed Engineers and Diploma-holders in Engineering are required to furnish valid Bye-Law, Latest Audit Report, Valid Clearance Certificate from the Assistant Registrar of Co- operative Societies for the year 2017-18 along with other relevant supporting papers. v) The partnership firm is required to furnish copy of Registered Partnership Deed. vi) A Company shall furnish the Article of Association and Memorandum. In case of Proprietorship, an affidavit should be submitted. vii) Financial turnover of the last 5 (five) consecutive years are to be furnished. 17. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or and other laws relating there to and the rules made and order issued there under from time to time.

18. 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 & the other is Financial Proposal before the prescribed date & 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) Statutory Cover Containing i. Prequalification Application (Section-B, Form – I) ii. Financial Statement (Section – B, Form – II). iii. R.T.G.S/N.E.F.T towards earnest money (EMD) as prescribed in the NIeT. iv. Structure and Organisation (Section – B, Form – III). v. Credential Certificate: Scanned copy of credential certificate of 100% completed works of similar nature and allied nature.(to be submitted in “credential” folder) vi. Affidavits (Ref: Format shown in “X” Section “B” & format for general affidavit shown in “Y” Section “B” & format for Declaration shown in Section “B”). vii. NIeT, Corrigendum / Addendum, Form 2911(II) ix. Certificate of revolving line of credit by the Bank 20% of the estimated cost.

NIeT 10 of 2019-20Page 13 (Download & upload the same digitally Signed). Quoted rate will only be encrypted in the B.O.Q. under Financial Bid. The financial Bid should contain the following document in one cover (folder). 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. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally signed by the contractor).

Non-Statutory Cover containing, i. Certificates. 1. Professional Tax (PT) Registration Certificate and Challan for 2019-20 and PAN CARD. 2. GST Registration/Returns of the last quarter of the previous financial year. Completion Certificate:- a. Completion Certificates for fully (100%) completed works during the current year and last five financial years will only be accepted. Certificates issued for partly completed works will be considered for existing commitments. Completion certificates should clearly contain the Name, Designation, Address and contact no of the Officer issuing the credential. b. Completion Certificate of work executed in other Departments of State Government or organizations, Engineering Departments of Central Government and Organization, Such Completion Certificates are to be issued by an officer not below the rank of Executive Engineer / Divisional Engineer / District Engineer / Project Manager of the other State / Central Government Departments / Organizations. Scanned copy of Original Credential Certificate as stated in 4.1(i) of NIT.

Note:- Failure of submission of any of the above mentioned documents (as Stated in A-1 & A-2) will render the tender liable to summarily rejected for both statutory & non statutory cover.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER. Sub-Category Sl. No. Category Name Details Description 1. G.S.T. & ACKNOWLEDGEMENT 2. PAN A CERTIFICATES CERTIFICATES 3. P TAX (CHALLAN) (2019-20) 4. INSURANCE POLICY 5. IT-Saral for Assesment Year 2019-20 6. BANK SOLVANCY 1. PROPRIETORSHIP FIRM (TRADE LICENCE/AFFIDAVIT) 2. PARTNERSHIP FIRM (PARTERNERSHIP DEED, B COMPANY DETAILS COMPANY DETAILS 1 TRADE LICENCE) 3. LTD. COMPANY (INCORPORATION CERTIFICATE, TRADE LICENCE) 4. SOCIETY (SOCIETY REGISTRATION COPY, TRADE LICENCE) 5. POWER OF ATTORNEY SIMILAR NATURE OF WORK DONE & C CREDENTIAL CREDENTIAL 1 COMPLETION CERTIFICATE WHICH IS APPLICABLE FOR ELIGIBILITY IN THIS TENDER (FORM-V) 1. AUTHENTICATED COPY OF INVOICE MACHINERIES 1 TO 9 CHALLAN & WAYBILL (MACHINERY) D EQUIPMENT LABORATORY 2. FORM-IV 3. AUTHENTICATED COPY OF INVOICE, CHALLAN (LABORATORY) E FINANCIAL (INFO) WORK IN HAND AUTHENTICATED DOCUMENTS (FORM-II)

NIeT 10 of 2019-20Page 14 ONLY PAYMENT CERTIFICATE NOT THE TDS CERTIFICATE

PAYMENT CERTIFICATE 1

PROFIT & LOSS ACCOUNT AND BALANCE P/L AND BALANCE SHEET SHEET AND 3CD FORM IN CASE OF TAX AUDIT NIeT Clause of 16-vii SHEET (LAST 5 YEARS)

F TECHNICAL PERSONNEL LIST OF TECHNICAL STAFFS ALONG WITH TECHNICAL STRUCTURES & ORGANZATION (AS PER NIT) PERSONNEL ON CONTRACT

Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents” to send the selected documents to Non-Statutory folder. Next Click the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents.

A. Bid Evaluation Committee(BEC) i. The Bid Evaluation Committee constituted with the following officials as members- Vide Order No. 94 Dated: 24/07/2018 of the Secretary, GTA shall comprise: 1 Superintending Engineer, GTA Chairman 2. Executive Engineer, BED/GTA (Tender Inviting Authority) Member & Convener 3. Controller of Finance, GTA Member 4. Executive Engineer, GTA Member (CPQC&P Engg Division) (i) Bid Evaluation committee, comprising will act for determination of technically qualified contractors.

(ii) The Bid Evaluation Committee reserves the right to ignore minor deficiencies at their discretion in case of first call and no challenge whatsoever against such decision of the said committee will be entertained. In case of second call, the Bid Evaluation Committee reserves the right to ignore some deficiencies at their discretion and no challenge whatsoever against such decision of the said committee will be entertained. In case of third and subsequent calls, the Bid Evaluation Committee reserves the right to ignore more and more deficiencies at their discretion and no challenge whatsoever against such decision of the said committee will be entertained. (iii) Opening & evaluation of tender : - If any contractor is exempted from payment of EMD, copy of relevant Government order needs to be furnished. (iv) Opening of Technical proposal : - Technical proposals will be opened by the Executive Engineer, BED, Darjeeling or his authorized representative electronically from the web site stated in Cl. No. 2 using their Digital Signature Certificate. (v) Intending tenderers may remain present if they so desire. (vi) Cover (folder) statutory documents (vide Cl. No. 19.A-1) should be open first & if found in order, cover(Folder) for non-statutory documents (vide Cl. No. – 19.A-2) will be opened. If there is any deficiency in the statutory documents the tender will summarily be rejected. (vii) Decrypted (transformed in to readable formats) documents of the non-statutory cover will be NIeT 10 of 2019-20Page 15 downloaded & handed over to the tender evolution committee. (viii) Uploading of summary list of technically qualified tenderers. (ix) Pursuant to scrutiny & decision of the screening committee the summary list of eligible tenders & the serial number of work for which their proposal will be considered will be uploaded in the web portals. (x) While evaluation the committee may summon of the tenders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection (xi) Estimated amount above 45.00 Lakhs and upto 200.00 Lakhs.

B. 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 (Presenting Above/ Below/ At par) online through computer in the space marked for quoting rate in the BOQ. ii. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the

NIeT 10 of 2019-20Page 16 contractor. 20. Financial capacity of a bidder 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 & II (Section-B) i.e., Application (for Pre- qualification) & 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 Bidder, the Bidder 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. The audited Balance sheet for the last five years, net worth bid capacity etc. are to be submitted which must demonstrate the soundness of Bidder’s financial position, showing long term profitability including an estimated financial projection of the next two years. 21. 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 Competent Authority of Gorkhaland Territorial Administration may take appropriate legal action against such defaulting tenderer as per I.T. Rule.

22. Taxes & duties to be borne by the Contractor Income Tax, GST, Royalty, Construction Workers’ Welfare Cess and similar other statutory levy / cess will have to be borne by the contractor and the rate should be quoted accordingly after consideration of all these charges.

1) Running payment for work may be made to the executing agency as per availability of fund. Provisions in Clause(s) 7, 8, & 9 contained in GTA Tender Form so far as they relate to quantum and frequencies of payment are to be treated as superseded. 2) 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. 3) No Mobilization Advance and Secured Advance will be allowed. 23. Site inspection before submission of tender Before submitting any tender, the intending tenderers should make themselves acquainted thoroughly with the local conditions prevailing at site by actual inspection of the site and taking into consideration all factors and difficulties likely to be involved in the execution of work in all respect including transportation of materials, communication facilities, climate conditions, nature of soil, availability of local labour and market rate prevailing in the locality etc. and no claim, whatsoever, will be entertained on these account afterwards. In this connection intending tenderers may contact the office of the Executive Engineer, concerned with the work between 11.30 hours to 16.30 hours on any working day prior to date of submission of tenders.

a. Conditional and incomplete tender Conditional and incomplete tenders are liable to summary rejection.

b. Opening and evaluation of tender a. Opening of Technical Bid i. Technical Bids will be opened by the EE/BED Darjeeling Division or his authorized representative electronically from the website stated in Clause 1, using their Digital Signature Certificate. ii. Intending tenderers may remain present if they so desire. iii. Cover (Folder) for Statutory Documents (vide Clause 6.2.a) would be opened first and if found in order, Cover (Folder) for Non-statutory Documents (vide Clause 6.2.b) will be opened. If there is any deficiency in the Statutory Documents, the tender will summarily be rejected. iv. Decrypted (transformed into readable formats) documents of the Non-statutory Cover will be downloaded, and handed over to the Tender Evaluation Committee.

NIeT 10 of 2019-20Page 17 24. 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.

25. Release of Earnest Money of the unsuccessful tenderer(s) 26. The Earnest Money of all tenderers other than the lowest tenderer in each case may be released, after acceptance of the rate in comparative statement or immediately after expiry of seven days from the date of final bid, whichever is earlier. The Earnest Money deposited by a successful Tenderer will be converted into Security deposit and the balance amount for security deposit @ 8% of the bill value will be deducted from the bill at the time of payment to retain 10% of bill value of the total work done (final bill value) to form Security Money for performance of work. No interest on Security Deposit will be paid by the tender accepting authority. 27. Payment The payment of RA as well as final bill for any work will be made according to the availability of fund and no claim to delay in payment will be entertained.

28. Provision for Arbitration There is no provision of Arbitration clause. Hence Clause 25 of W.B.F 2911(ii) is deleted. But the Clause is replaced through provision of Dispute Redressal Committee as contained in Finance Deptt notification no. 8182-F(Y) dt.26.09.2012 of The Secretary, to the Govt. of West Bengal and the relevant Clause ie Cl. 25 of 2911 (ii) is modified accordingly.

29. Price Escalation No Adjustment of Price OR Price Escalation of any kind will be allowed. Adjustment of Price (increase or decrease) vide Notification No.23-CRC/2M-61/2008, Dated- 13.03.2009 & Notification No.38-CRC/2M-61/2008, Dated- 20.04.2009 shall not be applicable for the job/ jobs included in this NIT. Since the B.O.Q./B.O.Q.s are based upon the Schedule of Rates of Road & Bridge Works, Vol-III of Combined SOR 2018 of PWD(WB) with up to date Addenda & Corrigenda and up to date Combined Schedule of Rates of P.W.D(WB) 2017, Vol- I&Vol-II, the bidder shall quote their rate (percentage above/ below/ at par) over the total estimated cost accordingly considering that no escalation and/ or price adjustment will be allowed by the department thereto under any circumstances.

N.B. : The Bidder whose 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 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. In case there is any objection regarding technical qualifying an agency that should be lodged to the Executive Engineer, BED, Darjeeling Division i.e. Tender Inviting Authority within 48 hours from the date and time of publication of list of technically qualified agencies and beyond that time schedule no objection will be entertained by the Bid Evaluation Committee (BED). The objection may also be submitted to the e-mail id of E.E. [email protected]. The bidders(s) are requested to inform to this department if any LOA / Work Order issued in favour of bidder / Company / Firm in between the period of BID submission and time of publication of qualified list which will be required for calculation of the BID capacity. If found any discrepancy in this regard the BID will be rejected and further penal action will be taken up as per Govt. Rule.

Sd/- Executive Engineer, Bijanbari Engineering Division, Darjeeling Division.

NIeT 10 of 2019-20Page 18 SECTION – B

FORM –I P RE-QUALIFICATION APPLICATION To The Executive Engineer Bijanbari Engineering Divison, Darjeeling Division

Ref: - Tender for_

(Name of work) _

_

 N.I.e.T.No.: ……….(Sl. No...... ) of 2019-20 of Executive Engineer, BED, Darjeeling Division D Dear Sir,

Having examined the Statutory, Non statutory & 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: - e-Filing:- 1. Statutory Documents 2. Non Statutory Documents For and on behalf of Date: - Signature, name and designation of Signatory Authorised

……………………………………………………. (Name of the Applicant)

NIT 05 (2nd Call) OF 2019-20Page 1 .B: Pre-Qualification Application should be made on Bidder (s) Letter Pad only.

SECTION – B Form - II FINANCIAL STATEMENT Information of audited financial statements for the last year to demonstrate the current soundness of the Bidder’s financial position.

1. Name of Works(s):

2. NIeT No.:

3. Name of Bidder:

i. The Bidder’s Net Worth for the last year calculated on the basis of capital, profit and free reserve available to the firm should be positive.

ii) Bidder who meet the minimum qualification criteria, will be qualified only if their available bid capacity at the expected time of bidding is more than the total estimated cost of the works. The available bid capacity will be calculated as under:

Assessed Available Bid Capacity=(A X N X 2-B)Where

A= Maximum value of engineering work in respect of Project executed in any one year during the last five years (updated to the price level of the year indicated in table below under note) taking into account the completed as well as works in progress. The projects include turnkey project/item rate contract/ Construction work . Supported by payment certificate along with employers certificate otherwise will result in disqualification of the firm.

N= Number of years(i.e,_____year) prescribed for completion the the works for which Bids are invited.

B= Financial Liability of the bidder to be incurred for existing commitments and on-going works during the period of the subject contract.

To calculate the value of “A”

A table containing value of Engineering Works in respect to Projects (Turnkey Projects/ Item rate contract / Construction works) undertaking by the Bidder during the last 5 years is as follows:

Sl.No. Year Value of Engineering works undertaken w.r.t Project (Rs. In Crores) 1 Year -5 2 Year -4 3 Year -3 4 Year -2 5 Year -1

NIT 05 (2nd Call) OF 2019-20Page 20 ii) Maximum value of projects that have been undertaken during the F.Y. _ out of the last 5 years and valu21e thereof is Rs.__ _Crores

(Rupees ). Further, value updated to the price level of the year indicated in Table is as follows:

Rs. _Crores x (Updation Factor as per Table annexed)

= Rs. Crores (Rupees_ ).

Table indicating the factor for the year for updation to the price level is indicated as under

SI. No. F.Y. /Calendar Year Updation factor 1. Year-1 (2018-19) 1.00 2. Year-2 (2017-18) 1.05 3. Year-3 (2016-17) 1.10 4. Year-4 (2015-16 ) 1.15 5. Year-5 (2014-15) 1.20

iii) Net worth for the last year is Rs. __ _ of _ N.B.: Payment Certificate, Work Order and Final bill value certificate from employer for the Bid Capacity calculated year should be uploaded for verification. (Name of the company)

Non-disclosure of any information in the Schedule will result in disqualification of the firm.

Signature, name and designation Signature of authorised signatory of the of Authorised Signatory Statutory Auditors firm

Name of the Statutory Auditor's firm: Seal of the audit firm: For and on behalf of (Signature, name and designation and

NIT 05 (2nd Call) OF 2019-20Page 21 T o calculate the value of "B" A FFIDAVIT – “X”

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

Work In Progress Work Order Issued But Not Started

Sl. Name of the Work with Tendered % of Work Sl. Name of the Work with Tendered Amount No. Work Order No. Amount Executed No. Work Order No.

_ Signed by an authorized officer of the firm

_

Title of the Officer

_

Name of the Firm with Seal

Date

NIT 05 (2nd Call) OF 2019-20Page 22 A FFIDAVIT – “Y”

(To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized) 1. I, the under-signed do certify that all the statements made in the attached documents are true and correct. In case of any information submitted is 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 its constituent partners have failed to executed more than one works contract under Gorkhaland Territorial Administration and that neither our firm M/S_ nor any of its constituent partners was terminated by any sub-rule under clause 3 of Tender Form no. 2911 and that neither our firm M/s_ nor any of its constituent partners was terminated under any clause of Standard Bidding Documents by the Engineer-in-Charge/ Employer during last 3(three) years.

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 vide NIT no. _ of 2019-2020, Sl. no. _ in the capacity of individual/ as a partner of a firm & I have not applied severally for the same job and also not applied more than two works anywhere per set of required machineries.

6. The undersigned also hereby certifies that the Bid shall remain valid for a period not less than 120 (One Hundred twenty) days, after the dead line date for Bid submission.

7. I / we do hereby certify that I shall bring all requisite technical personnel and /or plants/ testing machineries / equipments for all the items of works as per relevant IRC / IS codes of practice and as per BOQ and as per direction of the Engineer-In-Charge at the time of execution of work at site even if upon technical evaluation I am declared as “qualified” without having all the requisite technical personnel and /or plants/ testing machineries / equipments at the time of submission of tender.

Date_

Signature, name and designation of Authorised Signatory

For and on behalf of

…………………………………………………… (Name of the Applicant)

NIT 05 (2nd Call) OF 2019-20Page 23 D ECLARATION

(To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized) 1. I, the undersigned, declare that all the statements made in the attached documents in respect of mode of ownership of machineries are true and correct.

2. Certified that required specified machineries for the works under this NIeT no : of 2019-20 (Serial no ) will be installed at the working site within 20 days (maximum) from the date of LOA / work Order.

3. The undersigned also hereby certify that neither our firm______nor any constituents had been debarred to participate in tender by Gorkhaland Territorial Administration during last 5 (five) years prior to the date of this NIeT.

4. The undersigned understands and agrees 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 and that I have not applied severally for the same job.

6. Certified that I have access to or have available liquid assets (aggregate of working capital, cash- in- hand, uncommitted Bank Guarantees) and / or credit facilities not less than 10% of the estimated cost put to tender. In this respect, I have attached necessary documents with this application.

7. I, the undersigned do certify that all the statements made in the attached documents are true and correct. If any decleration submitted is found/ ascertain to be incorrect/ fabricated/ misrepresented/ fraudulent etc, accordingly tender will be liable to be cancelled/ terminated immediately & i/ my firm/ company shall also be liable to be prosecuted under section 197, 199, 200 of Indian Penal Code, 1860 along with section-71 & section 73 of Indian Information & Technology Act 2008 & any other applicable law for the time being in force in addition to forfeiture of Earnest Money/ Security Deposit.

Signed by an authorised officer of the firm

Title of the officer

Name of the firm with seal

Date__

NIT 05 (2nd Call) OF 2019-20Page 24 SECTION - B

FORM- III S TRUCTURE AND ORGANISATION

Name of applicant :

Office Address :

Telephone No. :

Fax No. :

E mail I.D. :

Name and address of Bankers :

Attach an organization chart showing the structure of the company with names of Key personnel and technical staff with Bio-data. :

Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation,

Date_

Signature, name and designation of Authorised Signatory

For and on behalf of

……………………………………………. (Name of the Applicant)

NIT 05 (2nd Call) OF 2019-20Page 25 SECTION –B

FORM – IV

C. DEPLOYMENT OF ROAD / BRIDGE MACHINERIES:-

Name of Plant Motor Possession Date of Present Location of /Machine/ Make Type Capacity / Engine Machine Status release if Installation Equipment No. No. Engaged Idle Engaged 1 2 3 4 5 6 7 8 9 10

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 is to be furnished.

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

NIT 05 (2nd Call) OF 2019-20Page 26 SECTION – B FORM – IV (contd...) CONTRACTOR’S EQUIPMENT: MINIMUM PLANT AND EQUIPMENT TO BE DEPLOYED BY THE CONTRACTOR Whereas it is entirely the responsibility of the Contractor to deploy sufficient plant and mechanical equipment to ensure compliance with his obligations under the Contract, the following list is an indicative list of the minimum essential basic holding of plant and mechanical equipment which the Contractor must assuredly own. LIST OF MACHINERIES TO BE DEPLOYED BY THE CONTRACTOR: Sl. No. TYPE OF PLANT/MACHINARIES/ Minimum No. & capacity For NIeT. EQUIPMENT Scheme Sl. No. No(s). Capacity

1. Tipper Truck 1 At least 10 ton 1 to 12

2. Excavator / JCB 1 Adequate capacity 2,5,6,7,9,11. 3. Mini Hot Mix Plant Of adequate 1 capacity 5,6,7,9&11 4. Vibratory Tandom Road Roller. As per the requirement at site. 80-100 KN 5,6,7,9&11 5. Full Charged Concrete Mixer Machine Of adequate 1 capacity 1 to 12 6. Bitumen sprayer with self heating Of adequate arrangement etc. 1 capacity 5,6,7,9&11 All other machineries (like Niddle Vibrator, Pulley chain, Slump Cone, Generator, Compressive strength of concrete etc. should be available for smooth and efficient execution of road and building works)

Note: Plant Machineries and equipments should be owned or arranged through lease hold agreements by the bidders.

i. Conclusive proof of ownership (Tax invoice, way bill, delivery challan) for each plant and machinery in working condition shall have to be submitted. ii. In case of Batch type Mixing Plant, conclusive proof of advance receipt from the manufacturer shall be produced and in case of 25% payment against the total cost of the plant/machineries have to be made by the bidders. iii. If the machineries have been engaged in other works then name of client along with his contract number and Email address shall be furnished in the declaration by the intended tender and the present location (working place) shall also be given with tentative date of release of plant & machineries. iv. In the connection self declaration (proforma enclosed) shall also have to be submitted along with the tender and it shall be declared that statement of fact related to the mode of ownership of machineries are true and it also to be clearly stated that required specified machineries shall be installed at the working site within 45 days from the date of work order if the machineries are required in the very initial stage of the work , otherwise machineries shall be installed at the working site well ahead of the actual requirement as per agency’s submitted work programme. v. If tender inviting authority has any doubt in respect of authenticity of uploaded documents in respect of Prime Machineries , he can personally or his any authorized representative may inspect the machineries after informing the bidder . vi. The bidder shall arrange facilities for different types of day to day testing as per MoRTH , IRC & IS guideline at the working site at his own cost relate to his work. Sd/-

Executive Engineer, Bijanbari Engineering Divison, Darjeeling Division.

NIT 05 (2nd Call) OF 2019-20Page 27 SECTION – B

FORM – V E XPERIENCE PROFILE

Name of the Firm:

D.1 LIST OF PROJECTS COMPLETED THAT ARE SIMILAR IN NATURE TO THE WORK APPLIED FOR EXECUTED DURING THE LAST FIVE YEARS HAVING VALUE MORE THAN 40% OF THE TENDERED COST:

Name of Name, Consulting Contrat Percentage of Original Original Actual Actual Date Reasons for Name of Employer Location & Engineer price in Participation Date of Date of Date of of delay in nature of responsible Indian of company start of completio starting completion completion work for Rs. work n of work the work of (if any) supervision work

Note: a) Certificate from the Employers to be attached

b) Non-disclosure of any information in the Schedule will result in disqualification of the firm.

Date _

Signature, name and designation of Authorised Signatory

For and on behalf of

……………………………………………. (Name of the Applicant)

NIeT 05 OF 2019-20Page 28 SECTION – C

S pecial terms and conditions

General : Unless otherwise stipulated all the works are to be done as per general conditions and general specifications as mentioned either in—

(i) ‘Departmental Schedule’, which means the Bijanbari Engineering Division, Schedule of Rates including up-to-date addenda and corrigenda, if any.

Definition of Engineer-in-Charge and commencement of work : The word “Engineer-in-Charge” means the Executive Engineer, BED of the concerned Division. The word “Department” appearing anywhere in the tender documents means Bijanbari Engineering Division, Darjeeling Division, who have jurisdiction, administrative or executive, over part of whole of the works forming the subject matter of the tender or contract. The word “approved” appearing anywhere in the documents means approved by the Engineer-in- Charge. In case, the work is transferred to any other Division, the Executive Engineer under whom the work will be executed should be treated as the Engineer-in-Charge. The work shall have to be taken up within seven days of the receipt of the work order or otherwise mentioned therein. Failure to do so will constitute a violation of the contract stipulation as regards of proportionate progress and timely completion of work and the contractor will thereby make himself liable to pay compensation or other penal action as per stipulation of the printed tender form.

Terms & Conditions in extended period : When an extension of time for completion of work is granted by the Engineer-in-Charge against proper reasoning’s, it will be taken for granted by the working contractor that the validity of the contract is extended automatically up to the extended period with all terms and conditions rates etc. remaining unaltered, i.e. the tender is revalidated up to the extended period. [Except in case of adjustment of price for increase or decrease of basic materials which is guided by relevant G.O. s stated in Cl. No. 9 of NIT]

Co-operation with other agencies and damages and safety of road users: All works are to be carried out in close co-operation with the Department and other contract or contracts that may be working in the area of work. The work should also be carried out with due regard to the convenience of the road users and occupants of the adjacent locality, if any. All arrangements and programme of work must be adjusted accordingly. All precautions must be taken to guard against chances of injury or accidents to workers, road users, occupants of the adjacent locality etc. The contractor must see that all damages to any property which, in the opinion of the Engineer-in- Charge are due to the negligence of the contractor are promptly rectified by the contractor at his own cost and expenses and according to the direction and satisfaction of the Engineer-in-Charge.

Transportation arrangement : The contractor shall arrange for all means of transport including railways wagons required for carriage and supply of materials and also the materials required for the construction work. The Department may however, at their own discretion grant necessary certificates, if required, for booking of railways wagons etc. But, in case of failure of the department to help the contractor in this respect, the contractor will have arrange at his own initiative so that progress of work will not hamper and no claim whatever on this ground will be entertained under any circumstances. If railways facilities are not available, the contractor will have to depend on transport of materials by road as necessary to complete the work without claiming any extra payment from department in this regard. The contractor must consider his aspect while quoting rate.

.6 Contractor’s Site Office : The contractor shall have an office adjacent to the work as may be approved by the Engineer-in-Charge where all directions and notice of any kind whatsoever, which the Engineer-in-Charge or his representative may desire to give to the contractor in connection with the contract, may be left or sent by post to such office or delivered to the contractor’s authorised agent or representative. For such intimation to the contractor’s site office, it shall be deemed to the sufficient enough to be served upon the contractor.

Incidental and other charges: The cost of all materials, hire charges to Tools and plants, labour, Corporation/Municipal Fees for water supply, Royalty or road materials (if any), electricity and other charges of Municipalities or statutory local bodies, ferry charges, Toll charges, loading and unloading charges, handling chargers, overhead charges etc. will be deemed to have been covered by the

NIeT 05 OF 2019-20Page 1 rates quoted by the contractor inclusive of also Sales Tax (Central and/or State), Income Tax, Octroi Duty/Terminal Tax, Turnover Tax, G.S.T. etc. All other charges for the execution of the specified work, including supply of materials and related carriage, complete or finished in all respect shall be up to the entire satisfaction of the Engineer-in-charge of the work. No claim extra claim in this regard beyond the specified rate as per work schedule whatsoever in this respect will be entertained.

Authorized Representative of Contractor :

The contractor shall not assign the agreement or sublet any portion of the work. The contractor, may however, appoint and authorized representative in respect of one or more of the following purpose only.

a) General day to day management of work. b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and sign hand receipts thereof. c) To attend measurements when taken by the Departmental Officers and sign the records of such measurements which will be taken of acceptance by the contractor. The selection of the authorized representatives shall be subject to the prior approval of the Engineer-in-Charge concerned and the contractor shall in writing seek such approval of the Engineer-in-Charge giving therein the name of work, Tender No., the Name, Address and the specimen signature of the representative he wants to appoint and the specific purposes as specified here-in-above, which the representative will be authorized for. Even after first approval, the Engineer-in-Charge may issue at any subsequent date, revised directions about such authorized representative and the contractor shall be bound to abide by such directions. The Engineer-in-Charge shall not be bound to assign any reason for his revised directions. Any notice correspondence etc. issued to the authorized representative or left at his address, will be deemed to have been issued to the contractor.

Power of Attorney : The Provision of the power of attorney, if any, must be subject to the approval of the Department. Otherwise the Department shall not be bound to take recognizance of such of attorney.

Extension of time : For cogent reasons over which the contractor will have no control and which will retard the progress, extension of time for the period lost will be granted on receipt of application from the contractor before the expiry date of contract. No claim whatsoever for idle labour, additional establishment, cost of materials and labour and hire charges of tools & plants etc. would be entertained under any circumstances. The contractor should consider the above factor while quoting this rate. Applications for such extension of time should be submitted by the contractor in proper format.

Contractor’s Godown : The contractor must provide suitable godowns for cement and other materials at the site of work. The cement godown is to be sufficient in capacity and it must be water tight with either an elevated floor with proper ventilation arrangement underneath the floor or if solid raised flooring is made, cement is to be stored on bamboo or timber damage to the satisfaction of the Engineer-in-Charge. No separate payment will be made for these godowns or for the store yard. Any cement, which is found at the time of use to have been damaged, shall be rejected and must immediately to remove from the site by the contractor as per directed of the Engineer-in- Charge.

Arrangement of Land: The contractor will arrange land for installation of his Plants and Machineries, his godown, store yard, labour camp etc. at his own cost for the execution of the work. Departmental land, if available and if applied for, may be spared for the purpose on usual charges as fixed by the Engineer-in-charge.

Use of Government Land: Before using any space in Government land for any purpose whatsoever, approval of the Engineer-in-charge will be required. Departmental land, if available and if applied for, may be spared for the purpose on usual charges as fixed by the Engineer-in charge. The contractor shall make his own arrangements for storage of tools, plant, equipments; materials etc. of adequate capacity and shall clear and remove on completion of work and shed, huts etc. which he might have erected in Government land. If after such use, the contractor failed to clear the land, Department will arrange to remove those installation and adequate recovery will be made from the dues of the contractor.

NIeT 05 OF 2019-20Page 2 Work Order Book : The contractor shall within seven days of receipt of the order to take up work, supply at his own cost one Work Order Book to Sub-Divisional Officer/Assistant Engineer Concerned, who is authorized to receive and keep in custody the Work Order Book on behalf of the Engineer-in-Charge. The Work Order Book shall be kept at the site of work under the custody of Sub-Divisional Officer/Assistant Engineer or his authorized representative. The Work Order Book shall have machine numbered pages in triplicates. Directions or instruction from Departmental officers to be issued to the Contractor will be entered (in triplicate) in the Work Order Book (except when such directions or instructions are given by separate letters). The contractor or his authorized representative shall regularly note the entries made in the Work Order Book and also record thereon the action taken or being taken by him complying with the said directions or instruction on any relevant point relating to the work. The contractor or his authorized representative may take away the triplicate page of the Work Order Book for his own record and guidance. Cases of supplementary items or of claims may not be entertained unless supported by entries in the Work Order Book or any written order from the Tender Accepting Authority. The first page of the Work Order Book shall contain the following particulars:

a) Name of the Work

b) Reference to contract number c) Contractual rate in percentage d) Date of opening of the Work Order Book e) Name and address of the Contractor f) Signature of the Contractor g) Name & address of the Authorized representative (if any of the contractor authorized by him) h) Specific purpose for which the contractor’s representatives is authorized to act on behalf of the Contractor. i) Signature of the authorized representative duly attested by the Contractor. j) Signature of the Sub-Divisional Officer/Assistant Engineer concerned. k) Date of actual completion of work. l) Date of recording final measurement. Entries in (k) & (l) above shall be filled in on completion of the work and before the Work Order Book is recorded in the office of the Sub-Divisional Officer/Assistant Engineer.

Clearing Of Materials: Before starting any work, work site, wherever necessary, must be properly dressed after cutting clearing of all varieties of jungles, shrubs, bamboo clusters or any undesirable vegetation from the alignment or site of works. On completion of works all temporary structures or obstructions including some pipes in underground works, if any, must also be removed. All scars of construction should be obliterated and the whole site should be left in a clear and neat manner to the satisfaction of the Engineer-In-Charge. Total length (in case of road project) should be demarcated by proper chainaging with fixing 200m post as per direction of the Engineer-in-Charge on both sides of the alignment and Bench Marking at desired locations as per direction of the Engineer-in-Charge. No separate payment will be made for all these works, the cost thereof being deemed to have been included in the rates of various items of works quoted by the contractor in the schedule of probable items of works.

Sundry Materials : The contractor must erect temporary pillars, master pillars etc. as may be required in suitable places as directed by the Engineer-In-Charge at his own cost before starting and during the work by which the departmental staff will check levels layout different works and fix up alignment and the contractor shall have to maintain and protect the same till completion of the work. All machineries and equipments like Level Machine, Staff, Theodolite etc. and other sundry material like, pegs, strings, nails flakes instruments etc. and also skill labour require for setting out the levels for laying out difference structures and alignment shall also be supplied by the contractor as per direction of Engineer-in-Charge at his own cost without any extra claim towards the department.

Supplementary / Additional items of Works: Notwithstanding the provisions made in the related printed tender form any item of the work which can be legitimately be considered as not stipulated in the specific price schedule of probable items of work but has become necessary as a reasonable contingent item during actual execution of work will have to be done by the Contractor, if so directed by the Engineer-in-Charge and the rates will be fixed with manner as stated below: -

NIeT 05 OF 2019-20Page 31 (a) Rate of supplementary items shall be analyzed to the maximum extent possible from rates of the allied items of work appearing in the P.W. (Roads) Department schedule of rates of probable items of work forming part of tender document Rates for the working area enforce at the time of N.I.T. (b) In Case, extra items do not appear in the above Public Works (Roads) Department Schedule of Rates, such items for the works shall be paid at the rates entered in the Public Works Department Schedule of Rates for the working area enforce at the time of N.I.T. (c) In case, addition items do not appear in the above Public Works (Roads) Department Schedule of Rates, such items for the works shall be paid at the rates entered in the Public Works Department Schedule of Rates for the working area enforce at the time of N.I.T. (d) If the rates of the supplementary items cannot be computed even after applications of clauses stated above, the same shall be determined by analyses from market rates of material, labour and carriage cost prevailing at the time of execution of such items work. Profit and overhead charges (both together) at 10% (Ten percent) will be allowed only; the contractual percentage will not be applicable. Unbalanced market rates shall never be allowed. Contractual percentage shall only be applicable with regard to the portions of the analysis based on clauses (a) &

(b) stated above only. It may be noted that the cases of supplementary items of claim shall not be entertained unless supported by entries in the Work Order Book or any written order from the tender accepting authority.

Covered up works : When one item of work is to be covered up by another item of work the later item should not be done before the formal item has been measured up and has been inspected by the Engineer-in-Charge or the Sub-Divisional Officer/Assistant Engineer, as the authorized representative of the Engineer-in-Charge and order given by him for proceeding with the later item of work. When, however, this is not possible for practical reasons, the Sub-Assistant Engineer, if so authorized by the Sub-Divisional Officer/Assistant Engineer may do this inspection in respect of minor works and issue order regarding the later item.

Approval of Sample :

Samples of all materials to be supplied by the contractor and to be used in the work will have to be approved by the Engineer-in-Charge and checking the quality of such materials will have to be done by the concerned Department or as directed by the Engineer-in-Charge prior to utilization in the work.

Water and energy: The contractor will have to arrange at his own cost, required energy for operation of equipments and machineries, for operating pump set, illuminating work site, office, etc. that may be necessary in difference stages of execution of work. No facility of any sort will be provided for utilization of the departmental sources of energy existing at the site of work. Arrangement for obtaining water for the work should also be made by the contractor at his own cost. All cost for getting energy and / or for any purpose whatsoever will have to be borne by the contractor for which no claim will be entertained.

All materials, tools and plants and all labour (skilled and unskilled) including their housing, water supply, sanitation, light, procurement of food for contractors staff & crews, medical aids etc. are to be arranged for by the contractor at his own cost. The cost for transportation of labour, materials and all other incidental items as required for work shall also have to be borne by the Contractor without any extra claim from the department.

Road opened to traffic: It should be clearly understood that the contractor will be responsible to keep the road open to all kinds of traffic during execution of the work. The work should be so arranged and the programme of work must be so adjusted as not to disturb the smooth flow of road traffic in any way. If necessary, diversion road should be provided and maintained by the contractor at his own cost for the entire period of work, if not separately provided in the tender. The Contractor should take all necessary precautions including guarding, lighting and barricading as necessary, to guard against the chances of injury or accident to the road user and traffic and ferry users during execution of the work for which nothing extra will be paid except otherwise mentioned in the specific price schedule. The contractor will also have to indemnify the Department against consequences of any such injury or accident, if so happens and which, as per opinion of the Engineer-in-Charge is due to contractor’s fault.

Suitable road sign, as and where necessary, should be provided by the contractor at his own cost as per direction of the Engineer-in-charge and will also be maintained till the completion of the work. Road barriers, with red light at night, are to

NIeT 05 OF 2019-20Page 32 be placed where the existing surface is disturbed with proper road signs. All these should be done at the cost of the contractor without any extra claim towards the department.

Drawings : All works shall be carried out in conformity with the drawings supplied by this Department. The Contractor shall have to carry out all the works according to the departmental General Arrangement Drawing and Detail Working Drawings to be supplied by the Department from time to time.

Serviceable Materials : The responsibility for stacking the serviceable materials (as per decision of the Engineer-in-Charge) obtained during dismantling of existing structures/roads and handing over the same to the Engineer-in-charge of work of this Department lies with the contractor and nothing will be paid on this account. In case of any loss or damage of serviceable materials prior to handing over the same to this Department, full value will be recover from the contractor’s bill at rates as will be assessed by the Engineer in- charge.

Unserviceable Materials : The Contractor shall remove all unserviceable materials, obtained during execution at place as directed. The contractor shall dressed up and clear the work site after completion of work as per direction of the Engineer-in- Charge. No extra payment will be made on this account.

Contractor’s risk for loss or damage : All risk on account of railway or road carriage or carriage by boat including loss or damage of vehicles, boats, barges, materials or labour, if any, will have to be borne by the contractor without any extra claim towards department.

Idle labour & additional cost : Whatever may be the reason no claim on idle labour, enhancement of labour rate additional establishment cost, cost of Toll and hire and labour charges of tools and plants, railway freight etc. would be entertained under any circumstances.

Charges and fees payable by contractor : a) The contractor shall pay all fees required to be given or paid by any statute or any regulation or by-law of any local or other statutory authority which may be applicable to the works and shall keep the department against all penalties and liabilities of every kinds for breach of such statute regulation or law. b) The Contractor shall save, harmless and indemnify the department from and against all claims, demands, suit and proceedings for or an account of infringement of any patent rights, design, trade mark of name of other protected write in respect of any constructional plant, machine, work, materials, thing or process used for or in connection with works or temporary works or any of them.

Issue of Departmental Tools and Plants : All Tools and Plants required for the work will have to be supplied by the Contractor at his own cost; all cost of fuel and stores for proper running of the Tools and Plants must be borne by the Contractor.

Realization of Departmental claims : Any some of money due and payable to the contractor (including security deposit returnable to him) under this contract may be appropriated by the Government and set off against any claim of Government for the payment of sum of money arising out of this contract or under any other contract made by the contractor with the Government.

Compliance of different Acts : The contractor shall comply with the provisions of the Apprentices Act, 1961, Minimum Wages Act, 1848. Contact Labour (Regulation and Abolition) Act 1970 and the rules and orders issued hereunder from time to time. If he fails to do so, Engineer- in- Charge or Superintending Engineer of the concern Circle of P.W. (Roads) Directorate may at his discretions, take necessary measure over the contract.The Contractor shall also make himself for any pecuniary liabilities arising out on account of any violation of the provision of the said Act(s). The Contractor must obtain necessary certificate and license from the concerned Registering Office under the Contract Labour (Regulation & Abolition) Act, 1970.

The contractor shall be bound to furnish the Engineer-In-Charge all the returns, particulars or date as are called for from time to time in connection with implementation of the provisions of the above Acts and Rules and timely submission of the same, failing which the contractor will be liable for breach of contract and the Engineer-in- Charge may at his discretion take necessary measures over the contract.

NIeT 05 OF 2019-20Page 33 Safety, Security and Protection of the environment : The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein:

(a) Have full regard for the safety of all persons and the Works (so far as the same are not completed or occupied by the department), (b) provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required by the Engineer-in-Charge for the protection of the Works or for the safety and convenience of the public or others, (c) take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation, (d) Ensure that all lights provided by the Contractor shall be screened so as not to interfere with any signal light of the railways or with any traffic or signal lights of any local or other authority. Commencement of work: The work must be taken up within the date as stipulated in the work order and completed in all respects within the period specified in Notice Inviting Tender.

Programme of work : Before actual commencement of work the contractor shall submit a programme of construction of work clearly showing the required materials, men and equipment. The contractor will submit a programme of construction in the pattern of Bar Chart or Critical Path Method and a time table divided into four equal periods of progress of work to complete the work within the specific period for approval of the Engineer-In-Charge who reserves the right to make addition, alterations and substitutions to such programme in consultation with the contractor and such approved programme shall be adhered to by the contractor unless the same is subsequently found impracticable in part or full in the opinion of the Engineer-In-Charge and is modified by him. The contractor must pray in writing, showing sufficient reasons therein for modification of programme. The conditions laid down in clause 2 of the printed tender form regarding the division of total period and progress to work and the time table there for as provided in the said clause shall be deemed to have been sufficiently complied with the actual progress of work and does not fall short of the progress laid down in the approved time table for one fourth, half and three fourth of time allowed for the work.

Setting out of the work : The contractor shall be responsible for the true and perfect setting out of the work and for the correctness of the position, levels, dimensions and alignments of all parts of work, if any rectification or adjustment becomes necessary the contractor shall have to do the same at his own cost according to the direction of the Engineer-in- Charge. During progress of works, if any, error appears or arises in respect of position, level, dimensions or alignment of any part of the work contractor shall at his own cost rectify such defects to the satisfaction of the Engineer-in-Charge. Any setting out that may be done or checked by either of them shall not in any way relieve the contractor from their responsibility for correctness and rectification thereof.

Precautions during works : The contractor shall carefully execute the work without disturbing or damaging underground or overhead service utilities viz. Electricity, Telephones, Gas, Water pipes, Sewers etc. In case disturbances of service utilities is found unavoidable the matter should immediately be brought to the notice of the Engineer-in-Charge and necessary precautionary measures as would be directed by the Engineer-in-Charge shall be carried out at the cost and expenses of the contractor. If the service utilities are damaged or disturbed in any way by the contractor during execution of the work, the cost of rectification or restoration of damages as would be fixed by the Engineer in- Charge concerned will be recovered from the contractor.

Testing of qualities of materials & workmanship : All materials and workmanship shall be in accordance with the specifications laid down in the contract and also as per M.O.R.T. & H’s specification for Road and Bridge Works (Latest Revision) and relevant IS codes and the Engineer-In- Charge reserves the right to test, examine and measure the materials/workmanship direct at the place of manufacture, fabrication or at the site of works or any suitable place. The contractor shall provide such assistance, instrument, machine, labour and materials as the Engineer-in-Charge may require for examining, measuring and testing the works and quality, weight or quantity of materials used and shall supply samples for testing as may be selected and required by the Engineer- in-Charge without any extra cost. Besides this, he will carry out tests from outside Laboratory as per instruction of Engineer-in-Charge. The cost of all such tests shall be borne by the agency nd that must be considered during quoting rate.

NIeT 05 OF 2019-20Page 34 Timely completion of work : All the supply and the work must have to be completed in all respects within the time specified in Notice Inviting Tender from the date of commencement as mentioned in work order. Time for completion as specified in the tender shall be deemed to be the essence of the contract.

Procurement of materials : All materials required to complete execution of the work shall be supplied by the contractor after procurement from authorized and approved source.

Rejection of materials : All materials brought to the site must be approved by the Engineer-In-Charge. Rejected materials must be removed by the Contractor from the site within 24 hours of the issue of order to that effect. In case of noncompliance of such order, the Engineer-In-Charge shall have the authority to cause such removal at the cost and expense of the contractor and the contractor shall not be entitled to claim for any loss or damage of that account.

Implied elements of work in items : Except of such items as are included in the Specific Priced Schedule of probable items and approximate quantities no separate charges shall be paid for traffic control measures, shoring, shuttering, dewatering, curing etc. and the rates of respective items or works are to be deemed as inclusive of the same.

Damaged cement : Any cement lying at contractor’s custody which is found at the time of use to have been damaged shall be rejected and must immediately be removed from the site by the contractor or disposed of as directed by Engineer-in-Charge at the costs and expenses of the contractor.

Issue of Departmental Materials : Issuance of Departmental materials will be as mentioned in the NIT.

Force Closure : In case of force closure or abandonment of the works by the Department the contractor will be eligible to be paid for the finished work and reimbursement of expenses actually incurred but not for any losses.

Tender Rate : The contractor should note that the tender is strictly based on the rates quoted by the Contractor on the priced schedule of probable item of work. The quantities for various other items of works as shown in the priced schedule of probable items of works are based on the drawing and design prepared by the Department. If variations become necessary due to design consideration and as per actual site conditions, those have to be done by the contractor at the time of execution at the rate prescribed in the tender condition. No conditional rate will be allowed in any case.

Delay due to modification of drawing and design : The contractor shall not be entitled for any compensation for any loss due to delays arising out of modification of the work and due to non-delivery of the possession of site, if any.

Additional Conditions : A few additional conditions under special terms and conditions :

Rate quoted shall be inclusive of clearing site including removal of surplus (both serviceable & unserviceable) earth, rubbish, materials etc. as per direction of the Engineer-in-Charge. Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax Octroi and all other duties, if any. Display board (Informatory) of size 150cm X 90cm is to be provided at starting and end chainage of the work-site with aluminum plate hoisted on steel tubular pipe/ angle post to a height of 1.5 Metre at the cost of the contractor including fitting, fixing, painting, lettering etc. complete as per direction of Engineerin-Charge. C.46.4.The Contractor is to display caution board maintaining I.R.C. norms at his own cost as per direction of Engineer-in-Charge.

NIeT 05 OF 2019-20Page 35 Deep excavation of trenches and left out for days shall be avoided. Labour welfare Cess will be deducted @ 1(one) % of gross bill value as per rule. The whole work will have to be executed as per Departmental drawings available in this connection at the tender rate. Income Tax Will be deducted from each bill of the contractor as per applicable rate and rules in force. In accordance with the West Bengal Taxation Laws (amendment) Ordinance, 1993 amending the West Bengal Finance (Sales Tax) Act, 1994 necessary GST will be deducted as per rate in force from the bill in addition to other deduction as per extent rules. Payment of Bills : As mentioned in clause 4 of NIT.

Refund of Security Deposit : As mentioned in Cl. No. 16 of the Instruction to Bidders.

Arbitration: As mentioned in Cl. 8 of the Instruction to Bidders.

C . 50 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. 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 /delusive complain about any bidder, lodging false /delusive 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 or 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. and 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

NIeT 05 OF 2019-20Page 36 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.

C . 51 Category & Penalty of Offence : A ) Sl No ‘a’ to ‘p’ under D 51 , will be considered as 1st Degree of offence.

For committing 1st Degree of offence , the bidder will be disqualified from participating in any procurement process under the Gorkhaland Territorial Administration upto 2 (two) years.

A) 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 .

For committing 2nd Degree of offence , the bidder will be disqualified from participating in any procurement process under the Gorkhaland Territorial Administration upto 3 (three) years.

Sd/-

Executive Engineer, Bijanbari Engineering Divison, Darjeeling Division.

NIeT 05 OF 2019-20Page 37 SECTION – D

S pecial Specification for Road Works

Name of Work : As per Detailed NIT

Site Condition : The contractor before tendering must visit the site and satisfy himself as to the extent of the proposed construction difficulties and problems, if any, to start, to continue and complete the work within the time as stipulated in this tender without dislocation of normal traffics during day as well as to night. No interruption in works due to any site condition shall be engaged as to complete the work in time. The execution of the work should however be planned and phased so that there are no undue hazards to the movement of normal traffic over the road. No additional payment will be entertained on this account. Difficulties and inconveniences in transporting materials over the bad roads, Kutcha roads, incomplete roads and over the weak and damaged culverts should be taken into consideration by the Contractor. The materials for the work may be required to carry over kutcha roads. These approach roads should be maintained by the Contractor at his own cost. Difficulties in collection of different materials in lot, over the road flank due to insufficient space if there be, should be noted by the bidder. No rate or time will be allowed on these accounts as stated. The bidder should quote his rate taking into consideration regarding security of the materials. Nothing would be entertained under any circumstances beyond the respective tendered provisions.

Preliminaries : During execution of the work contractor will remain responsible for providing reasonable facilities to traffic on the road and also lighting and guarding of the road during night for its safety while the work is in progress and no extra rate will be paid on this account before taking up the work. Approximately half of the road width including one flank shall be kept clear to the traffic from all obstruction and the surface shall be properly cleaned and leveled as far as possible. Sign Boards / Direction Boards are to be erected at required points of specified size indicating in red letters on a white back ground as per direction of the Engineer-in- charge. Cost of which should be born by he agency. Road barriers shall be placed wherever the existing road surface disturbed with proper' road signs. During night, these should be provided with the light, Night Guard e.g. 'Chowkidar' for watching the barrier etc. shall also be maintained by the Contractor to give due warning to road users specially at night.

“Specification for Road & Bridge Works” by MORTH : [ALL ITEMS OF SOQ SHOULD BE EXECUTED AS PER SPECIFICATION PROVIDED IN "SPECIFICATIONS FOR ROAD & BRIDGES WORKS M.O.R.T&H (LATEST REVISION)" AND "STANDARD DATA BOOK (ROAD & BRIDGE)"]. The work specification as laid down in “specification’s for Road & Bridge Works” by MORTH (latest revision) shall be final and binding, in case if any work procedure found unsuitable/ not mentioned/ amended as stated in this Price Bid.

S PECIAL TERMS & CONDITIONS

All materials like Bitumen etc, except cement, steel & all machineries are to be procured and supplied by the Firm at his/ their own cost from approved reputed Firm/Dealer. Authentic evidence for purchase of Bitumen, Bitumen emulsion, Cement and Steel are to be submitted along with Challan and Certificate.

Bitumen to be used in the work shall be VG- 10 & following Laboratory tests are required to be taken up at Site Camp with the agency’s own machine.

Field Laboratory consisting of :-

i) Penetration, ii) Viscosity, iii) Ductility, iv) Impact value, v) Seive Analysis, vi) Flakiness, vii) Sp. Gravity viii) Water Absorption etc. Programme of works acceptable to the Department should be submitted before physical commencement of work and every effort should be made to adhere strictly to this approved work programme.

NIeT 05 OF 2019-20Page 38 If any ancillary work/works of temporary nature is required to be undertaken during execution of work for maintaining flow of normal traffic, the same will be done by the agency at his own cost.

The Contractor shall be responsible for satisfactory maintenance of the road at appropriate service level to the satisfaction of the Engineer-in-charge for a period of 3(three) years from the date of completion of the work. A retention towards security amounting to 10(ten) percent of the billed amount shall be made by Executive Engineer so as to reach a total security deposit equal to 10(ten) percent of the total value of the work executed. The security deposit relating to the work shall be refunded after the expiry of satisfactory defect liability period.

In case of failure to attend the same in time, the E.I.C. with due notice to the Agency, may get the work done by any other way at the risk and cost of the agency, which will be recovered from security deposit.

Periodical quality test of material supplied by the agency and final products are to be made as per IRC/ MORT&H guide lines at contractor’s cost in his own modern equipped field Laboratory with qualified Engineers and Technicians. The Engineer-in-charge shall have the liberty to taste any material at recognized laboratory. The agency is liable to maintain road to mend good pot hols/depression and to keep the road traffic worthy from the date of Work-order till completion for which no additional payment shall be made. In case of roads or in such portion of roads which are open to traffic, replacement of existing culvert, bridge, the construction work must be done in such a way as not to dislocate traffic. Whenever the Engineer-in-charge feels that traffic cannot run during construction over the existing road, necessary diversion road has to be made by the contractor and maintained for all kinds of traffic.

During construction works on roads open to traffic, suitable barriers with security arrangements are to be kept to segregate the area of work. Red lights are to be provided at such barriers at night during poor visibility. Night chowkidars are also to be maintained. All this aspects will be considered to be included in the rates quoted by firm for construction works.

The contractor shall have to arrange land for installation of Hot Mix Plant and allied machineries etc. at his own cost and risk.

P RECAUTIONS FOR SAFE GUARDING THE ENVIRONMENT (i) The contractor shall take all precautions for safeguarding the environment during the course of the construction works. They shall abide by all laws, rules and regulations in force governing pollution and environmental protection that are applicable in the area where the works are situated. (ii) Bituminous Hot Mix Plant with other machineries etc. shall not be located nearby area of habitation. The contractor shall take every precaution to reduce the levels of noise, vibration, dust, emission from their plant and shall be fully responsible for any claims for damages caused to the owner of the property and residence in the vicinity. (iii) The contractor shall not use or generate any material in the works which is hazardous to the health of person, animals or vegetation. Where some substance which can cause injury to the health of workers, the firms shall provide protective clothing or appliances to their workers. (iv) Utility Services of different department and local Municipalities / Panchayat which fall in the proposed scheme will be shifted by the concern utility departments for which the selected contractor will make their programme of works having parity with those departments from time to time in consultation with the department.

(v)All tenderers are hereby cautioned that conditional offers or deviation from the conditions of contract or other requirements stipulated in these tender documents shall be summarily rejected as non-responsive and shall not be considered further in tender evaluation.

(vi) Agency shall not be allowed to sublet any part of the work without prior written consent of Employer / Engineer-in- charge.

Sd/- Executive Engineer, Bijanbari Engineering Division Darjeeling Division.

NIeT 05 OF 2019-20Page 39