NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21

OFFICE OF THE BLOCK DEVELOPMENT OFFICER Ja l a ng i De v e l o p m e n t B l o c k Sahebrampur, . NOTICE INVITING TENDER. NOTICE INVITING PRE-QUALIFICATION - CUM - TENDER (TWO BID SYSTEM) NOTICE INVITING e-TENDER NO: 01/JAL /B.D.O/ MSDP/2020-21

The Block Development Officer, Jalangi Dev. Block, invites online percentage rate tenders (e-Tender) in TWO BID SYSTEM for following work by bona fide, reliable, reputed and resourceful contractors/ agencies having requisite financial capability and sufficient relevant work experience in similar nature of works from Jalangi Panchayat Samity, Jalangi Block, other Panchayat Samities, Higher Panchayat Bodies, Municipality, and other Govt. offices including Block Offices. The details are given below:

Estimated Type of Earnest Cost of Completion Sl. Name of The Scheme Amount put to Work Money Tender Paper Time No Tender Construction of Additional Class Room (ACR) of Kazipara Girl’s Jr. High School at Debipur GP under Jalangi Development Building 1 Rs. 7,05,033.00 Rs.14,500.00 Rs.700.00 45 days Block,Jalangi,Msd, MSDP (2020- Work 2021) Construction of Additional Class Room (ACR) of Kutubpur Jr. High School at Katabari GP under

Jalangi Development Building Work Rs. 7,05,033.00 Rs.14,500.00 Rs.700.00 45 days 2 Block,Jalangi,Msd, MSDP (2020- 2021) Construction of Additional Class Room (ACR) of Raipara Girl’s Jr. High School at Ghoshpara GP

under Jalangi Development Building Rs. 7,05,033.00 Rs.14,500.00 Rs.700.00 45 days 3 Block,Jalangi,Msd, MSDP (2020- Work 2021) Construction of Additional Class Room (ACR) of Tikarberia Kazi Nazrul High School (3nos Unit) 4 at Faridpur GP under Jalangi Building Rs. 21,15,099.00 Rs.42,500.00 Rs.700.00 45 days Development Block,Jalangi,Msd, Work MSDP (2020-2021) Construction of Janaja Ghar of Tikarberia Dakshinpara 5 Gorsthan at Faridpur GP under Jalangi Development Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days Block,Jalangi,Msd, MSDP (2020- Work 2021) Construction of Janaja Ghar of Dakshin Faridpur Dakpara Mahajanpara Kabarsthan at 6 Faridpur GP under Jalangi Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days Development Block,Jalangi,Msd, Work MSDP (2020-2021) Construction of Janaja Ghar of Baromasia Puratan Jame Masjid Gorsthan under Jalangi 7 Development Block,Jalangi,Msd, Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days MSDP (2020-2021) Work NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21 Construction of Janaja Ghar of Dhanirampur Gorsthan(Mouza- Dhanirampur, plot no.-81,91) at 8 Debipur GP under Jalangi Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days Development Block,Jalangi,Msd, Work MSDP (2020-2021) Construction of Janaja Ghar of Dhanirampur Gorsthan (Mouza- Dhanirampur, plot no.- 9 983,984,985,991) at Debipur GP Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days under Jalangi Development Work Block,Jalangi,Msd, MSDP (2020- 2021) Construction of Janaja Ghar of Raipara Gorsthan (Mouza- Muradpur Jalangi, plot no.-445 10 to 448) at Ghoshpara GP under Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days Jalangi Development Work Block,Jalangi,Msd, MSDP (2020- 2021) Construction of Janaja Ghar of Sahebnagar Gorsthan (Mouza- , plot no.- 11 4824,4825,4826,4834,4842,4897 Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days ). at Sahebnagar GP under Work Jalangi Development Block,Jalangi,Msd, MSDP (2020- 2021) Construction of Janaja Ghar of Inatpur (Sadipur) Paschimpara Gorsthan , Length-192.17 12 mtr,Gate-5.4 mtr MSDP 18-19, Building Rs. 8,00,000.00 Rs.16,000.00 Rs.700.00 45 days (Mouza-Borobil Raghunathpur, Work plot no.-6513) at SK Dearh GP under Jalangi Development Block,Jalangi,Msd, MSDP (2020- 2021) NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21

SCHEDULE OF IMPORTANT DATES

PARTICULAR DATE & TIME

Date of Publication of E-NIT 16/06/2020 at 6.00 pm

Document download start Date & Time 16/06/2020 at 6.00 pm

Document download end Date & Time 26/06/2020 at 6.00 pm

Pre-bid Meeting (Date & Time) / /19 at am/pm

Bid submission start Date & Time 16/06/2020 at 6.00 pm

Last date & time of online submission of Technical and Financial Bid. 26/06/2020 at 6.00 pm

Date & Time of opening of Technical Bid 29/06/2020 at 11.00 am

Date & Time of opening of Financial Bid As per information to be updated on the portal http://wbtenders.gov.in

BID DOCUMENT

Intending bidders may download tender documents from e-procurement portal of our website http://wbtenders.gov.in from 16/06/2020 (Tuesday) at 18.00 Hours to 26/06/2020 (Friday) up to 18.00 Hours. Bidders who have registered with National Informatics Centre (NIC) can participate in the tender. Interested bidders shall register with NIC in advance. Document requisition shall be done as per instruction given in the Information to Bidders (ITB).

ENDER REGISTRATION AND BIDDING

The bidders interested to submit the bid Online shall get registered and get a digital signature as per the procedure described below:

 Agencies/Bidders who are interested in participating e-tenders are requested to contact the representatives of NIC for registration, computer setting and clarification on e-tendering.

 Online Tenders can be submitted by logging in the e-Tendering portal of Govt. of i.e. http://wbtenders.gov.in

 ONLINE BID SUBMISSION: The Bidders are required to submit the Technical and Financial Bid documents ONLINE i.e. uploading of the documents complete in all respect by following the Online Bid submission procedure. The technical and financial bid documents duly filled in all respect should be submitted through online mode only on our website http://wbtenders.gov.in up to 18.00 Hours (as per server clock) on 26/06/2020 (Friday).

NOTE 1: Block Development Officer, Jalangi Dev. Block does not take any responsibility for the delay caused due to non-availability of Internet connection or any other unforeseen circumstances.

EARNEST MONEY DEPOSIT

Necessary Earnest money [ 2% of Tender Amount ] and Cost of Tender Papers should be deposited by the bidder electronically: online – through his net-banking account, maintained at any bank or offline – through any bank by generating NEFT/RTGS challan from the e-tendering portal [http://wbtenders.gov.in]. Intending Bidder will get the Beneficiary details from e-tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank as per Beneficiaries Name & Account No., NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21

Amount, Beneficiary Bank name & IFSC Code and e-Proc Ref No. Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan generated from E-Procurement site. Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EWMD. Bidder eligible for exemption of EMD as per Govt. rule may avail the same and necessary document regarding the exemption of EMD must be uploaded in the EMD folder. Payment made otherwise will be rejected.

BID OPENING DETAILS

(a) TECHNICAL BID OPENING - The pre-qualification documents alone will be opened on 29/06/2020 (Monday) at 11.00 hours. by the Block Development Officer, Jalangi Dev. Block.

(b) FINANCIAL BID OPENING - The date of opening of the financial bid document of the technically qualified bidders will be made available on the e-tender portal itself [http://wbtenders.gov.in]. No separate intimation will be given for this. All qualified bidders should check the portal regularly after technical bid evaluation to keep themselves informed in this regard.

TECHNICAL BID EVALUATION

The technical bid will be evaluated by the tender evaluation committee chaired by Block Development Officer, Jalangi Dev. Block. The tender evaluation committee will comprise of such members as decided by the undersigned. Original documents will have to be produced by the bidders as and when asked by the undersigned.

ELIGIBILITY CRITERIA FOR TECHNICAL BID

1) TURNOVER: Average audited Annual Turn Over from the business having ‘similar nature of work’* for the last 3 (Three) consecutive Financial Years should be equal to or more than 60% of the total estimated amount put to tender. The turnover will be indexed at the rate of 8% for a completed year. Bank Solvency Certificate cannot be accepted in support of Turn over claim.

NOTE 2: * Similar Nature of Work

Sl.No. Type of work Treated as a similar type of work

1 Plain Tube well/ Mark –II/ Mark-II with ATU/ Pipe MARK –II / MARK-II With ATU/ Deep line work/ Deep Tube well/ Sajal Dhara/ Plumbing tube well Work

2 Sajal Dhara/ Solar Sajal Dhara Sajal Dhara/ Solar Sajal Dhara or Sajal Dhara+ Solar Work (any kind) / Mark-II with ATU

3 PCC or RCC Road PCC or RCC road/ Building work

4 Building Work Building work/ Culvert

5 Solar Street Light Solar Street Light/ any type of solar work

6 Pitch Road Pitch road / repair of pitch road

7 Boundary Wall Boundary wall/ Building

8 Culvert Culvert/ Building

NOTE 3: Turnover Documents

Audited Balance Sheet shall have to be produced in support of the turn over claim for the last 3 consecutive Financial years. Annual Turnover in contractual business should be authenticated by a Chartered Accountant. NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21

2) CREDENTIAL/EXPERIENCE: Intending bidders should produce credentials of completion of a ‘similar nature of work’* having 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. NOTE 4: Credential Certificate in the form of 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 the Central / State Statute, on the executed value of completed / running work will be taken as credential.

NOTE 5: Credential should be in the name & style of the intending bidder only. NOTE 6: Completion certificate should mention the work order no. & date, Name of the work, work order amount, payment made, completion period & completed satisfactorily or not etc. Payment Certificate is will not be treated as credential. NOTE 7: Credentials documents of Gram Panchayat will be acceptable, ONLY if such certificates authenticated by the Executive Officer/Joint Executive Officer of the Panchayat Samity.

3) NON-STATUTORY DOCUMENTS a. Valid Trade License b. Income Tax return for the latest financial year c. GST Registration certificate d. Professional Tax Return for the latest financial year e. Audited Balance Sheets of last 3 Financial years f. Pan Card photo copy. g. GST return of latest financial year 4) OTHER DOCUMENTS a. Declaration in an affidavit that no litigation is pending against the Firm/company/contractor or not black listed

b. Document to prove ownership / lease hold of plant & machinery as prescribed by the authority in the tender

c. Power of Attorney, if any

d. Labour Cooperative Societies & Unemployed Engineers’ Co-Operative Societies should submit proof of their registration, validity to participate in this tender and EMD exemption if allowed by the State. As per latest G.O. No Exemption will be allowed regarding deposit of Earnest money in case of Engineering-Co-Operative Society Ltd. NOTE 8: If the bidders do not upload these requisite documents in the e-tender portal, they will summarily be rejected during evaluation. If anyone is found to be submitting false or manufactured credentials, then the bidder may be black listed or prevented from participation in any tender process of this office and legal action may be initiated against such tenderer.

NOTE 9: Original documents will be verified only in case of doubt and complaint.

IMPORTANT INSTRUCTIONS

i. Names of the technically qualified bidders as per the bid criteria after verification with original [in case of doubt and complaint] & evaluation will be displayed in the e-portal and this office notice board by the tender evaluation committee.

ii. The financial bid documents of the technically qualified bidders will only be opened.

iii. List of Financial comparison chart of bidders will be published on the next day after opening. NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21

iv. The Block Development Officer, Jalangi Dev. Block reserves the right to reject or cancel any or all pre-qualification documents and bid document without assigning any reason whatsoever.

v. All duties, taxes, royalties, cess, including 1% cess under W.B. Building and other Construction Workers (Regulation of Employments & Condition of Service) Act, 1996], toll, taxes and other levies payable by the Contractor under the Contract to the State / Central Government for any other cause, shall be included in the rates, prices and total Bid price submitted by the bidder.

vi. The intending bidders are requested to inspect the work site before quoting their rates.

vii. A prospective bidder shall be allowed to participate in the work either in the capacity of individual or as a partner of a firm. The partnership firm shall upload the registered partnership deed and the company must furnish the Article of Association and Memorandum.

viii. Receipt copy of deposit (Cost of Tender Paper & Earnest money) Challan should be uploaded with the tender documents. Original challan should be submitted during the financial opening of the tender.

ix. To qualify for a work of contracts made up of this and other contracts for which bids are invited in the Notice Inviting Tender, the bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts.

x. Additional performance security of 10% of the tendered amount shall be obtained from the Successful bidder if bid value is 80% or less of the Estimate put to tender [vide memo no-4608-F(Y), Dated-18th July,2018 of Finance Department of WB]. The Additional performance Security shall be submitted in the from any Bank Draft in favour of the Block Development Officer, Jalangi payable at , Murshidabad, before issuance of Work order. If the Bidder fails to submit the additional Performance Security within seven working days from the date of issuance of Letter of Acceptance, his Earnest Money will be forfeited and other necessary actions as per NIeT like blacklisting of contractor etc. may be taken.

xi. Each Bidder shall submit/upload any Bid in each NIeT. A Bidder who submits/uploads more than one Bid for one NIT will cause the proposals with the Bidder's participation to be disqualified.

INFORMATION TO THE BIDDERS (ITB)

1) Download of Tender Tender to be downloaded only from the e-Tendering portal of Govt. of West Bengal i.e. http://wbtenders.gov.in The tender will be submitted in two bid system i.e. Technical bid & Financial bid only through online mode.

2) Online Bid submission procedure

a) Registration of Contractor: Agencies/Bidders who are interested in participating shall have to get enrolled & registered with the Government e-Procurement system, through logging on to https://etender.wb.nic.in.

b) Digital Signature certificate (DSC): Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) having Signing and Encryption certificate for submission of tenders, from the approved service provider of the National Information’s Centre (NIC) on payment of requisite amount or any service provide as may be allowed by the Finance Department, Govt. of West Bengal.

c) Tender Download: The contractor can search & download NIT & Tender Documents electronically from computer once he logs in to the e-Tendering portal http://wbtenders.gov.in using the Digital Signature Certificate. This is the only mode of collection of Tender Documents.

NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21

d) Submission of Tenders: Tenders are to be submitted through online to the stipulated website in two folders at a time, one in Technical Bid & the other in Financial Bid before the prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be uploaded duly digitally signed. The documents will get encrypted (transformed into non readable formats).

e) Submission of Earnest Money Deposit: The earnest money deposit has to be made and submitted following the clauses as mentioned in the bid document.

3) Technical Bid: The Technical proposal should contain scanned copies of the following (all in PDF file) in 2 (two) covers (folders), i. Cover A-1 >Statutory Cover file Containing NIT (Properly upload the same Digitally Signed). ii. Cover A-2 >Non- Statutory Cover (Mandatory Documents) All the documents as given under TECHNICAL BID NOTE: Failure of submission of any of the above-mentioned documents (as applicable) i.e. statutory and non- statutory documents will render the tender liable to be rejected.

4) Financial Bid:

a) The financial proposal should contain the following documents in one cover (folder):

b) The contractor shall quote the percentage rate (Offering percentage Above/Below/At par) through online mode only in the space marked for quoting rate in the Bill of Quantities (BOQ). Only downloaded copies of the above documents, digitally signed by the contractor are to be uploaded (Excel file).

5) Payment:

a) Payment against the bill claim subjected to verification by the competent authority will be made on availability of fund.

b) EMD of the successful bidder shall be adjusted against the bill claim while making payments.

c) The Payment of RA as well as final bill for any work will be made according to the availability of fund and no financial claim in case of any delay in payment will be entertained. No bidder can hamper the progress of work by stating non-payment of bills or non-receipts of payment. The financial capabilities of the bidder are evaluated through his annual turnover and no bidder can cite the non-payment as a reason for delayed completion or slow progress of work. Authority may impose penalty for delay in completion of work.

d) The mode of Payment of the bills are given below:

➢ Upto 5 lakhs of Estimated amount: No RA bill will be entertained. ➢ Upto 10 lakhs but not less than 5 lakhs: Only one RA bill will be entertained. ➢ Upto 50 lakhs but not less than 10 lakhs of Estimated amount: Maximum three bills including final bill. ➢ More than 50 lakhs of Estimated amount: Maximum four bills including final bill. ➢ Moreover, payment may be made after complete of each stage, in case of road: GSB, Pothole, in case of building: Foundation of plinth level, lintel, in case of Culvert/bridge: Foundation up to GL, GL to slab, then rod casting.

e) Security Deposit money will be returned after six months in case of culverts, Building works and Electrical works, six months in case of Earth work, twelve months in case of Bituminous work/metal work, Six months in the case of a road work for other than Bituminous work if no defect is detected in the meantime.

NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21 f) 1% Cess under W.B. Building and other Construction workers (Regulation of Employment & Condition of Service) Welfare Cess Act, 1996 will be deducted from the running bills.

OTHER TERMS & CONDITIONS

1) The credentials submitted by the bidders shall invariably be verified from competent authority through formal/informal ways. If the bidders are found producing manufactured credentials, then appropriate action for black listing/ prohibition of participation/ criminal proceeding shall be initiated by the bid inviting authority.

2) Sub-contracting by the successful bidder will not be allowed. Tender Committee shall take appropriate action against the willful defaulter.

3) The Block Development Officer, Jalangi Dev. Block, reserves the right to terminate the contract by giving one- month notice to the agency in case of any deviation from the norms or any non-compliance.

4) The entire work shall be completed within the time frame given in the work order. Any deviation in work completion period will invite penalty of 1-5% on the value of pending work. The BDO Jalangi is empowered to impose such penalty by obtaining a report from engineers.

5) Time extension on completion of work shall not be given in ordinary circumstances. BDO Jalangi is empowered to decide on time extension only after making proper assessment through a team of officials in an extraordinary circumstance like land dispute, natural calamity or similar situation.

6) BDO Jalangi shall moot a proposal for Black listing or prohibition of any contractors’ participation in tenders of BDO Office, Jalangi and Jalangi Panchayat Samity for a period of one year for blatant violation of tender norms or for vitiating tender process.

7) Withdrawal of bid: None of the bidder shall be allowed to withdraw the bid once submitted. If any bidder attempts to withdraw bid at any stage of the bidding process or decides to withdraw after issuance of work order, then the EMD shall be forfeited and process shall be initiated for either black listing the bidder or prohibiting participation in any tenders of BDO Office, Jalangi and Jalangi Panchayat Samity for a period of one year.

8) Negotiation with L2 bidder is prohibited.

9) Cancellation of any tender due to unavoidable circumstance will lead to a fresh tender which will be treated as 1st call only.

10) Even though the bidders meet the above qualifying criteria and their bids are accepted and work order issued, they are subject to be disqualified and legal action may be taken if at any stage, it is found that they have

a) Made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements; and / or record of submission of any false / fake document(s).

b) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.

c) Participated in the previous bidding for the same work and had quoted unreasonably high or low bid prices and could not furnish rational justification for it to the Employer

11) Before the deadline for submission of bids, the Undersigned may modify the bidding documents by issuing addenda.

NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21 12) The bidder should have active Email ID and Ph No and submitted with tender document.

13) The contractor should have at least one Technical person (minimum qualification - Diploma in Electrical/Civil Engineering), Necessary tools and plants, to complete the work contracted. All documents in this regards should be uploaded in the e-tender portal.

14) The undersigned reserves the right to alter the terms & condition of this notice at any time in the interest of public service.

15) Any above rate of the schedule rate of work will not be ordinarily entertained.

16) Work order amount may differ from tender amount as per allotment of fund.

17) Any kind of clerical mistake in this tender should be ignored.

18) All rules & regulations in vogue regarding call of tender/ quotation governed by the Finance Department, Govt. of W.B.

19) The work order of the above said Tender will be given to the successful bidder after receiving of allotment of fund from the respective department.

20) Payment will be made as per allotment wise receiving of fund.

21) Drawing and Estimate may be change after receiving the work order as per site condition.

Bidder(s) who is/are not able to upload current IT Return, current P. Tax Challan, Trade License, Electrical License [only for electrical work], GST Registration Certificate and EPF [applicable where the Tender amount is more than Rs. 50.00 lakhs] during tender submission, must submit the above documents with original to the under signed within 15 days from the date of opening of Financial Bid failing of which will lead to rejection of such bid.

Block Development Officer, Jalangi Dev. Block

Memo No: 1363/1(43)/JAL/BDO Dated: 15/06/2020

Copy of NIeT NO. 01/JAL /B.D.O/ MSDP/2020-21 forwarded for information to the:- 1) The District Magistrate, Murshidabad 2) The Secretary; Murshidabad Zilla Parishad. 3) - 7) The Sub Divisional Officer (All), Murshidabad. 8) The District Information & Cultural Officer, Berahampur, Murshidabad 9) – 33) The Block Dev Officer / Exceutive Officer (All) 34) The Hon’ble MLA, Sri Abdur Rajjak 76-Jalangi AC 35) The Sabhapati Jalangi Panchayat Samity , Jalangi, Murshidabad 36) The Karmadhakshya, Purta Karya-O-Paribahan Sthayee Samity, Jalangi Panchayat Samity. 37) The Karmadhakshya, Siksha ,Sanskriti, Tathya –O- Krira Stayee Samity, Jalangi Panchayat Samity. 38) The Karmadhakshya, Janaswastha, Jalangi, Panchayat Samity 39) The B.L. & L.R.O. Jalangi, Murshidabad 40) The Officer-In-Charge, Jalangi Police Station. 41) Accounts Section of this office. 42) The JE(BPC/RWS/WRDD) Jalangi Dev. Block 43) This Office Notice board.

Block Development Officer, Jalangi Dev. Block