Govt. of West Bengal
Office of the Executive Engineer Burdwan North Highway Division
P.W.(Roads) Directt.
Aftab Club Court Compound (1st Floor) , P.O. & Dist.-Purba Burdwan, Pin713101
- Memo No.79
- Dated:21-01-2021
NOTICE INVITING ELECTRONIC TENDER No.22/e-tender OF 2020-2021 OF THE EXECUTIVE ENGINEER, BURDWAN NORTH HIGHWAY DIVISION, P.W.(ROADS) DIRECTORATE The Executive Engineer, Burdwan North Highway Division, Public Works (Roads) Directorate, invites e-Tender for the work detailed in the table below.(Submission of Bid through online).
1. List of schemes:-
Sl. No
- Name of the work
- Estimated
Amount
(Rs)
Earnest Money
(Rs)
Price of Technical
& Financial
Period of Completio n
Eligibility of Contractor
Bid Documents,
2911(ii) and others Annexure
Rs.
Mtc. and Repair of Karajgram Bankapasi Road (MDR) from 3.00kmp to 5.00kmp. ( in stretches) under Katwa Highway Sub-Division of Burdwan North Highway Division in the dist of Purba Bardhaman during the year 2020_21
1000.00 (per set) (Only will be applicable successful for 45(forty five )
As per clause no. 3 i) of this NIT.
1
961674.00 19233.00 bidder at the time of formal tender) days.
Mtc. and repair of Burdwan Katwa Road to Sunur from ch. 0.00kmp. to 2.00kmp. and Amarun Rly station to Amarun village with a link to Arrah from ch. 0.00kmp. to 2.00kmp. under Bhatar Highway Sub-Division No.-II of Burdwan North Highway Division in the dist of Purba Bardhaman during the year 2020_21
1000.00 (per set) (Only will be applicable successful for 45(forty five )
As per clause no. 3 i) of this NIT.
2
977167.00 19543.00 bidder at the time of formal tender) days.
1000.00 (per set) (Only will be
Re-Construction of 1no. 1.5m span RCC slab culvert at 3.78km. of Guskara Kashemnagar Road under Bhatar Highway Sub-Division No.-I of Burdwan North Highway Division in the dist of Purba Bardhaman applicable successful for
60(sixty )
days.
As per clause no. 3 i) of this NIT.
34
869388.00 17388.00 bidder at the time of formal tender) 1000.00 (per set) (Only will be
Re-Construction of 1no. 1.5m span RCC slab culvert at 3.55km. of Guskara Kashemnagar Road under Bhatar Highway Sub-Division No.-I of Burdwan North Highway Division in the dist of Purba Bardhaman applicable successful for
60(sixty )
days.
As per clause no. 3 i) of this NIT.
869388.00 17388.00 bidder at the time of formal tender)
A Eligibility of Contractor
N.B.- Intending Tenderers shall not have to pay the cost of tender documents for the purpose of participating, but the successful L1 Bidders shall have to pay the cost of tender documents of requisite set during purchase of tender documents for execution of formal agreement (Ref. Notification No.- 199-CRC/2M-10/2012 dated 21.12.2012 of the Secretary, PWD., CRC Branch, & No.- 452-A/PW/0/10c-35/10 dated 25.07.2011 of the Secretary, P.W.D., Accounts Branch, Govt. of W.B.)
- 1.
- In the
- event
- of
di
e
-
F
iling
by the
i
n
te
n
di
n
h
ge
bi
dd
of
e
r
may do
S
w
n
l
o
a
d
the tender document from the
c
website
in
htt
p
:
r
//
e
t
end
on to Bidders”).
er.
w
b
.ni
c.
in
r
e
c
t
l
y
l
p
Di
g
i
t
a
l
i
g
n
a
t
u
re
C
er
- ti
- fi
- at
- e.
(D
et
ail
s
of
wh
i
ch
has been narrated
“
In
st
uc
t
i
2. Methodology for submission of EMD [ as per order no- 3975-F(Y) Dated-28/07/2016 of Finance Dept , Govt of W.B.] For all bidders required to submit the requisite EMD using the online payment mode . Accordingly , the net banking option shall have to be availed with any of the Banks listed in the ICICI Bank payment gateway & the option of RTGS / NEFT through Bank A/C in any Bank have to procure with the payment gateway of ICICI Bank by the e-procurement portal through web services .
Receipt of RTGS must be uploaded along with all tender documents.
The EMD amount paid by the bidder will get credited to the respective pooling A/C maintained by the Focal point Branch of ICICI Bank . Refund / settlement process of EMD [ as per order no- 3975-F(Y) Dated-28/07/2016 of Finance Dept , Govt of W.B.]
.
i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the e-procurement portal of the State Government, the tender inviting authority will declare the portal of bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful bidders, to ICICI Bank by the e-procurement portal through web services.
Page 1 of 26
ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated process, the EMD of the bidders disqualified at the technical evaluation to the respective bidders’ bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of bids is uploaded to the e-procurement portal by the tender inviting authority. iii. Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically qualified bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the respective bidders’ bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is uploaded to the e-procurement portal by the tender inviting authority. However, the l2 bidder should not be rejected till the LOI process successful. iv. If the L1 bidder accepts the LOI and the same is processed electronically in the e-procurement portal, EMD of the L2bidder will be refunded through an automated process, to his bank account from which he made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on Award of Contract (AOC) to the L1 bidder is uploaded to the e-procurement portal by the tender inviting authority. v. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the e- Procurement portala) EMD of the L1 bidder for tenders of State Government offices will automatically get transferred from the pooling account to the State Government deposit head “8443-00-103-001-07” through GRIPS along with the bank particulars of the L1 bidder. b) EMD of the L1 bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/PRIs, etc will automatically get transferred from the pooling account to their respective linked bank accounts along with the bank particulars of the L1 bidder. In both the above cases, such transfer will take place within T+1 Bank working Days where T will mean the date on which the Award of Contract (AOC) is issued. vi. The Bank will share the details of the GRN No. generated on successful entry in GRIPS with the E-Procurement portal for updation. vii. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the bidders will be transferred electronically from the pooling account to the Government revenue receipt head “0070-60-800-013-27” through GRIPS for Government tenders and to the respective linked bank accounts for State PSU/Autonomous Body/Local Body/PRIs, etc tenders. viii. All refunds will be made mandatorily to the Bank A/c from which the payment of EMD & Tender Fees (if any) were initiated
- 3.
- Eligibility criteria for participation in tender:
- i)
- For 1st Call of NIT.
a) Intending tenderers should produce credentials of a similar nature of 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 this tender notice; or, b) Intending tenderers should produce credentials of 2 (two) similar nature of work, each of the minimum value of 30% of the estimated amount put to tender during 5 (five) years prior to the date of issue of the tender notice; or, c) 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 a) 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.
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 require certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the tenderer.
ii)
a)
For Second Call of NIT :-
Intending tenderers should produce credential of a similar nature of 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, b)
c)
Intending tenderers should produce credentials of 2 (two) similar nature of work, each of the minimum value of 25% of the estimated amount put to tender during 5 (five) years prior to the date of issue of the tender notice; or,
Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 75% or more arid 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 require certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the tenderer.
- iii)
- For Third Call of NIT :-
Intending tenderers should produce credential of a similar nature of 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, a)
- b)
- 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 require certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the tenderer.
vide G.O. No.03-A/PW/O/10C-02/14 DT. 12-03-2015 of Principal secretary, P.W.D . Govt. of West Bengal. Credential certificate i.e. work completion certificate should be issued not below the rank of Executive Engineer / Divisional Engineer. [Non Statutory Documents].
N.B. Similar nature of work as per BOQ (Schedule to be enclosed) as per BOQ, Estimated amount, Date of completion of project & detail communicational address of Client, simultaneously e-mail address, Ph-No. & Fax No. of the credential issuing officer must be indicated in the Credential Certificate. Estimated amount of work completed in all respect during last five years which is similar in nature of work as per BOQ in this NIT, will be treated as working credential.
- ii)
- Pan Card, Income Tax (Saral) Acknowledgement receipt for Assessment year 2019-20/current, Professional Tax receipts Challan for the
year 2019-2020/Current or Professional Tax Payment Certificate upto date, valid 15 digit goods & service Registration Certificate (FORM NO. REG-06 ), Trade licence-2019-2020/current to be accompanied with the Technical Bid document [Non Statutory Documents].
- iii)
- Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.- Op. Societies are required to submit as follows
(Non-statutory documents):- a) b)
Valid Registration certificate issued by the Co-operative Deptt. Audit report audited by Co-operative Deptt. for the year 2018-19/current audit report. c) Resolution copy of Annual General meeting for the year 2018-19/current (including delegation of power by rest of society members to the particular society member to use digital signature certificate on behalf of the respective society).
The partnership firm shall furnish the registered partnership deed. [Non Statutory Documents] Registered power of Attorney to be submitted in case of partnership firm for verification of DSC. Any change of BOQ will not be accepted under any circumstances. iv) v) vi)
Page 2 of 26
4. Running payment for work may be made to the 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 50(fifty) lakh or 30% of the tendered amount whichever is less. Provisions in Clause(s) 7, 8, & 9 contained in W.B. Form No. 2911 so far as they relate to quantum and frequencies of payment are to be treated as superseded.
5. All the intending bidders shall quote their contractual rate considering the percentages of GST to be levied by the Govt. from time to time in case of works contract.
6. 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 , charges & cess stated above.
7. No Mobilisation Advance and Secured Advance will be allowed.
8. Agencies shall have to arrange equivalent 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 not less than 120 (One Hundred Twenty) days from the last date of submission of Financial Bid/ Sealed Bid submission.
10. Date & Time Schedule:
For Serial No. 1to 4
- Sl. No
- Particulars
- Date & Time
21-01-2021 at 6.00 P.M. 01-02-2021 at 11.00 A.M
123
Date of uploading of Tender document Document download /sale start date Pre Bid Meeting with the intending tenderers at the office of the Executive Engineer, 01-02-2021 at 12.00 Noon. Burdwan North Highway Division, Aftab Club Court Compound (1st Floor) , P.O. & Dist.-Burdwan, Pin713101 .
456
Bid submission Start Date Bid Submission End Date
01-02-2021 from 02.00P.M. 08-02-2021 upto 03.00 P.M.
Date of opening of Technical proposal at the office of the Executive Engineer, Burdwan 10-02-2021 after 3.30P.M.. North Highway Division, Aftab Club Court Compound (1st Floor) , P.O. & Dist.- Burdwan, Pin713101
- 7
- Date of opening of Financial bid at the office of the Executive Engineer, Burdwan North To be intimated later.
Highway Division, Aftab Club Court Compound (1st Floor) , P.O. & Dist.-Burdwan, Pin713101.
1. There shall be no provision of Arbitration. Hence clause 25 of 2911 is omitted vide notification no. 558/SPW dated. 13.12.2011 of Principal Secretary,
P.W. & P.W. (Roads) Department.
2. Earnest Money: The amount of Earnest Money is 2% (Two percent) of the Estimated amount put to tender . Submission of EMD may be followed as per clause A2 of this NIT.
3. 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.
4. The intending Bidders shall clearly understand that whatever may be the out come of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Executive Engineer , Burdwan North Highway Division , P.W. (Roads) Directorate reserves the right to reject any application for purchasing Bid documents and to accept or reject any offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at the stage of Bidding.
5. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to Bidders’ before bidding 6. Prospective bidders shall have to execute the work in such a manner so that appropriate service level of the road under improvement is to be maintained
during progress of work and a period as mentioned as per notification no. 5784-PW/L&A/2M-175/2017 dt.12/09/2017 of the Principal Secretary,
PWD, Govt. of West Bengal. If any defect/ damage is found during the period as mentioned above the contractor shall make the same good at his own expense to the specification or in default, the Engineer-in-charge may cause the same to be made good by other agency and deduct the expense (of which the certificate the Engineer-in-charge shall be final) from any sums that may be then, or at any time thereafter become due to contract or from his security deposit, or the proceeds of the sale thereof, or of sufficient portion thereof. Retention towards Security deposit amounting to 10% (Ten percent) (including 2% Earnest Money) of the Billed amount shall be made by the Executive Engineer from 1st R. A. Bill to Final Bill. Refund of Security Deposit : The retention money (Security Deposit) will be refunded to the Agency in the following manner, provided that the Agency executed and completed the work and remedied any defects therein to the satisfaction of the Engineer-in-Charge and maintained the road as directed at above Para .
7.
Additional Performance Security :-
The Additional Performance Security for an amount equal to 10% of the tendered amount shall be obtained from the successful bidder, if the accepted bid value is 20% or more than 20% less than the estimated amount put to tender, from the successful bidder having own prime machineries for construction of road works and if the successful bidder not having ownership of any of the prime machineries as stated in Annexure-I, the Additional Performance Security for an amount equal to 10% of the tendered amount shall be obtained from the successful bidder if the accepted bid value is more than 10% less than the estimated amount put to tender (As per Memorandum vide No. 1T-06/2017/444-R/PL dt. 18.04.2017 of Principal Secretary, Public Works Department , No. 2691-F(Y) dt. 02.05.2017 of Finance Department, Govt. of West Bengal) & No.4608-F(Y), dt.18-07-2018 of Addl. Chief Secretary, Govt. of West Bengal.
The Additional Performance Security shall be submitted in the form of Bank Guarantee from any Scheduled Bank as per enclosed format (Annexure-II) 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.
The said Bank Guarantee shall be valid up to the end of the Contract Period and shall be renewed accordingly, if required. If the bidder fails to complete the work successfully, the Additional Performance Security shall be forfeited at any time during the pendency of the Contract period.
Account Details with Help Desk No. - Account Name Account No. IFSC Code
: WB Govt. Pooling A/C for Performance Guarantee : 000605030134 : ICIC0000006
- MICR Code
- : 70229002
Branch Address : ICICI Bank, 22 R. N. Mukherjee Road, Kolkata – 700 001 ICICI e-mail ID : [email protected] ICICI Help Desk No. : 033-40267512 / 033-40267513
Page 3 of 26
8. A prospective bidder shall be allowed to participate in bidding system either in the capacity of individual or as a partner of a firm. If found a prospective bidder has applied severally in a single job of this NIT all his/her/their applications & bid will be rejected without assigning any reason thereof.
9. 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.
10. No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances. 11. The Executive Engineer, Burdwan North Highway Division , P.W.(Roads) Directt. reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.
12. 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.