1

GOVERNMENT OF DEPARTMENT OF PASCHIMANCHAL UNNAYAN AFFAIRS PASCHIMANCHAL UNNAYAN PARSHAD Ailakundi (Behind S.B.S.T.C. Garage), Kenduadihi,

e-mail: [email protected] Phone & FAX: 03242-243256/243131 [email protected]

Memo No. 652/Pup/Bnk Dated: 02/03/2016

NOTICE INVITING e-TENDER

NIT No. 65/PUP/EC/BNK of 2015-16

The Chief Executive Officer, Paschimanchal Unnayan Parshad, Bankura invites percentage rate e-tender for the work detailed in the table below: Cost of Amount put to Earnest Sl. Tender Time of Name & Location of Work Tender Money No Document completion (`) (`) (`) Construction of Road from Pandabeswar Railgate of 1. Gobindapur D.A.V. School under 1,74,23,347.00 3,48,500.00 NA 150 Days Pandabeswar Block in the district of Burdwan Construction of Road from Top line NH2 to Palashbagan under 2. 1,19,48,995.00 2,40,000.00 NA 120 Days Andal Block in the district of Burdwan. Construction of P.C.C. Road from BARAKUTU to JAMBEDIA 3. 51,85,431.00 1,04,000.00 NA 100 Days village under Block in the district of Bankura. Construction of P.C.C. Road from Tilaboni Borobundh to 4. 34,95,312.00 70,000.00 NA 90 Days Pitch road under Hirbundh Block in the district of Bankura. Construction of C.C. Road 1500 mtr. Length at 132/33 KV More to Pranab Banerjee's Cement 5. 74,57,906.00 1,50,000.00 NA 120 Days Pull factory under Junbedia Gram Panchayat, Bankura-II Block, Bankura. Construction of P.C.C. Road 900 mtr. Length at MOGRA Village 6. 44,17,364.00 88,500.00 NA 90 Days under Bankura-II Block in the district of Bankura.

1. In the event of e-filling intending bidders may download the tender document from the website

directly by the help of Digital Signature Certificate (DSC).

2. In online submission only submit scan copy of the DD/Pay order (Pay order only for local contractor in favour of Accounts Officer, Paschimanchal Unnayan Parshad to be purchased from any scheduled bank situated at Bankura Municipal town jurisdiction) for EMD. No need for submission of DD / Pay Order towards cost of tender document as it is waived by our e-NIT No. 65/PUP/EC/BNK of 2015-16

2

office order no. 553/PUP/BNK dated 31.03.2015. The agencies who are exempted to deposit EMD as per existing order of Finance Department, Govt. Of West Bengal may submit an application claiming exemption of EMD and same need to be uploaded in folder „DRAFT‟. After opening of Financial Bid, LOWEST bidder of each scheme shall be asked to produced original credential for verification with scanned copies of documents so uploaded and to deposit original Draft/Pay Order for EMD (If not exempted), both of which must be tallied with scan copy of credentials and draft/Pay order already uploaded, failing which his/her tender shall be liable to be rejected and L2 bidder shall be considered subject to verification of original Draft/Pay Order & other documents.

3. ELIGIBILITY CRITERIA FOR PARTICIPATION IN TENDER: (a) Bonafied Contractors, Registered Engineers Co-operative Societies or similar societies registered with the State Government and contractors of Central Government / MES / Railways for execution of civil works are eligible to participate, depending on the criteria as detailed below.

(b) The bidders must have satisfactory completion report as a Prime Agency during the last 5 years from the date of issue of this notice at least one work of Similar nature under the authority of State / Central Govt., State / Central Govt. Undertaking, Statutory Bodies constituted under the statute of the Central/State Govt. and having a magnitude of 40(Forty) % of the amount put to tender. The Credential Certificate (Form-3) along with Work Order & Payment Certificate should be submitted by the agency for authenticating his executed work. The detail communicational address of the client must be indicated in the Credential Certificate. (Non-statutory Documents)

(c) Income Tax return for the Assessment Year 2014-15/2015-16, P. Tax deposit challan for the year of 2015-16, PAN card, Vat Registration Certificate with copy of furnishing return for the quarter ended on 30.09.2015 has to be accompanied with the Technical Bid document. (Non-statutory Documents)

4. PARTICIPATION IN MORE THAN ONE WORK: Any contractor can submit tenders for a maximum of 50% of the total number of works (rounded up to next higher integer) published in any particular NIT, depending on his credential and financial capability, details of which are given later.

5. SUBMISSION OF TENDERS:

5.1 General process of submission Tenders are to be submitted online through the website stated above. All the documents uploaded by the Tender Inviting Authority form an integral part of the contract. Tenderers are required to upload all the tender documents along with the other documents, as asked for in the tender, through the above website within the stipulated date and time as given in the Tender Notice. Tenders are to be submitted in two folders at a time for each work, one is Technical Proposal and the other is Financial Proposal. The tenderer shall carefully go through the documents and prepare the required documents, and upload the scanned documents in Portable Document Format (PDF) to the portal in the designated locations of Technical Bid. He needs to fill up the rates of items / percentage in the BoQ, downloaded for the work, in the designated Cell and upload the same in designated location of Financial Bid. The documents uploaded are virus scanned and digitally signed using the Digital Signature Certificate (DSC). Tenderers should specially take note of all the addendum / corrigendum related to the tender and upload the latest documents as part of the tender.

5.2 Technical Proposal The Technical Proposal should contain scanned copies and/or declarations in the following standardised formats in two covers (folders).

A. Technical Cover (Statutory Cover) containing, i) Application for Tender (Vide Form-I) (to be submitted in “Forms” folder) ii) Tender Form No. 2911(ii) (to be submitted in “Tender Document” folder) iii) Notice Inviting Tender (NIT) (to be submitted in “NIT” folder)

e-NIT No. 65/PUP/EC/BNK of 2015-16

3 iv) Earnest Money Deposit (EMD) Scanned copy of Demand Draft (DD) / Pay Order towards EMD as prescribed in the NIT, separately against each serial of work, in favour of the Accounts Officer mentioned in Column 3 in the list of works payable at Bankura stated therein. (to be submitted in “Draft” folder. v) Average annual turnover from contracting business Average Annual Turnover from contracting business for the past 3(three) financial yrs. should be equal to or more than 40% of the amount put to tender from contracting business. Audited balance sheet (authenticated by Chartered Accountant) shall have to be submitted. Summary statement of average annual turnover from contracting business for a period of the last three years or during the period since formation of the Firm, if it was set up in less than such 3-year period. (Vide Form-2) (to be submitted in “Forms” folder) (Scanned copy of Power of Attorney by the competent authority is to be submitted, if the power is delegated for signing the bid to persons other than the applicant.) vi) Credential Certificate (Vide Form-3) (to be submitted in “Forms” folder) vii) Structure & Organisation (Vide Form-III Section–B) (to be submitted in “Forms” folder) viii) List of Contractor‟s Machineries, Plant & Equipment (Vide Form-III Section–B) (to be submitted in “Forms” folder) ix) Declaration of not having common interest in the same serial (Vide Form-4) (to be submitted in “Forms” folder) x) Drawings, if any (to be submitted in “Drawings” folder)

Note: Tenders will be summarily rejected if any item in the Statutory Cover is missing.

B. My Document (Non-Statutory Cover) containing, i) Certificates 1. Professional Tax (PT) submission Challan and PAN Card details. Application for such addressed to the competent authority may also be considered.

2. VAT Registration Certificate with copy of furnishing return for the quarter ended on 30.09.2015 (Non production of the document will result in VAT deduction as per .prevailing rules).

3. Income Tax return for the Assessment Year 2014-15/2015-16. ii) Company Details 1. Registered Deed for Partnership Firm from Registrar of Assurances having office at Todi Mansion, Kolkata. Mere application for registration will not be considered. However, in cases where the applicant is yet to receive registration certificate from Todi Mansion, the applicant is to submit an affidavit in Non-Judicial Stamp Paper along with the application pledging that “the registration certificate of the Partnership Firm would be submitted to the Tender Inviting Authority before making agreement with the Tender Accepting Authority in case he is found lowest.” In case of inordinate delay in submitting the document, his bid is liable to be rejected and his EMD deposited will stand forfeited to Government. Any change in the constituents of the Partnership Firm should also be registered from the Office at Todi Mansion, Kolkata, prior to the date of application of tender otherwise his application will be rejected.

Note: An affidavit regarding authorized user of DSC for Partnership Firm and a declaration regarding such authorization for Limited Companies is to be submitted. 2. Trade Licence for Proprietorship Firms. 3. Memorandum of Articles for Limited Companies. 4. Society Registration and Bye-Laws for Cooperative Societies.

iii) Credential Bill of Quantities (BoQs) in support of Form-3 submitted under Statutory Cover above. (In cases where Form-3 submitted under Statutory Cover is not signed by the issuing authority, bidders are to submit Completion Certificates of 100% completed work(s) issued by the competent e-NIT No. 65/PUP/EC/BNK of 2015-16

4 authority which should be supported by the Bill of Quantities (BoQs) for the said completed work). iv) Balance Sheet Audited Balance Sheets of last three financial years (as for example 2011-2012, 2012-2013 & 2013-2014 so far as the current financial year is concerned) with auditor‟s certificate regarding annual turnover from contracting business in each year. Bidders whose annual turnover is less than 1.00Crore shall need to submit payment certificates obtained from clients and IT submission certificates for the corresponding years in support of the Form-2 submitted under Statutory Cover above. (If the company was set up less than three years ago, audited Balance Sheet for the number of years since inception is to be submitted) v) Addenda / Corrigenda: If published. Note: Contractors are to keep track of all the Addendum / Corrigendum issued with a particular tender and upload all the above digitally signed along with the NIT. Tenders submitted without the Addendum /Corrigendum will be treated as informal and liable to be rejected. vi) Others: Any other documents found necessary.

Note: Failure of submission of any one of the above mentioned documents will render the tender liable to summary rejection.

5.3 Financial Proposal: The financial proposal should contain the following document in one cover (Folder). i) Bill of Quantities (BoQ): The contractor is to quote the rate (percentage above or below) online through computer in the space marked for quoting rate in the BoQ. (Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally signed by the contractor).

6. SUBMISSION OF ORIGINAL COPIES OF DOCUMENTS AND EARNEST MONEY DEPOSIT: i) Mode of Payment Cost towards EMD must be submitted in the form of Bank Draft (BD) / Pay Order(only for local contractors) of any scheduled Bank of having Branches in Bankura. Payment in any other form, e.g. NSC, KVP, etc. will not be accepted. ii) Place of submission The original copies of the DD / Pay Order of the lowest bidder (L1) only, towards Earnest Money Deposit (EMD) should be submitted in a sealed envelope at the following office:

 PASCHIMANCHAL UNNAYAN PARSHAD, Ailakundi, Kenduadihi,(Behind S.B.S.T.C Garage) P.O.- Kenduadihi, Dist.- Bankura PIN- 722102. iii) Time of submission As stated in scheduled of e-Tendering.

7. ELIGIBILITY CRITERIA: The tendered work is subdivided into various major items as given below. Each major item (being the summation of associated items of the BoQ) having an weightage of 40% or more in terms of monetary value in respect to the amount put to tender, is considered to fix the physical requirements to match credential in terms of quantity executed in previous work. Contractors are to submit credential of having executed the corresponding major item thus calculated from the BoQ of the work to the required extent as specified later. Completion Certificate(s) submitted by the tenderers (Vide Foim-3) should indicate the monetary value of any one or more of such major items executed in any one work within the last 3 (Three) years.

e-NIT No. 65/PUP/EC/BNK of 2015-16

5

Description of Major Items:

1. Earthwork: Type-A: Earthwork in dry excavation in irrigation canal / drainage channels or making embankments on rivers / seafront / drainage channels or irrigation canals, by manual / mechanical means including leads, lifts and disposal I transportation.

Type-B: Earthwork in wet excavation in flowing channels, by pontoon mounted excavator including leads, lifts and disposal I transportation.

Note: For wet excavation of flowing channels, credential of earthwork should specifically be of earthwork by pontoon mounted excavator. Credential of other types of earthwork will not be considered.

2. Brick work of all kinds.

3. Concrete work: RCC / PCC of all grades of concrete in different structures / hydraulic structures (i.e. structures on rivers / seafront / drainage channels or irrigation canals), including formwork and staging.

Note: In case of tender invited for building works, concrete involved in building should also be considered over and above the above referred credential.

4. Reinforcing Steel including Structural Steel All kinds of steel works including supply I fabrication, placing, installation etc.

5. Protection work (on rivers / seafront / drainage channels / irrigation channels or on embankments facing these): Type-A: Cement concrete block pitching or lining I brick block pitching I boulder pitching / dry brick pitching / loose boulder / brick dumping / sausage /aprons / filters (conventional or geo-jute or geo synthetic) etc. including supply, carriage and laying at site.

Type-B: Bullah and bamboo related work, porcupine cages / spurs, nylon or other crates, gunny / geo-bags including supply, carriage, placing / driving in position at site.

Note: Credential for any particular type of protection work should be used for assessing eligibility for that particular type of work.

6. Road work All items related to construction / renovation / improvement of bituminous roads.

General Note: 1. While calculating the amount, i.e. money value of the major items stated above, amount of all sub-items included in the major items should be arithmetically added.

2. All Completion Certificates in Form-3 should be supported by BoQ of the work. If Form-3 is not signed by the issuing authority, it should be supported by the certificate of 100% completion of the job from the competent authority in addition to the BoQ of the work.

3. If the issuing authority feels that major item contained in a particular work does not come within the purview of the above given types, he may issue a Completion Certificate stating value of work corresponding to the new type of major item upon approval of his immediate superior authority.

7(a). Net notional amount calculated of at least one of the major items contained in the Completion Certificate (CC) issued in favour of the Agency / Firm should be at least of the corresponding amount in the same matching major item contained in the BoQ. 7(b). Average turnover from contracting business as stated in clause 5.2 A (vi) & Form-2 should be at least of the amount of tender of works in which the Contractor / Firm intends to participate.

7.1 Eligibility criteria for participating in more than one tender in a NIT: i) Normally separate Completion Certificates (CC) of 100% completed works is to be provided for participation in separate works in a particular NIT [vide 5(a)]. However, CC for one e-NIT No. 65/PUP/EC/BNK of 2015-16

6 particular work may be considered as eligible for participation in maximum two numbers of serials, provided required credential for two such works (to be arithmetically added for identical major works) satisfies the requirement in all respect from one such completion certificate. Example: 1. Supposing that major item of two works in any particular tender is „Earthwork‟, If 25% of the net notional amount of earthwork required for both the serials are arithmetically added and the combined amount is less than or equal to the amount of earthwork contained in the CC of one work, the tenderer will be eligible for both the works.

2. Supposing that major item of two works in any particular tender are „Earthwork‟ and „Concrete work‟. If the arithmetical sum of 25% of the net notional amount of any one of the two major items of „Earthwork‟ and „Concrete work‟ contained in the BoQ of the two serials is less than or equal to the amount of the corresponding major item contained in the CC, the tenderer becomes eligible for both the works.

3. However, one completion certificate will be considered for a maximum of two works. ii) Average turnover from contracting business should be more than or equal to of aggregate cost of the amount of tender of works in which the Contractor / Firm intends to participate. iii) Both the conditions stated in (i) and (ii) above are to be simultaneously satisfied. iv) Submission of tenders in excess of 50% of total number of works (rounded off to next higher integer) in any particular NIT will not be considered. 7.2 Penalty for suppression / distortion of facts: If the lowest tenderer fails to produce the original hard copies of the documents (especially Completion Certificates and audited Balance Sheets), or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the Tender Evaluation Committee upon suggesting suitable punitive measures will bring the matter to the notice of the Chief Executive Officer concerned immediately and the tenderer may be suspended from participating in the tenders on e-Tender platform of Paschimanchal Unnayan Parshad as per approval of the Chief Executive Officer for a maximum period 3 (Three) years. In addition, his Earnest Money Deposit will stand forfeited to Government. The concerned Officer will issue the necessary orders under intimation to the other Departments and also e- Tendering Cell. Copy of such Order should also invariably be communicated to the Nodal Officer, e-Governance of this Department with a request to upload the same in the Departmental website.

7.3 Statutory Deduction: Income Tax @ 1 / 2 % (as applicable), VAT @ 3 / 5 % (as applicable), Labour Welfare Cess @ 1% shall be deducted from the gross amount of bill. (Rate may be changed as per direction of competent authority) In addition to above, before payment the following documents are required to be produced. i) Xerox copy of Labour License as per provision of “West Bengal Contract Labour (Regulation & Abolition) Act 1970” for execution of the scheme and/or Xerox copy of registration certificate. (Original to be shown for verification). ii) Xerox copy of D.C.R (with R.A. Bill/Final Bill) as a documentary evidence for payment of Royalty and Cess on Minor Minerals or original challan(s) / Carrying Order(s) mentioned name of Agency, NIT No. and date received from Govt. Approved Lessee / Permit holder.

7.4 Site inspection before submission of tender Before submitting any tender, the intending tenderers should make themselves acquainted thoroughly with the local conditions prevailing at site by actual inspection of the site and taking into consideration all factors and difficulties likely to be involved in the execution of work in all respect including transportation of materials, communication facilities, climate conditions, nature of soil, availability of local labour and market rate prevailing in the locality etc. and no claim, whatsoever, will be entertained on these account afterwards. In this connection intending tenderers may contact the office of the undersigned, concerned with the e-NIT No. 65/PUP/EC/BNK of 2015-16

7 work between 11.30 hours to 16.30 hours on any working day prior to date of submission of tenders.

7.5 Conditional and incomplete tender Conditional and incomplete tenders are liable to rejection.

8. OPENING AND EVALUATION OF TENDER: 8.1 Opening of Technical Proposal i. Technical proposals will be opened by the Tender Inviting Authority or his authorised representative electronically from the website stated above, using their Digital Signature Certificate. ii. Technical proposals for those tenders whose scan copies of DD / Pay Order towards EMD/application for exemption of EMD have been submitted will be opened on the basis of information so uploaded. iii. Intending tenderers may remain present if they so desire. iv. Cover (Folder) for Statutory Documents (vide Clause 5.2.A) will be opened first and if found in order, Cover (Folder) for Non-statutory Documents (vide Clause 5.2.B) will be opened. If there is any deficiency in the Statutory Documents, the tender will be rejected. v. Decrypted (transformed into readable formats) documents of the Non-statutory Cover will be downloaded, and handed over to the Tender Evaluation Committee.

8.2 Tender Evaluation Committee (TEC) Committees already constituted for issuance of tender papers for high value tenders, vide G.O. No.1496-IA dated 17th September 2004, to be read with corrigenda No.1493-IA dated 21.11.2005, No.550-IA dated 02.05.2006 and No.902-SW dated 05.09.2007 will continue to function as Tender Evaluation Committee (TEC), for evaluation of Technical Proposals of the tenderers, until further order.

8.3 Uploading of summary list of technically qualified tenderers (1st round) i. Pursuant to scrutiny and decision of the Technical Evaluation Committee (TEC), the summary list of eligible tenderers for a particular serial of work whose Financial Proposals will be considered will be uploaded in the web portals. ii. While evaluation, the Committee may summon of the tenderers and seek clarification I information or additional documents or original hard copy of any of the documents already submitted and if these cannot be produced within the stipulated timeframe, their proposals will be liable for rejection.

8.4 Provision for appeal and its disposal i. Intending tenderer not satisfied with the decision of the Tender Evaluation Committee (TEC) may prefer an appeal to the Chief Executive Officer of the Paschimanchal Unnayan Parshad in writing (through facsimile / e-mail or speed post) within two working days after the date of uploading of the summary list of the successful tenderers. Copy of such appeal should also be sent to the Tender Inviting Authority of the Paschimanchal Unnayan Parshad. ii. The Appellate Authority of the Paschimanchal Unnayan Parshad will dispose such appeals by hearing the aggrieved tenderers as well as consulting the Tender Evaluation Committee (TEC) within next three working days and the tenderer will be communicated accordingly.

8.5 Final publication of summary list of technically qualified tenderers In case, the Appellate Authority asks the Tender Inviting Authority to consider tender of any of the aggrieved tenderers, who may have preferred appeal, the process of uploading of qualified tenderers will be re-done. Date of opening of financial bid is to be intimated after publication of the final list of technically qualified tenderers.

8.6 Opening and evaluation of Financial Proposal i. Financial proposals of the tenderers declared technically eligible by the Tender Evaluation Committee will be opened electronically by the Tender Inviting Authority from the web portal stated above on the prescribed date.

e-NIT No. 65/PUP/EC/BNK of 2015-16

8 ii. The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present at that time. iii. After opening of the financial proposal the preliminary summary result containing inter- alia, name of contractors and the rates quoted by them will be uploaded. iv. If the Tender Accepting Authority is satisfied that the rate obtained is fair and reasonable and there is no scope of further lowering down of rate, he may after having the comparative statement test checked by the Divisional Accounts Officer attached to the office of the concerned authority, instruct the Tender Inviting Authority to upload the final summary result containing the name of contractors and the rates quoted by them against each work after acceptance of the rate. v. However, if there is any scope for lowering down of rates in the opinion of the Tender Accepting Authority, all the tenderers will be notified through the website to attend sealed bids to be followed by open bids to be held at the office of the Tender Accepting Authority in his presence at prescribed date and time, which will be done offline, i.e. as manually, as per present procedure. vi. After holding such bids, final result after acceptance of the rate by the Tender Accepting Authority would have to be uploaded in the web portal. vii. The Tender Accepting Authority may ask any of the tenderers to submit analysis to justify the rate quoted by that tenderer.

8.7 Procedures to be followed when one/two technically qualified tenderers participated in any tender a. Financial bid of technically qualified single / two tenderers may not be opened. b. 2nd call may be invited immediately after technical evaluation, reviewing the credential criteria and relaxing such criteria if required, to the extent deemed necessary by the Tender Inviting Authority and also advertisement in the widely circulated newspapers. c. In case of re-Tender, technically qualified bidders in 1st CALL or 2nd CALL is required to participate afresh in 2nd CALL / 3rd CALL (as the case may be).

9. BID VALIDITY: The Bid will be valid for 120 Days from the date of opening of the financial bid.

10. ACCEPTANCE OF TENDER: Lowest valid rate should normally be accepted. However, the Tender Accepting Authority does not bind himself to do so and reserves the right to reject any or all the tenders, for valid reasons and also reserves the right to distribute the work amongst more than one tenderer.

10.1 Execution of Formal tender after acceptance of tender The tenderers, whose tender is approved for acceptance, shall within 15 days of the receipt of Letter of Acceptance (LOA) to him, will have to execute „Formal Agreement‟ with the Tender Accepting Authority in quadruplicate copies of W.B.F. No 2911(u) which may be purchased on cash payment / in payment modes prescribed in Clause 4(i) from the office of the Executive Engineer concerned with the work.

11. RETURN OF EARNEST MONEY OF THE UNSUCCESSFUL TENDERER(S): As only original copy of Draft/EMD is required to be collected from L1 bidder after opening of Financial Bid, no need to release Draft/Pay Order of EMD lying at the disposal of other bidders.

12. TERMS OF PAYMENT: (a) Full e-payment including refund of Security Deposit. (b) i. Tendered Amount up to 10(ten) Lac – One Bill (1st & Final Bill). ii. Tendered Amount exceeding 10 Lac and up to 25 Lac – Two Bill (2nd & Final Bill). iii. Tendered Amount exceeding 25 Lac and up to 60 Lac – Three Bill (3rd & Final Bill). iv. Tendered Amount exceeding 60 Lac and up to 1crore – Four Bill (4th & Final Bill). v. Tendered Amount exceeding 1crore and above – Five Bill (5th & Final Bill). e-NIT No. 65/PUP/EC/BNK of 2015-16

9

13. TECHNICAL PERSONNEL TO BE ENGAGED BY CONTRACTOR AT SITE: Contractor, engaged by this office for any type of work, have to submit the authenticated documents of technical personnel to be engaged for supervision and to maintain the quality following the schedule of work. No(s) of technical staff to be required according to the value of work are as follows: i) Up to 1 crore – 1 personnel having diploma in civil engineering. ii) Above 1 crore and up to 2 crore – 1 personnel having Diploma in civil engineering 1 personnel having Degree in civil engineering iii) Above 2 crore – 2 personnel having Diploma in civil engineering 1 personnel having Degree in civil engineering 14. WITHDRAWAL OF TENDER: If any tenderer found lowest after opening of the financial bids withdraws his tender before acceptance or refusal within a reasonable time without giving any satisfactory explanation for such withdrawal, he shall be disqualified for making any tender to the department for a minimum period of one year. All cases in which the Tender Accepting Authority has reason to doubt the bonafied of such withdrawal should be reported to the Chief Executive Officer, PUP in all details for issuance of such disqualification orders by the said Officer, under intimation to the e-Tendering Cell and also this Department. Copy of such Order should invariably be communicated to the Nodal Officer, e-Governance of this Department with a request to upload the same in the Departmental website.

15. LIST OF MACHINARIES: An authenticated document of list of machineries Owned / Leased by him/her should be submitted. Agreement signed before Competent Authority regarding use of machineries will also be consider. [Mandatory for the work amount put to tender for which `1 crore & above]

16. SCHEDULE OF DATES FOR e-TENDERING:

SL. ACTIVITY DATE & TIME No.

1. Publishing Date 03.03.2016 after 2:00PM

2. Document Download start date 03.03.2016 on & after 2:00PM

3. Bid submission start date -do-

4. Document Download end date 26.03.2016 up to 3:00 PM

5. Bid Submission end date 26.03.2016 up to 3:00 PM

6. Technical Bid opening date 29.03.2016 after 2:00 PM

Uploading of preliminary list of Technically qualified 7. 30.03.2016 after 2:00 PM bidders

8. Uploading of final list of Technically qualified bidders 31.03.2016 after 4:00 PM

9. Financial Bid opening date 01.04.2016 after 3:00 PM

10. Uploading of Financial Bid evaluation sheet 01.04.2016 after 4:00 PM

e-NIT No. 65/PUP/EC/BNK of 2015-16

10

Additional Terms & Conditions

1. The Executive Engineer of the Division concerned will be the Engineer-in-Charge in respect of the contract and all correspondences concerning rates, claims, change in specification and/or design and similar important matters will be valid only if made by the Engineer-in-Charge. If any correspondence of above tender is made with Officers other than the Engineer-in-charge for speedy execution of works, the same will not be valid unless copies are sent to the Engineer-in- Charge and approved by him. The instruction given by the Sub-Divisional Officer and the Sub- Assistant Engineer on behalf of the Engineer-in-Charge shall also be valid (who have been authorized to carry out the work on behalf of the Engineer-in-Charge) regarding specification, supervision, approval of materials and workmanship. In case of dispute, the decision of Engineer- in-Charge shall be final and binding.

2. The acceptance of the tender including the right to distribute the work between two or amongst more than two bidders will rest with the Tender Accepting Authority without assigning reason thereof. The accepting authority reserves right to reject any or all tenders without assigning any reason thereof.

3. The Bidder shall have to comply with the provisions of (a) Contract labour (Regulation & Abolition) Rules, 1970, and (b) Minimum Wages Act, 1948 or the modification thereof or any other laws relating thereto as will be in force from time to time.

4. Department shall not entertain any claim whatsoever from the contractor for payment of compensation on account of idle labour on any ground including non-possession of land.

5. The Government shall not be held liable for any compensation due to machines becoming idle for any circumstances including untimely rains, other natural calamities, strike, etc.

6. Imposition of any duty / tax / royalty etc. whatsoever of its nature (after work order / Commencement and completion of the work) is to be borne by the bidder. Original Challans of those materials, which are procured by the bidder, may be asked to be submitted for verification.

7. Cess @ 1% of the cost of construction works shall be deducted from the Gross Value of the Bill in terms of Finance Department Order No.853-F dated 01.02.2006. Also it is instructed to register his Establishment under the Act, under the competent registering authority, i.e. Assistant Labour Commissioner I Deputy Labour Commissioner of the region concerned.

8. No mobilization / secured advance will be allowed unless specified otherwise.

9. VAT/Sales Tax, Cess, Royalty of sand, stone chips, stone metal gravel, boulders, forest product etc, Toll Tax, Income Tax, Ferry Charges and other Local Taxes, if any, are to be paid by the contractor. No extra payment will be made for these. The rates of supply and finished work items are inclusive of these.

10. The tenderer shall established field testing laboratory equipped with requisite instrument and technical staffs according to the requirements of works to be executed.

11. All working tools and plants, scaffolding, construction of vats and platforms will have to be arranged by the contractor at his own cost.

12. The contractor shall supply mazdoors, bamboos, ropes, pegs, flags etc. for laying out the work and for taking and checking measurements for which no extra payment will be made.

13. The contractor should see the site of works and tender documents, drawings, etc. before submitting tender and satisfy himself regarding the condition and nature of works and ascertain difficulties that might be encountered in executing the work, carrying materials to the site of work, availability of drinking water and other human requirements and security etc. Work on river banks may be interrupted due to a number of unforeseen reasons, e.g. sudden rise in water level, inundation during flood, inaccessibility of working site for carriage of

e-NIT No. 65/PUP/EC/BNK of 2015-16

11

materials. The Engineer-in- charge may order the contractor to suspend any work that may be subjected to damage by climate conditions. No claim will be entertained on this account. There may be variation in alignment, height of embankment or depth of cutting, location of revetment, structures etc. due to change of topography, river condition and other local needs etc. between the preparation and execution of the scheme for which the tendered rate and contract will not be invalidated. The contractor will not be entitled to any claim or extra rate on any of these accounts.

14. A machine page numbered Site Order Book (with triplicate copy) will have to be maintained at site by the contractor and the same has got to be issued from the Engineer-in-charge before commencement of the work. Instructions given by inspecting officers will be recorded in this book and the contractor must note down the action taken by him in this connection as quickly as possible.

15. The work will have to be completed within the time mentioned in the tender notice. A suitable work programme is to be submitted by the contractor within 7 (Seven) days from the date of receipt of Work Order which should satisfy the time limit of completion. The contractor should inform in writing the name of his authorized representative at site within 7 (Seven) days from the date of receipt of Work Order who will receive instruction of the work, sign measurement book, bills and other Government papers, etc.

16. No compensation for idle labour, establishment charge or on other reasons such as variation of price index etc. will be entertained.

17. All possible precautions should be taken for the safety of the people and workforce deployed at worksite as per safety rule in force. Contractor will remain responsible for his labour in respect of his liabilities under the Workmen‟s Compensation Act etc. He must deal with such cases as promptly as possible. Proper road signs as per P.W.D. practice will have to be made by the contractor at his own costs while operating a public thoroughfare.

18. The contractor will have to maintain qualified technical employees and/or Apprentices at site as per prevailing Apprentice Act or other Departmental Rules & Orders circulated from time to time.

19. The contractor will have to accept the work programme and priority of work fixed by the Engineer-in-charge so that most vulnerable reach and/or vulnerable items be completed before the date needed by the Department due to impending monsoon or rise of water level or for other reasons.

20. The quantities of different items of work mentioned in the tender schedule or in Work Order are only tentative. In actual work, these may vary considerably. Payment will be made on the basis of works actually done in different items and no claim will be entertained for reduction of quantities in some items or for omission of some items. For execution of quantitative excess in any item beyond 10% or supplementary works, approval of the Superintending Engineer / Chief Engineer would be required depending on whoever be the Tender Accepting Authority, before making payment.

21. Any materials brought to site by contractor must be subject to approval of the Engineer-in- charge. The rejected materials must be removed by the contractor from the site at his own cost within 24 hours of issue of the order to that effect. The rates in the schedule are inclusive of cost and carriage of all materials to worksite. The materials will have to be supplied in phase with due intimation to the Sub-Divisional Officer concerned in conformity with the progress of the work. For special type of materials, i.e. Ceo Synthetic Bags, HDPE Bags, Geo Textile Filter, Geo Jute Filter, etc. if any, relevant Data Sheet containing the name of the Manufacturers, Test Report, etc. will also be submitted in each occasion. Engineer-in-charge may conduct independent test on the samples drawn randomly before according approval for using the materials at site. In this regard decision of Engineer-in-charge is final and binding.

22. The contractor should arrange all tools, plants and machineries such as mixture machineries vibrators etc. Parshad will not be responsible to issue any tools or plants & machineries e-NIT No. 65/PUP/EC/BNK of 2015-16

12

required for the work. Non-availability of tools and plants may entitle contractor to extension of time only. No claim on accounts of idle charges for the same will be entertained.

23. The contractor will have to arrange all materials such as stone chips, stone metals etc. and the Parshad will not be responsible for arranging any wagon priority or any such facilities for such materials. All structural work should be executed by the materials of approved brands of Paschimanchal Unnayan Parshad. Approved brands of cement are LAFARGE, ACC, ULTRATECH, AMBUJA, BHARAT SUPER CEMENT & PRAGATI CEMENT and reinforcement steels are SAIL, TATA TISCON, ELEGANT, SHYAM STEEL & CONCAST TMT and structural steels are TATA TISCON, SAIL.

24. The Contractor will occupy minimum space for execution of the work. He should arrange his materials and programme in such a manner not to create any inconvenience. The Contractor should be prepared to take up the work part by part if necessary.

25. PWD Schedule of rates for Building Works, Materials & Labour w.e.f. 01.07.2014 with subsequent Corrigenda & Addenda PWD, Govt. of W.B./PWD schedule of rates for Sanitary & Plumbing Works, materials & labour with effective from 01.07.2014 with subsequent Corrigenda & Addenda PWD, Govt. of W.B. w.e.f. 01.07.2014 Schedule of rates for Road Works, Bridge & Culvert Works & Carriage etc. & subsequent Addenda & Corrigenda PWD, Govt. of W.B. are generally followed by PUP Bankura.

26. The general specification including mode of measurement and method of execution of work of the PWD Schedule of rates for building works, materials and labour w.e.f. 01.07.2014 with subsequent Corrigenda & Addenda PWD, Govt. of W.B./PWD schedule of rates for Sanitary & Plumbing Works, materials & labour with effective from 01.07.2014 with subsequent Corrigenda & Addenda PWD, Govt. of W.B. w.e.f. 01.07.2014 Schedule of rates for Road Works, Bridge & Culvert Works & Carriage etc. & subsequent Addenda & Corrigenda PWD, Govt. of W.B. will be treated in the condition of contract.

27. The consumption of cement will be guided by the chart given by the PWD Schedule of rates for building works, materials and labour w.e.f. 01.07.2014 with subsequent Corrigenda & Addenda for all similar items of the tender, where such item are not available in the above schedule, the decision of Engineer-In-Charge will be final.

28. The contractor should clear the site and complete all dressing, levelling after completion of the work to the satisfaction of Engineer-In-Charge failing which Engineer-In-Charge will employ labour for the work at the cost of the contractor and the amount will be deducted from the Contractor‟s bill.

29. All works are to be carried out according to the terms and conditions given in the Notice Inviting Tender and conditions etc. for the work as noted in the Tender Form of the Paschimanchal Unnayan Parshad.

30. Before submission of tender, the contractors shall inspect the site of work; get themselves thoroughly acquainted with the local condition and difficulties under which the work will have to be carried out. Any contractor tendering for the job shall be deemed to have done so. He should consider among the others the nature of soil, climatic conditions of the locality, depth of water in the area of work condition of existing Kuccha & Pucca Roads, Transport difficulties, none existence of roads in many places etc. Extra cost involved due to above factors shall have to be borne by them.

31. All materials & tools and plants, staff and labour both skilled & unskilled including their housing, sanitation, procurement of food stuff, supply of drinking water, medical aid etc. shall have to be borne by the contractors and included in their rate for different items of work.

32. Arrangement for water for all road and building works, such as for mixing morter, soaking brick materials, brick works, concrete work, consolidation of materials, washing materials & chips etc. construction of platform and vats etc. including cost therefore are to be borne by the e-NIT No. 65/PUP/EC/BNK of 2015-16

13

contractors. The water would be clean, free from lean silts and organic materials. No hard water shall be used. The rates quoted by the contractor must be inclusive of all such charges and costs.

33. The contractors should engage local labours, as may be possible.

34. The contractor must erect temporary pillars, as many as required in suitable places as directed by the engineer in charge at his own cost before starting the work from which the departmental staff will layout all important levels and fix alignments. All threads, pegs, nails, flags, labour etc. required for setting out the levels and laying out different structures and alignments shall also be supplied by the contractors at their own cost.

35. All works shall be carried out in conformity with the drawing approved by the department. All testing of building materials and cement of any proportion should be done at their own cost and they have to produce the respective reports to the Engineer-In-Charge for approval. Otherwise payment will not be made fully or respective items of work.

36. All rates to be quoted by the contractor shall be inclusive of incidental fees and charges such as royalties of materials, electricity, water and other charges of municipalities or statutory bodies Sale Tax, Income Tax etc. Nothing extra will be paid on such account.

37. The rates of all items, to be quoted by the contractors, shall include cost of all Ordinary, special and stair scaffoldings, up to any height labour for binding, bending of rod and placing the same in positioning curing all centering, shuttering and hiring, carriage of materials to all levels, excepts otherwise mentioned in the items concerned.

38. The contractors shall arrange all transport including Railway Wagons required for carriage of all tools, plants, equipment and the other materials etc. at their own cost.

39. In case of additional items of work, which are not found in the original contract but are existing in the schedule of rates in which the original tender is accepted the rates for such additional items of work shall be arrived at by keeping the same percentage which the original tender bears to the estimated cost put to tender. In case of additional items of work which are not found either in the original contract, or in the schedule of rates of the PWD of the year in which the original tender was accepted, the rates for such additional of work will be arrived at from the basic of materials and labour provided in the schedule of rates of the PWD as the case may be which was prevalent at the time of acceptance of original tender, plus or minus the percentage which the tender amount of the contract bears to the estimated cost of the entire work put to tender. When the basic rates of the materials, the labour etc. are not available in the schedule of rates of circle referred to above, the rates as such supplementary items of works will be arrived at, based on purely the market rates of materials and labour plus 10% profit. Black market rates will never be considered or taken notice by the undersigned, who alone solely competent to discriminate between fair market or black market rates of materials and labour.

40. The rates of all items of works (including earthwork and pilling) in foundation including the cost of pumping or bailing out water, as necessary for which nothing extra will be paid.

41. The contractor shall comply with the provision of the Apprentices Act, 1961, contract labour (Regulation and Abolition) Act, 1970 and 1972 and minimum wages Act and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and Paschimanchal Unnayan Parshad may cancel the contract.

Sd/- Chief Executive Officer Paschimanchal Unnayan Parshad

e-NIT No. 65/PUP/EC/BNK of 2015-16

14

Memo No. 652/1(32)/Pup/Bnk Dated: 02/03/2016

Copy forwarded for information & necessary action to the:-

1. PS to the Hon‟ble Minister-in-Charge, Department of Paschimanchal Unnayan Affairs, Pouro Bhavan, 5th Floor, F.D. Block, Salt Lake, Kolkata - 700016. 2. Deputy Secretary to the Government of West Bengal, Department of Paschimanchal Unnayan Affairs, Pouro Bhavan, 5th Floor, F.D. Block, Salt Lake, Kolkata - 700016. 3-7. C.A. to the District Magistrate, Bankura/ Purulia/ Paschim Medinipur/ Burdwan/ Birbhum. 8-12. C.A. to the Sabhadhipati, Bankura/ Purulia/ Paschim Medinipur/ Burdwan/ Birbhum. 13. Addl. Executive Officer, Bankura Zilla Parishad, Bankura. 14. Addl. Executive Officer, Burdwan Zilla Parishad, Burdwan. 15. Superintending Engineer, Paschimanchal Unnayan Parshad, Bankura. 16. Executive Engineer-I, Paschimanchal Unnayan Parshad, Bankura. 17. Executive Engineer-II, Paschimanchal Unnayan Parshad Area Office, Collectorate Compound, P.O- Midnapore, Dist.- Paschim Medinipur. 18. Accounts Officer, Paschimanchal Unnayan Parshad, Bankura. 19. Sub-Divisional Officer, Bankura Sadar Sub-Division, Dist. – Bankura. 20. Sub-Divisional Officer, Khatra Sub-Division, Dist. – Bankura. 21. Sub-Divisional Officer, Durgapur Sub-Division, Dist. – Burdwan. 22-24. A.E-I/A.E.-II/A.E.-III, Paschimanchal Unnayan Parshad Head Office, Ailakundi Bankura-722102. 25. Assistant Engineer-I, Paschimanchal Unnayan Parshad Durgapur Area Office, 16/7, S.N. Path Road, City Centre, Durgapur, Burdwan-713216. 26-27. Block Development Officer, Pandaveswar / Andal Dev. Block, Burdwan. 28-30. Block Development Officer, Bankura-II/Khatra/ Dev. Block, Bankura. 31. Tarak Nath De, D/A, Accounts Section, Paschimanchal Unnayan Parshad, Bankura. 32. Office Notice Board.

Sd/- Chief Executive Officer Paschimanchal Unnayan Parshad

e-NIT No. 65/PUP/EC/BNK of 2015-16

15

fORM—I

APPLICATION FOR TENDER

To The Chief Executive Officer, Paschimanchal Unnayan Parshad, Bankura-722102.

Tender No.: ______

Serial No. of Work applied for: ______

Amount put to tender: ______

Dear Sir,

Having examined the Statutory, Non statutory & NIT documents, I/We hereby like to state that l/We wilfully accept all your conditions and offer to execute the works as per Tender No. and Serial No. stated above. I/We also agree to remedy the defects after/during execution of the above work in conformity with the conditions of contract, specifications, drawings, bill of quantities and addenda.

Dated this ______day of ______201

Full name of applicant: ______

Signature: ______

In the capacity of: ______

Duly authorized to sign bids for and on behalf of (Name of Firm): ______(In BLOCK CAPITALS or typed)

Office Address: ______

Telephone No.(s) (Office): ______

Mobile No. ______

Fax No. ______

E mail ID ______

e-NIT No. 65/PUP/EC/BNK of 2015-16

16

FORM - 2

Certificate regarding Summary Statement of Yearly Turnover from Contractual Business

This is to certify that the following statement is the summary of the audited Balance Sheet arrived from contractual business in favour of ______for the three consecutive years or for such period since inception of the Firm, if it was set in less than such three year‟s period.

Financial SL No. Remarks Turnover rounded up to in Lac Year (Two digit after decimal)

Total

Average Turnover: In

Note:

1. Year preceding the current financial year is to be considered as Year-I.

2. Average turnover is to be expressed in lakh of rupees, rounded up to two digits after decimal.

3. Average turnover for 3 years is to be obtained by dividing the total turnover by 3.0. If the Firm was set up in less than 3 year’s period, consider the turnover for the period from inception to the Year-I. It may be either 1.0 or 2.0. Average turnover is to be obtained by dividing the total turnover by 1.0 or 2.0, as the case may be.

4.In case, the firm was set up in less than 3 year’s period, mention the year of inception in the ‘Remarks’ column.

Signature of the bidder

e-NIT No. 65/PUP/EC/BNK of 2015-16

17

FORM - 3

Completion Certificate (100% Physical Completion)

1. Name of the work :

2. Name of the client :

3. Amount put to tender :

4. Contractual Rate :

5. Date of commencement :

6. Date of completion as per work order :

7. Actual date of completion :

8. Final gross value of the bill (if the final bill : is prepared, otherwise mention N.A.)

9. Amount contained in the BoQ for the major : items of work in lakh of rupees, with reference to the major items stipulated in the NIT.

Total Amount Weightage in % of SLNo. Major Items as per BoQ the total amount (In Lac) put to tender 1. Earthwork

Type — A: Earthwork in dry excavation

in irrigation. canal/drainage channels or

making embankments on rivers/

seafront / drainage channels or

irrigation canals / reservoirs I roads /

railways / ports / harbours by manual /

mechanical means including leads, lifts

and disposal / transportation.

Type — B: Earthwork in wet excavation

in flowing canals / channels / rivers /

sea / ports / harbours by pontoon

mounted excavators or other means

including leads, lifts and disposal/

transportation.

2. Brickwork of all kinds

3. Concrete Work

RCC / PCC of all grades of concrete in e-NIT No. 65/PUP/EC/BNK of 2015-16

18

different structures/hydraulic structures (i.e. structures on rivers / seafront / drainage channels or irrigation canals) including formwork and staging.

4. Reinforcing Steel including Structural Steel

All kinds of steelworks including supply / cutting /bending/binding/ fabrication

/ placing /installation / erection etc.

5. Protection work on rivers / sea front /drainage channels / irrigation or on embankments facing these)

Type — A: Cement concrete block pitching or lining / brick block pitching / boulder pitching / dry brick pitching / loose boulder / brick dumping / sausage aprons / filters (conventional or geo-jute or geosynthetic) etc. including supply, carriage and laying at site.

Type — B: Bullah and bamboo related work, porcupine cages / spurs, nylon or other crates, gunny / geo bag including supply carriage, placing / driving in position at site.

6. Road Work All items related to construction / renovation / improvement of bituminous roads.

Note:

1. While calculating the amount, i.e. money value of the major items stated above, amount of all sub-items included in the major items should be arithmetically added.

2. This certificate will be considered as per clause 5.2 A (vii).

3. In case, there is any difficulty in getting the above table filled up in the office of the Authority issuing the completion certificate, signature of the Issuing Authority may be obtained after Sl. 8. The table below SL 9 may be filled up by the tenderer himself in a separate sheet (title would be Form-3 contd.) using the BoQ and to be signed by him.

Signature of the bidder Signature of the issuing authority

e-NIT No. 65/PUP/EC/BNK of 2015-16

19

SECTION - B

FORM – III

SRTUCTURE AND ORGANISATION

1. Name of Applicant :

2. (a) Office Address :

(b) Telephone No. :

(c) Fax No. :

(d) e-mail ID :

3. Name and address of the Bankers :

4. Attach an organisation chart showing : the structure of the company with names of key personnel and technical staff with Bio-data.

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

Signature of the Bidder with seal

e-NIT No. 65/PUP/EC/BNK of 2015-16

20

SECTION - B

form – iv

list of Contractor’s machineries, plant & equipment

Whereas it is entirely the responsibility of the contractor to deploy sufficient plant and mechanical equipment to ensure compliance with his obligations under the contract, the contractor should fill up the following form which he have must own.

SL No. Type of Equipment Numbers have Excavator or Earth movers (a) JCB or similar

1. (b) 70

(c) 200

2. Concrete mixture (Diesel or Electric)

3. Static Roller

4. Vibratory Roller

5. Hot Mix Plant (100-120 TPH/60-90 TPH)

6. Mobile HMP

7. Tar Boiler

8. Bitumen Sprayer

9. Paver Finisher Laboratory Instrument: (a)

(b)

10. (c)

(d)

(e)

Signature of the Bidder with seal

e-NIT No. 65/PUP/EC/BNK of 2015-16

21

FORM - 4

Declaration against Common Interest

I/We, Sri/Smt. ______, the authorized signatory on behalf of ______do hereby affirm that I/We/any of the member of ______bidding against NIT No._____ SI.No.______do not have any common interest either as a partner on any Partnership Firm as a Proprietor / Owner of any other firm in the same serial for the work I / We want to participate.

Date:

Signature of bidder

Signature Not Verified Digitally signed by CHATTERJEE e-NIT No. 65/PUP/EC/BNK of 2015-16 KINGSHUK Date: 2016.03.03 11:28:58 IST Location: West Bengal