Government of Water Resources Investigation & Development Department Office of the Executive Engineer (A.M), (Agri-mechanical) Division Administrative Building, WRI & DD, 1st Floor, Rajbaripara,Jalpaiguri

NOTICE INVITING e-Tender Notice Inviting E-tender By The Executive Engineer (A.M) Jalpaiguri (Agri-Mechanical) Division, Jalpaiguri Tender reference No: WRDD/EE(AM)/JPG/eNIT-08/2016-17

The Executive Engineer (A-M), Jalpaiguri(A-M) Division, Jalpaiguri invites e-Tender on behalf of the Governor of West Bengal for the following works under NBDD under from Eligible, Bonafide and Resourceful contractors in the capability for execution of works of similar nature for the following group of works as detailed in the table below. (Submission of Bid through online)

Location details of the works are given in enclosed Annexure-I :

Gro Name of the Work Estimated Earnest Period of Eligibility of up Amount Put Money Completion Contractor No. to Tender Deposit (Rs.) (Rs.) 01 Installation of Solar operated Sprinkler Irrigation Schemes (8.0 HA) & Lighting Adjacent area with As Supply of all related materials like mentioned HDPE pipes and accessories, under 1822201.00 36500.00 60 days Sprinklers etc on Turn-Key basis as eligibility per drawing and design for criteria vide Sprinkler MIS as per SL No-1 in the clause no. 6 List of Sprinklers MIS schemes at Maynaguri Block (Annexure-I ). 02 Installation of Solar operated Sprinkler Irrigation Schemes (8.0 HA) & Lighting Adjacent area with As Supply of all related materials like mentioned HDPE pipes and accessories, under 1822201.00 36500.00 75 days Sprinklers etc on Turn-Key basis as eligibility per drawing and design for criteria vide Sprinkler MIS as per SL No-2 in the clause no. 6 List of Sprinklers MIS schemes at Block (Annexure-I ). 03 Installation of Solar operated Sprinkler Irrigation Schemes (8.0 HA) & Lighting Adjacent area with As Supply of all related materials like mentioned HDPE pipes and accessories, under 1822201.00 36500.00 75 days Sprinklers etc on Turn-Key basis as eligibility per drawing and design for criteria vide Sprinkler MIS as per SL No-3 in the clause no. 6 List of Sprinklers MIS schemes at Malbazar Block (Annexure-I ). 04 Installation of Solar operated Sprinkler Irrigation Schemes (8.0 HA) & Lighting Adjacent area with As Supply of all related materials like mentioned HDPE pipes and accessories, under 1822201.00 36500.00 75 days Sprinklers etc on Turn-Key basis as eligibility per drawing and design for criteria vide Sprinkler MIS as per SL No-4 in the clause no. 6 List of Sprinklers MIS schemes at Malbazar Block (Annexure-I ). 05 Installation of Solar operated Sprinkler Irrigation Schemes (8.0 HA) & Lighting Adjacent area with As Supply of all related materials like mentioned HDPE pipes and accessories, under 1822201.00 36500.00 75 days Sprinklers etc on Turn-Key basis as eligibility per drawing and design for criteria vide Sprinkler MIS as per SL No-5 in the clause no. 6 List of Sprinklers MIS schemes at Malbazar Block (Annexure-I ). 6 Installation of Solar operated Sprinkler Irrigation Schemes (8.0 HA) & Lighting Adjacent area with As Supply of all related materials like mentioned HDPE pipes and accessories, under Sprinklers etc on Turn-Key basis as 1822201.00 36500.00 75 days eligibility per drawing and design for criteria vide Sprinkler MIS as per SL No-6 in the clause no. 6 List of Sprinklers MIS schemes at Malbazar Block (Annexure-I ).

1. In the event of e-filling intending bidder may download the tender document from the website: http:// wbtenders.gov. in directly With the help of digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Govt of . Dsc is given as a USB e-Token. After obtaining the class 2 or class3 Digital Signature Certificate (DSC) from approved CA they are required to register the fact of possessing the Digital Signature Certificate through the registration system available in the Website. 2. The intending bidder must read the terms and condition of the NIT carefully. He should particularly go through the eligibility criteria required and satisfy himself of the requirements for eligibility. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required. 3. All information posted on the website consisting of NIT and related documents, Form 2911(ii), BOQ, Corrigendum etc. and Drawings if any, shall form part of the tender document 4. Technical Bid and Financial Bid both will be submitted online concurrently dully digitally signed in the website https://etender.wb.nic.in as per time scheduled stated herein under. The documents submitted by the bidders should be properly indexed & self attested with seal. 5. The financial offer of the prospective tender will be considered only if the tender qualifies Technical Bid. The decision of the Tender committee framed in this tender will be final and binding on all concerned and no challenge against such decision will be entertained . The list of qualified tenders will be displayed in the website on the schedule date and time.

6. Eligibility criteria for participation in tender :-

i) The prospective bidders shall have satisfactorily completed (Completion Certificate must be produced) as a prime agency during the last 5 (Five) years prior to the date of issue of this notice at least one single work (Installation of Sprinkler Irrigation Scheme driven by Diesel /Electric/Solar pumping system ) under the authority of State/Central Govt. State/Central Govt. undertaking/Statutory Bodies constituted under the statute of the Central/State Government and having a minimum magnitude of 40 (forty) percent of the Estimated amount put to tender in all cases as shown in the table for each Group no of the above list of works . ( Non Statutory Documents ). N.B. The credential certificate / Completion certificate should be issued by an authority not below the rank of Executive Engineer.

ii) Consent letter in the “ Proforma for authority of manufacture” ( enclosed as Annexure-III ) from reputed manufacturers of HDPE pipes and accessories, Sprinklers with up-to-date valid ISI license certificate of the manufacturers and a minimum manufacturer guarantee certificate of 6 ( six months) for the items to be supplied by the manufacturer are required to be submitted by the tenderer. The Consent letter in prescribed proforma ( Annexure-III ) to be submitted in the letter head of the manufacturer. iii) The intending bidder must have to produce an authorize agreement document for this tender for supplying and installation/commissioning the same made with any of the MNRE certified sole manufacturers/supplier of the solar panels , solar control unit manufacturer/ suppler and solar pumps as a supplier/manufacturer and must produce Test certificate of the same from MNRE approved test Centre and a scanned copy of the agreement and Test Certificate must have to be uploaded with the Technical Bid documents .Filling up and submission of ( Annexure-IV ) in this regard it is a MUST and in case of failure to fulfil any of this requirement, the tender may be liable for rejection. iii) Valid pan Card, Trade license, Professional Tax receipt Challan for the current year, Income tax acknowledgement receipt (Saral) for the last year, VAT registration Certificate and return to be accompanied with the Technical Bid document. iv) Registered Unemployed Engineers Co-operative Societies/Unemployed Labour Co-Op. Societies are required to furnish valid Bye Laws, Current Audit report, Valid clearance Certificate from A.R.C.S. for the current financial year along with other relevant supporting papers. (Non Statutory Documents) v) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum. (Non Statutory Documents). vi) In case of partnership Firms and Company, Tax Audit Report in 3 CD Form shall have to be furnished along with balance sheet and profit and loss account and all schedules forming the part of Balance sheet and Profit and Loss Account. Audit report, Balance Sheet and Profit and Loss Account including all schedules forming the part of Balance sheet and Profit and Loss Account should be in favour of applicant. No other name along with applicant name, in such enclosure will be entertained.[Non Statutory Documents].

vii) The intending tenderer will have to produce authentic documents in support of acclaimed credential for all the items of above clause No. 6 ( i to vi ).

7. Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever will be entertained for delay in issuance of work order as well as payment. Intending bidders may consider these criteria while quoting their rates. Mobilization advance and Secured advance shall not be allowed.

8. Constructional Labour Welfare Cess @ 1 (one) % of cost of construction will be deducted from every bill of the selected agency. VAT, IT, 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.

9. The bidders shall quote their rate ( Percentage Excess (+)/Less (-)/at par ) in the BOQ accordingly considering that no escalation and/or price adjustment will be allowed by the Department there under any circumstances. The Bidder should quote his rate in the BoQ concern and he must write the SL No for which he is bidding clearly . This should be noted clearly otherwise his bid may be cancelled without assigning any reason thereof.

10. Bids shall remain valid for a period not less than 180 days (one hundred eighty days) from the last date of submission of Financial Bid/Sealed Bid. If the bidder withdraws the bid during the period of bid validity, the earnest money as deposited will be forfeited forthwith without assigning any reason thereof.

11. Date & Time Schedule :- SI.No. Particulars Date & Time 1 Date of uploading of N.I.T. Documents (on Line) (Publishing Date) 23.02.2017 (11.00 AM) 2 Documents download/sell start date (on Line) 23.02.2017 (12.00 PM) 3 Documents down Load/sell end date (on Line) 13.03.2017 (4.00 PM) 4 Bid submission start date (on Line) 23.02 .2017 (12.00 PM) 5 Bid Submission closing (on Line) 13.03.2017 (4.00 PM) 6 Bid opening date for Technical proposals (on Line) 15.03.2017 (4.00 PM) 7 Date of uploading List for Technically Qualified Bidder (On Line) To be notified later 8 Date for opening of Financial Proposal (On Line) To be notified later 9 Date of uploading of List of bidders along with their rates through To be notified later on Line 10 Location of Bid opening Office of the Executive Engineer Engineer (AM) Jalpaiguri (AM) Division.

12. There shall be no provision of Arbitration. Hence. CI. 25 of 2911 (ii) is modified vide notification no.8182-F, Dt. 26.09.12 of Secretary to the Govt. of West Bengal.)

13. Earnest Money :- Online receipt and refund of EMD of e-procurement through State Government e-Procurement portal. The following procedure to be adopted for deposit of EMD/ Bid Security/ Tender Fees related to e-Procurement of the State Government departments.This clause is also applicable for all categories of applicants. A. Login by bidder:- a) A bidder desirous of taking part in a tender invited by a State Government Office shall login to the e-Procurement portal of the Government of West Bengal https: //wbtenders.gov.in using his login ID and password. b) He will select the tender to bid and initiate payment of pre-defined EMD / Tender Fees for that tender by selecting from either of the following payments modes: i)Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through IClCI Bank Payment Gateway. ii) RTGS/NEFT in case of offline payment through bank account in any Bank. B. Payment procedure: i) Payment by Net Banking(any listed bank) through IClCI Bank Payment Gateway a. On selection of net banking as the payment mode, the bidder will be directed to IClCI Bank Payment Gateway webpage (along with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction. b. Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction. c. Bidder will receive a confirmation message regarding success/failure of the transaction. d. If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account of the State Government maintained with the Focal Point Branch of IClCI Bank at R.N.Mukherjee Road, Kolkata for collection of EMD/Tender Fees. e. If the transaction is failure, the bidder will again try for payment by going back to the first step. ii) Payment through RTGS/NEFT: a. On selection of RTGS/NEFT as the payment mode, the e-Procurement portal will show a pre-filled challan having the details to process RTGS/NEFT transaction. b. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank account. c. Once payment is made, the bidder will come back to the e-Procurement portal after expiry of a reasonable time to enable the NEFT/RTGS process to complete, in order to verify the payment made and continue the bidding process. d. If verification is successful, the fund will get credited to the respective Pooling account of the State Government maintained with the Focal Point Branch of IClCI Bank at R.N.Mukherjee Road, Kolkata for collection of EMD/Tender Fees. e. Hereafter, the bidder will go to e-Procurement portal for submission of his bid. f. But if the payment verification is unsuccessful, the amount will be returned to the bidder's account. Please note: Bidder may please note that the average time taken for settlement of NEFT transaction is 2-3 hours. Bidders are advised to make the payment at least one day in advance to the last day

C. Refund/Settlement Process: i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronicprocessing in the e-Procurement portal of the State Government, the tender inviting authority will declare the status of the bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful bidders, to IClCI Bank by the e-Procurement portal through web services. 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 bid 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 is successful. iv. If the L1 bidder accepts the LOI and the same is processed electronically in the e- Procurement portal, EMD of the L2 bidder 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. A prospective bidder shall be allowed to participate in a 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, without assigning any reason thereof.

14. The Bidder, at his 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 contract for the work as mentioned in the Notice inviting Tender before submitting the offer with full satisfaction. The cost of visiting the site shall be at the Bidder`s own expense.

15. 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 Tender Committee reserves the right to reject any or all the application for purchasing Bid documents and/or to accept or reject any or all the 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 .

16. Refund of EMD: The Earnest Money of all the unsuccessful Tenders deposited in favour of the Executive engineer (AM) Jalpaiguri (AM) Division will be refunded by the Executive Engineer on receipt of proper application from the tenderers on the basis of PWD accounts branch notification no 451- A/PW/O/10C-35/10 Dated 26.07.2011 of the Secretary to the Govt. of West Bengal.

17. The intending tenderers have to quote and submit the rates online only. No off-Line tender will be entertained.

18. Contractor shall have to comply with the provisions of (a) the contract Labour (Regulation Abolition) Act.1970 (b) Apprentice Act.1961 and (c) minimum wage Act. 1948 and any notification thereof or any other laws relating thereto and rules made and order issued to this effect from time to time.

19. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned before bidding .

20. All intending bidders are requested to be present in the office of the Executive Engineer (AM) Jalpaiguri(AM) Division during opening of the Tender, to observe the tender opening procedure.

21. NO CONDITIONAL/INCOMPLETE TENDER will be accepted under any circumstances.

22. Requirement of Principal Machineries and worker force which must be possessed by own OR hire arrangement (Non Statutory Document).

23. The Executive Engineer (AM)Jalpaiguri (AM) Division i.e. the TIA reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.

24. A Tender Evaluation Committee consisting of four members has been formed for this tenders under the chairmanship of the Superintending Engineer(A-M), (A-M) Circle , Shibmandir, Siliguri. The members are : a) Superintending Engineer(A-M), Siliguri(A-M) Circle , Shibmandir, Siliguri & Chairman of Tender Evaluation Committee. b Executive Engineer (A-M) & T.A to the S.E(A-M),Siliguri(A-M) circle, Member c) Executive Engineer (A-M), Coochbehar(A-M) division, Member d) Executive Engineer (A-M), Jalpaiguri(A-M) division, Member, E-I.C.

25. During scrutiny if it comes to the notice to the tender committee that the credential or any other papers of any bidder is 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 with forfeiture of earnest money forthwith. The tenderer may be penalized / blacklisted if he is found so.

26. In case if there is any objection regarding qualifying of the Agency in the Technical Bid that should be lodged to the Tender Committee within 2 days from the date of publication of list of qualified Agency and beyond that time schedule no objection will be entertained.

27. Before issuance of the acceptance/work order, the tender committee may verify the credential & other documents of the lowest tenderer with the originals if found necessary. After verification if it is found that such documents submitted by the lowest tenderer are either manufactured or false, in that case work order will not be issued in favour of the tenderer under any circumstances and will follow the forfeiture of earnest money .

INSTRUCTION TO BIDDERS

Instruction/Guidelines for tenders for electronic submission of the tenders online have been annexed for assisting the contractors to participate in e-Tendering . 1, Registration of Contractor :- Any contractor willing to take part in the process of e-Tendering will to be enrolled & registered with the Government e-Procurement system, through logging on to https://etender.wb.nic.in . The contractor is to click on the link for e-Tendering site as given on the web portal. 2. Digital Signature certificate (DSC) : Each contractor is required to obtain a 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-1 of Guideline to Bidder. DSC is given as a USB e-Token. 3. Collection of Tender Documents : The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 1 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 4. Participation in more than one work : Normally any contractor can collect and submit tenders for a maximum of 50% of the total number of works (rounded upto next higher integer) in any particular NIT depending on his credential and financial capability.

Method of tendering :- i).If the tender is made by an individual it shall be signed by the individual in his full name and current address over rubber stamp. ii) If the tender is made by a proprietary firm, it shall be signed by the proprietor in his full name of his firm with its current address over rubber stamp. If the tender is made by a firm in partnership, it shall be signed by all the partners of the firm in their full names and current addresses or by a partner holding the power of attorney for signing the tender in which case a certified copy of the power of attorney/partnership deed shall accompany the tender, all over the corresponding rubber stamp. iii) If the tender is made by a limited company or limited corporation, it shall be signed by a duly authorized person holding the power of attorney for signing the tender in which case a certified copy of power of attorney shall accompany the Tender. iv) All witness and sureties shall be person of status and probity and their full names, occupations addresses shall be stated below their signatures. v) Cancellation of any document such as power of attorney, partnership deed etc. should be communicated forthwith by the tenderer in writing failing which this department shall have no responsibility or liability for any action on the strength of the said document. vi) All signatures in the tender documents shall be dated. vii) If a tendered/(s) expires after submission of his/her/their tender or after the acceptance of his/her/their tender or before the execution of the works at site the authority shall deem such tender as cancel unless the firm retains its character.

5. Submission of Tenders:- 5.1. General process of submission: Tenders are to be submitted through online to the website stated in Cl.3 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).

5.2. Technical proposal: The Technical proposal should contain scanned copies of the following further in two covers (folders):-

A1. Statutory Cover containing . i) Prequalification Application ( Section-B, Annexure-II ). ii) cost of EMD as prescribed in the NIT, against each serial of work in favour of Executive Engineer (AM) Jalpaiguri (AM) Division, Jalpaiguri , payable at Jalpaiguri . iii) Printed Tender form no. 2911 (ii) & NIT with all addendum & corrigendum, Terms and conditions, drawings, List of Schemes etc (download & upload the same Digitally Signed) Quoting rate will only encrypt in the B.O.Q under Financial Bid. In case quoting any rate in 2911( ii), the tender liable to be summarily rejected.

iv) Consent letter in prescribed proforma from the manufacturers with ISI license certificate from the Manufactures ( Section-B, Annexure-III ).

A-2. Non Statutory/ Technical Documents Cover Containing . i) Trade license and Professional Tax (PT) deposit receipt challan for the current financial year, valid Pan Card, Saral (ITR) for the latest financial year, valid VAT registration Certificate and Return. ii) Registration Certificate under company Act. (If any) iii) Registration Deed for Partnership Firm, Article of Association & Memorandum (If any) iv) Power of Attorney (For partnership Firm)/ Private Limited Company, if any) v) Clearance Certificate for the Current year issued by the Assistant Register of Co-Op(s) (ARCS) by laws are to be submitted by the Registered labour Co-Op(s) Engineer’s Co- Opt(s). vi) List of machineries AND LABOUR FORCE possessed. vii) Credential certificate ( in the form of Completion Certificate) for completion of at least one similar nature of work under the authority of state/ central Govt. statutory bodies under State / Central Govt. constituted under the statue of the states /State Govt. having a magnitude of 40(forty) percent of the Estimated amount put to tender during the last 5( Five) years including this financial year is to be furnished (As per clause 5-i. Eligibility criteria for participation in tender) . viii) All other documents as per clause 5. Note: Failure of submission of any of the above mentioned documents (as stated in A1 & A2) will render the tender liable to be summarily rejected for both statutory & non statutory cover.

5.3. Financial proposal: i) The financial proposal should contain the following documents in one cover (folder) i.e . Bill of Quantities (BOQ) the contractor is to quote the rate (percentage Excess/ less/ 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 contractor.

6. Opening & evaluation of tender: Opening of Technical proposal:- Technical proposals will be open by the members of Tender Evaluation Committee. i) Intending tenders may remain present if they so desire ii) Cover (folder) statutory documents would be open first & if found in order and correct, then Cover (Folder) for non statutory documents will be opened. If there is any deficiency in the statutory & non statutory documents the tender will summarily be rejected. iv) Uploading of summary list of technically qualified tenders.

NB: While Evaluation , the Tender Evaluation Committee may summon of the tenders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if there are not produced within the stipulated time frame, their proposals will be liable for rejection.

Opening and evaluation of Financial proposal:- i) Financial proposals of tenders declared technically eligible by the Tender Evaluation Committee will be opened electronically from the web portal on the prescribed date and time. ii) The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present at that time.

7. Acceptance of Tender: The bidder who’s Bid has been accepted will be notified by the tender committee Authority through acceptance letter/ letter of Acceptance. The letter of Acceptance will constitute the formation of the Contract. The agreement in W.B.F.No. 2911 (ii) will incorporate all necessary documents e.g. N.I.T. all corrigendum, special terms & condition, specification of work, different filled up forms, B.O.Q , Drawings and the same will be constituted between the Accepting Authority and the successful Bidder.

8. Special terms & conditions: Special Terms & Conditions of the Tender are attached with this notice. 9. Penalty for suppression /distortion of facts: ***Submission of false documents by tender is strictly prohibited & if found action may be reffered to the appropriate authority for prosecution as per relevant IT Act with forfeiture of earnest money forthwith.

10. REJECTION OF BID:

The Tender committee reserves the right to accept or reject any Bid and cancel the Bidding processes and reject all bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder of Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s (tender accepting authority) action .

Sd/- P.Mallick Executive Engineer (AM) Jalpaiguri (AM) Division Memo. No. 103/1(15) Dated, Jalpaiguri,the 22.02.2017

Copy forwarded for information and wide circulation through his office notice board to :. 1. The Engineer-in-Chief & Ex-officio Secretary, DWRI & DD. 2. The Chief Engineer-I, Water Resources Development Directorate, 11A, Mirza Galib Street,Kolkata-87. 3. The Administrator ( Chief Engineer ), Teesta CADA, Shibmandir, Siliguri. 4. The Joint Secretary , WRI&DD, Govt. of West Bengal. He is requested to publish this notice in Departmental Website. 5. The Additional District Magistrate, Jalpaiguri. 6. The District Magistrate, Jalpaiguri. 7. The Superintending Engineer(A-M)Siliguri(A-M)Circle 7. The Commissioner, North Bengal Development Department,Uttarkanya. 8. The District information and Cultural officer. He is requested to publish the Abridge of this NIT in three daily News paper in Bengali, English & hindi respectively. 9. The District Information Officer, Jalpaiguri.He is requested to publish this notice in the District website. 10. The Assistant Engineer (AM), Jalpaiguri /Alipurduar/Siliguri AM) Sub-Division. 11. The Office Notice Board. 12. Estimating Section of this office.

Sd/- P.Mallick Executive Engineer (AM) Jalpaiguri (AM) Division

SECTION -B Annexure -I Location details of the Sprinklers MIS to be executed under Special Program under NBDD under Jalpaiguri (A -M) Sub -division, under Jalpaiguri(A -M) division, Rajbaripara, Jalpaiguri

Name of Source of Sl No Name of Scheme GP Mouza JL No Plot No Block Water Madhya Madhya 1 Maynaguri Khagrabari-I 51 241 Jarda River Khagrabari-I Khagrabari Chang Mari 2 Malbazar Maulani Dakshin Matialy 118 Dakshin Matialy-I 193 River

3 Jhar Matiyali-I Malbazar Maulani Jhar Matiyali 92 395 Neora River

4 Uttar Matiyali-I Malbazar Lataguri Uttar Matiyali 91 172 Baladangi river 5 Dak. Khalpara-I Malbazar Kranti Dak. Khalpara 88 680 Khulnai River 6 Dak. Khalpara-II Malbazar Kranti Dak. Khalpara 88 1995 Khulnai River

SECTION-B Annexure-II PRE-QUALIFICATION APPLICATION

To The Executive Engineer (A-M), Jalpaiguri(A-M) Division Jalpaiguri

Ref:- Tender for ______(Name of work)______N.I.T.No.:-……………..(SI.No……………………) of 2016-17 of the Executive Engineer, Jalpaiguri(A-M)Division Jalpaiguri

Dear Sir,

Having examined the Statutory, Non statutory and 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) I/ We have carefully read and understand all the clauses/terms and conditions of this tender and they are accepted by me/us. (b) Tender Inviting and Accepting Authority/Engineer-in-Charge can amend the scope and value of the contract bid under this project. (c) Tender Inviting and Accepting Authority/Engineer-in-Charge reserves the right to reject any tender without assigning any reason thereof .

Enclo:- e-Filling:- Statutory Documents Non Statutory Documents Date:- Signature of applicant including title and capacity in which application is made.

Registered Mobile no and email id of the applicant with e-Tender Portal ( compulsive ):

Mobile No.

Email id.

SECTION-B Annexure-III

PROFORMA FOR AUTHORITY FROM MANUFACTURER

NO…………………………… DATED……………………………………………

TO

Dear Sir,

We M/S (Full Name and Address in Capital Letters) ……………………………………………………………………………… …………………………………………………………………………...... ………………. and established and reputed Manufacturer of item ……………………………………………………….marketing with Brand Name ……………………………………………………………………… having factory at ………………………………………………………………………hereby authorize M/s. (Full name & Address in Capital letter)………………………………………………………………………………………………………………………….for quoting our branded items as Mentioned below against your Tender No………………………………………………..Dated……………………….and Gr. No…………..We undertake to stand guarantee that materials which shall be supplied to M/s………………………………………………………………………by us shall be new and first Quality workmanship and shall have no defect in manufacturing and shall meet the requirement of your tender and shall be in all respect suited for the purpose intended.

We also confirm that the materials shall be supplied by us to M/s. ………………………………………………………………. As per delivery schedule put in your tender in case order is placed on M/s. ……………………………………………………………………. The guarantee of our branded items shall be for a period of …………. Months from the date of acceptance of the delivery by the consignee(s) of each item for any replacement free of cost to the buyer.

It is stated that we have issued similar authorization certificate as per proforma to the following other firms for Groups/Items Stated against each firm:

SL No. Name of the Firm Name of items. Gr. No.

Authorized signatory of Manufacturer with seal Note: This letter authority should be on the letter Head of the Manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturer with Official Seal

SECTION-B Annexure-IV TECHNICAL PARTICULARS

Name of Bidder ::

N.I.T.No.:-……………..(SI.No……………………) of 2016-17 of the Executive Engineer, Jalpaiguri(A-M)Division Jalpaiguri

(To be filled in by Bidders and submitted along with offer) (Additional sheet shall be used if required) The following particulars to be submitted by the Tenderers along with Technical Proposal, are indicative only. However, all particulars are subject to the approval of the EIC to the successful bidder and no claim shall be accepted in the course of the approval process or thereafter. • Installed materials must be of same specification as declared hare .

SL.NO. Particulars 1. P. V. ARRAY 1.1 Peak Capacity 7500 WP Peak Capacity 7500 WP 1.2 Minimum Capacity 250 WP Minimum Capacity 250 WP 1.3 Tested and Certified by ……………………………… 1.4 Minimum efficiency of the P.V. modules 15% 1.5 Fill Factor 70% 70% 1.6 Name of the Manufacturer ……………………….. 1.7 Maximum Power (Watt peak) ………….. WP/per Module 1.8 Maximum Power (Voltage) ……………….V/per Module 1.9 Maximum Power (Current) …………….. Amp/Per Module 1.10 Module Dimensions L x W x H (mm) (………… X ……….. X ……..)mm 1.11 Weight (Kgs) ……………… Kg. Junction Box Protection i. IP 54 to 65 rated junction box with 4 by pass diode 1.12 arrange for replace cable if required. ii.Ecah PV Module must use a RF indicator Tag (RFID) with required information. Warranty i. Complete system would be under warranty for a period of 1 Year (ONE) from the date of 1.13 completion & commissioning against any defect. ii. SPV Module will contain warranty for 10 years.7 2. Solar Photovoltaic Surface Water lift Minor Irrigation Motor -Pump Set 2.1 Capacity of Motor 7.5 H.P. 2.2 Name of the Manufacturer …………….. 2.3 Maximum Pumping Head 40-50 mtr. 2.4 Pump Type Monoblock AC Motor with Centrifugal Pump (Surface) 2.5 Motor Efficiency 85 – 95 % 2.6 Rated rpm 2800-2875 2.7 Rated Voltage 3-phase 380 V 2.8 Rated Current 10 Amp. 2.9 Motor winding Cupper 2.10 Dry run protection …………….. 2.11 Temperature protection ……………… 2.12 Pump internal parts Corrocoted Design 2.13 Capacity Discharge rate at 40-50 Mtrs. Head: 7-8 Lt. / Sec and daily expected water output 140000 Ltrs., 5 Hrs. of operation using solar module, Inverter 3. SPV module Mounting Structure Materials of supporting Hot Deep Galvanized – 80 micron 3.1 structure for holding the (Make- ) PV modules. The size of the support 50 X 50 X 5 mm 3.2 structures used for holding solar PV modules Speed of Wind / Strom 200 km/hr. considered for designing 3.3 the structure

4. Controller, Cables, pipes & Battery Power cable, Switches & High Voltage Cables & High voltage Switches & Accessories Accessories: • 4 Sq. mm single core 4.1 & 6 Sq.mm double core • Lugs, PVC Pipe, Flexible Pipe, Saddle, Cable tie etc. (ISI mark) Suction Pipe 3 inch PVC suction pipe with foot valve clamp 4.2 etc of approved quality. Solar Tubular Battery Solar Tubular Battery, 12V, 75Ah, 80 WP Solar 4.3 Panel, Battery Charge Controller to light the system and nearby house. Inverter Power controlling 3-Phase inverter, capacity 10 kva suitably 4.4 Unit. mounted inside metallic enclosure to run AC 3 phase 7.5 hp pump. (Make- …… ) 4.5 Pump Controller rating 10 KVA to operate 7.5 hp motor 4.6 MPPT Range 300-650 V 4.7 Controller I/P VOC 225-780 V 4.8 Controller I/P VMP 310-585 V 4.9 Controller I/P Current 8.0 amp. 4.10 Controller O/P Current 13.0 amp. 4.11 Controller I/P Power 7500W 4.12 Enclosure I/P Protection IP65 4.13 Operating Temperature -10deg C to 55 deg C 4.14 Inside Control Box Temperature Range Up to 70 deg C 4.15 Relative Humidity 5 – 95% 4.16 Controller Efficiency 98% Testing Standards efficiency test IEC 61683/IS61683 IEC 60068/2 / MNRE 4.17 approved Protection Dry run, Short circuit, Open phase in input and 4.18 output side, High voltage, Low voltage and Overload.

Signature of the bidder

Special Terms and Conditions

Notwithstanding anything contained in W.B. Form no. 2911-ii in which the contract is to be executed, the following shall constitute special terms and conditions of contract, and special conditions of contract shall be binding on the tenderer. In case of conflict between any clause of tender notice and special terms and conditions, the later shall prevail:-

1. No claim out of typing, printing arithmetical and /or clerical mistake anywhere in the tender shall be entertained. 2. In case of confusion over any clause / terms /conditions of the tender the decision of Superintending Engineer (A-M) Siliguri (A-M) Circle shall be final and binding 3. Display board must be installed at the site during execution of the works as per direction of the engineer in charge. 4. The rates are inclusive of all necessary expenditures/demands to cover all incidental factors like location, condition and approachability of the site. No extra claim on any ground of damaged road, unfavorable site condition etc shall be entertained. 5. No escalation of rates within the validity period of the tender shall be enterained under any circumstances. 6. No claim for any idle labour will be entertained under any circumstance. 7. The exact location of the site for execution of the works will be taken over by the Assistant Engineer-in-charge concern. 8. Time is the essence of the contract and the contractor shall have to put in full endeavor to maintain the target schedule by arranging adequate labour force and timely supply of construction materials for completion of the work within the stipulated completion period. Under normal circumstances no extension of time shall be allowed. 9. Immediately after taking over the site, the contractor shall inform the Assistant Engineer- in- charge, about the work programme in writing.

10. Testing and inspection: The agency has to submit third party Govt. Agency like CIPET/DGS & D/ RITES testing and inspection report as per relevant IS code of testing for the ISI marked HDPE pipes and accessories, ISI marked UPVC pipes and accessories to the Engineer-in-charge before Departmental inspection and testing of the materials. A Departmental inspection team will be formed by the E.E (A-M), Jalpaiguri (A-M) Division or by the Engineer-in-charge for testing and inspection of the pipes and accessories including Diesel Engine pumping set.

11. The work shall be carried out strictly according to the tendered schedule of work and specification laid down therein. No extra or supplementary item of work shall be taken up nor shall any deviation from scheduled specification or drawing be made without prior written approval of the Engineer- in- charge. 12. The mode of execution of all construction work and mode of measurement shall be as laid down in the current PWD & WRDD schedule if not otherwise mentioned in this contract. 13. The workmanship and finishing of the work should be of first class and up- to the entire satisfaction of the Engineer- in charge. 14. The contractor shall supply necessary, labour (skilled and unskilled) as well as proper construction equipments including tools and plants for execution of the work. 15. All provisions of labour laws including all amendments there of shall be strictly followed by the contractor for execution of the work under this contract. 16. Contractor shall make necessary arrangement for water required for construction and for drinking purpose of his labour force including accommodation of the workers at the site at his own cost. 17. The Department shall not issue any cement and /or steel required for work. All construction materials like cement, sand, bricks stone chips, steel for reinforcements etc shall be supplied by the contractor for use in the work and shall be best quality and up to the full satisfaction of the Engineer- in- charge or his representative before use. All rejected materials whatsoever shall be removed from the site within 48 (forty-eight) hours of such rejection. Otherwise the department shall arrange to dispose off these rejected materials through auction. 18. The contractor shall maintain a site register having duplicate pages serially machine numbered at site. The contractor himself must be present at site whenever any official ( Assistant Engineer in charge or his representative, Engineer-in-charge ) visit the site for monitoring progress of works or checking quality of materials used for works. If the contractor found absent during the visit, any penal action may be taken against him including debarring from participation in future tender. This point should be noted carefully. 19. Immediately after taking the layout of the work, the contractor shall submit indent of departmental materials to be issued (if any) for the works, to the Engineer- in- charge or his representative. The contractor shall check all departmental materials issued to him from the departmental store before transporting those at his own cost to the work site. No complain about defects/ shortage of departmental materials shall be entertained after issuance.

20. The agency has to submit the progress report of the site works with still photograph (both soft and hard copy) in every week to the Assistant Engineer-in-charge end.

21. After completion of the work excess materials if any supplied departmental materials shall be returned back to the departmental store forthwith otherwise it will be recovered from the contractor’s bill at double the issue rate. In case of any loss or damage of the departmental material issued to the contractor, the value there of shall be recovered from the contractor’s bill at double the issue rate. Agency shall remove all unserviceable materials from the site at his own cost.

22. Security deposit ( 10%) will be admissible for refund after 6 (six ) months from the date of satisfactory completion of the works. Any defect arising during this period regarding construction will have to be rectified by the contractor at his own cost.

23. Cess will be deducted from the bill amount as per prevailing Govt. norms. 24. R.A bill may not be entertained. 25. If any item not included in the scheduled, the payment of the same will follow observing supplementary tender formalities. 26. The engagement of contract labour by the Agency should comply with the provisions of various Labour Laws including Contract Labour (Regulation & Abolition) Act, 1970 and minimum wages etc. should comply with the Notification (Memo No.795-I.R, dated I.09.2009) of Deptt. of labour , Govt. of West Bengal & ESI Act 1948 and EPF & Misc Fund Act 1952 if applicable . Provisions of the accidental benefits of the labours/ employees of the Tenderer are to be born solely by the tenderer. Any type of claim regarding any accident will not be entertained. 27. Insurance charges, if any, are to be borne by the tenderer. 28. If the tenderer fails to execute the works within the time specified or any granted extended period, tender inviting authority may by written notice to the tenderer, terminate the right of the tenderer to proceed with any or all the remaining part of the contract. Such breach by the tenderer will result in the forfeiture of Tenderer’s security deposit.

29. The bidder shall warrant that the materials (except departmental issue) utilized for construction under the contract shall have no defect (except the allowable tolerance) or from any act of omission of the tenderer that may develop under normal use of the utilized materials in the condition obtained in the country of final destination. The tenderer also guarrants/ warrants that the materials utilized shall perform satisfactory as provided in the contract. This warranty shall remain valid for 6 (Six) months after utilization of the materials for the construction .

30. The Successful tenderer shall have to execute an agreement with the Executive Engineer (AM) Jalpaiguri (AM) Division within stipulated days from the date of issue of acceptance letter . The agreement shall be made in duplicate in WBF form No.2911 (i) /(ii) after purchasing duplicate set of tender documents from the office of the Executive Engineer (AM) Jalpaiguri (AM) Division on payment of stipulated charges in cash and after depositing 2% of the work value as Security Deposit for performance . The total Security deposit is 10 (ten) % of the Value of Work Order . Failure to execute the agreement within stipulated time and prescribed manner shall result in cancellation of the offer of acceptance and forfeiture of Earnest Money.

31. Earnest money already deposited with the tender shall be converted to security deposit after agreement and the balance 8% of the S.D to be deposited in the form of Bank Draft or to be deducted from the R.A bill or final bill. The S.D will be refunded after Defect liability period / Maintenance period ( in this case six months) as per PWD norms.

Executive Engineer (AM) Jalpaiguri (AM) Division

Technical Specification i) PV Array a) Modules supplied with the SPV water pumping systems should have certificate as per IEC 61215 specifications or equivalent National or International/ Standards. MNRE certificate is must . b) Modules must qualify to IEC 61730 Part I and II for safety qualification testing. c) The efficiency of the PV modules should be minimum 15% and fill factor should be more than 70%. d) The terminal box on the module should have a provision for “Opening” for replacing the cable, if required. e) There should be a Name Plate fixed inside the module which will give: i. Name of the Manufacturer or Distinctive Logo. ii. Model Number iii. Serial Number iv . Year of manufacture

ii) MOTOR PUMP-SET a) The mono block AC centrifugal motor pump set with the impeller mounted directly on the motor shaft and with appropriate mechanical seals which ensures zero leakage. b) It is recommended that all parts of the pump and the motor of the pumps should be made of stainless steel and core coated design . c) The following details should be marked indelibly on the motor pump set a) Name of the Manufacturer or Distinctive Logo. b) Model Number. c) Serial No iii) MOUNTING STRUCTURES and TRACKING SYSTEM. a) The PV modules should be mounted on metallic structures of adequate strength and appropriate design, which can withstand load of modules and high wind velocities up to 150 km per hour. The support structure used in the pumping system should be hot dip galvanized iron with minimum 80 micron thickness .

To enhance the performance of SPV water pumping systems, manual or passive or auto tracking system must be used . For manual tracking, arrangement for seasonal tilt angle adjustment and three times manual tracking in a day should be provided .Module mounting structure shall be MS hot dipped galvanised iv ) ELECTRONICS AND PROTECTIONS a) Maximum Power Point Tracker (MPPT) should be included to optimally use the Solar panel and maximize the water discharge. b) Inverter could be used, if required, to operate an A.C. Pump. The inverter must have IP 54 protection or must be housed in a cabinet having at least IP54 protection. c) Adequate protections should be incorporated against dry operation of motor pump set, lightning, hails and storms. d) Full protection against open circuit, accidental short circuit and reverse polarity should be provided.

v) WARRANTY The PV Modules must be warranted for output wattage, which should not be less than 90% at the end of 10 years and 80% at the end of 25 years.

Executive Engineer (AM) Jalpaiguri (AM) Division