<<

GOVERNMENT OF OFFICE OF THE EXECUTIVE ENGINEER, P.W.D, BARRACKPUR DIVISION Uddyan, Gandhighat, Barrackpore, District – North 24 Pgs., Pin- 700120 Email Address : [email protected]

Memo no: 90/N-4 Date:-25.01.2021 NOTICE INVITING ELECTRONIC TENDER No : WBPWD/EE/BKPD/NIeT-16/2020-21

The Executive Engineer, P.W.D, Barrackpur Division, invites e-tender (submission of Online Bid) for the works detailed in the table below. Sl. Name of the Work Estimate Earnest Price per Time of Defect Eligibility of Contractor Nam No d Money set of other Completion Liability e of . Amount (Rs.) document Period Sub- put to (Rs.) Divisi Tender on (Rs.) Service road of i) Intending tenderers should 1. produce credential of a similar Barrackpore ROB nature of work, of minimum from 1.30km, value of 40% of the estimated repairing work amount put to tender during 5 under Barrackpur (five) years prior to the date of issue of the tender notice. Division, P.W.D Or in the District of ii) Intending tenderers should North 24 pgs. produce credential of (2) similar nature of work, each of during the year minimum value of 30% of the estimated amount put to 2020-21. tender during last five (5) 30days 1000.00 1000.00 years prior to the date of issue 25,970.00 12,98,523.00 3 (Three) Year 3(Three) of the tender notice. Or iii) Intending tenderers should produce credential of one (1) Barrackpur Sub-Division-III Barrackpur

(applicable for lowest bidder only) for lowest bidder (applicable single running work of similar nature which has been completed to the extent of 80% or more and value of which is not less than the desired value at (i) above

° The payment will only be made after availability of fund and as per current G.S.T rule at that time.

° The materials which are required for the proposed scheme including Bitumen/Emulsion, cement & steel etc. shall be supplied by the Agency.

Page 1 of 11 Barrackpur Division

Every Tender/Quotationer must furnish the following details. 1.Office Address (with pin code):

2. Contact Phone No.:

3. e-mail Id:

1. In the event of e-Filing i nte nding bidder may download the tender document from the website directly by the help of Digital Signature Certificate 2. Successful bidder will have to pay Additional Performance Security (in the form of Bank Guarantee) @ 10% of the Tendered Amount if the accepted Bid value is 80% or less of the estimated amount put to tender. The Bank Guarantee will be returned immediately on successful completion of contract as per G.O. No. – 4608- F(Y) DTD. 18/07/2018 (Copy enclosed) 3. Credential certificate not bellow the rank of Executive Engineer will be entertained.

4. EMD (Earnest Money Deposit) for the works to the submitted as per current G.O. No.-3975-F(Y) dtd. 28.07.2016 of Secretary to the Govt. of West Bengal, Finance Department which are as follows :-

A. Login by bidder : a) A bidder desirous of taking part in a tender invited by a State Government Office/PSU/Autonomous Body/Local Body/ PRls, etc shall login to the e-Procurement portal of the Government of West Benga l https : wbtenders .g ov .in using his login ID and password. b) He will select the tender to b id 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 IClC I Bank Payment Gateway; ii) RTGS/NEFT in case of offline payment through bank account in any Bank .

B. Payment procedure:

a) Payment by Net Banking (any listed bank)through ICICI Bank Payment Gateway :

i) On selection of net banking as the payment mode, the bidder will be directed to ICICI Bank Payment Gateway webpag e (along with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction.

ii) Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction.

iii) Bidder will receive a confirmation message regarding success/failure of the transaction.

iv) If the transaction is successful, the am ount paid by the bidder will get credited in the respective Pooling account of the State Government/PSU/Autonomous Body/Local Body/PRI s, etc. maintained with the Focal Point Branch of ICICI Bankat R . N . Mukherjee Road, for collection of EMO/Tender Fees.

C. If the transaction is fa ilure, the bidder will again try for payment by going back to the first step.

D. Payment through RTG S/NEFT:

On selecti on of RTGS/NEFT as the payme nt mode ,the e-Procurement portal will show a pre -filled challan havin g the details to process RTGS/NEFT transaction.

i) The bidder will print th e challan and use the pr e-fille d in formation to make RTGS/NEFT payment using his Ban k account.

Page 2 of 11 Barrackpur Division

ii) Once payment is mad e, th e bidder will come bac k to the e-Procurement port al after expiry of a re asonable time to enable the NEFT/R TGS process to complete, in order to verify the payment made and continue the bidding process.

iii) If veri fi cation is successful, the fund will get cr edited to the re sp ecti ve Pooling acco unt of the State Government /P SU/Autonomou s Body/loc al Body/ PRls, etc. maintained with the Focal Point Branch of ICIC I Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fee s.

iv) Hereafter, the bidde r will go to e-Procurement po rtal fo r submission of his bid.

v) But if the payment verification is unsucce ssful , the amoun t wi ll be returned to th e bidde r's account.

E. Refund/Settlement Process:

i) After opening of the bids' and technical evaluation of the same by the tender inviting authority through electronic processing in thee-Procureme nt portal of the State Governm ent, the tender inviting authority will declare the st at us of the bids as successful or unsuccessful which wil l be made available , alon g wit h the details of the unsucce ss ful bidders, to ICICI Bank by the e-Proc ur em ent portal through web services.

ii) On receipt of the information from the e -Procu reme nt por tal , the Bank will refund, through an automated process, the EMO . Of the bidde rs disq uali fied at the technical evaluation to the respective bidders ' bank accoun ts from which they ma de the payment transaction. Such refund will take place wi thin T+2Bank Work ing Days where Till meant he date on whic h information on rejection of bid is uploaded to the e-Procurement portal by the tender in viting authority.

iii) Once the financial bid evaluation is electr onically pro cesse d in the e-Pro curement po rtal, EMD of the technically quali fi ed bidde r so the rthan that of the L1 and L2 bidders will be refunded, through an automa ted pr ocess, to the r especti ve bidders' bank accounts from which they made the payment transact ion. Suchrefundwilltakeplace within T+2Bank Work ing Days wh ere T will me an the date on which information on reject ion off in an cia l bid is uploaded to the e-Procurement portal by the tender inviting auth or ity . However, the L2 bidder should not be rejected till the LOI process is succes sf ul.

iv) If the L1 bidder accepts the LOI and the same is pr oce sse d electronically in thee- Procureme nt portal, EMD of the L2 bidde r wi ll b e refun ded through an automated process , to his bank account f r o m whic h he ma de the payment transaction. Such re fund will take place wi thin T+2 Ba n.k Working Days where Twill mean the date on which information on Award of Con trac t(AOC) tothe L1 bidde r is uploaded to thee-Procurement por tal by the tender invi ting au thority.

v) As soon as the L1 bidde r is awarde d the contract (AOC) and the same is processed electronically in thee- Procurement portal -

a) EMD of the L1 bidder for tender of State Government offices will automatically get transferred from the pooling account to the State Governmentdeposithead"8443-0-103-001-07"through GRIPS along with the bank particulars of the L1bidder .

b) EM D of the L1bidder for ten d ers of the State PS Us/Autonomous Bodies/local Bod ies /PRls , etc. will automatically get transferred from the pooling acco unt to their respective in ked bank accounts along with the bank particulars of the L1 bidde r.

In both the above cases, such transfer will ta ke place within T+l Bank Working Days where Twill me an the date on which e Award of Contract (AOC) is issued.

vi) The Bank will share the details of the GRN N o.generatedonsuccessfulentryin GRIPS withtheE- Procurementportalforupdation.

vii) Once the EMO of the L1 bidder is transferred in the manne r mentioned above, Tender fees, if any, depos it ed by the bidders will be transferred electronically from the pooling accoun t to the Government revenue receipt the Page 3 of 11 Barrackpur Division

ad"0070-60-800-013-27"through GRIPS forGovernmenttendersandtotherespectivelinked bank accounts for State PSU/Autonomous Body /Local Body/PRls, e tenders .

viii) All refunds will be ma de mandatorily to the bank A/c from which the payment of EMD &Tender Fees (if any) were initiated.

5. eligibility criteria for participation in tender: i) Pan Card, Valid 15 digit goods and services taxpayer identification no.(GSTIN) under GST Act 2017 to be accompanied with the Technical Bid document upto date. Income Tax (Saral) Acknowledgement Receipt to be submitted. [Non Statutory Documents]

ii) Neither prospective bidders nor any of constituent partner had been debarred to participate in tender by the Public Works Department during the last 5 (five) years prior to the date of this NIT. Such debar will be considered as disqualification towards eligibility. iii) Registered Unemployed Engineers’ Co-operative Societies/ RegisteredUnemployedlabourCo- operativeSocietiesarerequiredtofurnishvalidByeLaw,CurrentAuditReport,CurrentN.O.C.fromA.R.C.S.,Minutes o flastA.G.M.andalsosubmitdocumentsofthesocietyconsistingatleast10(ten) membersoutofwhichatleast60%shouldholddegreeordiplomainanybranchinEngineeringaspermemono44- A/4M-11/2002 dt.09.01.2004 of Deputy Secretary-III, P.W.D. Privilege will be allowed asper G.O.No.378(9)- A/PW/O/10C-17/05dt.31-05- 2005 P.W.D. Accounts Branch by Deputy Secretary-III including necessary documents in support of the statement and along with other supporting papers.(Non-Statutory documents) iv) A prospective bidder shall be allowed to participate in the particular Job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that job , without assigning any reason thereof. v) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association and Memorandum. [Non Statutory Documents]

6. The successful bidder shall establish field testing laboratory equipped with requisite instruments in conformity with relevant code of practice and technical staff according to the requirements of works to be executed.

7. The executing agency (successful bidder) may not get a running payment unless the fund is received for this particular purpose. Provisions in Clause(s) 7, 8, & 9 contained in W.B. Form No. 2911 (ii) so far as they relate to quantum and frequencies of payment are to be treated as superseded.

8. No Mobilisation Advance and Secured Advance will be allowed.

9. Bids shall remain valid for a period not less than 120 days (One Hundred Twenty) from the last date of opening 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.

10. MATERIALS :The materials which are required for the proposed scheme including Bitumen/Emulsion cement & steel etc. shall be supplied by the Agency.

11. IMPORTANT INFORMATION A. Current Schedule of Rates for Bldg. works materials and labour (PWD) Govt. of W.B. effective from 01.12.2015 and current schedule of rates of Road, Bridge and culvert works and carriage etc. Govt. of W.B.P.W. (Roads) with latest agenda & corrigenda are applicable.

Page 4 of 11 Barrackpur Division

Date & Time Schedule :-

Sl. No. Particulars Date & Time

1 Date of uploading of N.I.T. Documents (online) (Publishing Date) 25.01 .2021

2 Documents download/sell start date (Online) 26.01 .2021 10 .00 a.m .

3 Documents download/sell end date (Online) 10.02 .2021 12 :00 p.m .

4 Bid submission start date (On line) 26.01 .2021 12 :00 p.m .

5 Bid Submission closing date (On line) 10.0 2.2021 12 :00 p.m .

6 Date & Place for Opening of Bid(online) 12.02 .202 1 12 .10 p.m . OFFICE OF THE EXECUTIVE ENGINEER,P.W.D, BARRACKPUR DIVISION Mangal Pandey Uddyan, Gandhighat, Barrackpore, District – North 24 Pgs., Pin- 700120

Tender Evaluation Committee: Executive Engineer, Barrackpur Division, PWD, Divisional Accounts Officer, & Assistant Engineer, P.W.D., Barrackpur Sub-Division- III.

12. Location of Critical Events Bid Opening: Office of The Executive Engineer P.W.D. Barrackpur Division, Mangal Pandey Uddyan, Gandhighat, Barrackpore, District – North 24 Pgs., Pin- 700120. Executive Engineer, PWD, Barrackpur Division may call open bid/sealed bid after opening of the said bid to obtain the suitable rate further, if it is required. No objection in this respect will be entertained if raised by any bidder present or absent during opening of tender. 13. There shall be no provision of Arbitration. Hence Cl. 25 of 2911 (ii) is omitted vide notification no. 558/SPW dt. 13.12.11 of Secretary, to the Govt. of West Bengal 14. Earnest Money: For submission of earnest money, online procedure as laid done in current G.O. No.- 3975-F(Y) dtd.- 28.07.2016 of Finance Department. 15. The L1 bidder shall submit the hard copy of the documents to the tender inviting authority with his acceptance letter of the LOI. Failure to submit the hard copy with the acceptance letter within the time period prescribed for the purpose may be construed as an attempt to disturb the tendering process and dealt with accordingly legally including blacklisting of the bidder as per order no 1592-F(Y) dated 20.03.2014 of Principal Secretary to the Government of West Bengal. 16. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursed by the Department. The Executive Engineer, PWD, Barrackpur Division reserves the right to reject 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. 17. In case of requirement of tender inviting Authority at any stage of tender process or execution of work, necessary registered irrevocable power of attorney is to be produced without any question. 18. All intending bidders are requested to be present in the chamber of the Executive Engineer, PWD , Barrackpur Division during opening of the Tender, to observe the tender opening procedure. 19. No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances. Original documents in support of own possession arrange through lease hold agreement of the aforesaid machineries is to be furnished. Where there is a discrepancy between the unit rate& the line item total resulting from multiplying the unit rate by the quantity, the unit rate quoted shall govern. 19. Prevailing safety norms has to be followed so that LTI(Loss of time due to injury) is zero. i)In the event of acceptance of lowest tendered rate no multiple lowest rate will be considered by the Department.

20.The Executive Engineer, PWD, Barrackpur Division Reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained. 21.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 with forfeiture of earnest money forthwith & legal procedure will be adopted as per rule.

Page 5 of 11 Barrackpur Division

22. Before issuance of the work order, the tender inviting authority will verify the credential & other documents of the lowest tendere After verification, if it is found that such documents submitted by the lowest tenderer is either manufactured or false in that case, work order will not be issued in favour of the tenderer under any circumstances. 23. All Agencies are requested to submit the following documents in support of their Credential (Non-statuary Documents) i) Work order and working schedule. ii) Completion certificate showing date of completion. iii) Payment certificate with the application in support of their credentials. 24.i) Conditional tender will not be accepted in any case. ii) The accepting authority reserves the right to accept or reject the tender without assigning any reasons what so over.iii) The applicant/Bidder must inspect the site of work and get acquainted with site conditions, facilities available and problems to be faced during work and take into account all such factors before quoting rate.

25. i)If any contractor fails to start the work within7 (Seven) days from issuing date of work order/ Formal Tender the Work Order will be treated as cancelled and relevant clauses of the contract shall deemed to have executed by the tendering authority. No litigation to this effect shall be entertained by the tender inviting authority, this is incorporated to deliver time bound Public Works. ii)No mobilization/secured advance will be allowed. iii)Agencies shall have to arrange land for erection of Plant & Machineries, storing materials, labour shed, laboratory etc. at their own cost and responsibility. iv)Is suance of work order as well as payment will depend on availability of fund and no claim whatsoever will be entertained for delay of issuance of work order as well as payment, if any. Intending tenderers may consider this criteria while quoting their rates.

26. Bids shall remain valid for a period not less than 120(One hundred twenty)days after the dea d line date for Financial Bid submission.

27. i)Tender inviting authority reserves this right to issue corrigendum towards the estimated amount and eligibility of contractors in case of any revision.

28. Construction statement of machineries/materials is to be considered as per guidelines as laid down in PWD & PWD (Roads)Schedule.

29.In the event of non-availability of fund, all tender will be cancelled in case of deposit work.

30. Clause 17 of condition of contract of the printed Tender Form No.2911(ii) shall be substituted vide order no.5784- PW/L&A/2M-175/2017 dtd.12.09.2017.

31. DLP FOR WORKS SHALL BE AS PER ORDER NO. 5784-PW/L&A/2M-175/2017 DTD. 12.09.2017 & 5951-PW/L&A/2M- 175/2017 DTD. 02.11.2017 OF PRINCIPAL SECRETARY , P.W.D., GOVT. OF WEST BENGAL.

**** Special Terms & Conditions

1. All works shall be executed as per direction of Engineer-in-charge.

2. All materials shall be as approved by the Engineer-in-charge and testing charges for all materials shall be borne by the contractor.

3. For Roof Treatment

A.P.P. Modified Bituminous Membrane :- The work shall be executed under supervision of the selected applicator company. The security deposit @ 10% of the executed value of the work shall be deducted from the bill and retained till completion of the defect liability period which shall be for a period of 8(Eight) years from the date of completion of the work if any defect is observed within the defect liability period, the firms shall have to rectify the defect at their own cost very promptly on receipt of report from the office; 75% of total security deposit will be refunded after Page 6 of 11 Barrackpur Division

successful completion of 5(Five) years & balance security deposit will be refunded after successfully completion of 8(Eight) years.

4. Painting work :- The work shall be executed under supervision of the selected Paint Company.

5. Sanitary & Plumbing works :- Warranty certificate shall be submitted to the concerned S.A.E.

6. Fire fightingworks :- Demonstration will have to be arranged by the agency at his own cost.

INSTRUCTION TO BIDDERS

SECTION – A

General guidance for e-Tendering Instructions/ Guidelines for tenders for electronic submission of the tenders have been annexed for assisting the contractors to participate in e-Tendering. Registration of Contractor

Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system, through logging on to https://etender.wb.nic.in (the web portal of public works department) the contractor is to click on the link for e-Tendering site as given on the web portal.

Digital Signature certificate (DSC) Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate(DSC) for submission of tenders, from the approved service provider of the National Information’s Centre(NIC) on payment of requisite amount, details are available at the Web Site stated in Clause 2 of Guideline to Tenderer DSC is given as a USB e-Token. The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. Submission of Tenders. General process of submission - Tenders are to be submitted through online to the website stated in Cl. 2 in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date &time using the Digital Signature Certificate (DSC).The documents are to be uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable formats).

Technical proposal The Technical proposal should contain scanned copies of the following further two covers(folders). A-1. Statutory Cover Containing:- i)Prequalification Application (Sec-B, Form – I) ii) Tender form No. 2911(ii) & NIT with all agenda & corrigendum (download & upload the same Digitally Signed, quoting rate will only encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in 2911(ii), the tender is liable to be summarily rejected). iii) Special Terms, condition & specification of works.

Page 7 of 11 Barrackpur Division

A-2. Non statutory Cover Containing:- i) Pan Card, upto date IT, Saral, Valid 15 digit goods and services taxpayer identification no. (GSTIN) under GST Act 2017. ii) Registration Certificate under Company Act. (if any). iii) Registered Deed of partnership Firm/ Article of Association & Memorandum iv) Power of Attorney (For Partnership Firm/ Private Limited Company, if any) v) Clearance Certificate for the Current Year issued by the Assistant Registrar of Co-Op(S) (ARCS) bye laws are to be submitted by the Registered labour Co-Op(S) &Engineers’ Co.-Opt.(S) vi) Credential for completion as mention in page-1 vii) Scanned copy of Original Credential, Certificate as stated in 3(i) of NIT. Note:- Failure of submission of any of the above mentioned documents (as stated in A1 & A2) will render the tender liable to summarily be rejected for both statutory & non statutory cover. THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents’ to send the selected documents to Non-Statutory folder. Next Click the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents.

Sl No Category Name Sub Category Description Details A CERTIFICAT ES CERTIFICATES 1. PAN/ IT -Saral for Assessment /Valid 15 digit goods and services taxpayer identification no. (GSTIN) under GST Act 2017. /Other related documents B CREDENTIAL CREDENTIAL 1 1. SIMILAR NATURE OF CREDENTIAL 2 WORK DONE & COMPLETION CERTIFICATE WHICH IS APPLICABLE FOR ELIGIBILITY IN THIS TENDER

A. Tender screening committee(TSC)

i. Screening committee is constituted under the Order No. 3330-ENC/2012 dated 19.3.2012 of Engineer-In- Chief & Ex officio Secretary, P.W & P.W (Roads) Department. It will function as screening committee for determination of technical qualification of contractors. ii. Opening of Technical proposal :- Technical proposals will be opened by the Executive Engineer , P.W.D , Barrackpur Division. iii. Intending tenderers may remain present if they so desire. iv. Cover (folder) statutory documents should be opened first & if found in order, then cover (Folder) for non-statutory documents will be opened. If there is any deficiency in the statutory documents the tender will summarily be rejected. v. Decrypted (transformed in to readable formats) documents of the non-statutory cover will be downloaded & handed over to the tender evaluation committee. vi. Uploading of summary list of technically qualified tenderers vii. Pursuant to scrutiny & decision of the screening committee. The summary list of eligible tenderer & the serial number of work for which their proposal will be considered will be uploaded in the web portals. viii. While evaluation, the committee may summon up the tenders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable to rejection.

Page 8 of 11 Barrackpur Division

B. Financial proposal

i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ) the contractor is to quote the rate (percentage Above/ Below/ At par) online in the space marked for quoting rate in the BOQ. ii. Only downloaded copies of the above documents are to be uploaded which is virus scanned & Digitally Signed by the contractor.

1 Penalty for suppression / distortion of facts:- Submission of false document by tenderer is strictly prohibited & if found, action may be referred to the appropriate authority for prosecution as per relevant IT Act with forfeiture of earnest money forthwith.

2. REJECTION OF BID The Employer (tender accepting authority) reserves the right to accept or reject any Bid and to cancel the Bidding process and reject all Bids at any time prior to award of Contract without incurring any liability to the affected Bidder or Bidders. There will be no obligation from the part of employer/Tender accepting authority to inform the affected Bidder or Bidders the reasons for such action. The Bidder whose Bid has been accepted will be notified by the Tender Inviting / Accepting Authority through 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 addenda- corrigendum, special terms & condition (Section –C), specification of works (Section –D), different filled-up forms (Section –B), B.O.Q. and the same will be constituted between the Tender Accepting Authority and the successful Bidder. 3. Royalty as per Govt. rules will be deducted upon failure of production of such documents that it has already been said.

Executive Engineer, P.W.D Barrackpur Division

Page 9 of 11 Barrackpur Division

SECTION – B FORM –I PRE-QUALIFICATION APPLICATION

To The Executive Engineer, P.W.D Barrackpur Division.

Ref: - Tenderfor______

______(Name of work) ______

N.I.T.No.: of 2020-21 of Executive Engineer, P.W.D, Barrackpur Division.

Dear Sir,

Having examined the Statutory, Non statutory & NIT documents, I /we hereby submit all the necessary information and relevant documents for evaluation.

The application is made by me / us on behalf of______In the capacity

______duly authorized to submit the order.

The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith.

We are interested in bidding for the 30work(s) given in Enclosure to this letter. We understand that: (a) Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of the contract bid under this project. (b) Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any application without assigning any reason. Enclo:- e-Filling:- 1. Statutory Documents 2. Non Statutory Documents

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

Page 10 of 11 Barrackpur Division

Memo No. 90/N-4/1(30) Date: 25.01.2021

Copy forwarded for wide circulation for information to the :

1. Sabhadhipati North 24 Pgs. Zilla Parishad, . 2. Member of Parliament, Barrackpore, Parliamentary Constituency, North-24Pgs. for his kind information. 3. Member of W.B. Legislative Assembly, Barrackpore, North-24Pgs. for his kind information. 4. Chief Engineer (Head Quarter), P.W.D, 8 th Floor, Nabanna. . 5. Chief Engineer (South Zone), P.W.D, Block - B, 3rd floor, New Secretariat Building, Kolkata-700001. 6. Joint Commissioner, Central Goods Service Tax and Central Excise, Kolkata-North GST Bhavan (2 nd Floor), 180 Shanti Pally, R.B.Connector, Kolkata-700107. 7. Superintending Engineer, P.W.D, Eastern Circle/Presidency Circle/Southern Circle/ Circle/Nabanna Circle. 8. Sub Divisional Officer, Barrackpore, North 24 Pgs. 9. Executive Engineer, P.W.D, City/ Divn./Kolkata.West.Divn./Barasat Divn./ Kolkata Central Divn. / Kolkata East.Div. / Kolkata South Divn. / Kolkata North Div. / Bidhannagar East/West. Divn. / South 24Pgs. Divn./Howrah /Howrah Const. Divn. 10.Assistant Engineer, P.W.D, Barrackpur Sub-Division No. I/II/III. 11.Estimating Branch of this office. 12.Accounts Branch of this office. 13.Notice Board of this office.

Executive Engineer, P.W.D Barrackpur Division

Page 11 of 11 Barrackpur Division